You are on page 1of 438

GAIL (INDIA) LIMITED

BIDDING DOCUMENT NO. A095/T-119/10-11/RKS/06

(DOMESTIC COMPETITIVE BIDDING)

BIDDING DOCUMENT FOR


RAW WATER RESERVOIR WORKS

FOR
GAIL PETROCHEMICAL COMPLEX-II, VIJAIPUR (M.P.)

Prepared & Issued by:

Cost of Bidding Document


(Non-Refundable): `5000/-
Sl. No…………………
MASTER INDEX

NAME OF WORK : : RAW WATER RESERVOIR WORKS FOR GAIL


PETROCHEMICAL COMPLEX-II, VIJAIPUR (M.P.)

BIDDING DOCUMENT NO. : A095/T-119/10-11/RKS/06

PART – I : VOLUME – IA (COMMERCIAL SECTION)

S. NO. DESCRIPTION NO. OF


PAGES
1. INVITATION FOR BID (IFB) 05+01
2. ACKNOWLEDGEMENT CUM CONSENT LETTER 02
3. CUT OUT FOR DOCUMENTS TO BE SUBMITTED IN 03
PHYSICAL FORM
4. INSTRUCTIONS TO BIDDERS (ITB) 17
5. PROPOSAL FORMS 34
6. ADDENDUM TO ITB FOR E-PROCUREMENT 08
7. READY RECKONER TO VENDORS 17
8. GENERAL CONDITIONS OF CONTRACT (GCC) 80
9. SPECIAL CONDITIONS OF CONTRACT (SCC) 27
10. ANNEXURES TO SCC
i. SCOPE OF WORK 02
ii. SCOPE OF SUPPLY 02
iii. TIME SCHEDULE 02
iv. MEASUREMENT OF WORK 06
v. TERMS OF PAYMENT 03
vi. QUALITY MANAGEMENT / ASSURANCE SYSTEM 22
vii. SPEC. FOR HEALTH, SAFETY AND ENVIRONMENT 129
MANAGEMENT, SAFETY MEASURES FOR ELECTRICAL
INSTALLATIONS DURING CONSTRUCTION
viii. QUALIFICATION AND EXPERIENCE OF KEY 03
SUPERVISORY PERSONNEL
ix. MINIMUM REQUIREMENT OF EQUIPMENT TO BE 05
MOBILIZED & KEY CONSTRUCTION MANPOWER TO
BE DEPLOYED
x. SCHEDULE OF LABOUR RATES 02
xi. ISSUE AND RECONCILITATION OF MATERIALS 10
9. INTEGRITY PACT 08
10. PROCEDURE FOR EVALUATION OF PERFORMANCE OF 14
VENDORS

102-MASTER INDEX
MASTER INDEX

NAME OF WORK : : RAW WATER RESERVOIR WORKS FOR GAIL


PETROCHEMICAL COMPLEX-II, VIJAIPUR (M.P.)

BIDDING DOCUMENT NO. : A095/T-119/10-11/RKS/06

PART – I : VOLUME – IB (TECHNICAL SECTION)

1. LIST OF TECHNICAL SPECIFICATION DOCUMENTS


(SCOPE OF WORK ETC.):

SL.NO. DOCUMENT NO. REV DESCRIPTION


1. A095-023-16-47-SOW01 A GENERAL CIVIL

2. STANDARD SPECIFICATIONS

SL. NO OF
DESCRIPTION STANDARD NO. REV
NO. SHEETS
1. Standard specification for earthwork for 6-65-0006 2 7
underground piping
2. Standard specification for chain link fencing 6-65-0013 2 7
3. Standard specification for classification of soil 6-65-0016 2 6
for Earth Work in site grading
4. Site grading & rock cutting for site grading 6-65-0017 3 12
5. Standard specification for Earth filing in 6-65-0023 2 5
Dykes/Fire Walls and Turfing
6. Standard specification for fabrication and laying 6-65-0030 3 11
of underground piping
7. Standard specification for misc. civil & 6-65-0035 2 7
structural works for U/G piping & other civil
works
8. Standard specification for underground sewer 6-65-0042 2 7
system - pre cast R.C.C. pipes
9. Film lining covered with concrete lining for 6-65-0046 2 8
earthen reservoir
10. Technical Specification Civil & Structural 6-68-0001 3 4
Works-General Scope
11. Technical Specification Civil & Structural 6-68-0002 3 16
Works-Materials

102-MASTER INDEX
SL. NO OF
DESCRIPTION STANDARD NO. REV
NO. SHEETS
12. Technical Specification Civil & Structural 6-68-0003 4 14
Works-Earthwork
13. Technical Specification Civil & Structural 6-68-0004 4 30
Works-Plain and Reinforced Cement Concrete
14. Technical Specification Civil & Structural 6-68-0006 5 24
Works-structural steel works

3. ENGINEERING STANDARDS

S. TITLE STANDARD NO. REV PAGES


NO.
1. Abbreviations, Legends and Equipment Symbols 7-65-0001 3 4
2. Details of rungs for manholes, valve pits, tanks, etc 7-65-0211 3 1
3. Standard miscellaneous details for manholes 7-65-0212 2 1
4. Vents for manholes 7-65-0219 3 1
5. Concrete sliding sleeper cast in-situ type-VII 7-65-0424 2 1
6. Concrete sliding sleeper cast in-situ type VIII 7-65-0425 1 1
7. Concrete sliding sleeper cast in-situ type-IX 7-65-0426 1 1

8. Steel gate for entrance. 7-75-0054 3 1

4. INSPECTION TEST PLAN

Sl. No of
Description Document No. Rev
No sheets
Standard specification for health, safety &
1. environment (HSE) management at 6-82-0001 4 55
construction sites
Std. Specs. for positive material identification
2. 6-82-0002 1 9
(PMI) at construction sites
Inspection & Test Plan (ITPs) for Civil,
3. Structural & Architectural work (Item rate 6-82-1700 1 65
contract).

102-MASTER INDEX
5. DRAWINGS

Sl. Rev
Description Drg. No.
No.
1. Overall Plot Plan A095-000-16-47-0-001 F
2. Detail of raw water reservoir A095-023-16-47-0-907 A
3. Details of Chain link fencing (with angle A095-000-16-47-3-705 1
iron post)

6. LIST OF JOB SPECIFICATIONS

S. NO. DESCRIPTION JOB SPEC. NO. REV.


1. PMS for A91A A095-6-44-005

102-MASTER INDEX
MASTER INDEX

NAME OF WORK : : RAW WATER RESERVOIR WORKS FOR GAIL


PETROCHEMICAL COMPLEX-II, VIJAIPUR (M.P.)

BIDDING DOCUMENT NO. : A095/T-119/10-11/RKS/06

PART – II (PRICE PART)

S. NO. DESCRIPTION NO. OF


PAGES
1. PREAMBLE TO SCHEDULE OF RATES 01

2. SUMMARY OF PRICES 01

3. SCHEDULE OF RATES (DETAILED DESCRIPTION)

(i) GENERAL CIVIL WORKS (SOR NO. A095-000-16-47- 18


SR060 REV.1)

4. SCHEDULE OF RATES (SHORT DESCRIPTION) 03

5. RATE FOR EXTENDED STAY COMPENSATION 01

102-MASTER INDEX
GAIL INDIA LTD.

. INVITATION FOR BIDS (IFB)


FOR
RAW WATER RESERVOIR WORKS
FOR GAIL PETROCHEMICAL COMPLEX-II, VIJAIPUR (M.P.)
(BIDDING DOCUMENT NO. A095/T-119/10-11/RKS/06)
(DOMESTIC COMPETITIVE BIDDING)

1.0 PROJECT DETAILS

1.1 GAIL (India) Limited [GAIL] proposed to implement Gas Sweetening Unit (GSU) , C2/C3
Recovery Unit and Associated Utilities and off sites for Petrochemical Complex-II at Vijaipur in
Madhya Pradesh .

1.2 GAIL has appointed Engineers India Limited (EIL) as their Consultant for implementation of
the Project. EIL on behalf of GAIL, invites bids through e-tendering on Domestic Competitive
Bidding basis for RAW WATER RESERVOIR for GAIL Petrochemical Complex-II, Vijaipur,
(Dist. Guna, M.P.) under single stage two e-envelopes system bidding from competent
Agencies with sound technical and financial capabilities and meeting the Bid Evaluation
Criteria as stated under para 4.0 below.

2.0 BRIEF SCOPE OF WORK AND TIME SCHEDULE

2.1 The entire work broadly comprises of Civil, Structural and Architectural works involving
Compacted Earth filling including HDPE sheets below Reservoir/ Pump House Structures as
per Specifications, Standards, job specific requirements etc. for GAIL Vijaipur Project
including supply of all materials, Cement, Reinforcement bars and Structural Steel. Detailed
scope of work and supply shall be as given in the Bidding document.

2.2 TIME SCHEDULE: 12 (Twelve) months from the date of issue of Fax of Acceptance.
3.0 SALIENT FEATURES OF BIDDING DOCUMENT

a) Bidding Document No. : A095/T-119/10-11/RKS/06


(Corresponding e-tender no. 8000002703)
b) Bidding Document on : From 25.02.2011 to 25.03.2011
Website
c) Earnest Money Deposit/ : ` 20.00 lakh (Indian Rupees Twenty Lakh
Bid Security only).
d) Pre-Bid Conference : 1100 Hrs. IST on 11.03.2011 at
Engineers India Limited,
EI-Annexe Building, 1, Bhikaiji Cama Place,
R.K. Puram, New Delhi-110066.
e) Last date of Receipt of : 08.03.2011
Bidder's Queries for Pre-bid
f) Last Date and time of : 1400 Hrs. IST on 25.03.2011
submission of Bids
g) Opening of Unpriced Bids : 1500 Hrs. IST on 25.03.2011
In presence of authorised representative of
attending bidders.
h) Bidding Document Fee : For Indian Bidder: ` 5,000/-
(non-refundable) The offer sent without payment of requisite
document fee will be ignored straight away.

IFB Page 1 of 5
Bids to be submitted on GAIL’s E-Tendering website (https://etender.gail.co.in). Bidders
shall submit their bids i.e. UN-PRICED Bid in Collaboration Folders of e-tendering system
and Price Bid in SRM as attachment. We have enclosed Price Schedule Formats as an
excel attachment in Bidding Document. Bidders are requested to download the same and
quote their prices strictly as per the format without altering the content of it. The bid will be
submitted in two parts as follows:

3.1.1 PART-I (UN-PRICED Bid):- To be submitted on Collaboration Folders of e-tendering


system. Unpriced bid must be complete with all technical details along with all other required
documents including price schedule WITH PRICE BLANKED OUT. In addition, documents
as mentioned under Clause 10.0 below shall also be submitted in physical form.

3.1.2 PART-II (PRICED Bid):- To be submitted as an SRM attachment. Price bid should contain
only the prices, without any condition whatsoever. Bids complete in all respects should be
submitted on or before last date and time of Bid submission. The Bids submitted online in
GAIL’s e-tendering system will only be considered for evaluation. Physical Bids sent
through Fax / e-mail / Courier / Post will not be accepted.

4.0 BID EVALUATION CRITERIA (BEC)

4.1 EXPERIENCE CRITERIA

4.1.1 Bidder shall fulfill the following experience criteria:

i. Bidder should have completed at least one work of construction of Reservoir / Civil &
Structural work (Which must include water retaining works) of value not less than ` 725
Lakh during the last seven (7) years, in an Industrial Plant, reckoned from the due date of
bid submission,

ii. For Experience based on Composite Works:


In case Bidder has executed a composite work in a single contract which includes qualifying
work stated above, then value of such qualifying work, out of total value of composite work
shall be considered for the purpose of evaluation.

5.0 FINANCIAL CRITERIA

5.1.1 TURNOVER
The minimum annual turnover achieved by the bidder as per the audited financial results
during any one of the three immediate preceding financial years shall be ` 725 Lakh.

5.1.2 NET WORTH


Net Worth of the bidder should be positive as per the immediate preceding year’s audited
financial results.

5.1.3 WORKING CAPITAL

The minimum working capital of the bidder as per immediate preceding year’s audited
financial results shall be ` 145 Lakh.

If the bidder’s working capital is inadequate, the bidder shall supplement this with a letter
issued by his Banker, having a net worth not less than ` 100 Crores, confirming the
availability of line of credit to meet the specified working capital required as above.

IFB Page 2 of 5
6.0 GENERAL

6.1 Experience of only the bidding entity shall be considered. A job executed by a bidder for its
own plant/ projects cannot be considered as experience for the purpose of meeting
requirement of BEC of the tender. However, jobs executed for Subsidiary/ Fellow
subsidiary/ Holding company will be considered as experience for the purpose of meeting
BEC subject to submission of tax paid invoice(s) duly certified by Statutory auditor of the
bidder towards payments of statutory tax in support of the job executed for Subsidiary/
Fellow subsidiary/ Holding company. Such bidders to submit these documents in addition to
the documents specified in the bidding documents to meet BEC.

6.2 A job completed by a bidder as a sub-contractor shall be considered for the purpose of
meeting the experience criteria of Bid Evaluation Criteria (BEC) subject to submission of
final completion certificate for the job (with which bidder intends to qualify) issued from the
Owner/ End-user.

6.3 The bidder is not put on holiday by GAIL or EIL or black listed by any Government
Department/ Public Sector on due date of submission of bid. If the documents were issued
inadvertently / downloaded from website, offers submitted by such bidders shall not be
considered for opening / evaluation / award.

6.4 Payment of Bidding Document fee shall be by Crossed Bank Draft/ Banker’s cheque from
any Indian Scheduled Bank in favour of GAIL (India) Limited, payable at New Delhi and the
same shall be submitted in physical form along with EMD. The bid of any bidder shall be
considered only if the bid is accompanied by the prescribed Bidding Document fee in the
form of demand draft along with EMD.

7.0 BID SECURITY /EARNEST MONEY DEPOSIT (EMD): Amount shall be as per clause no.
3.0 As above.

7.1 The Bidder shall submit the bid security in Indian Rupees and shall be in the form of
Demand Draft/ Banker’s Cheque/ Letter of Credit in favour of GAIL (India) Ltd., payable at
New Delhi (issued by an Indian scheduled Bank or a branch of an International bank) or in
the form of an irrevocable Bank Guarantee in favour of GAIL (India) Ltd. as per format
enclosed with bidding document. GAIL shall not be liable to pay any bank charges,
commission or interest on the amount of bid security.

7.2 In case, bid security is in the form of irrevocable Bank Guarantee the same shall be from
any Indian scheduled Bank or a branch of an International bank situated in India and
registered with the Reserve Bank of India as scheduled foreign bank. However, in case of
Bank Guarantee from banks other than the Nationalized Indian bank, the bank must be a
commercial bank having net worth in excess of Rs. 100 Crores and a declaration to this
effect should be made by such commercial bank either in the bank guarantee itself or
separately on its letterhead.

7.3 The bid security shall be valid for two (02) months beyond the validity of the bid as specified
in the Bidding Document i.e. 5 (Five) months beyond deadline for bid submission.

7.4 Bids without Earnest Money Deposit(EMD) / Bid Security will not be considered and will be
summarily rejected, subject to exemptions as mentioned at clause no. 13.0

8.0 Bidder can download the Bidding Document from EIL’s website http://engineersindia.com
or GAIL’s website http://www.gailonline.com and GAIL’s e-Tendering website
https://etender.gail.co.in . However, bidders have to submit their bids only through e-
tendering website of GAIL.

IFB Page 3 of 5
Corrigenda/Addenda, if any, shall also be available on the referred web sites. Further,
bidder shall give an undertaking on their letter head that the content of the bidding
document have not been altered or modified.

9.0 No extension in the bid due date / time shall be considered on account of delay in receipt of
any document by mail.
10.0 The following documents in addition to uploading the bid on the GAIL’s e-Tendering
website shall also be submitted in Original in physical form within 7 days from the final bid
due date subject to the conditions that the scanned copies of the same have been
uploaded in e-Tender by the bidder within the due date and time indicated in the e-
Tender at the address mentioned in Instruction to Bidders of Bidding Document:

i) Demand Draft towards Bidding Document Fee.


ii) EMD/Bid Security
iii) Power of Attorney.
iv) Integrity Pact

11.0 The bidder shall furnish documentary evidence by way of copies of work order, completion
certificate and Balance Sheet or Audited Financial Statements including Profit & Loss
Account etc. along with the Bid to establish his experience and track record meeting
qualification criteria. Bidders should ensure submission of complete information/
documentation in the first instance itself. Qualification may be completed based on the
details so furnished without seeking any subsequent additional information. Subsequent to
the submission of bid, bidders are not allowed to change the price or substance of the bid
i.e. scope of work, specifications, delivery schedule, completion period etc. including
modification of the bid to meet the BEC of the tender.

12.0 GAIL/EIL reserve the right to assess bidder’s capability to execute this work by taking into
account various aspects such as performance during evaluation of bids.

13.0 REQUIREMENT FOR NSIC/PSU/MSME


i) The firms registered with NSIC (under its single point registration scheme) will be
exempted from the Bidding Document fee provided they are registered for the works
they intend to quote. The Government Department / PSUs will also be exempted from
the payment of Bidding Document fee. However, Industries registered with NSIC shall
provide necessary documentary evidence, whereas PSUs shall submit declaration to
this effect that they are PSU and are eligible for getting Bidding Document free of cost.
ii) Public Sector Undertakings and firm registered with NSIC are exempted from furnishing
Bid Security, provided the firms are registered for the works, they intend to quote and
subject to their enclosing with their bid a copy of latest and current registration
certificate.
iii) Small Scale Industries registered with the NSIC under its single point registration
scheme, shall be exempted from submission of bid security subject to their enclosing
with their bid a copy of latest and current registration certificate”.
iv) The bidders are required to confirm whether the enterprise is a Micro/ Small/ Medium
enterprises along with documents from the appropriate authority. Accordingly bidder to
furnish the confirmation as per format attached with bidding document.
14.0 Bidding Document is non-transferable. Bids received from bidders in whose name Bidding
Document fee has been submitted shall only be considered. Bidder must submit the
Bidding Document Fee in their name. Bidding Document fee will be submitted by bidders as
per clause nos. 6.0 and 10.0 above. In the event of this tender being cancelled, the tender
fee shall be refunded to the concerned bidder

15.0 GAIL/EIL will follow Purchase Preference Policy as per prevailing guidelines of Government
of India.

16.0 Bids must be accompanied with the bid security as mentioned above. Bids not accompanied
with requisite bid security or bid security not in the requisite form specified above, shall be
considered as non – responsive and such Bids shall be rejected.

IFB Page 4 of 5
17.0 GAIL / EIL shall not be responsible for any costs or expenses incurred by Bidder in
connection with the preparation or delivery of Bids, including costs and expenses related
with visits to the site

18.0 Bids sent through Fax / E-Mail / Computer floppy shall not be accepted.

19.0 Bids received after stipulated last date and time, due to any reasons what-so-ever, including
postal delays, will not be considered.

20.0 GAIL/ EIL reserve the right to reject any or all Bids received without assigning any reason.

21.0 Consortium/Joint bids shall not be accepted.

22.0 Fax and Telephone numbers of EIL, New Delhi are: Fax: 91-11-26191714 / 26167664;
Telephone: 91-11-2676-2079 /2057. E-mail: rajeev.jain@eil.co.in swapnil.v@eil.co.in

This Invitation of Bids (IFB) is an integral and inseparable part of Bidding Document.

ASST. GENERAL MANAGER (C& P)


ENGINEERS INDIA LIMITED – NEW DELHI

IFB Page 5 of 5
GAIL (INDIA) LIMITED
NOTICE FOR INVITATION FOR BIDS (IFB)
(BIDDING DOCUMENT NO. A095/T-119/10-11/RKS/06)
(ON DOMESTIC COMPETITIVE BIDDING BASIS)
Engineers In dia Limite d, on b ehalf of GAIL (India) Limite d, in vites e-bids from
eligible bidders for following works.

Description Bidding IFB and Bidding Date of Pre Last Date &
Document Document on Bid Meeting time for
Fee Website submission
(Non- of Bid
refundable)
RAW WATER ` 5,000/- From: 25.02.2011 11.03.2011 25.03.2011
RESERVOIR to 25.03.2011 at 1100 upto 1400 hrs
hours (IST), (IST)
at EIL, New
Delhi

Contact Person: AGM (C&P), Engineers India Limited, New Delhi; Fax: 00- 91-11-26191714, 26167664.
Telephone: 00-91-11-26762079 / 26762057 E-mail: rajeev.jain@eil.co.in , swapnil.v@eil.co.in
For detailed IFB and bidding doc ument, visit EIL’s w ebsite http://www.engineersindia.com or GAIL’s w ebsite
http://www.gailonline.com or GAIL’s e-tendering website https://etender.gail.co.in and Govern ment w ebsite
https://tenders.gov.in .

ASST. GENERAL MANAGER (C&P)


ENGINEERS INDIA LIMITED – NEW DELHI
ACKNOWLEDGEMENT CUM CONSENT LETTER

To

ENGINEERS INDIA LIMITED


EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM,
NEW DELHI - 110 066.

Fax no. 011- 26191714 / 26167664

ATTN : Mr. RAJEEV JAIN, AGM (C&P)

NAME OF WORK: RAW WATER RESERVOIR WORKS FOR GAIL PETROCHEMICAL COMPLEX-II,
VIJAIPUR (M.P.)
(Bidding Document No. A095/T-119/10-11/RKS/06)

Dear Sir,

We hereby confirm that we have downloaded complete set of Bidding Document from EIL/GAIL/GOVT. website.

We undertake that the contents of the above Bidding Document shall be kept confidential and further that the
drawings, specifications and documents shall not be transferred and that the said documents are to be used only
for the purpose for which they are intended.

A) We intend to bid as requested for the subject works and furnish following details with respect to our
quoting office:

(i) POSTAL ADDRESS : ________________________

________________________

________________________

(ii) TELEPHONE NUMBER : ________________________

(iii) TELEFAX NUMBER : ________________________

(iv) CONTACT PERSON : ____________________

(v) E-MAIL ADDRESS : ________________________


B) Contact person at Delhi, if any:

(i) POSTAL ADDRESS : ________________________

________________________

________________________

(ii) TELEPHONE NUMBER : ________________________

(iii) TELEFAX NUMBER : ________________________

(iv) CONTACT PERSON : ________________________

(v) E-MAIL ADDRESS : ________________________

C) We are unable to bid for the reasons given below

Reasons for non-submission of Bid:

___________________________________________________________________

___________________________________________________________________

___________________________________________________________________

AGENCY'S NAME : _________________________

SIGNATURE : _________________________

NAME : _________________________

DESIGNATION : _________________________

DATE : _________________________

NOTE : Bidder is requested to furnish the details mentioned at (A) and (B) or (C) immediately after

receipt of Bidding Document.

(SIGNATURE OF BIDDER)
DO NOT OPEN - THIS IS A QUOTATION
Client : GAIL (INDIA) LIMITED

Project : GAIL PETROCHEMICAL COMPLEX-II, VIJAIPUR (M.P.)

Bidding Document no. : A095/T-119/10-11/RKS/06

Bidding Document : RAW WATER RESERVOIR WORKS FOR GAIL


PETROCHEMICAL COMPLEX-II

Due Date & Time : Upto 1400 Hrs. (IST) on 25.03.2011

From : To :

AGM(C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066

ATTN: MR. RAJEEV JAIN

(To be pasted on the outer envelope containing BID SECURITY) (PART III)

==================================================================
DO NOT OPEN - THIS IS A QUOTATION

Client : GAIL (INDIA) LIMITED

Project : GAIL PETROCHEMICAL COMPLEX-II, VIJAIPUR (M.P.)

Bidding Document no. : A095/T-119/10-11/RKS/06

Bidding Document : RAW WATER RESERVOIR WORKS FOR GAIL


PETROCHEMICAL COMPLEX-II

Due Date & Time : Upto 1400 Hrs. (IST) on 25.03.2011

From : To :

AGM(C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066

ATTN: MR. RAJEEV JAIN

(To be pasted on the outer envelope containing BID DOCUMENT FEE) (PART IV)

==================================================================
DO NOT OPEN - THIS IS A QUOTATION
Client : GAIL (INDIA) LIMITED

Project : GAIL PETROCHEMICAL COMPLEX-II, VIJAIPUR (M.P.)

Bidding Document no. : A095/T-119/10-11/RKS/06

Bidding Document : RAW WATER RESERVOIR WORKS FOR GAIL


PETROCHEMICAL COMPLEX-II

Due Date & Time : Upto 1400 Hrs. (IST) on 25.03.2011

From : To :

AGM(C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066

ATTN: MR. RAJEEV JAIN

(To be pasted on the outer envelope containing POWER OF ATTORNEY & INTEGRITY PACT) (PART V)

==================================================================
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 1 of 17

INSTRUCTIONS TO BIDDERS (ITB)


GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 2 of 17

INDEX

1.  SCOPE OF BID: ........................................................................................................................... 3 


2.  ELIGIBLE BIDDERS:.................................................................................................................... 3 
3.  ONE BID PER BIDDER ................................................................................................................ 3 
4.  COST OF BIDDING ...................................................................................................................... 3 
5.  SITE VISIT .................................................................................................................................... 3 
6.  CONTENT OF BIDDING DOCUMENT.......................................................................................... 4 
7.  CLARIFICATION ON BIDDING DOCUMENTS ............................................................................ 4 
8.  AMENDMENT OF BID DOCUMENTS .......................................................................................... 5 
9.  LANGUAGE OF BID ..................................................................................................................... 5 
10.  DOCUMENTS COMPRISING THE BID ....................................................................................... 5 
11.  BID PRICES .................................................................................................................................. 7 
12.  BID CURRENCY: .......................................................................................................................... 8 
13.  PERIOD OF VALIDITY OF BIDS .................................................................................................. 8 
14.  BID SECURITY ............................................................................................................................. 8 
15.  PRE-BID MEETING ...................................................................................................................... 9 
16.  FORMAT AND SIGNING OF BID ................................................................................................. 9 
17.  ZERO DEVIATION: ..................................................................................................................... 10 
18.  E-PAYMENTS ............................................................................................................................. 10 
19.  SEALING AND MARKING OF BIDS .......................................................................................... 11 
20.  DEADLINE FOR SUBMISSION OF BID ..................................................................................... 12 
21.  LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE ............................ 12 
22.  MODIFICATION AND WITHDRAWAL OF BIDS ........................................................................ 12 
23.  BID OPENING............................................................................................................................. 12 
24.  PROCESS TO BE CONFIDENTIAL ........................................................................................... 13 
25.  CONTACTING THE EMPLOYER/CONSULTANT ...................................................................... 13 
26.  EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS ............................. 13 
27.  DELETED ................................................................................................................................... 14 
28.  PRICE BID OPENING ................................................................................................................. 14 
29.  ARITHMETIC CORRECTIONS ................................................................................................... 14 
30.  DELETED ................................................................................................................................... 14 
31.  EVALUATION AND COMPARISON OF BIDS............................................................................ 14 
32.  AWARD OF WORK. ................................................................................................................... 15 
33.  EMPLOYER / CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID ... 15 
34.  NOTIFICATION OF AWARD ...................................................................................................... 15 
35.  CONTRACT AGREEMENT ........................................................................................................ 15 
36.  PERFORMANCE GUARANTEE ................................................................................................. 16 
37.  CORRUPT AND FRAUDULENT PRACTICES ........................................................................... 16 
38.  WAIVER OR TRANSFER OF THE AGREEMENT ...................................................................... 17 
39.  ORDER OF PRESIDENCE ......................................................................................................... 17 
40.  UNSOLICITED POST TENDER MODIFICATIONS .................................................................... 17 
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 3 of 17

INSTRUCTIONS TO BIDDERS (ITB)

GENERAL
1. SCOPE OF BID:
1.1. The Employer/Purchaser/Owner/GAIL as defined in the General Conditions of
Contract, hereinafter “the Employer” wishes to receive bids as described in the
Bidding Documents.
1.2. The scope of work is provided in the Technical Section of the Bidding Document.
1.3. The successful bidder will be expected to complete the scope of works within the
period stated in Special Conditions of Contract.
1.4. The term “bid”, Bidding Document and “tender” and their derivatives (such as
“bidder/tenderer”, “Bid/tendered/tender”, “bidding/tendering”, etc.) are
synonymous and ‘day’ means calendar day. Singular means plural.

1.5. The Words “Bidder’s Qualification Criteria (BQC)”, “Qualification criteria”, “BEC”
are synonymous.

1.6. In the event of this tender being cancelled, the tender fee shall be refunded to the
concerned bidder.

2. ELIGIBLE BIDDERS:
2.1. Bidder shall, as part of their bid, submit a written Power of Attorney authorizing
the signatory of the Bid to commit the bidder.
2.2. Pursuant to qualification criteria specified in Invitation for Bids (IFB) the bidder
shall furnish all necessary supporting documentary evidence to establish the
bidder’s claim of meeting qualification criteria.
2.3. The bidder shall furnish, as part of his bid, documents establishing the bidder’s
eligibility to bid and his qualifications to perform the Contract if his bid is accepted.
2.4. The invitation of bid is open to any bidder.
2.5. The bidder shall not be under a declaration of ineligibility by Employer/Consultant
for corrupt or fraudulent practices as defined in ITB clause no. 37.
2.6. The bidder is not put on holiday by GAIL or EIL or black listed by any Government
Department/ Public Sector on due date of submission of bid. If the documents
were issued inadvertently / downloaded from website, offers submitted by such
bidders shall not be considered for opening / evaluation / award.
3. ONE BID PER BIDDER
3.1. A bidder shall submit only one bid in the same bidding process. A Bidder who
submits or participates in more than one bid will cause all the proposals in which
the bidder has participated to be disqualified.
4. COST OF BIDDING
4.1. The bidder shall bear all costs associated with the preparation and submission of
the bid, and Employer / Consultant, will in no case be responsible or liable for this
cost, regardless of the conduct or outcome of the bidding process.
5. SITE VISIT
5.1. Location of Site:
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 4 of 17

The Project site is located at Vijaipur which in the district Guna of Madhya
Pradesh.
5.2. The bidder is advised to visit and examine the site of works and its surroundings
and obtain for himself on his own responsibility all information that may be
necessary for preparing the bid and entering into the Contract. The cost of visiting
the site shall be at Bidder's own expenses. Claims and objections due to
ignorance of existing conditions will not be considered after submission of the bid
and during implementation.
5.3. The bidder and any of his personnel or agents will be granted permission by the
Employer/Consultant to enter upon his premises and lands for the purpose of
such inspection, but only upon the explicit condition that the Bidder, his personnel
or agents will release and indemnify the Employer/Consultant and his personnel
and agents from and against all liability in respect thereof and will be responsible
for personnel injury (whether fatal or otherwise), loss of or damage to property
and any other loss, damage, cost and expenses incurred as a result hereof.
Employer/Consultant shall provide necessary assistance, if required, to the
bidder(s) for the purpose of site visit.
5.4. Contact person:
Sh. Vijay Kumar Pal,
Chief Manager (O&M)
Mob : 9425354101
Land Line : 07544274603

BIDDING DOCUMENTS
6. CONTENT OF BIDDING DOCUMENT
6.1. The bid documents hosted on GAIL and EIL Websites are as stated below and
should be read in conjunction with any Amendment/ addenda issued / hosted in
accordance with clause 8 of ITB:
Part-I :Volume IA : Commercial Section
Part-I :Volume IB : Technical Section
Part-II : Price Part
6.2. The bidder is expected to examine IFB, e-bidding guidelines on GAIL website, all
instructions, form/formats, terms, specifications and drawings etc., enclosed in the
bid documents. The invitation for bid (IFB) together with all its attachment thereto,
shall be considered to be read, understood and accepted by the bidder. Failure to
furnish all information required by the Bid Documents or submission of a bid not
substantially responsive to the Bidding Documents in every respect will be at
bidder’s risk and may result in the rejection of the Bid.
7. CLARIFICATION ON BIDDING DOCUMENTS
7.1. A prospective bidder requiring any information or clarification of the bidding
documents, may notify the Employer / Consultant in writing by e-mail / fax / post at
Consultant’s mailing address indicated in the bidding document (Engineers India
Ltd., Engineers India Bhawan, 1 Bhikaiji Cama Place, New Delhi – 110066, India.
Fax No. 0091 11 26167664 / 26191714, e-mail: rajeev.jain@eil.co.in;
swapnil.v@eil.co.in. All questions / queries should be referred to Consultant at
least 02 (Two) days before scheduled date of pre-bid meeting.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 5 of 17

8. AMENDMENT OF BID DOCUMENTS


8.1. At any time prior to the deadline for submission of bids, the Employer/Consultant
may, for any reason, whether on its own requirement or in response to a
clarification requested by prospective bidders, modify the bidding documents by
issuing addenda.
8.2. Any addendum thus issued shall be part of the bidding documents. The
addendum will be hosted on the GAIL websites http://www.gailonline.com,
https://etender.gail.co.in, EIL website http://engineersindia.com and Govt,’s
website http://tenders.gov.in. All the prospective bidders who have downloaded
the bidding document shall be informed by e-mail / Fax about the addendum for
their reference. Bidders have to take into consideration of all the addendum(s) /
corrigendum (s) / clarifications issued / web hosted, before submitting the bid.
8.3. The Employer / Consultant may, at its discretion, extend the date of submission of
bids in order to allow the bidders a reasonable time to furnish their most
competitive bid taking into account the amendments issued.
PREPARATION OF BIDS
9. LANGUAGE OF BID
9.1. The bid prepared by the bidder, all correspondence/drawings and documents
relating to the bid exchanged by the bidder with the Employer/Consultant shall be
in English Language alone provided that any printed literature furnished by the
bidder may be written in another language so long as accompanied by an English
translation, in which case, for the purpose of interpretation of the bid, the English
translation shall govern.
9.2. In the event of submission of any document/ certificate by the Bidder in a
language other than English, the English translation of the same duly
authenticated by Chamber of Commerce of bidder’s country shall be submitted by
the bidder.
10. DOCUMENTS COMPRISING THE BID
10.1. The e-bid prepared by the bidder shall comprise of the following:
10.2. E-Envelope- I: Superscribing Techno-Commercial Un-Priced Bid (PART-I)
10.2.1. Part – I: Techno-commercial / Un-priced bid and shall contain the following duly
e-singed on each page.
a. Covering letter.
b. Bidder’s General Details/information as per FORM F-1.
c. Power of Attorney in original physical form in favour of person (s) signing
(digitally signing) the bid that such person (s) is/are authorised to sign the bid
on behalf of the bidder and any consequence resulting due to such signing
shall be binding on the bidder.
d. Bid Form and Appendix to Bid form as per FORM F-2.
e. Bid security/EMD in accordance with Clause 14 of “ITB” shall be furnished in
Original in physical form either in the form of Banker’s Cheque/Bank Draft
payable to GAIL at New Delhi or Bank Guarantee as per FORM F-3.
f. Details of similar work done during past seven years as per FORM F-4.
g. Specific experience and annual turnover details as called for in qualifying
requirement as per Form F-5.
h. Form F-6 : DELETED.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 6 of 17

i. Deployment Schedule of construction equipment, tools & tackles proposed for


execution of works as per FORM F-7.
j. Details of proposed organisation along with CVs of key personnel for Home and
Site Office as per Proposal FORM F-8.
k. Compliance to Bid Requirement as per Proposal FORM F-9.
l. Details of PF Registration No. as per proposal FORM F-10.
m. Reply to Commercial Questionnaire FORM F-11.
n. Letter of authority in original physical form in favour of any one of bidder’s
executive having authority to attend the un-priced and price bid opening on
specified dates and venue as per FORM F-12.
o. List of Enclosures as required in FORM F-13.
p. Check list duly filled in as per FORM F-14.
q. Bidder’s queries for pre-bid discussion as per FORM F-15.
r. Deleted.
s. Deleted
t. Copies of documents defining constitution or legal status, place of registration
and principal place of business of the Company.
u. Details of your registration as Micro/ Small/ Medium enterprises as per FORM
F-16
v. Bidder’s declaration that they are not under any liquidation, court receiver ship
or similar proceedings as per FORM F-17.
w. Certificate Indemnifying Government of India in as per FORM F-18.
x. Project Schedule in the form of Bar Chart
y. Compliance to deployment of minimum construction equipments and
supervisory personnel as per the list enclosed in the SCC, duly signed and
stamped by authorised person of the same.
z. As a confirmation that prices are quoted in requisite format strictly complying
with the requirement in envelope-II (price bid), copy of complete price schedule
(with prices blanked out) shall be enclosed in techno-commercial bid
mentioning, “quoted” against each item including unpriced copy of extended
stay compensation
aa. Master Index and copies of all technical and commercial
amendments/addendums issued, duly signed and stamped on each page as a
token of having received and read all parts of the bidding document and having
accepted and considered the same in preparing their bid.
bb. Any other information/ details required as per requirement of bidding
documents like technical details/documents, duly filled, signed and stamped
Integrity Pact etc.
Note: All pages of the bid are to be signed and sealed by authorised person of the
bidder. Bidder to provide file/folder names exactly as given in the list. In case there
is no format the file/folder can be titled by first three or four words.
10.3. E-Envelope II: Superscribing “Price Bid – Not to Open with Techno –
Commercial Un Price Bid”- (PART-II)
10.3.1. Part – II : Price Bid
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 7 of 17

10.3.1.1. Part – II shall contain original Schedule of Prices (SOP) duly filled, signed and
stamped on each page.
10.4. Envelope III; Superscribing “Bid Security”- PART-III in physical form.
10.4.1. Part-III: Bid Security in original physical form.
10.4.1.1. Part-III shall contain original Bid security in separate sealed envelope.
10.5. Envelope IV; Superscribing “Bidding Document Fee”- PART-IV in physical
form.
10.5.1. Part-IV: Bidding document fee.
10.5.1.1. Part-IV shall contain original bidding document fee as explained in the IFB.
10.6. Envelope V; Superscribing “Power of Attorney” and “Integrity Pact”- PART-
V in physical form.
10.6.1.1. Part-V: Power of Attorney and Integrity Pact.
10.6.1.2. Part-V: shall contain original Power of Attorney in the name of signatory of bid and
Integrity Pact duly signed by authorised person(s).
11. BID PRICES
11.1. The bidder shall e-quote bid prices on the appropriate format for “Schedule of
Prices” enclosed as part of bidding document.
11.2. The bidder shall e-quote the prices in the Schedule of Prices after careful analysis
of cost involved for the performance of complete work considering all parts of the
bidding documents. In case, any activity though specifically not covered but is
required to complete the work as per scope of work, scope of supply,
specifications, standards, drawings, GCC, SCC or any other part of bidding
document, the prices quoted shall deemed to be inclusive of cost incurred for
such activity.
11.3. Unless stated otherwise in the bidding documents, the Contract shall be for the
total works as described in Bidding Document for the specified Sections (as
specified in the IFB) for which bidder intends to quote based on the prices in
Schedule of Prices submitted by the bidder and accepted by the
Employer/Consultant. Bid for part scope of work quoted sections shall be rejected.
11.4. Prices must be filled in format for `Schedule of Prices' enclosed as part of bidding
document. If quoted in separate typed sheets and any variation in item
description, unit or quantity is noticed, the bid is liable to be rejected.
11.5. All duties and taxes shall be as per Special Conditions of Contract (SCC).
11.6. Prices quoted by the bidder, shall remain firm and fixed and valid until completion
of the Contract and will not be subject to variation on any account.
11.7. Bidder may note that Employer / Consultant will not issue any concessional form
for CST / LST.
11.8. The Bidder shall quote the prices both in figures as well as in words, as per the
requirement. There should not be any discrepancies between the price indicated
in figures and the price indicated in words.
11.9. Alternative bids shall not be considered.
11.10. Discount, if any, must indicate in the column provided in Schedule of Prices only.
Conditional discount, if offered, shall not be considered for evaluation.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 8 of 17

12. BID CURRENCY:


12.1. Bidders shall quote the prices in Indian Rupees only.
12.2. All payment to be made by Employer shall be made in Indian Rupees only.
13. PERIOD OF VALIDITY OF BIDS
13.1. The bid shall remain valid for acceptance for Three (3) months from the bid due
date. A bid valid for a shorter period shall be rejected being non-responsive.
13.2. In exceptional circumstances, prior to expiry of the original bid validity period, the
Employer/ Consultant may request that the bidder extend the period of validity for
a specified additional period. The requests and the responses thereto shall be
made in writing (by e-mail/fax/post). A bidder may refuse the request without
forfeiture of its bid security. A bidder agreeing to the request will not be required or
permitted to modify his bid, but will be required to extend the validity of its bid
security for the period of the extension and in accordance with ITB clause 14 in all
respects.
14. BID SECURITY
14.1. The bidder shall furnish, as part of its Bid, a Bid Security in the amount specified
in the IFB.
14.2. The bid security is required to protect the Employer against the risk of bidder’s
conduct which would warrant the bid security’s forfeiture, pursuant to clause 14.7
of ITB.
14.3. The bid security in Indian Rupees shall be in the form of Demand Draft / Banker’s
Cheque in favour of GAIL (India) Ltd., payable at New Delhi (issued by any Indian
Scheduled bank or a branch of an International bank situated in India and
registered with the Reserve Bank of India as scheduled foreign bank) or in the
form of an irrevocable Bank Guarantee in favour of GAIL (India) Ltd. as per format
enclosed at F-3.
GAIL shall not be liable to pay any bank charges, commission or interest on the
amount of bid security.
In case, bid security is in the form of irrevocable Bank Guarantee the same shall
be from any Indian scheduled Bank or a branch of an International bank situated in
India and registered with the Reserve Bank of India as scheduled foreign bank.
However, in case of Bank Guarantee from banks other than the Nationalized
Indian bank, the bank must be a commercial bank having net worth in excess of
Rs. 100 Crores and a declaration to this effect should be made by such
commercial bank either in the bank guarantee itself or separately on its letterhead.
The bid security shall be valid for two (02) months beyond the validity of the bid as
specified in Clause 13 of i.e. 5 (Five) months beyond deadline for bid submission.
14.4. Any bid not secured in accordance with clause 14.1 and 14.3 shall be rejected by
GAIL as non-responsive.
14.5. Unsuccessful bidder’s bid security will be discharged or returned, as promptly as
possible but not later than 30 days after the expiration of period of bid validity
prescribed by GAIL pursuant to clause 13.
14.6. The successful bidder’s bid security will be discharged upon the bidder’s
accepting the order, pursuant to clause 32 of ITB and furnishing the Contract
Performance Guarantee pursuant to clause 36 of ITB.
14.7. The bid security may be forfeited:
14.7.1. If a bidder withdraws its bid during the period of Bid validity.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 9 of 17

14.7.2. In case of a successful bidder, if the bidder fails:


i) to accept the award in accordance with clause 32 of ITB or
ii) if a Bidder withdraws its bid during the period of Bid validity specified by the
bidder on the bid Form, or
iii) if a Bidder modifies his bid during the period of Bid Validity except if such
modification is solicited by GAIL/EIL in writing, or
iv) to accept the arithmetic corrections pursuant to clause 29 of ITB and / or
v) in case of a successful Bidder, if the Bidder fails, within the specified period
a) to sign the Contract and
b) to furnish the performance guarantee in accordance with Clause 36 of
ITB.
14.8. Bid security should be in favour of GAIL (India) Limited, New Delhi and addressed
to GAIL. Bid security must indicate the bid document and the work for which the
bidder is quoting. This is essential to have proper co-relation at a later date. The
bid security shall be in the format provided at Form F-3.
14.9. Central Public Sector Undertakings of Government of India and firms registered
with NSIC are exempted from furnishing Bid Security, provided they are registered
for the quoted items, they intend to quote and subject to their enclosing with their
bid a copy of latest and current registration certificate.
15. PRE-BID MEETING
15.1. The bidder (s) or his designated representative, who have downloaded the bid
document and have confirmed their intention to bid are invited to attend a pre-bid
meeting which will take place at Engineers India Limited, EI Annexe Building,1B,
Bhikaiji Cama Place, R.K. Puram, New Delhi- 110066, India.
15.2. The purpose of meeting will be to clarify issues and to answer queries on any
matter that may be raised at that stage.
Session will also be arranged for bidders to demonstrate the e-Tendering system
to facilitate bidders to submit the Bid Online.

15.3. The bidder is requested, as far as possible, to submit any queries by courier or by
fax to reach Employer/Consultant’s office not later than 02 (Two) days before the
meeting. It may not be practicable at the meeting to answer queries received late,
but queries and responses/clarifications will be transmitted in accordance with the
following sub-clause.
15.4. The text of the queries raised and the responses given, together with any
responses prepared after the meeting will be transmitted without delay (without
identifying the sources of the questions) to all who have purchased or downloaded
the bidding documents. Any modifications of the bidding documents listed in
clause 6.1 of ITB that may become necessary as a result of the pre-bid meeting
shall be made by the Employer exclusively through the issue of an addendum
pursuant to clause 8 of ITB and not through the minutes of the pre-bid meeting
15.5. Non- attendance of the pre-bid meeting will not be a cause for disqualification of
the bidder.
16. FORMAT AND SIGNING OF BID
16.1. The bidder shall submit e-bid as per Clause 10 of this ITB on GAIL’s e-tender
website: (https://etender.gail.co.in) as per guidelines given therein.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 10 of 17

16.2. The e-bid shall be signed (e-signed) by the person or persons duly authorised to
sign on behalf of the bidder. The digital signature used for signing the bid shall be
issued in the name of such authorised person and the certificate details, available
from the signed documents, should indicate the details of the signatories. All
documents/files of the bid shall be signed by using the digital signature issued in
the name of the person having valid POA at the time of bid submission. Any
consequences resulting due to such signing (e-signing) shall be binding on the
bidder.
16.3. The bid shall contain no alterations, omissions or additions, unless such
corrections are initialled by the person or persons signing the bid.
17. ZERO DEVIATION:
17.1. Bidder to note that this is a ZERO deviation bidding document. Employer /
Consultant will appreciate submission of offer based on the terms and conditions
in the enclosed GCC, SCC, ITB, Scope of Work, and Technical Specification etc.
to avoid wastage of time and money in seeking clarifications on technical /
commercial aspect of the offer. Bidders may note that no technical and
commercial clarifications will be sought for after the receipt of the bid.
17.2. Not withstanding to the above, bids with the following deviation(s) to the bid
conditions shall be summarily rejected without any post bid reference to the
bidder:
17.2.1. Firm prices
17.2.2. Earnest money deposit (EMD) / Bid bond
17.2.3. Scope of work
17.2.4. Specifications
17.2.5. Price schedule
17.2.6. Delivery / Completion Schedule.
17.2.7. Period of validity of bid
17.2.8. Price Reduction Schedule (PRS).
17.2.9. Performance Bank Guarantee (PBG) / Security Deposit.
17.2.10. Guarantee
17.2.11. Arbitration / Resolution of dispute
17.2.12. Force Majeure.
17.2.13. Applicable laws
17.2.14. EPF registration
17.2.15. Any other condition specifically mentioned in the tender documents elsewhere that
non-compliance of the clause lead to rejection of the bid.
17.2.16. In case Bidder stipulate deviations, Owner/ EIL have the right to reject such bid at
its absolute discretion without giving any opportunity for such Bidder to make good
such deficiency.
18. E-PAYMENTS
18.1. GAIL (India) Limited has initiated payments to suppliers and Contractors
electronically and to facilitate the payments electronically, the bidder should have
an account with HDFC Bank or ICICI Bank or State Bank of India so that the
payment through e-banking be made to the bidder, in case work is awarded to
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 11 of 17

him. The bidder should give their account number and other details in any one of
the above banks to facilitate payment through E-banking.

SUBMISSION OF BIDS
19. SEALING AND MARKING OF BIDS
19.1. E-Bid shall be submitted in the following manner in separate e-envelopes with file
names as per the details given below:
Part-I – Techno-commercial / un-priced bid
Part-II - Priced Bid
Part-III - Original Bid security in physical form.
Part-IV – Bid Documents Fee in physical form as explained in IFB.
Part-V- Power of Attorney and Integrity Pact in physical form.
19.2. Techno Commercial Un-priced Bid: (Part I) Original Bid of Techno–
commercial Un-priced Bid shall be named as “Techno-Commercial Un-Priced
Bid”.
19.3. Price Bid: (Part II) Original Price Bid shall be named as “Price Bid” and
uploaded as per SRM attachment.
19.4. Bid Security: (Part III) in physical form : Original of bid security and five copies of
the same shall be submitted in sealed envelope clearly super scribing “Bid
Security for Raw Water Reservoir Works for GAIL Petrochemical Complex-II,
Vijaipur “Original” and “(5) five Copies”. Scanned copies of the same shall be
uploaded in the e-bid along with un-priced bid with file name “Bid Security”.
19.5. Bid Document Fee (Part-IV) in physical form : Original of Bid Document Fee as
explained in IFB shall be sealed in an envelope clearly super-scribing “Bid
Document Fee” for Raw Water Reservoir Works for GAIL Petrochemical
Complex-II, Vijaipur Scanned copy of the same shall be uploaded in the e-bid
along with un-priced bid with the file name as “Bid Document Fee”.
19.6. Power of Attorney and Integrity Pact (Part-V) in physical form: Original of Power
of Attorney and Integrity Pact and five copies of the same shall be sealed in an
envelope clearly super scribing “Power of Attorney” and “Integrity Pact” for Raw
Water Reservoir Works for GAIL Petrochemical Complex-II, Vijaipur
“Original” and “(5) five copies”. Scanned copies of the same shall be uploaded
along with the un-priced bid with file name as “Power of Attorney” and Integrity
Pact.
19.7. All envelopes containing the documents in physical form required to be submitted
by the bidder shall have Bid Document Number and shall be submitted at address
mentioned in Cl.19.8below.
The documents (i) Bid Document Fee, ii) EMD/Bid Bond, iii) Power of Attorney &
Integrity Pact required in physical form as mentioned in IFB/ITB.
Above document which has been uploaded, shall be received within 7 days
from the date of un-priced bid opening, failing which the bid will be rejected
irrespective of their status/ranking in tender and notwithstanding the fact
that a copy of EMD was earlier uploaded by the Bidder.
19.8. Bids must be received online by GAIL through their e-tendering website and
documents in other envelopes containing Physical Forms must be received by EIL
at the following address:
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 12 of 17

AGM (C&P)
Engineers India Limited
EI-Annexe, 2nd Floor
1, Bhikaiji Cama Place,
R.K. Puram, New Delhi-110 066
Attn.: Mr. RAJEEV JAIN

19.9. Each envelope shall indicate name and address of the bidder to enable the bid to
be returned unopened, if required.
19.10. If the envelope is not sealed and marked as above, the Employer will assume no
responsibility for the misplacement or premature opening of the bid.
20. DEADLINE FOR SUBMISSION OF BID
20.1. The bid must be submitted on line at GAIL e-tender site (http://etender.gail.co.in)
within due date and time for bid submission as specified in clause 3.0 (f) of IFB
and all envelopes containing the documents in physical form as specified in
clause no 19.1 shall be submitted within 7 days from the bid due date as
mentioned in clause no. 19.7.
20.2. The Employer/Consultant may, in exceptional circumstances and at its discretion,
on giving reasonable notice by e-mail / fax or any written communication to all
prospective bidders who have downloaded the bid document extend the deadline
for the submission of bids in which case all rights and obligations of the Employer
/ Consultant and bidders, previously subject to the original deadline will thereafter
be subject to deadline as extended.
21. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
21.1. E-system of GAIL shall close immediately after the deadline for submission of bid
prescribed by the Consultant pursuant to clause 20 of ITB.
21.2. Unsolicited bids or bids being submitted in physical form / to address other than
one specifically stipulated in the bid document will not be considered for opening /
evaluation / award and will be returned to such bidders.
22. MODIFICATION AND WITHDRAWAL OF BIDS
22.1. The bidder may modify, re-submit or withdraw its e-bid after the bid submission,
but, before the due date of submission as per provision of e-tendering system of
GAIL.
22.2. Deleted
22.3. No bid shall be modified after the deadline for submission of bid.
22.4. No bid shall be allowed to be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity specified by the
bidder on the bid form. Withdrawal of a bid during this interval shall result in the
bidder’s forfeiture of its bid security, pursuant to clause 14.7 of ITB.

BID OPENING AND EVALUATION


23. BID OPENING
23.1. Un-Priced Techno – Commercial bid opening:
23.2. The Employer/Consultant will open the un-priced techno – commercial bids in the
presence of bidders’ designated representatives at date & time as stipulated in
IFB at GAIL’s address. The bidder’s representatives who are present shall sign
bid-opening statement evidencing their attendance.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 13 of 17

23.3. Bidder’s names, the presence (or absence) and amount of bid security, and any
other such details as the consultant may consider appropriate will be announced
by the Consultant.
24. PROCESS TO BE CONFIDENTIAL
24.1. Information relating to the examination, clarifications, evaluation and comparison
of bids, and recommendations for the award of a Contract shall not be disclosed
to bidders or any other person officially concerned with such process. Any effort
by a bidder to influence the Employer/Consultant in any manner in respect of bid
evaluation or award will result in the rejection of that bid.
25. CONTACTING THE EMPLOYER/CONSULTANT
25.1. From the time of the bid opening to the time of the Contract award, if any bidder
wishes to contact the Employer for any matter relating to the bid it should do so in
writing.
25.2. Any effort by a bidder to influence the Employer/Consultant in any manner in
respect of bid evaluation or award will result in the rejection of that bid.
26. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
26.1. Techno-Commercial Bid Evaluation.
26.2. The Employer / Consultant will examine the bids to determine whether they are
complete, whether any computational errors have been made, whether required
securities have been furnished, whether the documents have been properly
signed, and whether the bids are generally in order.
26.3. Prior to the detailed evaluation, the Employer / Consultant will determine whether
each bid is of acceptable quality, is generally complete and is responsive to the
Bidding Documents. For the purposes of this determination, a responsive bid is
one that conforms to all the terms, conditions and specifications of the Bidding
Documents without deviations, objections, conditionality or reservations.
26.4. No deviation, whatsoever, is permitted in the Bidding Documents and the price
bids of those bidders whose technical and commercial bids contain any exception
to the conditions and stipulations of the Bidding Documents shall not be opened.
26.5. The Employer / Consultant’s determination of a bid’s responsiveness is to be
based on the contents of the bid itself without recourse to extrinsic evidence. If a
bid is not responsive, it will be rejected by the Employer / Consultant, and may not
subsequently be made responsive by the bidder by correction of the
nonconformity.
26.6. The Employer / Consultant will carry out a detailed evaluation of the bids
previously determined to be responsive in order to determine whether the
technical aspects are in accordance with the requirements set forth in the Bidding
Documents. In order to reach such a determination, the Employer / Consultant will
examine and compare the technical aspects of the bids on the basis of the
information supplied by the bidders, taking into account the following factors:
(a) Overall completeness and compliance with the Technical Specifications;
quality, function and operation of any process control concept included in the
bid. The bid that does not meet minimum acceptable standard of
completeness/ specifications defined in the bid document, consistency and
detail will be rejected as non-responsive.
(b) Any other relevant factor, if any that the Employer / Consultant deems
necessary or prudent to be taken into consideration.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 14 of 17

26.7. Requisite forms contains all necessary information including those required for
meeting qualifying criteria stipulated in IFB, etc.
27. DELETED
28. PRICE BID OPENING
28.1. The Employer/Consultant shall inform the time, date and venue for price bid
opening to all such bidders who qualify pursuant to techno-commercial bid
evaluation. Bidders may be required to attend price bid opening at a short notice
of 24 hours.
28.2. The Employer / Consultant will open price bids of all bidders notified to attend
price bid opening in presence of authorised bidders’ representatives present at
the time of priced bid opening. The bidder’s representatives who are present shall
sign bid-opening statement evidencing their attendance.
28.3. The bidder’s name, prices, and such other details as the Employer / Consultant, at
its discretion, may consider appropriate will be announced and recorded at the
time of bid opening.
29. ARITHMETIC CORRECTIONS
29.1. The bids will be checked for any arithmetic errors as follows.
29.2. Where there is a discrepancy between the amount in figures and in words, the
amount in words will govern and
29.3. Where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted shall
prevail and the total price shall be corrected.
29.4. If the bidder does not accept the correction of errors, its bid will be rejected and
the bid security will be forfeited.
30. DELETED
31. EVALUATION AND COMPARISON OF BIDS
31.1. The “Schedule of Rates/Prices” quoted inclusive of all taxes and duties in the
“Summary of Prices” shall be taken up for evaluation.
31.2. Evaluated prices, after considering loading for extended stay compensation as per
clause 27.0 of SCC, shall be worked out and work shall be awarded on the bidder
whose evaluated price is the lowest.
31.3. In case a Bidder does not quote for any items of Schedule of Prices, and the
estimated price impact of unquoted items is more than 10% of his quoted price, the
bid will be rejected. If such price impact of unquoted items is 10% or less of his
total quoted price and under special circumstances, Owner/ EIL decide to consider
the bid, then for the purpose of comparison, the unquoted items shall be loaded by
price impact calculated on the basis of highest of the rates quoted by other bidders
and estimated rate. If after evaluation, such bidder is found to be the lowest
evaluated bidder, the rates for the missing item shall be considered as included in
quoted bid price.
31.4. Deleted.
31.5. Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices,
offered by the Bidders after opening of the prices, shall not be considered.
However, if reduction is from the recommended Bidder, such reduction shall be
taken into account for arriving at the contract value.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 15 of 17

31.6. The unit prices quoted in the price bid is to be considered for evaluation and no
cognizance will be given to the supplementary/supporting document attached to
the price bid, break-up of prices, etc.
31.7. If discounts and prices etc., are not filled up in the Schedule of Prices and are not
as per the requirements of the Bidding Document, the same shall be omitted from
evaluation.

AWARD OF CONTRACT
32. AWARD OF WORK.
32.1. The Employer / Consultant will award the Contract to the successful bidder (s)
whose bid has been determined to be substantially responsive, meets the
technical & financial criteria and / or have been determined as a lowest bid on
lowest quote basis and capacity of Bidders is as per qualification criteria based on
IFB and is determined to be qualified to satisfactorily perform the Contract.
32.2. Employer also reserves the right to negotiate the quoted prices before award of
work.
33. EMPLOYER / CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT
ANY BID
33.1. The Employer/Consultant reserves the right to accept or reject any bid, and to
annul the bidding process and reject all bids at any time prior to award of the
contract without thereby incurring any liability to the affected bidder or bidders or
any obligations to inform the affected bidder or bidders of the ground for
Employer / Consultant’s action.
34. NOTIFICATION OF AWARD
34.1. Prior to the expiration of period of bid validity GAIL will notify the successful bidder
in writing by fax / e-mail to be confirmed in writing, that his bid has been accepted.
The notification of award / Fax of Acceptance will constitute the formation of the
Contract.
34.2. The Progressive Delivery / Completion period shall commence from the date of
notification of award / Fax of Acceptance (FOA).
34.3. The notification of award will constitute the formation of a Contract, until the
Contract has been effected pursuant to signing of Contract.
35. CONTRACT AGREEMENT
35.1. Contract documents for agreement shall be prepared after the acceptance of bid.
Until the final contract documents are prepared and executed this bid document
together with the annexed documents, modifications, deletions agreed upon by
the Employer / Consultant and bidders acceptance there of shall constitute a
binding contract between the successful Bidder and the Employer / Consultant
based on terms contained in the aforesaid documents and the finally submitted
and accepted prices.
35.2. The Contract document shall consist of the following:
a) Original Bidding Document along with its enclosures issued.
b) Amendment / Corrigendum to original Bidding Document issued, if any.
c) Fax of Acceptance.
d) Detailed Letter of Award / Acceptance along with Statement of Agreed
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 16 of 17

Variation (if any) and enclosures attached therewith.


35.3. After the successful bidder has been notified for acceptance of his bid, the bidder
is required to execute the Contract Agreement within 15 days of receipt of Fax of
Intent in the form provided in the Bidding Documents. The Contract Agreement is
to be executed on the non-judicial paper of appropriate value (the cost of stamp
paper shall be borne by the Contractor).
35.4. In the event of failure on the part of the successful bidder to sign the Agreement
within the above-stipulated period, the Bid Security shall be forfeited and the
acceptance of the tender shall be considered as cancelled.
36. PERFORMANCE GUARANTEE
36.1. Pursuant to clause no. 24 of GCC-Works bidder will provide Performance
Guarantee of appropriate value within 15 days of receipt of FOI from the
Employer. The Performance Guarantee shall be in form of either Demand Draft or
Banker’s Cheque or irrevocable Bank Guarantee and shall be in the currency of
Contract.
Failure of the successful bidder to comply with the requirement of this clause shall
constitute a breach of contract, cause for annulment of the award, forfeiture of the
bid security and any such remedy the Employer may take under the Contract
pursuant to Clause 32 (C) of GCC-Works and the Employer may resort to
awarding the Contract to the next ranked bidder.
37. CORRUPT AND FRAUDULENT PRACTICES
37.1. The Employer requires that Bidders/Contractors observe the highest standard of
ethics during the execution of Contract. In pursuance of this policy, the Employer
defines, for the purposes of this provision, the terms set forth below as follows:
i) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything
of value to influence the action of public official in contract execution; and
ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence
the execution of a Contract to the detriment of the Employer, and includes
collusive practise among bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels and to deprive the
Employer of the benefits of free and open competition.
37.2. The Employer will reject a proposal for award if it determines that the bidder
recommended for award has engaged corrupt or fraudulent practices in
competing for the Contract in question:
37.3. The Employer will declare a firm ineligible for a period pursuant to Clause No.
28.1.3 of GCC-Goods.
37.4. The bidder(s) are required to execute the “Integrity Pact” attached in the Bid
Document. In case a bidder does not sign the Integrity Pact, his bid shall be liable
for rejection.
a) 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 the bids and forfeiture
of Earnest Money Deposit.
b) In case, the information/ document furnished by the vendor/ contractor
forming basis of evaluation of his bid is found to be false / forged after the
award of the contract, GAIL shall have full right to terminate the contract and
get the remaining job executed at the risk & cost of such vendor/ contractor
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 17 of 17

without any prejudice to other rights available to GAIL under the contract
such as forfeiture of CPBG / Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice
after execution of work, GAIL shall have full right to forfeit any amount due to
the vendor/ contractor along with forfeiture of CPBG/ Security Deposit
furnished by the vendor/ contractor.
d) Further, such bidder/ vendor / contractor shall be put on Blacklist/ Holiday
list of GAIL debarring them from future business with GAIL.

38. WAIVER OR TRANSFER OF THE AGREEMENT


38.1. The successful bidder shall not waive the Agreement or transfer it to third parties,
whether in part or in whole, nor waive any interest that is included in the
Agreement without the prior written permission of the Employer.
39. ORDER OF PRESIDENCE
39.1. The Articles contained in this Section shall supplement to the Special Conditions
of Contract, General Conditions of Contract – Works. Where any portion of
Special Conditions of Contracts, and General Conditions of Contract – Works is
repugnant or at variance with any provisions of Instructions to Bidders.
Instructions to Bidders shall be deemed to over-ride the provision(s) of Special
Conditions of Contract, and General Conditions of Contract – Works only to the
extent that such repugnancies of variations in Instructions to Bidders are not
possible of being reconciled with the provisions of Special Conditions of Contract,
General Conditions of Contract – Works.
40. UNSOLICITED POST TENDER MODIFICATIONS
40.1. Bidders are advised to quote as per terms and conditions of the Bidding
Document and not to stipulate deviations / exceptions. Once quoted, the bidder
shall not make any subsequent price changes, whether resulting or arising out of
any technical / commercial clarifications and details sought on any deviations,
exceptions or stipulations mentioned in the bid unless any amendment to Bidding
Document is issued by GAIL / EIL. Similarly, no revision in quoted price shall be
allowed should the deviations stipulated by him are not accepted by GAIL and are
required to be withdrawn by him in favour of stipulation of the Bidding Document.
Any unsolicited proposed price change is likely to render the bid liable for
rejection. In such event the action shall be initiated as per clause 22.4 of ITB.
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 1 of 34

PROPOSAL FORMS

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 2 of 34

FORM F-1

BIDDER’S GENERAL INFORMATION

To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India

1-1 Bidder Name: ________________________________________

1-2 Number of Years in Operation: ________________________________________

1-3 Address of Registered Office: ________________________________________

City________________ District _________

State _______________ PIN/ZIP__________

1-4 Operation Address


if different from above: ________________________________________

________________________________________

City________________ District _________

State _______________ PIN/ZIP__________

1-5 Telephone Number: _______________________________________

(Country Code) (Area Code) (Telephone Number)

1-6 E-mail address: ________________________________________

1-7 Website: ________________________________________

1-8 Fax Number: ________________________________________

(Country Code) (Area Code) (Telephone Number)

1-9 ISO Certification, if any {If yes, please furnish details}

1-10 Banker’s Name : _____________________________________

1-11 Branch : _____________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 3 of 34

1-12 Branch Code : _____________________________________

1-13 Bank account number : _____________________________________

1-14 Excise Registration number : _____________________________________

1-15 Excise Range : _____________________________________

1-16 Excise Division : _____________________________________

1-17 Excise Collectorate : _____________________________________

1-18 Local ST No. : _____________________________________

1-19 CST No. : _____________________________________

1-20 PAN No. : _____________________________________

1-21 Whether SSI Registered Or not : _____________________________________

(SIGNATURE OF BIDDER WITH SEAL)

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 4 of 34

FORM F-2

BID FORM AND APPENDIX TO BID FORM

To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066 India

Dear Sir,

After examining/reviewing the Bidding Documents for


_____________________________(Name of Work), including technical specifications,
drawings, General and Special Conditions of Contract and Price schedule etc. the receipt of
which is hereby duly acknowledged, we, the undersigned, are pleased to e-bid to execute the
whole of the Job for the item in conformity with, the said Bidding Documents, including its
Amendments.

We confirm that this bid is valid for a period of three (3) months from the date of opening of
Techno- Commercial Bid, and it shall remain binding upon us and may be accepted by any
time before the expiration of that period.

If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent)
of the Contract Price, for the due performance with in fifteen days of such award.

Until a final Contract is prepared and executed, the bid together with your written acceptance
thereof in your notification of award shall constitute a binding Contract between us.

We understand that Bidding Document is not exhaustive and any action and activity not
mentioned in Bidding Documents but may be inferred to be included to meet the intend of the
Bid Documents shall be deemed to be mentioned in Bidding Documents unless otherwise
specifically excluded and we confirm to perform for fulfillment of Agreement and completeness
of the Work in all respects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any bid that you may
receive.

------------------
(SIGNATURE)

(NAME AND DESIGNATION)

Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)

NAME :
ADDRESS:

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 5 of 34

ANNEXURE-I

PROFORMA OF BANK GUARANTEE


FOR CONTRACT PERFORMANCE (UNCONDITIONAL)
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

M/s. GAIL (India) Limited,


16, Bhikaiji Cama Place ,
New Delhi- 110066
India

Dear Sirs,

M/s. ____________________________________ having registered office at


____________________________ (hereinafter called the "CONTRACTOR" which expression
shall wherever the context so require include its successors and assignees) have been awarded
the work of ____________________________ for GAIL (India) Limited, New Delhi.
The Contract conditions provide that the CONTRACTOR shall pay a sum of Rs.
______________________(Rupees _______________________ only) as Initial/full Contract
Performance Guarantee in the form therein mentioned. The form of payment of Contract
Performance Guarantee includes guarantee executed by Nationalised Bank, undertaking full
responsibility to indemnify GAIL (India) Limited. (hereinafter called "OWNER" which expression
shall wherever the context so require, include its successors and assignees) in case of default.
The said ___________________________________ has approached the BANK (hereinafter
called "BANK", which expression shall wherever the context so require include its successors
and assignees) and at their request and in consideration of the premises, we, having our office at
______________________________ have agreed to give such guarantee as hereinafter
mentioned.

1. We ________________________________ hereby undertake to give the irrevocable


and unconditional guarantee with you that if default shall be made by M/s.
______________________________ in performing any of the terms and conditions of
the Contract or in payment of any money payable to GAIL (India) Limited. We shall on
first demand without demur, reservation, contest, recourse or protest and/or without
reference to the CONTRACTOR pay to OWNER in such manner as OWNER may
direct the said amount of Rupees ____________________ only or such portion thereof
not exceeding the said sum as OWNER may from time to time require.

1. OWNER will have the full liberty without reference to us and without affecting this
guarantee to postpone for any time or from time to time the exercise of any of the powers
and rights conferred on OWNER under the contract with the said CONTRACTOR and to
enforce or to forbear from enforcing any powers or rights or by reason of time being given
to the said CONTRACTOR and such postponement or forbearance would not have the
effect of releasing the BANK from its obligation under this DEBT.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 6 of 34

2. Your right to recover the said sum of Rs._____________________(Rupees


______________________ only) from BANK in manner aforesaid will not be affected or
suspended by reason of the fact that any dispute or disputes have been raised by the
said M/s_______________________________________ and/or that any dispute or
disputes are pending before any officer, tribunal or court and any demand made by
OWNER in the BANK shall be conclusive and binding. The BANK shall not be released
of its obligations under these presents by any exercise by OWNER of its liberty with
reference to matters aforesaid or any of their or by reason or any other acts of omission
or commission on the part of OWNER or any other indulgence shown by OWNER or by
any other matter or thing whatsoever which under law would, but for this provision, have
the effect of releasing the BANK.

3. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the CONTRACTOR but
shall in all respects and for all purposes be binding and operative until payment of all
money due to OWNER in respect of such liabilities is paid.

4. This guarantee shall be irrevocable and shall remain valid upto


____________________________ (This date should be 90 (Ninety) days after the expiry
of defect liability period) in accordance with the terms of contract which period is deemed to
complete on ___________________. The BANK undertakes not to revoke this guarantee
during its currency without previous consent of OWNER and further agrees that the
Guarantee contained shall continue to be enforceable till the OWNER discharges this
guarantee. However, if for any reason, the CONTRACTOR is unable to complete the work
within the period stipulated in the contract and in case of extension of the date of
completion resulting in extension of defect liability period or the CONTRACTOR fails to
perform the work fully, the BANK hereby agrees to further extend this guarantee at the
instance of the CONTRACTOR till such time as may be determined by the OWNER.
If any further extension of this guarantee is required, the same shall be extended to such
required period on receiving instructions from M/s ________________________ on
whose behalf this guarantee is issued.

5. The BANK also agrees that OWNER at its option shall be entitled to enforce this guarantee
against the surety, as a principal debtor in the first instance without proceeding against
CONTRACTOR and not withstanding any security or other guarantee that OWNER may
have in relation to the CONTRACTOR's liabilities.

6. The Bank Guarantee's payment of an amount is payable on demand and in any case
within 24 hours of the presentation of the letter of invocation of Bank Guarantee. Should
the banker fail to release payment on demand, a penal interest of 24% per annum shall
become payable immediately and any dispute arising out of or in relation to the said Bank
Guarantees shall be subject to the jurisdiction of Delhi Courts.

7. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
Contractor up to a total amount of (amount of guarantees in words and figures) and we
undertake to pay you, upon your first written demand declaring the Contractor to be in
default under the contract and without caveat or argument, any sum or sums within the
limits of (amount of guarantee) as aforesaid, without your needing to prove or show
grounds or reasons for your demand or the sum specified therein.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 7 of 34

This guarantee is valid until the _______day of_______20______.

9. We have power to issue this guarantee in your favour under memorandum and Article
of Association and the undersigned has full powers to do so under the Power of
Attorney / Resolution of the Board of Directors dated_________ accorded to him by
the bank.

Yours faithfully,

(Signature of a person duly


authorised to sign on behalf
of the Bank)

Place:

WITNESS:

1................................................... (Signature)
.................................................. (Printed Name)

2. ................................................. (Designation)
................................................... (Common Seal)

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 8 of 34

ANNEXURE-II

PROFORMA OF BANK GUARANTEE FOR MOBILISATION ADVANCE


(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

Ref................
Bank Guarantee No.---------
Date...............

M/s. GAIL (India) Limited,


16, Bhikaiji Cama Place ,
New Delhi- 110066
India

In consideration of the GAIL (India) Limited, hereinafter called the "Owner" which expression
shall unless repugnant to the context or meaning thereof include its successors, executors,
administrators and assignees, having awarded to M/s............................. having its registered
office at ............................... hereinafter referred as the 'CONTRACTOR', which expression shall
unless repugnant to the context or meaning thereof, include its successors, administrators,
executors and assignees, a contract hereinafter referred to as the 'Contract' for related
works................ referred to as the 'WORK' on terms and conditions set out, inter-alia in the
Owner's Contract No.............dated............ valued at........................................ (in words & figures)
and as the Owner having agreed to make an advance payment for the performance of the above
contract to the CONTRACTOR amounting to.............................(in words & figures) as an
advance against Bank Guarantee to be furnished by the CONTRACTOR.
We........................................... hereinafter referred to as the BANK which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors
and assignees having our office at......................... do hereby undertake to give the irrevocable
and unconditional guarantee and do hereby undertake to pay the OWNER on first demand
without any demur, reservation, contest, recourse, protest and without reference to the
CONTRACTOR any and all monies payable by the CONTRACTOR by reason of any breach by
the said CONTRACTOR of any of the terms and conditions of the said Contract to the extent
of..................... till the said advance is adjusted as aforesaid at any time upto.......................... We
agree that the guarantee herein contained shall continue to be enforceable till the sum due to the
Owner on account of the said advance is adjusted/recovered in full as aforesaid or till the Owner
discharges this guarantee.
The OWNER shall have the fullest liberty without affecting in any way the liability of the BANK
under this guarantee, from time to time to vary the advance or to extend the time for performance
of the works by the CONTRACTOR. The BANK shall not be released from its liability under
these presents by any exercise of the Owner of the liberty with reference to the matter aforesaid.
The Owner shall have the fullest liberty, without reference to CONTRACTOR and without
affecting this guarantee to postpone for any time or from time to time the exercise of any powers
vested in them or of any right which they might have against the CONTRACTOR, and to exercise
the same at any time in any manner, and either to enforce or to forebear to enforce any power,
covenants contained or implied in the Contract between the OWNER and the CONTRACTOR or
any other course or remedy or security available to the OWNER and the BANK shall not be
released of its obligations under these presents by any exercise by the OWNER of its liberty with
reference to matters aforesaid or other acts of omission or commission on the part of the
OWNER or any other law would, but for this provision, have the effect of releasing the BANK.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 9 of 34

The right of the OWNER to recover the outstanding sum of advance upto Rs.................. from the
BANK in the manner aforesaid will not be affected or suspended by reason of the fact that any
dispute or disputes has or have been raised by the CONTRACTOR and/or that any dispute or
disputes is or are pending before any officer, tribunal or court and any demand made by OWNER
on the BANK shall be conclusive and binding.
The BANK further undertakes not to revoke this guarantee during its currency without previous
consent of the OWNER and further agrees that the guarantee contained shall continue to be
enforceable till the OWNER discharges this guarantee.
The BANK also agrees that the OWNER shall at its option be entitled to enforce this guarantee
against the BANK as a principal debtor, in the first instance, notwithstanding any other security or
guarantee that OWNER may have in relation to the CONTRACTOR's liabilities towards the said
advance.
The Bank Guarantee's payment of an amount is payable on demand and in any case within 24
hours of the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to
release payment on demand, a penal interest of 24% per annum shall become payable
immediately and any dispute arising out of or in relation to the said Bank Guarantee's shall be
subject to the jurisdiction of Delhi Courts.
Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
Contractor up to a total amount of (amount of guarantees in words and figures) and we
undertake to pay you, upon your first written demand declaring the Contractor to be in default
under the contract and without caveat or argument, any sum or sums within the limits of (amount
of guarantee) as aforesaid, without your needing to prove or show grounds or reasons for your
demand or the sum specified therein.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to
_________ and it will remain in force upto and including _____________ and shall be extended
from time to time for such periods as may be advised by M/s on whose behalf this
guarantee has been given.
We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do so under the Power of Attorney/ resolution
of the Board of Directors dated............... accorded to him by the BANK.
Dated.................this.............day of...............20 ...............

Signed by
(Person duly authorised by Bank)
Place:

WITNESS :
1...................................... (Signature)
...................................... (Printed Name)

2...................................... (Designation)

......................................
(Common Seal)

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 10 of 34

INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE GUARANTEE

1. The Bank Guarantee by successful bidder(s) will be given on non-judicial


stamp paper as per stamp duty applicable. The non-judicial stamp paper
should be in name of the issuing bank. In case of foreign bank, the said bank
guarantee to be issued by its correspondent bank in India on requisite non-
judicial stamp paper and place of bid to be considered as Delhi.
2. The bank guarantee by bidders will be given from bank as specified in ITB.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that
said bank guarantee and all future communication relating to the Bank
Guarantee shall be forwarded to Employer
4. If a bank guarantee is issued by a commercial bank, then a letter to Owner and
copy to Consultant confirming its net worth is more than Rs. 1,000,000,000/-
(Rupees one hundred Crores). or its equivalent in foreign currency along with a
documentary evidence.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 11 of 34

FORM F-3

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/


BID SECURITY
(To be stamped in accordance with the Stamp Act)

Ref............... Bank Guarantee No.........


Date......................
To
GAIL (India) Ltd.,
16, Bhikaiji Cama Place
R.K. Puram,
NEW DELHI -110066.

Dear Sir(s),

In accordance with Invitation for e-Bid under your reference No___________


M/s.______________________________ having their Registered / Head Office at
_________________________(hereinafter called the Tenderer) wish to participate in the said
e-bidding for _________________________________________________________________
As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________ is
required to be submitted by the Bidder as a condition precedent for participation in the said
e-bidding which amount is liable to be forfeited on the happening of any contingencies mentioned
in the Bidding Document.

We, the ____________________________________ Bank


at_____________________________
having our Head Office ________________________________________________________
(Local Address) guarantee and undertake to pay immediately on demand without any recourse
to the bidder by GAIL (India) Ltd., the amount________________ ____________________
without any reservation, protest, demur and recourse. Any such demand made by GAIL, shall be
conclusive and binding on us irrespective of any dispute or difference raised by the Bidder.

This guarantee shall be irrevocable and shall remain valid upto ____________ [this date should
be 5 months after the date finally set out for closing of e-bidding]. If any further extension of this
guarantee is required, the same shall be extended to such required period on receiving
instructions from
M/s._________________________________________________________________________
whose behalf this guarantee is issued.

In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this
___________day of ____________200 __at____________.

WITNESS:

(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp

(OFFICIAL ADDRESS) Attorney as per


Power of Attorney No.________
Date: ________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 12 of 34

INSTRUCTIONS FOR FURNISHING BANK GUARANTEE

1. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per
stamp duty applicable. The non-judicial stamp paper should be in the name of the
issuing bank. In case of foreign bank, the said banks guarantee to be issued by its
correspondent bank in India on requisite non-judicial stamp paper.

2. The expiry date as mentioned in bid document should be arrived at by adding 2


months to the date of expiry of the bid validity unless otherwise specified in the
Bidding Documents.

3. The bank guarantee by bidders will be given from bank as specified in ITB

4. A letter from the issuing bank of the requisite Bank Guarantee confirming that said
bank guarantee /all future communication relating to the Bank Guarantee shall be
forwarded to the Employer at its address as mentioned at ITB under intimation to
Consultant.

5. Bidders must indicate the full postal address of the bank along with the bank’s
e-mail/ Fax no. from where the earnest money bond has been issued.

6. If a bank guarantee is issued by a commercial bank, then a letter to Employer


confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one hundred
crore) or equivalent along with a documentary evidence under intimation to
Consultant.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 13 of 34

FORM F-4
DETAILS OF SIMILAR WORK DONE DURING PAST SEVEN YEARS
Sr. Description Location Full Postal Value of Date of Scheduled Date of Reasons for
of the work of the Address and Contract Commence- Completion Actual delay in
No
work phone nos. of ment of Time Completion project
.
Client & Name of Work (Months) completion,
Officer-in-Charge if any

Note: Copies of Letter of awards and completion certificate for the above works to be enclosed.
The Work completed earlier than seven years need not be indicated here
The list of work, not of similar nature need not be indicated here
Failing to comply aforementioned instructions may lead to rejection of bid.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 14 of 34

FORM F-5

PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC EXPERIENCE

Bidder shall furnish their experience details with reference to the Work, which pre-qualify them
in line with Bid Evaluation Criteria mentioned in IFB.

S. DESCRIPTION DETAILS
NO.
DETAILS OF Similar works EXECUTED BY BIDDER (Complying the requirement of
IFB)
1. Name of project, location

2. Description of work

3. Name of Owner, Postal Address,


Phone/ Fax No./ E-mail Address

4. Name of Consultant, Postal


Address, Phone/ Fax No../ E-mail
Address

5.a) Details of Work executed

Value of the Work


b) As per W.O:

As Executed:
6. Completion Dates • Date of award : _______________
• Starting date :_______________
• Scheduled Completion Date : ________
• Actual Completion Date : ________
• Reasons for delay, if any : ________

7. Supporting Document • Whether copy of Work Order/ Contract


Agreement enclosed
YES NO

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 15 of 34

S. DESCRIPTION DETAILS
NO.
• Whether Completion Certificate enclosed.
YES NO
• Annual Turnover Statement
YES NO

Note: Bidder should indicate details of similar experience separately for each work,
which they consider suitable in line with Bid evaluation criteria, stipulated in
IFB. Detail of more Projects may be furnished in the same format. Bidder to
note that non-submission of relevant documents may lead to rejection of their
bid. Owner reserves the right to evaluate the bids on the details furnished
without seeking any subsequent additional information.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 16 of 34

FORM-5 (A)

ANNUAL TURNOVER

Annual Turnover data for the last 3 years

Financial Year Annual Turnover


(INR)
2009-2010

2008-2009

2007-2008

1. The information supplied should be the annual turnover of the bidder.


2. A brief note should be appended describing thereby details of turnover as per audited
results.
3. In case of tenders having the bid closing date up to 30th September of the relevant
financial year and audited financial results of immediate 3 preceding financial year
being not available, the bidder has an option to submit the audited financial results of
three years immediately prior to relevant financial year. Wherever, the bid closing date
is after 30th September of the relevant financial year, bidder has to compulsorily
submit the audited financial results of immediate preceding three financial years.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 17 of 34

FORM-5 (B)

FINANCIAL DETAILS

Bidder’s Name: Date:


Bidding Document No. :

FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR……………………..

Description Year
Amount
(Rs.)
1. Current assets
2. Current Liabilities
3. Working Capital (1-2)
4. Net Worth
Owners funds (Paid up share capital and Free Reserves
& Surplus)
5. Profits before taxes (PBT)

1. Attached are copies of the audited balance sheets, including all related notes, and
income statement for the last Audited Financial year, as indicated above, complying
with the following conditions

ƒ All such documents reflect the financial situation of the bidder.


ƒ Historic financial statements must be audited by a certified accountant.
ƒ Historic financial statements must be complete, including all notes to the
financial statements.
ƒ Historic financial statements must correspond to accounting periods already
completed and audited (no statement for partial periods shall be requested or
accepted).

ƒ In case of tenders having the bid closing date up to 30th September of the
relevant financial year and audited financial results of immediate preceding
financial year is not available, in such a case the audited financial results of the
year immediately prior to that relevant financial year will be considered as last
financial year for “Net Worth” and “Working Capital” calculations as specified in
Financial BEC. Wherever, the bid closing date is after 30th September of the
relevant financial year, bidder has to compulsorily submit the audited financial
results for the immediate preceding financial year.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 18 of 34

FORM F-6

DELETED

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 19 of 34

FORM F-7

DETAILS OF PROPOSED EQUIPMENTS, TOOLS & TACKLES

The Bidder shall submit the details of all construction equipments, Tools & tackles etc. in the following format, proposed to be deployed as
Indicated in Special Conditions of Contract (SCC).

If Owned by Bidder If likely to be If to be Hired


purchased
S. Equipment Capacity & by Bidder, Reference
Nos. Expected Remarks
No. Description Make Present expected Source of of
Date of
Location date of Hiring consent
availability
purchase letter

Note -1. In case of equipment are to be hired, Bidder shall indicate the source of Hiring and enclose the consent letter from such
sources.
2. Bidder shall clearly indicate the expected date of availability of Owned/ Hired equipment.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 20 of 34

FORM F-8

DETAILS OF PROPOSED ORGANISATION

NAME OF WORK :

BIDDING DOCUMENT NO. :

The Bidder shall submit herein details of Head Office and Project/Site Organisation proposed to be
deployed for execution of the work. Bidder shall also furnish the bio-data of Site-in-Charge and key
personnel to be deployed.

Bidder understand that the said proposal represents the minimum deployment and the Bidder
acknowledges that the said deployment may have to be augmented with additional number and/or
categories, if required if directed by Engineer-in-Charge in order to compete the work within the
completion schedule and quoted lump sum price.

SIGNATURE OF BIDDER : ________________________

NAME OF BIDDER : ________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 21 of 34

FORM F-9

COMPLIANCE TO BID REQUIREMENT

NAME OF WORK :

BIDDING DOCUMENT NO. :

NAME OF BIDDER : M/s

M/s. GAIL (India) Limited,


16, Bhikaiji Cama Place ,
New Delhi- 110066
India

Dear Sir(s),

We confirm that our Bid complies with the total Techno-Commercial requirements of
Bidding Document and its amendments (if any) without any deviation.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 22 of 34

FORM F-10

DETAILS OF P.F. REGISTRATION

M/s. GAIL (India) Limited,


16, Bhikaiji Cama Place ,
New Delhi- 110066
India

Dear Sir(s),

We confirm that the following PF account is under operation and shall be used for all PF related
activities for the labour engaged by us for the work (awarded to us).

PF REGISTRATION NO. :

DISTRICT & STATE :

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 23 of 34

FORM F-11

COMMERCIAL QUESTIONNAIRE

The bidder’s reply/confirmation as furnished in the commercial questionnaire shall super


cede the stipulations mentioned elsewhere in their bid:-

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
1.0 Confirm that Bid Security as per bid stipulations
have been furnished along with bid.
2.0 Confirm that Bid is valid for a period of Three (03)
months from the date of submission of Bid.
3.0 Confirm that all details, in un-priced part i.e Part-I
has been submitted in e-tendering as described
in bidding document.
4.0 Confirm that prices have been submitted in e-
tendering in the prescribed format as described
in bidding document.
5.0 Confirm your compliance to critical stipulations of
bid document as mentioned in ITB.
6.0 Confirm your compliance to scope of work
mentioned in the Bidding Document.
7.0 Confirm that all materials shall be supplied as per
standards & specifications given in the Bidding
Document.
Please note that scope of supply mentioned in
the Bidding Document is not limitative. Except for
the material specifically identified as that to be
issued by Employer/Consultant, Contractor's
scope shall include supply of all materials
required for completion of Work irrespective of
whether such materials are mentioned in the
Bidding Document or not.

8.0 Confirm your acceptance for Time Schedule as


mentioned in Bidding Document.

9.0 Confirm that your quoted prices includes the cost


for carrying out complete work as per drawing /
specific requirement / schedule of price / scope
of work, scope of supply mentioned in the bidding
document whether expressly mentioned in the
item description of SOR/SOP or not.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 24 of 34

10.0 Confirm that the quoted prices include all taxes,


duties and other levies except service tax as
specified in the bidding document.
11.0 Confirm that adequate numbers of construction
equipments, tools, tackles, etc. shall be mobilized
by you which will be sufficient to complete the
work as per the time schedule.
12.0 Confirm the compliance to the minimum numbers
of construction equipments and supervisory
personnel as given in the SCC.
13.0 Confirm that there is no terms & conditions
mentioned in the Price part and in case any
terms and conditions is mentioned, the same
shall be treated as null & void.
14.0 Please confirm that all safety rules & regulations
as mentioned in bidding document or notified at
later date by Employer / Consultant during
execution shall be adhered by Contractor within
quoted Prices.
15.0 Detailed planning schedule developed by
Contractor after Contract award may be subject
to fluctuations depending upon actual progress of
the project and available Work front.
Co-ordination and making available by
Contractor of all staff, manpower, construction
equipment, tools, cranes, etc. and materials as
required for a timely
Completion of all Work as per
Employer/Consultant's construction and priority
schedule and in accordance with the available
Work front are to be included in the pricing".
Notwithstanding the above provision, the bidder
shall submit these details in accordance with the
volume of work, which may be reviewed and
commented by us during pre award stage/ post
award stage.
16.0 Confirm that all the forms are filled and submitted
along with un-price part of offer, strictly as per
proforma given in the bidding document.
17.0 Confirm that your price is fixed till completion of
work in all respect as specified in Special
conditions of contract.
18.0 Confirm that digital signature used for signing
and uploading e-bid has been issued in the name
of the person in favour of whom valid Power of
Attorney has been submitted.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 25 of 34

19.0 Please confirm that duly filled, signed and


stamped Integrity Pact has been submitted by
you in the un-priced bid as per the bid
requirement.
20.0 Please confirm that you have considered the
latest provisions of all taxes and duties including
service tax rules.
21.0 Please confirm that prices are quoted in requisite
format strictly complying with the requirement in
envelope-II (price bid).

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 26 of 34

FORM F-12

LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT


NEGOTIATIONS/CONFERENCES

No. Date:

GAIL (India) Limited


GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,

We _____________________________________ hereby authorize following representative(s) to


attend un-priced bid opening and price bid opening and for any other correspondence and
communication against above Bidding Document:

Name & Designation _______________________ Signature _________________


Name & Designation _______________________ Signature _________________

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


representatives.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

Note: This letter of authority should be on the letterhead of the bidder and should be signed by a
person competent and having the power of attorney to bind the bidder.
Not more than two persons are permitted to attend techno –commercial un-priced and price
bid opening.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 27 of 34

FORM F-13

LIST OF ENCLOSURES

GAIL (India) Limited


GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
A. We are enclosing the following documents in Physical form as part of the e-bid:

1. Power of Attorney of the Signatory to the Bidding Document and Integrity Pact.
2. Bid Security
3. Bidding Document Fee.
4. Integrity Pact

B. We are enclosing the following documents on line as part of the e-bid:

1. Documentary evidence required for meeting the stipulated experience and financial
criteria(s) as stipulated in IFB.
2. Execution schedule with interlinking of various activities in form of bar chart meeting the
progressive delivery / completion schedule.
3. Documents required as per the ITB duly signed and sealed on each page, in token of
confirmation that Bid Documents are considered in full while preparing the bid and in case of
award, work will be executed in accordance with the provisions detailed in Bidding
Documents.
4. QA/QC Manuals.
5. Health Safety and Environment (HSE) Policy and HSE Manual

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 28 of 34

FORM F-14

CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to
facilitate the bidder to make sure that the necessary data / information as called for in the bid
document has been submitted by them along with their offer. This, however, does not relieve the
bidder of his responsibilities to make sure that his offer is otherwise complete in all respects.
Please ensure compliance and tick (√) against following points:

S. NO. DESCRIPTION STATUS


1.0 Signing and stamping each sheet of offer, original e-bid
document including drawings, addendum (if any)

2.0 Confirm that the following details have been submitted in the
Un-priced part of e-bid

a) Covering Letter, Letter of Submission

b) Letter of Authority (Form F-12) in physical form

c) Signed and stamped Master Index of bidding document


along with drawings and addendum s(if any)

d) Power of Attorney in Physical form in the name of Person


signing the bid

e) Detailed activity schedule proposed to be adopted for


execution of work and completion in the form of Bar Chart

f) Bidder’s declaration that they are not under any liquidation


court receivership or similar proceedings.

g) QA/QC program relevant to this work.

h) HSE program relevant to this work.

i) Compliance to completion schedule enclosed with the


bidding document

j) Deleted.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 29 of 34

S. NO. DESCRIPTION STATUS

k) Copies of documents defining constitution or legal status,


place of registration and principal place of business of the
Company.
l) Bidder shall furnish the concurrent commitment.

m) Bidder’s declaration that they have not been banned or


delisted by any Government or Quasi Government
agencies of PSUs.
3.0 Confirm that all forms duly filled in are enclosed with the bid
duly signed by authorised person(s)

4.0 Confirm that the Price Part of e-Bid as per Price Schedule
format enclosed with Bidding Document has been duly
filled in for each item, signed and stamped on each page
separately
5.0 Confirm that any correction in documents submitted in
Physical form alongwith Un-priced part of e-bid has been
initialled and stamped by the authorized person.
6.0 Confirmation that no deviations are taken against
commercial and technical specifications of the bid
document.
7.0 Confirm that audited balance sheets for last three financial
years & duly filled in Form 5(A) & 5(B) are enclosed in the
offer for financial assessment.
8.0 Confirm that all the documents as specified under IFB
required for meeting the BEC are enclosed in the bid
separately.
9.0 Confirm that duly filled, stamped and signed Integrity Pact
has been submitted.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 30 of 34

FORM F-15

FOR BIDDER'S QUERIES FOR PRE BID DISCUSSION

SL. REFERENCE OF BIDDING BIDDER'S QUERY OWNER'S REPLY


NO. DOCUMENT

Part/ Page Clause Subject


Vol. No. No.

NOTE: The Pre-Bid Queries may be sent on fax numbers 0091-11- 26191714 / 26167664 and also by e-mail to rajeev.jain@eil.co.in;
swapnil.v@eil.co.in

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : __________________________

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 31 of 34

FORM-16

Enterprise’s Information with respect to the


Micro, Small and Medium Enterprises Development Act, 2006

(APPLICABLE FOR INDIAN BIDDERS ONLY)

Bidder may be aware that a new Act “Micro, Small and Medium Enterprises
Development Act 2006” (‘MSMED’) has come into force from 2 October 2006, which
has repeated the provisions of the old Act regarding Small Scale Industrial
undertakings.
As per the MSMED Act, enterprises engaged in the manufacture/production of goods
or rendering/providing of services are to be classified into Micro, Small and Medium
enterprises based on the investment in plant and machinery/equipment.

The term enterprises stated in the above paragraph includes Proprietorship, Hindu
undivided family, Association of persons, Cooperative Society, Partnership firms,
undertaking or any other legal entity.

For the ready reference the definition of Micro, Small and Medium enterprises is given
below:

Classification of enterprises engaged in:


a) manufacture or production of goods pertaining to any industry specified
in the First Schedule to the Industries (Development and Regulation) Act
1951 as

Nature of enterprise Investment in plant & machinery (#)


Micro Does not exceed INR 25 Lac
Small More than INR 25 Lac but does not exceed INR
5 Crores
Medium More than INR 5 Crore but does not exceed
INR 10 Crores

b) providing or rendering services

Nature of Enterprise Investment in equipment


Micro Does not exceed INR 10 Lac
Small More than INR 10 Lac but does not exceed INR
2 Crores
Medium More than INR 2 Crore but does not exceed
INR 5 Crores

(#) In calculating the investment in plant & machinery, the cost of pollution control,
research and development, industrial safety devices and such other items as may
be specified will be excluded

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 32 of 34

(I) Based on the investment criterion mentioned above, Bidder to confirm


whether their enterprise is a Micro/Small/Medium enterprise as follows:

“We (Bidder) confirm that we are a micro /small / medium enterprise under
the MSMED Act 2006.” (Please strike off whichever status is not applicable)

Please note that if Bidder do not provide the above confirmation in Bidding
Document then it will be presumed that they do not qualify as a micro or
small enterprise under the MSMED Act 2006.

(II) Further, with respect to micro and small enterprises, the MSMED Act
defines the term ‘supplier’ as an enterprise which has filed a memorandum
with the authority specified by the respective State Government.

If the Bidder is a micro / small enterprise and havefiled a memorandum with the
specified authority, then Bidder to confirm the following:

“We ( Bidder) are a supplier within the definition of section 2(n) of the MSMED
Act ________ (Yes/No).”

If the response to the above is ‘Yes”, Bidder to provide Purchaser a copy of the
Enterpreneurs Memorandum (EM) filed with the authority specified by the respective
State Government.

If the confirmation is not furnished in Bidding Document, it will be presumed


that the Bidder is not a supplier under the MSMED Act. Further if Bidder do not
provide the evidence in terms of the EM, Bidder will not be considered as a
supplier.

(SIGNATURE & STAMP OF THE BIDDER)

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 33 of 34

FORM F-17

DECLARATION

We confirm that we are not under any liquidation, court receivership or similar proceedings.

We also confirm that we have not been banned or delisted by any Government or Quasi
Government agencies of PSU.

We also confirm that the content of the Bidding Document including Corrigendum/Addendum
(if any) have not been altered or modified.

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : __________________________

Note:
1. This certificate should be issued in the Letter Head of the Bidder.

PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 34 of 34

FORM F-18

CERTIFICATE INDEMNIFYING GOVERNMENT OF INDIA

M/s. GAIL (India) Limited,


16, Bhikaiji Cama Place ,
New Delhi- 110066
India.

Dear Sir(s),

It is expressly understood and agreed by and between the Contractor and the Owner that the Owner is entering into this agreement
solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the
Government of India is not a party to this agreement and has no liabilities that the Owner is an independent legal entity with power and
authority to enter into contracts, solely in its own behalf under the applicable laws of India and general principles of Contract Law. The
Contractor expressly agrees, acknowledges and understands that the Owner is not an agent, representative or delegate of the
Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts,
omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly, contractor hereby expressly waives,
releases and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims against the Government
of India arising out of this contract and covenants not to sue to Government of India as to any manner, claim, cause of action or things
whatsoever arising of or under this agreement.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

PROPOSAL FORM 34
ADDENDUM TO ITB FOR E-PROCUREMENT
Addendum to Instruction to Bidders

Instructions to Bidders for participation in E-Procurement

GAIL (India) Ltd., has developed a secured and user friendly system which will enable
Vendors/Bidders to Search, View, Download tenders directly from GAIL (India) Ltd.
secured website and also enables them to participate and submit Online Bids/Offers in the
E-Procurement site directly from the website in secured and transparent manner
maintaining confidentiality and security throughout the tender evaluation process and
award.

Bidders are requested to read following conditions in conjunction with various


conditions, wherever applicable appearing with this bid invitation for e-Procurement. The
conditions mentioned here in under shall supersede and shall prevail over the conditions
enumerated elsewhere in the Bid Document.

1) How to submit On-line Bids/Offers electronically against E-Procurement tenders?

Vendor/Bidder who wish to participate for E-tenders which are uploaded on GAIL
(India) Ltd. Website https://etender.gail.co.in should follow the following steps which
shall permit them to Search, Display/View, Download and Submit their electronic
Bids/Offers online in a secured manner ensuring confidentiality.

Vendors/Bidders are advised to read the following instructions for participating in


the electronic tenders directly through Internet:

i) No Late and delayed Bids/Offers after due date/time shall be permitted in e-


Tendering system. Time being displayed on our e-Tendering System shall be final
binding on bidder and bids have to be submitted by bidder(s) considering this time
only and not the time as per their location / country. No bid can be submitted after the
last date and time of submission has reached, however if bidder intends to change the bid
already entered may change/revise the same on or before the last date and time of
submission deadline .The system time (IST) that will be displayed on e-Procurement
webpage shall be the time and no other time shall be taken into cognizance.

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

iii) No bid can be modified after the dead line for submission of bids.

iv) No Manual Bids/Offers shall be permitted. The offers submitted through e-


tendering system shall only be considered for evaluation.
2) HOW TO SEARCH, VIEW AND DOWNLOAD E-TENDER?

 endors/Bidders must go to e-tender website https://etender.gail.co.in and logon using


V
their user-id and password. In the case of vendors not possessing the User Id and
Password , they can access through Guest Login as guest. This facilitates viewing of
tenders in display mode in Collaboration folder (C Folder). If the vendor desires to
download the NIT and attached e-tender at this stage, he may download the same for
viewing free of cost.

Note: All e-tender notices and Bid Documents are available only in soft copies such as
Microsoft Word, Excel ,PDF files. For downloading / viewing PDF files use Adobe 6
Software utility which can be installed free of cost from Vendors home page link by any
vendor onto his own computer.

3) PARTICIPATION IN BID, REQUEST FOR USER ID and PASSWORD:

To participate in Bid submission, it is Mandatory on the part of Vendor(s) to have User


ID and Password. To obtain User ID and Password Vendor/Bidder must open
https://etender.gail.co.in site and perform the following steps:

i) Click on button Request User ID (For new Bidders)


ii) Fill the on line form and submit. Ensure that the email address given in the form is valid
and active. If you have already been provided with the Vendor Code of GAIL , please
mention the 10 digit Vendor code in specified field , Otherwise leave blank.
iii) Ensure that all the mandatory fields( identified with a star mark) are filled in application
form for User ID creation.

e-Procurement administrator would take possible care to allot an User id and Password
within 4 working days .An Email ( system generated) shall be sent to your email – Id (
mentioned by you in the Registration form) giving details of your User- ID and password.
On Receipt of User Id, Please reset the password immediately by logging to our E-
tendering site.

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

Note: Without login registration I.D vendor cannot participate in e-tender. There will be
single login I.D permission for one single vendor. There can be more than one I.D for the
same vendor at different location address.

Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation
(tender). Any vendor willing to participate in GAIL tenders can obtain User Id as
described above. Each vendor will get one user id. Vendors are requested to designate
one officer from their organization who will submit bids on line.
Vendors are advised to apply for user id at least 7 days prior to the last date of bid
submission in their own interests. User ids shall be given within 4 days subject to
condition that information furnished by the bidder is complete in all respect. GAIL shall
not be responsible for any delays in allocation of user id/password and the ensuing
consequences including but not limited to timely submission of bids.

4) WHAT IS A DIGITAL SIGNATURE?

This is a unique digital code which can be transmitted electronically and primarily
identifies a unique sender. The objective of digital signature is to guarantee that the
individual sending the message is who he or she really claims to be just like the written
signature. The Controller of Certifying Authorities of India (CCA) has authorized certain
trusted Certifying Authorities(CA) who in turn allot on a regular basis Digital
Certificates. Documents which are signed digitally are legally valid documents as per the
Indian I T Act (2000).

5) WHY IS A DIGITAL SIGNATURE REQUIRED?

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

6) HOW TO OBTAIN DIGITAL CERTIFICATE FROM CERTIFYING


AUTHORITY (CA)?

Vendors/Bidders cannot submit online Bids/Offers under e-tenders without obtaining


valid Digital Certificate from Certifying Agency(C.A). A hyperlink on Vendor/Bidder
home page gives link to Controller of Certifying Agency’s (C.C.A.) website from there
the bidder can access web sites of various CA sites, using the links provided. One Digital
Certificate is valid for specified period and can be used for signing any number of
quotations against enquiries issued by GAIL during such validity period.

Note: In terms of I.T Act 2000, only a digitally signed document will be considered as
valid signed document.

The Digital Certificate is issued by C. A. in the name of a person authorized for filing
Bids/Offers on behalf of his Company. The certificate is installed / stored in his computer
or preferably received by him (his authorized person) in form as USB token. a
Vendor/Bidder can submit their Bids/Offers On-line only after digitally signing the
bid/documents with the above allotted Digital Signatures.
7) STEPS FOR OBTAINING DIGITAL CERTIFICATE :

Digital Certificate can be obtained by the following steps:

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


ii) Apply for a class 3 Digital Certificate for the designated individual with the name
of Organization. Ensure the Digital Certificate is legally valid in India.
iii) For making payment and submission of documents required for issue of the
Digital Certificate , follow the instructions on the CA's website.
iv) Use the class 3 Digital Certificate thus obtained for online bidding on GAIL e-
Procurement site.
*Links to some licensed CA's are provided below
1. http://www.ncodesolutions.com
2. http://www.safescrypt.com/
3. http://www.tcs-ca.tcs.co.in/
4. http://www.mtnltrustline.com/

8) PRE-BID MEETING:

Subsequent to opening of bids, GAIL may not seek clarifications. Therefore,


clarifications, if any, are to be sought by the bidders during the pre-bid meeting.

During the pre-bid meeting, GAIL may also arrange demonstration of the e-Procurement
portal to the interested vendors.

9) BID DOCUMENT FEE:

Bidders are required to submit the DD along with EMD in physical form.

10) EARNEST MONEY DEPOSIT


Bidders are required to submit the EMD in original in the prescribed formats and in the
manner prescribed in the tender at the time of bid submission in sealed envelope.

However, if the bidder is unable to submit EMD in original on the due date, he may
upload a scanned copy of the EMD while submitting the bid electronically, provided the
original EMD, copy of which has been uploaded, is received within 7 days from the date
of unpriced bid opening, failing which the bid will be rejected irrespective of their status/
ranking in tender and notwithstanding the fact that a copy of EMD was earlier uploaded
by the bidder.
11) SUBMISSION OF DOCUMENTS:

Bidders are required to upload all Tender forms and supporting documents which form
part of the bid/tender in the e-Procurement (COLLABORATION ,C-Folders) site only.
However, documents specified to be submitted physically viz: Bid Document Fee etc.
need to be submitted in a sealed envelope in accordance with the method described in
RFQ. The same should reach Engineers India Limited, Attn: AGM (C & P), EI-Annexe,
2nd Floor, 1, Bhikaiji Cama Place, New Delhi – 110066, India (cut -out slip placed
below). Bidder shall ensure that all the documents relevant to bid are uploaded in time
and failure to upload the same before bid submission date is the sole responsibility of
bidder. Under no circumstances, GAIL shall entertain any request for acceptance of bid
documents in physical form, which were required to be uploaded in e-form.

Note:
i) Bidder is required to save/store their bid documents for each item into their computers
before submitting their bid into e-tendering system by pressing the Hold Button.

ii) Bidder is required to fill up the price/rate strictly in the Schedule of Rate(SOR) attached
with the tender.

Inadvertently, if a document is uploaded in Collaboration Folder (C Folder) by the


bidders, such document can be deleted by the Bidder and in it’s place a new/modified
document can be uploaded. The new/modified document will be required to be signed
digitally. Where two similar documents are existing in the folder, the latest version of the
document shall only be taken into cognizance for evaluation and earlier versions shall be
ignored.

Bidders are requested to upload small sized documents preferably ( upto 2 MB) at a time
to facilitate easy uploading into e-Procurement site. GAIL does not take any
responsibility in case of failure of the bidder to upload the documents within specified
time of tender submission.

12) PRICES, OTHER DOCUMENTS AND DIGITAL SIGNATURE:

The Prices are to be submitted online strictly as per the Schedule of Rates(SOR). GAIL
shall not be responsible for any failure on the part of the bidder to follow the instructions.

Un-priced techno-commercial bid document should be placed in the private area


earmarked in the C-folder.

Before the bid is uploaded, the bid comprising of all attached documents should be
digitally signed using digital signatures issued by an acceptable Certifying Authority
(CA) in accordance with the Indian IT Act 2000. If any modifications are required to be
made to a document after attaching digital signatures, the digital signature shall again be
attached to the modified documents before uploading the same.
The Authenticity of above digital signatures shall 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 who can bind the bidder. Scanned copy
of Power of Attorney of the signatory issued by the bidding company should be
submitted on line along with other documents as per tender conditions.

BIDDERS SHALL OBTAIN THE DIGITAL CERTIFICATE DIRECTLY FROM


CERTIFYING AUTHORITY ( CA) ONLY AND DIGITAL CERTIFICATE ISSUED
BY SUB CA / AGENT WILL NOT BE COMPATATIBLE WITH OUR e-TENDERING
SYSTEM.
FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL CERTIFICATE
FROM CERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL
CERTIFICATE OBTAINED FROM FOREIGN COUNTRIES ARE NOT
ACCEPTABLE.

*Links to some licensed CA's IN India are provided below. Foreign Bidders may
obtain the Digital certificate from these CAs.

1http://www.ncodesolutions.com
2http://www.safescrypt.com/
3http://www.tcs-ca.tcs.co.in/
4http://www.mtnltrustline.com/

13) PRICES: The bidder needs to enter the prices on line strictly as per the SOR format
provided in our E-Tender. No new conditions shall be added by the bidder.

14) SUBMISSION AND OPENING OF BIDS:

The bid along with all the copies of documents should be submitted in e-form only
through GAIL e-Procurement portal.

15) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:

System does not allow for submission / receipt of bids beyond the deadline for bid
submission. However, if the bidder for some reason intends to change the bid already
entered, he may change/revise the same on or before the last date and time of submission.
The system time displayed on GAIL’s e-Procurement webpage shall be final and binding
on the bidders for all purposes pertaining to various events of the subject tender and no
other time shall be taken into cognizance.
Bidders are advised in their own interest to ensure that bids are uploaded in e-
Procurement system well before the closing date and time of bid.

Bidders must use any computer having Windows 2000 or Windows XP versions or
higher of Window operating system and an internet Web Browser version Internet
explorer V6.0 or higher recommended.

16) Proxy: If any bidder is unable to access GAIL’s e-Procurement site or Bid Documents,
the bidder may please check whether they are using proxy to connect to internet or their
PC is behind any firewall and may contact their system administrator to enable
connectivity. Please note that Port 443 and Port 8443 should be enabled on
proxy/firewall for HTTPS connectivity. Dial-up internet connectivity without Proxy
settings is another option.
Ready Reckoner for e-tendering

Ready Reckoner for e-tendering is available on e-tendering website


(https://etender.gail.co.in) as shown below. Bidders to click on the link “Ready Reckoner for
Bidders” for downloading the same.

Bidders to follow the instructions given in the “Ready Reckoner” for uploading their e-bids in
e-tendering website of GAIL.

Page 1 of 1
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

TABLE OF CONTENTS

Sl No Chapters Page No

1. About E-tender Web portal 02


Important Links

2. Pre-requisites to participate in Bidding 02

3. PC/Laptop setting
-Installation of DSC Token 03
-Active Component Setting 04
-Tips for Digital Signature 06

4. Bidding procedure
-Obtaining valid User ID 08
-Downloading the Purchaser’s Documents 08
-Uploading the Bid 10
-Submission of Bid 14

5. Procedure for Change of e-mail ID 14

6. Important Points to be Noted 15

7. Disclaimer 16

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

Page 1 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

ABOUT E-TENDER WEB PORTAL

REFERS TO THE SITE https://etender.gail.co.in

IMPORTANT LINKS

IMPORTANT DOCUMENTS AVAILABLE IN THE LOGON PAGE/HOME PAGE OF E-TENDER


PORTAL UNDER THE LINKS MENTIONED AS UNDER.

FAQs
Ready Reckoner for Bidder
Legal Disclaimer/T&C/Privacy Policy

PLEASE GO THROUGH THE ABOVE DOCUMENTS BEFORE CREATING YOUR BID.

PRE-REQUISITES TO PARTICIPATE IN BIDDING:

• PC/LAPTOP WITH INTERNET BROADBAND CONNECTIVITY


• OBTAIN /POSSESS DIGITAL SIGNATURE CLASS 3B CERITIFICATE (REFER FAQs FOR
DETAIL).
• MUST POSSESS THE VALID EMAIL ID OF THE ORGANISATION.
• OBTAIN USERID AND PASSWORD FROM GAIL FOR E-BIDDING (REFER FAQs FOR
DETAIL)

Page 2 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

PC/LAPTOP SETTING

A. INSTALLATION OF DIGITAL SIGNATURE E-TOKEN DRIVER CD

INSTALL THE DRIVER CD OF DIGITAL SIGNATURE E-TOKEN IN CONSULTATION WITH


THE VENDOR FROM WHERE THE DIGITAL SIGNATURE CERTIFICATE IS PURCHASED.
AFTER INSTALLATION OF THE DRIVER CD, ATTACH THE E-TOKEN IN YOUR SYSTEM USB
PORT.

PERFORM THE FOLLOWING CHECK TO ENSURE THAT THE DIGITAL SIGNATURE IS


PROPER AND ITS DRIVER IS INSTALLED PROPERLY:

1. GO TO TOOLS ->INTERNET OPTIONS->CONTENTS->CERTIFICATES, CLICK ON


CERTIFICATE.

2. AFTER CLICKING ON CERTIFICATE, THE NAME OF THE PERSON TO WHOM THE


CERTIFICATE IS ISSUED WILL APPEAR.

3. CLICK ON THE NAME ( REFER THE SCREEN SHOT BELOW)

Page 3 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

4. CHECK THAT WHEN YOU CLICK ON CERTIFICATION PATH THE CERTIFICATE


HEIRARCHY GENERALLY APPEARS IN THE FOLLOWING MANNER.
i) CCA INDIA 2007
ii) NAME OF THE ISSUING AUTHORITY ( SAY TCS ,
SAFESCRYPT OR (n) CODE SOLUTIONS ETC)
iii) NAME OF THE PERSON TO WHOM THE DIGITAL
SIGNATURE IS ISSUED.

INCASE THE ROOT OF THE HEIRARCHY i.e CCA INDIA 2007 DOES NOT APPEAR, THEN PLEASE
CONSULT THE CERTIFICATE PROVIDER.

B. THE ACTIVE X COMPONENT SETTINGS

I) FOLLOWING SETTINGS ARE REQUIRED TO BE CARRIED OUT IN PC/LAPTOP FOR


PROPER FUNCTIONING OF DIGITAL SIGNATURE IN GAIL E-TENDER APPLICATION.
BEFORE USING E-TENDER SITE FOR BIDDING, ENSURE THAT THE BELOW
MENTIONED SETTINGS IN PC/LAPTOP ARE PROPERLY CONFIGURED.

1 OPEN INTERNET EXPLORER > TOOLS > INTERNET OPTIONS > SECURITY
TAB > TRUSTED SITES > SITES > ADD THE SITE: https://etender.gail.co.in.

2 OPEN INTERNET EXPLOERE>TOOLS>INTERNET OPTIONS->SECURITY


TAB>TRUSTED SITES >CUSTOM LEVEL > ENABLE ALL OPTIONS UNDER THE
HEAD ACTIVE X CONTROLS, DISABLE THE ‘USE POP_UP BLOCKER’ OPTION
UNDER THE HEAD MISCELLANEOUS AND SET CUSTOM SETTING TO LOW OR
MEDIUM. PRESS OK BUTTON TO SAVE THE SETTINGS.

3 OPEN INTERNET EXPLOERE>TOOLS>INTERNET OPTIONS->SECURITY


TAB>TRUSTED SITES>UNTICK ‘ENABLE PROTECTED MODE’ (IF USING
WINDOWS VISTA OS)

4 OPEN INTERNET EXPLOERE>TOOLS>INTERNET OPTIONS->PRIVACY


TAB>UNTICK THE BLOCK POP_UP CHECK BOX. PRESS OK BUTTON TO SAVE
THE SETTINGS.

5 TURN OFF POP-UP BLOCKER / REMOVE ANY TOOLBAR PROGRAMS LIKE


REDIFF TOOLBAR, YAHOO! TOOLBAR etc FROM YOUR PC USING
ADD/REMOVE PROGRAMS.

6 IN CASE OF USING WINDOWS VISTA OS, GO TO SETTINGS-> CONTROL


PANNEL->USER ACCOUNTS->UNTICK/UNCHECK THE OPTION ‘TURN ON USER
ACCESS CONTROL’ THEN SAVE. RESTRAT THE SYSTEM. [TAKE THE HELP OF
IT ADMINISTRATOR AS THIS REQUIRE LOCAL ADMINISTRATIVE PRIVILEGES]

REFER THE SCREEN SHOT BELOW:

Page 4 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

II) ADDITIONAL SETTINGS SPECIFIED UNDER (SL NO 1 TO 4) ARE TO BE CARRIED


OUT ONLY IN CASE OF HP PC MODEL “HP DC7700 CORE DUO”

1. GO TO MY COMPUTER AND LOCATE THE FILE “CAPICOMM.DLL” UNDER


THE FOLLOWING PATH: MY COMPUTER-> LOCAL DISC C-> WINDOWS->
SYSTEM32

2. COPY THIS “CAPICOMM.DLL” FILE AND PASTE IT ON THE DESKTOP.

3. NOW GO TO CONTROL PANEL-> ADD REMOVE PROGRAMME AND REMOVE


THE PROGRAMME “HP EMBEDDED SECURITY/PROTECTION TOOL” AND
REMOVE THE PROGRAM.

4. NOW CLICK ON START BUTTON AND THEN CLICK ON THE RUN AND TYPE
THE FOLLOWING:

REGSVR32 GIVE ONE SPACE AND THEN DRAG THE “CAPICOMM.DLL” FILE
FROM DESKTOP AND PUT THE DRAGGED FILE NEXT TO REGSVR32.
SCREEN WILL LOOK AS BELOW:

regsvr32 "C:\Documents and Settings\ts08623\Desktop\capicom.dll"

CLICK ON OK BUTTON. A MESSAGE WILL APPEAR SAYING THAT THE


ACTION IS SUCCEEDED.

Page 5 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

NOTE: THE ABOVE FOUR SETTINGS MENTIONED UNDER B. II) ARE


APPLICABLE ONLY FOR HP PC MODEL “HP DC7700 CORE DUO”. DO NOT TRY
THESE SETTINGS WITH OTHER PC/MODEL.

AFTER CARRYING OUT ABOVE SETTINGS, ACCESS THE E-TENDER SITE


(https://etender.gail.co.in) AND LOG INTO THE SYSTEM WITH YOUR USER-ID AND
PASSWORD RECEIVED FROM GAIL FOR BIDDING AS PER THE STEPS MENTIONED
UNDER SECTION IV Page No 10.

DURING THIS PROCESS, POP-UP WINDOW SHALL APPEAR FOR INSTALLATION OF A


COMPONENT OF GUJURAT NARMADA VALLEY CORPORATION. INSTALL THE
COMPONENT. ACTIVE X COMPONENT GETS DOWNLOADED PROVIDED THE
ABOVE SETTINGS ARE CARRIED OUT PROPERLY.

C. TIPS FOR DIGITAL SIGNATURE

I) WHILE USING DIGITAL SIGNATURE DURING BIDDING PROCESS, WHEN THE BIDDER
CLICKS ON “SIGN” BUTTON THE SIGNATURE DETAIL IS NOT BEING DISPLAYED AND
INSTEAD “ERROR ON PAGE” APPEARS.

IN SUCH SITUATION, THE FOLLOWING SETTINGS CAN BE CHECKED IN PC/LAPTOP:

1. GO TO TOOLS ->INTERNET OPTIONS->GENERAL>SETTINGS> VIEW OBJECTS >


CLICK ON VIEW OBJECTS.

2. AFTER CLICKING ON VIEW OBJECTS, CHECK THAT THE OBJECTS Viz:


caccaCtl.autodld and nCode.GailTest COMPONENTS ARE INSTALLED / DISPLAYED
ON THE SCREEN:

REFER THE BLOW SCREEN SHOT FOR REQUIRED OBJECTS

Page 6 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

NOTE:

1. IN CASE YOU DO NOT SEE THE OBJECTS (caccaCtl.autodld and nCode.GailTest) THEN
PLEASE FOLLOW THE STEPS DEFINED IN PARA B ABOVE. IN CASE YOU STILL DO NOT
GET THESE OBJECTS THEN PLEASE CONTACT YOUR IT ADMINISTRATOR AND SET
YOUR SECURITY SETTINGS TO ENABLE THESE OBJECTS INSTALLED IN YOUR PC WHILE
USING E-TENDER SITE.

2. FOR SMOOTH OPERATION OF DIGITAL SIGNATURE DURING BIDDING PROCESS,


SECURITY SETTINGS IN INTERNET EXPLORER OF PC/LAPTOP NEED TO BE CARRIED
OUT AS EXPLAINED IN THIS DOCUMENT UNDER PAGE NO 3-6.

3. IT IS EASIER TO CONFIGURE SECURITY SETTINGS IN THE PC/LAPTOP HAVING


OPERATING SYSTEM WINDOWS XP WITH INTERNET EXPLORER VERSION 6 or 7.
BECAUSE OF HIGH SECURITY FEATURES IN WINDOWS VISTA OPERATING SYSTEM, IT
MAY REQUIRE ADDITIONAL SETTINGS IN PC/LAPTOP WITH ADMINISTRATOR
PREVILEGES FOR FUNCTIONING OF DIGITAL SIGNATURE UNDER WINDOWS VISTA OS.
HENCE PC/LAPTOP WITH OPERATING SYSTEM WINDOWS XP, IE 6.0 IS PREFARABLE
FOR E-BIDDING.

Page 7 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

BIDDING PROCEDURE:

NOTE: PLEASE ENSURE THAT THE BROWSER SETTING OF PC/LAPTOP HAS BEEN
CARRIED OUT AS EXPLAINED ABOVE FOR PROPER FUNCTIONING OF DIGITAL
SIGNATURE DURING BIDDING PROCESS.

OBTAINING VALID USER ID

THE OPTION ‘Request User ID (For New Bidders)’ IS AVAILABLE IN THE HOME PAGE/LOGIN
PAGE OF E-TENDER PORTAL (https://etender.gail.co.in). THIS OPTION IS TO BE USED BY THE
BIDDER ONLY ONCE FOR OBTAINING USER ID & PASSWORD AND NOT BE CARRIED OUT FOR
EVERY TENDER OF GAIL. HENCE THIS PROCESS IS REQUIRED FOR NEW BIDDERS ONLY WHO
ARE FIRST TIME PARTICPATING IN E-TENDER. ALSO REFER FAQs FOR ‘How do I get a Valid
User ID to access GAIL e-procurement’

I. ACCESSING THE SYSTEM THROUGH guest user

THROUGH guest user LOGIN, VENDORS CANNOT PARTICIPATE IN BIDDING PROCESS.


ONLY TENDERS CAN BE DISPLAYED FOR VIEWING AND DOWNLOADING.

IN THE HOME PAGE OF ETENDER SITE OF GAIL ( https://etender.gail.co.in ), CLICK ON


Guest User.

• SYSTEM DISPLAYS PROCESS BID AND HELP DOCUMENT ON LEFT SIDE OF SCREEN
• CLICK ON THE PROCESS BID FOR DOWNLOADING / VIEWING OF TENDERS
• FIND THE LIST OF PUBLISHED ACTIVE BID INVITATIONS/TENDERS.
• KEEP THE COLUMNS (NUMBER OF DOCUMENT, NAME, STATUS, PROCESSED BY ME )
BLANK AND CLICK ON START
• FOR VIEWING THE DETAIL OF TENDER CLICK ON THE INTERESTED BID INVITATION
NUMBER (80000……..) , UNDER NUMBER COLUMN.

FOR DOWNLOADING/VIEWING TENDERS, REFER STEPS MENTIONED UNDER II.

II. DOWNLOADING THE PURCHASER’S DOCUMENTS:

• IN THE HOME PAGE OF ETENDER SITE OF GAIL ( https://etender.gail.co.in ), CLICK ON


GUEST USER.
• DISPLAY TENDER AND HELP DOCUMENT WILL APPEAR ON LEFT SIDE OF SCREEN
• CLICK ON THE DISPLAY TENDER
• FIND THE LIST OF PUBLISHED ACTIVE BID INVITATIONS/TENDERS.
• KEEP THE COLUMNS (NUMBER OF DOCUMENT, NAME, STATUS, PROCESSED BY ME )
BLANK AND CLICK ON START..
• FOR VIEWING THE DETAIL OF TENDER CLICK ON THE INTERESTED BID INVITATION
NUMBER (80000……..) , UNDER NUMBER COLUMN.

Page 8 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

• CLICK ON BASIC DATA , SYSTEM DISPLAYS THE DETAILS OF TENDER

Basic Data | Information from Purchaser | My Notes | Partner/Delivery Address

• GO TO INFORMATION FROM PURCHASER AS SHOWN ABOVE TO VIEW SCHEDULE OF


RATES AND TENDER DOCUMENTS.

Overview of Attachments (for Price Bid)


File Size
Description Category Version Processor Typ Changed By Changed on
(Kb)
testing Standard 09.05.2007
SOR050507.xls.p7sec 1 p7sec 16 EMPLOYEE1
Attachment 17:01:13

• CLICK ON SOR FILE UNDER THE COLUMN ‘Description’ AS ABOVE TO VIEW SOR. THE
SAME CAN BE DOWNLOADED BY SAVING THE FILE ON YOUR SYSTEM.

• SIMILARLY, TO VIEW THE TECHNICAL DOCUMENTS, CLICK ON “Collaboration Bid


Invitation” AS BELOW. A SMALL WINDOW WITH MESSAGE ‘Application is starting’
APPEARS WITH OK BUTTON. CLICK ON OK BUTTON. A NEW POPUP WINDOW ‘Public
Area – C Folder’ APPEARS ON THE SCREEN. INCASE THE SAME IS NOT APEARING
DIRECTLY ON THE SCREEN, PRESS ALT+TAB SIMULTANEOUSLY TO GET THE SAID
WINDOW DISPLAYED ON THE SCREEN.

Collaboration-Tender/Tech Spec

Collaboration Bid Invitatn 8000000089

• THE SCREEN APPEARS AS FOLLOWS:

Collaboration Bid Invitatn 50000...


Public Area
Case Folder for Bid Invitation
Shared Documents
Tender documents
Amendment to Tender documents
EMD

• EXPAND ON Case Folder for Bid Invitation AS SHOWN ABOVE, THE Shared Documents
NODE APPEARS UNDER IT AND FURTHER EXPAND IT TO SEE THE Tender documents.
CLICK ON Tender documents.
• RIGHT HAND SIDE OF THE SCREEN FOLLOWING APPEARS.

Page 9 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

Copy as
Bookmar
Folder Contents Copy k All None
Name Current Version Status Changed by Changed on
Tender.doc.p7sec 31.05.2007
Tender document (982KB) released Rajiv Kumar
20:01:07

• CLICK ON DOCUMENTS UNDER current version AS ABOVE TO VIEW THE TECHNICAL


DETAILS OF TENDER. THE SAME CAN BE DOWNLOADED BY SAVING THE FILE ON YOUR
SYSTEM.

IV UPLOADING THE BID:

• AFTER ENTERING INTO THE SITE WITH THE USERID AND PASSWORD OF BIDDER,
CLICK ON Process bid APPEARING ON THE LEFT SIDE OF THE SCREEN.

Process Bid

• ENTER THE APPLICABLE BID INVITATION NUMBER UNDER THE HEAD Number of
Document AS PER BELOW AND CLICK ON START.

Number of Document Name Status Processed by Me

8000001979

Start
• CLICK ON BID INVITATION NUMBER, FOLLOWING SCREEN APPEARS
• CLICK ON REGISTER AND THEN CLICK ON CREATE BUTTON AS BELOW.( FOR FIRST
TIME BIDDING AGAINST A TENDER ONLY)

Register Create Hold Change Refresh Pay Tender Fees Verify BI Sign

• CLICK ON ‘MY NOTES’ TAB AS SHOWN BELOW. THEN CLICK ON ‘CHANGE’ BUTTON
FOR UPLOADING PRICE(SOR) DOCUMENT

General Data Item Data

Basic Data | Information from Purchaser | My Notes | Partner/Delivery Address

• ATTACHMENT FIELDS APPEAR AS BELOW(ATTACH ONLY PRICE BID HERE)


• NOTE: FILE TO BE ATTACHED SHOULD NOT HAVE SPECIAL CHARACTERS IN FILE NAME
AND FOLDER NAME.

Page 10 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

Attachments (for Price Schedule)

Attach only PRICE BID here. Go to ‘Collaboration’ link below to attach Technical Documents.

Description

Path browse

Add Sign

• THEN ENTER ‘PRICE BID’ UNDER DESCRIPTION FIELD.

NOTE: YOU MUST HAVE ALREADY DOWNLOADED THE PRICE SCHEDULE


ATTACHMENT PROVIDED BY PURCHASER & KEPT READY WITH FILLED IN PRICES.

• GO TO BROWSE AS ABOVE UNDER Path, SELECT THE FILE (filled in SOR file) TO
BE ATTACHED. SIGN IT FIRST WITH YOUR DIGITAL SIGNATURE BY CLICKING ON
‘Sign’ . THE SIGNATURE DETAIL OF THE INDIVIDUAL TO WHOM THE CERTIFICATE
IS ISSUED WILL APPEAR IN POP-UP WINDOW. SELECT THE SIGNATURE AND
PRESS OK BUTTON.

NOTE: IN CASE THE SIGNATURE DETAIL POP-UP IS NOT APPEARING AFTER


CLICKING ON SIGN AND ERROR IS APPEARING THEN REFER PC/LAPTOP BROWSER
SETTING SECTION C (PAGE 6): TIPS FOR DIGITAL SIGNATURE

• ANOTHER FILE WITH EXTENSION “P7SEC” GETS CREATED JUST BELOW THE
ORIGINAL FILE IN THE SAME FOLDER.

• CLICK browse AGAIN AND SELECT THE “P7SEC” FILE ATTACHMENT AND ADD

• HERE YOUR FILE (FILLED IN SOR-PRICES) GETS ADDED THAT IS YOUR PRICE
BID.(CHECK THE SAME-BY CLICKING IT)

• CLICK ON ‘HOLD’ BUTTON ON TOP LEFT OF THE SCREEN FOR SAVING YOUR BID. IN
ORDER TO CONTINUE BIDDING FURTHER PRESS CHANGE BUTTON.

Hold Delete Check Refresh


Back to Initial Screen

• THIS WAY YOU CAN ADD ANY NUMBER OF PRICE SCHEDULES.

UPLOADING OF TECHNICAL & TENDER DOCUMENTS IN COLLOBORATION FOLDER

Collaboration-Tender/Tech Spec

Bid 4000000973 RAJ INDUSTRIES

• CLICK ON COLLOBORATION FOLDER.

• A SMALL WINDOW WITH MESSAGE ‘Application is starting’ APPEARS WITH OK BUTTON.


CLICK ON OK BUTTON. A NEW POPUP WINDOW ‘Work Area’ APPEARS ON THE SCREEN.
INCASE THE SAME IS NOT APEARING DIRECTLY ON THE SCREEN, PRESS ALT+TAB

Page 11 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

SIMULTANEOUSLY TO GET THE SAID WINDOW(WORK AREA) DISPLAYED ON THE


SCREEN [ REFER BELOW ]

Collaboration Bid Invitatn 50000...


Public Area
Case Folder for Bid Invitation
Shared Documents
Tender documents
Amendment to Tender documents
EMD

• EXPAND ON Case Folder for Bid Invitation AS SHOWN ABOVE, THE Shared Documents
NODE APPEARS UNDER IT AND FURTHER EXPAND IT TO SEE THE Tender documents.
CLICK ON Tender documents.

• ON THE RIGHT HAND SIDE, FOLLOWING SCREEN APPEARS, PRESS ON Create.

Copy as
Bookmar Past
Folder Contents Create Copy k e Delete

Name Current Version Status Changed by Changed on


Empty

• CLICK ON DOCUMENT

Cancel

Bookmark A bookmark can be linked to any Web site.


Document A document can contain any file in different versions.

• UNDER THE NAME FIELD, ENTER THE NAME OF THE DOCUMENT (Viz. Tender
Document) TO BE UPLOADED.

Create Document
Name :Tender document

Page 12 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

Description

Upload Local File

Create File Later

Continue Cancel

• KEEP THE DESCRIPTION BLANK AND SELECT UPLOAD LOCAL FILE.


• THEN CLICK ON CONTINUE,
• FOLLOWING SCREEN APPEARS

To select the required file, choose Browse and then Save.

Browse

Sign Save Cancel

• CLICK ON BROWSE AS ABOVE , SELECT THE FILE TO BE ATTACHED/UPLOADED


(NOTE: YOUR UPLOAD FILE NAME (INCLUDING FOLDER NAME) SHOULD NOT CONTAIN
ANY SPECIAL CHARACTERS LIKE @#$%^&* )
• SIGN IT FIRST WITH YOUR DIGITAL SIGNATURE BY CLICKING ON “Sign’. THE
SIGNATURE DETAIL OF THE INDIVIDUAL TO WHOM THE CERTIFICATE IS ISSUED
WILL APPEAR IN A POP-UP WINDOW. SELECT THE SIGNATURE AND PRESS OK
BUTTON. THE MESSAGE ‘FILE SIGNED SUCCESSFULLY’ APPEARS.

NOTE: IN CASE THE SIGNATURE DETAIL POP-UP IS NOT APPEARING AFTER


CLICKING ON SIGN OR ‘ERROR ON PAGE’ IS APPEARING THEN REFER PC/LAPTOP
BROWSER SETTING SECTION C : TIPS FOR DIGITAL SIGNATURE

• AFTER SUCCESSFUL SIGNING, ANOTHER FILE WITH EXTENSION “P7SEC” GETS


CREATED JUST BELOW THE ORIGINAL FILE IN THE SAME FOLDER.
• CLICK browse AGAIN AND SELECT THE “P7SEC” FILE AND SAVE
• HERE YOUR FILE GETS ADDED THAT IS YOUR TECHNICAL BID.(CHECK THE SAME-BY
CLICKING IT)
• THIS WAY YOU CAN ADD ANY NUMBER OF TECHNICAL BID FILES SUCH AS SCANNED
COPIES ETC.
• AFTER ADDING/ATTACHING/UPLOADING ALL TECHNICAL FILES, THEN CLOSE THIS
SCREEN/WINDOW BY CLICKING (X) IN TOP RIGHT CORNER, AND GO TO MAIN
ETENDER SITE (SRM) SCREEN

Page 13 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

SUBMISSION OF BID

IN CASE THE SCREEN IS IN DISPLAY MODE, MAKE IT TO “change mode” BY CLICKING ON


change BUTTON
Change Delete Check Refresh Verify BI Sign Verify Quot Sign
Back to Initial Screen

FOLLOWING SCREEN OPENS


UNDER GENERAL DATA CLICK ON BASIC DATA. THE ‘SUBMIT’ BUTTON WILL APPEAR AS
BELOW.

Submit Hold Delete Check Refresh Verify BI Sign

• BEFORE, CLICKING on SUBMIT BUTTON, ENSURE THAT ALL DOCUMENTS UNDER PRICE
AND TECHNICAL ARE ATTCHED. CLICK ON ‘CHECK’ BUTTON FOR SYSTEM TO CHECK
YOUR BID FOR ITS COMPLETENESS.
• THEN CLICK ‘SUMBIT’ BUTTON FOR SUBMISSION OF BID. THE SYSTEM WILL
RECONFIRM FOR SUBMISSION OF YOUR OFFER. PRESS OK TO PROCEED. DIGITAL
SIGNATURE IS REQUIRED DURING SUBMISSION OF BID. SELECT YOUR SIGNATURE
AND FINALLY PRESS OK TO PROCEED SUBMITTING YOUR OFFER.
• AFTER SUBMISSION, YOU MAY CHECK THE STATUS OF YOUR BID BY CLICKING ON
‘BASIC DATA’ UNDER GENERAL DATA. UNDER BID STATUS COLUMN ‘ Bid Submitted’
WILL APPEAR. IN CASE OF BID STATUS SHOWN AS ‘HELD’ UNDER BID STATUS
COLUMN, IT MEANS BID IS NOT YET SUBMITTED.

PROCEDURE FOR CHANGE OF EMAIL ID OF BIDDER

THE E-MAIL-ID OF BIDDER IS REGISTERED IN OUR E-TENDER SYSTEM AT THE TIME WHEN
THE BIDDER SUBMITS HIS REQUEST FOR OBTAINING VALID USER-ID AS EXPLAINED ABOVE.

THE REGISTERED E-MAIL ID OF BIDDER IS USED FOR COMMUNICATING HIS USER-ID,


PASSWORD, TENDERING MESSAGE AND OPENING OF TENDER. THE COMMUNICATION TO
BIDDER IS FULLY AUTOMATED IN THE SYSTEM AND HENCE EMAIL-ID OF BIDER IS VERY
IMPORTANT FOR ONLINE COMMUNICATION WITH BIDDER DURING VARIOUS STAGES OF
TENDERING PROCESS. HENCE BIDDERS ARE REQUESTED TO ENTER THEIR VALID
ORGANISATION E-MAIL ID WHILE SUMITTING THE REQUEST FOR OBTAINING USER-ID &
PASSWORD.

IN CASE THE BIDDER IS REQUIRED TO GET THEIR REGISTERED E-MAIL ID CHANGED IN OUR
E-TENDER SYSTEM, THE UNDERMENTIONED STEPS ARE TO BE FOLLOWED.

¾ LOGIN TO E-TENDER PORTAL USING GUEST USER LOGIN.

¾ SELECT THE OPTION DISPLAY TENDER

¾ ACTIVE TENDERS WILL BE DISPLAYED IN THE SCREEN

¾ CLICK ON THE RESPECTIVE E-TENDER NUMBER

Page 14 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

¾ CLICK ON BASIC DATA

¾ THE TENDER BASIC DATA WILL BE DISPLAYED. SCROLL DOWN AND USE ARROW
(AVAILABLE ON BOTTOM RIGHT OF THE SCREEN) FOR NEXT PAGE. THE CONTACT
DETAIL (E-MAIL ID & PHONE NUMBER) OF DEALING OFFICER OF THE TENDER WILL BE
DISPLAYED. NOTE THE E-MAIL ID OF DEALING OFFICER.

¾ SEND AN E-MAIL REQUEST TO DEALING OFFICER FOR CHANGE OF YOUR REGISTERED


E-MAIL ID.

¾ ALSO SEND A COPY TO vendorsap@gail.co.in

¾ IN YOUR E-MAIL REQUEST, PLS REFER THE E-TENDER NUMBER

IMPORTANT POINTS TO BE NOTED:

1. PLEASE ENTER YOUR USER ID & PASSWORD FOR LOGIN TO THE E-TENDER PORTAL
FOR BIDDING. IN CASE, PASSWORD IS FORGOTTON, DO NOT TRY ENTERING
PASSWORD REPEATEDLY AS THIS WILL LOCK YOUR USER-ID. PLEASE USE ‘FORGOT
YOUR PASSWORD HELP’ OPTION AVAILABLE IN THE HOME PAGE OF THE PORTAL AND
INPUT THE DETAIL LIKE E-MAIL ID OR USER ID. AFTER THIS PROCESS THE NEW
PASSWORD WILL BE ALOTTED BY THE SYSTEM AND FORWARDED TO YOUR
REGISTERD E-MAIL ID ON SAME DAY.
2. IN CASE YOUR USER-ID IS LOCKED DUE TO REPEATED ENTRY OF WRONG PASSWORD,
PLEASE SEND AN E-MAIL TO THE PURCHASER/DEALING OFFICER OF THE RESPECTIVE
E-TENDER WITH A COPY TO vendorsap@gail.co.in OR CONTACT HIM OVER TELEPHONE
FOR UNLOCKING.
3. DURING BIDDING PROCESS, YOU MAY SAVE THE BID BY PRESSING ON Hold BUTTON.
FOR FURTHER CONTUNUING BIDDING PROCESS, ENSURE THAT THE BID IS IN Process
Response BY CLICKING Change BUTTON. BIDDING PROCESS CANNOT BE CARRIED OUT
INCASE THE BID IS IN Display Response.
4. IN ORDER TO SUCCESSFULLY CLOSE /LOG OFF FROM THE E-TENDERING SYSTEM,
CLICK ON Log off ON TOP LEFT CORNER OF THE E-TENDER HOME PAGE.
5. IN CASE YOU DO NOT LOGOUT PROPERLY AS ABOVE, YOUR TRANSACTION MAY GET
LOCKED FOR SOMETIME. IN THIS CASE, YOU MAY NOT BE ABLE TO PROCESS THE BID.
THE TRANSACTION GETS AUTOMATICALLY UNLOCKED AFTER 10 MINUTES
APPROXIMATELY. YOU NEED TO LOG-OFF FROM THE SYSTEM AS EXPLAINED ABOVE
AND RE-LOGIN AFTER 10 MINUTES (INCASE OF LOCKED TRANSACTION) TO FURTHER
PROCESSING YOUR BID.
6. YOU NEED TO HAVE BROADBAND CONNECTIVITY FOR IMPROVED PERFORMANCE
DURING BIDDING PROCESS.
7. PL. READ FAQs AVAILABLE IN THE HOME PAGE OF THE E-TENDER PORTAL.
8. BID IS TO BE SUBMITTED IN TOTALITY BEFORE DUE DATE & TIME. IN CASE THE
BIDDER IS TRYING TO SUBMIT THE BID AFTER DUE DATE & TIME, THE MESSAGE
APPEARS AS ‘END TIME HAS BEEN REACHED’ AND THE SYSTEM MAY DISPLAY AS
BID SUBMITTED TEMPORARILY IN THE CURRENT SESSION. BUT AFTER LOG OFF FROM
THE CURRENT SESSION AND RELOGIN, THE BID STATUS WILL BE SHOWN AS ‘HELD’ IN
THIS SCENARIO. IN NUTSHELL, THE BID WILL NOT GET SUBMITTED WHEN TRYING TO
SUBMIT BID AFTER DUE DATE AND TIME HAS REACHED.

Page 15 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010

DISCLAIMER:

(IT MAY BE NOTED THAT THIS IS AN EFFORT TO HELP BIDDERS WITH SHORT READY
RECKONER FOR UPLAODING OF BIDS DURING BIDDING PROCESS. FOR DETAILS YOU MAY
READ HELP DOCUMENT AVAILABLE IN SYSTEM. GAIL DO NOT STAND RESPONSIBLE ON
FAILURE TO UPLOAD THE BIDS SUCCESSFULLY BASED ON THESE INSTRUCTIONS)

Page 16 of 16
GENERAL CONDITIONS OF CONTRACT
General Conditions of Contract

SECTION- I DEFINITIONS

1. Definition of Terms: 1.1 In this CONTRACT (as here-in-after defined) the following words
and expressions shall have the meanings hereby assigned to them
except where the context otherwise required.

1.1.1 The EMPLOYER/COMPANY/GAIL means GAIL (INDIA) LTD., a


public limited company, incorporated under the Company’s act
1956 and having its Registered office at 16, Bhikaji Cama Place,
New Delhi 110066 and includes its successors and assigns.

1.1.2 The "CONTRACTOR" means the person or the persons, firm or


Company or corporation whose tender has been accepted by the
EMPLOYER and includes the CONTRACTOR's legal
Representatives his successors and permitted assigns.

1.1.3 The ENGINEER/ENGINEER-IN-CHARGE" shall mean the person


designated from time to time by the GAIL and shall include those
who are expressly authorized by him to act for and on his behalf
for operation of this CONTRACT.

1.1.4 The "WORK" shall mean and include all items and things to be
supplied/ done and services and activities to be performed by the
CONTRACTOR in pursuant to and in accordance with
CONTRACT or part thereof as the case may be and shall include
all extra, additional, altered or substituted works as required for
purpose of the CONTRACT.

1.1.5 The "PERMANENT WORK" means and includes works which will
be incorporated in and form a part of the work to be handed over
to the EMPLOYER by the CONTRACTOR on completion of the
CONTRACT.

1.1.6 "CONSTRUCTION EQUIPMENT" means all


appliances/equipment and things whatsoever nature for the use in
or for the execution, completion, operation, or maintenance of the
work or temporary works (as hereinafter defined) but does not
include materials or other things intended to form or to be
incorporated into the WORK, or camping facilities.

1.1.7 "CONTRACT DOCUMENTS" means collectively the Tender


Documents, Designs, Drawings, Specification, Schedule of
Quantities and Rates, Letter of Acceptance and agreed variations
if any, and such other documents constituting the tender and
acceptance thereof.

1.1.8 CONSULTANT: means ------------------------------- who are the


consulting engineer to the Employer for this project and having
registered office at ----------------------------------------------------------------
----------------------------------------------------------------------------------------

1.1.9 The "SUB-CONTRACTOR" means any person or firm or


Company (other than the CONTRACTOR) to whom any part of
the work has been entrusted by the CONTRACTOR, with the
written consent of the ENGINEER-IN-CHARGE, and the legal
representatives, successors and permitted assigns of such
person, firm or company.

1
General Conditions of Contract

1.1.10 The "CONTRACT” shall mean the Agreement between the


EMPLOYER and the CONTRACTOR for the execution of the
works including therein all contract documents.

1.1.11 The "SPECIFICATION" shall mean all directions the various


technical specifications, provisions attached and referred to the
Tender Documents which pertain to the method and manner of
performing the work or works to the quantities and qualities of the
work or works and the materials to be furnished under the
CONTRACT for the work or works, as may be amplified or
modified by the GAIL or ENGINEER-IN-CHARGE during the
performance of CONTRACT in order to provide the unforseen
conditions or in the best interests of the work or works. It shall
also include the latest edition of relevant Standard Specifications
including all addenda/corrigenda published before entering into
CONTRACT.

1.1.12 The "DRAWINGS" shall include maps, plans and tracings or prints
or sketches thereof with any modifications approved in writing by
the ENGINEER- IN-CHARGE and such other drawing as may,
from time to time, be furnished or approved in writing by the
ENGINEER-IN-CHARGE.

1.1.13 The "TENDER" means the proposal along with supporting


documents submitted by the CONTRACTOR for consideration by
the EMPLOYER.

1.1.14 The "CHANGE ORDER" means an order given in writing by the


ENGINEER-IN-CHARGE to effect additions to or deletion from
and alteration in the works.

1.1.15 The "COMPLETION CERTIFICATE" shall mean the certificate to


be issued by the ENGINEER-IN-CHARGE when the works have
been completed entirely in accordance with CONTRACT
DOCUMENT to his satisfaction.

1.1.16 The "FINAL CERTIFICATE" in relation to a work means the


certificate regarding the satisfactory compliance of various
provision of the CONTRACT by the CONTRACTOR issued by the
ENGINEER-IN- CHARGE/EMPLOYER after the period of liability
is over.

1.1.17 “DEFECT LIABILITY PERIOD” in relation to a work means the


specified period from the date of COMPLETION CERTIFICATE
upto the date of issue of FINAL CERTIFICATE during which the
CONTRACTOR stands responsible for rectifying all defects that
may appear in the works executed by the CONTRACTOR in
pursuance of the CONTRACT and includes warranties against
Manufacturing/Fabrication/ Erection/Construction defects covering
all materials plants, equipment, components, and the like supplied
by the CONTRACTOR, works executed against workmanship
defects.

1.1.18 The "APPOINTING AUTHORITY" for the purpose of arbitration


shall be the CHAIRMAN and MANAGING DIRECTOR or any
other person so designated by the EMPLOYER.

1.1.19 "TEMPORARY WORKS" shall mean all temporary works of every


kind required in or about the execution, completion or
maintenance of works.

2
General Conditions of Contract

1.1.20 "PLANS" shall mean all maps, sketches and layouts as are
incorporated in the CONTRACT in order to define broadly the
scope and specifications of the work or works, and all
reproductions thereof.

1.1.21 "SITE" shall mean the lands and other places on, under, in or
through which the permanent works are to be carried out and any
other lands or places provided by the EMPLOYER for the purpose
of the CONTRACT.

1.1.22 "NOTICE IN WRITING OR WRITTEN NOTICE" shall mean a


notice in written, typed or printed characters sent (unless delivered
personally or otherwise proved to have been received by the
addressee) by registered post to the latest known private or
business address or registered office of the addressee and shall
be deemed to have been received in the ordinary course of post it
would have been delivered.

1.1.23 "APPROVED" shall mean approved in writing including


subsequent written confirmation of previous verbal approval and
"APPROVAL" means approval in writing including as aforesaid.

1.1.24 "LETTER OF INTENT/FAX OF INTENT” shall mean intimation by


a Fax/Letter to Tenderer(s) that the tender has been accepted in
accordance with the provisions contained in the letter.

1.1.25 "DAY" means a day of 24 hours from midnight to midnight


irrespective of the number of hours worked in that day.

1.1.26 "WORKING DAY" means any day which is not declared to be


holiday or rest day by the EMPLOYER.

1.1.27 "WEEK" means a period of any consecutive seven days.

1.1.28 "METRIC SYSTEM" - All technical documents regarding the


construction of works are given in the metric system and all work
in the project should be carried out according to the metric system.
All documents concerning the work shall also be maintained in the
metric system.

1.1.29 "VALUE OF CONTRACT” or “TOTAL CONTRACT PRICE” shall


mean the sum accepted or the sum calculated in accordance with
the prices accepted in tender and/or the CONTRACT rates as
payable to the CONTRACTOR for the entire execution and full
completion of the work, including change order.

1.1.30 "LANGUAGE FOR DRAWINGS AND INSTRUCTION" All the


drawings, titles, notes, instruction, dimensions, etc. shall be in
English Language.

1.1.31 "MOBILIZATION" shall mean establishment of sufficiently


adequate infrastructure by the CONTRACTOR at "SITE"
comprising of construction equipments, aids, tools tackles
including setting of site offices with facilities such as power, water,
communication etc. establishing manpower organisation
comprising of Resident Engineers, Supervising personnel and an
adequate strength of skilled, semi-skilled and un-skilled workers,
who with the so established infrastructure shall be in a position to

3
General Conditions of Contract

commence execution of work at site(s), in accordance with the


agreed Time Schedule of Completion of Work. "MOBILISATION"
shall be considered to have been achieved, if the CONTRACTOR
is able to establish infrastructure as per Time Schedule, where so
warranted in accordance with agreed schedule of work
implementation to the satisfaction of ENGINEER-IN-CHARGE/
EMPLOYER.

1.1.32 "COMMISSIONING" shall mean pressing into service of the


system including the plant(s), equipment(s), vessel(s), pipeline,
machinery(ies), or any other section or sub-section of
installation(s) pertaining to the work of the CONTRACTOR after
successful testing and trial runs of the same.

"COMMISSIONING" can be either for a completed system or a


part of system of a combination of systems or sub-systems and
can be performed in any sequence as desired by EMPLOYER and
in a manner established to be made suited according to availability
of pre-requisites. Any such readjustments made by EMPLOYER
in performance of "COMMISSIONING" activity will not be
construed to be violating CONTRACT provisions and
CONTRACTOR shall be deemed to have provided for the same.

SECTION-II GENERAL INFORMATION

2. General Information 2.1 a) Location of Site: The proposed location of Project site is defined
in the Special Conditions of Contract.

b) Access by Road: CONTRACTOR, if necessary, shall build


other temporary access roads to the actual site of construction for
his own work at his own cost. The CONTRACTOR shall be
required to permit the use of the roads so constructed by him for
vehicles of any other parties who may be engaged on the project
site. The CONTRACTOR shall also facilitate the construction of
the permanent roads should the construction there of start while
he is engaged on this work. He shall make allowance in his
tender for any inconvenience he anticipates on such account.

Non-availability of access roads, railway siding and railway


wagons for the use of the CONTRACTOR shall in no case
condone any delay in the execution of WORK nor be the cause for
any claim for compensation against the EMPLOYER.

2.2 Scope of Work: The scope of WORK is defined in the Technical


Part of the tender document. The CONTRACTOR shall provide
all necessary materials, equipment, labour etc. for the execution
and maintenance of the WORK till completion unless otherwise
mentioned in the Tender Document.

2.3 Water Supply: Contractor will have to make his own arrangements
for supply of water to his labour camps and for works. All pumping
installations, pipe net work and distribution system will have to be
carried out by the Contractor at his own risk and cost.

Alternatively the Employer at his discretion may endeavour to


provide water to the Contractor at the Employer's source of supply

4
General Conditions of Contract

provided the Contractor makes his own arrangement for the water
meter which shall be in custody of the Employer and other pipe
net works from source of supply and such distribution pipe
network shall have prior approval of the Engineer-in-Charge so as
not to interfere with the layout and progress of the other
construction works. In such case, the rate for water shall be
deducted from the running account bills.

However, the Employer does not guarantee the supply of water


and this does not relieve the Contractor of his responsibility in
making his own arrangement and for the timely completion of the
various works as stipulated.

2.4 Power Supply:

2.4.1 Subject to availability, EMPLOYER will supply power at 400/440 V


at only one point at the nearest sub-station, from where the
CONTRACTOR will make his own arrangement for temporary
distribution. The point of supply will not be more than 500 m away
from the CONTRACTOR'S premises. All the works will be done
as per the applicable regulations and passed by the
ENGINEER-IN-CHARGE. The temporary line will be removed
forthwith after the completion of work or if there is any hindrance
caused to the other works due to the alignment of these lines, the
CONTRACTOR will re-route or remove the temporary lines at his
own cost. The CONTRACTOR at his cost will also provide
suitable electric meters, fuses, switches, etc. for purposes of
payment to the EMPLOYER which should be in the custody and
control of the EMPLOYER. The cost of power supply shall be
payable to the EMPLOYER every month for Construction Works
power which would be deducted from the running account bills.
The EMPLOYER shall not, however, guarantee the supply of
electricity nor have any liability in respect thereof. No claim for
compensation for any failure or short supply of electricity will be
admissible.

2.4.2 It shall be the responsibility of the CONTRACTOR to provide and


maintain the complete installation on the load side of the supply
with due regard to safety requirement at site. All cabling,
equipment, installations etc. shall comply in all respects with the
latest statutory requirements and safety provisions i.e., as per the
Central/State Electricity Acts and Rules etc. The CONTRACTOR
will ensure that his equipment and Electrical Wiring etc., are
installed, modified, maintained by a licensed
Electrician/Supervisor. A test certificate is to be produced to the
ENGINEER-IN-CHARGE for his approval, before power is made
available.

2.4.3 At all times, IEA regulations shall be followed failing which the
EMPLOYER has a right to disconnect the power supply without
any reference to the CONTRACTOR. No claim shall be
entertained for such disconnection by the
ENGINEER-IN-CHARGE. Power supply will be reconnected only
after production of fresh certificate from authorized electrical
supervisors.

2.4.4 The EMPLOYER is not liable for any loss or damage to the
CONTRACTOR's equipment as a result of variation in voltage or
frequency or interruption in power supply or other loss to the
CONTRACTOR arising therefrom.

5
General Conditions of Contract

2.4.5 The CONTRACTOR shall ensure that the Electrical equipment


installed by him are such that average power factors does not fall
below 0.90 at his premises. In case power factor falls below 0.90
in any month, he will reimburse to the EMPLOYER at the penal
rate determined by the EMPLOYER for all units consumed during
the month.

2.4.6 The power supply required for CONTRACTOR's colony near the
plant site will be determined by the EMPLOYER and shall be as
per State Electricity Board's Rules and other statutory provisions
applicable for such installations from time to time. In case of
power supply to CONTRACTOR's colony, the power will be made
available at a single point and the CONTRACTOR shall make his
own arrangement at his own cost for distribution to the occupants
of the colony as per Electricity Rules and Acts. The site and
colony shall be sufficiently illuminated to avoid accidents.

2.4.7 The CONTRACTOR will have to provide and install his own lights
and power meters which will be governed as per Central/State
Government Electricity Rules. The metres shall be sealed by the
EMPLOYER.

2.4.8 In case of damage of any of the EMPLOYER’s equipment on


account of fault, intentional or unintentional on the part of the
CONTRACTOR, the EMPLOYER reserves the right to recover the
cost of such damage from the CONTRACTOR's bill. Cost of HRC
Fuses replaced at the EMPLOYER's terminals due to any fault in
the CONTRACTOR's installation shall be to CONTRACTOR's
account at the rates decided by the ENGINEER-IN-CHARGE.

2.4.9 Only motors upto 3 HP will be allowed to be started direct on line.


For motors above 3 HP and upto 100 HP a suitable Starting
device approved by the ENGINEER- IN-CHARGE shall be
provided by the CONTRACTOR. For motors above 100 HP
slipring induction motors with suitable starting devices as approved
by the ENGINEER- IN-CHARGE shall be provided by the
CONTRACTOR.

2.4.10 The CONTRACTOR shall ensure at his cost that all electrical lines
and equipment and all installations are approved by the State
Electricity Inspector before power can be supplied to the
EMPLOYER.

2.4.11 The total requirement of power shall be indicated by the tenderer


alongwith his tender.

2.5 Land for Contractor’s Field Office, Godown and Workshop: The
EMPLOYER will, at his own discretion and convenience and for
the duration of the execution of the work make available near the
site, land for construction of CONTRACTOR's Temporary Field
Office, godowns workshops and assembly yard required for the
execution of the CONTRACT. The CONTRACTOR shall at his
own cost construct all these temporary buildings and provide
suitable water supply and sanitary arrangement and get the same
approved by the ENGINEER-IN-CHARGE.

On completion of the works undertaken by the CONTRACTOR,


he shall remove all temporary works erected by him and have the
SITE cleaned as directed by ENGINEER-IN-CHARGE. If the

6
General Conditions of Contract

CONTRACTOR shall fail to comply with these requirements, the


ENGINEER-IN-CHARGE may at he expenses of the
CONTRACTOR remove such surplus, and rubbish materials and
dispose off the same as he deems fit and get the site cleared as
aforesaid; and CONTRACTOR shall forthwith pay the amount of
all expenses so incurred and shall have no claim in respect of any
such surplus materials disposed off as aforesaid. But the
EMPLOYER reserves the right to ask the CONTRACTOR any
time during the pendency of the CONTRACT to vacate the land by
giving 7 days notice on security reasons or on national interest or
otherwise. Rent may be charged for the land so occupied from
contractor by the Employer.

The CONTRACTOR shall put up temporary structures as required


by them for their office, fabrication shop and construction stores
only in the area allocated to them on the project site by the
EMPLOYER or his authorised representative. No tea
stalls/canteens should be put up or allowed to be put up by any
CONTRACTOR in the allotted land or complex area without
written permission of the EMPLOYER.

No unauthorised buildings, constructions or structures should be


put up by the CONTRACTOR anywhere on the project site.

For uninterrupted fabrication work, the CONTRACTOR shall put


up temporary covered structures at his cost within Area in the
location allocated to them in the project site by the EMPLOYER or
his authorised representative.

No person except for authorised watchman shall be allowed to


stay in the plant area/CONTRACTOR's area after completion of
the day's job without prior written permission from
ENGINEER-IN-CHARGE.

2.6 Land for Residential Accommodation:-:No Land shall be made


available for residential accommodation for staff and labour of
CONTRACTOR.

SECTION-III GENERAL INSTRUCTIONS TO TENDERERS

3. Submission of Tender: 3.1 TENDER must be submitted without making any additions,
alterations, and as per details given in other clauses hereunder.
The requisite details shall be filled in by the TENDERER at space
provided under “Submission of Tender at the beginning of GCC of
Tender Document. The rate shall be filled only in the schedule
given in this Tender Document.

3.2 Addenda/Corrigenda to this Tender Document, if issued, must be


signed, submitted alongwith the Tender Document. the tenderer
should write clearly the revised quantities in Schedule of Rates of
Tender Document and should price the WORK based on revised
quantities when amendments of quantities are issued in addenda.

3.3 Covering letter alongwith its enclosures accompanying the Tender


Document and all further correspondence shall be submitted in
duplicate.

7
General Conditions of Contract

3.4 Tenderers are advised to submit quotations based strictly on the


terms and conditions and specifications contained in the Tender
Documents and not to stipulate any deviations.

3.5 Tenders should always be placed in double sealed covers,


superscribing ["QUOTATION DO NOT OPEN" Tender for
_________________________ Project of GAIL (India) Limited due
for opening on _______________________]. The Full Name,
Address and Telegraphic Address, Fax No. of the Tenderers shall
be written on the bottom left hand corner of the sealed cover.

4. Documents: 4.1 General:

The tenders as submitted, will consist of the following:

i) Complete set of Tender Documents (Original) as sold duly


filled in and signed by the tenderer as prescribed in different
clauses of the Tender Documents.

ii) Earnest money in the manner specified in Clause 6 hereof.

iii) Power of Attorney or a true copy thereof duly attested by a


Gazetted Officer in case an authorised representative has
signed the tender, as required by Clause 14 hereof.

iv) Information regarding tenderers in the proforma enclosed.

v) Details of work of similar type and magnitude carried out by


the Tenderer in the proforma provided in the tender
document.

vi) Organisation chart giving details of field management at


site, the tenderer proposes to have for this job.

vii) Details of construction plant and equipments available with


the tenderer for using in this work.

viii) Solvency Certificate from Scheduled Bank to prove the


financial ability to carry out the work tendered for.

ix) Latest Balance Sheet and Profit & Loss Account duly
audited.

x) Details of present commitment as per proforma enclosed to


tender.

xi) Data required regarding SUB-CONTRACTOR(s)/ Supplier/


Manufacturers and other technical informations the tenderer
wish to furnish.

xii) Provident fund registration certificate

xiii) List showing all enclosures to tender.

4.2 All pages are to be Initiated: All signatures in Tender Documents


shall be dated, as well as, all the pages of all sections of Tender
Documents shall be initialed at the lower right hand corner and
signed wherever required in the tender papers by the TENDERER

8
General Conditions of Contract

or by a person holding power of attorney authorising him to sign


on behalf of the tenderer before submission of tender.

4.3 Rates to be in Figures and Words: The tender should quote in


English both in figures as well as in words the rates and amounts
tendered by him in the Schedule of Rates of Tender submitted by
the CONTRACTOR for each item and in such a way that
interpolation is not possible. The amount for each item should be
worked out and entered and requisite total given of all items, both
in figures and in words. The tendered amount for the work shall
be entered in the tender and duly signed by the Tenderer.

If some discrepancies are found between the RATES in


FIGURES and WORDS or the AMOUNT shown in the tender, the
following procedure shall be followed:

a) When there is difference between the rates in figures and


words, the rate which corresponds to the amount worked out
by the tenderer shall be taken as correct.

b) When the rate quoted by the tenderer in figures and words


tally but the amount is incorrect the rate quoted by the
tenderer shall be taken as correct.

c) When it is not possible to ascertain the correct rate by either of


above methods, the rate quoted in words shall be taken as
correct.

4.4 Corrections and Erasures: All correction(s) and alteration(s) in the


entries of tender paper shall be signed in full by the TENDERER
with date. No erasure or over writing is permissible.

4.5 Signature of Tenderer:

4.5.1 The TENDERER shall contain the name, residence and place of
business of person or persons making the tender and shall be
signed by the TENDERER with his usual signature. Partnership
firms shall furnish the full names of all partners in the tender. It
should be signed in the partnership's name by all the partners or
by duly authorised representatives followed by the name and
designation of the person signing. Tender by a corporation shall
be signed by an authorised representative, and a Power of
Attorney in that behalf shall accompany the tender. A copy of the
constitution of the firm with names of all partners shall be
furnished.

4.5.2 When a tenderer signs a tender in a language other than English,


the total amount tendered should, in addition, be written in the
same language. The signature should be attested by at least one
witness.

4.6 Witness: Witness and sureties shall be persons of status and


property and their names, occupation and address shall be stated
below their signature.

4.7 Details of Experience: The tenderer should furnish, alongwith his


tender, details of previous experience in having successfully
completed in the recent past works of this nature, together with the
names of Employers, location of sites and value of contract, date

9
General Conditions of Contract

of commencement and completion of work, delays if any, reasons


of delay and other details alongwith documentary evidence(s).

4.8 Liability of Government of India: It is expressly understood and


agreed by and between Bidder or/Contractor and M/s GAIL
(India) Limited, and that M/s GAIL (India) Ltd., is entering into
this agreement solely on its own behalf and not on behalf of any
other person or entity. In particular, it is expressly understood
and agreed that the Government of India is not a party to this
agreement and has no liabilities, obligations or rights hereunder.
It is expressly understood and agreed that M/s GAIL (India) Ltd.
is an independent legal entity with power and authority to enter
into contracts solely on its own behalf under the applicable Laws
of India and general principles of Contract Law. The
Bidder/Contractor expressly agrees, acknowledges and
understands that M/s GAIL (India) Ltd. is not an agent,
representative or delegate of the Government of India. It is
further understood and agreed that the Government of India is
not and shall not be liable for any acts, omissions, commissions,
breaches or other wrongs arising out of the contract.
Accordingly, Bidder/Contractor hereby expressly waives,
releases and foregoes any and all actions or claims, including
cross claims, impleader claims or counter claims against the
Government of India arising out of this contract and covenants
not to sue to Government of India as to any manner, claim,
cause of action or thing whatsoever arising of or under this
agreement.

5. Transfer of Tender 5.1 Transfer of Tender Documents purchased by one intending


Documents: tenderer to another is not permissible.

6. Earnest Money: 6.1 The bidder must pay Earnest Money as given in the letter /notice
inviting tenders and attach the official receipt with the tender failing
which the tender is liable to be rejected and representatives of
such tenderers will not be allowed to attend the tender opening.
Earnest Money can be paid in Demand Drafts or Bank Guarantee
or Banker’s Cheque or Letter of Credit from any Indian scheduled
bank or a branch of an International bank situated in India and
registered with Reserve Bank of India as scheduled foreign
bank. However, other than the Nationalised Indian Banks, the
banks whose BGs are furnished, must be commercial banks
having net worth in excess of Rs. 100 crores and a declaration
to this effect should be made by such commercial bank either in
the bank guarantee itself or separately on a letter head.

The bid guarantee shall be submitted in the prescribed format .

Note: The Bank Guarantee so furnished by the tenderer shall be in


the proforma prescribed by the EMPLOYER. No interest shall be
paid by the EMPLOYER on the Earnest Money deposited by the
tenderer. The Bank Guarantee furnished in lieu of Earnest Money
shall be kept valid for a period of "SIX MONTHS" from the date of
opening of tender.(TWO MONTHS beyond the bid validity).

The Earnest Money deposited by successful tenderer shall be


forfeited if the Contractor fails to furnish the requisite Contract
Performance Security as per clause 24 hereof and /or fails to start
work within a period of 15 days or fails to execute the
AGREEMENT within 15 days of the receipt by him of the
Notification of Acceptance of Tender.

10
General Conditions of Contract

Note: The Earnest Money of the unsuccessful bidder will be


returned by EMPLOYER/CONSULTANT, directly to the
tenderer (s), within a reasonable period of time but not later than
30 days after the expiration of the period of bid validity
prescribed by EMPLOYER.

7 Validity: 7.1 Tender submitted by tenderers shall remain valid for acceptance
for a period of "4 MONTHS" from the date of opening of the
tender. The tenderers shall not be entitled during the said period
of 4 months, without the consent in writing of the EMPLOYER, to
revoke or cancel his tender or to vary the tender given or any term
thereof. In case of tender revoking or canceling his tender or
varying any term in regard thereof without the consent of
EMPLOYER in writing, the EMPLOYER shall forfeit Earnest
Money paid by him alongwith tender.

8 Addenda/Corrigenda 8.1 Addenda/ Corrigenda to the Tender Documents will be issued in


duplicate prior to the date of opening of the tenders to clarify
documents or to reflect modification in design or CONTRACT
terms.

8.2 Each addenda/ corrigendum issued will be issued in duplicate to


each person or organisation to whom set of Tender Documents
has been issued. Recipient will retain tenderer's copy of each
Addendum/Corrigendum and attach original copy duly signed
along with his offer. All Addenda/Corrigenda issued shall become
part of Tender Documents.

9 Right of Employer to 9.1 The right to accept the tender will rest with the EMPLOYER. The
Accept or Reject Tender: EMPLOYER, however, does not bind himself to accept the lowest
tender, and reserves to itself the authority to reject any or all the
tenders received without assigning any reason whatsoever. At the
option of the Employer, the work for which the tender had been
invited, may be awarded to one Contractor or split between more
than one bidders, in which case the award will be made for only
that part of the work, in respect of which the bid has been
accepted. The quoted rates should hold good for such
eventualities.

Tenders in which any of the particulars and prescribed information


are missing or are incomplete in any respect and/or the
prescribed conditions are not fulfilled are liable to be rejected.
The Tender containing uncalled for remarks or any additional
conditions are liable to be rejected.

Canvassing in connection with tenders is strictly prohibited and


tenders submitted by the Tenderers who resort to canvassing will
be liable to rejection.

10 Time Schedule 10.1 The WORK shall be executed strictly as per the TIME SCHEDULE
specified in TENDER/CONTRACT Document. The period of
construction given in Time Schedule includes the time required for
mobilisation as well as testing, rectifications if any, retesting and
completion in all respects to the entire satisfaction of the
ENGINEER-IN- CHARGE.

11
General Conditions of Contract

10.2 A joint programme of execution of the WORK will be prepared by


the ENGINEER-IN-CHARGE and CONTRACTOR based on
priority requirement of this project. This programme will take into
account the time of completion mentioned in 10.1 above and the
time allowed for the priority works by the
ENGINEER-IN-CHARGE.

10.3 Monthly/Weekly construction programme will; be drawn up by the


ENGINEER-IN-CHARGE jointly with the CONTRACTOR, based
on availability of work fronts and the joint construction programme
as per 10.2 above. The CONTRACTOR shall scrupulously
adhere to these targets /programmes by deploying adequate
personnel, construction tools and tackles and he shall also supply
himself all materials of his scope of supply in good time to achieve
the targets/programmes. In all matters concerning the extent of
targets set out in the weekly and monthly programmes and the
degree of achievements the decision of the
ENGINEER-IN-CHARGE will be final and binding on the
CONTRACTOR.

11 Tenderer’s Responsibility 11.1 The intending tenderers shall be deemed to have visited the SITE
and familiarised submitting the tender. Non-familiarity with the
site conditions will not be considered a reason either for extra
claims or for not carrying out the works in strict conformity with the
DRAWINGS and SPECIFICATIONS or for any delay in
performance.

12 Retired Government or 12.1 No Engineer of Gazetted rank or other Gazetted Officer employed
Company Officers in Engineering or Administrative duties in an Engineering
Department of the States/ Central Government or of the
EMPLOYER is allowed to work as a CONTRACTOR for a period
of two years after his retirement from Government Service, or from
the employment of the EMPLOYER without the previous
permission of the EMPLOYER. The CONTRACT, if awarded, is
liable to be cancelled if either the CONTRACTOR or any of his
employees is found at any time to be such a person, who has not
obtained the permission of the State/Central Government or of the
EMPLOYER as aforesaid before submission of tender, or
engagement in the CONTRACTOR'S service as the case may be.

13 Signing of the Contract: 13.1 The successful tenderer shall be required to execute an
AGREEMENT in the proforma attached with TENDER
DOCUMENT within 15 days of the receipt by him of the
Notification of Acceptance of Tender. In the event of failure on
the part of the successful tenderer to sign the AGREEMENT within
the above stipulated period, the Earnest Money or his initial
deposit will be forefeited and the acceptance of the tender shall be
considered as cancelled.

14 Field Management & 14.1 The field management will be the responsibility of the
Controlling/Coordinating ENGINEER-IN-CHARGE, who will be nominated by the
Authority: EMPLOYER. The ENGINEER-IN-CHARGE may also authorise
his representatives to assist in performing his duties and functions.

14.2 The ENGINEER-IN-CHARGE shall coordinate the works of


various agencies engaged at site to ensure minimum disruption of
work carried out by different agencies. It shall be the responsibility
of the CONTRACTOR to plan and execute the work strictly in
accordance with site instructions to avoid hindrance to the work
being executed by other agencies.

12
General Conditions of Contract

15 Note to Schedule of 15.1 The Schedule of Rates should be read in conjunction with all the
Rates: other sections of the tender.

15.2 The tenderer shall be deemed to have studied the DRAWINGS,


SPECIFICATIONS and details of work to be done within TIME
SCHEDULE and to have aquainted himself of the condition
prevailing at site.

15.3 Rates must be filled in the Schedule of Rates of original Tender


Documents. If quoted in separate typed sheets no variation in item
description or specification shall be accepted. Any exceptions
taken by the tenderer to the Schedule of Rates shall be brought
out in the terms and conditions of the offer.

15.4 The quantities shown against the various items are only
approximate. Any increase or decrease in the quantities shall not
form the basis of alteration of the rates quoted and accepted.

15.5 The EMPLOYER reserves the right to interpolate the rates for such
items of work falling between similar items of lower and higher
magnitude.

16 Policy for Tenders Under 16.1 Only Those Tenders which are complete in all respects and are
Consideration: strictly in accordance with the Terms and Conditions and
Technical Specifications of Tender Document, shall be considered
for evaluation. Such Tenders shall be deemed to be under
consideration immediately after opening of Tender and until such
time an official intimation of acceptance /rejection of Tender is
made by GAIL to the Bidder.

16.2 Zero Deviation: Bidders to note that this is a ZERO DEVIATION


TENDER. GAIL will appreciate submission of offer based on the
terms and conditions in the enclosed General Conditions of
Contract (GCC), Special Conditions of Contract (SCC),
Instructions to Bidders (ITB), Scope of Work, technical
specifications etc. to avoid wastage of time and money in
seeking clarifications on technical/ commercial aspects of the
offer. Bidder may note that no technical and commercial
clarifications will be sought for after the receipt of the bids. In
case of any deviation/nonconformity observed in the bid, it will
be liable for rejection.

17 Award of Contract: 17.1 The Acceptance of Tender will be intimated to the successful
Tenderer by GAIL either by Telex/ Telegram/ Fax or by Letter or
like means-defined as LETTER OF ACCEPTANCE OF TENDER.

17.2 GAIL will be the sole judge in the matter of award of CONTRACT
and the decision of GAIL shall be final and binding.

18 Clarification of Tender 18.1 The Tender is required to carefully examine the Technical
Document: Specifications, Conditions of Contract, Drawings and other details
relating to WORK and given in Tender Document and fully inform
himself as to all conditions and matters which may in any way
affect the WORK or the cost thereof. In case the Tenderer is in
doubt about the completeness or correctness of any of the
contents of the Tender Documents he should request in writing for
an interpretation/clarification to GAIL in triplicate. GAIL will then

13
General Conditions of Contract

issue interpretation/clarification to Tenderer in writing. Such


clarifications and or interpretations shall form part of the
Specifications and Documents and shall accompany the tender
which shall be submitted by tenderer within time and date as
specified in invitations to tender.

18.2 Verbal clarification and information given by GAIL or its


employee(s) or its representatives shall not in any way be binding
on GAIL.

19 Local Conditions: 19.1 It will be imperative on each tenderer to inform himself of all local
conditions and factors which may have any effect on the execution
of WORK covered under the Tender Document. In their own
interest, the tenderer are requested to familiarise themselves with
the Indian Income Tax Act 1961, Indian Companies Act 1956,
Indian Customs Act 1962 and other related Acts and Laws and
Regulations of India with their latest amendments, as applicable
GAIL shall not entertain any requests for clarifications from the
tenderer regarding such local conditions.

19.2 It must be understood and agreed that such factors have properly
been investigated and considered while submitting the tender. No
claim for financial or any other adjustments to VALUE OF
CONTRACT, on lack of clarity of such factors shall be entertained.

20 Abnormal Rates: 20.1 The tenderer is expected to quote rate for each item after careful
analysis of cost involved for the performance of the completed
item considering all specifications and Conditions of Contract.
This will avoid loss of profit or gain in case of curtailment or
change of specification for any item. In case it is noticed that the
rates quoted by the tenderer for any item are unusually high or
unusually low, it will be sufficient cause for the rejection of the
tender unless the EMPLOYER is convinced about the
reasonableness after scrutiny of the analysis for such rate(s) to be
furnished by the tenderer (on demand).

SECTION-IV GENERAL OBLIGATIONS

21 Priority of Contract 21.1 Except if and the extent otherwise provided by the Contract, the
Documents provisions of the General Conditions of Contract and Special
Conditions shall prevail over those of any other documents
forming part of the CONTRACT. Several documents forming the
CONTRACT are to be taken as mutually explanatory of one
another, but in case of ambiguities or discrepancies the same
shall be explained and adjusted by the ENGINEER-IN-CHARGE
who shall thereupon issue to the Contractor instructions thereon
and in such event, unless otherwise provided in the Contract, the
priority of the documents forming the Contract shall be as follows :

1) The Contract Agreement ;


2) The Letter of Acceptance;
3) The (Instructions to Bidders)ITB;
4) Special Conditions of Contract (SCC);
5) General Conditions of Contract (GCC)
6) Any other document forming part of the Contract.

14
General Conditions of Contract

Works shown in the DRAWING but not mentioned in the


SPECIFICATIONS OR described in the SPECIFICATIONS
without being shown in the DRAWINGS shall nevertheless be
deemed to be included in the same manner as if they had been
specifically shown upon the DRAWINGS and described in the
SPECIFICATIONS.

21.2 Headings and Marginal Notes: All headings and marginal notes to
the clauses of these General Conditions of Contract or to the
SPECIFICATIONS or to any other Tender Document are solely
for the purpose of giving a concise indication and not a summary
of the contents thereof, and they shall never be deemed to be part
thereof or be used in the interpretation or construction thereof the
CONTRACT.

21.3 Singular and Plural: In CONTRACT DOCUMENTS unless


otherwise stated specifically, the singular shall include the plural
and vice versa wherever the context so requires.

21.4 Interpretation: Words implying `Persons' shall include relevant


`Corporate Companies / Registered Associations/ Body of
Individuals/ Firm of Partnership' as the case may be.

22 Special Conditions of 22.1 Special Conditions of Contract shall be read in conjunction with
Contract: the General Conditions of Contract, specification of Work,
Drawings and any other documents forming part of this
CONTRACT wherever the context so requires.

22.2 Notwithstanding the sub-division of the documents into these


separate sections and volumes every part of each shall be
deemed to be supplementary to and complementary of every
other part and shall be read with and into the CONTRACT so far
as it may be practicable to do so.

22.3 Where any portion of the General Condition of Contract is


repugnant to or at variance with any provisions of the Special
Conditions of Contract, unless a different intention appears the
provisions of the Special Conditions of Contract shall be deemed
to over-ride the provisions of the General Conditions of Contract
and shall to the extent of such repugnancy, or variations, prevail.

22.4 Wherever it is mentioned in the specifications that the


CONTRACTOR shall perform certain WORK or provide certain
facilities, it is understood that the CONTRACTOR shall do so at
his cost and the VALUE OF CONTRACT shall be deemed to have
included cost of such performance and provisions, so mentioned.

22.5 The materials, design and workmanship shall satisfy the relevant
INDIAN STANDARDS, the JOB SPECIFICATIONS contained
herein and CODES referred to. Where the job specification
stipulate requirements in addition to those contained in the
standard codes and specifications, these additional requirements
shall also be satisfied.

23 Contractor to obtain his 23.1 The CONTRACTOR in fixing his rate shall for all purpose
own Information: whatsoever reason may be, deemed to have himself
independently obtained all necessary information for the purpose
of preparing his tender and his tender as accepted shall be
deemed to have taken into account all contingencies as may arise

15
General Conditions of Contract

due to such information or lack of same. The correctness of the


details, given in the Tender Document to help the CONTRACTOR
to make up the tender is not guaranteed.

The CONTRACTOR shall be deemed to have examined the


CONTRACT DOCUMENTS, to have generally obtained his own
information in all matters whatsoever that might affect the carrying
out of the works at the schedules rates and to have satisfied
himself to the sufficiency of his tender. Any error in description of
quantity or omission therefrom shall not vitiate the CONTRACT or
release the CONTRACTOR from executing the work comprised in
the CONTRACT according to DRAWINGS and
SPECIFICATIONS at the scheduled rates. He is deemed to have
known the scope, nature and magnitude of the WORKS and the
requirements of materials and labour involved etc., and as to what
all works he has to complete in accordance with the CONTRACT
documents whatever be the defects, omissions or errors that may
be found in the DOCUMENTS. The CONTRACTOR shall be
deemed to have visited surroundings, to have satisfied himself to
the nature of all existing structures, if any, and also as to the
nature and the conditions of the Railways, Roads, Bridges and
Culverts, means of transport and communication, whether by
land, water or air, and as to possible interruptions thereto and the
access and egress from the site, to have made enquiries,
examined and satisfied himself as to the sites for obtaining sand,
stones, bricks and other materials, the sites for disposal of surplus
materials, the available accommodation as to whatever required,
depots and such other buildings as may be necessary for
executing and completing the works, to have made local
independent enquiries as to the sub-soil, subsoil water and
variations thereof, storms, prevailing winds, climatic conditions
and all other similar matters effecting these works. He is deemed
to have acquainted himself as to his liability of payment of
Government Taxes, Customs duty and other charges, levies etc.

Any neglect or omission or failure on the part of the


CONTRACTOR in obtaining necessary and reliable information
upon the foregoing or any other matters affecting the CONTRACT
shall not relieve him from any risks or liabilities or the entire
responsibility from completion of the works at the scheduled rates
and times in strict accordance with the CONTRACT.

It is, therefore, expected that should the CONTRACTOR have any


doubt as to the meaning of any portion of the CONTRACT
DOCUMENT he shall set forth the particulars thereof in writing to
EMPLOYER in duplicate, before submission of tender. The
EMPLOYER may provide such clarification as may be necessary
in writing to CONTRACT, such clarifications as provided by
EMPLOYER shall form part of CONTRACT DOCUMENTS.

No verbal agreement or inference from conversation with any


effect or employee of the EMPLOYER either before, during or
after the execution of the CONTRACT agreement shall in any way
affect or modify and of the terms or obligations herein contained.

Any change in layout due to site conditions or technological


requirement shall be binding on the CONTRACTOR and no extra
claim on this account shall be entertained.

16
General Conditions of Contract

24 Contract Performance 24.1 The CONTRACTOR shall furnish to the EMPLOYER, within 15
Security: days from the date of notification of award, a security in the sum
of 10% of the accepted value of the tender or the actual value of
work to be done whichever is applicable due to any additional
work or any other reasons, in the form of a Bank draft/Banker’s
cheque or Bank Guarantee or irrevocable Letter of credit (as per
proforma enclosed) as Contract Performance Security with the
EMPLOYER which will be refunded after the expiry of DEFECTS
LIABILITY PERIOD.

24.2 CONTRACTOR can furnish the Contract Performance Security in


the form of Demand Draft or through a Bank Guarantee or
through an irrevocable Letter of Credit from any Indian scheduled
bank or a branch of an International bank situated in India and
registered with Reserve Bank of India as scheduled foreign
bank. However, other than the Nationalised Indian Banks, the
banks whose BGs are furnished, must be commercial banks
having net worth in excess of Rs. 100 crores and a declaration
to this effect should be made by such commercial bank either in
the bank guarantee itself or separately on a letter head.

The bank guarantee or the Letter of Credit shall be submitted in


the prescribed format.

24.3 If the CONTRACTOR/SUB-CONTRACTOR or their employees or


the CONTRACTOR’s agents and representatives shall damage,
break, deface or destroy any property belonging to the
EMPLOYER or others during the execution of the CONTRACT,
the same shall be made good by the CONTRACTOR at his own
expenses and in default thereof, the ENGINEER-IN-CHARGE
may cause the same to be made good by other agencies and
recover expenses from the CONTRACTOR (for which the
certificate of the ENGINEER- IN-CHARGE shall be final).

24.4 All compensation or other sums of money payable by the


CONTRACTOR to the EMPLOYER under terms of this
CONTRACT may be deducted from or paid by the encashment or
sale of a sufficient part of his Contract Performance Security or
from any sums which may be due or may become due to the
CONTRACTOR by the EMPLOYER of any account whatsoever
and in the event of his Contract Performance Security being
reduced by reasons of any such deductions or sale of aforesaid,
the CONTRACTOR shall within ten days thereafter make good in
cash, bank drafts as aforesaid any sum or sums which may have
been deducted from or realised by sale of his Contract
Performance Security, or any part thereof. No interest shall be
payable by the EMPLOYER for sum deposited as Contract
Performance Security.

24.5 Failure of the successful bidder to comply with the requirements of


this Clause shall constitute sufficient grounds for the annulment of
the award and the forfeiture of bid security.

25 Time of Performance: 25.1 Time for Mobilisation


The work covered by this CONTRACT shall be commenced within
fifteen (15) days, the date of letter/Fax of Intent and be completed
in stages on or before the dates as mentioned in the TIME
SCHEDULE OF COMPLETION OF WORK. The CONTRACTOR
should bear in mind that time is the essence of this agreement.
Request for revision of construction time after tenders are opened

17
General Conditions of Contract

will not receive consideration. The above period of fifteen (15)


days is included within the overall COMPLETION SCHEDULE,
not over and above the completion time to any additional work or
any other reasons.

25.2 Time Schedule of Construction:

25.2.1 The general Time Schedule of construction is given in the


TENDER DOCUMENT. CONTRACTOR should prepare a
detailed monthly or weekly construction program jointly with the
ENGINEER-IN-CHARGE within 15 days of receipt of
LETTER/FAX OF INTENT or ACCEPTANCE OF TENDER. The
WORK shall be executed strictly as per the Time Schedule given
in the CONTRACT DOCUMENT. The period of construction
given includes the time required for mobilisation testing,
rectifications, if any, retesting and completion in all respects in
accordance with CONTRACT DOCUMENT to the entire
satisfaction of the ENGINEER-IN-CHARGE.

25.2.2 The CONTRACTOR shall submit a detailed PERT network within


the time frame agreed above consisting of adequate number of
activities covering various key phases of the WORK such as
design, procurement, manufacturing, shipment and field erection
activities within fifteen (15) days from the date of LETTER/FAX
OF INTENT. This network shall also indicate the interface
facilities to be provided by the EMPLOYER and the dates by
which such facilities are needed.

25.2.3 CONTRACTOR shall discuss the network so submitted with the


EMPLOYER and the agreed network which may be in the form
as submitted with the EMPLOYER or in revised form in line with
the outcome of discussions shall form part of the CONTRACT, to
be signed within fifteen (15) days from the date of LETTER OF
ACCEPTANCE OF TENDER. During the performance of the
CONTRACT, if in the opinion of the EMPLOYER proper progress
is not maintained suitable changes shall be made in the
CONTRACTOR's operation to ensure proper progress.

The above PERT network shall be reviewed periodically and


reports shall be submitted by the CONTRACTOR as directed by
EMPLOYER.

26 Force Majeure: 26.1 CONDITIONS FOR FORCE MAJEURE

In the event of either party being rendered unable by Force


Majeure to perform any obligations required to be performed by
them under the CONTRACT the relative obligation of the party
affected by such Force Majeures shall upon notification to the
other party be suspended for the period during which Force
Majeures event lasts. The cost and loss sustained by the either
party shall be borne by the respective parties.

The term "Force Majeures" as employed herein shall mean acts


of God, earthquake, war (declared or undeclared), revolts, riots,
fires, floods, rebellions, explosions, hurricane, sabotage, civil
commotions and acts and regulations of respective Government
of the two parties, namely the EMPLOYER and the
CONTRACTOR.

18
General Conditions of Contract

Upon the occurrence of such cause(s) and upon its termination,


the party alleging that it has been rendered unable as aforesaid
thereby, shall notify the other party in writing immediately but not
later than 72 (Seventy-two) hours of the alleged beginning and
ending thereof giving full particulars and satisfactory evidence in
support of its claim.

Time for performance of the relative obligation suspended by the


Force Majeures shall then stand extended by the period for which
such cause lasts.

If deliveries of bought out items and/or works to be executed by


the CONTRACTOR are suspended by Force Majeure conditions
lasting for more than 2 (two) months the EMPLOYER shall have
the option to terminate the CONTRACT or re-negotiate the
contract provisions.

26.2 OUTBREAK OF WAR

26.2.1 If during the currency of the CONTRACT there shall be an


out-break of war whether declared or not, in that part of the World
which whether financially or otherwise materially affect the
execution of the WORK the CONTRACTOR shall unless and
until the CONTRACT is terminated under the provisions in this
clause continue to use his best endeavour to complete the
execution of the WORK, provided always that the EMPLOYER
shall be entitled, at any time after such out-break of war to
terminate or re-negotiate the CONTRACT by giving notice in
writing to the CONTRACTOR and upon such notice being given
the CONTRACT shall, save as to the rights of the parties under
this clause and to the operation of the clauses entitled settlement
of Disputes and Arbitration hereof, be terminated but without
prejudice to the right of either party in respect of any antecedent
breach thereof.

26.2.2 If the CONTRACT shall be terminated under the provisions of the


above clause, the CONTRACTOR shall with all reasonable
diligence remove from the SITE all the CONTRACTOR's
equipment and shall give similar facilities to his
SUB-CONTRACTORS to do so.

27 Price reduction 27.1 Time is the essence of the CONTRACT. In case the
schedule: CONTRACTOR fails to complete the WORK within the stipulated
period, then, unless such failure is due to Force Majeure as
defined in Clause 26 here above or due to EMPLOYER's
defaults, the Total Contract price shall be reduced by ½ % of the
total Contract Price per complete week of delay or part thereof
subject to a maximum of 5 % of the Total Contract Price, by way
of reduction in price for delay and not as penalty. The said
amount will be recovered from amount due to the Contractor/
Contractor’s Contract Performance Security payable on demand.

The decision of the ENGINEER-IN-CHARGE in regard to


applicability of Price Reduction Schedule shall be final and
binding on the CONTRACTOR.

27.2 All sums payable under this clause is the reduction in price due to
delay in completion period at the above agreed rate.

19
General Conditions of Contract

27.3 Bonus For Early 27.3 BONUS FOR EARLY COMPLETION


Completion (*)
If the Contractor achieves completion of Works in all respect prior
to the time schedule stipulated in the SCC, the Employer shall
pay to the Contractor the relevant sum, if mentioned specifically
in SCC, as bonus for early completion. The bonus for early
completion, if provided specifically in SCC, shall be payable to
the maximum ceiling of 2 ½ % of the total contract price.

(*) Partial earlier completion may not always produce net


benefits to the Employer, for example where utilization of the
completed Works requires (a) the fulfillment of all parts of the
Contract (e.g. the training of personnel); or (b) the
completion of all Sections (e.g. in pipeline laying, where early
completion of the laying of pipeline would not be useful if the
compressor is still under installation); or (c) certain seasonal
effects to take place (e.g. onset of the rainy season, for
impounding a reservoir); or (d) other circumstances. Also a
more rapid drawdown of budgeted funds may be required.
All such factors should be considered prior to the inclusion of
a bonus clause in the Contract.

28 Rights of the employer to 28.1 Whenever any claim against the CONTRACTOR for the payment
forfeit contract of a sum of money arises out or under the CONTRACT, the
performance security: EMPLOYER shall be entitled to recover such sum by
appropriating in part or whole the Contract Performance Security
of the CONTRACTOR. In the event of the security being
insufficient or if no security has been taken from the
CONTRACTOR, then the balance or the total sum recoverable,
as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the
CONTRACTOR. The CONTRACTOR shall pay to the
EMPLOYER on demand any balance remaining due.

29 Failure by the contractor 29.1 If the CONTRACTOR refuses or fails to execute the WORK or
to comply with the any separate part thereof with such diligence as will ensure its
provisions of the completion within the time specified in the CONTRACT or
contract: extension thereof or fails to perform any of his obligation under
the CONTRACT or in any manner commits a breach of any of
the provisions of the CONTRACT it shall be open to the
EMPLOYER at its option by written notice to the CONTRACTOR:

a) TO DETERMINE THE CONTRACT in which event the


CONTRACT shall stand terminated and shall cease to be in
force and effect on and from the date appointed by the
EMPLOYER on that behalf, whereupon the CONTRACTOR
shall stop forthwith any of the CONTRACTOR's work then in
progress, except such WORK as the EMPLOYER may, in
writing, require to be done to safeguard any property or WORK,
or installations from damage, and the EMPLOYER, for its part,
may take over the work remaining unfinished by the
CONTRACTOR and complete the same through a fresh
contractor or by other means, at the risk and cost of the
CONTRACTOR, and any of his sureties if any, shall be liable to
the EMPLOYER for any excess cost occasioned by such work
having to be so taken over and completed by the EMPLOYER
over and above the cost at the rates specified in the schedule of
quantities and rate/prices.

20
General Conditions of Contract

b) WITHOUT DETERMINING THE CONTRACT to take over


the work of the CONTRACTOR or any part thereof and complete
the same through a fresh contractor or by other means at the risk
and cost of the CONTRACTOR. The CONTRACTOR and any
of his sureties are liable to the EMPLOYER for any excess cost
over and above the cost at the rates specified in the Schedule of
Quantities/ rates, occasioned by such works having been taken
over and completed by the EMPLOYER.

29.2 In such events of Clause 29.1(a) or (b) above.

a) The whole or part of the Contract Performance Security


furnished by the CONTRACTOR is liable to be forfeited without
prejudice to the right of the EMPLOYER to recover from the
CONTRACTOR the excess cost referred to in the sub-clause
aforesaid, the EMPLOYER shall also have the right of taking
possession and utilising in completing the works or any part
thereof, such as materials equipment and plants available at
work site belonging to the CONTRACTOR as may be necessary
and the CONTRACTOR shall not be entitled for any
compensation for use or damage to such materials, equipment
and plant.

b) The amount that may have become due to the


CONTRACTOR on account of work already executed by him
shall not be payable to him until after the expiry of Six (6)
calendar months reckoned from the date of termination of
CONTRACT or from the taking over of the WORK or part thereof
by the EMPLOYER as the case may be, during which period the
responsibility for faulty materials or workmanship in respect of
such work shall, under the CONTRACT, rest exclusively with the
CONTRACTOR. This amount shall be subject to deduction of
any amounts due from the CONTRACT to the EMPLOYER
under the terms of the CONTRACT authorised or required to be
reserved or retained by the EMPLOYER.

29.3 Before determining the CONTRACT as per Clause 29.1(a) or (b)


provided in the judgement of the EMPLOYER, the default or
defaults committed by the CONTRACTOR is/are curable and can
be cured by the CONTRACTOR if an opportunity given to him,
then the EMPLOYER may issue Notice in writing calling the
CONTRACTOR to cure the default within such time specified in
the Notice.

29.4 The EMPLOYER shall also have the right to proceed or take
action as per 29.1(a) or (b) above, in the event that the
CONTRACTOR becomes bankrupt, insolvent, compounds with
his creditors, assigns the CONTRACT in favour of his creditors
or any other person or persons, or being a company or a
corporation goes into voluntary liquidation, provided that in the
said events it shall not be necessary for the EMPLOYER to give
any prior notice to the CONTRACTOR.

29.5 Termination of the CONTRACT as provided for in sub- clause


29.1(a) above shall not prejudice or affect their rights of the
EMPLOYER which may have accrued upto the date of such
termination.

30 Contractor remains liable 30.1 In any case in which any of the powers conferred upon the
to pay compensation if EMPLOYER BY CLAUSE 29.0 thereof shall have become

21
General Conditions of Contract

action not taken under exercisable and the same had not been exercised, the
clause 29: non-exercise thereof shall not constitute a waiver of any of the
conditions hereof and such powers shall notwithstanding be
exercisable in .the event of any further case of default by the
CONTRACTOR for which by any clause or clauses hereof he is
declared liable to pay compensation amounting to the whole of
his Contract Performance Security, and the liability of the
CONTRACTOR for past and future compensation shall remain
unaffected. In the event of the EMPLOYER putting in force the
power under above sub-clause (a), (b) or (c) vested in him under
the preceding clause he may, if he so desired, take possession of
all or any tools, and plants, materials and stores in or upon the
works or the site thereof belonging to the CONTRACTOR or
procured by him and intended to be used for the execution of the
WORK or any part thereof paying or allowing for the same in
account at the CONTRACT rates or in case of these not being
applicable at current market rates to be certified by the
ENGINEER-IN-CHARGE whose certificate thereof shall be final,
otherwise the ENGINEER-IN- CHARGE may give notice in
writing to the CONTRACTOR or his clerk of the works, foreman
or other authorised agent, requiring him to remove such tools,
plant, materials or stores from the premises (within a time to be
specified in such notice), and in the event of the CONTRACTOR
failing to comply with any such requisition, the
ENGINEER-IN-CHARGE may remove them at the
CONTRACTOR's expense or sell them by auction or private sale
on account of the CONTRACTOR and at his risk in all respects
without any further notice as to the date, time or place of sale and
the certificate of the ENGINEER-IN-CHARGE as to the expenses
of any such removal and the amount of the proceeds and
expenses of any such sale shall be final and conclusive against
the CONTRACTOR.

31 Change in constitution: 31.1 Where the CONTRACTOR is a partnership firm, the prior
approval of the EMPLOYER shall be obtained in writing, before
any change is made in the constitution of the firm. Where the
CONTRACTOR is an individual or a Hindu undivided family
business concern, such approval as aforesaid shall,likewise be
obtained before such CONTRACTOR enters into any agreement
with other parties, where under, the reconstituted firm would have
the right to carry out the work hereby undertaken by the
CONTRACTOR. In either case if prior approval as aforesaid is
not obtained, the CONTRACT shall be deemed to have been
allotted in contravention of clause 37 hereof and the same action
may be taken and the same consequence shall ensure as
provided in the said clause.

32 Termination of contract 32(A) TERMINATION OF CONTRACT FOR DEATH:


If the CONTRACTOR is an individual or a proprietary concern
and the individual or the proprietor dies or if the CONTRACTOR
is a partnership concern and one of the partner dies then
unless, the EMPLOYER is satisfied that the legal representative
of the individual or the proprietory concern or the surviving
partners are capable of carrying out and completing
CONTRACT, he (the EMPLOYER)is entitled to cancel the
CONTRACT for the uncompleted part without being in any way
liable for any compensation payment to the estate of the
diseased CONTRACTOR and/or to the surviving partners of the
CONTRACTOR'S firm on account of the cancellation of
CONTRACT. The decision of the EMPLOYER in such

22
General Conditions of Contract

assessment shall be final and binding on the parties. In the


event of such cancellation, the EMPLOYER shall not hold the
estate of the diseased CONTRACTOR and/or the surviving
partners of the CONTRACTOR'S firm liable for any damages for
non-completion of CONTRACT.

32(B) TERMINATION OF CONTRACT IN CASE OF LIQUIDATION /


BANKRUPTCY ETC.
If the Contractor shall dissolve or become bankrupt or insolvent
or cause or suffer any receiver to be appointed of his business
of any assets thereof compound with his Creditors, or being a
corporation commence to be wound up, not being a member’s
voluntary winding up for the purpose of amalgamation or
reconstruction, or carry on its business under a Receiver for
the benefits of its Creditors any of them, EMPLOYER shall be
at liberty :-

To terminate the contract forthwith upon coming to know of the


happening of any such event as aforesaid by notice in writing to
the Contractor or to give the Receiver or liquidator or other
person, the option of carrying out the contract subject to his
providing a guarantee upto an amount to be agreed upon by
EMPLOYER for due and faithful performance of the contract.

32 (C) TERMINATION OF CONTRACT FOR NON-PERFORMANCE


AND SUBSEQUENTLY PUTTING THE CONTRACTOR ON
HOLIDAY:
In case of termination of CONTRACT herein set forth (under
clause 29.0) except under conditions of Force Majeure and
termination after expiry of contract, the CONTRACTOR shall be
put under holiday [i.e. neither any enquiry will be issued to the
party by GAIL (India) Ltd. against any type of tender nor their
offer will be considered by GAIL against any ongoing tender (s)
where contract between GAIL and that particular
CONTRACTOR (as a bidder) has not been finalized] for three
years from the date of termination by GAIL (India) Ltd. to such
CONTRACTOR.

33 Members of the employer 33.1 No Director, or official or employee of the EMPLOYER/


not individually liable : CONSULTANT shall in any way be personally bound or liable for
the acts or obligations of the EMPLOYER under the CONTRACT
or answerable for any default or omission in the observance or
performance of any of the acts, matters or things which are
herein contained.

34 Employer not bound by 34.1 The CONTRACTOR shall not be entitled to any increase on the
personal scheduled rates or any other right or claim whatsoever by reason
representations: of any representation, explanation statement or alleged
representation, promise or guarantees given or alleged to have
been given to him by any person.

35 Contractor's office at 35.1 The CONTRACTOR shall provide and maintain an office at the
site: site for the accommodation of his agent and staff and such office
shall be open at all reasonable hours to receive instructions,
notice or other communications. The CONTRACTOR at all time
shall maintain a site instruction book and compliance of these
shall be communicated to the ENGINEER-IN CHARGE from time
to time and the whole document to be preserved and handed
over after completion of works.

23
General Conditions of Contract

36 Contractor's subordinate 36.1 The CONTRACTOR, on or after award of the WORK shall name
staff and their conduct and depute a qualified engineer having sufficient experience in
carrying out work of similar nature, to whom the equipments,
materials, if any, shall be issued and instructions for works given.
The CONTRACTOR shall also provide to the satisfaction of the
ENGINEER-IN- CHARGE sufficient and qualified staff to
superintend the execution of the WORK, competent sub-agents,
foremen and leading hands including those specially qualified by
previous experience to supervise the types of works comprised in
the CONTRACT in such manner as will ensure work of the best
quality, expeditious working. Whenever in the opinion of the
ENGINEER-IN- CHARGE additional properly qualified
supervisory staff is considered necessary, they shall be
employed by the CONTRACTOR without additional charge on
accounts thereof. The CONTRACTOR shall ensure to the
satisfaction of the ENGINEER-IN-CHARGE that
SUB- CONTRACTORS, if any, shall provide competent and
efficient supervision, over the work entrusted to them.

36.2 If and whenever any of the CONTRACTOR's or


SUB- CONTRACTOR'S agents, sub-agents, assistants, foremen,
or other employees shall in the opinion of
ENGINEER-IN- CHARGE be guilty of any misconduct or be
incompetent or insufficiently qualified or negligent in the
performance of their duties of that in the opinion of the
EMPLOYER or the ENGINEER-IN-CHARGE, it is undesirable for
administrative or any other reason for such person or persons to
be employed in the works, the CONTRACTOR, is so directed by
the ENGINEER-IN-CHARGE, shall at once remove such person
or persons from employment thereon. Any person or persons so
removed from the works shall not again be employed in
connection with the WORKS without the written permission of the
ENGINEER-IN- CHARGE. Any person so removed from the
WORK shall be immediately re-placed at the expense of the
CONTRACTOR by a qualified and competent substitute. Should
the CONTRACTOR be requested to repatriate any person
removed from the works he shall do so and shall bear all costs in
connection herewith.

36.3 The CONTRACTOR shall be responsible for the proper


behaviour of all the staff, foremen, workmen, and others, and
shall exercise a proper degree of control over them and in
particular and without prejudice to the said generality, the
CONTRACTOR shall be bound to prohibit and prevent any
employees from trespassing or acting in any way detrimental or
prejudicial to the interest of the community or of the properties or
occupiers of land and properties in the neighborhood and in the
event of such employee so trespassing, the CONTRACTOR shall
be responsible therefore and relieve the EMPLOYER of all
consequent claims or actions for damages or injury or any other
grounds whatsoever. The decision of the
ENGINEER-IN-CHARGE upon any matter arising under this
clause shall be final. The CONTRACTOR shall be liable for any
liability to EMPLOYER on account of deployment of
CONTRACTOR's staff etc. or incidental or arising out of the
execution of CONTRACT.

The CONTRACTOR shall be liable for all acts or omissions on


the part of his staff, Foremen and Workmen and others in his
employment, including misfeasance or negligence of whatever

24
General Conditions of Contract

kind in the course of their work or during their employment, which


are connected directly or indirectly with the CONTRACT.

36.4 If and when required by the EMPLOYER and CONTRACTOR's


personnel entering upon the EMPLOYER's premises shall be
properly identified by badges of a type acceptable to the
EMPLOYER which must be worn at all times on EMPLOYER's
premises. CONTRACTOR may be required to obtain daily entry
passes for his staff/employees from EMPLOYER to work within
operating areas. These being safety requirements, no
relaxations on this account shall be given to CONTRACTOR.

37 Sub-letting of works: 37.1 No part of the CONTRACT nor any share or interest therein shall
in any manner or degree be transferred, assigned or sublet by
the CONTRACTOR directly or indirectly to any person, firm or
corporation whatsoever without the consent in writing, of the
ENGINEER/EMPLOYER except as provided for in the
succeeding sub-clause.

i) SUB-CONTRACTS FOR TEMPORARY WORKS ETC.:

The EMPLOYER may give written consent to Sub- contract


for the execution of any part of the WORK at the site, being
entered in to by CONTRACTOR provided each individual
Sub- contract is submitted to the ENGINEER-IN-CHARGE
before being entered into and is approved by him.

ii) LIST OF SUB-CONTRACTORS TO BE SUPPLIED:

At the commencement of every month the CONTRACTOR


shall furnish to the ENGINEER-IN- CHARGE list of all
SUB-CONTRACTORS or other persons or firms engaged by
the CONTRACTOR and working at the SITE during the
previous month with particulars of the general nature of the
Subcontract or works done by them.

iii) CONTRACTOR'S LIABILITY NOT LIMITED BY


SUB- CONTRACTORS:

Notwithstanding any sub-letting with such approval as


aforesaid and notwithstanding that the ENGINEER-I
N-CHARGE shall have received copies of any Subcontracts,
the contractor shall be and shall remain solely
responsible for the quality, proper and expeditious execution
of the Contract in all respects as if such sub-letting or
Subcontracting had not taken place, and as if such work
had been done directly by the CONTRACTOR. The
CONTRACTOR shall bear all responsibility for any act or
omission on the part of sub-contractors in regard to work to
be performed under the CONTRACT.

iv) EMPLOYER MAY TERMINATE SUB-CONTRACTS:

If any SUB-CONTRACTOR engaged upon the works at the


site executes any works which in the opinion of the
ENGINEER-IN-CHARGE is not in accordance with the
CONTRACT documents, the EMPLOYER may by written
notice to the CONTRACTOR request him to terminate such
subcontract and the CONTRACTOR upon the receipt of

25
General Conditions of Contract

such notice shall terminate such Subcontract and dismiss


the SUB-CONTRACTOR(S) and the later shall forthwith
leave the works, failing which the EMPLOYER shall have the
right to remove such SUB- CONTRACTOR(S) from the site.

v) NO REMEDY FOR ACTION TAKEN UNDER THIS


CLAUSE:

No action taken by the EMPLOYER under the clause shall


relieve the CONTRACTOR of any of his liabilities under the
CONTRACT or give rise to any right or compensation,
extension of time or otherwise failing which the EMPLOYER
shall have the right to remove such SUB-CONTRACTOR(S)
from the site.

38 Power of entry: 38.1 If the CONTRACTOR shall not commence the WORK in the
manner previously described in the CONTRACT documents or if
he shall at any time in the opinion of the ENGINEER-I
N-CHARGE.

i) fail to carry out the WORK in conformity with the


CONTRACT documents, or

ii) fail to carry out the WORK in accordance with the Time
Schedule, or

iii) substantially suspend work or the WORK for a period of


fourteen days without authority from the
ENGINEER-IN-CHARGE, or

iv) fail to carry out and execute the WORK to the satisfaction of
the ENGINEER-IN-CHARGE, or

v) fail to supply sufficient or suitable construction plant,


temporary works, labour, materials or things, or

vi) Commit, suffer, or permit any other breach of any of the


provisions of the CONTRACT on his part to be performed or
observed or persist in any of the above mentioned breaches
of the CONTRACT for fourteen days, after notice in writing
shall have been given to the CONTRACTOR by the
ENGINEER-IN-CHARGE requiring such breach to be
remedied, or

vii) if the CONTRACTOR shall abandon the WORK , or

viii) If the CONTRACTOR during the continuance of the


CONTRACT shall become bankrupt, make any arrangement
or composition with his creditors, or permit any execution to
be levied or go into liquidation whether compulsory or
voluntary not being merely a voluntary liquidation for the
purpose of amalgamation or reconstruction

then in any such case, the EMPLOYER shall have the power to
enter upon the WORK and take possession thereof and of the
materials, temporary WORK, construction plant, and stock
thereon, and to revoke the CONTRACTOR's licence to use the
same, and to complete the WORK by his agents, other
CONTRACTORS or workmen or to relate the same upon any
terms and to such other person, firm or corporation as the

26
General Conditions of Contract

EMPLOYER in his absolute discretion may think proper to


employ and for the purpose aforesaid to use or authorise the use
of any materials, temporary work, CONSTRUCTION PLANT, and
stock as aforesaid, without making payment or allowance to the
CONTRACTOR for the said materials other than such as may be
certified in writing by the ENGINEER-IN-CHARGE to be
reasonable, and without making any payment or allowance to the
CONTRACTOR for the use of the temporary said works,
construction plant and stock or being liable for any loss or
damage thereto, and if the EMPLOYER shall by reason of his
taking possession of the WORK or of the WORK being
completed by other CONTRACTOR (due account being taken of
any such extra work or works which may or be omitted) then the
amount of such excess as certified by the
ENGINEER-IN- CHARGE shall be deducted from any money
which may be due for work done by the CONTRACTOR under
the CONTRACT and not paid for. Any deficiency shall forthwith
be made good and paid to the EMPLOYER by the
CONTRACTOR and the EMPLOYER shall have power to sell in
such manner and for such price as he may think fit all or any of
the construction plant, materials etc. constructed by or belonging
to and to recoup and retain the said deficiency or any part thereof
out of proceeds of the sale.

39 Contractor's 39.1 Without repugnance of any other condition, it shall be the


responsibility with the responsibility of the CONTRACTOR executing the work of civil
mechanical, electrical, construction, to work in close cooperation and coordinate the
intercommunication WORK with the Mechanical, Electrical, Air-conditioning and
system, airconditioning Intercommunication Contractor's and other agencies or their
contractors and other authorised representatives, in providing the necessary grooves,
agencies: recesses, cuts and opening etc., in wall, slabs beams and
columns etc. and making good the same to the desired finish as
per specification, for the placement of electrical,
intercommunication cables, conduits, air-conditioning inlets and
outlets grills and other equipments etc. where required. For the
above said requirements in the false ceiling and other partitions,
the CONTRACTOR before starting-up the work shall in
consultation with the Electrical, Mechanical, Intercommunication,
Air-conditioning contractor and other agencies prepare and
put-up a joint scheme, showing the necessary openings,
grooves, recesses, cuts, the methods of fixing required for the
WORK of the aforesaid, and the finishes therein, to the
ENGINEER-IN-CHARGE and get the approval. The
CONTRACTOR before finally submitting the scheme to the
ENGINEER-IN-CHARGE, shall have the written agreement of
the other agencies. The ENGINEER- IN-CHARGE, before
communicating his approval to the scheme, with any required
modification, shall get the final agreement of all the agencies,
which shall be binding. No claim shall be entertained on account
of the above.

The CONTRACTOR shall confirm in all respects with provision of


any statutory regulations, ordinances or byelaws of any local or
duly constituted authorities or public bodies which may be
applicable from time to time to the WORK or any temporary
works. The CONTRACTOR shall keep the EMPLOYER
indemnified against all penalties and liabilities of every kind,
arising out of non- adherance to such stains, ordinances, laws,
rules, regulations, etc.

27
General Conditions of Contract

40 Other agencies at site: 40.1 The CONTRACTOR shall have to execute the WORK in such
place and conditions where other agencies will also be engaged
for other works such as site grading, filling, and levelling,
electrical and mechanical engineering works, etc. No claim shall
be entertained due to WORK being executed in the above
circumstances.

41 Notice: 41.1 TO THE CONTRACTOR:

Any notice hereunder may be served on the CONTRACTOR or


his duly authorised representative at the job site or may be
served by registered mail direct to the address furnished by the
CONTRACTOR. Proof of issue of any such notice could be
conclusive of the CONTRACTOR having been duly informed of
all contents therein.

41.2 TO THE EMPLOYER:

Any notice to be given to the EMPLOYER under the terms of the


CONTRACTOR shall be served by sending the same by
Registered mail to or delivering the same at the respective site
offices of M/S. GAIL (INDIA) LTD. addressed to the
HEAD/SITE-IN-CHARGE.

42 Right of various 42.1 i) The EMPLOYER reserves the right to distribute the work
interests: between more than one agency(ies). The
CONTRACTOR shall cooperate and afford other
agency(ies) reasonable opportunity for access to the
WORK for the carriage and storage of materials and
execution of their works.

ii) Wherever the work being done by any department of the


EMPLOYER or by other agency(ies) employed by the
EMPLOYER is contingent upon WORK covered by this
CONTRACT, the respective rights of the various
interests involved shall be determined by the
ENGINEER-IN-CHARGE to secure the completion of the
various portions of the work in general harmony.

43 Patents and royalties: 43.1 The CONTRACTOR, if licensed under any patent covering
equipment, machinery, materials or compositions of matter to be
used or supplied or methods and process to be practised or
employed in the performance of this CONTRACT, agrees to pay
all royalties and licence fees which may be due with respect
thereto. If any equipment, machinery, materials, composition of
matters, be used or supplied or methods and processes to be
practised or employed in the performance of this CONTRACT,is
covered by a patent under which the CONTRACTOR is not
licensed then the CONTRACTOR before supplying or using the
equipment, machinery materials, composition method or
processes shall obtain such licences and pay such royalties and
licence fees as may be necessary for performance of this
CONTRACT. In the event the CONTRACTOR fails to pay any
such royalty or obtain any such licence, any suit for infringement
of such patents which is brought against the CONTRACTOR or
the EMPLOYER as a result such failure will be defended by the
CONTRACTOR at his own expense and the CONTRACTOR will
pay any damages and costs awarded in such suit. The
CONTRACTOR shall promptly notify the EMPLOYER if the
CONTRACTOR has acquired the knowledge of any plant under

28
General Conditions of Contract

which a suit for infringement could be reasonably brought


because of the use by the EMPLOYER of any equipment,
machinery, materials, process, methods to be supplied
hereunder. The CONTRACTOR agrees to and does hereby
grant to EMPLOYER, together with the right to extend the same
to any of the subsidiaries of the EMPLOYER as irrevocable,
royalty free licence to use in any country, any invention made by
the CONTRACTOR or his employee in or as result of the
performance of the WORK under the CONTRACT.

43.2 All charges on account of royalty. toilage, rent, octroi terminal or


sales tax and/or other duties or any other levy on materials
obtained for the work or temporary work or part thereof
(excluding materials provided by the EMPLOYER) shall be borne
by the CONTRACTOR.

43.3 The CONTRACTOR shall not sell or otherwise dispose of or


remove except for the purpose of this CONTRACT, the sand,
stone, clay, ballast, earth, rock or other substances, or materials
obtained from any excavation made for the purpose of the
WORK or any building or produce upon the site at the time of
delivery of the possession thereof, but all such substances,
materials, buildings and produce shall be the property of the
EMPLOYER provided that the CONTRACTOR may with the
permission of the ENGINEER-IN-CHARGE, use the same for the
purpose of the work by payment of cost of the same at such a
rate as may be determined by the ENGINEER-IN- CHARGE.

43.4 The EMPLOYER shall indemnify and save harmless the


CONTRACTOR from any loss on account of claims against
CONTRACTOR for the contributory infringement of patent rights
arising out and based upon the claim that the use of the
EMPLOYER of the process included in the design prepared by
the EMPLOYER and used in the operation of the plant infringes
on any patent right. With respect to any subcontract entered into
by CONTRACTOR pursuant to the provisions of the relevant
clause hereof, the CONTRACTOR shall obtain from the
SUB-CONTRACTOR an undertaking to provide the EMPLOYER
with the same patent protection that CONTRACTOR is required
to provide under the provisions of this clause.

44 Liens: 44.1 If, at any time there should be evidence or any lien or claim for
which the EMPLOYER might have become liable and which is
chargeable to the CONTRACTOR, the EMPLOYER shall have
the right to retain out of any payment then due or thereafter to
become due an amount sufficient to completely indemnify the
EMPLOYER against such lien or claim and if such lien or claim
be valid, the EMPLOYER may pay and discharge the same and
deduct the amount so paid from any money which may be or
may become due and payable to the CONTRACTOR. If any lien
or claim remain unsettled after all payments are made, the
CONTRACTOR shall refund or pay to the EMPLOYER all money
that the latter may be compelled to pay in discharging such lien
or claim including all costs and reasonable expenses.
EMPLOYER reserves the right to do the same.

44.2 The EMPLOYER shall have lien on all materials, equipments


including those brought by the CONTRACTOR for the purpose of
erection, testing and commissioning of the WORK.

29
General Conditions of Contract

44.3 The final payment shall not become due until the CONTRACTOR
delivers to the ENGINEER-IN-CHARGE a complete release or
waiver of all liens arising or which may arise out of his agreement
or receipt in full or certification by the CONTRACTOR in a form
approved by ENGINEER-IN-CHARGE that all invoices for labour,
materials, services have been paid in lien thereof and if required
by the ENGINEER-IN-CHARGE in any case an affidavit that so
far as the CONTRACTOR has knowledge or information the
releases and receipts include all the labour and material for which
a lien could be filled.

44.4 CONTRACTOR will indemnify and hold the EMPLOYER


harmless, for a period of two years after the issue of FINAL
CERTIFICATE, from all liens and other encumbrances against
the EMPLOYER on account of debts or claims alleged to be due
from the CONTRACTOR or his SUB-CONTRACTOR to any
person including SUB- CONTRACTOR and on behalf of
EMPLOYER will defend at his own expense, any claim or
litigation brought against the EMPLOYER or the CONTRACTOR
in connection therewith. CONTRACTOR shall defend or contest
at his own expense any fresh claim or litigation by any person
including his SUB-CONTRACTOR, till its satisfactory settlement
even after the expiry of two years from the date of issue of FINAL
CERTIFICATE.

45 Delays by employer or 45.1 In case the CONTRACTOR's performance is delayed due to any
his authorised agents: act or omission on the part of the EMPLOYER or his authorised
agents, then the CONTRACTOR shall be given due extension of
time for the completion of the WORK, to the extent such omission
on the part of the EMPLOYER has caused delay in the
CONTRACTOR's performance of his WORK.

45.2 No adjustment in CONTRACT PRICE shall be allowed for


reasons of such delays and extensions granted except as
provided in TENDER DOCUMENT, where the EMPLOYER
reserves the right to seek indulgence of CONTRACTOR to
maintain the agreed Time Schedule of Completion.

In such an event the CONTRACTOR shall be obliged for working


by CONTRACTOR's personnel for additional time beyond
stipulated working hours as also Sundays and Holidays and
achieve the completion date/interim targets.

46 Payment if the contract is 46.1 If the CONTRACT shall be terminated as per Tender pursuant to
terminated: Clause no. 29 of GCC, the CONTRACTOR shall be paid by the
EMPLOYER in so far as such amounts or items shall not have
already been covered by payments of amounts made to the
CONTRACTOR for the WORK executed and accepted by
ENGINEER-IN-CHARGE prior to the date of termination at the
rates and prices provided for in the CONTRACT and in addition
to the following:

a) The amount payable in respect of any preliminary items, so


far as the Work or service comprised therein has been
carried out or performed and an appropriate portion as
certified by ENGINEER-IN- CHARGE of any such items or
service comprised in which has been partially carried out or
performed.

30
General Conditions of Contract

b) Any other expenses which the CONTRACTOR has


expended for performing the WORK under the CONTRACT
subject to being duly recommended by
ENGINEER-IN-CHARGE and approved by EMPLOYER for
payment, based on documentary evidence of his having
incurred such expenses.

46.2 The CONTRACTOR will be further required to transfer the title


and provide the following in the manner and as directed by the
EMPLOYER.

a) Any and all completed works.

b) Such partially completed WORK including drawings,


informations and CONTRACT rights as the CONTRACTOR
has specially performed, produced or acquired for the
performance of the CONTRACTOR.

47 No waiver of rights: 47.1 Neither the inspection by the EMPLOYER or any of their officials,
employees, or agents nor any order by the EMPLOYER for
payment of money or any payment for or acceptance of the
whole or any part of the Work by the EMPLOYER nor any
extension of time, nor any possession taken by EMPLOYER
shall operate as a waiver of any provision of the CONTRACT, or
of any power herein reserved to the EMPLOYER, or any right to
damages herein provided, nor shall any waiver of any breach in
the CONTRACT be held to be a waiver of any other subsequent
breach.

48 Certificate not to affect 48.1 No interim payment certificate(s) issued by the Engineer-in-
right of employer and Charge of the EMPLOYER, nor any sum paid on account by the
liability of contractor: EMPLOYER, nor any extension of time for execution of the work
granted by EMPLOYER shall affect or prejudice the rights of the
Employer against the CONTRACTOR or relieve the
CONTRACTOR of his obligations for the due performance of the
CONTRACT, or be interpreted as approval of the WORK done or
of the equipment supplied and no certificate shall create liability
for the EMPLOYER to pay for alterations, amendments,
variations or additional works not ordered, in writing, by
EMPLOYER or discharge the liability of the CONTRACTOR for
the payment of damages whether due, ascertained, or certified or
not or any sum against the payment of which he is bound to
indemnify the EMPLOYER.

49 Language and measures: 49.1 All documents pertaining to the CONTRACT including
Specifications, Schedules, Notices, Correspondence, operating
and maintenance Instructions, DRAWINGS, or any other writing
shall be written in English language. The Metric System of
measurement shall be used in the CONTRACT unless otherwise
specified.

50 Transfer of title: 50.1 The title of Ownership of supplies furnished by the


CONTRACTOR shall not pass on to the EMPLOYER for all
Supplies till the same are finally accepted by the EMPLOYER
after the successful completion of PERFORMANCE TEST and
GUARANTEE TEST and issue of FINAL CERTIFICATE.

50.2 However, the EMPLOYER shall have the lien on all such works
performed as soon as any advance or progressive payment is
made by the EMPLOYER to the CONTRACTOR and the

31
General Conditions of Contract

CONTRACTOR shall not subject these works for use other than
those intended under this CONTRACT.

51 Release of information: 51.1 The CONTRACTOR shall not communicate or use in advertising,
publicity, sales releases or in any other medium, photographs, or
other reproduction of the Work under this CONTRACT or
description of the site dimensions, quantity , quality or other
information, concerning the Work unless prior written permission
has been obtained from the EMPLOYER.

52 Brand names: 52.1 The specific reference in the SPECIFICATIONS and documents
to any material by trade name, make or catalogue number shall
be construed as establishing standard or quality and
performance and not as limited competition. However,
TENDERER may offer other similar equipments provided it
meets the specified standard design and performance
requirements.

53 Completion of contract: 53.1 Unless otherwise terminated under the provisions of any other
relevant clause, this CONTRACT shall be deemed to have been
completed at the expiration of the PERIOD OF LIABILITY as
provided for under the CONTRACT.

54 Spares: 54.1 The CONTRACTOR shall furnish to the EMPLOYER all spares
required for COMMISSIONING of the plants, recommendatory
and/or mandatory spares, which are required essential by the
manufacturer/supplier. The same shall be delivered at SITE,
3(Three) months before COMMISSIONING.

Also the CONTRACTOR should furnish the manufacturing


drawings for fast wearing spares.

54.2 The CONTRACTOR guarantees the EMPLOYER that before the


manufacturers of the equipments, plants and machineries go out
of production of spare parts for the equipment furnished and
erected by him, he shall give at least twelve (12) months'
advance notice to the EMPLOYER, so that the latter may order
his requirement of spares in one lot, if he so desires.

SECTION-V PERFORMANCE OF WORK

55 Execution of work: 55.1 All the Works shall be executed in strict conformity with the
provisions of the CONTRACT Documents and with such
explanatory detailed drawings, specification and instructions
as may be furnished from time to time to the
CONTRACTOR by the ENGINEER-IN-CHARGE whether
mentioned in the CONTRACT or not. The CONTRACTOR
shall be responsible for ensuring that works throughout are
executed in the most substantial, proper and workmanlike
manner with the quality of material and workmanship in strict
accordance with the SPECIFICATIONS and to the entire
satisfaction of the ENGINEER-IN-CHARGE. The
CONTRACTOR shall provide all necessary materials
equipment labour etc. for execution and maintenance of
WORK till completion unless otherwise mentioned in the
CONTRACT.

32
General Conditions of Contract

56 Co-ordination and inspection 56.1 The coordination and inspection of the day-to-day work
of work: under the CONTRACT shall be the responsibility of the
ENGINEER-IN-CHARGE. The written instruction regarding
any particular job will normally be passed by the
ENGINEER-IN-CHARGE or his authorised representative.
A work order book will be maintained by the CONTRACTOR
for each sector in which the aforesaid written instructions will
be entered. These will be signed by the CONTRACTOR or
his authorised representative by way of acknowledgement
within 12 hours.

57 Work in monsoon and 57.1 Unless otherwise specified elsewhere in the tender, the
dewatering: execution of the WORK may entail working in the monsoon
also. The CONTRACTOR must maintain a minimum labour
force as may be required for the job and plan and execute
the construction and erection according to the prescribed
schedule. No extra rate will be considered for such work in
monsoon.

57.2 During monsoon and other period, it shall be the


responsibility of the CONTRACTOR to keep the construction
work site free from water at his own cost.

58 Work on Sundays and 58.1 For carrying out Work on Sundays, and Holidays, the
Holidays: CONTRACTOR will approach the ENGINEER-IN-CHARGE
or his representative at least two days in advance and obtain
permission in writing. The CONTRACTOR shall observe all
labour laws and other statutory rules and regulations in
force. In case of any violations of such laws, rules and
regulations, consequence if any, including the cost thereto
shall be exclusively borne by the CONTRACTOR and the
EMPLOYER shall have no liability whatsoever on this
account.

59 General conditions for 59.1 The working time at the site of work is 48 hours per week.
construction and erection Overtime work is permitted in cases of need and the
work: EMPLOYER will not compensate the same. Shift working at
2 or 3 shifts per day will become necessary and the
CONTRACTOR should take this aspect into consideration
for formulating his rates for quotation. No extra claims will
be entertained by the EMPLOYER no this account. For
carrying out work beyond working hours the CONTRACTOR
will approach the ENGINEER-IN-CHARGE or his authorised
representative and obtain his prior written permission.

59.2 The CONTRACTOR must arrange for the placement of


workers in such a way that the delayed completion of the
WORK or any part thereof for any reason whatsoever will
not affect their proper employment. The EMPLOYER will
not entertain any claim for idle time payment whatsoever.

59.3 The CONTRACTOR shall submit to the


EMPLOYER/ENGINEER-IN- CHARGE reports at regular
intervals regarding the state and progress of WORK. The
details and proforma of the report will mutually be agreed
after the award of CONTRACT. The CONTRACTOR shall
provide display boards showing progress and labour
strengths at worksite, as directed by the
ENGINEER-IN-CHARGE.

33
General Conditions of Contract

60 Alterations in specifications, 60.1 The WORK covered under this CONTRACT having to be
design and extra works: executed by the CONTRACTOR on a lumpsum firm
price/item rate quoted by him, the EMPLOYER will not
accept any proposals for changes in VALUE OF
CONTRACT or extension in time on account of any such
changes which may arise to the CONTRACTOR's scope of
WORK as a result of detailed Engineering and thereafter
during the execution of WORK. The only exception to this
will be a case where the EMPLOYER requests in writing to
the CONTRACTOR to upgrade the SPECIFICATIONS or
the size of any major pieces of equipments, plant or
machinery beyond what is normally required to meet the
scope of WORK as defined in the CONTRACT
DOCUMENT.

In such cases, a change order will be initialled by the


CONTRACTOR at the appropriate time for the
EMPLOYER's prior approval giving the full back-up data for
their review and for final settlement of any impact on price
within 30 (thirty) days thereafter.

60.2 The ENGINEER-IN-CHARGE shall have to make any


alterations in, omission from, additions to or substitutions for,
the Schedule of Rates, the original specifications, drawings,
designs and instructions that may appear to him to be
necessary or advisable during the progress of the WORK
and the CONTRACTOR shall be bound to carry out the
such altered/ extra/ new items of WORK in accordance with
any instructions which may be given to him in writing signed
by the ENGINEER-IN- CHARGE, and such alterations,
omissions, additions or substitutions shall not invalidate the
CONTRACT and any altered, additional or substituted work
which the CONTRACTOR may be directed to do in the
manner above specified as part of the WORK shall be
carried out by the CONTRACTOR on the same conditions in
all respects on which he agreed to do the main WORK. The
time of completion of WORK may be extended for the part of
the particular job at the discretion of the
ENGINEER-IN- CHARGE, for only such alterations,
additions or substitutions of the WORK, as he may consider
as just and reasonable. The rates for such additional,
altered or substituted WORK under this clause shall be
worked out in accordance with the following provisions:-

I. For Item Rate Contract

a) If the rates for the additional, altered or substituted


WORK are specified in the CONTRACT for the
WORK, the CONTRACTOR is bound to carry on the
additional, altered or substituted WORK at the same
rates as are specified in the CONTRACT.

b) If the rates for the additional, altered or substituted


WORK are not specifically provided in the
CONTRACT for the WORK, the rates will be derived
from the rates for similar class of WORK as are
specified in the CONTRACT for the WORK. The
opinion of the ENGINEER-IN- CHARGE, as to
whether or not the rates can be reasonably so derived

34
General Conditions of Contract

from the items in this CONTRACT will be final and


binding on the CONTRACTOR.

c) If the rates for the altered, additional or substituted


WORK cannot be determined in the manner specified
in sub-clause(s) and (b) above, then the
CONTRACTOR shall, within 7 days of the date of
receipt of order to carry out the WORK, inform the
ENGINEER-IN-CHARGE of the rates which it is his
intention to charge for such class of WORK,
supported by analysis of the rate or rates claimed,
and the ENGINEER-IN-CHARGE shall determine the
rate or rates on the basis of the prevailing market
rates, labour cost at schedule of labour rates plus
10% to cover contractor's supervision, overheads and
profit and pay the CONTRACTOR accordingly. The
opinion of the ENGINEER- IN-CHARGE as to current
market rates of materials and the quantum of labour
involved per unit of measurement will be final and
binding on the CONTRACTOR.

d) Where the item of work will be executed through


nominated specialist agency as approved by the
ENGINEER-IN-CHARGE, then the actual amount
paid to such nominated agency supported by
documentary evidence and as certified by
ENGINEER-IN-CHARGE shall be considered plus
10% (ten percent) to cover all contingencies,
overhead, profits to arrive at the rates.

e) Provisions contained in the Sub-clause (a) & (d)


above shall, however, not apply for the following:-

Where the value of additions of new items together


with the value of alterations, additions/deletions or
substitutions does not exceed by or is not less than
plus/minus (+_ )25% of the VALUE OF CONTRACT.
The item rates in the Schedule of Rates shall hold
good for all such variations between the above
mentioned limits, irrespective of any
increase/decrease of quantities in the individual items
of Schedule of Rates.

Where the value of addition of new items together


with the value of alterations, additions/deletions or
substitutions reduces more than 25% of the contract
value but is within the following limits the tenderer
shall be paid compensation for decrease in the value
of work, as follows:

S.No. Range of Variation Percentage


compensation for
decrease in the value of
work in the respective
range.

a) Beyond (+) 25% No increase and/or


upto & inclusive of decrease shall be
(+) 50% applicable for the
Schedule of Rates

35
General Conditions of Contract

(The rates quoted for


this increase shall be
valid).

b) Beyond (-) 25% upto & For reduction beyond


inclusive of (-) 50% 25%contractor shall
be compensated by
an amount equivalent
to 10% of the
reduction in value of
the contract as
awarded. For
example if the actual
contract value is 70%
of awarded value then
compensation shall
be 10% of (75-70) i.e.
0.5% of awarded
contract value.
II. For Lumpsum Contracts

CONTRACTOR shall, within 7 days of the date of receipt


of order to carry out the WORK, inform the
ENGINEER-IN- CHARGE of the rates which it is his
intention to charge for such class of WORK, supported by
analysis of the rate or rates claimed, and the
ENGINEER-IN-CHARGE shall determine the rate or rates
on the basis of the prevailing market rates, labour cost at
schedule of labour rates plus 10% to cover contractor's
supervision, overheads and profit and pay the
CONTRACTOR accordingly. The opinion of the
ENGINEER- IN-CHARGE as to current market rates of
materials and the quantum of labour involved per unit of
measurement will be final and binding on the
CONTRACTOR.

61 Drawings to be supplied by 61.1 The drawings attached with tender are only for the general
the employer guidance to the CONTRACTOR to enable him to visualize
the type of work contemplated and scope of work involved.
The CONTRACTOR will be deemed to have studied the
DRAWINGS and formed an idea about the WORK
involved.

61.2 Detailed working drawings on the basis of which actual


execution of the WORK is to proceed, will be furnished
from time to time during the progress of the work. The
CONTRACTOR shall be deemed to have gone through the
DRAWINGS supplied to him thoroughly and carefully and
in conjunction with all other connected drawings and bring
to the notice of the ENGINEER-IN-CHARGE
discrepancies, if any, therein before actually carrying out
the Work.

61.3 Copies of all detailed working drawings relating to the


WORK shall be kept at the CONTRACTOR's office on the
site and shall be made available to the
ENGINEER-IN- CHARGE at any time during the
CONTRACT. The drawings and other documents issued
by the EMPLOYER shall be returned to the EMPLOYER on
completion of the WORK.

36
General Conditions of Contract

62 Drawings to be supplied by 62.1 The drawings/date which are to be furnished by the


the contractor: CONTRACTOR are enumerated in the special conditions
of contract, and shall be furnished within the specified time.

62.2 Where approval/review of drawings before manufacture/


construction/fabrication has been specified, it shall be
CONTRACTOR's responsibility to have these drawings
prepared as per the directions of ENGINEER-IN-CHARGE
and got approved before proceeding with
manufacture/construction/fabrication as the case may be.
Any change that may have become necessary in these
drawings during the execution of the work shall have to be
carried out by the CONTRACTOR to the satisfaction of
ENGINEER-IN-CHARGE at no extra cost. All final
drawings shall bear the certification stamp as indicated
below duly signed by both the CONTRACTOR and
ENGINEER-IN-CHARGE.

"Certified true for _________________________________


(Name of Work)

Agreement
No.___________________________________________

Signed:_________________
_________________
(CONTRACTOR)
(ENGINEER-IN-CHARGE)

62.3 The DRAWINGS submitted by the CONTRACTOR shall be


reviewed by the ENGINEER-IN-CHARGE as far as
practicable within 3 (Three) weeks and shall be modified by
the CONTRACTOR, if any modifications and/or corrections
are required by the ENGINEER-IN-CHARGE. The
CONTRACTOR shall incorporate such modifications and/or
corrections and submit the final drawings for approval. Any
delays arising out of failure by the CONTRACTOR to rectify
the drawing in good time shall not alter the Contract
Completion Time.

62.4 As built drawings showing all corrections, adjustments etc.


shall be furnished by the CONTRACTOR in six copies and
one transparent for record purposed to the EMPLOYER.

63 Setting out works: 63.1 The ENGINEER-IN-CHARGE shall furnish the


CONTRACTOR with only the four corners of the Works site
and a level bench mark and the CONTRACTOR shall set
out the Works and shall provide an efficient staff for the
purpose and shall be solely responsible for the accuracy of
such setting out.

63.2 The CONTRACTOR shall provide, fix and be responsible


for the maintenance of all stakes, templates, level marks,
profiles and other similar things and shall take all necessary
precautions to prevent their removal or disturbance and
shall be responsible for the consequence of such removal
or disturbance should the same take place and for their

37
General Conditions of Contract

efficient and timely reinstatement. The CONTRACTOR


shall also be responsible for the maintenance of all existing
survey marks, boundary marks, distance marks and center
line marks, either existing or supplied and fixed by the
CONTRACTOR. The work shall be set out to the
satisfaction of the ENGINEER-IN-CHARGE. The approval
there of joining with the CONTRACTOR by the
ENGINEER- IN-CHARGE in setting out the work, shall not
relieve the CONTRACTOR of any of his responsibility.

63.3 Before beginning the Works, the CONTRACTOR shall at


his own cost, provide all necessary reference and level
posts, pegs, bamboos, flags, ranging rods, strings and
other materials for proper layout of the works in accordance
with the schemes for bearing marks acceptable to the
ENGINEER-IN-CHARGE. The center, longitudinal or face
lines and cross lines shall be marked by means of small
masonry pillars. Each pillar shall have distinct mark at the
centre to enable theodolite to be set over it. No work shall
be started until all these points are checked and approved
by the ENGINEER-IN-CHARGE in writing but such
approval shall not relieve the CONTRACTOR of any of his
responsibilities. The CONTRACTOR shall also provide all
labour, material and other facilities, as necessary, for the
proper checking of layout and inspection of the points
during construction.

63.4 Pillars bearing geodetic marks located at the sites of units


of WORKS under construction should be protected and
fenced by the CONTRACTOR.

63.5 On completion of WORK, the CONTRACTOR must submit


the geodetic documents according to which the WORK was
carried out.

64 Responsibility for level and 64.1 The CONTRACTOR shall be entirely and exclusively
alignment: responsible for the horizontal and vertical alignment, the
levels and correctness of every part of the WORK and shall
rectify effectively any errors or imperfections therein, such
rectifications shall be carried out by the CONTRACTOR, at
his own cost, when instructions are issued to that effect by
the ENGINEER- IN-CHARGE.

65 Materials to be supplied by 65.1 The CONTRACTOR shall procure and provide within the
contractor: VALUE OF CONTRACT the whole of the materials
required for the construction including steels, cement and
other building materials, tools, tackles, construction plant
and equipment for the completion and maintenance of the
WORK except the materials which will be issued by the
EMPLOYER and shall make his own arrangement for
procuring such materials and for the transport thereof. The
EMPLOYER may give necessary recommendation to the
respective authority if so desired by the CONTRACTOR but
assumes no further responsibility of any nature. The
EMPLOYER will insist on the procurement of materials
which bear ISI stamp and/or which are supplied by reputed
suppliers.

38
General Conditions of Contract

65.2 The CONTRACTOR shall properly store all materials either


issued to him or brought by him to the SITE to prevent
damages due to rain, wind, direct exposure to sun, etc. as
also from theft, pilferage, etc. for proper and speedy
execution of his works. The CONTRACTOR shall maintain
sufficient stocks of all materials required by him.

65.3 No material shall be despatched from the CONTRACTOR's


stores before obtaining the approval in writing of the
ENGINEER-IN-CHARGE.

66 Stores supplied by the 66.1 If the SPECIFICATION of the WORK provides for the use
employer: of any material of special description to be supplied from
the EMPLOYER's stores or it is required that the
CONTRACTOR shall use certain stores to be provided by
the ENGINEER-IN-CHARGE, such materials and stores,
and price to be charged there for as hereinafter mentioned
being so far as practicable for the convenience of the
CONTRACTOR, but not so as in any way to control the
meaning or effect of the CONTRACT, the CONTRACTOR
shall be bound to purchase and shall be supplied such
materials and stores as are from time to time required to be
used by him for the purpose of the CONTRACT only. The
sums due from the CONTRACTOR for the value of
materials supplied by the EMPLOYER will be recovered
from the running account bill on the basis of the actual
consumption of materials in the works covered and for
which the running account bill has been prepared. After the
completion of the WORK, however, the CONTRACTOR
has to account for the full quantity of materials supplied to
him as per relevant clauses in this document.

66.2 The value of the stores/materials as may be supplied to the


CONTRACTOR by the EMPLOYER will be debited to the
CONTRACTOR's account at the rates shown in the
schedule of materials and if they are not entered in the
schedule, they will be debited at cost price, which for the
purpose of the CONTRACT shall include the cost of
carriage and all other expenses whatsoever such as
normal storage supervision charges which shall have been
incurred in obtaining the same at the EMPLOYER's stores.
All materials so supplied to the CONTRACTOR shall
remain the absolute property of the EMPLOYER and shall
not be removed on any account from the SITE of the
WORK, and shall be at all times open for inspection to the
ENGINEER-IN-CHARGE. Any such materials remaining
unused at the time of the completion or termination of the
CONTRACT shall be returned to the EMPLOYER's stores
or at a place as directed by the ENGINEER-IN-CHARGE in
perfectly good condition at CONTRACTOR's cost.

67 Conditions for issue of 67.1 i) Materials specified as to be issued by the


materials: EMPLOYER will be supplied to the CONTRACTOR
by the EMPLOYER form his stores. It shall be
responsibility of the CONTRACTOR to take delivery
of the materials and arrange for its loading, transport
and unloading at the SITE of WORK at his own cost.
The materials shall be issued between the working
hours and as per the rules of the EMPLOYER as
framed from time to time.

39
General Conditions of Contract

ii) The CONTRACTOR shall bear all incidental charges


for the storage and safe custody of materials at site
after these have been issued to him.

iii) Materials specified as to be issued by the


EMPLOYER shall be issued in standard sizes as
obtained from the manufacturers.

iv) The CONTRACTOR shall construct suitable


Godowns at the SITE of WORK for storing the
materials safe against damage by rain, dampness,
fire, theft etc. He shall also employ necessary watch
and ward establishment for the purpose.

v) It shall be duty of the CONTRACTOR to inspect the


materials supplied to him at the time of taking delivery
and satisfy himself that they are in good condition.
After the materials have been delivered by the
EMPLOYER, it shall be the responsibility of the
CONTRACTOR to keep them in good condition and if
the materials are damaged or lost, at any time, they
shall be repaired and/or replaced by him at his own
cost according to the instructions of the
ENGINEER-IN-CHARGE.

vi) The EMPLOYER shall not be liable for delay in


supply or non-supply of any materials which the
EMPLOYER has undertaken to supply where such
failure or delay is due to natural calamities, act of
enemies, transport and procurement difficulties and
any circumstances beyond the control of the
EMPLOYER. In no case, the CONTRACTOR shall
be entitled to claim any compensation or loss suffered
by him on this account.

vii) It shall be responsibility of the CONTRACTOR to


arrange in time all materials required for the WORK
other than those to be supplied by the EMPLOYER.
If, however, in the opinion of the
ENGINEER-IN-CHARGE the execution of the WORK
is likely to be delayed due to the CONTRACTOR's
inability to make arrangements for supply of materials
which normally he has to arrange for, the
ENGINEER-IN-CHARGE shall have the right at his
own discretion to issue such materials, if available
with the EMPLOYER or procure the materials from
the market or as elsewhere and the CONTRACTOR
will be bound to take such materials at the rates
decided by the ENGINEER-IN-CHARGE. This,
however, does not in any way absolve the
CONTRACTOR from responsibility of making
arrangements for the supply of such materials in part
or in full, should such a situation occur nor shall this
constitute a reason for the delay in the execution of
the WORK.

40
General Conditions of Contract

viii) None of the materials supplied to the CONTRACTOR


will be utilised by the CONTRACTOR for
manufacturing item which can be obtained as
supplied from standard manufacturer in finished
form.

ix) The CONTRACTOR shall, if desired by the


ENGINEER- IN-CHARGE, be required to execute an
Indemnity Bond in the prescribed form for safe
custody and accounting of all materials issued by the
EMPLOYER.

x) The CONTRACTOR shall furnish to the


ENGINEER-IN- CHARGE sufficiently in advance a
statement showing his requirement of the quantities
of the materials to be supplied by the EMPLOYER
and the time when the same will be required by him
for the works, so as to enable the
ENGINEER-IN-CHARGE to make necessary
arrangements for procurement and supply of the
material.

xi) Account of the materials issued by the EMPLOYER


shall be maintained by CONTRACTOR indicating the
daily receipt, consumption and balance in hand. This
account shall be maintained in a manner prescribed
by the ENGINEER-IN-CHARGE along with all
connected papers viz. requisitions, issues, etc., and
shall be always available for inspection in the
CONTRACTOR's office at SITE.

xii) The CONTRACTOR should see that only the


required quantities of materials are got issued. The
CONTRACTOR shall not be entitled to cartage and
incidental charges for returning the surplus materials,
if any, to the stores wherefrom they were issued or to
the place as directed by the
ENGINEER-IN-CHARGE.

xiii) Materials/Equipment(s) supplied by EMPLOYER shall


not be utilised for any purpose(s) than issued for.

68 Material procured with 68.1 Notwithstanding anything contained to the contrary in any
assistance of or all the clauses of this CONTRACT where any materials
employer/return of surplus: for the execution of the CONTRACT are procured with the
assistance of the EMPLOYER either by issue from
EMPLOYER's stock or purchases made under order or
permits or licences issued by Government, the
CONTRACTOR shall hold the said materials as trustee for
the EMPLOYER and use such materials economically and
solely for the purpose of the CONTRACT and not dispose
them off without the permission of the EMPLOYER and
return, if required by the ENGINEER-IN-CHARGE, shall
determine having due regard to the condition of the
materials. The price allowed to the CONTRACTOR,
however, shall not exceed the amount charged to him
excluding the storage charges, if any. The decision of the
ENGINEER-IN-CHARGE shall be final and conclusive in
such matters. In the event of breach of the aforesaid

41
General Conditions of Contract

condition, the CONTRACTOR shall, in terms of the


licences or permits and/or criminal breach of trust, be liable
to compensate the EMPLOYER at double rate or any
higher rate, in the event of those materials at that time
having higher rate or not being available in the market, then
any other rate to be determined by the
ENGINEER-IN-CHARGE and his decision shall be final
and conclusive.

69 Materials obtained from 69.1 If the CONTRACTOR in the course of execution of the
dismantling: WORK is called upon to dismantle any part for reasons
other than those stipulated in Clauses 74 and 77
hereunder, the materials obtained in the WORK of
dismantling etc., will be considered as the EMPLOYER's
property and will be disposed off to the best advantage of
the EMPLOYER.

70 Articles of value found: 70.1 All gold, silver and other minerals of any description and all
precious stones, coins, treasure relics, antiquities and other
similar things which shall be found in, under or upon the
SITE, shall be the property of the EMPLOYER and the
CONTRACTOR shall duly preserve the same to the
satisfaction of the ENGINEER-IN-CHARGE and shall from
time to time deliver the same to such person or persons
indicated by the EMPLOYER.

71 Discrepancies between 71.1 Should any discrepancy occur between the various
instructions: instructions furnished to the CONTRACTOR, his agent or
staff or any doubt arises as to the meaning of any such
instructions or should there be any misunderstanding
between the CONTRACTOR's staff and the
ENGINEER-IN- CHARGE's staff, the CONTRACTOR shall
refer the matter immediately in writing to the
ENGINEER-IN-CHARGE whose decision thereon shall be
final and conclusive and no claim for losses alleged to have
been caused by such discrepancies between instructions,
doubts, or misunderstanding shall in any event be
admissible.

72 Action where no specification 72.1 In case of any class of WORK for which there is no
is issued: SPECIFICATION supplied by the EMPLOYER as
mentioned in the Tender Documents such WORK shall be
carried out in accordance with Indian Standard
Specifications and if the Indian Standard Specifications do
not cover the same, the WORK should be carried out as
per standard Engineering Practice subject to the approval
of the ENGINEER-IN-CHARGE.

73 Inspection of works: 73.1 The ENGINEER-IN-CHARGE will have full power and
authority to inspect the WORK at any time wherever in
progress either on the SITE or at the CONTRACTOR's
premises/workshops wherever situated, premises/
workshops of any person, firm or corporation where WORK
in connection with the CONTRACT may be in hand or
where materials are being or are to be supplied, and the
CONTRACTOR shall afford or procure for the
ENGINEER-IN- CHARGE every facility and assistance to
carry out such inspection. The CONTRACTOR shall, at all
time during the usual working hours and at all other time at

42
General Conditions of Contract

which reasonable notice of the intention of the


ENGINEER-IN- CHARGE or his representative to visit the
WORK shall have been given to the CONTRACTOR, either
himself be present or receive orders and instructions, or
have a responsible agent duly accredited in writing, present
for the purpose. Orders given to the CONTRACTOR's
agent shall be considered to have the same force as if they
had been given to the CONTRACTOR himself. The
CONTRACTOR shall give not less than seven days notice
in writing to the ENGINEER-IN-CHARGE before covering
up or otherwise placing beyond reach of inspection and
measurement of any work in order that the same may be
inspected and measured. In the event of breach of above
the same shall be uncovered at CONTRACTOR's expense
for carrying out such measurement or inspection.

73.2 No material shall be despatched from the CONTRACTOR's


stores before obtaining the approval in writing of the
Engineer-in-Charge.

The CONTRACTOR is to provide at all time during the


progress of the WORK and the maintenance period, proper
means of access with ladders, gangways etc. and the
necessary attendance to move and adopt as directed for
inspection or measurements of the WORK by the
ENGINEER- IN-CHARGE.

73.3 The CONTRACTOR shall make available to the


ENGINEER-IN- CHARGE free of cost all necessary
instruments and assistance in checking or setting out of
WORK and in the checking of any WORK made by the
CONTRACTOR for the purpose of setting out and taking
measurements of WORK.

74 Tests for quality of work: 74.1 All workmanship shall be of the respective kinds described
in the CONTRACT DOCUMENTS and in accordance with
the instructions of the ENGINEER-IN-CHARGE and shall
be subjected from time to time to such test at
CONTRACTOR's cost as the ENGINEER-IN-CHARGE
may direct at the place of manufacture or fabrication or on
the site or at all or any such places. The CONTRACTOR
shall provide assistance, instruments, labour and materials
as are normally required for examining, measuring and
testing any workmanship as may be selected and required
by the ENGINEER-IN-CHARGE.

74.2 All the tests that will be necessary in connection with the
execution of the WORK as decided by the
ENGINEER- IN-CHARGE shall be carried out at the field
testing laboratory of the EMPLOYER by paying the charges
as decided by the EMPLOYER from time to time. In case of
non- availability of testing facility with the EMPLOYER, the
required test shall be carried out at the cost of
CONTRACTOR at Government or any other testing
laboratory as directed by ENGINEER-IN-CHARGE.

74.3 If any tests are required to be carried out in conjunction with


the WORK or materials or workmanship not supplied by the
CONTRACTOR, such tests shall be carried out by the
CONTRACTOR as per instructions of

43
General Conditions of Contract

ENGINEER-IN-CHARGE and cost of such tests shall be


reimbursed by the EMPLOYER.

75 Samples for approval: 75.1 The CONTRACTOR shall furnish to the


ENGINEER-IN-CHARGE for approval, when requested or
if required by the specifications, adequate samples of all
materials and finished to be used in the WORK. Such
samples shall be submitted before the WORK is
commenced and in ample time to permit tests and
examinations thereof. All materials furnished and finishes
applied in actual WORK shall be fully equal to the approved
samples.

76 Action and compensation in 76.1 If it shall appear to the ENGINEER-IN-CHARGE that any
case of bad work: work has been executed with unsound, imperfect or
unskilled workmanship, or with materials of any inferior
description, or that any materials or articles provided by the
CONTRACTOR for the execution of the WORK are
unsound, or of a quality inferior to that contracted for, or
otherwise not in accordance with the CONTRACT, the
CONTRACTOR shall on demand in writing from the
ENGINEER-IN-CHARGE or his authorised representative
specifying the WORK, materials or articles complained of
notwithstanding that the same may have been inadvertently
passed, certified and paid for, forthwith rectify or remove
and reconstruct the WORK so specified and provide other
proper and suitable materials or articles at his own cost and
in the event of failure to do so within the period specified
by the ENGINEER-IN-CHARGE in his demand aforesaid,
the CONTRACTOR shall be liable to pay compensation at
the rate of 1 % (One percent) of the estimated cost of the
whole WORK, for every week limited to a maximum of 10%
(ten percent) of the value of the whole WORK, while his
failure to do so shall continue and in the case of any such
failure the ENGINEER-IN-CHARGE may on expiry of
notice period rectify or remove and re-execute the WORK
or remove and replaced with others, the materials or
articles complained of to as the case may be at the risk and
expense in all respects of the CONTRACTOR. The
decision of the Engineering-in-charge as to any question
arising under this clause shall be final and conclusive.

77 Suspension of works: 77.1 i) Subject to the provisions of sub-para (ii) of this clause,
the CONTRACTOR shall, if ordered in writing by the
ENGINEER-IN-CHARGE, or his representative,
temporarily suspend the WORKS or any part thereof for
such written order, proceed with the WORK therein
ordered to be suspended until, he shall have received a
written order to proceed therewith. The
CONTRACTOR shall not be entitled to claim
compensation for any loss or damage sustained by him
by reason of temporary suspension of the WORKS
aforesaid. An extension of time for completion,
corresponding with the delay caused by any such
suspension of the WORKS as aforesaid will be granted
to the ONTRACTOR should he apply for the same
provided that the suspension was not consequent to
any default or failure on the part of the CONTRACTOR.

44
General Conditions of Contract

ii) In case of suspensions of entire WORK, ordered in


writing by ENGINEER-IN-CHARGE, for a period of
more than two months, the CONTRACTOR shall have
the option to terminate the CONTRACT.

78 Employer may do part of 78.1 Upon failure of the CONTRACTOR to comply with any
work: instructions given in accordance with the provisions of this
CONTRACT the EMPLOYER has the alternative right,
instead of assuming charge of entire WORK, to place
additional labour force, tools, equipments and materials on
such parts of the WORK, as the EMPLOYER may
designate or also engage another CONTRACTOR to carry
out the WORK. In such cases, the EMPLOYER shall
deduct from the amount which otherwise might become
due to the CONTRACTOR, the cost of such work and
material with ten percent (10%) added to cover all
departmental charges and should the total amount thereof
exceed the amount due to the CONTRACTOR, the
CONTRACTOR shall pay the difference to the
EMPLOYER.

79 Possession prior to 79.1 The ENGINEER-IN-CHARGE shall have the right to take
completion: possession of or use any completed or partially completed
WORK or part of the WORK. Such possession or use shall
not be deemed to be an acceptance of any work completed
in accordance with the CONTRACT agreement. If such
prior possession or use by the ENGINEER-IN- CHARGE
delays the progress of WORK, equitable adjustment in the
time of completion will be made and the CONTRACT
agreement shall be deemed to be modified accordingly.

80 Defects Liability Period 80.1 The CONTRACTOR shall guarantee the installation/WORK
(Twelve months period of for a period of 12 months from the date of completion of
liability from the date of issue WORK as certified by the ENGINEER-IN-CHARGE which
of completion certificate): is indicated in the Completion Certificate. Any damage or
defect that may arise or lie undiscovered at the time of
issue of Completion Certificate, connected in any way with
the equipment or materials supplied by him or in the
workmanship, shall be rectified or replaced by the
CONTRACTOR at his own expense as deemed necessary
by the ENGINEER-IN-CHARGE or in default, the
ENGINEER- IN-CHARGE may carry out such works by
other work and deduct actual cost incurred towards labour,
supervision and materials consumables or otherwise plus
100% towards overheads (of which the certificate of
ENGINEER-IN-CHARGE shall be final) from any sums that
may then be or at any time thereafter, become due to the
CONTRACTOR or from his Contract Performance Security,
or the proceeds of sale thereof or a sufficient part on
thereof.

80.2 If the CONTRACTOR feels that any variation in WORK or


in quality of materials or proportions would be beneficial or
necessary to fulfil the guarantees called for, he shall bring
this to the notice of the ENGINEER- IN-CHARGE in writing.

If during the period of liability any portion of the


WORK/equipment, is found defective and is rectified/
replaced, the period of liability for such equipment/ portion

45
General Conditions of Contract

of WORK shall be operative from the date such


rectification/ replacement are carried out and Contract
Performance Guarantee shall be furnished separately for
the extended period of liability for that portion of WORK/
equipment only. Notwithstanding the above provisions the
supplier's, guarantees/warantees for the replaced
equipment shall also be passed on to the EMPLOYER.

80.3 LIMITATION OF LIABILITY

Notwithstanding anything contrary contained herein, the


aggregate total liability of CONTRACTOR under the
Agreement or otherwise shall be limited to 100% of
Agreement / Contract Value. However, neither party shall
be liable to the other party for any indirect and
consequential damages, loss of profits or loss of
production.

81 Care of works: 81.0 From the commencement to completion of the WORK, the
CONTRACTOR shall take full responsibility for the care for
all works including all temporary works and in case any
damages, loss or injury shall happen to the WORK or to
any part thereof or to any temporary works from any cause
whatsoever, shall at his own cost repair and make good the
same so that at completion the WORK shall be in good
order and in conformity in every respects with the
requirement of the CONTRACT and the
ENGINEER-IN- CHARGE's instructions.

81.1 DEFECTS PRIOR TO TAKING OVER:

If at any time, before the WORK is taken over, the


ENGINEER-IN-CHARGE shall:

a) Decide that any works done or materials used by the


CONTRACTOR or by any SUB-CONTRACTOR is
defective or not in accordance with the CONTRACT, or
that the works or any portion thereof are defective, or do
not fulfill the requirements of CONTRACT (all such
matters being hereinafter, called `Defects' in this
clause), and

b) As soon as reasonably practicable, gives to the


CONTRACTOR notice in writing of the said decision,
specifying particulars of the defects alleged to exist or to
have occurred, then the CONTRACTOR shall at his
own expenses and with all speed make good the
defects so specified.

In case CONTRACTOR shall fail to do so, the EMPLOYER


may take, at the cost of the CONTRACTOR, such steps as
may in all circumstances, be reasonable to make good
such defects. The expenditure so incurred by the
EMPLOYER will be recovered from the amount due to the
CONTRACTOR. The decision of the
ENGINEER-IN-CHARGE with regard to the amount to be
recovered from the CONTRACTOR will be final and binding
on the CONTRACTOR. As soon as the WORK has been
completed in accordance with the CONTRACT (except in
minor respects that do not affect their use for the purpose

46
General Conditions of Contract

for which they are intended and except for maintenance


there of provided in clause 80.1 of General Conditions of
Contract) and have passed the tests on completion, the
ENGINEER-IN-CHARGE shall issue a certificate
(hereinafter called Completion Certificate) in which he shall
certify the date on which the WORK have been so
completed and have passed the said tests and the
EMPLOYER shall be deemed to have taken over the
WORK on the date so certified. If the WORK has been
divided into various groups in the CONTRACT, the
EMPLOYER shall be entitled to take over any group or
groups before the other or others and there upon the
ENGINEER-IN-CHARGE shall issue a Completion
Certificate which will, however, be for such group or groups
so taken over only. In such an event if the group /section/
part so taken over is related, to the integrated system of the
work, not withstanding date of grant of Completion
Certificate for group/ section/ part. The period of liability in
respect of such group/ section/ part shall extend 12 (twelve)
months from the date of completion of WORK.

81.2 DEFECTS AFTER TAKING OVER:

In order that the CONTRACTOR could obtain a


COMPLETION CERTIFICATE he shall make good, with all
possible speed, any defect arising from the defective
materials supplied by the CONTRACTOR or workmanship
or any act or omission of the CONTRACT or that may have
been noticed or developed, after the works or groups of the
works has been taken over, the period allowed for carrying
out such WORK will be normally one month. If any defect
be not remedied within a reasonable time, the EMPLOYER
may proceed to do the WORK at CONTRACTOR's risk and
expense and deduct from the final bill such amount as may
be decided by the EMPLOYER.

If by reason of any default on the part of the


CONTRACTOR a COMPLETION CERTIFICATE has not
been issued in respect of any portion of the WORK within
one month after the date fixed by the CONTRACT for the
completion of the WORK, the EMPLOYER shall be at
liberty to use the WORK or any portion thereof in respect of
which a completion certificate has not been issued,
provided that the WORK or the portion thereof so used as
aforesaid shall be afforded reasonable opportunity for
completing these works for the issue of Completion
Certificate.

82 Guarantee/transfer of 82.1 For works like water-proofing, acid and alkali resisting
guarantee: materials, pre-construction soil treatment against termite or
any other specialized works etc. the CONTRACTOR shall
invariably engage SUB-CONTRACTORS who are
specialists in the field and firms of repute and such a
SUB-CONTRACTOR shall furnish guarantees for their
workmanship to the EMPLOYER, through the
CONTRACTOR. In case such a SUB-CONTRACTOR/
firm is not prepared to furnish a guarantee to the
EMPLOYER, the CONTRACTOR shall give that guarantee
to the EMPLOYER directly.

47
General Conditions of Contract

83 Training of employer's 83.1 The CONTRACTOR undertakes to provide training to


personnel: Engineering personnel selected and sent by the
EMPLOYER at the works of the CONTRACTOR without
any cost to the EMPLOYER. The period and the nature of
training for the individual personnel shall be agreed upon
mutually between the CONTRACTOR and the
EMPLOYER. These engineering personnel shall be given
special training at the shops, where the equipment will be
manufactured and/ or in their collaborator's works and
where possible, in any other plant where equipment
manufactured by the CONTRACTOR or his collaborators is
under installation or test to enable those personnel to
become familiar with the equipment being furnished by the
CONTRACTOR. EMPLOYER shall bear only the to and
fro fare of the said engineering personnel.

84 Replacement of defective 84.1 If during the progress of the WORK, EMPLOYER shall
parts and materials: decide and inform in writing to the CONTRACTOR, that the
CONTRACTOR has manufactured any plant or part of the
plant unsound or imperfect or has furnished plant inferior to
the quality specified, the CONTRACTOR on receiving
details of such defects or deficiencies shall at his own
expenses within 7 (seven) days of his receiving the notice,
or otherwise within such time as may be reasonably
necessary for making it good, proceed to alter, re-construct
or remove such work and furnish fresh equipments upto the
standards of the specifications. In case the
CONTRACTOR fails to do so, EMPLOYER may on giving
the CONTRACTOR 7 (seven) day's notice in writing of his
intentions to do so, proceed to remove the portion of the
WORK so complained of and at the cost of
CONTRACTOR's, perform all such works or furnish all
such equipments provided that nothing in the clause shall
be deemed to deprive the EMPLOYER of or affect any
rights under the CONTRACT, the EMPLOYER may
otherwise have in respect of such defects and deficiencies.

84.2 The CONTRACTOR's full and extreme liability under this


clause shall be satisfied by the payments to the
EMPLOYER of the extra cost, of such replacements
procured including erection/installation as provided for in
the CONTRACT; such extra cost being the ascertained
difference between the price paid by the EMPLOYER for
such replacements and the CONTRACT price portion for
such defective plants and repayments of any sum paid by
the EMPLOYER to the CONTRACTOR in respect of such
defective plant. Should the EMPLOYER not so replace the
defective plant the CONTRACTOR's extreme liability under
this clause shall be limited to the repayment of all such
sums paid by the EMPLOYER under the CONTRACT for
such defective plant.

85 Indemnity 85.1 If any action is brought before a Court, Tribunal or any


other Authority against the Employer or an officer or agent
of the EMPLOYER, for the failure, omission or neglect on
the part of the CONTRACTOR to perform any acts,
matters, covenants or things under the CONTRACT, or
damage or injury caused by the alleged omission or
negligence on the part of the CONTRACTOR, his agents,
representatives or his SUB- CONTRACTOR's, or in

48
General Conditions of Contract

connection with any claim based on lawful demands of


SUB-CONTRACTOR's workmen suppliers or employees,
the CONTRACTOR, shall in such cases indemnify and
keep the EMPLOYER and/or their representatives
harmless from all losses, damages, expenses or decrees
arising out of such action.

86 Construction aids, 86.1 CONTRACTOR shall be solely responsible for making


equipments, tools & tackles: available for executing the WORK, all requisite
CONSTRUCTION EQUIPMENTS, Special Aids, Barges,
Cranes and the like, all Tools, Tackles and Testing
Equipment and Appliances, including imports of such
equipment etc. as required. In case of import of the same
the rates applicable for levying of Custom Duty on such
Equipment, Tools, & Tackles and the duty drawback
applicable thereon shall be ascertained by the
CONTRACTOR from the concerned authorities of
Government of India. It shall be clearly understood that
EMPLOYER shall not in any way be responsible for
arranging to obtain Custom Clearance and/or payment of
any duties and/or duty draw backs etc. for such equipments
so imported by the CONTRACTOR and the
CONTRACTOR shall be fully responsible for all taxes,
duties and documentation with regard to the same.
Tenderer in his own interest may contact, for any
clarifications in the matter, concerned
agencies/Dept./Ministries of Govt. of India. All clarifications
so obtained and interpretations thereof shall be solely the
responsibility of the CONTRACTOR.

SECTION-VI CERTIFICATES AND PAYMENTS

87 Schedule of rates and 87.1 i) CONTRACTOR'S REMUNERATION:


payments:
The price to be paid by the EMPLOYER to
CONTRACTOR for the whole of the WORK to be
done and for the performance of all the obligations
undertaken by the CONTRACTOR under the
CONTRACT DOCUMENTS shall be ascertained by
the application of the respective Schedule of Rates
(the inclusive nature of which is more particularly
defined by way of application but not of limitation, with
the succeeding sub-clause of this clause) and
payment to be made accordingly for the WORK
actually executed and approved by the ENGINEER-
IN-CHARGE. The sum so ascertained shall
(excepting only as and to the extent expressly
provided herein) constitute the sole and inclusive
remuneration of the CONTRACTOR under the
CONTRACT and no further or other payment
whatsoever shall be or become due or payable to the
CONTRACTOR under the CONTRACT.

49
General Conditions of Contract

ii) SCHEDULE OF RATES TO BE INCLUSIVE:

The prices/rates quoted by the CONTRACTOR shall


remain firm till the issue of FINAL CERTIFICATE and
shall not be subject to escalation. Schedule of Rates
shall be deemed to include and cover all costs,
expenses and liabilities of every description and all
risks of every kind to be taken in executing,
completing and handing over the WORK to the
EMPLOYER by the CONTRACTOR. The
CONTRACTOR shall be deemed to have known the
nature, scope, magnitude and the extent of the
WORK and materials required though the
CONTRACT DOCUMENT may not fully and precisely
furnish them. Tenderer's shall make such provision in
the Schedule of Rates as he may consider necessary
to cover the cost of such items of WORK and
materials as may be reasonable and necessary to
complete the WORK. The opinion of the
ENGINEER-IN-CHARGE as to the items of WORK
which are necessary and reasonable for
COMPLETION OF WORK shall be final and binding
on the CONTRACTOR, although the same may not
be shown on or described specifically in CONTRACT
DOCUMENTS.

Generality of this present provision shall not be


deemed to cut down or limit in any way because in
certain cases it may and in other cases it may not be
expressly stated that the CONTRACTOR shall do or
perform a work or supply articles or perform services
at his own cost or without addition of payment or
without extra charge or words to the same effect or
that it may be stated or not stated that the same are
included in and covered by the Schedule of Rates.

iii) SCHEDULE OF RATES TO COVER


CONSTRUCTION EQUIPMENTS, MATERIALS,
LABOUR ETC.:

Without in any way limiting the provisions of the


preceding sub-clause the Schedule of Rates shall be
deemed to include and cover the cost of all
construction equipment, temporary WORK (except as
provided for herein), pumps, materials, labour,
insurance, fuel, consumables, stores and appliances
to be supplied by the CONTRACTOR and all other
matters in connection with each item in the Schedule
of Rates and the execution of the WORK or any
portion thereof finished, complete in every respect and
maintained as shown or described in the CONTRACT
DOCUMENTS or as may be ordered in writing during
the continuance of the CONTRACT.

iv) SCHEDULE OF RATES TO COVER ROYALTIES,


RENTS AND CLAIMS:

The Schedule of Rates (i.e., VALUE OF CONTRACT)


shall be deemed to include and cover the cost of all
royalties and fees for the articles and processes,

50
General Conditions of Contract

protected by letters, patent or otherwise incorporated


in or used in connection with the WORK, also all
royalties, rents and other payments in connection with
obtaining materials of whatsoever kind for the WORK
and shall include an indemnity to the EMPLOYER
which the CONTRACTOR hereby gives against all
actions, proceedings, claims, damages, costs and
expenses arising from the incorporation in or use on
the WORK of any such articles, processes or
materials, octroi or other municipal or local Board
Charges, if levied on materials, equipment or
machineries to be brought to site for use on WORK
shall be borne by the CONTRACTOR.

v) SCHEDULE OF RATES TO COVER TAXES AND


DUTIES:

No exemption or reduction of Customs Duties, Excise


Duties, Sales Tax, Sales Tax on works Contract quay
or any port dues, transport charges, stamp duties or
Central or State Government or local Body or
Municipal Taxes or duties, taxes or charges (from or
of any other body), whatsoever, will be granted or
obtained, all of which expenses shall be deemed to be
included in and covered by the Schedule or Rates.
The CONTRACTOR shall also obtain and pay for all
permits or other privileges necessary to complete the
WORK.

vi) SCHEDULE OF RATES TO COVER RISKS OF


DELAY:

The Schedule of Rates shall be deemed to include


and cover the risk of all possibilities of delay and
interference with the CONTRACTOR's conduct of
WORK which occur from any causes including orders
of the EMPLOYER in the exercise of his power and
on account of extension of time granted due to
various reasons and for all other possible or probable
causes of delay.

vii) SCHEDULE OF RATES CANNOT BE ALTERED:

For WORK under unit rate basis, no alteration will be


allowed in the Schedule of Rates by reason of works
or any part of them being modified, altered, extended,
diminished or committed. The Schedule of Rates are
fully inclusive of rates which have been fixed by the
CONTRACTOR and agreed to by the EMPLOYER
and cannot be altered.

For lumpsum CONTRACTS, the payment will be


made according to the WORK actually carried out, for
which purpose an item wise, or work wise Schedule of
Rates shall be furnished, suitable for evaluating the
value of WORK done and preparing running account
bill.
Payment for any additional work which is not covered
in the Schedule of Rates, shall only be released on
issuance of change order.

51
General Conditions of Contract

88 Procedure for measurement 88.1 BILLING PROCEDURE:


and billing of work in
progress: Following procedures shall be adopted for billing of works
executed by the CONTRACTOR.

88.1.1 All measurements shall be recorded in sextuplicate on


standard measurement sheets supplied by EMPLOYER and
submitted to EMPLOYER/CONSULTANT for scrutiny and
passing.

88.1.2 EMPLOYER/CONSULTANT shall scrutinise and check the


measurements recorded on the sheets and shall certify
correctness of the same on the measurement sheets.

88.1.3 ENGINEER-IN-CHARGE shall pass the bills after carrying out


the comprehensive checks in accordance with the terms and
conditions of the CONTRACTS, within 7 days of submission of
the bills, complete in all respects and send the same to the
Employer to effect payment to the CONTRACTOR.

88.1.4 GAIL shall make all endeavour to make payments of undisputed


amount of the bills submitted based on the joint
measurements within 15 (Fifteen) days from the date of
certification by the Engineer-in-Charge.

88.1.5 Measurements shall be recorded as per the methods of


measurement spelt out in EMPLOYER/CONSULTANT
SPECIFICATIONS / CONTRACT DOCUMENT.
EMPLOYER/CONSULTANT shall be fully responsible for
checking the measurements quantitatively and qualitatively as
recorded in the Measurement Books/ Bills.

88.1.6 While preparing the final bills overall measurements will not be
taken again. Only volume of work executed since the last
measured bill alongwith summary of final measurements will
be considered for the final bill. However, a detailed check
shall be made as to missing measurements and in case there
are any missing items or measurements the same shall be
recorded.

88.1.7 COMPUTERISED BILLING SYSTEM : GAIL (India) Limited


has introduced Computerised Billing System whereby when
the Bills are submitted in GAIL by a Contractor, a receipt
number is generated. The Contractor can know the status of
the Bill through GAIL’s website.

88.2 SECURED ADVANCE ON MATERIAL:

Unless otherwise provided elsewhere in the tender, no


`Secured Advance' on security of materials brought to site for
execution of contracted items(s) shall be paid to the Contractor
whatsoever.

88.3 DISPUTE IN MODE OF MEASUREMENT:

In case of any dispute as to the mode of measurement not


covered by the CONTRACT to be adopted for any item of
WORK, mode of measurement as per latest Indian Standard
Specifications shall be followed.

52
General Conditions of Contract

88.4 ROUNDING-OFF OF AMOUNTS:

In calculating the amount of each item due to the


CONTRACTOR in every certificate prepared for payment, sum
of less than 50 paise shall be omitted and the total amount on
each certificate shall be rounded off to the nearest rupees, i.e.,
sum of less than 50 paise shall be omitted and sums of 50
paise and more upto one rupee shall be reckoned as one
rupee.

89 Lumpsum in tender: 89.1 The payment against any Lumpsum item shall be made only
on completion of that item as per the provision of the
CONTRACT after certification by ENGINEER-IN-CHARGE.

90 Running account payments 90.1 All running account payments shall be regarded as payment
to be regarded as advance: by way of advance against the final payment only and not as
payments for WORK actually done and completed and shall
not preclude the requiring of bad, unsound and imperfect or
unskilled work to be removed and taken away and
reconstructed or re-erected or be considered as an admission
of the due performance of the CONTRACT, or any part
thereof, in this respect, or of the accurring of any claim by the
CONTRACTOR, nor shall it conclude, determine or affect in
any way the powers of the EMPLOYER under these
conditions or any of them as to the final settlement and
adjustment of the accounts or otherwise, or in any other way
vary or affect the CONTRACT. The final bill shall be submitted
by the CONTRACTOR within one month of the date of
physical completion of the WORK, otherwise, the
ENGINEER-IN-CHARGE's certificate of the measurement and
of total amount payable for the WORK accordingly shall be
final and binding on all parties

91 Notice of claims for 91.1 Should the CONTRACTOR consider that he is entitled to any
additional payments: extra payment for any extra/additional WORKS or MATERIAL
change in original SPECIFICATIONS carried out by him in
respect of WORK he shall forthwith give notice in writing to the
ENGINEER-IN-CHARGE that he claims extra payment. Such
notice shall be given to the ENGINEER-IN-CHARGE upon
which CONTRACTOR bases such claims and such notice
shall contain full particulars of the nature of such claim with full
details of amount claimed. Irrespective of any provision in the
CONTRACT to the contrary, the CONTRACTOR must
intimate his intention to lodge claim on the EMPLOYER within
10 (ten) days of the commencement of happening of the event
and quantify the claim within 30 (thirty) days, failing which the
CONTRACTOR will lose his right to claim any
compensation/reimbursement/damages etc. or refer the
matter to arbitration. Failure on the part of CONTRACTOR to
put forward any claim without the necessary particulars as
above within the time above specified shall be an absolute
waiver thereof. No omission by EMPLOYER to reject any such
claim and no delay in dealing therewith shall be waiver by
EMPLOYER of any of this rights in respect thereof.

91.2 ENGINEER-IN-CHARGE shall review such claims within a


reasonably period of time and cause to discharge these in a
manner considered appropriate after due deliberations
thereon. However, CONTRACTOR shall be obliged to carry

53
General Conditions of Contract

on with the WORK during the period in which his claims are
under consideration by the EMPLOYER, irrespective of the
outcome of such claims, where additional payments for
WORKS considered extra are justifiable in accordance with
the CONTRACT provisions, EMPLOYER shall arrange to
release the same in the same manner as for normal WORK
payments. Such of the extra works so admitted by
EMPLOYER shall be governed by all the terms, conditions,
stipulations and specifications as are applicable for the
CONTRACT. The rates for extra works shall generally be the
unit rates provided for in the CONTRACT. In the event unit
rates for extra works so executed are not available as per
CONTRACT, payments may either be released on day work
basis for which daily/hourly rates for workmen and hourly
rates for equipment rental shall apply, or on the unit rate for
WORK executed shall be derived by interpolation/
extrapolation of unit rates already existing in the CONTRACT.
In all the matters pertaining to applicability of rate and
admittance of otherwise of an extra work claim of
CONTRACTOR the decision of ENGINEER-IN-CHARGE
shall be final and binding.

92 Payment of contractor's bill: 92.1 No payment shall be made for works estimated to cost less
than Rs.10,000/- till the whole of the work shall have been
completed and a certificate of completion given. But in case of
works estimated to cost more than Rs.10,000/-, that
CONTRACTOR on submitting the bill thereof be entitled to
receive a monthly payment proportionate to the part thereof
approved and passed by the ENGINEER-IN-CHARGE, whose
certificate of such approval and passing of the sum so payable
shall be final and conclusive against the CONTRACTOR. This
payment will be made after making necessary
corrections/deductions as stipulated elsewhere in the
CONTRACT DOCUMENT for materials, Contract
Performance Security, taxes etc.

92.2 Payment due to the CONTRACTOR shall be made by the


EMPLOYER by Account Payee cheque forwarding the same
to registered office or the notified office of the CONTRACTOR.
In no case will EMPLOYER be responsible if the cheque is
mislaid or misappropriated by unauthorised person/persons.
In all cases, the CONTRACTOR shall present his bill duly
pre-receipted on proper revenue stamp payment shall be
made in Indian Currency.

92.3 In general payment of final bill shall be made to


CONTRACTOR within 60 days of the submission of bill on
joint measurements, after completion of all the obligations
under the CONTRACT.

93 Receipt for payment: 93.1 Receipt for payment made on account of work when executed
by a firm, must be signed by a person holding due power of
attorney in this respect on behalf of the CONTRACTOR,
except when the CONTRACTOR's are described in their
tender as a limited company in which case the receipts must
be signed in the name of the company by one of its principal
officers or by some other person having authority to give
effectual receipt for the company.

54
General Conditions of Contract

94 Completion certificate: 94.1 APPLICATION FOR COMPLETION CERTIFICATE:

When the CONTRACTOR fulfils his obligation under Clause


81.1 he shall be eligible to apply for COMPLETION
CERTIFICATE.

The ENGINEER-IN-CHARGE shall normally issue to the


CONTRACTOR the COMPLETION CERTIFICATE within one
month after receiving any application therefore from the
CONTRACTOR after verifying from the completion documents
and satisfying himself that the WORK has been completed in
accordance with and as set out in the construction and
erection drawings, and the CONTRACT DOCUMENTS.

The CONTRACTOR, after obtaining the COMPLETION


CERTIFICATE, is eligible to present the final bill for the WORK
executed by him under the terms of CONTRACT.

94.2 COMPLETION CERTIFICATE:

Within one month of the completion of the WORK in all


respects, the CONTRACTOR shall be furnished with a
certificate by the ENGINEER-IN-CHARGE of such completion,
but no certificate shall be given nor shall the WORK be
deemed to have been executed until all scaffolding, surplus
materials and rubbish is cleared off the SITE completely nor
until the WORK shall have been measured by the
ENGINEER-IN-CHARGE whose measurement shall be
binding and conclusive. The WORKS will not be considered
as complete and taken over by the EMPLOYER, until all the
temporary works, labour and staff colonies are cleared to the
satisfaction of the ENGINEER-IN-CHARGE.

If the CONTRACTOR fails to comply with the requirements of


this clause on or before the date fixed for the completion of the
WORK, the ENGINEER-IN-CHARGE may at the expense of
the CONTRACTOR remove such scaffolding, surplus
materials and rubbish and dispose off the same as he thinks fit
and clean off such dirt as aforesaid, and the CONTRACTOR
shall forthwith pay the amount of all expenses so incurred and
shall have no claim in respect of any such scaffolding or
surplus materials as aforesaid except for any sum actually
realised by the sale thereof.

94.3 COMPLETION CERTIFICATE DOCUMENTS:

For the purpose of Clause 94.0 the following documents will


be deemed to form the completion documents:

i) The technical documents according to which the WORK


was carried out.

ii) Six (6) sets of construction drawings showing therein the


modification and correction made during the course of
execution and signed by the ENGINEER-IN-CHARGE.

iii) COMPLETION CERTIFICATE for `embedded' and


`covered' up work.

iv) Certificates of final levels as set out for various works.

55
General Conditions of Contract

v) Certificates of tests performed for various WORKS.

vi) Material appropriation, Statement for the materials issued


by the EMPLOYER for the WORK and list of surplus
materials returned to the EMPLOYER's store duly
supported by necessary documents.

95 Final decision and final 95.1 Upon expiry of the period of liability and subject to the
certificate: ENGINEER-IN-CHARGE being satisfied that the WORKS
have been duly maintained by the CONTRACTOR during
monsoon or such period as hereinbefore provided in Clause
80 & 81 and that the CONTRACTOR has in all respect duly
made-up any subsidence and performed all his obligations
under the CONTRACT, the ENGINEER-IN- CHARGE shall
(without prejudice to the rights of the EMPLOYER to retain the
provisions of relevant Clause hereof) otherwise give a
certificate herein referred to as the FINAL CERTIFICATE to
that effect and the CONTRACTOR shall not be considered to
have fulfilled the whole of his obligations under CONTRACT
until FINAL CERTIFICATE shall have been given by the
ENGINEER-IN- CHARGE notwithstanding any previous entry
upon the WORK and taking possession, working or using of
the same or any part thereof by the EMPLOYER.

96 Certificate and payments on 96.1 Except the FINAL CERTIFICATE, no other certificates or
evidence of completion: payments against a certificate or on general account shall be
taken to be an admission by the EMPLOYER of the due
performance of the CONTRACT or any part thereof or of
occupancy or validity of any claim by the CONTRACTOR.

97 Deductions from the contract 97.1 All costs, damages or expenses which EMPLOYER may have
price: paid or incurred, which under the provisions of the
CONTRACT, the CONTRACTOR is liable/will be liable, will be
claimed by the EMPLOYER. All such claims shall be billed by
the EMPLOYER to the CONTRACTOR regularly as and when
they fall due. Such claims shall be paid by the
CONTRACTOR within 15 (fifteen) days of the receipt of the
corresponding bills and if not paid by the CONTRACTOR
within the said period, the EMPLOYER may, then, deduct the
amount from any moneys due i.e., Contract Performance
Security or becoming due to the CONTRACTOR under the
CONTRACT or may be recovered by actions of law or
otherwise, if the CONTRACTOR fails to satisfy the
EMPLOYER of such claims.

SECTION-VII TAXES AND INSURANCE

98 Taxes, Duties, Octroi etc: 98.1 The CONTRACTOR agrees to and does hereby accept full
and exclusive liability for the payment of any and all Taxes,
Duties, including Excise duty, octroi etc. now or hereafter
imposed, increased, modified, all the sales taxes, duties,
octrois etc. now in force and hereafter increased, imposed or
modified, from time to time in respect of WORKS and
materials and all contributions and taxes for unemployment
compensation, insurance and old age pensions or annuities

56
General Conditions of Contract

now or hereafter imposed by any Central or State


Government authorities which are imposed with respect to or
covered by the wages, salaries, or other compensations paid
to the persons employed by the CONTRACTOR and the
CONTRACTOR shall be responsible for the compliance of
all SUB-CONTRACTORS, with all applicable Central, State,
Municipal and local law and regulation and requirement of
any Central, State or local Government agency or authority.
CONTRACTOR further agrees to defend, indemnify and
hold EMPLOYER harmless from any liability or penalty
which may be imposed by the Central, State or Local
authorities by reason or any violation by CONTRACTOR or
SUB-CONTRACTOR of such laws, suits or proceedings that
may be brought against the EMPLOYER arising under,
growing out of, or by reason of the work provided for by this
CONTRACT, by third parties, or by Central or State
Government authority or any administrative sub-division
thereof.

Tax deductions will be made as per the rules and regulations


in force in accordance with acts prevailing from time to time.

99 Sales tax/Turnover tax: 99.1 Tenderer should quote all inclusive prices including the
liability of Sales Tax/Turnover Tax whether on the works
contract as a whole or in respect of bought out components
used by the CONTRACTOR in execution of the
CONTRACT. EMPLOYER shall not be responsible for any
such liability of the CONTRACTOR in respect of this
CONTRACT.

100 Statutory variations 100.1 Tenderer should quote prices inclusive of excise-duty and
sales tax applicable on finished product. Any statutory
variations in Excise Duty and sales tax on finished product
during the contractual completion period, shall be to the
Employer's account for which the Contractor will furnish
documentary evidence(s) in support of their claims to GAIL.
However, any increase in the rate of these taxes and
duties (E.D. and S.T.) beyond the contractual completion
period shall be to Contractor's account and any decrease
shall be passed on to GAIL.

101 Insurance: 101.1 GENERAL

CONTRACTOR shall at his own expense arrange secure


and maintain insurance with reputable insurance companies
to the satisfaction of the EMPLOYER as follows:

CONTRACTOR at his cost shall arrange, secure and


maintain insurance as may be necessary and to its full value
for all such amounts to protect the WORKS in progress from
time to time and the interest of EMPLOYER against all risks
as detailed herein. The form and the limit of such insurance,
as defined here in together with the under works thereof in
each case should be as acceptable to the EMPLOYER.
However, irrespective of work acceptance the responsibility
to maintain adequate insurance coverage at all times during
the period of CONTRACT shall be that of CONTRACTOR
alone. CONTRACTOR's failure in this regard shall not
relieve him of any of his responsibilities and obligations
under CONTRACT.

57
General Conditions of Contract

Any loss or damage to the equipment, during ocean


transportation, port/custom clearance, inland and port
handling, inland transportation, storage, erection and
commissioning till such time the WORK is taken over by
EMPLOYER, shall be to the account of CONTRACTOR.
CONTRACTOR shall be responsible for preferring of all
claims and make good for the damage or loss by way of
repairs and/or replacement of the parts of the Work
damaged or lost. CONTRACTOR shall provide the
EMPLOYER with a copy of all insurance policies and
documents taken out by him in pursuance of the
CONTRACT. Such copies of document shall be submitted
to the EMPLOYER immediately upon the CONTRACTOR
having taken such insurance coverage. CONTRACTOR
shall also inform the EMPLOYER at least 60(Sixty) days in
advance regarding the expiry cancellation and/or changes in
any of such documents and ensure revalidation/renewal etc.,
as may be necessary well in time.

Statutory clearances, if any, in respect of foreign supply


required for the purpose of replacement of equipment lost in
transit and/or during erection, shall be made available by the
EMPLOYER. CONTRACTOR shall, however, be
responsible for obtaining requisite licences, port clearances
and other formalities relating to such import. The risks that
are to be covered under the insurance shall include, but not
be limited to the loss or damage in handling, transit, theft,
pilferage, riot, civil commotion, weather conditions, accidents
of all kinds, fire, war risk (during ocean transportation only)
etc. The scope of such insurance shall cover the entire
value of supplies of equipments, plants and materials to be
imported from time to time.

All costs on account of insurance liabilities covered under


CONTRACT will be to CONTRACTOR's account and will be
included in VALUE OF CONTRACT. However, the
EMPLOYER may from time to time, during the currency of
the CONTRACT, ask the CONTRACTOR in writing to limit
the insurance coverage risk and in such a case, the parties
to the CONTRACT will agree for a mutual settlement, for
reduction in VALUE OF CONTRACT to the extent of
reduced premium amounts.

CONTRACTOR as far as possible shall cover insurance with


Indian Insurance Companies, including marine Insurance
during ocean transportation.

i) EMPLOYEES STATE INSURANCE ACT:

The CONTRACTOR agrees to and does hereby accept


full and exclusive liability for the compliance with all
obligations imposed by the Employee State Insurance
Act 1948 and the CONTRACTOR further agrees to
defend, indemnify and hold EMPLOYER harmless for
any liability or penalty which may be imposed by the
Central, State or Local authority by reason of any
asserted violation by CONTRACTOR or
SUB-CONTRACTOR of the Employees' State
Insurance Act, 1948, and also from all claims, suits or

58
General Conditions of Contract

proceeding that may be brought against the


EMPLOYER arising under, growing out of or by
reasons of the work provided for by this
CONTRACTOR, by third parties or by Central or State
Government authority or any political sub- division
thereof.

The CONTRACTOR agrees to fill in with the


Employee's State Insurance Corporation, the
Declaration Forms, and all forms which may be required
in respect of the CONTRACTOR's or
SUB- CONTRACTOR's employees, who are employed
in the WORK provided for or those covered by ESI from
time to time under the Agreement. The CONTRACTOR
shall deduct and secure the agreement of the
SUB- CONTRACTOR to deduct the employee's
contribution as per the first schedule of the Employee's
State Insurance Act from wages and affix the
Employees Contribution Card at wages payment
intervals. The CONTRACTOR shall remit and secure
the agreement of SUB-CONTRACTOR to remit to the
State Bank of India, Employee's State Insurance
Corporation Account, the Employee's contribution as
required by the Act. The CONTRACTOR agrees to
maintain all cards and Records as required under the
Act in respect of employees and payments and the
CONTRACTOR shall secure the agreement of the
SUB- CONTRACTOR to maintain such records. Any
expenses incurred for the contributions, making
contributions or maintaining records shall be to the
CONTRACTOR's or SUB-CONTRACTOR's account.

The EMPLOYER shall retain such sum as may be


necessary from the total VALUE OF CONTRACT until
the CONTRACTOR shall furnish satisfactory proof that
all contributions as required by the Employees State
Insurance Act, 1948, have been paid. This will be
pending on the CONTRACTOR when the ESI Act is
extended to the place of work.

ii) WORKMEN COMPENSATION AND EMPLOYER'S


LIABILITY INSURANCE:

Insurance shall be effected for all the CONTRACTOR's


employees engaged in the performance of this
CONTRACT. If any of the work is sublet, the
CONTRACTOR shall require the SUB-CONTRACTOR
to provide workman's Compensation and employer's
liability insurance for the later's employees if such
employees are not covered under the CONTRACTOR's
Insurance.

iii) ACCIDENT OR INJURY TO WORKMEN:

The EMPLOYER shall not be liable for or in respect of


any damages or compensation payable at law in
respect or in consequence of any accident or injury to
any workman or other person in the Employment of the
CONTRACTOR or any SUB-CONTRACTOR save and
except an accident or injury resulting from any act or

59
General Conditions of Contract

default of the EMPLOYER, his agents or servants and


the CONTRACTOR shall indemnify and keep
indemnified the EMPLOYER against all such damages
and compensation (save and except and aforesaid) and
against all claims, demands, proceeding, costs, charges
and expenses, whatsoever in respect or in relation
thereto.

iv) TRANSIT INSURANCE

In respect of all items to be transported by the


CONTRACTOR to the SITE of WORK, the cost of
transit insurance should be borne by the
CONTRACTOR and the quoted price shall be
inclusive of this cost.

v) COMPREHENSIVE AUTOMOBILE INSURANCE

This insurance shall be in such a form as to protect


the Contractor against all claims for injuries, disability,
disease and death to members of public including
EMPLOYER’s men and damage to the property of
others arising from the use of motor vehicles during
on or off the `site’ operations, irrespective of the
Employership of such vehicles.

vi) COMPREHENSIVE GENERAL LIABILITY


INSURANCE

a) This insurance shall protect the Contractor against


all claims arising from injuries, disabilities,
disease or death of member of public or damage
to property of others due to any act or omission
on the part of the Contractor, his agents, his
employees, his representatives and Sub-
Contractor’s or from riots, strikes and civil
commotion.

b) Contractor shall take suitable Group Personal


Accident Insurance Cover for taking care of injury,
damage or any other risks in respect of his
Engineers and other Supervisory staff who are not
covered under Employees State Insurance Act.

c) The policy shall cover third party liability. The third


party (liability shall cover the loss/ disablement of
human life (person not belonging to the Contractor)
and also cover the risk of damage to others
materials/ equipment/ properties during
construction, erection and commissioning at site.
The value of third party liability for compensation for
loss of human life or partial/full disablement shall be
of required statutory value but not less than Rs. 2
lakhs per death, Rs. 1.5 lakhs per full disablement
and Rs. 1 lakh per partial disablement and shall
nevertheless cover such compensation as may be
awarded by Court by Law in India and cover for
damage to others equipment/ property as approved
by the Purchaser. However, third party risk shall be
maximum to Rs. 10(ten) lakhs to death.

60
General Conditions of Contract

d) The Contractor shall also arrange suitable insurance


to cover damage, loss, accidents, risks etc., in
respect of all his plant, equipments and machinery,
erection tools & tackles and all other temporary
attachments brought by him at site to execute the
work.

e) The Contractor shall take out insurance policy in the


joint name of EMPLOYER and Contractor from one
or more nationalised insurance company from any
branch office at Project site.

f) Any such insurance requirements as are hereby


established as the minimum policies and coverages
which Contractor must secure and keep in force
must be complied with, Contrator shall at all times
be free to obtain additional or increased coverages
at Contractor’s sole expenses.

vii) ANY OTHER INSURANCE REQUIRED UNDER LAW


OR REGULATIONS OR BY EMPLOYER:

CONTRACTOR shall also carry and maintain any and


all other insurance(s) which he may be required under
any law or regulation from time to time without any extra
cost to EMPLOYER. He shall also carry and maintain
any other insurance which may be required by the
EMPLOYER.

102 Damage to Property or to 102.1 i) CONTRACTOR shall be responsible for making good to
any Person or any Third the satisfaction of the EMPLOYER any loss or any
Party damage to structures and properties belonging to the
EMPLOYER or being executed or procured or being
procured by the EMPLOYER or of other agencies within
in the premises of all the work of the EMPLOYER, if
such loss or damage is due to fault and/or the
negligence or willful acts or omission of the
CONTRACTOR, his employees, agents,
representatives or SUB-CONTRACTORs.

ii) The CONTRACTOR shall take sufficient care in moving


his plants, equipments and materials from one place to
another so that they do not cause any damage to any
person or to the property of the EMPLOYER or any
third party including overhead and underground cables
and in the event of any damage resulting to the property
of the EMPLOYER or of a third party during the
movement of the aforesaid plant, equipment or
materials the cost of such damages including eventual
loss of production, operation or services in any plant or
establishment as estimated by the EMPLOYER or
ascertained or demanded by the third party shall be
borne by the CONTRACTOR. Third party liability risk
shall be Rupees One lakh for single accident and
limited to Rupees Ten lakhs.

iii) The CONTRACTOR shall indemnify and keep the


EMPLOYER harmless of all claims for damages to
property other than EMPLOYER's property arising

61
General Conditions of Contract

under or by reason of this agreement, if such claims


result from the fault and/or negligence or willful acts or
omission of the CONTRACTOR, his employees,
agents, representative of SUB-CONTRACTOR.

SECTION-VIII LABOUR LAWS

103 Labour laws: 103.1 i) No labour below the age of 18 (eighteen) years shall be
employed on the WORK.

ii) The CONTRACTOR shall not pay less than what is


provided under law to labourers engaged by him on the
WORK.

iii) The CONTRACTOR shall at his expense comply with


all labour laws and keep the EMPLOYER indemnified
in respect thereof.

iv) The CONTRACTOR shall pay equal wages for men


and women in accordance with applicable labour
laws.

v) If the CONTRACTOR is covered under the Contract


labour (Regulation and Abolition) Act, he shall obtain
a licence from licensing authority (i.e. office of the
labour commissioner) by payment of necessary
prescribed fee and the deposit, if any, before starting
the WORK under the CONTRACT. Such fee/deposit
shall be borne by the CONTRACTOR.

vi) The CONTRACTOR shall employ labour in sufficient


numbers either directly or through
SUB- CONTRACTOR's to maintain the required rate of
progress and of quality to ensure workmanship of the
degree specified in the CONTRACT and to the
satisfaction of the ENGINEER-IN-CHARGE.

vii) The CONTRACTOR shall furnish to the


ENGINEER-IN- CHARGE the distribution return of the
number and description, by trades of the work people
employed on the works. The CONTRACTOR shall also
submit on the 4th and 19th of every month to the
ENGINEER-IN-CHARGE a true statement showing in
respect of the second half of the preceding month and
the first half of the current month (1) the accidents that
occurred during the said fortnight showing the
circumstances under which they happened and the
extent of damage and injury caused by them and (2) the
number of female workers who have been allowed
Maternity Benefit as provided in the Maternity Benefit
Act 1961 on Rules made thereunder and the amount
paid to them.

viii) The CONTRACTOR shall comply with the provisions of


the payment of Wage Act 1936, Employee Provident

62
General Conditions of Contract

Fund Act 1952, Minimum Wages Act 1948. Employers


Liability Act 1938. Workmen's Compensation Act 1923,
Industrial Disputes Act 1947, the Maternity Benefit Act
1961 and Contract Labour Regulation and Abolition Act
1970, Employment of Children Act 1938 or any
modifications thereof or any other law relating thereto
and rules made thereunder from time to time.

ix) The ENGINEER-IN-CHARGE shall on a report having


been made by an Inspecting Officer as defined in
Contract Labour (Regulation and Abolition) Act 1970
have the power to deduct from the money due to the
CONTRACTOR any sum required or estimated to be
required for making good the loss suffered by a worker
or workers by reason of non- fulfillment of the
Conditions of the Contract for the benefit of workers,
non-payment of wages or of deductions made from his
or their wages which are not justified by the terms of the
Contract or non-observance of the said regulations.

x) The CONTRACTOR shall indemnify the EMPLOYER


against any payments to be made under and for the
observance of the provisions of the aforesaid Acts
without prejudice to his right to obtain indemnity from
his SUB-CONTRACTOR's. In the event of the
CONTRACTOR committing a default or breach of any
of the provisions of the aforesaid Acts as amended from
time to time, of furnishing any information or submitting
or filling and Form/ Register/ Slip under the provisions
of these Acts which is materially incorrect then on the
report of the inspecting Officers, the CONTRACTOR
shall without prejudice to any other liability pay to the
EMPLOYER a sum not exceeding Rs.50.00 as
Liquidated Damages for every default, breach or
furnishing, making, submitting, filling materially incorrect
statement as may be fixed by the
ENGINEER-IN- CHARGE and in the event of the
CONTRACTOR's default continuing in this respect, the
Liquidated Damages may be enhanced to Rs.50.00 per
day for each day of default subject to a maximum of
one percent of the estimated cost of the WORK put to
tender. The ENGINEER-IN-CHARGE shall deduct
such amount from bills or Contract Performance
Security of the CONTRACTOR and credit the same to
the Welfare Fund constitute under these acts. The
decision of the ENGINEER-IN-CHARGE in this respect
shall be final and binding.

104 Implementation of 104.1 The CONTRACTOR shall comply with the provisions of the
Apprentices Act, 1961: Apprentices Act, 1961 and the Rules and Orders issued
thereunder from time to time. If he fails to do so, his failure
will be a breach of the CONTRACT and the
ENGINEER-IN-CHARGE may, at his discretion, cancel the
CONTRACT. The CONTRACTOR shall also be liable for
any pecuniary liability arising on account of any violation by
him of the provisions, of the Act.

63
General Conditions of Contract

105 Contractor to indemnify the 105.1 i) The CONTRACTOR shall indemnify the EMPLOYER
Employer: and every member, office and employee of the
EMPLOYER, also the ENGINEER-IN-CHARGE and his
staff against all actions, proceedings, claims, demands,
costs and expenses whatsoever arising out of or in
connection with the matters referred to in Clause 102.0
and elsewhere and all actions, proceedings, claims,
demands, costs and expenses which may be made
against the EMPLOYER for or in respect of or arising
out of any failure by the CONTRACTOR in the
performance of his obligations under the CONTRACT
DOCUMENT. The EMPLOYER shall not be liable for
or in respect of or arising out of any failure by the
CONTRACTOR in the performance of his obligations
under the CONTRACT DOCUMENT. The EMPLOYER
shall not be liable for or in respect of any demand or
compensation payable by law in respect or in
consequence of any accident or injury to any workmen
or other person. In the employment of the
CONTRACTOR or his SUB-CONTRACTOR the
CONTRACTOR shall indemnify and keep indemnified
the EMPLOYER against all such damages and
compensations and against all claims, damages,
proceedings, costs, charges and expenses whatsoever
in respect thereof or in relation thereto.

ii) PAYMENT OF CLAIMS AND DAMAGES:

Should the EMPLOYER have to pay any money in


respect of such claims or demands as aforesaid the
amount so paid and the costs incurred by the
EMPLOYER shall be charged to and paid by the
CONTRACTOR and the CONTRACTOR shall not be at
liberty to dispute or question the right of the
EMPLOYER to make such payments notwithstanding
the same, may have been made without the consent or
authority or in law or otherwise to the contrary.

iii) In every case in which by virtue of the provisions of


Section 12, Sub-section (i) of workmen's compensation
Act, 1923 or other applicable provision of Workmen
Compensation Act or any other Act, the EMPLOYER is
obliged to pay compensation to a workman employed
by the CONTRACTOR in execution of the WORK, the
EMPLOYER will recover from the CONTRACTOR the
amount of the compensation so paid, and without
prejudice to the rights of EMPLOYER under Section 12,
Sub- section (2) of the said act, EMPLOYER shall be at
liberty to recover such amount or any part thereof by
deducting it from the Contract Performance Security or
from any sum due to the CONTRACTOR whether
under this CONTRACT or otherwise. The EMPLOYER
shall not be bound to contest any claim made under
Section 12, Sub-section (i) of the said act, except on the
written request of the CONTRACTOR and upon his
giving to the EMPLOYER full security for all costs for
which the EMPLOYER might become liable in
consequence of contesting such claim.

64
General Conditions of Contract

106 Health and sanitary 106.1 In respect of all labour directly or indirectly employed in the
arrangements for workers: WORKS for the performance of the CONTRACTOR's part
of this agreement, the CONTRACTOR shall comply with or
cause to be complied with all the rules and regulations of
the local sanitary and other authorities or as framed by the
EMPLOYER from time to time for the protection of health
and sanitary arrangements for all workers.

106.2 The CONTRACTOR shall provide in the labour colony all


amenities such as electricity, water and other sanitary and
health arrangements. The CONTRACTOR shall also
provide necessary surface transportation to the place of
work and back to the colony for their personnel
accommodated in the labour colony.

SECTION-IX APPLICABLE LAWS AND SETTLEMENT OF DISPUTES

107 Arbitration: 107.1 Unless otherwise specified, the matters where decision of
the Engineer-in-Charge is deemed to be final and binding
as provided in the Agreement and the issues/disputes
which cannot be mutually resolved within a reasonable
time, all disputes shall be referred to arbitration by Sole
Arbitrator.

The Employer [GAIL (India) Ltd.] shall suggest a panel of


three independent and distinguished persons to the
bidder/contractor/supplier/buyer (as the case may be) to
select any one among them to act as the Sole Arbitrator.

In the event of failure of the other parties to select the


Sole Arbitrator within 30 days from the receipt of the
communication suggesting the panel of arbitrators, the
right of selection of the sole arbitrator by the other party
shall stand forfeited and the EMPLOYER (GAIL) shall
have discretion to proceed with the appointment of the
Sole Arbitrator. The decision of Employer on the
appointment of the sole arbitrator shall be final and
binding on the parties.

The award of sole arbitrator shall be final and binding on


the parties and unless directed/awarded otherwise by the
sole arbitrator, the cost of arbitration proceedings shall
be shared equally by the parties. The Arbitration
proceedings shall be in English language and venue
shall be New Delhi, India.

Subject to the above, the provisions of (Indian)


Arbitration & Conciliation ACT 1996 and the Rules
framed there under shall be applicable. All matter
relating to this contract are subject to the exclusive
jurisdiction of the court situated in the state of Delhi.

Bidders/suppliers/contractors may please note that the


Arbitration & Conciliation Act 1996 was enacted by the

65
General Conditions of Contract

Indian Parliament and is based on United Nations


Commission on International Trade Law (UNCITRAL
model law), which were prepared after extensive
consultation with Arbitral Institutions and centers of
International Commercial Arbitration. The United Nations
General Assembly vide resolution 31/98 adopted the
UNCITRAL Arbitration rules on 15 December 1976.

107.2 FOR THE SETTLEMENT OF DISPUTES BETWEEN


GOVERNMENT DEPARTMENT AND ANOTHER AND
ONE GOVERNMENT DEPARTMENT AND PUBLIC
ENTERPRISE AND ONE PUBLIC ENTERPRISE AND
ANOTHER THE ARBITRATION SHALL BE AS
FOLLOWS:

"In the event of any dispute or difference between the


parties hereto, such dispute or difference shall be
resolved amicably by mutual consultation or through the
good offices of empowered agencies of the Government.
If such resolution is not possible, then, the unresolved
dispute or difference shall be referred to arbitration of an
arbitrator to be nominated by Secretary, Department of
Legal Affairs ("Law Secretary") in terms of the Office
Memorandum No.55/3/1/75-CF, dated the 19th
December 1975 issued by the Cabinet Secretariat
(Department of Cabinet Affairs), as modified from time to
time. The Arbitration Act 1940 (10 of 1940) shall not be
applicable to the arbitration under this clause. The award
of the Arbitrator shall be binding upon parties to the
dispute. Provided, however, any party aggrieved by such
award may make a further reference for setting aside or
revision of the award to Law Secretary whose decision
shall bind the parties finally and conclusively.

108 Jurisdiction: 108.1 The CONTRACT shall be governed by and constructed


according to the laws in force in INDIA. The
CONTRACTOR hereby submits to the jurisdiction of the
Courts situated at DELHI for the purposes of disputes,
actions and proceedings arising out of the CONTRACT, the
courts at DELHI only will have the jurisdiction to hear and
decide such disputed, actions and proceedings.

SECTION-X SAFETY CODES

109 General: 109.1 CONTRACTOR shall adhere to safe construction practice


and guard against hazardous, and unsafe working
conditions and shall comply with EMPLOYER's safety rules
as set forth herein. Prior to start of construction,
CONTRACTOR will be furnished copies of EMPLOYER's
"Safety Code" for information and guidance, if it has been
prepared.

110 Safety regulations: 110.1 i) In respect of all labour, directly employed in the
WORK for the performance of CONTRACTOR's part

66
General Conditions of Contract

of this agreement, the CONTRACTOR shall at his


own expense arrange for all the safety provisions as
per safety codes of C.P.W.D., Indian Standards
Institution. The Electricity Act, The Mines Act and
such other acts as applicable.

ii) The CONTRACTOR shall observe and abide by all


fire and safety regulations of the EMPLOYER. Before
starting construction work CONTRACTOR shall
consult with EMPLOYER's safety Engineers or
ENGINEER- IN-CHARGE and must make good to
the satisfaction of the EMPLOYER any loss or
damage due to fire to any portion of the work done or
to be done under this agreement or to any of the
EMPLOYER's existing property.

111 First aid and industrial 111.1 i) CONTRACTOR shall maintain first aid facilities for its
injuries: employees and those of its SUB-CONTRACTOR.

ii) CONTRACTOR shall make outside arrangements for


ambulance service and for the treatment of industrial
injuries. Names of those providing these services
shall be furnished to EMPLOYER prior to start of
construction and their telephone numbers shall be
prominently posted in CONTRACTOR's field office.

ii) All critical industrial injuries shall be reported promptly


to EMPLOYER, and a copy of CONTRACTOR's
report covering each personal injury requiring the
attention of a physician shall be furnished to the
EMPLOYER.

112 General rules: 112.1 Smoking within the battery area, tank farm or dock limits is
strictly prohibited. Violators of the no smoking rules shall
be discharged immediately.

113 Contractor's barricades: 113.1 i) CONTRACTOR shall erect and maintain barricades
required in connection with his operation to guard or
protect:-
a) Excavations
b) Hoisting Areas.
c) Areas adjudged hazardous by CONTRACTOR's or
EMPLOYER's inspectors.
d) EMPLOYER's existing property subject to damage
by CONTRACTOR's Operations.
e) Rail Road unloading spots.

ii) CONTRACTOR's employees and those of his


SUB- CONTRACTOR's shall become acquainted with
EMPLOYER's barricading practice and shall respect the
provisions thereof.

iii) Barricades and hazardous areas adjacent to, but not


located in normal routes of travel shall be marked by
red flasher lanterns at nights.

114 Scaffolding: 114.1 i) 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

67
General Conditions of Contract

used an extra Mazdoor shall be engaged for holding the


ladder and if the ladder is used for carrying material as
well, suitable footholds and handholds shall be provided
on the ladder and the ladder shall be given an
inclination not steeper than 1 in 4 (1 horizontal and 4
vertical).

ii) Scaffolding or staging more than 4 metres above the


ground or floor, swing suspended from an overhead
support or erected with stationary support shall have a
guard rail properly attached, bolted, braced and
otherwise retarded at least one metre high 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
it from swaying from the building or structure.

iii) Working platform, gangway and stairway should be so


constructed that they should not sag unduly or
unequally and if the height of platform of the gangway
or the stairway is more than 4 metres above the ground
level or floor level, they should be closely boarded,
should have adequate width and should be suitably
fastened as in ii) above.

iv) Every opening in the floor of a building or in a working


platform shall be provided with suitable means to
prevent the fall of persons or materials by providing
suitable fencing of railing whose minimum heights shall
be 1 metre.

v) 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 9 metres in length while the width between side
rails in rung ladder shall in no case be less than 30 cms
for ladder upto and including 3 metres in length. For
longer ladder this width should be increased 5mm for
each additional foot of length. Uniform steps spacing
shall not exceed 30 cms. Adequate precautions shall
be taken to prevent danger from electrical equipment.
No materials on any of the sites or work shall be so
stacked or placed to cause danger or inconvenience to
any person or public. The 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 proceeding of law that may be brought by any
person for injury sustained owing to neglect of the
above precautions and pay any damages and costs
which may be awarded in any such suit or action or
proceeding to any such person or which may with the
consent of the CONTRACTOR be paid to compromise
any claim by any such person.

115 Excavation and trenching: 115.1 All trenches 1.2 metres or more in depth, shall at all times
be supplied with at least one ladder for each 50 metres
length or fraction thereof.

68
General Conditions of Contract

Ladder shall be extended from bottom of the trenches to


atleast 1 metre above the surface of the ground. The sides
of the trenches which are 1.5M 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 materials shall not be placed within 1.5
metres of the edge of the trench or half of the trench width
whichever is more. Cutting shall be done from top to
bottom. Under no circumstances undermining or
under-cutting shall be done.

116 Demolition/general safety: 116.1 i) Before any demolition work is commenced and also
during the progress of the demolition work

a) All roads and open areas adjacent to the work site


shall either be closed or suitably protected.

b) No electric cable or apparatus which is liable to be


a source of danger shall remain electrically
charged.

c) 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 so overloaded with debris or
materials as to render it unsafe.

ii) All necessary personal safety equipment as considered


adequate by the ENGINEER-IN-CHARGE, should be
kept available for the use of the persons employed on
the SITE and maintained in condition suitable for
immediate use, and the CONTRACTOR shall take
adequate steps to ensure proper use of equipment by
those concerned.

a) Workers employed on mixing asphaltic materials,


cement and lime mortars shall be provided with
protective footwear and protective gloves.

b) Those engaged in white washing and mixing or


stacking or cement bags or any material which are
injurious to the eyes be provided with protective
goggles.

c) Those engaged in welding and cutting works shall


be provided with protective face & eye shield, hand
gloves, etc.

d) Stone breakers shall be provided with protective


goggles and protective clothing and seated at
sufficiently safe intervals.

e) When workers are employed in sewers and


manholes, which are in use, the CONTRACTOR
shall ensure that the manhole covers are opened
and are ventilated atleast for an hour before the
workers are allowed to get into the manholes, and
the manholes so opened shall be cordoned off with

69
General Conditions of Contract

suitable railing and provided with warning signals or


board to prevent accident to the public.

f) The CONTRACTOR shall not employ men below


the age of 18 years and women on the work of
painting with products containing lead in any form.
Wherever men above the age of 18 years are
employed on the work of lead painting, the following
precautions should be taken.

1) No paint containing lead or lead product shall


be used except in the form of paste or
readymade paint.

2) Suitable face masks should be supplied for use


by the workers when paint is applied in the form
of spray or a surface having lead paint dry
rubbed and scrapped.

3) Overalls shall be supplied by the


CONTRACTOR to the workmen and adequate
facilities shall be provided to enable the
working painters to wash them during and on
cessation of work.

iii) When the work is done near any place where there is
risk of drowning, all necessary safety equipment
should be provided and kept ready for use and all
necessary steps taken for prompt rescue of any
person in danger and adequate provision should be
made for prompt first aid treatment of all injuries likely
to be sustained during the course of the work.

iv) Use of hoisting machines and tackles including their


attachments, anchorage and supports shall conform
to the following standards or conditions:

a) These shall be of good mechanical construction,


sound materials and adequate strength and free
from patent defect and shall be kept in good
working order.

b) Every rope used in hoisting or lowering materials


or as means of suspension shall be of durable
quality and adequate strength and free from
patent defects.

c) Every crane driver or hoisting appliance operator


shall be properly qualified and no person under
the age of 21 years should be in charge of any
hoisting machine including any scaffolding, winch
or give signals to the operator.

d) 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 adequate means. Every hoisting
machine and all gears referred to above shall be
plainly marked with the safe working load of the

70
General Conditions of Contract

conditions under which it is applicable and the


same shall be clearly indicated. No part of any
machine or any gear referred to above in this
paragraph shall be loaded beyond safe working
load except for the purpose of testing.

e) In case of departmental machine, the safe working


load shall be notified by the
ENGINEER-IN-CHARGE. As regards
CONTRACTOR's 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 get it
verified by the Engineer concerned.

v) Motors, gears, transmission lines, electric wiring and


other dangerous parts of hoisting appliances should
be provided with efficient safeguards. Hoisting
appliances should be provided with such means as to
reduce to minimum the accidental descent of the
load, adequate precautions should be taken to reduce
the minimum risk of any part or parts of a suspended
load becoming accidentally displaced. When workers
are employed on electrical installations which are
already energised, insulating mats, wearing apparel,
such as gloves, sleeves, and boots as may be
necessary should be provided. The workers shall not
wear any rings, watches and carry keys or other
materials which are good conductors of electricity.

vi) All scaffolds, ladders and other safety devices


mentioned or described herein shall be maintained in
safe conditions and no scaffolds, 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.

vii) These safety provisions should be brought to the


notice of all concerned by displaying on a notice
board at a prominent place at the work-spot. The
person responsible for compliance of the safety code
shall be named therein by the CONTRACTOR.

viii) 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 Welfare Officer,
ENGINEER-IN- CHARGE or safety Engineer of the
Administration or their representatives.

ix) Notwithstanding the above clauses there is nothing in


these to exempt the CONTRACTOR for the
operations of any other Act or rules in force in the
Republic of India. The work throughout including any
temporary works shall be carried out in such a
manner as not to interfere in any way whatsoever with
the traffic on any roads or footpath at the site or in the
vicinity thereto or any existing works whether the
property of the Administration or of a third party.

71
General Conditions of Contract

In addition to the above, the CONTRACTOR shall


abide by the safety code provision as per C.P.W.D.
Safety code and Indian Standard Safety Code from
time to time.

117 Care in handling inflammable 117.1 The CONTRACTOR has to ensure all precautionary
gas: measures and exercise utmost care in handling the
inflammable gas cylinder/inflammable liquids/paints etc. as
required under the law and/or as advised by the fire
Authorities of the EMPLOYER.

118 Temporary combustible 118.1 Temporary combustible structures will not be built near or
structures: around work site.

119 Precautions against fire: 119.1 The CONTRACTOR will have to provide Fire
Extinguishers, Fire Buckets and drums at worksite as
recommended by ENGINEER-IN-CHARGE. They will have
to ensure all precautionary measures and exercise utmost
care in handling the inflammable gas cylinders/
inflammable liquid/ paints etc. as advised by
ENGINEER-IN-CHARGE. Temporary combustible
structures will not be built near or around the work-site.

120 Explosives: 120.1 Explosives shall not be stored or used on the WORK or on
the SITE by the CONTRACTOR without the permission of
the ENGINEER-IN-CHARGE in writing and then only in the
manner and to the extent to which such permission is
given. When explosives are required for the WORK they
will be stored in a special magazine to be provided at the
cost of the CONTRACTOR in accordance with the
Explosives Rules. The CONTRACTOR shall obtain the
necessary licence for the storage and the use of explosives
and all operations in which or for which explosives are
employed shall be at sole risk and responsibility of the
CONTRACTOR and the CONTRACTOR shall indemnify
the EMPLOYER against any loss or damage resulting
directly or indirectly therefrom.

121 Mines act: 121.1 SAFETY CODE: The CONTRACTOR shall at his own
expense arrange for the safety provisions as required by
the ENGINEER-IN-CHARGE in respect of all labour
directly employed for performance of the WORKS and
shall provide all facilities in connection therewith. In case
the CONTRACTOR fails to make arrangements and
provides necessary facilities as aforesaid, the
ENGINEER-IN- CHARGE shall be entitled to do so and
recover the costs thereof from the CONTRACTOR.

121.2 Failure to comply with Safety Code or the provisions


relating to report on accidents and to grant of maternity
benefits to female workers shall make the CONTRACTOR
liable to pay Company Liquidated Damages an amount not
exceeding Rs.50/- for each default or materially incorrect
statement. The decision of the ENGINEER-IN-CHARGE
in such matters based on reports from the Inspecting
Officer or from representatives of ENGINEER-IN-CHARGE
shall be final and binding and deductions for recovery of
such Liquidated Damages may be made from any amount
payable to the CONTRACTOR from all the provisions of

72
General Conditions of Contract

the Mines Act, 1952 or any statutory modifications or


re-enactment thereof the time being in force and any Rules
and Regulations made thereunder in respect of all the
persons employed by him under this CONTRACT and
shall indemnify the EMPLOYER from and against any
claim under the Mines Act or the rules and regulations
framed thereunder by or on behalf of any persons
employed by him or otherwise.

122 Preservation of place: 122.1 The CONTRACTOR shall take requisite precautions and
use his best endeavours to prevent any riotous or unlawful
behaviour by or amongst his worker and others employed
or the works and for the preservation of peace and
protection of the inhabitants and security of property in the
neighborhood of the WORK. In the event of the
EMPLOYER requiring the maintenance of a Special Police
Force at or in the vicinity of the site during the tenure of
works, the expenses thereof shall be borne by the
CONTRACTOR and if paid by the EMPLOYER shall be
recoverable from the CONTRACTOR.

123 Outbreak of infectious 123.1 The CONTRACTOR shall remove from his camp such
diseases: labour and their facilities who refuse protective inoculation
and vaccination when called upon to do so by the
ENGINEER-IN-CHARGE's representative. Should
Cholera, Plague or other infectious diseases break out the
CONTRACTOR shall burn the huts, beddings, clothes and
other belongings or used by the infected parties and
promptly erect new huts on healthy sites as required by the
ENGINEER-IN-CHARGE failing which within the time
specified in the Engineer's requisition, the work may be
done by the EMPLOYER and the cost thereof recovered
from the CONTRACTOR.

124 Use of intoxicants: 124.1 The unauthorised sale of spirits or other intoxicants,
beverages upon the work in any of the buildings,
encampments or tenements owned, occupied by or within
the control of the CONTRACTOR or any of his employee is
forbidden and the CONTRACTOR shall exercise his
influence and authority to the utmost extent to secure strict
compliance with this condition.

In addition to the above, the CONTRACTOR shall abide by


the safety code provision as per C.P.W.D. safety code and
Indian Standard Code framed from time to time.

73
General Conditions of Contract

PROFORMA OF INDEMNITY BOND FOR SUPPLY OF MATERIALS BY EMPLOYER


(To be executed on non-judicial stamped paper of appropriate value)

WHEREAS GAIL (INDIA) LTD. (hereinafter referred to as GAIL) which expression shall
unless repugnant to the context includes their legal representatives, successors and
assigns having their registered office at 16, Bhikaiji Cama Place; R.K.Puram New Delhi
has entered into a CONTRACT with ______________________ (hereinafter referred to
as the CONTRACTOR which expression shall unless repugnant to the context include
their legal representatives, successors and assigns) for ____________________on the
terms and conditions as set out, inter-alia, in the CONTRACT No.................
Dated............. and various documents forming part thereof hereinafter collectively
referred to as the "CONTRACT" which expression shall include all amendments,
modifications and/or variations thereto.

AND WHEREAS

i) GAIL has agreed to supply to the CONTRACTOR, equipment, plants and


materials (finished, semi-finished and raw)for the purpose of EXECUTION of the
said CONTRACT by the CONTRACTOR (the equipment, plants and materials to
be supplied by GAIL to the CONTRACTOR, hereinafter for the sake of brevity
referred to as the "said materials") and pending execution by the CONTRACTOR
of the CONTRACT incorporating the said materials, the said materials shall be
under the custody and charge of the CONTRACTOR and shall be kept, stored,
altered, worked upon and/or fabricated at the sole risk and expense of the
CONTRACTOR.

ii) As a pre-condition to the supply of the said materials by GAIL to the


CONTRACTOR, GAIL has required the CONTRACTOR to furnish to GAIL an
Indemnity Bond in the manner and upon terms and conditions hereinafter
indicated.

NOW, THEREFORE, in consideration of the premises aforesaid the


CONTRACTOR hereby irrevocably and unconditionally undertakes to indemnify
and keep indemnified GAIL from and against all loss, damage and destruction
(inclusive but not limited to any or all loss or damage or destruction to or of the
said materials or any item or part thereof by theft, pilferage, fire, flood, storm,
tempest, lightning, explosion, storage, chemical or physical action or reaction,
binding, warping, exposure, rusting, faulty workmanship, faulty fabrication, or
faulty method or technique of fabrication, strike, riot, civil commotion, or other act
or omission or commission whatsoever within or beyond the control of the
CONTRACTOR, misuse and misappropriation (inclusive but not limited to the
misuse or misappropriation by the CONTRACTOR and the Contractor's servants
and/or agents) whatsoever to, or of in the said materials or any part of them
thereof from the date that the same or relative part of item thereof was supplied to
the CONTRACTOR upto and until the date of return to GAIL of the said materials
or relative part of item thereof or completed fabricated works(s) incorporating the
said material and undertake to pay to GAIL forthwith on demand in writing without
protest or demur the value as specified by GAIL of the said material or item or part

74
General Conditions of Contract

thereof, lost, damaged, destroyed, misused and/or misappropriated, as the case


may be or, together with GAIL'S costs and expenses (inclusive of but not limited
to handling, transportation, cartage, insurance, freight, packing and inspection
costs/or expenses upto) and aggregate limit of
Rs.______________________________________________ (Rupees
________________________________________________________
____________________________Only).

AND THE CONTRACTOR hereby agrees with GAIL that:

i) This Indemnity/Undertaking shall be a continuing Indemnity/ Undertaking


and shall remain valid and irrevocable for all claims of GAIL arising
hereunder upto and until the midnight of ________________. However, if
the CONTRACT for which this Indemnity/Undertaking is given is not
completed by this date, the CONTRACTOR hereby agrees to extend the
Indemnity/Undertaking till such time as is required to fulfil the CONTRACT.

ii) This Indemnity/Undertaking shall not be determined by any change in


constitution or upon insolvency of the CONTRACTOR but shall be in all
respects and for all purposes be binding and operative until payment of all
moneys payable to GAIL in terms of hereof.

iii) The mere statement of allegation made by or on behalf of GAIL in any


notice or demand or other writing addressed to the CONTRACTOR as to
any of the said material or item or part thereof having been lost , damaged,
destroyed, misused or misappropriated while in the custody of the
CONTRACTOR and/or prior to completion of the completed fabricated
work(s) and delivery to job site thereof incorporating the said materials
shall be conclusive of the factum of the said material or item or part thereof
having been supplied to the CONTRACTOR and/or the loss, damage,
destruction, misuse or misappropriation thereof, as the case may be, while
in the custody of the CONTRACTOR and/or prior to the completion of the
completed fabricated work(s) and delivery to job site thereof incorporating
the said materials without necessity on the part of GAIL to produce any
documentary proof or other evidence whatsoever in support of this.

iv) The amount stated in any notice of demand addressed by GAIL to the
CONTRACTOR as to the value of such said materials lost, damaged,
destroyed, misused or misappropriated, inclusive relative to the costs and
expenses incurred by GAIL in connection therewith shall be conclusive of
the value of such said materials and the said cost and expenses as also of
the amount liable to be paid to GAIL to produce any voucher, bill or other
documentation or evidence whatsoever in support thereof and such
amount shall be paid without any demur and on demand and no dispute
shall be raised concerning the same.

75
General Conditions of Contract

The undersigned has full power to execute this Indemnity Bond on behalf of the
CONTRACTOR under the Power of Attorney dated______.

(SIGNED BY COMPETENT AUTHORITY)

Place:

Dated:

Official seal of the CONTRACTOR

76
General Conditions of Contract

PROFORMA FOR CONTRACT AGREEMENT


LOA No. GAIL / Dated -----------

Contract Agreement for the work of --------------- of GAIL (INDIA) Ltd. made on --------
between (Name and Address)------------- , hereinafter called the “CONTRACTOR”
(which term shall unless excluded by or repugnant to the subject or context include
its successors and permitted assignees) of the one part and GAIL (INDIA) LIMITED
hereinafter called the “EMPLOYER” (which term shall, unless excluded by or
repugnant to the subject or context include its successors and assignees) of the
other part.

WHEREAS
A. The EMPLOYER being desirous of having provided and executed certain work
mentioned, enumerated or referred to in the Tender Documents including Letter
Inviting Tender, General Tender Notice, General Conditions of Contract, Special
Conditions of Contract, Specifications, Drawings, Plans, Time Schedule of
completion of jobs, Schedule of Rates, Agreed Variations, other documents has
called for Tender.

B. The CONTRACTOR has inspected the SITE and surroundings of WORK


specified in the Tender Documents and has satisfied himself by careful
examination before submitting his tender as to the nature of the surface, strata,
soil, sub-soil and ground, the form and nature of site and local conditions, the
quantities, nature and magnitude of the work, the availability of labour and
materials necessary for the execution of work, the means of access to SITE, the
supply of power and water thereto and the accommodation he may require and
has made local and independent enquiries and obtained complete information as
to the matters and thing referred to, or implied in the tender documents or having
any connection therewith and has considered the nature and extent of all
probable and possible situations, delays, hindrances or interferences to or with
the execution and completion of the work to be carried out under the
CONTRACT, and has examined and considered all other matters, conditions
and things and probable and possible contingencies, and generally all matters
incidental thereto and ancillary thereof affecting the execution and
completion of the WORK and which might have influenced him in making his
tender.

C. The Tender Documents including the Notice Letter Inviting Tender, General
Conditions of Contract, Special Conditions of Contract, Schedule of Rates,
General Obligations, SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule
for completion of Jobs, Letter of Acceptance of Tender and any statement of
agreed variations with its enclosures copies of which are hereto annexed form
part of this CONTRACT though separately set out herein and are included in
the expression “CONTRACT” wherever herein used.

77
General Conditions of Contract

AND WHEREAS

The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the
execution of the said WORK at the rates stated in the schedule of quantities of the work
and finally approved by EMPLOYER (hereinafter called the "Schedule of Rates") upon
the terms and subject to the conditions of CONTRACT.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND


DECLARED AS FOLLOWS:-

1. In consideration of the payment to be made to the CONTRACTOR for the WORK


to be executed by him, the CONTRACTOR hereby covenants with
EMPLOYER that the CONTRACTOR shall and will duly provide, execute and
complete the said work and shall do and perform all other acts and things in the
CONTRACT mentioned or described or which are to be implied there from or
may be reasonably necessary for the completion of the said WORK and at the
said times and in the manner and subject to the terms and conditions or
stipulations mentioned in the contract.

2. In consideration of the due provision execution and completion of the said


WORK, EMPLOYER does hereby agree with the CONTRACTOR that the
EMPLOYER will pay to the CONTRACTOR the respective amounts for the
WORK actually done by him and approved by the EMPLOYER at the Schedule
of Rates and such other sum payable to the CONTRACTOR under provision of
CONTRACT, such payment to be made at such time in such manner as
provided for in the CONTRACT.
AND

3. In consideration of the due provision, execution and completion of the


said WORK the CONTRACTOR does hereby agree to pay such sums as may
be due to the EMPLOYER for the services rendered by the EMPLOYER to
the CONTRACTOR, such as power supply, water supply and others as set
for in the said CONTRACT and such other sums as may become payable to
the EMPLOYER towards the controlled items of consumable materials or
towards loss, damage to the EMPLOYER'S equipment, materials construction
plant and machinery, such payments to be made at such time and in such
manner as is provided in the CONTRACT.

It is specifically and distinctly understood and agreed between the EMPLOYER


and the CONTRACTOR that the CONTRACTOR shall have no right, title or
interest in the SITE made available by the EMPLOYER for execution of the
works or in the building, structures or work executed on the said SITE by the
CONTRACTOR or in the goods, articles, materials etc., brought on the said
SITE (unless the same specifically belongs to the CONTRACTOR) and the
CONTRACTOR shall not have or deemed to have any lien whatsoever
charge for unpaid bills will not be entitled to assume or retain possession or
control of the SITE or structures and the EMPLOYER shall have an absolute
and unfettered right to take full possession of SITE and to remove the
CONTRACTOR, their servants, agents and materials belonging to the
CONTRACTOR and lying on the SITE.

78
General Conditions of Contract

The CONTRACTOR shall be allowed to enter upon the SITE for execution of
the WORK only as a licensee simpliciter and shall not have any claim, right,
title or interest in the SITE or the structures erected thereon and the
EMPLOYER shall be entitled to terminate such license at any time without
assigning any reason.

The materials including sand, gravel, stone, loose, earth, rock etc., dug up or
excavated from the said SITE shall, unless otherwise expressly agreed under this
CONTRACT, exclusively belong to the EMPLOYER and the CONTRACTOR shall
have no right to claim over the same and such excavation and materials should be
disposed off on account of the EMPLOYER according to the instruction in writing
issued from time to time by the ENGINEER-IN-CHARGE.

In Witness whereof the parties have executed these presents in the day and the year
first above written.

Signed and Delivered for and on Signed and Delivered for and
on behalf of EMPLOYER. on behalf of the CONTRACTORs.

GAIL (INDIA) LIMITED (NAME OF THE CONTRACTOR)


_______________________________ ____________________________
_______________________________ ____________________________
Date :___________ Date :____________
Place:___________ Place:____________

IN PRESENCE OF TWO WITNESSES

1.___________________________ 1. ________________________
___________________________ ________________________
___________________________ ________________________

2.___________________________ 2. ________________________
___________________________ ________________________
___________________________ ________________________

79
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 1 of 27

SPECIAL CONDITIONS
OF
CONTRACT
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 2 of 27

INDEX
1.0  GENERAL .................................................................................................................................. 4 
2.0  SCOPE OF WORK .................................................................................................................... 5 
3.0  SCOPE OF SUPPLY ................................................................................................................. 5 
4.0  SUPPLY OF WATER , POWER & OTHER UTILITIES.............................................................. 5 
5.0  TIME SCHEDULE ...................................................................................................................... 5 
6.0  DRAWINGS AND DOCUMENTS............................................................................................... 5 
7.0  COMPLIANCE WITH LAWS ...................................................................................................... 6 
8.0  CONTRACT PERFORMANCE GUARANTEE ........................................................................... 6 
9.0  TAXES, DUTIES AND LEVIES .................................................................................................. 7 
10.0  SUBSEQUENT LEGISLATION .................................................................................................. 8 
11.0  STATUTORY VARIATION IN TAXES & DUTIES ...................................................................... 8 
12.0  INCOME TAX & CORPORATE TAX.......................................................................................... 8 
13.0  FIRM PRICE............................................................................................................................... 9 
14.0  WORKS CONTRACT ................................................................................................................. 9 
15.0  PROVIDENT FUND ACT ........................................................................................................... 9 
16.0  MOBILIZATION ADVANCE ....................................................................................................... 9 
17.0  CHANGE ORDERS ................................................................................................................. 10 
18.0  CONSTRUCTION EQUIPMENT AND SITE ORGANIZATION ................................................ 11 
19.0  MECHANISED CONSTRUCTION ........................................................................................... 12 
20.0  GENERAL GUIDELINES DURING AND BEFORE ERECTION .............................................. 12 
21.0  MEASUREMENT OF WORKS ................................................................................................. 13 
22.0  TERMS OF PAYMENT ............................................................................................................ 13 
23.0  STATUTORY APPROVALS ..................................................................................................... 13 
24.0  TESTS AND INSPECTION ...................................................................................................... 13 
25.0  INSPECTION OF SUPPLY ITEMS .......................................................................................... 14 
26.0  FINAL INSPECTION ................................................................................................................ 14 
27.0  COMPENSATION FOR EXTENDED STAY ............................................................................ 15 
28.0  COMPUTERIZED CONTRACTORS BILLING SYSTEM ......................................................... 15 
29.0  TEMPORARY WORKS ............................................................................................................ 15 
30.0  DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE .................................. 15 
31.0  QUALITY MANAGEMENT SYSTEM ....................................................................................... 16 
32.0  HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT ......................................... 16 
33.0  SITE CLEANING ...................................................................................................................... 17 
34.0  COMPLETION DOCUMENTS ................................................................................................. 17 
35.0  COORDINATION WITH OTHER AGENCIES .......................................................................... 17 
36.0  SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s............................................................ 17 
37.0  UNDERGROUND AND OVERHEAD STRUCTURES ............................................................. 17 
38.0  TEST CERTIFICATES ............................................................................................................. 18 
39.0  ROYALTY................................................................................................................................. 18 
40.0  EXCAVATION BY BLASTING ................................................................................................. 18 
41.0  SITE FACILITIES FOR WORKMEN ........................................................................................ 18 
42.0  EXECUTION OF ELECTRICAL WORKS ................................................................................ 19 
43.0  ARBITRATION ......................................................................................................................... 19 
44.0  MAKE OF MATERIALS ............................................................................................................ 19 
45.0  ADDITIONAL WORKS / EXTRA WORKS ............................................................................... 20 
46.0  RESPONSIBILITY OF CONTRACTOR ................................................................................... 20 
47.0  CHECKING OF LEVELS .......................................................................................................... 21 
48.0  CLEARANCE OF SITE ON COMPLETION ............................................................................. 21 
49.0  ABNORMALLY HIGH RATED ITEMS (AHR ITEMS) .............................................................. 21 
50.0  BANK GUARANTEE ................................................................................................................ 21 
51.0  BUILDING AND OTHER CONSTRUCTION WORKER’S ACT ............................................... 22 
52.0  DISPUTE RESOLUTION ......................................................................................................... 22 
53.0  SINGLE POINT RESPONSIBILITY ......................................................................................... 23 
54.0  ENTRY PASSES, GATE PASSES, WORK PERMITS AND SAFETY REGULATIONS.......... 23 
55.0  SURPLUS MATERIALS ........................................................................................................... 26 
56.0  LEADS...................................................................................................................................... 26 
57.0  INTEGRITY PACT.................................................................................................................... 26 
58.0  COORDINATION WITH PMC .................................................................................................. 26 
59.0  INVOICE & PAYMENT: ............................................................................................................ 26 
60.0  CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS................................... 26 
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 3 of 27

61.0  FABRICATION SHED .............................................................................................................. 27 


62.0  WAREHOUSING ...................................................................................................................... 27 
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 4 of 27

1.0 GENERAL
1.1 Special Conditions of Contract shall be read in Conjunction with the General
conditions of Contract, specification of work, Drawings and any other documents
forming part of this Contract wherever the context so requires.
1.2 Notwithstanding the sub-division of the documents into these separate sections and
volumes, every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the Contract so far
as it may be practicable to do so.
1.3 Where any portion of the General Condition of Contract is repugnant to or at variance
with any provisions of the Special Conditions of Contract, unless a different intention
appears, the provisions of the special Conditions of Contract shall be deemed to
over-ride the provisions of the General Conditions of Contract and shall to the extent
of such repugnancy, or variations, prevail.
1.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain
work or provide certain facilities, it is understood that the Contractor shall do so at his
cost and the value of contract shall be deemed to have included cost of such
performance and provisions, so mentioned.
1.5 The materials, design, and workmanship shall satisfy the relevant Indian Standards,
the Job Specifications contained herein and Codes referred to. Where the job
specification stipulate requirements in addition to those contained in the standard
codes and specifications, these additional requirements shall also be satisfied.
1.6 In case of an irreconcilable conflict between Indian or other applicable standards,
General Conditions of Contract, Special Conditions of Contract, Specifications,
Drawings or Schedule of Rates, the following shall prevail to the extent of such
irreconcilable conflict in order of precedence :
i) Contract Agreement
ii) Detailed Letter of Acceptance along with Statement of Agreed Variations.
iii) Fax / Letter of Intent / Fax of Acceptance.
iv) Schedule of Rates as enclosures to Detailed Letter of Acceptance.
v) Job / Particular Specifications.
vi) Drawings
vii) Technical / Material Specifications.
viii) Special Conditions of Contract.
ix) Instruction to Bidders
x) General Conditions of Contract.
xi) Indian Standards
xii) Other applicable Standards
1.7 It will be the Contractor's responsibility to bring to the notice of Engineer-in-Charge
any irreconcilable conflict in the contract documents before starting the work (s) or
making the supply with reference which the conflict exists.
1.8 In the absence of any Specifications covering any material, design of work (s) the
same shall be performed / supplies / executed in accordance with Standard
Engineering Practice as per the instructions / directions of the Engineer-in-Charge,
which will be binding on the Contractor.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 5 of 27

2.0 SCOPE OF WORK


2.1 The scope of work covered in this contract will be as described in Annexure-I to SCC.

3.0 SCOPE OF SUPPLY


3.1 The scope of supply covered in this contract will be as described in Annexure-II to
SCC.

4.0 SUPPLY OF WATER , POWER & OTHER UTILITIES


The scope of supply of water, power and land for Contractor’s Office, Ware house,
residential accommodation etc. shall be as described in Cl. 2.3 to 2.6 of GCC.
The clause no Cl. 2.3 and 2.4 of GCC shall stand modified to the following extent only:
Water and power shall be supplied by EMPLOYER to the Contractor on chargeable
basis. Lumsum amount @ ½% of Contract value shall be charged for water supply
and Rs. 6.00 per KWH for power supply.

5.0 TIME SCHEDULE


5.1 The Work shall be executed strictly as per time schedule given in Annexure- III to
SCC. The period of completion given includes the time required for mobilisation,
demobilisation and completion of work in all respects to the satisfaction of the
Engineer-in-Charge.
5.2 A joint programme of execution of work will be prepared by the Engineer-in-Charge
and CONTRACTOR. This programme will take into account the time of completion
mentioned in clause 0 above.
5.3 Weekly execution programme will be drawn up by the Engineer-in-Charge jointly with
the CONTRACTOR based on priorities and the joint programme of execution as
referred to above. The CONTRACTOR shall scrupulously adhere to the
Targets/Programmes by deploying adequate personnel, Construction Equipment,
Tools and Tackles and also by timely supply of required materials coming within his
scope of supply as per Contract. In all matters concerning the extent of target set out
in the weekly/monthly programme and the degree of achievement, the decision of the
Engineer-in-Charge will be final and binding on the CONTRACTOR.
5.4 CONTRACTOR shall give every day category-wise labour and equipment deployment
report along with the progress of work done on previous day in the format prescribed
by the Engineer-in-Charge.

6.0 DRAWINGS AND DOCUMENTS


6.1 The drawings accompanying the bid document (if any) are of indicative nature and
issued for bidding purpose only. Purpose of these drawing is to enable the bidder to
make an offer in line with the requirements of the Employer/Consultant. However no
extra claim whatsoever, shall be entertained for variation in the "Approved for
Construction" and “Bid document drawings" regarding any changes/units.
Construction shall be as per drawings/specifications issued / approved by the
Engineer-in-Charge during the course of execution of work. Detailed construction
drawings (wherever required) on the basis of which actual execution of work is to
proceed will be prepared by the contractor.
6.2 The drawings and documents to be submitted by the Contractor to
Employer/Consultant after award of the work as per the requirements enlisted in the
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 6 of 27

bidding document shall be for Employer/Consultant's review, information and record.


The Contractor shall ensure that drawings and documents submitted to
Employer/Consultant are accompanied by relevant calculations, data as required and
essential for review of the document/ drawings. EIL shall review the drawings/
documents within two weeks from the date of submission provided the same are
accompanied by relevant calculations, data as required and essential for review.
6.3 All documents and drawings including those of Contractors sub-vendor's
manufacturer's etc. shall be submitted to Employer/Consultant after having been fully
vetted in detail, approved and co-opted by the Contractor & shall bear Contractor seal/
certifications to this effect. All documents/drawings & submissions made to
Employer/Consultant without compliance to this requirement will not be acceptable
and the delay & liability owing to this shall be to the Contractor's account.
6.4 The review of documents and drawings by Employer/Consultant shall not absolve
Contractor from his responsibility to meet the requirements of specifications, drawings
etc. and liabilities for mistakes and deviations. Upon receiving the comments on the
drawing/documents reviewed by Employer/Consultant, Contractor shall incorporate
the comments as required and ensure their compliance.
6.5 Copies of all detailed working drawing relating to the works shall be kept at the
contractors’ office at the site and shall be made available to the Engineer-in-charge/
Employer/Consultant at any time during execution of the contract. However no extra
claim what so ever shall be entertained for any variation in the “approved/issued for
construction drawings” and “tender drawings” regarding any changes/units unless
otherwise agreed.
6.6 The Contractor shall rectify any inaccuracies, errors and non-compliance to
contractual requirements. Any delay occurring on this shall not construe a reason for
delay/ extension.

7.0 COMPLIANCE WITH LAWS


7.1 The Contractor shall abide by all applicable rules, regulations, statutes, laws
governing the performance of works in India, including but not limited to the following:
i) Contract Labour (Regulation & Abolition) Act 1970 & the centre rules, 1971
framed there under.
ii) Payment of Wages Act.
iii) Minimum Wages Act.
iv) Employer’s Liability Act.
v) Factory Act.
vi) Apprentices Act.
vii) Workman’s Compensation Act.
viii) Industrial Dispute Act.
ix) Environment Protection Act.
x) Wild life Act.
xi) Maritime Act.
xii) Any other Statute, Act, Law as may be applicable.

8 .0 CONTRACT PERFORMANCE GUARANTEE


The clause no.24.0 of GCC shall stand modified to the following extent only:
8.1 As a Contract Security, the Contractor to whom the work is awarded, within 15
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 7 of 27

(Fifteen) days of such award of contract shall furnish a Contract Performance


Guarantee in favour of the Employer/Consultant in the form of an irrevocable and
unconditional Bank Guarantee as per proforma approved by Employer/Consultant.
This Bank Guarantee shall be issued by any Indian Nationalised /Scheduled Bank or
reputed International Bank as stipulated at Clause 50.0 below. The Guarantee amount
shall be 10% (Ten Percent) of the Contract Price as awarded, for the faithful
performance of the contract strictly in accordance with terms and conditions of
contract. The Guarantee shall be valid till expiry of 90 (Ninety) days after the end of
Defect Liability Period.
8 .2 In the event completion of works is delayed beyond the Scheduled Completion Date
for any reasons whatsoever, the Contractor shall have the validity of the guarantee
suitably extended to cover the period mentioned above.
8.3 The Employer/Consultant shall have an unqualified option under this guarantee to
invoke the Banker’s Guarantee and claim the amount there under in the event of the
Contractor failing to honour any of the commitments entered into under this Contract
and/or in respect of any amount due from the Contractor to the Employer/Consultant.
In case Contractor fails to furnish the requisite Bank Guarantee as stipulated above,
then the Employer/Consultant shall have the option to terminate the Notification of
Award of Work and forfeit the Bid Security/Earnest Money amount and no
compensation for the works performed shall be payable upon such termination.
8 .4 Upon completion of the Works as per Completion Schedule stipulated in the Contract,
the above said guarantee shall be considered to constitute the Contractor’s
warranty/guarantee for the work done by him or for the Works supplied and their
performance as per the specifications and any other conditions against this Contract.
The warranty/guarantee shall remain in force for 12 months from the date of issuance
of certificate of Completion and Acceptance against this Contract as per GCC. The
Contractor shall also arrange for the Performance Guarantee to remain valid until the
expiration of the guarantee period for entire works covered under the contract.
8.5 In the event of Completion of Project being delayed beyond the Scheduled Completion
Date, the Employer/Consultant may without prejudice to any other right or remedy
available to the Employer/Consultant, operate the Bank Guarantee to recover the
Compensation for delay leviable as per GCC. The Bank Guarantee amount shall
thereupon be increased to the original amount, or the Contractor may alternatively
submit a fresh Bank Guarantee for the equivalent amount of compensation for delay
recovered.

9.0 TAXES, DUTIES AND LEVIES


9.1 The quoted prices shall be deemed to be inclusive of all taxes & duties (including
VAT), VAT on Works Contract Tax, Central Sales Tax, Excise Duty, Entry Tax, octroi,
levies etc. except Service Tax with respect to CONTRACTOR’s scope of work/ scope
of supply till the completion of the work.
9.2 Bidder shall consider the rate of service tax @ 4.12% (including cess) as per
composition scheme of Service Tax , the same shall be reimbursed by EMPLOYER
to CONTRACTOR against submission of invoices issued in accordance with Service
Tax Rules to enable EMPLOYER to claim Cenvat Credit on Service Tax paid. In case
Contractor does not furnish such invoices enabling the EMPLOYER to claim Cenvat
benefit then such amount shall not be reimbursed to the Contractor irrespective of
whether the CONTRACTOR has paid such amount to the Tax Authorities.
9.3 The Contractor agrees to and does hereby accept full and exclusive liability for the
payment of any and all taxes, duties, including excise duty, entry tax, service tax,
octroi etc. now in force and hereafter increased, imposed or modified from time to time
in respect of works and materials and all contributions and taxes for unemployment
compensation, insurance and old age pensions or annuities now or hereafter imposed
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 8 of 27

by any Central or State Government authorities which are imposed with respect to or
covered by the wages, salaries, or other compensations paid to the persons
employed by the Contractor and the Contractor shall be responsible for the
compliance with all obligations and restrictions imposed by the Labour Law or any
other law affecting employer-employee relationship and the Contractor further
agrees to comply, and to secure the compliance of all sub-contractors with all
applicable Central, State, Municipal and local law and regulation, and requirement
of any central, State or Local Government agency or authority. Contractor further
agrees to defend, indemnify and hold Employer/Consultant harmless from any liability
or penalty which may be imposed by the Central, State or Local authorities by reason
of any violation by Contractor or Subcontractor of such laws, regulations or
requirements and also from all claims, suits or proceedings that may be brought
against the Employer/Consultant arising under, growing out of, or by reason of the
work provided for by this Contract, by third parties, or by Central or State
Government authority or any administrative sub-division thereof.
9.4 Employer/Consultant shall make from Contractors bills such tax deductions as are
required as per rules and regulations in force from time to time.
9.5 If excise duty is applicable during site fabrication, the same must be assessed and
deemed to be included by the bidder in the quoted prices. The bidder in this regard
shall arrange all required formalities.

10.0 SUBSEQUENT LEGISLATION


1 0 .1 All duties, taxes (including sales tax on works contract/ trade tax/ turnover tax/service
tax as applicable), fees, charges, expenses, etc. (except where otherwise expressly
provided in the Contract) as may be levied/ imposed in consequence of execution of
the works or in relation thereto or in connection therewith as per the Acts, Laws,
Rules, Regulations in force shall be to Contractor's account. However, any new taxes
/duties imposed after the date of submission of last price bid & up to Contractual
Completion date shall be to the GAIL’s account but such Taxes /duties imposed
beyond Contractual Completion date shall be to the Contractor’s account.

11.0 STATUTORY VARIATION IN TAXES & DUTIES


11.1 Clause 100.1 of G.C.C is modified to the following extent.

11.1.1 The statutory variation in service tax only within the contractual completion period
shall be to employer’s account against submission of the documentary evidence.
However, any increase in the rate of service tax beyond the contractual completion
period shall be to contractor’s account whereas any decrease in the rate of service tax
shall be passed on to the employer.

11.1.2 Regarding Service tax, contractor shall submit Cenvatable bills giving break- up of tax
amount, so that employer can avail the Cenvat benefit as per rule.
11.1.3 The base date for the purpose of applying statutory variation shall be the due date of
submission of last price bid.

12.0 INCOME TAX & CORPORATE TAX


12.1 Income Tax deductions shall be made from all payments made to the Contractor as
per the rules and regulations in force in accordance with the Income Tax Act
prevailing from time to time.
12.2 Corporate Tax liability, if any, shall be to the contractor’s account.
12.3 Works Contract tax/ VAT as may be applicable shall be deducted as per the trade tax
act.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 9 of 27

13.0 FIRM PRICE


13.1 The quoted prices shall be firm and shall not be subjected to price escalation on any
account, till the work is completed in all respects.

14.0 WORKS CONTRACT


14.1 The work covered under this contract shall be treated as "Works Contract".

15.0 PROVIDENT FUND ACT


15.1 The Contractor shall strictly comply with the provisions of Employees Provident Fund
Act and register themselves with RPFC before commencing work. The Contractor
shall deposit Employees and Employers contributions to the RPFC every month. The
Contractor shall furnish along with each running bill, the challan/ receipt for the
payment made to the RPFC for the preceding months.

16.0 MOBILIZATION ADVANCE


16.1 Contractor, if requested, shall be paid recoverable interest bearing Mobilisation
Advance up to a maximum of 10% (Ten Percent) of awarded Contract Value. The
mobilization advance will attract an interest rate (medium term) at PLR charged by SBI
(applicable as on date of award) plus 2% p.a on reducing balance basis. Mobilization
Advance shall be paid to the Contractor in two instalments after signing the contract
agreement and submission of initial security deposit, in the following manner:
16.1.1 FIRST INSTALLMENT
i) 5% (Five percent) of awarded Contract value shall be payable as the first
instalment of mobilisation advance after fulfilling the following formalities by
the Contractor:
a) Signing of contract agreement by the Contractor.
b) Submission of a separate bank guarantee towards Contract
Performance from a Indian Nationalised/Scheduled Bank/
International Bank as stipulated in Clause no. 51.0 herein in proforma
approved by Employer/Consultant towards due performance of
contract equivalent to 10% of awarded contract value which shall be
kept valid till up to 3 Months after expiry of defect liability period.
c) Submission of a separate Bank Guarantee from a Indian Nationalised
/Scheduled Bank/ reputed International Bank as stipulated in Clause
no. 51.0 herein in proforma approved by Employer/Consultant
equivalent to 10% of awarded contract value covering mobilisation
advance which shall be kept valid till completion of work. However,
contractor may submit Bank Guarantee of 10% as above in two stages
of 5% each for availing advance against sub-clause 16.1.1 & 16.1.2.

16.1.2 SECOND INSTALLMENT


a) Balance 5% Mobilisation Advance shall be payable to the Contractor
after Contractor has constructed site Office, storage shed, fabrication
yard etc. and has physically mobilized equipments and is ready to start
the work to the entire satisfaction of Engineer -in-Charge and
commencement of work at site.
16.2 RECOVERY OF MOBILISATION ADVANCE
16.2.1 The Mobilisation Advance together with the interest accrued, shall be recovered from
each running account bill @ 15% of gross amount of Monthly R.A. Bill in such a
manner that the total advance and interest accrued is recovered when approximate
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 10 of 27

80% of the contract value gets paid. Balance amount, if any, remaining recovered
shall be deducted in full from the pre-final bill.

17.0 CHANGE ORDERS


17.1 A change order will be initiated in case:
i) The Employer/Consultant directs the Contractor to include any addition to the
scope of work not covered under this contract or delete any part of the scope
of the work under the contract.
ii) Contractor requests to delete any part of the work which will not adversely
affect the operational capabilities of the project and if agreed by the
Employer/Consultant and for which cost and time benefits shall be passed on
to the Employer.
17.2 Any changes required by the Employer/Consultant before giving their approval to
detailed procedure or any other document relating to material procurement, layout
plans etc for complying with the requirements of bidding document shall not be
construed to be a change in the scope of work under the contract.
17.3 Any change order as above comprising an alteration which involves a change in the
cost of the works (which sort of alteration is hereinafter called a "Variation") shall be
the subject of an amendment to the contract by way of an increase or decrease in
the contract price and adjustment of the Construction Schedule if any.
17.4 If the contract provides applicable rates for the valuation of the variation in question
the contract price shall be increased or decreased in accordance with those rates. If
the parties agree that the contract does not contain applicable rates then the
parties shall negotiate a revision of the contract price which shall represent the
change in cost of the works caused by the variations. Any change order must be
duly approved by the Employer/Consultant in writing.
17.5 If there is a difference of opinion between Contractor and Employer/Consultant
whether a particular work constitutes a change order or not, the matter shall be
handled in accordance with the procedures set forth in para 17.7.8 and 17.7.9 here
below.
17.6 Within 10(Ten) working days of receiving the comments from the
Employer/Consultant on the documents submitted by the Contractor for approval,
the Contractor's response in writing stating which item(s) is/are potential change
(s), if applicable, will be submitted to the Employer/Consultant.

17.7 Procedure
17.7.1 During execution of work if the Contractor observes that any new requirements which
is not specific or intended in the bidding document has been indicated by
Employer/Consultant, they shall discuss the matter with Employer/Consultant's
representatives.
17.7.2 In case such requirement arises from the side of the Contractor they would
also discuss the matter with Employer/Consultant's Representative.
17.7.3 In either of the two cases above, the representatives of both the parties shall discuss
the project requirement and mutually decide whether the project requirement
constitutes a change order.
17.7.4 If it is mutually agreed that the project requirement/Inquiry constitutes a "Change
Order" then a joint memorandum will be prepared to confirm a "Change Order"
and basic ideas of necessary agreed modifications.
17.7.5 Contractor will study the work required in accordance with the Joint memorandum
and assess subsequent schedule and cost effect if any.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 11 of 27

17.7.6 The results of this study would be discussed mutually to enable


Employer/Consultant to give a final decision whether Contractor should proceed
with the Change Order or not, in the best interest of the Project.
17.7.7 If Employer/Consultant's representative accepts the change order in writing then
Contractor shall proceed with the work stipulated in the Change order. Time worked
by all workmen employed and a statement showing the description and quantity of
all materials and plant utilised for extra work shall be submitted to
Employer/Consultant. The Employer/Consultant’s representative shall sign and
return to the Contractor the statement, as agreed. At the end of each month the
Contractor shall deliver to the Employer/Consultant's representative a priced
statement of the labour, materials and plant used. Whenever any dispute arises as to
cost allocation between the Contractor and the Employer/Consultant, the voucher
shall nevertheless be signed by the Employer/Consultant as a record of time worked
and materials used. List and vouchers so signed will be the subject of negotiations
between the Employer/Consultant and the Contractor regarding their costs allocation.
17.7.8 In case, mutual agreement as above that is whether Project Requirement constitutes
a Change order or not, is not reached, then Contractor, in the interest of the project,
shall take up the implementation of the work, if advised in writing to do so by
Employer/Consultant's representative pending settlement between the two parties to
the effect whether the Project Requirement constitutes a change order or not as per
the terms and conditions of Contract Documents.
17.7.9 The time and cost effect in such a case shall be mutually verified for the purpose of
record. Should it be established that the said work is constituting a Change Order, the
same shall be compensated taking into account the records kept and in accordance
with the contract.
17.7.10 Should the amount of Extra Work/ Change Order, if any, which the Contractor may
be required to perform by the Employer/Consultant, fairly entitles the Contractor to
extensions of time beyond the scheduled completion date for completion of either
the whole of the works or for such Extra Work only, the Employer/Consultant and the
Contractor shall mutually discuss and decide the extension of time, if any to be
granted to the Contractor.

18.0 CONSTRUCTION EQUIPMENT AND SITE ORGANIZATION


18.1 CONSTRUCTION EQUIPMENT
18.1.1 The Contractor shall without prejudice to his overall responsibility to execute and
complete the work as per specifications and time schedule, progressively deploy
construction equipments and tools & tackles as specified in this SCC as and when
required augment the same as decided by the Engineer-in-Charge depending on the
exigencies of the work so as to complete all works within the contracted time schedule
and without any additional cost to Employer. No construction equipment shall be
supplied by the Employer.
18.1.2 The complete list of minimum critical equipments required to be owned/ hired/ leased
by the bidder is attached with the Bidding Document.
18.1.3 Bidder shall submit the supporting documents as stipulated in Appendix-IX regarding
minimum critical equipments required to be owned/hired/leased by the Bidder.
18.1.4 The Employer/Consultant shall supply no Construction Equipment.
18.2 SITE ORGANIZATION
18.2.1 Subject to the provisions in the contract document and without prejudice to
Contractor’s liabilities and responsibilities to provide adequate qualified skilled, semi
skilled and unskilled personnel on the work, contractor shall deploy supervisory
personnel as specified in this SCC and augment the same as decided by the
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 12 of 27

Engineer-in-Charge depending upon the site requirement & the exigencies of work so
as to complete all works within the contracted time schedule and without any
additional cost to Employer.
18.2.2 Qualification and experience of Key Supervisory Personnel to be deployed for this
work shall be as per Annexure-VIII to this SCC. Contractor shall submit bio-data of
Key Supervisory Personnel meeting the requirement of this Annexure will be reviewed
and approved by Engineer-in charge.

19.0 MECHANISED CONSTRUCTION


19.1 Contractor shall without prejudice to his overall responsibility to execute and complete
the work as per specifications and time schedule adopt as far as practicable,
mechanized construction techniques for major site activities. Contractor agrees that
he will deploy the required numbers and types of the plant & machinery applicable for
different activities in consultation with the Engineer-in-charge during execution of
works.
19.2 Contractor further agrees that Contract price is inclusive of all the associated costs,
which he may incur for actual mobilization, required in respect of use of mechanised
construction techniques and that the Employer/Consultant in this regard shall entertain
no claim whatsoever.

20.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION


20.1 Contractor shall be responsible for organising the lifting of the equipment in the proper
sequence, that orderly progress of the work is ensured and access routes for erecting
the other equipments are kept open.
20.2 Orientation of all foundation, elevations, lengths and disposition of anchor bolts and
diameter of holes in the supports saddles shall be checked by contractor, well in
advance. Minor rectifications including chipping of foundations as the case may be
shall be carried out at no extra cost by the contractor after obtaining prior approval of
the Engineer-in-Charge. The Contractor shall also be provided with the necessary
structural drawings and piping layouts etc., wherever required for reference. During
the structural member need to be dismantled, to facilitate the equipment erection,
same shall be done by the contractor after ensuring proper stability of main structure
with prior permission of Engineer-in-Charge. All such dismantled members shall be
put in position back after the completion of equipment erection to satisfaction of
Engineer-in-Charge.
20.3 During the performance of the work the Contractor at his own cost, shall keep
structures, materials and equipment adequately braced by guys, struts or otherwise
approved means which shall be supplied and installed by the Contractor as required
till the installation work is satisfactorily completed. Such guys, shoring, bracing,
strutting, planking supports etc. shall not interfere with the work of other agencies and
shall not damage or cause distortion to other works executed by him or other
agencies.
20.4 Manufacturer's recommendations and detailed specifications for the installation of the
various equipment and machines will be passed on to the contractor to the extent
available during the performance of work. The requirements stipulated in these
clauses shall be fulfilled by the Contractor.
20.5 Various tolerances required as marked on the drawings and as per specifications and
instructions of the Engineer-in-Charge, shall be maintained. Verticality shall be
maintained. Verticality shall be verified with the Theodolite.
20.6 ERECTION OF EQUIPMENTS
20.6.1 All the erection shall be carried out by Cranes of suitable capacity. Erection by derrick
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 13 of 27

shall not be permissible. The contractor shall arrange the crane of suitable capacity
required for erection and include cost for same in respective items without any liability
on the part of Employer/Consultant.
20.6.2 Bidder shall submit the indicative erection scheme for compressor/equipment and
shall undertake the erection only after obtaining approval of erection scheme by
Engineer-in-charge.
20.6.3 Grouting of equipments, anchor bolts, pockets and under base plates shall be carried
out as per technical specifications.

21.0 MEASUREMENT OF WORKS


21.1 In addition to the provisions of relevant clause of GCC and associated provisions
thereof, the provisions of Annexure-IV to SCC shall also apply.

22.0 TERMS OF PAYMENT


22.1 Basis and terms of payment for making “On Account Payment” shall be as set out in
Annexure-V to SCC.

23.0 STATUTORY APPROVALS


23.1 Employer/Consultant has applied for the approval from all concerned authorities, for
activities such as railway, roads, water crossings and at places where blasting is
envisaged required as per statutory rules and regulations of Central/State
Government/Local Bodies and is expected to receive the approvals. However, any
further liasioning / left over approval after award of this contract shall be the
contractor's responsibility. The application on behalf of the Employer/Consultant for
submission to relevant authorities along with copies of required certificates complete
in all respects shall be prepared and submitted by the Contractor well ahead of time
so that the actual construction/ commissioning of the work is not delayed for want of
the approval/inspection by concerned authorities.
23.2 The Contractor shall arrange the inspection of the works by the authorities and
necessary co-ordination and liaison work in this respect shall be the responsibility of
the contractor. However statutory fees paid, if any, for all inspections and approvals
by such authorities shall be reimbursed at actual by the Employer to the contractor on
production of documentary evidence.
23.3 Any change/ addition required to be made to meet the requirements of the statutory
authorities shall be carried out by the contractor free of charge. The inspection and
acceptance of the work by statutory authorities shall however, not absolve the
contractor from any of his responsibilities under this contract.

24.0 TESTS AND INSPECTION


24.1 The Contractor shall carry out the various tests as enumerated in the technical
specifications of this bid document and the technical documents that will be furnished
to him during the performance of the work.
24.2 All the tests either on the field or at outside laboratories concerning the execution of
the work and supply of materials by the Contractor shall be carried out by Contractor
at his own cost.
24.3 The work is subject to inspection at all times by the Engineer-in-Charge. The
contractor shall carry out all instructions given during inspection and shall ensure that
the work is being carried out according to the technical specifications of this bid
document, the technical documents and the relevant codes of practice will be
furnished to him during the performance of the work.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 14 of 27

24.4 The Contractor shall provide for purposes of inspection access ladders, lighting and
necessary instruments at his own cost.
24.5 Any work not conforming to execution drawings, specifications or codes shall be
rejected forthwith and the Contractor shall carryout the rectifications at his own cost.
24.6 All results of inspection and tests will be recorded in the inspection reports, proforma
of which will be approved by the Engineer-in-Charge. These reports shall form part of
the completion documents.
24.7 For materials supplied by Employer, Contractor shall carryout the tests, if required by
the Engineer-in- Charge, and the Employer shall reimburse the cost of such tests at
actual to the Contractor on production of documentary evidence.
24.8 Statutory fees paid to IBR authorities and for repeat tests and inspection due to
failures, repairs etc. such reasons attributable to the Contractor shall be borne by the
Contractor.
24.9 Inspection and acceptance of work shall not relieve the Contractor from any of his
responsibilities under this Contract.

25.0 INSPECTION OF SUPPLY ITEMS


25.1 All inspection and tests on bought out items shall be made as per the specifications
forming part of this contract. The Contractor shall submit a categorisation plan of all
the supply items indicating the type of inspection required for review by EIL. Various
stages of inspection and testing shall be identified after receipt of Quality Assurance
Programme from the Contractor/ Manufacturer. All supplies are subject to pre-
despatch inspection from any of the following TPI agencies and shall be arranged by
the Contractor at his own cost.
List of TPI agencies: BV/ DNV/ TUV/ CEIL/ LRS/ SGS/ GLI/ MOODY/ Bax Council/
Bharat Quality Engineers 
25.2 Inspection calls shall be given for associations of Employer/Consultant’s
representative as per mutually agreed programme in prescribed proforma with 15
days margin, giving details of equipment/ materials and attaching relevant test
certificates and internal inspection report of the Contractor. All drawings, General
Arrangement and other contract drawings, specifications, catalogues etc. pertaining to
equipment/ materials offered for inspection shall be got approved from
Employer/Consultant and copies shall be made available to Employer/Consultant
before hand for undertaking inspection.
25.3 The contractor shall ensure full and free access to the inspection Engineer of
Employer/Consultant at the Contractor’s or their sub-contractor’s premises at any time
during contract period to facilitate him to carry out inspection and testing assignments.
25.4 The contractor/ sub-contractor shall provide all instruments, tools, necessary testing
and other inspection facilities to inspection engineer of Employer/Consultant free of
cost for carrying out inspection.
25.5 Where facilities for testing do not exist in the Contractor’s/ sub-contractor’s
laboratories, samples and test pieces shall be drawn by the Contractor/ Sub-
Contractor in presence of Inspection Engineer of Employer/Consultant and duly
sealed by the later and sent for testing in Government approved Test House or any
other testing laboratories approved by the Inspection Engineer at the Contractor’s
cost.

26.0 FINAL INSPECTION


26.1 After completion of all tests as per specification the whole work will be subject to a
final inspection to ensure that job has been completed as per requirement. If any
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 15 of 27

defects noticed in the work attributable to Contractor, the Contractor at his own cost
shall attend these, as and when the Employer/Consultant brings them to his notice.
The Employer/Consultant shall have the right to have these defects rectified at the risk
and cost of the contractor if he fails to attend to these defects immediately

27.0 COMPENSATION FOR EXTENDED STAY


27.1 The clause no. 87 (vi) of GCC is modified to the following extent:
27.1.1 In case the time of completion of work is delayed beyond the time schedule indicated
in the bidding document plus a grace period equivalent to 1/5th of the time schedule
or 8 weeks whichever is more, due to reasons solely attributable to
Employer/Consultant, the contractor shall be paid extended stay compensation in
order to maintain necessary organizational set up and construction tools, tackles,
equipments etc. at site of work. The bidder shall mention the rate for such extended
stay compensation per month in the 'Priced Part" which will be considered for
evaluation. The period for the purpose of evaluation shall be 1/5th of the time schedule
or 1 (One) month whichever is less.
27.1.2 In case bidder does not indicate the rate for extended stay compensation as per the
proforma in Priced Part or do not submit the proforma of extended stay compensation,
it will be presumed that no extended stay compensation is required to be paid to the
contractor and evaluation of the bids shall be carried out accordingly..
27.1.3 In case the completion of work is delayed beyond a period of one month after the
grace period then both the Employer/Consultant and the Contractor shall mutually
decide the future course of action including payment of further extended stay
compensation.
27.1.4 Bidder to note that in case they don't indicate the rate for extended stay compensation
as per proforma or donot submit the proforma of extended stay compensation,
provisions of clause no. 27.0 will not be applicable for them.

28.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM


28.1 Without prejudice to stipulation in General Conditions of Contract, Contractor should
follow following billing system.
28.2 The bills will be prepared by the contractors on their own PCs as per the standard
formats and codification scheme proposed by GAIL/EIL. The contractors will be
provided with data entry software to capture the relevant billing data for subsequent
processing. Contractors will submit these data to Employer/Consultant in an
electronic media along with the hard copy of the bill, necessary enclosures and
documents. The contractor will also ensure the correctness and consistency of data
so entered with the hard copy of the bill submitted for payment.
28.3 Employer/Consultant will utilize these data for processing and verification of the
Contractor's bill and payment."

29.0 TEMPORARY WORKS


29.1 All Temporary and ancillary works including enabling works connected with the work
shall be responsibility of the Contractor and the price quoted by them shall be deemed
to have included the cost of such works which shall be removed by the contractor at
his cost, immediately after completion of his work.

30.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE


30.1 To distinguish between work in foundations and superstructures, the following criteria
shall apply:
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 16 of 27

30.1.1 For all Equipment pedestals, pipe racks, other foundation and R.C.C. Structures, work
done upto 300 mm level above finished grade level will be taken as work in
foundations and work above this level will be treated as work in superstructures and
payments would be made accordingly.
30.1.2 For Buildings only, all works upto level corresponding to finished floor level shall be
treated as `Work in foundation' and all works above the finished floor level shall be
treated as "Work in superstructure".
30.1.3 Irrespective of what has been stated above, all pavements, R.C.C. Retaining wall, all
pipe sleepers and any similar item would be taken as work done in foundations
irrespective of locations, nomenclature and levels given anywhere.
30.1.4 Where not specifically pointed out all works in Cellars/ sumps, Tank Pads, Cable
trenches, or such similar item would be taken as work in foundation.

31.0 QUALITY MANAGEMENT SYSTEM


31.1 Bidder shall include in his offer the Quality Assurance Programme containing the
overall quality management and procedures, which is required to be adhered to during
the execution of contract. After the award of the contract detailed quality assurance
programme shall be prepared by the contractor for the execution of contract for
various works, which will be mutually discussed and agreed to.
31.2 The Contractor shall establish document and maintain an effective quality assurance
system outlined in recognised codes.
31.3 Quality Assurance System plans/procedures of the Contractor shall be furnished in
the form of a QA manual. This document should cover details of the personnel
responsible for the Quality Assurance, plans or procedures to be followed for quality
control in respect of Engineering, Procurement, Supply, Installation, Testing and
Commissioning. The quality assurance system should indicate organizational
approach for quality control and quality assurance of the construction activities, at all
stages of work at site as well as at manufacture's works and dispatch of materials.
31.4 The Employer/Consultant/Consultant or their representative shall reserve the right to
inspect/witness, review any or all stages of work at shop/site as deemed necessary for
quality assurance.
31.5 The contractor has to ensure the deployment of Quality Assurance and Quality Control
Engineer(s) depending upon the quantum of work. This QA/QC group shall be fully
responsible to carryout the work as per standards and all code requirements. In case
Engineer-in-Charge feels that Contractor's QA/QC Engineer(s) are incompetent or
insufficient, contractor has to deploy other experienced Engineer(s) as per site
requirement and to the full satisfaction of Engineer-In-Charge.
31.6 In case contractor fails to follow the instructions of Engineer-in-charge with respect to
above clauses, next payment due to him shall not be released unless until he
complies with the instructions to the full satisfaction of Engineer-in-charge.
31.7 The Contractor shall adhere to the quality management system as per EIL
Specification enclosed in the Bidding Document as Annexure-VI to SCC.
31.8 The Contractor shall adhere to Specification for Documentation Requirements from
contractors as per EIL Specification enclosed in the Bidding Document as Annexure-
VI to SCC.

32.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT


32.1 The Contractor, during entire duration of the Contract, shall adhere to HSE
requirement as per spec. enclosed in the bidding document as Annexure-VII to SCC.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 17 of 27

33.0 SITE CLEANING


33.1 The Contractor shall clean and keep clean the work site from time to time to the
satisfaction of the Engineer- in-Charge for easy access to work site and to ensure
safe passage, movement and working.
33.2 If the work involves dismantling of any existing structure in whole or part, care shall be
taken to limit the dismantling up to the exact point and/or lines as directed by the
Engineer-in-Charge and any damage caused to the existing structure beyond the said
line or point shall be repaired and restored to the original condition at the Contractor's
cost and risks to the satisfaction of the Engineer-in-Charge, whose decision shall be
final and binding upon the Contractor.
33.3 The Contractor shall be the custodian of the dismantled materials till the
Engineer-in-Charge takes charge thereof.
33.4 The Contractor shall dispose off the unserviceable materials, debris etc. to any area
as decided by the Engineer-in-Charge.
33.5 The Contractor shall sort out, clear and stack the serviceable materials obtained from
the dismantling/renewal at places as directed by the Engineer-in-Charge.
33.6 No extra payment shall be paid on this account.

34.0 COMPLETION DOCUMENTS


34.1 The CONTRACTOR shall submit 6 (Six) copies of following documents as part of
completion documents:
i) As built drawings.
ii) Any other drawing / document / report specified elsewhere in the bidding
documents.

34.2 The documents as mentioned in Technical Document shall be submitted by the


CONTRACTOR.

35.0 COORDINATION WITH OTHER AGENCIES


35.1 Work shall be carried out in such a manner that the work of other agencies operating
at the site is not hampered due to any action of the Contractor. Proper coordination
with other agencies will be Contractor's responsibility. In case of any dispute, the
decision of Engineer-in-Charge shall be final and binding on the Contractor.

36.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s


36.1 In the event of any disputes or difference relating to the interpretation and application
of the provisions of the contracts, such disputes or differences shall be referred by
either party to the Arbitration in the Department of Public Enterprises nominated by the
Secretary to the Govt. of India in charge of the Board of Public Enterprises, Govt. of
India. The Arbitration and Conciliation of shall not be applicable to such arbitration.
The award of the Arbitrator shall be binding upon the parties to the dispute, provided,
however, any party aggrieved by such award may make a further reference for setting
aside or revision of the award to the Law Secretary, Ministry of Law and Justice,
Government of India. Upon such reference the dispute shall be decided by the Law
Secretary or the Special/ Additional Secretary when so authorized by the Law
Secretary whose decision shall bind the parties finally and conclusively. The parties
to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.

37.0 UNDERGROUND AND OVERHEAD STRUCTURES


37.1 The information to possible extent regarding existing structures/overhead lines,
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 18 of 27

existing pipelines and utilities are already indicated on alignment sheets. Over and
above contractor may encounter other structure/pipelines/ OFC etc. which may not be
appearing on alignment sheet, the contractor is required to collect such information on
his own before commencing the work. The Contractor shall execute the work in such a
manner that the said structures, utilities, pipelines etc. are not disturbed or damaged,
and shall indemnify and keep indemnified the Employer/Consultant from and against
any destruction thereof or damages thereto.

38.0 TEST CERTIFICATES


38.1 Bidder shall be required to submit recent test certificates for the material being used in
works from the recognised laboratories. These certificates should indicate all
properties of the materials as required in relevant IS Standards or International
Standards.
38.2 Contractor shall also submit the test certificate with every batch of material supplied
which will be approved by Engineer-in-Charge. No secured advance will be given for
the materials not having test certificate. In case any test is to be carried out, the same
shall be got done in the approved laboratory at the cost of contractor.

39.0 ROYALTY
39.1 Contractor's quoted rate should include the royalty on different applicable items as per
the prevailing Government rates. In case, Employer is able to obtain the exemption of
Royalty from the State Government, the contractor shall pass on the same to
Employer for all the items involving Royalty. Any increase in prevailing rate of Royalty
shall be borne by the Contractor at no extra cost to the Employer. The contractor
should indicate the rate of Royalty considered in their offer.

40.0 EXCAVATION BY BLASTING


40.1 The Contractor shall obtain licence from the District authorities for undertaking
blasting work as well as for obtaining and storing the explosive as per Explosive Rules
1940, corrected up to date. He shall purchase the Explosives, fuses, detonators etc.
only from a licensed dealer. He shall be responsible for the safe custody and proper
accounting of the explosive materials. The Engineer-in-Charge and his authorised
representative shall have the access to check the contractor's store of explosives and
his accounts. In case where the explosive are required to be transported and stored
at site, relevant clauses of the Explosive rules 1940 as amended subsequently shall
apply. The Contractor shall be responsible for any accident to workman, public or
property, due to blasting operations.

41.0 SITE FACILITIES FOR WORKMEN


41.1 Following facilities are to be ensured at all work places where workmen are
deployed/engaged by Contractor.
i) Arrangement of first aid
ii) Arrangement for clean drinking water.
iii) Toilets
iv) Canteen where tea & snacks are available
v) A crèche where 10 or more women workmen are having children below the
age of 6 years.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 19 of 27

42.0 EXECUTION OF ELECTRICAL WORKS


42.1 The Contractor shall engage an approved electrical agency for execution of electrical
works, holding valid electrical contractor licence. In case contractor himself executes
electrical works then he shall arrange valid electrical contractor licence before start of
electrical works at site. Not withstanding, contractor shall adhere to all the safety
standard as included in bidding document.

43.0 ARBITRATION
43.1 Clause No.107.0 of GCC pertaining to Arbitration shall be replaced by the following:-
43.1.1 All disputes, controversies, or claims between the parties (except in matters where the
decision of the Engineer-in-Charge is deemed to be final and binding) which cannot
be mutually resolved within a reasonable time shall be referred to Arbitration by sole
arbitrator.
43.1.2 The Employer/Consultant shall suggest a panel of three independent and
distinguished persons to the other party (Bidder/Contractor/ Supplier/Buyer as the
case may be) to select any one among them to act as the sole Arbitrator.
43.1.3 In the event of failure of the other party to select the sole Arbitrator within 30 days
from the receipt of the communication suggesting the panel of arbitrators, the right of
selection of sole Arbitrator by the other party shall stand forfeited and the
Employer/Consultant shall have discretion to proceed with the appointment of the sole
Arbitrator. The decision of the Employer/Consultant on the appointment of Sole
Arbitrator shall be final and bidding on the parties.
43.1.4 The award of the Sole Arbitrator shall be final and binding on the parties and unless
directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings
shall be shared equally by the Parties. The arbitration proceeding shall be in English
language and the venue shall be at New Delhi, India.
43.1.5 Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996
and the rules framed there under shall be applicable.
43.1.6 All matters relating to this contract are subject to the exclusive jurisdiction of the
Courts situated in the State of Delhi (India).
43.1.7 Bidders/ Supplier/ Contractors may please note that the Arbitration & Conciliation Act,
1996 was enacted by the Indian Parliament and is based on United Nations
Commission on International Trade Law (UNCITRAL, model law), which were
prepared after extensive consultation with Arbitral Institutions and centres of
International Commercial Arbitration. The United Nations General Assembly vide
resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1976.

44.0 MAKE OF MATERIALS


44.1 The materials required to be supplied by the contractor under this contract shall be
procured only from Employer/Consultant approved vendors. Where the makes of
materials are not indicated in the Bidding document contractor shall furnish the details
of makes and shall obtain prior approval of Engineer-in-Charge of
vendors/sub-vendors before placing order.
44.2 VENDOR LIST FOR CEMENT AND STEEL
The contractor shall purchase Steel and Cement from the following manufacturer or
their stockiest:
44.2.1 TMT Bars
a) Steel Authority of India (SAIL)
b) Rashtriya Ispat Nigam Limited (RINL)
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 20 of 27

c) Tata Iron & Steel Company (TISCO)


d) Essar Steel (Essar)
e) Jindal Steel & Power Limited (Jindal)
f) Shyam Steel Industries, Kolkata
g) SRMB Udyog Ltd. Kolkata
h) Usha Martin, Ranchi/ Jamshedpur
i) Rathi Udyog Ltd, Ghaziabad

44.2.2 Structural Steel (Including Plates)


a) Steel Authority of India (SAIL)
b) Rashtriya Ispat Nigam Limited (RINL)
c) Tata Iron & Steel Company (TISCO)
d) Essar Steel (Essar)
e) Jindal Steel & Power Limited (Jindal)

44.2.3 Cement
a) Associated Cement Companies Limited (ACC Cement)
b) Ultratech Cement ( L&T Cement I Aditya Birla Cement / Ultratech)
c) Gujarat Ambuja Cements Limited ( Gujarat Ambuja Cement)
d) Shree Cement Limited ( Shree Ultra Cement1 Bangur Cement)
e) Lafarge Cement lndia Limited (Lafarge Cement)
f) Cement Corporation of lndia Limited (CCI Cement)
g) Jaypee Cement Limited (Jaypee Cement)
h) JK Lakshmi Cement Limited (JK Lakshmi Cement)
i) Madras Cement Ltd (Ramco Group)

45.0 ADDITIONAL WORKS / EXTRA WORKS


45.1 Employer/Consultant reserves their right to execute any additional works/ extra works,
during the execution of work, either by themselves or by appointing any other agency,
even though such works are incidental to and necessary for the completion of works
awarded to the Contractor. In the event of such decisions taken by
Employer/Consultant Contractor is required to extend necessary cooperation, and act
as per the instructions of Engineer-in-Charge.

46.0 RESPONSIBILITY OF CONTRACTOR


46.1 It shall be the responsibility of the Contractor to obtain the approval for any revision
and/or modifications decided by the Contractor from the Employer/Consultant/
Engineer-in-charge before implementation. Also such revisions and/or modifications if
accepted/ approved by the Employer/Consultant/Engineer-in-charge shall be carried
out at no extra cost to the Employer/Consultant. Any changes required during and/or
after approval for detailed construction drawings due to functional requirements or for
efficient running of system keeping the basic parameters unchanged and which has
not been indicated by the Contractor in the data/drawings furnished along with the
offer will be carried out by the Contractor at no extra cost to the Employer/Consultant.
46.2 All expenses towards mobilisation at site and demobilisation including bringing in
equipment, clearing the site etc. shall be deemed to be included in the prices quoted
and no separate payments on account of such expenses shall be entertained.
46.3 It shall be entirely the Contractor's responsibility to provide, operate and maintain all
necessary construction equipments, scaffoldings and safety gadgets, cranes and
other lifting tackles, tools and appliances to perform the work in a workman like and
efficient manner and complete all the jobs as per time schedules.
46.4 Preparing approaches and working areas for the movement and operation of the
cranes, levelling the areas for assembly and erection shall also be the responsibility of
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 21 of 27

the Contractor. The Contractor shall acquaint himself with access availability, facilities
such as railway siding, local labour etc. to provide suitable allowances in his quotation.
The Contractor may have to build temporary access roads to aid his own work, which
shall also be taken care while quoting for the work.
46.5 The procurement and supply in sequence and at the appropriate time of all materials
and consumables shall be entirely the Contractor's responsibility and his rates for
execution of work will be inclusive of supply of all these items.

47.0 CHECKING OF LEVELS


47.1 The Contractor shall be responsible for checking levels, orientation plan of all
foundations, foundation bolts, etc., well in advance of taking up the actual erection
work and bring to the notice of Engineer-in-Charge discrepancies, if any. In case of
minor variations in levels etc. the Contractor shall carry out the necessary
rectifications to the foundations within his quoted price.
47.2 The Contractor shall also be responsible for checking with templates, wherever
necessary, the disposition of foundation bolts with the corresponding bases of
structure and shall effect rectifications, as directed, within his quoted rate.

48.0 CLEARANCE OF SITE ON COMPLETION


Upon the issue of the taking-over certificate the Contractor shall clear away and
remove from the part of the site to which such taking-over certificate relates all
Contractors equipment, surplus material, rubbish and temporary work of every kind
and leave such part of the site and works clean and in a workmanlike condition to the
satisfaction of the Engineer-in-Charge. Provided that the Contractor shall be entitled
to retain on site, until the end of the defects liability period, such materials,
Contractors equipment and temporary works as are required by him for the purpose
of fulfilling his obligations during the defects liability period.

49.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)


49.1 Clause No. 20.0 of GCC is modified to the following extent:
49.2 "In items rate contract where the quoted rates for the items exceed 50% of the
owners/ estimated rates, such items will be considered as Abnormally High Rates
Items (AHR) and payment of AHR items beyond the SOR stipulated quantities shall
be made at the least of the following rates:
i) Rates as per SOR, quoted by the Contractor.
ii) Rate of the item, which shall be derived as follows:
a) Based on rates of machine and labour as available from the contract
(which includes contractor's supervision, profit, overheads and other
expenses).
b) In case rates are not available in the contract, rates will be calculated
based on prevailing market rates of machine, material and labour plus
15% to cover contractor's supervision profit, overhead & other expenses.

50.0 BANK GUARANTEE


50.1 The provision relating to submission of Bank Guarantee from any Nationalized Bank
wherever appearing in above documents stand replaced by the following:
i) Bank guarantees towards Bid Security from any Indian scheduled bank or a
branch of an International bank situated in India and registered with Reserve
Bank of India as scheduled foreign bank in case of Indian bidder and from any
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 22 of 27

reputed International Bank or Indian scheduled bank in case of foreign bidder,


may be accepted. However, other than the Nationalized Indian Banks, the
banks whose BGs are furnished, must be commercial banks having net worth
in excess of Rs.1000 Million and a declaration to this effect should be made by
such commercial bank either in the bank guarantee itself or separately on a
letter head.
ii) Similarly, bank guarantees towards Performance and Advance Payments may
be accepted from any Indian scheduled bank or a branch of an International
bank situated in India and registered with Reserve Bank of India as scheduled
foreign bank in case of Indian bidder as well as foreign bidder. However, other
than the Nationalised Indian Banks, the banks whose BGs are furnished, must
be commercial banks having net worth in excess of Rs.1000 Million and a
declaration to this effect should be made by such commercial bank either in
the bank guarantee itself or separately on a letter head.

51.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT


51.1 In order to govern welfare and working conditions of labourers engaged in
construction activities, the Building and other Construction Workers’ (Regulation of
Employment and Conditions of Service “RE &CS”) Act, 1996 came into force. RE&CS
Act’1996 is applicable in respect of building and other construction work. Wherever
applicable, The CONTRACTOR shall strictly comply with the following provisions
pertaining to RE &CS Act’1996.

a. The CONTRACTOR must be registered with the concerned authorities under the
Building and Other Construction Workers’ (RE&CS) Act, 1996 or in case of non-
registration; the CONTRACTOR should obtain registration within one month of
the award of contract.

b. The CONTRACTOR shall be responsible to comply with all provisions of the


Building and Other Construction Workers’ (RE&CS) Act, 1996, the Building and
Other Construction Workers’ Welfare Cess Act, 1996, the Building and other
Construction Workers’ (RE&CS) Rules, 1998 and the Building and Other
Construction Workers Welfare Cess Rules, 1998.

c. Cess as per the prevailing rate, shall be deducted at source from bills of the
CONTRACTOR by the engineer-in-Charge of the contract and remitted to the
“Secretary, Building and Other Construction Workers Welfare Board” of the
concerned State. The CONTRACTOR shall be responsible to submit final
assessment return of the cess amount to the assessing officer after adjusting the
cess deducted at source.

52.0 DISPUTE RESOLUTION

52.1 Dispute resolution and relevant clauses in General Conditions of Contract (GCC)
stand modified to the following extent:

52.1.1 GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with
supplementary to Part - III of the Indian Arbitration and Conciliation Act 1996 for
speedier, cost effective and amicable settlement of disputes through conciliation. A
copy of the said rules made available on GAIL's web site www.gailonline.com for
reference. Unless otherwise specified, the matters where decision of the Engineer-in-
Charge is deemed to be final and binding as provided in the Agreement and the
issues/disputes which cannot be mutually resolved within a reasonable time, all
disputes shall be settled in accordance with the Conciliation Rules 2010.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 23 of 27

52.1.2 Any dispute(s)/difference(s)/issue(s) of any kind whatsoever between/ amongst the


Parties arising under/out of/in connection with this contract shall be settled in
accordance with the afore said rules.

52.1.3 In case of any dispute(s)/difference(s)/issue(s), a Party shall notify the other Party
(ies) in writing about such a dispute(s) / difference(s) / issue(s) between / amongst the
Parties and that such a Party wishes to refer the dispute(s)/difference(s)/issue(s) to
Conciliation. Such Invitation for Conciliation shall contain sufficient information as to
the dispute(s)/difference(s)/issue(s) to enable the other Party (ies) to be fully informed
as to the nature of the dispute(s)/difference(s)/issue(s), the amount of monetary claim,
if any, and apparent cause(s) of action.

52.1.4 Conciliation proceedings commence when the other Party(ies) accept(s) the invitation
to conciliate and confirmed in writing. If the other Party (ies) reject(s) the invitation,
there will be no conciliation proceedings.

52.1.5 If the Party initiating conciliation does not receive a reply within thirty days from the
date on which he/she sends the invitation, or within such other period of time as
specified in the invitation, he/she may elect to treat this as a rejection of the invitation
to conciliate. If he/she so elects, he/she shall inform the other Party(ies) accordingly.

52.1.6 Where Invitation for Conciliation has been furnished, the Parties shall attempt to settle
such dispute(s) amicably under Part-III of the Indian Arbitration and Conciliation Act,
1996 and GAIL (India) Limited Conciliation Rules, 2010. It would be only after
exhausting the option of Conciliation as an Alternate Dispute Resolution Mechanism
that the Parties hereto shall go for Arbitration. For the purpose of this clause, the
option of 'Conciliation' shall be deemed to have been exhausted, even in case of
rejection of 'Conciliation' by any of the Parties.

52.1.7 The cost of Conciliation proceedings including but not limited to fees for Conciliator(s),
Airfare, Local Transport, Accommodation, cost towards conference facility etc. shall
be borne by the Parties equally.

52.1.8 The Parties shall freeze claim(s) of interest, if any, and shall not claim the same during
the pendency of Conciliation proceedings. The Settlement Agreement, as and when
reached/agreed upon, shall be signed between the Parties and Conciliation
proceedings shall stand terminated on the date of the Settlement Agreement.

53.0 SINGLE POINT RESPONSIBILITY

53.1 The entire work as per Scope of Work covered under this contract shall be awarded
on single point responsibility basis.

54.0 ENTRY PASSES, GATE PASSES, WORK PERMITS AND SAFETY REGULATIONS

54.1 The works under this contract are to be carried out in areas within the near vicinity of
operating plant. As such, CONTRACTOR is required to abide by safety and security
regulations of OWNER/ EIL enforced from time to time.

54.2 ENTRY PASSES

54.2.1 The CONTRACTOR has to apply for photo entry passes for his workers & staff in a
prescribed proforma available with OWNER/EIL. The photo entry passes shall be
issued by OWNER/EIL for a maximum period of 3 months and if extension is required
by the CONTRACTOR, he has to apply separately for extension. As a special case
temporary passes for a maximum period of 7 days may be issued.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 24 of 27

54.2.2 Unutilised/ Expired entry passes shall have to be submitted immediately to


OWNER/EIL.

54.2.3 In case of loss of any entry pass, the CONTRACTOR has to lodge FIR with local
police station and inform the Engineer-in-charge and shall have to pay Rs. 150/-
against each entry pass. The CONTRACTOR is required to keep track of all entry
passes issued and returned.

54.2.4 Identity card issued by the Security Section should always be carried/ displayed by the
CONTRACTOR's employee or person while working inside the Plant.

54.3 GATE PASSES

54.3.1 To bring materials/ equipments/ tools/ tackles etc. inside the plant for construction work,
the CONTRACTOR has to produce challans/ proper documents to OWNER’s/ EIL's
personnel at gate. The materials shall be checked thoroughly by OWNER’s/ EIL's
personnel at Gate and recorded in their register before allowing any material to bring
inside the plant by CONTRACTOR. It is CONTRACTOR's responsibility to see that the
recorded entry no., date, signature of OWNER’s/ EIL's authorised representative with
stamp challans/ supporting documents signed by company's personnel at gate during
entry.

54.4 WORK PERMIT

54.4.1 When the work is to be carried out in hazardous areas, hot work permit are to be obtained
before start of work for all the jobs which are capable of generating flame, spark, heat etc.
namely, Gas cutting, grinding, welding, use of any electrical/ diesel/ petrol/ battery
operated prime mover/ machine/ tools/ equipment/ generator sets/ mixer machine/ drilling
machine/ pumps/crane, fork lifter/ hand truck/ trailor, chipping/ breaking of rocks/concrete,
hacksaw cutting and drilling, etc.

54.4.2 Cold work permits are to be obtained for the jobs which are not coming under the category
of hot work and where there is no risk of fire, viz, transportation/ backfilling of ordinary soil
in manual process, piling testing, hydro testing, shuttering, fixing of reinforcement, hand
mix concreting, plastering, brick work etc.

54.4.3 According to nature of work and use of various types of equipments & tools the
CONTRACTOR has to apply for cold/hot permits in a prescribed format at least 2 days
before the work is planned to start. No work permit shall be issued by OWNER/ EIL
unless proper arrangement is made by the CONTRACTOR to ensure safe performance of
work inside the plant. Job wise and area wise permits shall be issued to the
CONTRACTOR and against each permit at least one construction supervisor and one
safety supervisor of required level shall always be made available at site by the
CONTRACTOR. These safety permit shall be issued at one point contact by OWNER/
EIL.

54.5 VEHICLE PERMIT

54.5.1 Permits are to be obtained separately for entry/use of vehicles/ trailers etc. inside the
plant. The following requirements are to be met to obtain vehicle permit:
i. Vehicle/Equipment etc. should be brought to site in good conditions.
ii. Valid Road tax certificate, fitness certificate and insurance policy from competent
authority.
iii. Valid operating/ driving licence of driver/operator.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 25 of 27

54.5.2 VALIDITY OF THE WORK PERMIT


i. Permit is valid for 24 hours.
ii. No permit is valid if it is not renewed by the shift incharge/ shift representative in
shifts (Morning & Evening)
iii. The permit shall be issued for a maximum period of one month and if extension is
required, the CONTRACTOR has to apply for fresh permit.
iv. No permit is valid on holidays unless special permission is obtained from the
competent authority.

54.6 SAFETY REGULATIONS

54.6.1 Regarding work Permit


i. The work shall be carried out inside the plant as per safety practices enforced by
OWNER’s/ EIL's safety section and instructions of Engineer-in-charge issued
from time to time. Many times it may happen that the working hours shall be
drastically reduced or increased to meet certain safety requirements and the
CONTRACTOR shall meet these requirements without any argument for time and
financial implications. To obtain work permit and to satisfy all conditions laid
down therein, shall be the responsibility of the CONTRACTOR. No claim for
idling of machinery, plant, manpower etc. for safety reasons or non-issuance of
work permit by incharge, Safety Section shall be considered.
ii. The CONTRACTOR shall abide by all safety regulations of the plant and ensure
that safety equipment for specific job kit as stipulated in the factory act/ safety
handbook is issued to the employee during the execution of work, failing which all
the works at site shall be suspended.
EIL shall permit consultant and his authorised construction personnel to freely
move, in and out of the site, subject to the observance of security and safety
regulations of OWNER/ EIL. In view of specific security requirement for the
refinery installation and its Strictest observance, all personal of consultant or his
authorised construction personnel (skilled/ unskilled) are required to have detail
police verification for the purpose of issue of photo pass required for entry and
free movement at work site.
They will also have to bear with the restriction and limitation of entry/exit to work
site as per the security requirement.

54.6.2 Regarding Hot work


i. When doing hot work inside the plant the CONTRACTOR must ensure that the fire
hose is hooked up with the fire water system and extended to the work spot. Fire
extinguisher must be kept near the working spot. Area around and below the hot
working place must be adequately protected from falling/ coming out of
sparks/hot metals from the booth made of asbestos cloth/sheet and wetting them
with water. The CONTRACTOR must arrange sufficient number of fire hoses and
fire fighting equipment of approved quality at his own cost to carry out hot job
inside the plant.
ii. Welding & electrical cables should be of approved quality, and no jointing and
loose connection shall be permitted.
iii. At the end of the working day the CONTRACTOR must inform electrical section to
switch off power at sub-station end.
iv. The CONTRACTOR must provide cotton dress, safety shoe, safety helmet, safety
belt, hand gloves of approved quality to his workers to meet the safety
requirement of various jobs to be carried out inside the plant.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 26 of 27

54.6.3 Regarding use of Vehicle


i. Vehicle must not ply on any road within the plant at speed exceeding 20KM/hr.
ii. Mobile crane/ loaded trucks/ trailers must not exceed speed limit of 15 KM/hr
inside the plant.
iii. No crane is allowed to move inside the plant with load.
iv. No vehicle is allowed to park inside the plant.
55.0 SURPLUS MATERIALS
55.1 Surplus Civil Construction materials comprising sand, bricks, stones and aggregate
and the products of dismantling temporary works erected by the CONTRACTOR shall
vest in and belong to the CONTRACTOR upon completion of the works and/ or earlier
termination of the contract for any cause, with right in the CONTRACTOR, subject to
the other terms & conditions of the contract, to remove the same from the job site
subject to satisfactory proof of supply. No other surplus material will be allowed to be
taken out and deemed to be the property of Employer and the same shall be
transported properly to Employer’s store or as directed by Employer. Accordingly
quoted prices shall be deemed to be inclusive of the same.
56.0 LEADS
56.1 For the various works, in case of contradiction, leads mentioned in the Schedule of
Rates shall prevail over those indicated in the Technical specifications.
57.0 INTEGRITY PACT
57.1 Bidder shall submit copy of Integrity Pact as provided elsewhere in Bidding Document,
duly signed and stamped, as a token of acceptance and compliance.
58.0 COORDINATION WITH PMC
58.1 CONTRACTOR shall coordinate with PMC for his day-to-day activities and provide
free access and assistance during the inspections and other activities to be carried out
by PMC. CONTRACTOR shall comply to the requirements of PMC and obtain all the
clearances from PMC for his work.

59.0 INVOICE & PAYMENT:

59.1 Invoices to be raised on GAIL (India) Limited, Vijaipur.

59.2 Paying authority shall be HOD (Finance) or his Representative , GAIL ( India Limited,
Vijaipur

60.0 CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS

60.1 Free Issue Materials (FIM) if any shall be issued as per terms and conditions set forth
in the General Conditions of Contract (GCC) and enclosed as Annexure-XI to SCC
from Owner's stores or other issue points of Owner.

60.2 Every month, Contractor shall submit an account for all materials issued by Owner in
the proforma prescribed by the Engineer-in-Charge. On completion of work the
Contractor shall submit “Material Appropriation Statement” for all materials issued by
the Owner.

60.3 Wherever materials are under Contractor’s scope of supply whether part or in full for
any item of work covered under SOR, no allowances towards wastage/scrap etc. shall
be accounted for.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 27 of 27

60.4 The conditions for issue of materials by OWNER and reconciliation of such materials
shall be as per specification No. 7-82-0001 Rev. 0 attached herewith as Annexure-XI
to these Special Conditions of Contract. This shall not be applicable for the materials
supplied by CONTRACTOR.

61.0 FABRICATION SHED

61.1 Contractor shall provide all weather fabrication sheds at site for all pre-fabrication of
piping works and fabrication of structural steel work to the satisfaction of Engineer-in-
charge. The requirement of fabrication sheds shall be firmed up in consultation with
Engineer-In-Charge for numbers/ size of fabrication shed.

61.2 In case the Contractor fails to establish the fabrication sheds to the satisfaction of
Engineer-in-charge, 10% (Ten Percent) payment towards pre-fabrication of piping
works and fabrication of structural steel works shall be deducted from RA Bills.

61.3 However, this 10%(Ten Percent) payment shall be released to the CONTRACTOR
upon establishing the fabrication sheds to the satisfaction of Engineer-in-Charge.

62.0 WAREHOUSING

62.1 In line with requirements specified in GCC and specifications, material shall be
properly stored by Contractor in his warehouse to enable easy traceability, handling
and preservation with all material having proper identification marks, colour coding
etc. In case Contractor fails to follow the specified requirements, next payment due to
the Contractor shall not be released till he complies with all the requirements
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 1 of 3

ANNEXURES TO
SPECIAL CONDITIONS
OF CONTRACT

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 2 of 3

SCOPE OF WORK
[ANNEXURE - I TO SPECIAL CONDITIONS OF ONTRACT]

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 3 of 3

SCOPE OF WORK

1.0 The scope of work in general includes scope of work specified in Technical
Documents enclosed and Schedule of Rates enclosed in Commercial
Section of the Bidding Document. Further, it includes any other work not
specifically mentioned but required to complete the work as per
specifications, drawings and instructions of Engineer-in-Charge.
2.0 Scope of work shall be read in conjunction with item description of
Schedule of Rates and Contractor's scope shall include all activities of work
specified in the item description of Schedule of Rates.
Rates shall include all cost for the performance of the item considering all
parts of the Bidding Document. In case any activity though specifically not
covered in description of item under `Schedule of Rates' but is required to
complete the work which could be reasonably implied/ informed from the
content of Bidding Document, the cost for carrying out such activity of work
shall be deemed to be included in the item rate.

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 1 of 2

SCOPE OF SUPPLY
[ANNEXURE-II TO SPECIAL CONDITIONS OF
CONTRACT]

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 2 of 2

SCOPE OF SUPPLY

1.0 Owner’s Scope of Supply: As mentioned in the Technical volume of the bidding
document.
2.0 Contractor’s Scope of Supply: The Contractor shall supply all the materials,
equipments, tools and tackles required for the completion of work in all respect
within their quoted rates.

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095

TIME SCHEDULE
[ANNEXURE - III TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095

TIME SCHEDULE

NAME OF WORK TIME OF COMPLETION

Raw Water Reservoir Works for GAIL


Petrochemical Complex-II, Vijaipur (M.P.) 12 (Twelve) months
.
Bid Document No. A095/T-119/10-11/RKS/06

Note:

1. The Time of completion shall be reckoned from date of award of contract, which
shall be the date of issue of Fax of Acceptance.

2. The Time indicated is for completing all the works in all respects as per
specifications, codes, drawings and instructions of Engineer-in-Charge.

(SIGNATURE OF BIDDER)

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi
Job Number: A095 Sheet 1 of 6

MEASUREMENT OF WORK
[ANNEXURE-IV TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi
Job Number: A095 Sheet 2 of 6

MEASUREMENT OF WORK

1.0 GENERAL

1.1 The mode of measurement shall be as mentioned in relevant standard


specification incorporated in the Bidding Document. Any other mode of
measurements not covered in above specifications shall be followed in
accordance with relevant BIS codes /Schedule of Rates/ Specifications etc. and/or
as decided by Engineer-in-Charge.

1.2 Payment will be made on the basis of joint measurements taken by Contractor
and certified by Engineer-in-Charge. Measurement shall be based on "Approved
for Construction" drawings, to the extent that the work conforms to the drawings
and details are adequate.

1.3 Wherever work is executed based on instructions of Engineer-in-Charge or details


are not adequate in the drawings, physical measurements shall be taken by
Contractor in the presence of Engineer-in-Charge.

1.4 Measurements of weights shall be in metric tonnes corrected to the nearest


Kilogram. Linear measurements shall be in meters corrected to the nearest
centimeters.

1.5 The weights mentioned in the drawing or shipping list shall be the basis for
payment. If mountings for panels etc. are packed separately, their erection
weights shall include all mountings.

1.6 No other payment either for temporary works connected with this Contract or for
any other item such as weld, shims, packing plates etc. shall be made. Such
items shall be deemed to have been included for in the rates quoted.

1.7 Measurements will be made for various items under schedule of rates on the
following basis as indicated in the unit column

i) Weights MT or Kg
ii) Length M (Metre)
iii) Number No.
iv) Volume Cu.M
v) Area Sq.M

1.8 Wherever the unit of items has been indicated as lumpsum, the payment shall be
made on lumpsum basis on completion & no mode of measurement shall be
applicable.

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi
Job Number: A095 Sheet 3 of 6

2.0 PIPING AND RELATED WORK

2.1 Piping

2.1.1 Payment will be made based on linear measurement as per execution drawings.

2.1.2 All lines shall be measured along the centre lines of pipes, curvilinear centre lines
of bends and elbows, centre line of flanges and all other fittings such as tees,
reducers, expansion joints etc. all in line instruments, line mounted fittings,
ejectors, eductors, mixers, sight glasses, trays, filters, desuperheaters etc. Length
of all types of valves shall be excluded in this measurement. However, no
separate payment for socket weld valves upto 1-1/2” size shall be made and the
quoted rates for piping shall be deemed to include the same.

2.1.3 The socket weld fittings shall be supplied to the contractor as per the
requirements of the drawings. All other hot/cold bends, reducers etc. for size 1-
1/2" and below shall be fabricated and erected as per requirements by the
contractor at no additional cost and his rates for piping of size 1-1/2" and below
shall be inclusive of this work.

2.1.4 The forged tees shall be supplied to the contractor as per the requirement of the
drawings. All other branch connections including reinforcement pads shall be
accomplished by pipe to pipe connections. The rates quoted for piping shall be
inclusive of making branch connections. The reinforcement pads shall be
measured separately.

2.1.5 Vents and drains shall be measured from O.D. of pipe lines and shall be paid for
at the corresponding unit rates for similar sizes of pipe. Other piping attachment
such as couplings, earthing lugs etc. shall be supplied & erected by the contractor
within his quoted rates for piping. However, vents and drains required temporarily
for flushing and testing shall be provided by the contractor at their cost.

2.1.6 Fabrication of spool pieces for temporary use to aid Contractor's work such as
fabrication, erection, flushing and testing of piping etc. shall be done by Contractor
at his cost as part of piping work and no separate payment shall be made for the
same.

2.1.7 In case of branch piping, the measurement shall be made from outer surface of
the main line except in case of equal size branches, in which case measurement
shall be made from centre line of the branching header.

2.1.8 As regards safety valves, size of valves will be identified by inlet pipe size.

2.1.9 Reducers will be paid alongwith piping of larger dia- meter except in the case of
funnels where they are welded only to the smaller diameter pipe, for which
payment will be made alongwith piping of such smaller dia.

2.1.10 All piping attachments such as couplings, orifice plates, steam traps, strainers,
earthing lugs etc. shall be provided by the Contractor as part of piping erection
work and no separate payment will be made for the same.

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi
Job Number: A095 Sheet 4 of 6

2.2 Fabrication of Specials

2.2.1 For fabrication of mitre bends and reducers (concentric & eccentric) from the
pipes/ Steel plates/ fabricated pipes to be supplied by Owner free of cost,
payment will be made on numbers of such specials at the rates given separately
in Schedule of Rates. The unit rate shall be inclusive of tests such as DP/ MP as
mentioned in item description of an item. However, the erection of mitre bends
and reducers shall be part of piping erection work and the rates for piping will be
inclusive of this work.

2.3 Valves

2.3.1 All types of valves such as gate/ globe / check / plug / needle/ ball/ control/ safety
valves/ Gate Valves/ Butterfly valves etc. will be measured and paid on number
basis at the rates given in the Schedule of Rates. Dismantling and re-erection of
the valves required for the purpose of testing, calibration etc. shall not be
considered for measurement as same are to be carried out by the contractor
within his quoted rates. The length of such valves along with companion flanges
shall be excluded from piping length.

2.4 Fabrication of Supports

2.4.1 Measurement and payment of fabrication of pipe supports shall be on weight


basis.

2.4.2 Bolts, nuts and washers including U-bolt will be supplied by contractor. Weight of
bolts, nuts and clamps etc. shall not be added to the weight of pipe support for
payment purpose. Spring supports, if any, shall be supplied by Owner as Free
Issue.

2.4.3 Erection of all types of supports, spring supports and turn buckles, including
grouting of supports, if required, shall be carried out by the Contractor as part of
piping work and no separate measurement & payment will be made for it.

2.5 Post Weld Heat Treatment (Stress Relieving)

2.5.1 Measurement and payment for post weld heat treatment shall be on the basis of per
circumferential joint for different diameters of pipes as per the rates quoted.
Repeat post weld heat treatment for repaired joints or otherwise due to
Contractor's fault will be carried out at Contractor's cost.

2.6 Radiography/ Dye-Penetrate (DP) Test / Magnetic Particle (MP) Test

2.6.1 Measurement and payment for radiography shall be made on the basis of
circumferential joints for different pipe diameter. Repeat radiography due to
defective films or on repaired joint due to Contractor's fault or for additional
radiography necessitated due to poor performance of Contractor's welder will be
done at Contractor's cost.

2.6.2 Measurement and payment for magnetic particle and dye penetrate test will be on
the basis of weld length tested/ circumferential weld joints as mentioned in
schedule of rates.

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi
Job Number: A095 Sheet 5 of 6

2.6.3 The cost of DP/MP test included in item description of piping items such as
Fabrication of Specials, Reinforcement Pads etc. shall be included in the quoted
unit rate and no additional payment for such DP/MP test for such items shall be
made. Payment for DP/MP test shall be made only for such items where DP/MP
test is not included in item description.

2.7 The cost for performing Positive Materials Identification (PMI) using alloy analysers
including hiring of such equipment and mobilisation of the same to site shall be
included in the unit rate for all such items of piping where PMI is specified in the
item description.

3.0 PAINTING ON EQUIPMENTS/ PIPING/ STRUCTURAL STEEL ETC.

3.1 Painting on Equipments

3.1.1 For columns, vessels, reactors, Exchangers, furnaces, ejectors etc., measurement
shall be on square meter basis taken over the painted surface.

3.1.2 For equipment numbering, name, lettering and stencilling (only for Pressure
Vessels) separate payment for letter shall be made as per the rates mentioned in
Schedule of Rates.

3.1.3 For pumps, motors and compressors measurement shall be made on number
basis.

3.2 Painting on Piping, Specials and Fittings

3.2.1 Payment will be made on linear measurement in 'Metres' corrected to the nearest
centimetre.

3.2.2 Piping shall be measured along the centre line through all types of fittings and
flanges.

3.2.3 Rates for painting of pipes shall be inclusive of painting of all types of pipe
supports, flanges, guides, shoes, saddles, clamps, etc. and also all types of fittings
except valves which shall be paid separately on number basis.

3.2.4 There will be no separate measurements of the colour bands/ identification signs
(line numbering), flow direction etc. on uninsulated and insulated piping, the rates
of painting of linear length of piping shall be inclusive of cost of such works.

3.3 Painting on Steel Structure

3.3.1 Payment for steel structures shall be made on the basis of admissible weight of
structure painted.

3.3.2 Welds, bolts, nuts, washers etc. shall not be measured and paid as rates for
painting of structure are inclusive of painting of such items.

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi
Job Number: A095 Sheet 6 of 6

4.0 ELECTRICAL/INSTRUMENTATION WORKS

4.1 The measurement for cable laying shall be made on the basis of length
actually laid from lug to lug including length of loops provided.
4.2 The weights mentioned in drawing or shipping list shall be the basis of
payment. If mountings for panels etc. are packed separately, their erection
weights shall include all mountings.

5.0 STEEL STRUCTURES

5.1 The rate for fabrication and erection of steel structure/ plates shall include cost of
all handling and transport, trimming, straightening, edge preparation, preparation
and getting approval of fabrication drawings, providing one coat of red oxide zinc
chromate primer, providing and erecting all scaffoldings, temporary supports, tools
and tackles, touch-up of primer coat, grouting etc. Welds, bolts, nuts, washers etc.
shall not be measured. Rates for structural steel work shall deemed to include the
same.

5.2 The quantity for payment will be assessed from the approved fabrication drawings
and the respective bill of materials prepared by the Contractor and approved by
EIL. The weight of structural materials/plate shall be calculated on the basis of
relevant IS code and handbook. If sections are different from IS sections, then
manufacturer's handbook shall be adopted. No allowance in weights shall be
made for rolling tolerance.

6.0 GRATING AND FRAMES


Payment shall be made on the basis of weight of grating and frame actually laid.
The rate shall include cost of cutting to size, fabricating, transporting and fixing,
smoothing of ends if necessary and painting with one (1) coat of red oxide zinc
chromate primer. Full deduction shall be made for openings equivalent to 300 mm
dia and above. Rate shall include making openings of all sizes.

NOTE:

All other mode of measurements not covered in above clauses shall be measured
in accordance with relevant BIS codes/ Schedule of Rates/ Specifications etc. and/
or as decided by Engineer-in-Charge. The above measurement of works shall not
be applicable for lumpsum items of SOR.

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 1 of 3

TERMS OF PAYMENT
[ANNEXURE-V TO SPECIAL CONDITIONS OF CONTRACT]
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 2 of 3

Progress Payments shall be released to Contractor against monthly running account


bills duly certified by Engineer-in-charge after affecting the necessary deductions /
recovery of mobilisation advance including interest charges accrued thereon. The
basis for payment against various items shall be below:

1. Civil / Architectural Works

a) 95% on completion of work on prorata basis as certified in monthly progress


bill.
b) 5% on completion of all works in all respects and acceptance thereof.

2. Structural Steel Works

I. In case of Contractor supplied material:


a) 5% on finalisation of quantities, plan and submission of approved
fabrication drawings.
b) 55% on supply and acceptance of the material at site.
c) 15% on completion of fabrication.
d) 20% on erection, alignment, welding grouting, painting (as applicable)
etc.
e) 5% on completion of all work in all respect and acceptance thereof.

II. In case of Owner supplied material (FIM) :


a) 5% on finalisation of quantities, plan and submission of approved
fabrication drawings.
b) 40% on transportation of material and fabrication.
c) 50% on erection on all alignment, welding grouting, mechanical
completion, painting (as applicable) etc.
d) 5% on completion of all work in all respect and acceptance thereof

3. Electrical Works

I. For Supply Items


a. 90% on receipt of material at site and inspection.

b. 5% on installation.

c. 5% after successful completion and commissioning.

II. For Erection Items


a. 80% on completion of installation.

b. 15% on testing.

Engineers India Limited


New Delhi
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 3 of 3

c. 5% on completion of works in all respects and acceptance thereof.

III. For Items involving both Supply & Erection


a. 60% on receipt of material at site and inspection.

b. 20% after erection and alignment.

c. 15% after testing and commissioning.

d. 5% after completion of all works in all respects and acceptance thereof.

4. PAINTING

a) 30% on surface preparation and primer painting on prorata basis as


certified in monthly progress bill.
b) 65% on final painting on prorata basis as certified in monthly progress
bill.
c) 5% on completion of all work in all respects and acceptance thereof by
Engineer- in- Charge.
5. For All Other Works

a) 95% on completion of work on prorata basis as certified in monthly


progress bill.
b) 5% on completion of all works in all respects and acceptance thereof.

PAYMENT METHODOLOGY

a. GAIL has introduced the computerized Bill Watch system whereby the contractor will be
issued a receipt at the time of the submission of the bills. The contractor can see the
status of their bill on GAIL’s website.
b. Employer will release payment through e-payments only as detailed in the Bidding
Document.
c. Further break-up of Lumpsum Prices, if deemed necessary for any progressive
payment of individual item may be mutually arrived at between Engineer-in-Charge and
the Contractor.

(STAMP & SIGNATURE OF BIDDER)

Engineers India Limited


New Delhi
 

QUALITY MANAGEMENT SYSTEM

[ANNEXURE - VI TO SPECIAL CONDITIONS OF CONTRACT]

• SPECIFICATION FOR QUALITY MANAGEMENT SYSTEM


REQUIREMENTS FROM BIDDERS

• SPECIFICATION FOR DOCUMENTATION REQUIREMENTS FROM


CONTRACTORS
HEALTH, SAFETY AND
ENVIRONMENT
[ANNEXURE - VII TO SPECIAL CONDITIONS OF CONTRACT]
SAFETY PRACTICES DURING CONSTRUCTION

OISD-GDN-192

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum and Natural Gas

6227-OISD-192
CONTENTS

SECTION Page No.

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

6227-OISD-192
SAFETY PRACTICES DURING CONSTRUCTION

replace or supersede the prevailing statutory


1.0 INTRODUCTION requirements, which shall also be followed
as applicable. For Personal Protective
Safety in Construction Management Equipment, OISD-STD-155 (Part I&II) shall
deserves utmost attention especially in the be referred to. The scope of this document
hydrocarbon industry, such as Exploration, does not include the design aspects and
Refineries, Pipelines and Marketing quality checks during construction.
installations, Gas Processing units etc.
Construction is widely recognised as one of 3.0 DEFINITIONS
the accident prone activities. Most of the
accidents are caused by inadequate Definitions of various terminology are given
planning, failure during the construction below:
process and/or because of design
deficiencies. Besides property loss, • Adequate, appropriate or suitable are
accidents also result in injuries and fatalities used to describe qualitatively or
to the personnel; same needs to be quantitatively the means or method
prevented. used to protect the worker.
The reasons for accidents during • Brace: A structural member that holds
construction activities are related to unique one point in a fixed position with respect
nature of the industry, human behaviour, to another point; bracing is a system of
difficult work-site conditions, extended odd structural members designed to prevent
duty hours, lack of training & awareness and distortion of a structure.
inadequate safety management. Unsafe
working methods, equipment failure and • By hand: The work is done without the
improper housekeeping also tend to help of a mechanised tool.
increase the accident rate in construction.
Ensuring good quality of materials, • Competent Authority: A stautory agency
equipment and competent supervision along having the power to issue regulations,
with compliance of standard engineering orders or other instructions having the
practices shall go a long way to in built force of law.
safety into the system.
• Competent person: A person
The objective of this standard is to provide possessing adequate qualifications,
practical guidance on technical and educa- such as suitable training and sufficient
tional framework for safety and health in knowledge, experience and skill for the
construction with a view to: safe performance of the specific work.
The competent authorities may define
(a) prevent accidents and harmful
effects on the health of workers appropriate criteria for the designation
of such persons and may determine the
arising from employment in
construction; duties to be assigned to them.
(b) ensure appropriate safety during
implementation of construction;
• Execution agency:
(c) provide safety practice guidelines Any physical or legal person, having
for appropriate measures of contractual obligation with the owner,
planning, control and enforcement. and who employs one or more workers
on a construction site
2.0 SCOPE
• Owner:
This document specifies broad guidelines on
safe practices to be adhered to during Any physical or legal person for whom
construction activities in oil industry. construction job is carried out.
However, before commencing any job, It shall also include owner's designated
specific hazards and its effects should be representative/consultant/nominee/agent
assessed and necessary , authorised from time to time to act for
corrective/preventive actions should be and on its behalf, for supervising/
taken by all concerned. The document is
intended only to supplement and not to

6227-OISD-192
coordinating the activities of the construction work so that, there is
execution agency. no risk of accident or injury to health
of workers. In particular,
• Hazard: Danger or potential danger. construction work should be
planned, prepared and undertaken
• Guard-rail: An adequately secured rail so that:
erected along an exposed edge to
prevent persons from falling. (a) dangers, liable to arise at the
workplace, are prevented;
• Hoist: A machine, which lifts materials (b) excessively or unnecessarily
or persons by means of a platform, strenuous work positions and
which runs on guides. movements are avoided;
(c) organisation of work takes into
• Lifting gear: Any gear or tackle by account the safety and health of
means of which a load can be attached workers;
to a lifting appliance but which does not (d) materials and products used are
form an integral part of the appliance or suitable from a safety and health
load. point of view;
(e) working methods are adopted to
• Lifting appliance: Any stationary or safeguard workers against the
mobile appliance used for raising or harmful effects of chemical,
lowering persons or loads. physical and biological agents.
iii) establish committees with repre-
• Means of access or egress:
sentatives of workers and
Passageways, corridors, stairs, plat-
management or make other
forms, ladders and any other means for
arrangement for the participation of
entering or leaving the workplace or for
workers in ensuring safe working
escaping in case of danger.
conditions.
• Scaffold: Any fixed, suspended or iv) arrange for periodic safety inspec-
mobile temporary structure supporting tions by competent persons of all
workers and material or to gain access buildings, plant, equipment, tools,
to any such structure and which is not a machinery, workplaces and review
lifting appliance as defined above. of systems of work, regulations,
standards or codes of practice. The
• Toe-board: A barrier placed along the competent person should examine
edge of a scaffold platform, runway, and ascertain the safety of
etc., and secured there to guard against construction machinery and
the slipping of persons or the falling of equipment.
material.
v) provide such supervision to ensure
• Worker: Any person engaged in that workers perform their work with
construction activity. due regard to safety and health of
theirs as well as that of others.
• Workplace: All places where workers vi) Employ only those workers who are
need to be or to go by reason of their qualified, trained and suited by their
work. age, physique, state of health and
4.0 GENERAL DUTIES skill.

4.1 GENERAL DUTIES OF vii) satisfy themselves that all workers


EXECUTION AGENCIES are informed and instructed in the
hazards connected with their work
4.1.1 Execution agency should: and environment and trained in the
precautions necessary to avoid
i) provide means and organisation to accidents and injury to health.
comply with the safety and health viii) Ensure that buildings, plant,
measures required at the workplace. equipment, tools, machinery or
ii) provide and maintain workplaces, workplaces in which a dangerous
plant, equipment, tools and defect has been found should not be
machinery and organise used until the defect has been
rectified.

6227-OISD-192
ix) Organise for and remain always substances, running machines or
prepared to take immediate steps to vehicles and heavy equipment etc.
stop the operation and evacuate
xvii) Obtain the necessary
workers as appropriate, where there
clearance/permits as required and
is an imminent danger to the safety
specified by owner
of workers.
x) establish a checking system by xviii) As per the Govt. circular as
which it can be ascertained that all amended from time to time all
the members of a shift, including contractors who employ more than
operators of mobile equipment, have 50 workers or where the contract
returned to the camp or base at the value exceeds Rs. 50 crores, the
close of work on dispersed sites and following facilities are to be provided
where small groups of workers by contractor at site :
operate in isolation. • Arrangement for drinking water
xi) provide appropriate first aid, training • Toilet facilities
and welfare facilities to workers as
per various statutes like the • A creche where 10 or more women
Factories Act, 1948 etc. and, workers are having children below
whenever collective measures are the age of 6 years
not feasible or are insufficient, • Transport arrangement for attending
provide and maintain personal to emergencies
protective equipment and clothing in
line with the requirement as per xix) should deploy a safety officer at site
OISD-STD-155 (Vol. I& II) on 4.2 GENERAL DUTIES OF OWNERS
Personnel Protective Equipment.
They should also provide access to 4.2.1 Owners should:
workers to occupational health
services. i) co-ordinate or nominate a
competent person to co-ordinate all
xii) Educate workers about their right activities relating to safety and
and the duty at any workplace to health on their construction projects;
participate in ensuring safe working ii) inform all contractors on the project
conditions to the extent of their of special risks to health and safety;
control over the equipment and iii) Ensure that executing agency is
methods of work and to express aware of the owner's requirements
views on working procedures and the executing agency's
adopted as may affect safety and responsibilities with respect to
health. safetry practices before starting the
xiii) Ensure that except in an job.
emergency, workers, unless duly 5.0 SAFETY PRACTICES AT
authorised, should not interfere with, WORK PLACES
remove, alter or displace any safety
device or other appliance furnished 5.1. GENERAL PROVISIONS
for their protection or the protection
5.1.1 All openings and other areas likely to
of others, or interfere with any
pose danger to workers should be
method or process adopted with a
clearly indicated.
view to avoiding accidents and injury
to health. 5.1.2 Workers & Supervisors should use
the safety helmet and other requisite
xiv) Ensure that workers do not operate
Personal Protective Equipment
or interfere with plant and equipment
according to job & site requirement.
that they have not been duly
They should be trained to use
authorised to operate, maintain or
personal protective equipment.
use.
5.1.3 Never use solvents, alkalis and
xv) Ensure that workers do not sleep,
other oils to clean the skin.
rest or cook etc in dangerous places
such as scaffolds, railway tracks, 5.1.4 Lift the load with back straight and
garages, confined spaces or in the knees bent as far as possible. Seek
vicinity of fires, dangerous or toxic the help in case of heavy load.

6227-OISD-192
5.1.5 Ensure the usage of correct and effectively covered or fenced and
tested tools and tackles. Don't allow displayed prominently.
the make shift tools and tackles.
5.4.4 As far as practicable, guardrails and
5.1.6 No loose clothing should be allowed toe-boards should be provided to
while working near rotating protect workers from falling from
equipment or working at heights. elevated workplaces.
5.2 MEANS OF ACCESS AND 5.5 PREVENTION OF
EGRESS UNAUTHORISED ENTRY

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,

6227-OISD-192
workers should be trained in the d) be operated only by workers who
action to be taken in the event of have been authorised and given
fire, including the use of means of appropriate training.
escape. e) be provided with protective
guards, shields or other devices
5.6.5 At sites having combustible
as required.
material, suitable visual signs
should be provided to indicate ii) Adequate instructions for safe use
clearly the direction of escape in should be provided.
case of fire.
iii) Safe operating procedures should
5.6.6 Means of escape should be kept be established and used for all
clear at all times. Escape routes plant, machinery and equipment.
should be frequently inspected
iv) Operators of plant, machinery and
particularly in high structures and
equipment should not be distracted
where access is restricted.
while work is in progress.
5.7 LIGHTING
v) Plant, machinery and equipment
should be switched off when not in
5.7.1 Where natural lighting is not
use and isolated before any
adequate, working light fittings or
adjustment, clearing or maintenance
portable hand-lamps should be
is done.
provided at workplace on the
construction site where a worker will vi) Where trailing cables or hose pipes
do a job. are used they should be kept as
short as practicable and not allowed
5.7.2 Emergency lighting should be to create a hazard.
provided for personnel safety during
vii) All moving parts of machinery and
night time to facilitate standby
equipment should be enclosed or
lighting source, if normal system
adequately guarded.
fails.
viii) Every power-driven machine and
5.7.2 Artificial lighting should not produce
equipment should be provided with
glare or disturbing shadows.
adequate means, immediately
5.7.3 Lamps should be protected by accessible and readily identifiable to
guards against accidental breakage. the operator, of stopping it quickly
and preventing it from being started
5.7.4 The cables of portable electrical again inadvertently.
lighting equipment should be of
adequate size & characteristics for ix) Operators of plant, machinery,
the power requirements and of equipment and tools should be
adequate mechanical strength to provided with PPEs, including where
withstand severe conditions in necessary, suitable ear protection.
construction operations.
5.8.2 Hand tools
5.8 PLANT, MACHINERY,
i) Hand tools should be repaired by
EQUIPMENT AND HAND TOOLS
competent persons.
5.8.1 General Provisions ii) Heads of hammers and other shock
tools should be dressed or ground to
i) Plant, machinery and equipment a suitable radius on the edge as
including hand tools, both manual soon as they begin to mushroom or
and power driven, should: crack.
a) be of proper design and iii) When not in use and while being
construction, taking into account carried or transported sharp tools
health, Safety and ergonomic should be kept in sheaths, shields,
principles. chests or other suitable containers.
b) be maintained in good working
order; iv) Only insulated or nonconducting
c) be used only for work for which they tools should be used on or near live
have been designed. electrical installations.

6227-OISD-192
v) Only non-sparking tools should be c) have devices to stop them from a
used near or in the presence of safe place in an emergency.
flammable or explosive dusts or
vapours. ii) IC engines should not be run in
confined spaces unless adequate
5.8.3 Pneumatic Tools exhaust ventilation is provided.

i) Operating triggers on portable iii) When IC engines are being fuelled:


pneumatic tools should be:
a) so placed as to minimise the risk of a) the engine should be shut off.
accidental starting of the machine. b) care should be taken to avoid
b) so arranged as to close the air inlet spilling fuel;
valve automatically when the c) no person should smoke or have an
pressure of the operator's hand is naked light in the vicinity.
removed. d) a fire extinguisher should be kept
readily available.
ii) Hose and hose connections for
iv) Secondary fuel reservoir should be
compressed air supply to portable
pneumatic tools should be: placed outside the engine room.

a) designed and tested for the


pressure and service for which they 6.0 CONSTRUCTION ACTIVITIES
are intended;
b) fastened securely on the pipe outlet The various common activities in
and equipped with the safety chain, construction are as under:
as appropriate.
• Excavation
iii) Pneumatic shock tools should be
equipped with safety clips or
• Scaffolding, Platforms & Ladders
retainers to prevent dies and tools • Structural Work, Laying of
from being accidentally expelled Reinforcement & Concreting
from the barrel. • Road Work (Laying of roads)
iv) Pneumatic tools should be • Cutting /Welding
disconnected from power and the
pressure in hose lines released • Working in Confined Space
before any adjustment or repair is • Proof/Pressure Testing
made.
• Working at Heights
5.8.4 Electrical Tools • Handling & Lifting Equipments

i) Low voltage portable electrical tools • Vehicle Movement


should generally be used. • Electrical
ii) All electrical tools should be
earthed, unless they are "all
• Offshore
insulated" or "double insulated" tools • Demolition
which do not require earthing. • Radiography
iii) All electrical tools should get • Sand/shot blasting/ spray
inspected and maintained on a painting
regular basis by a competent
electrician and complete records
• Work above water
kept. The safe practices to be followed
during the implementation of above
5.8.5 Engines
construction activities are given
i) Engines should: below:
a) be installed so that they can be 6.1 EXCAVATION
started safely and the maximum
safe speed cannot be exceeded. 6.1.1 All excavation work should be
b) have controls for limiting speed. planned and the method of
excavation and the type of support

6227-OISD-192
work required should be decided its collapse and thereby endanger
considering the following: any person unless precautions such
as the provision of shoring or piling
i) the stability of the ground;
are taken to prevent the sides from
ii) the excavation will not affect
collapsing.
adjoining buildings, structures or
roadways; 6.1.8 Adequately anchored stop blocks
iii) to prevent hazard, the gas, water, and barriers should be provided to
electrical and other public utilities prevent vehicles being driven into
should be shut off or the excavation. Heavy vehicles
disconnected, if necessary; should not be allowed near the
iv) presence of underground pipes, excavation unless the support work
cable conductors, etc., has been specially designed to
v) the position of culvert/bridges, permit it.
temporary roads and spoil heaps
6.1.9 If an excavation is likely to affect the
should be determined;
security of a structure on which
6.1.2 Before digging begins on site, all persons are working, precautions
excavation work should be planned should be taken to protect the
and the method of excavation and structure from collapse.
the type of support work required
6.1.10 Barricade at 1m height (with red &
decided.
white band/self glowing caution
6.1.3 All excavation work should be board) should be provided for
supervised. excavations beyond 1.5m depth.
Provide two entries/exits for such
6.1.4 Sites of excavations should be
excavation.
thoroughly inspected:
6.1.11 Necessary precautions should be
i) daily, prior to each shift and after
taken for underground utility lines
interruption in work of more than
like cables, sewers etc. and
one day;
necessary approvals/clearances
ii) after every blasting operation;
from the concerned authorities shall
iii) after an unexpected fall of
be obtained before commencement
ground;
of the excavation job.
iv) after substantial damage to
supports; 6.1.12 Water shall be pumped/bailed out, if
v) after a heavy rain, frost or snow; any accumulates in the trench.
vi) when boulder formations are Necessary precautions should be
encountered. taken to prevent entry of surface
water in trenches.
6.1.5 Safe angle of repose while
excavating trenches exceeding 6.1.13 During rains, the soil becomes
1.5m depth upto 3.0m should be loose. Take additional precaution
maintained. Based on site against collapse of side wall.
conditions, provide proper slope,
6.1.14 In hazardous areas, air should be
usually 450,and suitable bench of
tested to ascertain its quality. No
0.5m width at every 1.5m depth of
one should be allowed entry till it is
excavation in all soils except hard
suitable for breathing.
rock or provide proper shoring and
strutting to prevent cave-in or slides. 6.1.15 In case of mechanised excavation,
precaution shall be taken to not to
6.1.6 As far as possible, excavated earth
allow anybody to come within one
should not be placed within one
meter of extreme reach of the
meter of the edge of the trench or
mechanical shovel. The mechanised
depth of trench whichever is greater.
excavator shall be operated by a
6.1.7 Don't allow vehicles to operate too well-trained experienced operator.
close to excavated area. Maintain When not in operation, the machine
atleast 2m distance from edge of shall be kept on firm leveled ground
excavation. No load, plant or with mechanical shovel resting on
equipment should be placed or ground. Wheel or belt shall be
moved near the edge of any suitably jammed to prevent any
excavation where it is likely to cause accidental movement of the

6227-OISD-192
machine. Suitable precautions as viii) Tubes should be free from cracks,
per manufacturer guidelines should splits and excessive corrosion and
be taken for dozers, graders and be straight to the eye, and tube ends
other heavy machines. cut cleanly square with the tube
axis.
6.1.16 In case of blasting, follow strictly
IS:4081-1986 & Indian Explosive ix) Scaffolds should be designed for
Act and rules for storage, handling their maximum load as per relevant
and carrying of explosive materials code.
and execution of blasting operation.
x) Scaffolds should be adequately
6.2 SCAFFOLDING, PLATFORMS & braced.
LADDERS
xi) Scaffolds which are not designed to
6.2.1 Metal as material of construction be independent should be rigidly
connected to the building at
i) A scaffold should be provided and designated vertical and horizontal
maintained or other equally safe and places.
suitable provision should be made
xii) A scaffold should never extend
where work cannot safely be done
above the highest anchorage to an
on or from the ground or from part of
extent which might endanger its
a building or other permanent
stability and strength.
structure.
xiii) Loose bricks, drainpipes, chimney-
ii) Scaffolds should be provided with
pots or other unsuitable material
safe means of access, such as
should not be used for the
stairs, ladders or ramps. Ladders
construction or support of any part
should be secured against
of a scaffold.
inadvertent movement.
xiv) Scaffolds should be inspected and
iii) Every scaffold should be
certified:
constructed, erected and maintained
so as to prevent collapse or (a) before being taken into use;
accidental displacement when in (b) at periodic intervals thereafter as
use. prescribed for different types of
scaffolds;
iv) Every scaffold and part thereof
(c) after any alteration, interruption in
should be constructed :
use, exposure to weather or
(a) in such a way so as not to cause seismic conditions or any other
hazards for workers during erec- occurrence likely to have affected
tion and dismantling; their strength or stability.
(b) in such a way so as guard rails
xv) Inspection should more particularly
and other protective devices,
ascertain that:
platforms, ladders, stairs or
ramps can be easily put together; (a) the scaffold is of suitable type
(c) with sound material and of and adequate for the job;
requisite size and strength for the (b) materials used in its construction
purpose for which it is to be used are sound and of sufficient
and maintained in a proper strength;
condition. (c) it is of sound construction and
stable;
v) Boards and planks used for scaf-
(d) that the required safeguards are
folds should be protected against
in position.
splitting.
xvi) A scaffold should not be erected,
vi) Materials used in the construction of
substantially altered or dismantled
scaffolds should be stored under
except by or under the supervision.
good conditions and apart from any
material unsuitable for scaffolds. xvii) Every scaffold should be maintained
in good and proper condition, and
vii) Couplers should not cause
every part should be kept fixed or
deformation in tubes. Couplers
secured so that no part can be
should be made of drop forged steel
or equivalent material.

6227-OISD-192
displaced in consequence of normal more than 100mm apart, to give
use. support to each plank.
xviii) If out-rigger scaffolding is to be x) Platform plank shall not project
used, it should be specifically beyond its end support to a distance
designed and inspected before exceeding 4 times the thickness of
putting in use. plank, unless it is effectively secured
to prevent tipping. Cantilever planks
6.2.2 Lifting appliances on scaffolds
should be avoided.
i) When a lifting appliance is to be xi) The platform edges shall be
used on a scaffold: provided with 150mm high toe board
to eliminate hazards of tools or other
(a) the parts of the scaffold should objects falling from platform.
be carefully inspected to
determine the additional xii) Erect ladders in the “four up-one out
strengthening and other safety position”
measures required;
xiii) Lash ladder securely with the
(b) any movement of the scaffold
structure.
members should be prevented;
(c) if practicable, the uprights should xiv) Using non-slip devices, such as,
be rigidly connected to a solid rubber shoes or pointed steel ferules
part of the building at the place at the ladder foot, rubber wheels at
where the lifting appliance is ladder top, fixing wooden battens,
erected. cleats etc.
6.2.3 Prefabricated scaffolds xv) When ladder is used for climbing
over a platform, the ladder must be
i) In the case of prefabricated scaffold of sufficient length, to extend at least
systems, the instructions provided one meter above the platform, when
by the manufacturers or suppliers erected against the platform in “four
should be strictly adhered to. up-one out position.”
Prefabricated scaffolds should have
xvi) Portable ladders shall be used for
adequate arrangements for fixing
heights not more than 4mt. Above
bracing.
4mt flights, fixed ladders shall be
ii) Frames of different types should not provided with at least 600 mm
be intermingled in a single scaffold. landings at every 6mt or less.
iii) Scaffolding shall be erected on firm xvii) The width of ladder shall not be less
and level ground. than 300mm and rungs shall be
spaced not more than 300mm.
iv) All members of metal scaffolding
shall be checked periodically to xviii) Every platform and means of access
screen out defective / rusted shall be kept free from obstruction.
members. All joints should be
xix) If grease, mud, gravel, mortar etc.,
properly lubricated for easy
fall on platform or scaffolds, these
tightening.
shall be removed immediately to
v) Entry to scaffolding should be avoid slippage.
restricted.
xx) Workers shall not be allowed to
vi) Erection, alteration and removal work on scaffolds during storms or
shall be done under supervision of high wind. After heavy rain or
experienced personnel. storms, scaffolds shall be inspected
before reuse.
vii) Use of barrels, boxes, loose bricks
etc., for supporting platform shall not xxi) Don't overload the scaffolding.
be permitted. Remove excess material and scrap
immediately.
viii) Each supporting member of platform
shall be securely fastened and xxii) Dismantling of scaffolds shall be
braced done in a pre-planned sequential
manner.
ix) Where planks are butt-joined, two
parallel putlogs shall be used, not

6227-OISD-192
6.2.4 Suspended scaffolds/boatwain's engineering works, formwork,
chair falsework and shoring should be
carried out by trained workers only
i) In addition to the requirements for under the supervision of a
scaffolds in general as regards competent person.
soundness, stability and protection
ii) Precautions should be taken to
against the risk of falls, suspended
guard against danger to workers
scaffolds should meet the following
arising from any temporary state of
specific requirements.
weakness or instability of a
(a) platforms should be designed structure.
and built with dimensions that are
iii) Formwork, falsework and shoring
compatible with the stability of
should be so designed, constructed
the structure as a whole,
and maintained that it will safely
especially the length;
support all loads that may be
(b) the number or anchorage should
imposed on it.
be compatible with the
dimensions of the platform; iv) Formwork should be so designed
(c) the safety of workers should be and erected that working platforms,
safeguarded by an extra rope means of access, bracing and
having a point of attachment means of handling and stabilising
independent of the anchorage are easily fixed to the formwork
arrangements of the scaffold; structure.
(d) the anchorage and other
6.3.2. Erection and dismantling of steel
elements of support of the
and prefabricated structures
scaffold should be designed and
built in such a way as to ensure
sufficient strength; i) The safety of workers employed on
(e) the ropes, winches, pulleys or the erection and dismantling of steel
and prefabricated structures should
pulley blocks should be
designed, assembled, used and be ensured by appropriate means,
maintained according to the such as provision and use of:
requirements established for (a) ladders, gangways or fixed
lifting gear adapted to the lifting platforms;
of persons according to national (b) platforms, buckets, boatswain's
laws and regulations; chairs or other appropriate
(f) Before use, the whole structure means suspended from lifting
should be checked by a appliances;
competent person. (c) safety harnesses and lifelines,
catch nets or catch platforms;
6.2.5 Bamboo Scaffolding
(d) Power-operated mobile working
platforms.
i) In general, it should be avoided as
far as possible. It should not be ii) Steel and prefabricated structures
used in the unit/off-site areas and should be so designed and made
where hot work is to be done. that they can be safely transported
and erected.
ii) For construction and maintenance of
residential and office buildings, iii) In addition to the need for the
situated outside explosive licensed stability of the part when erected,
area, bamboo scaffold, if used, the design should explicitly take
should conform to provisions given following into account:
in lS-3696 (Part 1)-1987.
(a) the conditions and methods of
6.3 STRUCTURAL WORK, LAYING attachment in the operations of
OF REINFORCEMENT & transport, storing and temporary
CONCRETING support during erection or
dismantling as applicable;
6.3.1 General provisions
(b) Methods for the provision of
safeguards such as railings and
i) The erection or dismantling of
working platforms, and, when
buildings, structures, civil
necessary, for mounting them

6227-OISD-192
easily on the structural steel or (a) be of such shape and dimensions
prefabricated parts. as to ensure a secure grip
without damaging the part;
iv) The hooks and other devices built in
(b) be marked with the maximum
or provided on the structural steel or
permissible load in the most
prefabricated parts that are required
unfavourable lifting conditions.
for lifting and transporting them
should be so shaped, dimensioned x) Structural steel or prefabricated
and positioned as: parts should be lifted by methods or
appliances that prevent them from
(a) to withstand with a sufficient
spinning accidentally.
margin the stresses to which they
are subjected; xi) When necessary to prevent danger,
(b) Not to set up stresses in the part before they are raised from the
that could cause failures, or ground, structural steel or
stresses in the structure itself not prefabricated parts should be
provided for in the plans, and be provided with safety devices such as
designed to permit easy release railings and working platforms to
from the lifting appliance. Lifting prevent falls of persons.
points for floor and staircase
xii) While structural steel or
units should be located (recessed
prefabricated parts are being
if necessary) so that they do not
erected, the workers should be
protrude above the surface;
provided with appliances for guiding
(c) To avoid imbalance or distortion
them as they are being lifted and set
of the lifted load.
down, so as to avoid crushing of
v) Storeplaces should be so hands and to facilitate the
constructed that: operations. Use of such appliances
should be ensured.
(a) there is no risk of structural steel
or prefabricated parts falling or xiii) A raised structural steel or
overturning; prefabricated part should be so
(b) storage conditions generally secured and wall units so propped
ensure stability and avoid that their stability cannot be
damage having regard to the imperiled, even by external agencies
method of storage and atmo- such as wind and passing loads
spheric conditions; before its release from the lifting
(c) racks are set on firm ground and appliance.
designed so that units cannot
xiv) At work places, instruction should be
move accidentally.
given to the workers on the
vi) While they are being stored, methods, arrangements and means
transported, raised or set down, required for the storage, transport,
structural steel or prefabricated lifting and erection of structural steel
parts should not be subjected to or prefabricated parts, and, before
stresses prejudicial to their stability. erection starts, a meeting of all
those responsible should be held to
vii) Every lifting appliance should:
discuss and confirm the
(a) be suitable for the operations and requirements for safe erection.
not be capable of accidental
xv) During transportation within the
disconnection;
construction area, attachments such
(b) be approved or tested as per
as slings and stirrups mounted on
statutory requirement.
structural steel or prefabricated
viii) Lifting hooks should be of the self- parts should be securely fastened to
closing type or of a safety type and the parts.
should have the maximum
xvi) Structural steel or prefabricated
permissible load marked on them.
parts should be so transported that
ix) Tongs, clamps and other appliances the conditions do not affect the
for lifting structural steel and stability of the parts or the means of
prefabricated parts should: transport result in jolting, vibration or
stresses due to blows, or loads of
material or persons.

6227-OISD-192
xvii) When the method of erection does placed in position and secured
not permit the provision of other against dislodgment.
means of protection against fall of
6.3.3 Reinforcement
persons, the workplaces should be
protected by guardrails, and if
appropriate by toe-boards. i) Ensure that workers use Personnel
Protective equipment like safety
xviii) When adverse weather conditions helmet, safety shoes, gloves etc.
such as snow, ice and wind or
reduced visibility entail risks of ii) Don't place the hand below the rods
accidents, the work should be for checking clear distance. Use
measuring devices.
carried on with particular care, or, if
necessary, interrupted. iii) Don't wear loose clothes while
xix) Structures should not be worked on checking the rods.
during violent storms or high winds, iv) Don't stand unnecessarily on
or when they are covered with ice or cantilever rods.
snow, or are slippery from other
causes. v) To carry out welding/cutting of rods,
safety procedures/precautions as
xx) If necessary, to prevent danger, mentioned in Item No. 6.5 to be
structural steel parts should be followed.
equipped with attachments for
suspended scaffolds, lifelines or vi) For supplying of rods at heights,
safety harnesses and other means proper staging and/or bundling to be
of protection. provided.

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
xxiii) When structural steel or 1/3rd 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

6227-OISD-192
v) Check safety cages & guards with aggregate, shall be provided
around moving motors/parts etc. with PVC hand gloves and rubber
provided in concreting mixers. shoes with legging up to knee joints.
vi) Use Personal Protective Equipment 6.4.6 At the end of day's work, surplus hot
like gloves, safety shoes etc. while bitumen in tar boiler shall be
dealing with concrete and wear properly covered by a metal sheet,
respirators for dealing with cement. to prevent anything falling in it,
vii) Earthing of electrical mixers, 6.4.7 If bitumen accidentally falls on
vibrators, etc. should be done and ground, it shall be immediately
verified. covered by sprinkling sand, to
prevent anybody stepping on it.
viii) Cleaning of rotating drums of
Then it shall be removed with the
concrete mixers shall be done from
help of spade.
outside. Lockout devices shall be
provided where workers need to 6.4.8 For cement concrete roads, besides
enter. site barricading and installation of
warning signs for traffic diversion,
ix) Where concrete mixers are driven
safe practices mentioned in the
by internal combustion engine,
chapter on "Concreting", shall also
exhaust points shall be located
be applicable.
away from the worker's workstation
so as to eliminate their exposure to 6.5 CUTTING/WELDING
obnoxious fumes.
6.5.1 Common hazards involved in
x) Don't allow unauthorised person to
welding/cutting are sparks, molten
stand under the concreting area.
metal, flying particles, harmful light
xi) Ensure adequate lighting rays, electric shocks etc. Following
arrangements for carrying out precautions should be taken: -
concrete work during night.
i) A dry chemical type fire extinguisher
xii) Don't allow the same workers to shall be made available in the work
pour concrete round the clock. Insist area.
on shift pattern.
ii) Adequate ventilation shall be
xiii) During pouring, shuttering and its ensured by opening manholes and
supports should be continuously fixing a shield or forced circulation of
watched for defects. air etc, while doing a job in confined
space.
6.4 ROAD WORK
iii) Ensure that only approved and well-
6.4.1 Site shall be barricaded and maintained apparatus, such as
provided with warning signs, torches, manifolds, regulators or
including night warning lamps at pressure reducing valves, and
appropriate locations for traffic acetylene generators, be used.
diversion.
iv) All covers and panels shall be kept
6.4.2 Filled and empty bitumen drums in place, when operating an electric
shall be stacked separately at Arc welding machine.
designated places.
v) The work piece should be
6.4.3 Mixing aggregate with bitumen shall connected directly to Power supply,
preferably be done with the help of and not indirectly through
bitumen batch mixing plant, unless pipelines/structures/equipments etc.
operationally non-feasible.
vi) The welding receptacles shall be
6.4.4 Road rollers, Bitumen sprayers, rated for 63 A suitable for 415V, 3-
Pavement finishers shall be driven Phase system with a scraping earth.
by experienced drivers with valid Receptacles shall have necessary
driving license. mechanical interlocks and earthing
facilities.
6.4.5 Workers handling hot bitumen
sprayers or spreading bitumen vii) All cables, including welding and
aggregate mix or mixing bitumen ground cables, shall be checked for

6227-OISD-192
any worn out or cracked insulation xxiv) Do not use matches to light torches,
before starting the job. Ground cable use a friction lighter.
should be separate without any
xxv) Move out any leaking cylinder
loose joints.
immediately.
viii) Cable coiling shall be maintained at
xxvi) Use trolleys for oxygen & acetylene
minimum level, if not avoidable.
cylinder and chain them.
ix) An energised electrode shall not be
xxvii) Always use Red hose for acetylene
left unattended.
and other fuel gases and Black for
x) The power source shall be turned off oxygen, and ensure that both are in
at the end of job. equal length.
xi) All gas cylinders shall be properly xxviii) Ensure that hoses are free from
secured in upright position. burns, cuts and cracks and properly
clamped.
xii) Acetylene cylinder shall be turned
and kept in such a way that the xxix) Avoid dragging hoses over sharp
valve outlet points away from edges and objects
oxygen cylinder.
xxx) Do not wrap hoses around cylinders
xiii) Acetylene cylinder key for opening when in use or stored.
valve shall be kept on valve stem,
xxxi) Protect hoses from flying sparks, hot
while cylinder is in use, so that the
slag, and other hot objects.
acetylene cylinder could be quickly
turned off in case of emergency. xxxii) Lubricants shall not be used on Ox-
Use flash back arrestors to prevent fuel gas equipment.
back-fire in acetylene/oxygen
cylinder. xxxiii) During cutting/welding, use proper
type goggles/face shields.
xiv) When not in use, valves of all
cylinders shall be kept closed. 6.6 WORKING IN CONFINED SPACES

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
xvi) Forced opening of any cylinder vessels should be followed in
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.
xviii) Store acetylene and oxygen i) Shut down, isolate, depressurise
cylinders separately. and purge the vessel as per laid
down procedures.
xix) Store full and empty cylinders
separately. ii) Entry inside the vessel and to carry
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.

6227-OISD-192
vi) Before entering inside the vessels xix) The gas cylinders used for
underground or located at lower cutting/welding shall be kept
elevation, probability of dense outside.
vapours accumulating nearby
xx) All cables, hoses, welding
should also be considered in
equipment etc., shall be removed
addition to inside the vessel.
from confined space at end of each
vii) Ensure requisite O2 level before work day, even if the work is to be
entry in the confined space and resumed in the same space the next
monitor level periodically or other day.
wise use respiratory devices.
xxi) To the extent possible sludge shall
viii) Check for no Hydrocarbon or toxic be cleared and removed from
substances before entry and monitor outside before entering.
level periodically or use requisite
xxii) No naked light or flame or hot work
Personal Protective Equipment.
such as welding, cutting and
ix) Ensure adequate ventilation or use soldering should be permitted inside
respiratory devices. a confined space or area unless it
has been made completely free of
x) Depending upon need, necessary
the flammable atmosphere, tested
respirator system, gas masks and
and found safe by a competent
suit shall be worn by everyone
person. Only non-sparking tools and
entering confined space. In case of
flameproof hand lamps protected
sewer, OWS or in the confined area
with guard and safety torches
where there is a possibility of toxic
should be used inside such confined
or inert gas, gas masks shall be
space or area for initial inspection,
used by everyone while entering.
cleaning or other work required to
xi) Barricade the confined spaces be done for making the area safe.
during hoisting, radiography,
xxiii) Communication should be always
blasting, pressure testing etc.
maintained between the worker and
xii) Use 24V flameproof lamp fittings the attendant.
only for illumination.
6.7 PROOF/PRESSURE TESTING
xiii) Use tools with air motors or electric
tools with maximum voltage of 24V. 6.7.1 Review test procedure before
allowing testing with water or air or
xiv) House keeping shall be well
any other fluid.
maintained.
6.7.2 Provide relief valves of adequate
xv) Safety helmet, safety shoes and
size while testing with air or other
safety belt shall be worn by
gases.
everyone entering the confined
space. 6.7.3 Ensure compliance of necessary
precautions, step wise loading,
xvi) Don't wear loose clothing while
tightening of fasteners, grouting etc.
working in a confined space.
before and during testing.
xvii) In case of the vessels which are
6.7.4 Inform all concerned in advance of
likely to contain pyropheric
the testing.
substances (like Iron Sulphide),
special care need to be taken before 6.7.5 Keep the vents open before opening
opening the vessel. Attempt should any valve for filling/draining of liquid
be made to remove the pyropheric used for hydrotesting. The
substances. Otherwise, these filling/draining should not exceed the
should be always kept wet by designed rate for pressure testing.
suitable means.
6.7.6 Provide separate gauges of suitable
xviii) The cutting torches should also be range for pressurising pump and the
kept outside the vessel immediately equipment to be tested.
after the cutting.
6.7.7 Provide gauges at designated
locations for monitoring of
pressures.

6227-OISD-192
6.7.8 Check the calibration of all ii) Roof work should only be
pressurising equipment and undertaken by workers who are
accessories and maintain records. physically and psychologically fit
and have the necessary knowledge
6.7.9 Take readings at pre-defined
and experience for such work.
intervals.
iii) Work on roofs shouldn't be carried
6.8 WORKING AT HEIGHTS
on in weather conditions that
6.8.1 General Provision threaten the safety of workers.
iv) Crawling boards, walkways and roof
i) While working at a height of more ladders should be securely fastened
than 3 meters, ISI approved safety
to a firm structure.
belt shall be used.
v) Roofing brackets should fit the slope
ii) While working at a height of more of the roof and be securely
than 3 meters, permit should be supported.
issued by competent person before
commencement of the job. vi) Where it is necessary for a person
to kneel or crouch near the edge of
iii) Worker should be well trained on the roof, necessary precautions
usage of safety belt including its should be taken.
proper usage at the time of
ascending/descending. vii) On a large roof where work have to
be carried out at or near the edge, a
iv) All tools should be carried in tool kits simple barrier consisting of crossed
to avoid their falling.
scaffold tubes supporting a tubing
v) If the job is on fragile/sloping roof, guardrail may be provided.
roof walk ladders shall be used. viii) All covers for openings in roofs
vi) Provide lifeline wherever required. should be of substantial construction
and be secured in position.
vii) Additional safety measures like
providing Fall Arrestor type Safety ix) Roofs with a pitch of more than 10
belt, safety net should be provided should be treated as sloping.
depending upon site conditions, job x) When work is being carried out on
requirements. sloping roofs, sufficient and suitable
viii) Keep working area neat and clean. crawling boards or roof ladders
Remove scrap material immediately. should be provided and firmly
secured in position.
ix) Don't throw or drop
material/equipment from height. xi) During extensive work on the roof,
strong barriers or guardrails and toe-
x) Avoid jumping from one member to boards should be provided to stop a
another. Use proper passageway. person from falling off the roof.
xi) Keep both hands free while xii) Where workers are required to work
climbing. Don't try to bypass the on or near roofs or other places
steps of the ladder. covered with fragile material,
xii) Try to maintain calm at height. Avoid through which they are liable to fall,
over exertion. they should be provided with
suitable roof ladders or crawling
xiii) Avoid movements on beam. boards strong enough and when
xiv) Elevated workplaces including roofs spanning across the supports for the
should be provided with safe means roof covering to support those
of access and egress such as stairs, workers.
ramps or ladders. xiii) A minimum of two boards should be
6.8.2 Roof Work provided so that it is not necessary
for a person to stand on a fragile
i) All roof-work operations should be roof to move a board or a ladder, or
pre-planned and properly for any other reason.
supervised.

6227-OISD-192
6.8.3 Work on tall chimneys c) haul heavy materials or
equipment up and down by hand
i) For the erection and repair of tall to or from the workplace on the
chimneys, scaffolding should be chimney;
provided. A safety net should be d) fasten pulleys or scaffolding to
maintained at a suitable distance reinforcing rings without first
below the scaffold. verifying their stability;
e) work alone;
ii) The scaffold floor should always be f) climb a chimney that is not
at least 65 cm below the top of the provided with securely anchored
chimney.
ladders or rungs;
iii) Under the working floor of the g) Work on chimneys in use unless
scaffolding the next lower floor the necessary precautions to
should be left in position as a catch avoid danger from smoke and
platform. gases have been taken.
iv) The distance between the inside x) Work on independent chimneys
edge of the scaffold and the wall of should not be carried on in high
the chimney should not exceed 20 winds, icy conditions, fog or during
cm at any point. electrical storms.
v) Catch platforms should be erected 6.9 HANDLING AND LIFTING
over: EQUIPMENT:
(a) the entrance to the chimney; 6.9.1 General Provisions
(b) Passageways and working
places where workers could be Following are the general guidelines
endangered by falling objects. to be followed with regard to all
types of handling and lifting
vi) For climbing tall chimneys, access equipment in addition to the
should be provided by: guidelines for specific type of
(a) stairs or ladders; equipments dealt later on.
(b) a column of iron rungs securely
embedded in the chimney wall; i) There should be a well-planned
(c) Other appropriate means. safety programme to ensure that all
the lifting appliances and lifting gear
vii) When workers use the outside rungs are selected, installed, examined,
to climb the chimney, a securely tested, maintained, operated and
fastened steel core rope looped at dismantled with a view to preventing
the free end and hanging down at the occurrence of any accident;
least 3 m should be provided at the
top to help the workers to climb on
ii) All lifting appliances shall be
to the chimney.
examined by competent persons at
viii) While work is being done on frequencies as specified in "The
independent chimneys the area Factories act".
surrounding the chimney should be
iii) Check thoroughly quality, size and
enclosed by fencing at a safe
condition of all lifting tools like chain
distance.
pulley blocks, slings, U-clamps, D-
ix) Workers employed on the shackles etc. before putting them in
construction, alteration, use.
maintenance or repair of tall
iv) Safe lifting capacity of all lifting &
chimneys should not:
handling equipment, tools and
a) work on the outside without a shackles should be got verified and
safety harness attached by a certificates obtained from competent
lifeline to a rung, ring or other authorities before its use. The safe
secure anchorage; working load shall be marked on
b) put tools between the safety them.
harness and the body or in
v) Check periodically the oil, brakes,
pockets not intended for the
gears, horns and tyre pressure of all
purpose;
moving equipments like cranes,

6227-OISD-192
forklifts, trailers etc as per i) Hoist shafts should be enclosed with
manufacturer's recommendations. rigid panels or other adequate
fencing at:
vi) Check the weights to be lifted and
accordingly decide about the crane (a) ground level on all sides;
capacity, boom length and angle of (b) all other levels at all points at
erection. which access is provided;
(c) all points at which persons are
vii) Allow lifting slings as short as
liable to be struck by any moving
possible and check packing at the
part.
friction points.
ii) The enclosure of hoist shafts,
viii) While lifting/placing of the load, no
except at approaches should extend
unauthorised person shall remain
where practicable at least 2mt
within the radius of the boom and
above the floor, platform or other
underneath the load.
place to which access is provided
ix) While loading, unloading and except where a lesser height is
stacking of pipes, proper wedges sufficient to prevent any person
shall be placed to prevent rolling falling down the hoistway and there
down of the pipes. is no risk of any person coming into
contact with any moving part of the
x) Control longer jobs being lifted up hoist, but in no case should the
from both ends. enclosure be less than 1mt in
xi) Only trained operators and riggers height.
should carry out the job. While the iii) The guides of hoist platforms should
crane is moving or lifting the load, offer sufficient resistance to bending
the trained rigger should be there for
and, in the case of jamming by a
keeping a vigil against hitting any safety catch, to buckling.
other object.
iv) Where necessary to prevent danger,
xii) During high wind conditions and
adequate covering should be
nights, lifting of heavy equipments provided above the top of hoist
should be avoided. If unavoidable to shafts to prevent material falling
do erection in night, operator and
down them.
rigger should be fully trained for
night signaling. Also proper v) Outdoor hoist towers should be
illumination should be there. erected on firm foundations, and
securely braced, guyed and
xiii) Allow crane to move on hard, firm anchored.
and leveled ground.
vi) A ladderway should extend from the
xiv) When crane is in idle condition for bottom to the top of outdoor hoist
long periods or unattended, crane towers, if no other ladderway exists
boom should either be lowered or
within easy reach.
locked as per manufacturer's
guidelines. vii) Hoisting engines should be of ample
capacity to control the heaviest load
xv) Hook and load being lifted shall
that they will have to move.
remain in full visibility of crane
operators, while lifting, to the extent viii) Hoists should be provided with
possible. devices that stop the hoisting engine
as soon as the platform reaches its
xvi) Don't allow booms or other parts of highest stopping place.
crane to come within 3 meters reach
of overhead electrical cables. ix) Winches should be so constructed
that the brake is applied when the
xvii) No structural alterations or repairs control handle is not held in the
should be made to any part of a operating position.
lifting appliance, which may affect
the safety of the appliance without x) It should not be possible to set in
the permission and supervision of motion from the platform a hoist,
the competent person. which is not designed for the
conveyance of persons.
6.9.2 Hoists

6227-OISD-192
xi) Winches should not be fitted with
pawl and ratchet gears on which the
• on the platform or cage: the
maximum number of persons
pawl must be disengaged before the to be carried at one time;
platform is lowered.
(c) on hoists for goods only:
xii) Hoist platforms should be capable of
supporting the maximum load that • on every approach to the hoist
they will have to carry with a safety and on the platform: prohi-
factor. bition of use by persons.
xiii) Hoist platforms should be equipped xxi) Hoists intended for the carriage of
with safety gear that will hold the persons should be provided with a
platform with the maximum load if cage so constructed as to prevent
the hoisting rope breaks. any person from falling out or being
xiv) If workers have to enter the cage or trapped between the cage and any
go on the platform at landings there fixed part of the structure when the
should be a locking arrangement cage gate is shut, or from being
preventing the cage or platform from struck by the counterbalance weight
moving while any worker is in or on or by articles or materials tailing
it. down the hoistway.
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.

xix) Platforms should be provided at all 6.9.3 Derricks


landings used by workers. Stiff-leg derricks
xx) Following notices should be posted
up conspicuously and in very legible i) Derricks should be erected on a firm
characters: base capable of taking the
combined weight of the crane
(a) on all hoists: structure and maximum rated load.
• on the platform: the carrying ii) Devices should be used to prevent
capacity in kilograms or other masts from lifting out of their
appropriate standard unit of seating.
weight; iii) Electrically operated derricks should
be effectively earthed from the sole
• on the hoisting engine: the
plate or framework.
lifting capacity in kilograms or
other appropriate standard iv) Counterweights should be so
unit of weight; arranged that they do not subject
the backstays, sleepers or pivots to
(b) on hoists authorised or certified for
excessive strain.
the conveyance of persons:
v) When derricks are mounted on
wheels:

6227-OISD-192
a) a rigid member should be used to iii) Gin poles should be fastened at
maintain the correct distance their feet to prevent displacement in
between the wheels; operation.
b) they should be equipped with
iv) Gin poles, which are moved from
struts to prevent them from
place to place and re-erected,
dropping if a wheel breaks or the
should not be taken into use again
derrick is derailed.
before the pole, lifting ropes, guys,
vi) The length of a derrick jib should not blocks and other parts have been
be altered without consulting the inspected, and the whole appliance
manufacturer. has been tested under load.
vii) The jib of a scotch derrick crane v) When platforms or skips are hoisted
should not be erected within the by gin poles, precautions should be
backstays of the crane. taken to prevent them from spinning
and to provide for proper landing.
Guy derricks
6.9.5 Tower cranes
i) The restraint of the guy ropes
should be ensured by fitting stirrups i) Where tower cranes have cabs at
or anchor plates in concrete high level, persons, capable and
foundations. trained to work at heights, should
only be employed as crane
ii) The mast of guy derricks should be
operators.
supported by six top guys spaced
approximately equally. ii) The characteristics of the various
machines available should be
iii) The spread of the guys of a guy
considered against the operating
derrick crane from the mast should
requirements and the surroundings
not be more than 450 from the
in which the crane will operate
horizontal.
before a particular type of crane is
iv) Guy ropes of derricks should be selected.
equipped with a stretching screw or
iii) Care should be taken in the
turnbuckle or other device to
assessment of wind loads both
regulate the tension.
during operations and out of service.
v) Gudgeon pins, sheave pins and fool Account should also be taken of the
bearings should be lubricated effects of high structures on wind
frequently. forces in the vicinity of the crane.
vi) When a derrick is not in use, the iv) The ground on which the tower
boom should be anchored to crane stands should have the
prevent it from swinging. requisite bearing capacity. Account
should be taken of seasonal
6.9.4 Gin poles variations in ground conditions.
i) Gin poles should: v) Bases for tower cranes and tracks
for rail-mounted tower cranes should
(a) be straight; be firm and level. Tower cranes
(b) consist of steel or other suitable should only operate on gradients
metal; within limits specified by the
(c) be adequately guyed and manufacturer. Tower cranes should
anchored; only be erected at a safe distance
(d) be vertical or raked slightly from excavations and ditches.
towards the load;
(e) be of adequate strength for the vi) Tower cranes should be sited where
loads that they will be required to there is clear space available for
lift/move. erection, operation and dismantling.
As far as possible, cranes should be
ii) Gin poles should not be spliced and sited so that loads do not have to be
if a gin pole is composed of different handled over occupied premises,
elements, they should be assembled over public thoroughfares, other
in conformity with their intrinsic construction works and railways or
material strength. near power cables.

6227-OISD-192
vii) Where two or more tower cranes are i) Only ropes with a known safe
sited in positions where their jibs working capacity should be used as
could touch any part of the other lifting ropes.
crane, there should be direct means
ii) Lifting ropes should be installed,
of communication between them
maintained and inspected in
and a distinct warning system
accordance with manufacturers'
operated from the cab so that one
instructions.
driver may alert the other of
impending danger. iii) Repaired steel ropes should not be
used on hoists.
viii) The manufacturers' instructions on
the methods and sequence of iv) Where multiple independent ropes
erection and dismantling should be are used, for the purpose of stability,
followed. The crane should be to lift a work platform, each rope
tested before being taken into use. should be capable of carrying the
load independently.
ix) The climbing operation of climbing
tower cranes should be carried out 6.10 VEHICLE MOVEMENT
in accordance with manufacturers'
instructions. The free-standing 6.10.1 Park vehicles only at designated
places. Don't block roads to create
height of the tower crane should not
extend beyond what is safe and hindrance for other vehicles.
permissible in the manufacturers' 6.10.2 Don't overload the vehicle.
instructions.
6.10.3 Obey speed limits and traffic rules.
x) When the tower crane is left
unattended, loads should be 6.10.4 Always expect the unexpected and
removed from the hook, the hook be a defensive driver.
raised, the power switched off and 6.10.5 Drive carefully during adverse
the boom brought to the horizontal. weather and road conditions.
For longer periods or at times when
adverse weather conditions are 6.10.6 Read the road ahead and ride to the
expected, out of service procedures left.
should be followed. The main jib 6.10.7 Be extra cautious at nights. Keep
should be slewed to the side of the wind screens clean and lights in
tower away from the wind, put into working condition.
free slew and the crane immobilised.
6.10.8 All vehicles used for carrying
xi) A windspeed measuring device workers and construction materials
should be provided at an elevated must undergo predictive/preventive
position on the tower crane with the maintenance and daily checks
indicator fitted in the drivers' cab.
6.10.9 Driver with proper valid driving
xii) Devices should be provided to license shall only be allowed to drive
prevent loads being moved to a the vehicle
point where the corresponding safe
working load of the crane would be 6.10.10 Routes shall be leveled, marked and
exceeded. Name boards or other planned in such a way so as to
items liable to catch the wind should avoid potential hazards such as
not be mounted on a tower crane overhead power lines and sloping
other than in accordance with the ground etc.
manufacturers' instructions. 6.10.11 While reversing the vehicles, help of
xiii) Tower cranes should not be used for another worker should be ensured
magnet, or demolition ball service, at all times
piling operations or other duties, 6.10.12 An unattended vehicle should have
which could impose excessive the engine switched off
loading on the crane structure.
6.10.13 Wherever possible one-way system
6.9.6 Lifting ropes shall be followed
6.10.14 Barriers/fixed stops should be
provided for excavation/openings to
prevent fall of vehicle

6227-OISD-192
6.10.15 Load should be properly secured xiv) ELCB for all temporary connections
must be provided. Use insulated 3-
6.10.16 The body of the tipper lorry should
pin plug tops.
always be lowered before driving
the vehicle off. xv) All power supply cables should be
laid properly and neatly so that they
6.10.17 Signs/signals/caution boards etc.
don't cause hindrance to persons
should be provided on routes .
working and no physical damage
6.11 ELECTRICAL also takes place to the cables during
various construction activities.
6.11.1 General Provisions
xvi) All Power cables to be properly
i) Only persons having valid licenses terminated using glands and lugs of
should be allowed to work on proper size and adequately crimped.
electrical facilities. xvii) Use spark-proof/flame proof type
ii) No person should be allowed to electrical fittings in Fire Hazard
work on live circuit. The same, if zones as per area classification
unavoidable, special care and under OISD-STD-113.
authorisation need to be taken. xviii) Check installations of steel
iii) Treat all circuits as "LIVE" unless plates/pipes to protect underground
ensured otherwise. cables at crossings.
iv) Electrical "Tag Out" procedure xix) Don't lay unarmored cable directly
"MUST" be followed for carrying out on ground, wall, roof or trees. All
maintenance jobs. temporary cables should be laid at
least 750 mm below ground and
v) Display voltage ratings prominently cable markers should be provided.
with "Danger" signs. Proper sleeves should be provided
vi) Put caution/notice signs before at road crossings. In case temporary
starting the repair works. cables are to be laid on wooden
poles/steel poles, the minimum
vii) All electrical equipment operating cable heights should be 4.5 M.
above 250V shall have separate and
distinct connections to earth grid. xx) Maintain safe overhead distance of
HT cables as per Indian Electricity
viii) Proper grounding to be ensured for Rules and relevant acts.
all switch boards and equipment
including Portable ones prior to xxi) Don't connect any earthing wire to
taking into service. the pipelines/structures.
ix) Make sure that electrical switch xxii) Don't make any unsafe temporary
boards, portable tools, equipments connections, naked joints/wiring etc.
(like grinding machine etc.) don't get xxiii) Ensure that temporary cables are
wet during their usage. If it happens, free from cuts, damaged insulation,
stop the main supply, make the tools kinks or improper insulated joints.
dry and then only use them. Check
proper earthing. xxiv) Check at periodic intervals that pins
of sockets and joints are not loose.
All temporary switch boards/
KIOSKS put up at work site should xxv) Protect electrical wires/equipments
be suitably protected from rain and from water and naked flames.
the level of same should be high xxvi) Illuminate suitably all the work
enough to avoid contact with water
areas.
due to water logging.
xxvii) All switchboards should be of MS
x) Don't work wet on electrical system. structure only and incoming source
xi) Don't overload the electrical system. should be marked.
xii) Use only proper rated HRC fuses. xxviii) Hand lamps should not be of more
than 24V rating.
xiii) Industrial type extension boards and
Plug sockets are only to be used. xxix) Fire extinguishers (DCP/CO2/Sand
buckets) should be kept near

6227-OISD-192
temporary switch boards being used ensure suitability for its proposed
for construction purposes. Don't use use.
water for fighting electrical fires.
ii) At the beginning of every shift, the
xxx) Insulating mats shall be provided in person using the electrical
the front and back end of switch equipment should make a careful
boards. external examination of the
equipment and conductors,
xxxi) All parts of electrical installations
especially the flexible cables.
should be so constructed, installed
and maintained as to prevent iii) Apart from some exceptional cases,
danger of electric shock, fire and work on or near live parts of
external explosion. electrical equipment should be
forbidden.
Periodic checking/certification of
electrical safety appliances such as iv) Before any work is begun on
gloves, insulating mats, hoods etc. conductors or equipment that do not
to be done/witnessed along with have to remain live:
maintaining a register at site signed
a) the current should be switched
by competent authority.
off by a responsible authorised
xxxii) A notice displaying following, should person;
be kept exhibited at suitable places: b) precautions should be taken to
prevent the current from being
a) prohibiting unauthorised persons
switched on again;
from entering electrical
c) the conductors or the equipment
equipment rooms or from
should be tested to ascertain that
handling or interfering with elec-
they are dead;
trical apparatus;
d) the conductors and equipment
b) containing directions as to
should be earthed and short-
procedures in case of fire, rescue
circuited;
of persons in contact with live
e) neighbouring live parts should be
conductors and the restoration of
adequately protected against
persons suffering from electric
accidental contact.
shock;
c) specifying the person to be v) After work has been done on
notified in case of electrical conductors and equipment, the
accident or dangerous current should only be switched on
occurrence, and indicating how to again on the orders of a competent
communicate with him. person after the earthing and short-
circuiting have been removed and
xxxiii) No other cables/pipes to be laid in
the workplace reported safe.
trench used for electrical cables.
xxxiv) Utmost care should be taken while vi) Electricians should be provided with
excavating Earth from cable trench approved and tested tools, and
to avoid damage or any accident. personal protective equipment such
xxxv) Sub-station floor cut-outs meant for as rubber gloves, mats etc.
switch board installations to be
vii) All conductors and equipment
covered wherever installation is
should be considered to be live
incomplete.
unless there is a proof of the
NOTE: A Residual Current Operated Circuit contrary.
Breaker (RCCB) or Earth Leakage
viii) When work has to be done in
Circuit Breaker (ELCB), when
dangerous proximity to live parts the
installed, protects a human being to
current should be cut off. If for
the widest extent. RCCB or ELCB
operational reasons this is not
should be provided as per Indian
possible, the live parts should be
Electricity Rules.
fenced off or enclosed by qualified
6.11.2 Inspection and maintenance staff from the sub-station concerned.

i) All electrical equipment should be


inspected before taking into use to

6227-OISD-192
6.11.3. Testing 6.12.2 Drilling Rigs

i) Electrical installations should be i) Location of jack up rigs should not


inspected and tested and the results be less than 5 Kms from shipping
recorded. route. Orientation of the rig, wind
direction etc are required for safe
ii) Periodic testing of the efficiency of
landing of helicopter. Information
the earth leakage protective devices
w.r.t. sea currents, wind speed, Hi-
should be carried out.
lo tide etc are required for mooring
iii) Particular attention should be paid to of supply vessels.
the earthing of apparatus, the
ii) Sea bed condition at every location
continuity of protective conductors,
should be ensured for safety of rig.
polarity and insulation resistance,
protection against mechanical iii) Radio and other communication
damage and condition of facilities should be such to maintain
connections at points of entry. contact with base all times.
6.12 OFFSHORE iv) During toeing of rig, the rig deck
should be clear of load, toeing lines
6.12.1 General
should be in good condition and
tensions in various toeing lines
The isolated nature of offshore installations
should be constantly monitored.
are hazardous. They call for greater need for
safety and survival at offshore. Safety at v) Few steps during toeing are:
offshore is safety of installations and safety
a) crane booms should be
of personnel. Safety problems and accidents
secured to their vesta,
at offshore have high risks due to limited
b) all hatches and water tight
space, helicopter operation, sea transport
doors should be closed,
etc. Following are the general safety
c) number of personnel on board
guidelines to be followed in addition to the
should be restricted,
safety guidelines stipulated for specific jobs
d) evacuate in case of emergency
dealt later on:
and operation should be
i) Workers should be well trained to completed preferably in day
do their job independently with high light.
degree of self-control and self-
6.12.3 Drilling
discipline.
ii) On arrival at offshore, everyone i) In view of CO2 and H2S gas cut from
should be briefed about the safety well, effective ventilation should be
rules to be followed at offshore, provided where drilling is in
evacuation system etc. All progress.
personnel should wear overall
ii) Safety alarm shall be checked in
(dangri), helmet and shoes for
advance in view of failure of
personnel protection.
ventilation system.
iii) In case of emergency, workers
iii) Suitable sensors for H2S and
should follow instruction of Field
Methane should be function tested
Production Superintendent (F.P.S.)
time to time and suitable colour
In certain cases instructions may be
code should be given.
given to abandon the offshore
installation and evacuate the iv) Working areas of the crane should
persons to safe location. be illuminated during night to avoid
accident.
iv) To overcome above problems,
offshore personnel must receive v) Clear space should be available for
training for using life saving despatch and receipt of load and, in
appliances and other personal particular, basket transfer of
survival techniques. passengers. Persons engaged in
loading/unloading of materials
v) Any person working at offshore
should be protected from falling into
should have one person as standby
the sea.
for any eventuality.

6227-OISD-192
vi) Signal light should be fitted at the iii) Surface safety valve or SDV should
top of the jib. be checked for no gas leakage from
vii) Crane hook should be fitted with bleed port / flange etc., in the well
safety latches. head area. It should not be in
"mechanical override" or bypassed
viii) Experienced person should be from panel.
engaged in operation of specific
equipment like winches, cranes etc. iv) High pressure gas lift lines -
blowdown system should be O.K.
ix) At least three cable turns shall
always be there on the winch drum. v) Auto actuation of SDVs in the inlet
of pressure vessels should be O.K.
x) Adequate communication like walkie
talkie, round robin phone should be and in "normal position" from
available between the crane shutdown panels. A record of status
operator, supervisor and helper. of switches normal/bypassed in
auto-con* panels (PSH, PSL, LSL,
xi) Crane operation should be
ILSL) should be maintained.
completely stopped during
helicopter landing/taking off.
∗ Shut Down Panels
xii) Except for helicopter landing deck,
vi) Welders rectifier set and electrical
all decks, platforms, bridges,
connections to it should be checked
ladders should have rigid and fixed
guard rails atleast one meter high and approved by electrical-in-
and should have one intermediate charge for proper electrical safely.
rail midway between the handrail vii) “SCADA" telementry system if
and 100 mm toe board. available should be operational for
xiii) Wooden ladders shall not be used remote opening and closing of wells
at offshore. at unmanned platforms (through
RPMC).
xiv) Flow sensor in the flow line should
be ensured for safe working and to viii) Local ESD/FSD (near the work site)
avoid blow out. should be provided for jobs of very
critical nature, so that the persons
xv) Hydrogen sulphuide gas In offshore
working can access it immediately in
is of great risk and at 10 ppm
(0.001%) concentration in air, a emergency for safety. Safety officer
person should not be exposed for should judge the requirement &
more than 8 hours, If concentration inform FPS for the same.
is more, then breathing apparatus ix) Railings and Gratings etc. in and
should be used. Corrosion of around work area should be O.K.
equipment is also caused by H2S. and inspected to avoid slippage of
xvi) Portable H2S gas detector should man into sea.
be continously used. x) Emergency shut down (ESD)
6.12.4 Production Platforms system is initiated when an
abnormal condition is detected.
i) In case hydrocarbon Is released due ESD should be checked once in six
to overpressure, leak, overflow, gas months.
blow etc., shut down process to stop xi) Platform should be manned round
flow of hydrocarbon. Prevent ignition the clock.
of released hydrocarbon and in case
of fire shut in the process complex xii) Welding and cutting work should be
and follow emergency contigency regulated by hot work permit.
plan. xiii) All detectors should be calibrated as
ii) Sub surface safetv valve (SSSV)) per recommendation of the
below the well head should be manufacturer.
actuated during uncontrolled well - xiv) No system should be by-passed
flow and they should be regularly which affects the system of platform.
checked.

6227-OISD-192
xv) In H2S field platforms, due care shall accommodate twice the number of
be taken as per recommendations. persons onboard installation.
xvi) Follow the instructions of F.P.S. iii) Launching appliances and life boat
during stay at platform equipment should be checked every
week.
6.12.5 Fire Prevention And Control
iv) Boat landing areas should be
i) Provision be made for safe handling adequately illuminated.
and storage of dirty rags, trash, and
v) Life raft has no power and they rely
waste oil. Flammable liquids and
on drift.
chemicals applied on platform
should be immediately cleaned. vi) Life jacket lifts the wearer after
entering water.
ii) Paint containers and hydrocarbon
samples, gas cylinders for welding vii) Life buoys are used to rescue
and cutting should be stored persons if any person accidentally
properly. Cylinders should be falls in the sea.
transported in hand-cart.
viii) All life saving appliances should be
iii) Smoking should be restricted and inspected by the MMD surveyor /sr.
no smoking area should be officials once a year.
identified.
ix) Every life boat shall be inspected
iv) Special attention should be given to once a week.
crude oil pump seals, diesel and
x) Every life boat and life raft should
gas engines which are potential
be serviced once a year by a
source of ignition in the event of
competent authority,
failure.
6.12.7 Safety Precautions during
v) Fire and smoke detectors i.e.
Helicopter Transportation
ultraviolet heat, thermal and smoke
detector should be function tested
once in three months. i) Passenger briefing regarding safety
rules while travelling in helicopter
vi) Fire is controlled in offshore by should be carried out before
water spraying, Halon, CO2 boarding the helicopter.
flooding, DCP and sprinkler system.
ii) Emergency procedure should be
vii) Foaming agent is applied for briefed to all the passenger In case
controlling fire in liquid hydrocarbon. helicopter is to ditch into the sea.
The system is not effective in gas
fire. iii) Heli-pad should have a non-skid
surface. Nylon rope net should be
viii) Light weight breathing system stretched on the deck.
should be used.
iv) Proper drainage should be available
ix) The fire control plan at offshore on helideck.
should reveal control station, fire
v) There should be no obstruction on
alarms and fire detectors, deluge
valves and sprinkler, fire the helideck itself and within 3
extinguishing appliances, fireman meters of its parameter. Closest
super structure above the helideck
outfit and ventilation system.
should have red obstruction light.
x) Fire fighting equipment should be
maintained in ready to use vi) While landing fire crew of two
persons should be standby adjacent
condition.
to helideck.
6.12.6 Life Saving Appliances
vii) Heli-deck should be properly
illuminated for night landing.
i) Life boats with a speed of 6 knots
and carrying capacity upto 50 viii) During switching off helicopter,
persons are used in offshore. persons should not be allowed to go
out/ towards helicopter
ii) No. of life boats on one installation
should have a capacity to

6227-OISD-192
6.13 DEMOLITION posted. To protect the public a fence
2m high should be erected
6.13.1. General provisions
enclosing the demolition operations
and the access gates should be
i) When the demolition of any building
secured outside working hours.
or structure might present danger to
workers or to the public: vi) The fabric of buildings contaminated
with substances hazardous to health
(a) necessary precautions, methods
should be decontaminated.
and procedures should be Protective clothing and respiratory
adopted, including those for the devices should be provided and
disposal of waste or residues;
worn.
(b) the work should be planned and
undertaken only under the vii) Where plant has contained
supervision of a competent flammable materials, special
person. precautions should be taken to
avoid fire and explosion.
ii) Before demolition operations begin:
viii) The plant to be demolished should
(a) structural details and builders' be isolated from all other plant that
drawings should be obtained may contain flammable materials.
wherever possible;
Any residual flammable material in
(b) details of the previous use should the plant should be rendered safe by
be obtained to identify any cleaning, purging or the application
possible contamination and
of an inert atmosphere as
hazards from chemicals, appropriate.
flammables, etc.;
(c) an initial survey should be carried ix) Care should be taken not to
out to identify any structural demolish any parts, which would
problems and risks associated destroy the stability of other parts.
with flammable substances and
x) Demolition activities should not be
substances hazardous to health.
continued under adverse climatic
The survey should note the type
conditions such as high winds,
of ground on which the structure
which could cause the collapse of
is erected, the condition of the
already weakened structures.
roof trusses, the type of framing
used in framed structures and the xi) To prevent hazards parts of struc-
load-bearing walls; tures should be adequately shored,
(d) a method of demolition should be braced or otherwise supported.
formulated after the survey and
xii) Structures should not be left in a
recorded in a method statement
condition in which they could be
having taken all the various
brought down by wind pressure or
considerations into account and
vibration.
identifying the problems and their
solutions; xiii) Where a deliberate controlled
collapse technique is to be used,
iii) All electric, gas, water and steam
expert engineering advice should be
service lines should be shut off and,
obtained, and:
as necessary, capped or otherwise
controlled at or outside the (a) it should only be used where the
construction site before work whole structure is to come down
commences. because it relies on the removal
of key structural members to
iv) If it is necessary to maintain any
effect a total collapse;
electric power, water or other
(b) it should only be used on sites
services during demolition
that are fairly level and where
operations, they should be
there is enough surrounding
adequately protected against
space for all operatives and
damage.
equipment to be withdrawn to a
v) As far as practicable, the danger safe distance.
zone round the building should be
xiv) When equipment such as power
adequately fenced off and sign
shovels and bulldozers are used for

6227-OISD-192
demolition, due consideration should 6.14.9 All personnel working with
be given to the nature of the building radiography sources should wear
or structure, its dimensions, as well appropriate protective equipment
as to the power of the equipment and film badges issued by BARC.
being used.
6.14.10 Protection facilities such as
xv) If a swinging weight is used for manipulator rod, remote handling
demolition, a safety zone having a tongs, lead pots, radiation hazard
width of at least one-and-a-half placards and means of cordon off
times the height of the building or shall be available at each site.
structure should be maintained
6.14.11 The radiography source shall never
around the points of impact.
be touched or handled directly with
6.13.2. Demolition of structural steelwork hands.
6.14.12 The package containing radiography
i) All precautions should be taken to
cameras and sources should never
prevent danger from any sudden
be carried by public transport like
twist, spring or collapse of
bus, train etc.
steelwork, ironwork or reinforced
concrete when it is cut or released. 6.14.13 Radiography sources and cameras,
when not in use, should be stored
ii) Steel construction should be
inside a source pit with lock and key
demolished tier by tier.
arrangement as approved by BARC.
iii) Structural steel parts should be The storage room should preferably
lowered and not dropped from a be located in an isolated area of
height. minimum occupancy and radiation
level outside the storage room
6.14 RADIOGRAPHY should not exceed 0.25 mR/hr as
per BARC Regulations.
6.14.1 All radiography jobs shall be carried
out as per BARC Safety Regulations 6.14.14 In case of an accident (due to loss
or of damage to radiography
6.14.2 During field radiography, nearby source), action should be taken in
area around the radiation source line with BARC Safety
should be cordoned off. Rules/Guidelines.
6.14.3 If the field radiography is to be done
at the same location repeatedly, it is 6.15 SAND/SHOT BLASTING/ SPRAY
advisable to provide either a wire PAINTING
fencing around or a temporary brick
enclosure. 6.15.1 Sand blasting should be used only
6.14.4 Special permission/permit should be after approval from competent
taken for radiography from area-in- person.
charge. 6.15.2 Air Compressor used for sand/shot
6.14.5 As far as possible, field radiography blasting/painting should have guard
should be done only during night and positioned away from the work
time when there is little or no place.
occupancy there. 6.15.3 Exhaust of the prime mover, if IC
6.14.6 Radiation warning signals should be engine is used, should be directed
pasted all along the cordoned off away from the work place.
area. 6.15.4 In case of motor driven compressor,
6.14.7 Entry into the restricted area by the body of the motor as well as the
unauthorised persons should be compressor to be properly earthed.
strictly prohibited during exposure. 6.15.5 The hoses used for compressed air
6.14.8 The radiation level alongwith the should be of proper quality, and
cordon should be monitored by a health of the same to be ensured
suitable and well-calibrated radiation through regular check/ test.
survey meter.

6227-OISD-192
6.15.6 The operator of sand/shot iv) All deck openings including those for
blasting/painting should wear buckets should be fenced.
suitable PPE's including mask.
6.16.2 Rescue & Emergency procedures
6.15.7 Adequate measures to be taken to
suppress dust/spray particle.
i) Persons who work over water
6.15.8 Sand used for sand blasting should should be provided with some form
be suitably covered & protected of buoyancy aid. Life jackets should
from to rain/moisture. provided sufficient freedom of
movement, have sufficient buoyancy
6.15.9 When these activities are done in
to bring persons to the surface and
confined places, adequate measure
keep them afloat face upwards, be
to be taken for proper ventilation.
easily secured to the body, be
6.16 WORK ABOVE WATER readily visible by way of self
luminous paint/strip.
6.16.1 General Provisions ii) Nobody should work alone on or
i) Where work is done over or in close above water.
proximity to water & where iii) Each worker should be trained in the
possibility of drowning exists, procedure to be followed in the
provision should be made for: event of an emergency.
a) Preventing workers from falling into
water; 7.0 ADDITIONAL SAFETY
b) The rescue of workers in danger PRECAUTION FOR UNITS
of drowning; WITH HYDROCARBONS
c) Safe and sufficient transport. In addition to general safety
precautions as outlined above for
ii) Provisions for the safe performance the activities in Clause 6.0, following
of work over or in close proximity to additional safety precautions need
water should include, where to be taken for the sites within the
appropriate, the provision and use of operating area or nearby, where
suitable and adequate: presence of Hydrocarbons cannot
be ruled out.
a) fencing, safety nets and safety
i) No job shall be carried out without a
harnesses;
valid permit. Permit should be in
b) lifebuoys, life jackets and manned
line with OISD-STD-105 "Work
boats;
Permit System".
c) protection against such hazards
as reptiles and other animals. ii) Smoking should be prohibited in all
iii) Gangways, pontoons, bridges, places containing readily
footbridges and other walkways or combustible or flammable materials
work places over water should: and "No Smoking" notices be
a) possess adequate strength and prominently displayed.
stability;
iii) In confined spaces and other places
b) be sufficiently wide to allow safe
where flammable gases, vapours or
movement of workers;
dusts can cause danger, following
c) have level surfaces free from
measures should be taken:
tripping hazards;
d) be adequately lit when natural (a) only approved type electrical
light is insufficient; installations and equipment,
e) where practicable and necessary, to including portable lamps, should
prevent danger, be provided with be used;
toe-boards, guard rails, hand ropes (b) there should be no naked
etc. flames or source of ignition;
f) be secured to prevent (c) oily rags, waste and clothes or
dislodgment by rising water or high other substances liable to
winds; spontaneous ignition should be
g) if necessary, be equipped with removed without delay to a safe
ladders which should be sound, of place;
sufficient strength and length and be (d) ventilation should be provided.
securely lashed to prevent slipping.

6227-OISD-192
iv) Regular inspections should be made xi) A dry chemical type fire extinguisher
of places where there are fire risks. shall be made available in the work
These include the vicinity of heating area. Also fire protection facilities
appliances, electrical installations like running hoses etc. as per permit
and conductors, stores of flammable should be complied with.
and combustible materials, welding
xii) Wherever required, welding screens
and cutting operations.
shall be put up to protect other
v) Welding, flame cutting and other hot equipment in adjoining areas
work should only be done after against flying sparks. Material used
issuance of work permit in line with should be metal/asbestos/water
the requirement of OISD-STD-105 curtain.
after appropriate precautions, as
xiii) Welding or cutting of vessels/
required, are taken to reduce the
equipments used in Hydrocarbon/
risk of fire. For carrying out other
hazardous chemicals shall be done
jobs also, OISD-STD-105 should be
after proper gas freeing and
followed strictly.
verifying the same with the
vi) Fire-extinguishing equipment should explosive-meter.
be well maintained and inspected at
xiv) The confined space/equipment shall
suitable intervals by a competent
be gas freed and cleaned.
person. Access to fire-extinguishing
equipment such as hydrants, xv) Absence of any toxic gas and any
portable extinguishers and flammable gas above explosion limit
connections for hoses should be shall be ensured with the help of
kept clear at all times. gas detection instrument and
explosive meter respectively.
vii) All supervisors and a sufficient
number of workers should be trained xvi) Used and hot electrode stubs shall
in the use of fire-extinguishing be discarded in a metal bucket.
equipment, so that adequate trained
personnel are readily available xvii) Use approved and certified flame
during all working periods. arrestors for vehicles.
xviii) Work permit to be obtained, if
viii) Audio means to give warning in
case of fire should be provided construction work is carried out
where this is necessary to prevent within existing operating area.
danger. Such warning should be 8.0 FIRST AID
clearly audible in all parts of the site
where persons are liable to work. First aid facilities should be provided
There should be an effective in line with various statutory
evacuation plan so that all persons regulations like factory act etc.
are evacuated speedily without However following care should be
panic and accounted for and all taken:
plant and processes shut down.
ix) Notices should be posted at i) First aid, including the provision of
conspicuous places indicating: trained personnel should be ensured
at work sites. Arrangement should
(a) the nearest fire alarm; be made for ensuring the medical
(b) the telephone number and attention of the injured workers. First
address of the nearest aid box should be as per the Factory
emergency services. rules.
x) The work site shall be cleared of all ii) Suitable rescue equipment, like
combustible materials, as Sparks stretchers should be kept readily
and molten metal coming from the available at the construction site.
welding job can easily ignite
combustible materials near or below iii) First-aid kits or boxes, as
the welding site. If the combustible appropriate and as per statutory
materials cannot be removed from requirements, should be provided at
the area, the same shall be properly workplaces and be protected
shielded. against contamination by dust,
moisture etc.

6227-OISD-192
iv) First-aid kit or boxes should not i) Poster: Posters with safety slogan
keep anything besides material for in humorous, gruesome
first aid in emergencies. demonstrating manner may be used
to discourage bad habits attributable
v) First-aid kits and boxes should
to accidents by appealing to the
contain simple and clear instructions
workers' pride, self-love, affection
to be followed, be kept under the
curiosity or human aspects. These
charge of a responsible person
should be displayed in prominent
qualified to render the first aid and
location(s).
be regularly inspected and stocked.
ii) Safety Sign Boards: Different type
vi) Where the work involves risk of
of message of cautioning, attention,
drowning, asphyxiation or electric
notice etc. should be displayed at
shock, first-aid personnel should be
the appropriate places for learning/
proficient in the use of resuscitation
awareness of the workmen while
and other life saving techniques and
working at site.
in rescue procedures.
iii) Films & Slides: Film(s) narrating
vii) Emergency telephone numbers of
the accident including the causes
nearby Hospitals, Police, Fire
and possible remedial ways of
Station and Administration should
preventing the recurrence of a
be prominently displayed.
similar accident should be displayed
9.0 DOCUMENTATION at regular intervals. Slides consisting
main points of the film show may
The intention of keeping also be shown to workers.
documentation of all types of iv) Talks, lectures & conferences:
accident(s) is to prevent recurrence The success of these events would
of similar accident(s). All accidents depend much on audience’s
should be reported as per OISD understandings of the speaker (s).
Guidelines (OISD-GDN-107) and The speakers are to be
Factories act, 1948. knowledgeable and good presenter.
All accidents (major, minor or near Speakers should know to hold the
miss) should be investigated, attention and to influence the
analysed and recommendations audiences.
should be documented along with v) Competitions: Organise
implementation status. competition(s) between the different
All related data should be well- deptts/categories of workers. The
documented and further analysis sense of reward/recognition also will
highlighting the major cause(s) of improve safety awareness and
accidents be done. This will help in result in enhancing safety levels.
identifying thrust areas and training vi) Exhibitions: Exhibitions also make
needs for prevention of accidents. the workers acquainted with hazards
and means of preventive measures.

10.0 SAFETY AWARENESS & vii) Safety Publication: Safety


publications including pocket books
TRAINING
dealing with ways of investigation
and prevention in the field of safety
Safety awareness to all section of
and so on, may be distributed to
personnel ranging from site-in-
workers to promote the safety
charge to workmen helps not only
awareness.
preventing the risk but also build up
the confidence. Time and viii) Safety Drives: From time to time,
expenditures also get saved as a an intensive safety drive by
result. organising a safety day or a safety
week etc. should be launched.
Safety awareness basically seeks to
persuade/inform people on safety ix) Training: Training for covering the
besides supplementing skill also. hazards for different trade should be
Awareness programme may include imparted. Training should also
followings: include the specific hazards related

6227-OISD-192
to a job in addition to the general iii) Safety & Health in Construction by
safety training as has been dealt in ILO
various chapters and should include
iv) The Building & Other Construction
all workers. Reference may be
Workers (Regulation, Employment
drawn from OISD-STD-154.
and Conditions of Service) Act 1996
11.0 REFERRENCES
i) Factory Act, 1948
ii) Indian Electricity Rules

6227-OISD-192
ANNEXURE I

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF


INDIAN STANDARDS

Sr.no Code No. Title

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.

6227-OISD-192
Sr.no Code No. Title

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

6227-OISD-192
OISD – GDN – 207

FOR RESTRICTED
CIRCULATION ONLY

OCTOBER 2002

CONTRACTOR SAFETY

OISD – GUIDELINES – 207

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas
CONTRACTOR SAFETY

CONTENTS

SECTION DESCRIPTION

1.0 INTRODUCTION

2.0 SCOPE

3.0 DEFINITIONS

4.0 DUTIES / RESPONSIBILITIES

4.1 Owner

4.2 Contractor

4.3 Consultant

4.5 Designer

5.0 SAFETY MANAGEMENT

5.1 Job Safety Analysis (JSA)

5.2 Criteria of a Selection of a Contractor

5.3 Site Planning and Layout

5.4 Gate Entry Procedure

5.5 Training

5.6 Inspection / Audit

5.7 Penalties for non-compliance

5.8 Incident Reporting and Investigation System

5.9 Safety Committee Meetings

5.10 Safety Equipment / Personnel Protective Equipment

6.0 REFERENCES

ANNEXURE I List of BIS codes / Statutory Regulations

ANNEXURE II Checklist for Safety Inspection / Audit


CONTRACTOR SAFETY

1.0 INTRODUCTION on its behalf, for supervising / co-ordinating


the activities of the contractor/execution
Oil and Gas operations like Drilling, agency.
Production, Refining, Transportation and
Distribution are inherently hazardous. A Contractor / Executing Agency
large number of contractor workforce is
deployed to carry out construction, A physical or legal person/entity having
maintenance and other jobs. The analysis of contractual obligation with the owner, and
the incidents in the Petroleum Sector who deploys one or more worker on the site.
indicates that a large number of incidents
involved contractor workforce and have Contractor Worker
resulted in either casualty or injury besides
leading to property damage and operational It covers all workmen who are either self-
interruptions and environmental degradation. employed or employed through contractor,
the casual workers and includes contractor’s
In order to improve the safety levels of oil supervisor, working at a location / site
installations, the contractor safety is of employed directly by Owner or through their
utmost importance and there is a need to contractor.
institute a good contractor safety system.
Incident
2.0 SCOPE
An incident is an unplanned, uncontrolled,
This standard covers broadly the guidelines unintended or unforeseen event, caused by
on the management system for enhancing unsafe acts and / or unsafe conditions,
the safety levels of the contractor workforce resulting in or having the potential to result in
deployed in construction, maintenance and personal injury and/or property damage.
operation activities in the hydrocarbon
industry. Consultant

The safety precautions to be taken while Consultant is a physical or legal


carrying out different activities during person/entity engaged by owner to provide
construction / maintenance have separately the consultancy services to owner for
been covered in OISD-GDN-192 on "Safety management of the contract on their behalf
Practices during Construction". or as specified.

3.0 DEFINITIONS Designer

Work station/Work site Designer is a physical or legal person / entity


engaged by owner to provide design
A place/unit where the job is carried out by services of a work site.
contractor/executing agency in specified
manner with safety, during construction Owner's Representative / Engineer In
phase or in operation phase. Charge

Owner The Owner’s representative/Engineer-in-


charge is the one, who has been designated
Any physical or legal person/entity for whom
by the owner to manage the contract.
prescribed job is carried out.
Owner's Safety Officer
It shall also include owner's designated
representative / consultant /nominee / agent,
A properly trained person designated by
authorised from time to time to act for and
owner who ensures safety at work site.
viii) To specify the requirements of
Health, Safety and Environment (HSE)
4.0 DUTIES/ RESPONSIBILITIES (commensurate with the nature of job)
in Pre- Qualification criteria.
4.1 OWNER
ix) To designate Engineer-in-charge
4.1.1 Owner’s Management and safety officer.

The commitment to safety has to be x) To arrange for a multi-


emphasised by the owner by practice by its disciplinary safety audit team to
own management and employees at all conduct surprise / regular safety
levels. The duties and responsibilities of audits and monitor the implementation
owner should include: of the recommendations.

i) To institute a mechanism for xi) To introduce suitable schemes


identification and compliance of all for motivation of the contractor worker
applicable statutory rules & to adhere to safety guidelines.
regulations (Refer Annexure I for a list
of few important Bureau of Indian xii) To review safety practices & their
Standards & statutory regulations). implementation through periodic
surprise visit of the work sites and
ii) To provide specific information to monthly review meeting.
contractors and make workers aware
on the hazards associated with job xiii) To develop the HSE plans and
assigned. incorporate the same in the tender
document.
iii) To provide information about
Risk Mitigation measures available at xiv) To liaise with external agencies
the place of work. like press, public etc and with law
enforcement, regulatory, statutory
iv) To provide the contractor with agencies etc.
information on Owners Safety Plan &
Regulations, Emergency Management xv) To report to statutory agencies
Plan, lockout/ tag out procedure, on safety compliance and accidents, if
confined space entry, work permit any.
system, excavation/trench permit
system etc. 4.1.2 Owner's Representative/Engineer-
in-charge
v) To specify rules (e.g. for security
including access arrangements) and The duties & responsibilities of engineer-in-
safety rules such as fire protection, charge should include:
first aid arrangements, Work Permit
systems etc. i) To ensure that all Contract
requirements including Health, Safety,
vi) To provide comprehensive list of Environment & Security are complied
statutory regulations / standards and with.
specification, to be complied with
during execution of contract, in the ii) To ensure that contractor workforce
tender document itself. deployed is adequately qualified,
trained and in state of health to
vii) To ensure training of the commensurate with the requirements
contractor workforce, medical of the job.
examination, and proper usage of
safety equipment. iii) To ensure that the Tools / Tackles and
Machinery being used are properly
tested and are in sound working contracts), which is to be considered
conditions and necessary resources in future when selecting contractors.
proposed for providing safe place of
work and necessary PPE are being xii) To ensure that the Consultant,
used. contractor and sub-contractor employ
/ designate qualified & trained Safety
iv) To take the required necessary Engineer / Officer commensurate with
corrective action immediately upon requirement of the job.
noticing or receipt of a report on
noncompliance or any such condition 4.1.3 Owner's Safety Officer
which poses a threat to health, safety The duties & responsibilities of the Owner's
or environment. If during the course of Safety Officer should include:
execution of the contract, any
situation of non-compliance with the i) To assess the hazards associated
contractor's safety and health plan are with jobs in consultation with all
noticed / reported, the same will be concerned and establish safe working
taken up with the contractor for procedure including identification of
correction. In the event of repeated the escape routes.
non compliance, suitable action to be ii) To establish a written record of factors
initiated as per the contract. which can cause injuries and
illnesses.
v) To ensure that the incidents are
reported to all concerned within iii) To undertake routine/surprise
stipulated timeframe. inspections of all work sites and
identify unsafe conditions & practices,
vi) To ensure submission of a plan for if any. Check for compliance of the
safe working (Method Statement) safety practices being followed with
from contractor and approval of the approved HSE Plan.
same by competent person / iv) To investigate promptly the incidents
department. (including near-miss) in order to
advise corrective and/or preventive
vii) To ensure that Work Permit action.
System in line with OISD-STD-105 is
adhered to. v) To maintain statistical information for
use in analyzing all phases of
viii) To ensure availability of all the incidents and events involving
documentation needed for the contract personnel.
execution of contract. vi) To provide the means for complying
with the reporting requirements for
ix) To ensure that the quality controls occupational injuries and illnesses.
have been maintained during
vii) To check whether the proposed
fabrication/erection and all jobs
working arrangements are safe and
required for safe commissioning have
satisfactory, particularly at the
been carried out.
interface between the contractor's
planned work and owner’s existing
x) To ensure safe dismantling of all
facilities.
temporary facilities/connections put
up by the contractor, after completion
viii) To communicate to the
of work.
Contractor the imposed restrictions
which may affect the work/personnel
xi) To compile a report on the safety
such as the temporary closure of a
performance (at the conclusion of
corridor or electrical isolation of
each contract or periodically such as
equipment.
annually for renewable and long-term
ix) To review and monitor the contractor's iii) To nominate qualified & trained Safety
adherence to approved HSE plan and Engineers / Officers reporting to the
all applicable environmental, health, Site in charge, for supervision, co-
and safety requirements. ordination and, liaison for the
implementation of the safety plan.
x) To ensure that Consultant,
Contractor’s Managers, Supervisors Similar HSE Plan should be
and workmen at all levels (who will implemented at the sub- contractor’s
plan, monitor, oversee and carry out or supplier’s site /office. However the
the work) undergo Health, Safety and compliance with the HSE Plan is to be
Environmental training in their the sole responsibility of the
respective responsibilities with Contractor.
respect to conducting work safely and
with due regard for the protection of iv) To arrange suitable facilities in liaison
the environment. with the owner for drinking water,
toilets, lighting, canteen, crèche etc as
xi) To identify areas of operations where applicable as per Laws/ Legislation at
specialized training is required to deal site and also arrange for workmen
with potential dangers. compensation insurance, third party
liability insurance, registration under
xii) To document and to bring to the ESI / PF act etc as applicable.
attention of the Owner's Supervisor
and Contractor any non- v) To arrange for fire protection
compliance/violation of the safety equipment as per the advice of owner.
norms against approved safety and
health plan or safety and health vi) To ensure that its employees have
requirements and also raise these completed appropriate health and
issues in the Safety Committee safety training as required by the
Meetings. statute / regulation and also as per
requirements of the Owner /
xiii) To take part in Tool Box Consultant. The documentation of
Meetings at random and to ensure such training imparted to all its
maintenance of records. employees should be maintained and
produced for verification as required.
4.2 CONTRACTOR
vii) To comply with all the security
4.2.1 Contractor's Management arrangements of owner.

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
the sub-contractor’s workforce. These vi) To take immediate action to correct
measures should include the provision and any violation of safety rules observed
use of specific safety equipment, methods of or reported.
carrying out specific tasks on safety and the
inspection and appropriate use of tools. vii) To ensure that the workers likely
to be exposed to hazardous
The responsibilities indicated separately chemicals/materials have access to
under contractor’s Supervisor, Safety Officer appropriate Material Safety Data
and contract worker are contractually that of Sheets (MSDS), wherever applicable,
the Contractor and legally binding on the and provide necessary mitigation
Contractor only. However the specific measures.
detailing as above has been given
separately for guidance and operational viii) To ensure inspection and
convenience. certification of all tools (hand operated
as well as mechanically operated)
The selection of sub contractors, if being used. Defective tools shall be
employed, should be approved by the immediately removed.
owner. Sub-contractor should comply fully
with all safety rules and conditions ix) To ensure that appropriate warning
applicable to the main contractor. signboards or tags are displayed.

4.2.2 Contractor’s Supervisor / Safety x) To ensure that workers have proper


Officer training for their job assignments,
including use of appropriate PPE and
Duties & responsibilities of the Contractor’s first aid fire fighting equipment.
supervisor/Safety Officer should include the
following: xi) To comply with all applicable safety
and health standards, rules,
i) To ensure strict compliance with work regulations and orders issued by
permit system by carrying out work competent authority pertaining to the
only with appropriate work permits assigned activities.
and after ensuring that all safety
precautions / conditions in the permit xii) To ensure that sick and/or
are complied with and closing the injured workers receive appropriate
same after job completion. first aid and/or medical attention.

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 Owner’s Engineer-in-charge
state of health. immediately.

v) To ensure that the workers xv) To conduct daily inspections to


understand the work to be done, the ensure compliance with safety
hazards that may be encountered, standards, codes, regulations, rules
and the proper precautions/procedure and orders applicable to the work
for carrying out the work safely. concerned.
xvi) To ensure that workers under iii) To wear PPE as stipulated and
their supervision are aware of their necessary for the job.
responsibilities.
iv) To inform promptly to their supervisor
xvii) To arrange daily tool box regarding all work related incidents
meeting and regular site safety resulting in personal injury, illness
meetings and maintain records in the and/or property damage.
required formats. (Refer Clause 5.9.1)
v) To take all necessary and appropriate
xviii) To arrange stand-by supervisor/ safety precautions to protect
worker where situations so demand. themselves, other personnel and the
environment.
xix) To develop methods and display
banners/posters to inculcate safety 4.3 CONSULTANT
consciousness.
The activities and responsibilities covered
xx) To attend training and ensure under the scope of the Owner may be
participation of his workers for training delegated to the consultant in those cases
as per schedule arranged by the as applicable, based on the respective
Owner / Consultant and keeps himself contract conditions. The primary
updated. responsibility of Consultant is to ensure
compliance with agreed HSE plan for the
xxi) To keep records of number of contract by the Contractor. However those
persons working at the site. responsibilities conferred on Owner as
Principal employer cannot be delegated to
xxii) To keep a constant liaison with consultant.
Engg-in-charge / owners’
representative on safety issues. Where the consultant‘s scope involves
Engineering and Design, those factors under
xxiii) To maintain accident & nearmiss Designer should also be applicable.
record in a register.
In all cases, the Consultant's scope should
xxiv) To ensure that only PPE of the include submission of latest HSE plans for
approved type by owner is used at work under his and Contractor's purview and
site. implementing the same till job completion. It
should conform to owner's overall HSE plan.
A separate Safety Officer should be This should include Guidelines and
assigned, where more than 100 workers are Implementation and Reporting Methodology
employed at site. For smaller jobs, the to be followed with required report formats.
supervisor should assume the role of the
safety officer also. Adequate number of Safety Officers shall be
provided by the Consultant with necessary
4.2.3 Contract workers skills required for the work to be performed.

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
dismantling, Pre-commissioning, accident, causes of injuries and personal
commissioning and Performance run to experience) and determine the
meet the Guarantees and advise the risk preventive measures to overcome these
mitigation measures. hazards
• Apply the controls to the hazards
All the hazards and safety measures to be • Evaluate the controls
adopted while handling Dangerous
chemicals and Catalysts should be detailed 5.2 CRITERIA OF SELECTION OF A
by the Process Licensor and the same CONTRACTOR
should be again included in the scope of the
suppliers. Specific write ups/MSDS should “Contractor Safety” can be ensured to a
be obtained from Patented single source large extent if competent agency for
suppliers also. execution of assignment or job, based on
HSE system agreed upon by owner, is
Designs should recognize, include and apply selected. It is necessary to assess his
safe practice during preparation, capabilities and competencies to perform
construction and subsequent operational work safely.
use and maintenance after completion of the
Project. A databank should be developed for all the
contractors for their past performance on
All documents including drawings and HSE aspects. An attempt should also be
calculations are to be originated, checked made to get similar data from other similar
and approved in accordance with latest industries.
international codes, standards,
specifications and design basis philosophy. The data required will depend upon
complexity involved in the job and type / size
Preferred use of low risk materials, policy of resources required. Format needs to be
on hazardous substances, preferred use suitably developed depending upon size,
of low noise and dust-suppressed nature of the job & hazard associated
equipment etc. should be encouraged. therein. The format designed should also
take care of the skill required to carry out the
5.0 SAFETY MANAGEMENT job.

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
5.3 SITE PLANNING AND LAYOUT vii) Pedestrian pathways and routes
for vehicular traffic (light/heavy
Before starting the construction/maintenance vehicles including material handling
job at existing workplace in operation or equipment) should be earmarked.
green field locations, following should be
ensured: - viii) Artificial lighting to be provided at
places where work continues or
i) Details regarding location of workers pass by after sunset or in
workshop/ fabrication yard, site office, case natural light is insufficient like
stores, laboratory, electrical confined spaces.
installations, placement of
construction machinery, medical and ix) Keep all equipment /machines under
welfare facilities, lighting underground cover to prevent them from dust,
and above ground piping route, cable rain/flood water, heat etc. and follow
route etc. should be decided prior to storage instructions as applicable for
commencement of the work in each of them.
consultation with owner / Consultants
and implementation should be 5.4 GATE ENTRY PROCEDURE
ensured. Layout should be displayed
at strategic locations. Gate entry at any site / workplace / unit is to
be restricted to ensure entry of only
ii) The resources required to meet any authorised persons / vehicles.
emergency situations like fire fighting,
first aid etc. should be planned and 5.4.1 Entry procedure for all contractor
mobilized as per the job requirement. worker should be as follows:

iii) The sequence or order in which work A. Issuance of Pass


to be done and any hazardous
operations or processes should be i) The passes are to be issued after the
identified. owner’s representative/engineer-in-
charge forwards the application of the
iv) Free access to site shall be provided contractor providing complete details
with clear roads, passage, gangways, of the workers being engaged. The
staircases etc. Access to construction contractor may be asked to submit
site should be leveled, open and free Character & Antecedents (C&A)
from any obstructions like verification of individual worker from
construction material or scrap/waste, concerned authorities.
exposure to hazards such as falling
materials, material handling ii) With regard to issuance of passes for
equipment and vehicles. Any pit or all vehicles including material
ditch shall be covered or barricaded. handling equipment, owner’s
representative / engineer-in-charge
v) Arrangements should be made to should forward the application only
maintain good housekeeping at site. after ensuring that all documents
Scrap and debris generated out of pertaining to the fitness of the
construction work should be vehicle/equipment and valid driving
removed/disposed off at a regular license of the driver etc. are available.
interval as directed. Emergency exit
should be provided in case of iii) The passes should be serially
blockade of primary exit. numbered with address, contractor
name, identification mark, signature of
vi) Suitable warning notices and also the the worker etc.
routes to and from welfare facilities
should be displayed prominently. iv) Special colour code for passes should
be used for persons entering different
areas like Administrative Block, Unit taken with two copies (one for
area, Project Area (wherever preparing the pass and other for
applicable). attachment with gate register).
Specific advice and recommendation
v) Contractor workers engaged on of User Department may be given due
routine basis for long periods should cognizance. Relevant details are to
be provided with monthly photo pass. be written. The pass should be
collected back at the gate after day’s
vi) Special permit is required separately work.
for working beyond normal working
hours and holidays. 5.4.2 Tank Truck Loading (TTL)
Operation :
B. Gate Entry
At the loading / unloading location, a large
i) Entry of the contractor’s employees no. of Tank Trucks of petroleum products
should be permitted with valid gate enter the installation. Crew members are
passes only. generally not regular entrants. The
procedure should be as follows:
ii) Entry of contractor’s workers should
be allowed in presence of authorized i) The gate pass should be issued to the
representative of contractor. individual crew members on written
request of the transporter
iii) Records of persons at the time of mentioning TT registration nos.,
entry/exit should be maintained. License and certificate of training as
per MV rule 9.
iv) At the entry gate of the location, a
physical checking for non-carrying of ii) Character & Antecedent (C & A)
lighter, matchboxes, explosives etc. verification of the TTL crew through
should be carried out. local police is to be done preferably
and record maintained.
v) Gate passes/Identity Cards should be
displayed on persons at all the times. iii) For loading/unloading purpose,
register entry at security gate is
vi) For Mega-projects at existing / made before allowing entry into the
operating installations, it is preferable premises with recording of names of
to have a separate gate for entry of crew members, time of entry, pass
contractor workers and also the Sr. No., TT no. etc.
project areas should be segregated
fencing from operational area by iv) For loading/unloading, crew is allowed
fencing / other physical means. entry alongwith TT only, after
checking of TT from
vii) No vehicle should be allowed to explosive/security point of view.
enter in an operational area without
proper flame arrestor. v) Out time, invoice no., Destination etc.,
are recorded while TTs go out of the
viii) Awareness on Safety through security gate.
training / posters etc. highlighting Do's
and Don'ts should be spread within 5.5 TRAINING
entire contractor workforce.
Video/Audio tapes on Safety Topics Training is to educate contractor workforce
should be played preferably. on various hazards associated with the
job/workplace and on the respective
ix) For occasionally engaged labourers preventive / mitigation measures to avoid
such as for material handling etc., untoward incidents.
spot photograph may be preferably
i) Workers should be adequately and equipment and protective
suitably: clothing provided to the worker;

(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.

(c) measures for good d) Demonstration at site


housekeeping;
Right way to do a job should invariably be
(d) location and proper use of demonstrated to workers at the site itself.
welfare amenities and first aid The right way is also a safe way. Hazards
facilities provided; due to wrong procedures, short cuts and
their adverse effects etc. should also be
(e) proper use and care of the items highlighted.
of personnel protective
5.5.2 Training/Awareness Module and
Frequency iii) Importance of First Aid fire
fighting equipment, their use &
A. General Safety Training to all operations
categories of contractor employees
should be imparted before induction iv) Communication system at the
and annually thereafter. No person installation
should be allowed to enter the
installation without undergoing this v) Fire / Accident Reporting
training. This training program may procedure
cover:
vi) General Safety rules
i) Mandatory uses of PPE like Cotton
clothes, Helmet, Safety Shoes, Safety vii) Safety Measures during
Belts etc. execution of job such as:

ii) Probable Hazards - Welding / Cutting / Grinding


- Working at height
iii) Important Telephone No / Escape - Confined space entry
route - X ray / radiation
- Erection / Dismantling of
iv) First Aid scaffolding
- Tank construction and repairs
v) Use of Fire extinguisher - Handling of chemicals etc.

The contractor workers, if engaged in viii) Importance & use of PPE


operation of the plants/facilities, should be
trained in line with Clause No. 4.6 of OISD- ix) Emergency Routes
GDN-206 on “Safety Management System”.
For other categories of contractor workers, x) Assembly Points
training modules for different category
employees are as follows: xi) Job Specific Training

B. Contractor Supervisor D. Consultant / Contractor

Contractor Supervisor should be trained in Awareness program should be carried out


accordance with the provision of clause no. for Consultant / Contractor at the time of
5.1.1.2, 5.2.7, 5.3.10, 5.6.12 and 5.7.8 of induction. This program should cover at
OISD-STD-154 on 'Safety Aspects in least the following:
Functional Training'
i) Responsibility of contractor for safety
C. Contractor Worker of their personnel and work area

Yearly training programme should be carried ii) Hazardous property of Petroleum


out for contractor worker and the records products and chemical used
should be maintained. The training
programme should cover at least the iii) Communication system
following:
iv) Fire / Accident Reporting procedure
i) Worker responsibility for safety
of himself and work area. v) Medical facility available

ii) Associated hazards with the job vi) Statutory requirements


and job area including
electrical shock hazards.
vii) Importance of First Aid equipment and through site inspection using ready-made
required at the site check lists to ensure that contractors /
agencies abide by the safety rules and
viii) Work Permit system norms while working at operating /
construction sites.
ix) Direct/ Indirect losses due to accident
A checklist, while carrying out different type
x) Safety Measures while executing the of jobs, should be developed based on
jobs such as: hazards associated with the job being
performed and requirements as per OISD-
- Welding / Cutting / Grinding GDN-192 on "Safety Practices during
- Working at height Construction". Typical format is enclosed at
- Confined space entry Annexure II, which should be modified to suit
- X ray / radiation the requirement of the site / job to be done.
- Erection / Dismantling of
scaffolding Before starting the work and at regular
- Tank construction and repairs intervals thereafter, Contractor’s
- Handling of chemicals etc. Supervisor/safety Officer and Owner's
- electrical jobs representative / Engineer-in charge/safety
Officer should inspect as per the checklist so
xi) Safety training needs of their prepared to ensure that contractor has
supervisors and workers prepared to start the work with all safety
precaution required for safe execution of job.
xii) Importance & Use of PPE at the site
5.7 PENALTIES FOR NON-
xiii) General Safety rules at the installation COMPLIANCE

Financial or other type of penalties like


seizure of gate passes, stoppage of work for
E Security Personnel a limited period etc. may be levied on the
contractors or their workers for non-
Training program should be carried out for compliance of safety rules. A provision of
Security personnel at the time of induction suitable accident severity based penalty
and annually thereafter and the records clause for contractor may be incorporated to
should be maintained. The training program ensure adherence of systems and
should cover at least the following: procedures. A few of the usual non-
compliance are as follows:
i) Layout of Plant and Facilities
ii) Vulnerable locations -- Non-usage of PPEs like Safety helmet /
iii) Safety regulations (Statutory and in Safety shoes / Safety goggles /
company) Respiratory protection etc. by the
iv) Fire Protection Facilities and contractor personnel
Locations
v) Role in case of Fire / Disaster -- Non-usage of the safety belt and life line
vi) Emergency Procedure and Drills by the workers while working at height
vii) Industrial First Aid
viii) Use of Personnel Protective -- Non-provision of basic safety
Equipment requirement such as 24 V lamp for
ix) Disaster Management Plan working in confined space, uncertified /
non standard lifting tools, earth leakage
5.6 INSPECTION / AUDIT protection & earthing connections for
electrical appliances as per Indian
Inspection / Audit is a tool to evaluate Electricity Rules, emergency isolation
compliance of all safety requirements. Most switches etc.
of the information could be gathered
-- Violation of Safety Permit conditions like attend these meetings on random basis.
Fire fighting equipment Tool box meeting should be conducted more
frequently depending upon circumstances.
-- Non-barricading of area while rigging, Record of the same can be maintained in
digging etc. the following typical format.

-- Working without valid work permit TOOLBOX MEETING FORM

-- Unauthorised road closure/blockage SUBJECT :


PRESENTER :
5.8 INCIDENT REPORTING AND DATE :
INVESTIGATION SYSTEM TIME : From….. To…..
CONTENT IN BRIEF :
All the incidents including near-miss should
be reported immediately by contractor’s Participant’s Name Signature
Supervisor to Contractor and owner’s
Supervisor/Engineer-in-charge, who should -------------------- ---------------------
inform to Owner’s Safety Officer and owner’s -------------------- ---------------------
Management. Owner’s Safety Department -------------------- ---------------------
will be required for onward reporting as per
OISD, Statutory requirements. 5.9.2 Site Safety Committee Meeting

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:

5.9.1 Toolbox meeting i) Review compliance of pending items


of last Safety meetings.
To maintain awareness, update training and
convey important safety and health ii) Consideration of the reports of safety
information, contractor supervisors should personnel.
conduct tool box meetings at least weekly
and also prior to start of any work. All the iii) Discussion of accident/near-miss and
contractor workers should attend this illness reports in order to make
meeting. The owner’s supervisor/Engineer- appropriate recommendation for
in-charge and safety officers should also prevention.
iv) Examination/evaluation of suggestions 2) OISD-GDN-192 on “Safety During
made by workers. Construction”

v) Dissemination of acquired knowledge 3) OISD-STD-155 Part(I&II) on


through training programs and “Personnel Protective Equipment”
information sharing sessions.
4) Building & Other Construction
vi) Discussion & review of Fire Prevention workers (Regulation of Employment
& Disaster Management Plan. & Condition of Service) Act 1996

vii) To send recommendation to


Apex Body for
consideration/approvals.

5.9.3 Safety Review Meeting by


Location Head

This meeting should be headed by the


Location head and attended by Owner’s
Supervisor/Engineer-in-charge, owner’s
safety Officer and all concerned department
heads. Prime purpose of this review is to
ensure that all the recommendations of
various committees are being complied with
and to take decisions on critical points
raised. This meeting should take place at
least once in every quarter. All the
investigation reports/ audit findings with
status of implementation of
recommendations should be discussed.

5.10 SAFETY EQUIPMENT /


PERSONNEL PROTECTIVE
EQUIPMENT

The type of safety equipment to be used is


decided based on the job requirement.
Selection should be made based on OISD-
GDN-192, OISD-STD-155 (Part I & II) and
the job requirement. Safety equipment /
Personnel Protective Equipment (PPE) shall
be of approved make. Contractor shall
provide necessary training to each employee
regarding proper usage and upkeep of PPE
including its limitation.

A register showing stock and issue of PPE


should be maintained by the contractor at
site and must be available for inspection.

6.0 REFERENCES

1) OISD-GDN-206 on “Safety
Management System”
ANNEXURE I
LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF
INDIAN STANDARDS

Sl.no. Code No. Title


1 IS: 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.

2 IS: 875 Code of practice for Structural safety of buildings: Masonry


walls

3 IS: 933 Specification for Portable Chemical Fire Extinguisher, Foam


Type – Second Revision.

4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision

5 IS: 1904 Code of practice for Structural safety of buildings: Shallow


foundations

6 IS: 1905 Code of practice for Structural safety of buildings: Masonry


walls

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

9 IS: 2361 Specification of Building Grips – First Revision

10 IS: 2750 Specification for Steel Scaffoldings

11 IS: 2925 Specification for Industrial Safety Helmets – First Revision

12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision

13 IS: 3521 Industrial Safety Belts and harnesses

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

16 IS: 3764 Safety Code for Excavation Work

17 IS: 4014 – Part I & II Code of Practice for Steel Tubular Scaffolding

18 IS: 4081 Safety Code for Blasting and Related Drilling Operations

19 IS: 4082 Recommendations on stacking and storage of construction


materials at site

20 IS: 4130 Safety Code for Demolition of Buildings – First Revision

21 IS: 4138 Safety Code for working in compressed air – First Revision
22 IS: 4756 Safety Code for Tunneling works

23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards – First Revision

24 IS: 5216 – Part I & II Recommendations on safety procedures and practices in


electrical work

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

28 IS: 5983 Specification for Eye Protectors – First Revision

29 IS: 6922 Criteria for safety and design of structures subject to


underground blasts

30 IS: 7155 Code of recommended practices for conveyor safety

31 IS: 7205 Safety Code for Erection on Structural Steel Works

32 IS: 7069 Safety Code for Handling and Storage of Building Materials

33 IS: 7293 Safety Code for Working with Construction Machinery

34 IS: 7323 Guidelines for operation of Reservoirs

35 IS: 7969 Safety Code for handling and storage of building materials

36 IS: 8758 Recommendation for Fire Precautionary Measures in


construction of Temporary Structures and Pandals

37 IS: 8989 Safety Code for Erection of Concrete Framed Structures

38 IS: 9706 Code of Practices for construction of Arial ropeways for


transportation of material

39 IS: 9759 Guidelines for de-watering during construction

40 IS: 9944 Recommendations on safe working load for natural and


manmade fibre rope slings

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
River Valley Projects

45 IS: 11057 Code of Practice for Industrial Safety Nets

46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building

47 IS: 13416 Recommendations for preventive measures against hazards at


working places

Statutory Regulations

Latest Statutory Acts and Rules, as given below, may be referred:-

1. The Petroleum Acts 1934 and Petroleum Rules 2002


2. The Factory Act, 1948 (As amended by Factory Amendment Act 1987) and concerned
Factory Rules
3. The Water (Prevention and Control of Pollution) Act 1974 & Rules 1975
4. The Environment (Protection) Act 1986
5. The Manufacturing, Storage and Import of Hazardous Rules 1989
6. The Hazardous Wastes Management (Management & Handling) Rules 1989
7. The Indian Electricity Act 1901 and Rules 1956
8. The Indian Explosive Acts, 1884 & The Indian Explosive Rules 1983
9. The Gas Cylinder Rules 1981and the static & Mobile Pressure Vessels (Unfired) Rules 1981
10. The Indian Boiler Act 1923 and Regulations 1950
11. The Public Liability Act 1991 as amended in 1992
12. The Motor Vehicle act 1988 and Central Motor Vehicle rules 1989
13. Building & Other Construction workers (Regulation of Employment & Condition of Service)
Act 1996

In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.
ANNEXURE II
CHECK LIST FOR SAFETY INSPECTION / AUDIT

Job ___________ Location _______________ Date of Audit______Frequency _____________

Inspected by __________________ Contractor (s) __________________________

Sl.no. ITEM YES NO NA REMARKS /


ACTION
1.0 PERSONNEL PROTECTIVE EQUIPMENT (PPE):
Are following PPEs being used as per the job requirements?

1.1 Safety Helmets

1.2 Safety Shoes

1.3 Gum Boots

1.4 Safety Belts with life line

1.5 Gloves

1.6 Ear Plug

1.7 Goggles

1.8 Shield Glass

1.9 Face Protection

1.10 Breathing Apparatus

1.11 Canister Mask

1.12 Hand wash / Eye wash/ Respirating filter /


cloth

1.13 Boiler Suit

1.14 Others

2.0 HOUSE KEEPING

2.1 Whether Waste Bins are provided / used

2.2 Are Passageways / Walkways clear?

2.3 Is General neatness O.K.?

2.4 Is the Ground free from oil, grease etc.


and is not found to be slippery?

2.5 Others
3.0 EXCAVATION

3.1 Whether soil stability is checked?

3.2 Whether proper shoring for the excavation


is provided to prevent cave-in for side of
slope >45 Degree?

3.3 Whether proper precautions have been


taken if the excavation is adjoining to
heavy structure like building, street and
roadways?

3.4 While excavating whether proper slope


usually 450 & suitable benches of 0.5 m
width at each 1.5 m depth are provided?

3.5 Whether barricading of 1m height with


glowing caution board is provided for
excavation beyond 1.5m depth?

3.6 Whether excavating earth is placed


beyond 1m of the edge of the trench?

3.7 Whether heavy vehicle movement is


restricted to come too close to the
excavating area?

3.8 Whether necessary precaution is taken


for underground pipes, sewers, cables by
contractors?

3.9 Whether excavation hot work permit is


taken?

3.10 Whether extra precaution is taken for


bailing out water properly while
excavating?

3.11 During rains whether the excavation is


done with extra precaution to prevent
caving in?

3.12 Whether two separate entry/ exit points


with necessary ladders / steps, as per
requirement, have been provided?

3.13 Whether one person is available at all the


time to communicate any hazards noticed
with workers working in deep trenches or
excavation?

3.14 Whether necessary precautions like


regular gas testing are being taken in
areas having hydrocarbons and LPG so
that no gas accumulation takes place in
the trenches.

3.15 Whether IS: 4081-1986 & Indian


Explosive act & rules for storage, handling
& carrying of explosive material and
execution of blasting operation is
followed?

3.16 Whether in case of mechanised


excavation, caution board is provided for
do’s and don’ts like ‘Nobody to enter’
within one meter of the extreme reach?

3.17 Whether the following are inspected


during excavation work :-
a) Boulder formation encountered
b) Collapsing / development of cracks of
sides
c) Marked damage to support
d) Unexpected fall of ground
e) Inspection of site after each blast.

3.18 Others

4.0 PERMITS

4.1 Whether valid work permit is issued to


start any work?

4.2 Whether all conditions of the permit are


fulfilled before starting the job?

4.3 As noted in the permit, whether


compliance of all the recommendations
are ensured?

4.4 Whether permits are available at work site


all the times?

4.5 Whether hot work permit registered in fire


station?

4.6 Whether permits are being closed after


the completion of job?

4.7 Others

5.0 SAFETY IN CUTTING / WELDING/GRINDING

5.1 Whether LPG / Oxygen / Acetylene/ Gas


cylinders are kept outside only while
working in confined space?

5.2 Are Acetylene /LPG cylinders kept in


upright position and secured at
designated places under shed – wet
gunny bags wrapped around it if the same
is under sun at designated place?

5.3 Check cylinder and cylinder valves for any


kind of damage?

5.4 Whether protective valves are kept on


cylinder while not in use?

5.5 Whether proper means and method for


transportation of cylinders to avoid
dropping and rolling are being adopted /
followed?

5.6 Whether gas cylinders, regulators are


kept away/free from oil and grease?

5.7 Whether all hoses were found to be free


of any damage or crack?

5.8 Whether oxygen and acetylene cylinders


are stored separately?

5.9 Whether color coding is being used for


easy identification of different type of
cylinders and hoses?

5.10 Whether cylinder keys are available near


the cylinder?

5.11 Whether gas torches with NRV with flash


back arrestor of approved make are only
being used?

5.12 Whether pressure gauges are in working


condition and checked from time to time?

5.13 Whether welding shields are used while


welding?

5.14 Whether proper earthing for welding


machines are provided?

5.15 Whether power is taken from approved


sources (welding receptacles)?

5.16 Whether welding receptacles are properly


grounded?
5.17 Whether welding cables are maintained in
good condition and without any joints/
cuts?

5.18 Whether to avoid short circuit, welding


machines are protected against rain?

5.19 Whether earth connectors are securely


connected to the job and not to the
adjoining pipeline or structure?

5.20 Whether flame arrestor of DG set is of


approved make and quality?

5.21 Others

6.0 SAND / SHOT BLASTING

6.1 Whether sand blasting is used only after


getting approval from competent
authority?

6.2 Whether air compressor used for sand /


shot blasting are positioned away from
work place?

6.3 Whether exhaust of the prime mover is


directed away from the work place?

6.4 Whether in case of motor driven


compressor, the body of the motor as well
as the compressor is properly earthed?

6.5 Whether line operator of sand/shot


blasting wear suitable PPEs including
mask?

6.6 Whether adequate measures are adopted


to confine dust/spray particles?

6.7 Whether adequate measures are taken


for proper ventilation while the work is
done in confined space?

6.8 Others

7.0 SAFETY WHILE WORKING AT HEIGHTS / SCAFFOLDING / LADDERS

7.1 Whether work permit is obtained to take


up work at height above 3 mts?

7.2 Whether steel pipes scaffoldings are used


in unit/off site areas?
7.3 Whether provision for suitable platform
with all scaffoldings are made? Whether
its construction is as per specification with
toe board and railing?

7.4 Whether the area below working at height


is cordoned?

7.5 Whether suitable platform is provided?

7.6 Whether ISI approved quality and good


condition safety belts are used while
working at heights?

7.7 Whether life line of safety belt is


Anchored to an independent secured
support capable of withstanding load of a
falling person?

7.8 Whether the area around the scaffold is


cordoned off to prohibit the entry of
unauthorized person?

7.9 Whether ropes used are of good condition


and adequate strength free of defects?

7.10 Whether ladder is placed at secured and


leveled surface?

7.11 Whether it is extended 1.5 Mts. Above the


landing point?

7.12 Whether ladder used are of adequate


length and tying short ladder is avoided?

7.13 Whether metallic ladders are placed away


from electrical system?

7.14 Whether tools or materials are removed


after completion of the day’s job at
heights?

7.15 Whether a valid permit is obtained before


taking up work on asbestos or fragile
roof?

7.16 Whether sufficient precaution is taken


while working on fragile roof?

7.17 Whether provision is made to arrange


duck ladder, crawling board for working at
fragile roof?

7.18 Whether scaffolding has been erected on


rigid / firm / levelled surfaces only?
7.19 Whether scaffold has been inspected by
competent person prior to being put in
use?

7.20 Whether the scaffolding has been


designed for the load to be borne?

7.21 Whether the erection and dismantling of


the scaffolding is being done only by
trained persons and under supervision?

7.22 Whether safety net with proper working


arrangement and life line has been
provided?

7.23 Others

8.0 SAFETY IN CONFINED SPACE

8.1 Whether a permit is obtained to enter a


confined space?

8.2 Whether gas test for hydrocarbon, toxic


gas, oxygen level is obtained before
entering any confined space?

8.3 Whether adequate oxygen level is


ensured in confined space before
entering? If not, whether all precaution
like using of Breathing Apparatus set is
ensured?

8.4 Whether, in case of chance of ingress of


hydrocarbon gases / toxic gases,
Personnel Monitoring System (PMS) is
used or not?

8.5 Whether only in presence of a supervisor,


worker enters in confined space?

8.6 Whether provision of sufficient means of


entry and exit is available?

8.7 Whether provision of ventilation to remove


welding fumes, dust, exhaust gases are
made?

8.8 Whether provision of 24V (Hand lamps


with cage as per OISD-STD-155) light for
working inside space is made?
8.9 Is it strictly ensured that a stand-by
trained person is standing outside before
a person enters a confined space and
communication is being maintained all the
time with workers working inside?

8.10 Whether life belt with one end under


control of stand-by person outside is kept
while working in confined space?

8.11 Whether Personnel protective Equipment


are in good condition as specified in the
permit?

8.12 Whether absence of Hydrogen Sulfide,


CO or other toxic gas is ensured before
entering into a confined space? If yes,
whether proper required PPE like BA,
Gas Mask are used.

8.13 Whether boxing up is being done only as


per the approved procedures and by
competent persons?

8.14 Whether all the safety precautions listed


in OISD-GDN-192 are taken while
working in sewers, OWS etc.?
8.15 Whether proper house keeping is being
maintained inside the confined space?

8.16 Whether training has been provided to


workers working in the confined space
and the workers only of sound health are
being asked to work in the confined
space?

8.17 Others

9.0 SAFETY IN MATERIAL HANDLING

9.1 Whether all lifting tools, tackles,


machines, chains, ropes etc. are of sound
construction, made of sound material and
maintained in good condition?

9.2 Whether safe working load, date of testing


visibly marked/painted on the equipment?

9.3 Whether lifting tools, tackles are of


adequate strength for the load to be
handled?

9.4 Whether all parts including the working


gears fixed or movable of every lifting
machine, chain, rope, tackles specify the
following condition:

a) Thoroughly examined by competent


person at least once a year or such
interval as required by statutory
authority.

b) Document of such examination are


maintained and produced to owner
supervisor before use of particular
equipment?

9.5 Whether chain blocks and cables are


inspected before each use to assure their
sound condition?

9.6 Whether hoist and lift if used are:

a) Properly maintained and thoroughly


examined by competent authority at
least once in every year.

b) A register to be maintained to record


particulars of such examination in
prescribed forms and shall be
produced to the owner supervisor
before use.

9.7 Whether area below the movement of


boom of crane is cleared to avoid injury
from falling objects?

9.8 Whether it is ensured that crew of truck


leave the truck in crane handling area
before starting loading / unloading, if not
involved in rigging operation?

9.9 Whether transporting material from one


place to another is done by suitable
means?

9.10 Whether carrier with sufficient capacity


without projecting parts is used for
transporting materials?

9.11 Whether riggers engaged are well trained


and conversant with signaling procedures
including night signalling if required?

9.12 Whether permission of authorized person


is obtained before working on or near an
overhead crane?

9.13 Whether trained riggers are available all


the time along with crane?
9.14 Whether barricading has been done to
ensure no unauthorised person enters in
the working area of the crane?

9.15 Whether lifting plan has been prepared


and approved before start of the work?

9.16 Whether route of crane movement has


been planned before the crane moves out
of the garage?

9.17 Whether it has been ensured that no


electrical cable come within 3 metres or
safe distance from the boom of the
crane?

9.18 Whether boom is being kept in the


horizontal position or locked while idling?

9.19 Whether material is being stacked /


destacked in trucks with the help of
wedges to ensure no slippage while
loading / unloading takes place?

9.20 Whether the forklift / crane is being


operated only by trained person?

9.21 Others

10.0 ELECTRICAL SAFETY

10.1 Has the Electrical Line Clearance


procedure been followed involving
electrical and other concerned Dept. and
filling of formats?

10.2 Have Danger Signs with Voltage rating/


Men at work signboards been displayed
at both Sub Station as well as the work
site?

10.3 Has the contractor worker understood the


electrical circuit on which he is going to
work with probable electrical hazards and
mitigation measures to be adopted?

10.4 Whether contractor has engaged


electrician (s) having valid electrical
licence in line with provisions in Indian
Electricity Rules?
10.5 Have all checks prior to switching
operation been carried out and
authorisation of owner/ user section
obtained subsequently?

10.6 Have all earthing links on electrical


conductors removed before charging the
line/ apparatus?

10.7 Have PPE as prescribed under Indian


Electricity Rules been in place, kept
healthy and used?

10.8 Are earthing and bonding arrangement of


non-current carrying metallic parts in line
with provisions of Indian Electricity Rules
– 1956 amended time to time as IS:
3043?

10.9 Have electrical part of OISD-GDN-192


and Clause No. 9.0 for Temporary
installations in OISD-173 been
understood and followed wherever
applicable?

10.10 Are flexible wires having voltage of 240


volts above earth potential taken through
PVC conduits?

10.11 Whether portable hand lamps with a


voltage rating of not more than 24 volts
used with flameproof enclosures in
confined spaces within columns, vessels
etc?

10.12 Have the Switches, MCBs, fuses etc.


been inspected for proper ratings?

10.13 Has Earth Leakage Circuit Breaker (


ELCB) been used on the incoming side to
protect against leakage of current? Is the
device tested every time the work is
started?

10.14 Whether all portable appliances are


provided with insulated Three pin Plugs
and socket arrangement?

10.15 Whether industrial type extension boards


and plug sockets are used?

10.16 Has the electrical equipment brought to


site by contractor been inspected by
owner’s supervisor/ safety officer for
damage/cuts/abrasion etc? Is record of
Insulation Resistance, wherever required ,
being kept?

10.17 Have standard practices for termination of


conductors/ cables been followed (e.g.
use of proper lugs, crimping tool, cable
glands etc)? Is cable armour in continuity
from feeding point to load?

10.18 Are the Contractor supervisor and


workmen well acquainted with first aid for
electrical shock?

10.19 Are the wires/ cables identifiable along


their route towards the load by using
colour coding and/or markers?

10.20 Others

11.0 ROAD WORK

11.1 Whether site is barricaded and provided


with warning signs including night warning
lamps/ self glowing markers at
appropriate location for diversion of
traffic?

11.2 Whether mixing aggregates with bitumen


is done with the help of batch mixing
plants? If no, whether adequate
precautions have been taken?

11.3 Whether road rollers, bitumen sprayers,


pavement finishers are driven by
experienced drivers with valid driving
licenses?

11.4 Whether the worker handling hot bitumen


sprayers or spreading bitumen aggregate
mix or mixing bitumen with aggregate are
provided with PVC hand gloves rubber
shoes with pegging upto knee joints?

11.5 Others

12.0 FORM WORK, REINFORCEMENT

12.1 Whether form work, shuttering, shoring


etc. are adequately designed and
provided to erect the structure and to
support the expected load?
12.2 Whether staging (support) for shuttering is
designed for loads like worker movement,
impact load and other incidental loads
during construction?

12.3 Whether workers use PPEs at work site?

12.4 Whether all safety procedures are


adopted while cutting rod?

12.5 Whether proper staging and bundling is


provided for supplying rods at height?

12.6 Whether sufficient cross bracings are


provided for high staging works at
vulnerable points?

12.7 Others

13.0 CONCRETING

13.1 Whether the concreting area is


barricaded?

13.2 Whether vibrator hoses, pumping


concrete accessories are in healthy
condition and mechanically strong?

13.3 Whether it is ensured that no pipe line in


concrete pumping system is attached to
any temporary strut such as scaffolds
etc.?

13.4 Whether it is checked that safety guards


around moving parts are provided in
concrete mixer/ machines?

13.5 Whether earthing of electrical mixers,


vibrator etc. are checked?

13.6 Whether entry of unauthorised person in


the concreting area is restricted?

13.7 Whether adequate lighting arrangement is


made in the concreting area if working
during night?

13.8 Whether PPEs like gum boots, gloves and


dust masks etc. are being used?

13.9 For overhead or underground work,


whether form work and shuttering have
been checked so that the same do not
collapse during concreting?
13.10 Others

14.0 DEMOLISHING (DEMOLISHING BY BLAST NOT CONSIDERED)

14.1 Has the stability of structure been


examined by competent person and found
OK?

14.2 Are non-sparking tools being used, if


required?

14.3 Is intermittent clearing operation being


done to keep the area reasonably tidy and
clean?

14.4 Whether effective barricading has been


provided?

14.5 Whether Electrical and other facilities like


water, oil, gas pipelines have been
isolated/protected?

14.6 Whether the plan of demolition (including


sequence of activities) has been prepared
and approved prior to start of the work?

14.7 Others

15.0 RADIOGRAPHY

15.1 Are safety precautions for handling of


source as per guidelines of BARC being
followed?

15.2 Is the potency of the source being used


within acceptable limits as per the BARC
regulations?

15.3 Is the area being cordoned with proper


signs during radiography?

15.4 Does proper place exist as per BARC


regulations for storage of source /
Personnel safety equipment?

15.5 Does the radiographer has valid


certificate of radiography from competent
authority (BARC)?

15.6 Is radiographer using Exposure Meter /


Dosi Meter?

15.7 Whether minimum occupancy of the


premises / workplace is being ensured
while radiography is in progress?

15.8 Is permit system being followed?

15.9 Others

16.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS

16.1 Are jobs being carried out with a valid


work permit only as per OISD-STD-105
"Work Permit System".

16.2 Is smoking prohibited in all places


containing combustible or flammable
materials and "No Smoking" notices
prominently displayed.

16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?

16.4 Are oily rags, waste, wooden materials


and clothes or other substances liable to
spontaneous ignition being removed?

16.5 Are the combustible materials properly


shielded in case same cannot be
removed from the area?

16.6 Has welding screens (like metal/asbestos/


water curtain) been put up to protect other
equipment / facilities/ OWS/ drains in
adjoining areas against flying sparks, as
may be required?

16.7 Is Gas-testing being done with the means


of a calibrated Gas detection Meter prior
to start of Hot work and being done
subsequently at regular intervals as per
the requirement?
16.8 Are regular inspections being done of
places where there are fire risks like in the
vicinity of heating appliances, electrical
installations and conductors, stores of
flammable and combustible materials,
welding and cutting operations?

16.9 Are fire-extinguishing equipment being


placed at strategic locations and are kept
well maintained and inspected at suitable
intervals by a competent person.

16.10 Are access to fire-extinguishing


equipment such as hydrants, portable
extinguishers and connections for hoses
kept clear at all times?

16.11 Are all supervisors and a sufficient


number of workers trained in the use of
fire-extinguishing equipment?

16.12 Are audio means, to give warning in case


of fire provided, audible in all parts of the
site where persons are liable to work?

16.13 Is there an effective evacuation plan in


place so that all persons are evacuated
speedily without panic?

16.14 Others

17.0 EMERGENCY PROCEDURES

17.1 Is signaling / siren system effective?

17.2 Is arrangement for rescuing affected


person adequate?

17.3 Are signs showing emergency exit route


installed?

17.4 Is emergency exit route clear of


obstacles?

17.5 Is communication system adequate?

17.6 Whether emergency vehicle with driver


has been provided to meet any
emergency situation?

17.7 Does any tie-up with hospitals or local


doctors exist?

17.8 Has the assembly point for workers in


case of emergency been identified and
earmarked?

17.9 Has training been provided to a few


workers for First Aid?

17.10 Others

18.0 WELFARE FACILITIES

18.1 Is hygienic conditions prevailing at labour


camps?

18.2 Are First Aid facilities available?


18.3 Does proper sanitation exist at site office
and labour camps?

18.4 Does any arrangement of medical


facilities like tie ups with nearby hospital
exist?

18.5 Is proper drinking water facility available


for workmen & staff?

18.6 Are crèches provided for children (if


applicable)?

18.7 Is any proper place/canteen/restroom


provided for eating food and taking rest?

18.8 Is any place earmarked for storing /


keeping clothing?

18.9 Is Adequate washing facility available?

18.10 Does proper ventilation at working place


exist?

18.11 Others

19.0 GENERAL

19.1 Are illumination levels at workplace and


passages adequate?

19.2 Is communication system adequate?

19.3 Are display and caution boards provided


at strategic locations?

19.4 Are road barriers being used for blocking


any roads/passage?

19.5 Has the structure been adequately


secured against storm/high winds during
construction/ erection?

19.6 Are the equipment properly earthed?

19.7 Are vehicles being checked like brakes,


oil, lights etc. on regular basis?

19.8 Is compressed air being used only for its


intended purpose and not for any other
purpose?

19.9 Are only proper clothes and not loose


clothes being used while working around
machinery?

19.10 Are nails or other sharp objects being


removed or bent?

19.11 Are machine guards over moving parts of


machinery such as coupling, pulley, wheel
etc. installed?

19.12 Whether after maintenance of machinery


the guards are securely fitted before
putting into operation?

19.13 Are working platforms / gangways


provided with hand rails & toe guards?

19.14 Are swing platforms provided with chains


& secured adequately when not in use?

19.15 Are the approaches to work sites being


maintained & kept clear of obstacles?

19.16 Whether engines of equipment entering


into the operating area have exhaust and
muffler system with approved spark
arrestor?

19.17 Whether vehicles/engine driven


equipment, electrical equipment and tools
used are certified?

19.18 Whether contractors inform his workers


about hazards and safe procedures?

19.19 Whether sufficient care is taken so that


spark do not go outside working
enclosure & falls below?

19.20 Whether contractor’s qualified / trained


supervisor is present?

19.21 Whether all exhausts of engines are


provided with approved type of flame
arrestors and exhaust is not facing toward
the place where the workers are working?

19.22 Others

Signature of the Auditor


KEY CONSTRUCTION PERSONNEL
[ANNEXURE - VIII TO SPECIAL CONDITIONS OF CONTRACT]
QUALIFICATION & EXPERIENCE Document No.
REQUIREMENT OF KEY CONSTRUCTION 9-1940-0001
PERSONNEL AND PENALTY FOR THEIR Rev. No.1
NON-MOBILIZATION Page 1 of 2
CATEGORY QUALIFICATION & EXPERIENCE REQUIRED
Degree or Diploma in Engineering with minimum following relevant
experience in construction:
Resident Construction
Contract value (Rs) < 5 Cr. works 5-20 Cr. works > 20 Cr. works
Manager/ Resident
Engineer/Site-In-Charge Degree holders 5 yrs 10 yrs 15 yrs

Diploma holders 8 yrs 13 yrs 20 yrs

Degree or Diploma in relevant Engineering discipline with following minimum


experience in Construction:
Lead Discipline Engineer
(Mechanical, Civil, Contract value (Rs) < 20 Cr. works > 20 Cr. works
Electrical,
Instrumentation) Degree holders 5 yrs 10 yrs

Diploma holders 8 yrs 13 yrs


Degree or Diploma in Mechanical Engineering/ Metallurgy with the following
experience in Welding & NDT (Non Destructive Testing) plus Level-II in RT
(Radiographic Testing) (refer Note 1 also):
Lead Welding/
Contract value (Rs) < 20 Cr. Works > 20 Cr. Works
NDT Engineer
Degree holders 5 yrs 10 yrs
Diploma holders 8 yrs 13 yrs
Degree in Engineering with following experience (refer Note 2 also):
Contract value (Rs) < 20 Cr. Works > 20 Cr. Works
Lead QA/QC Engineer 5 yrs of construction 10 yrs of construction
experience of which 2 experience of which 3
Experience
years should be as QA years should be as QA
Manager Manager
Degree in Engineering with following experience in Planning & Scheduling:
Lead Planning Engineer Contract value (Rs) < 20 Cr. works > 20 Cr. works

Experience 5 yrs. 10 yrs.

As per clause 3.1.4 of EIL standard specification for HSE Management at


Safety Officer
construction sites (No. xxxx-/6-82-0001) enclosed elsewhere in the bid

Diploma in Engineering or Diploma in Materials Management or Graduate in


any stream with min. following experience in Warehousing/ Stores
Warehouse- In- Charge/ Management:
Materials Manager Contract value (Rs) < 20 Cr. works > 20 Cr. works

Experience 5 yrs. 10 yrs.


Degree or Diploma in Engineering with minimum following experience in
quantity estimation, field measurement, rate analysis, bill preparation etc. in
Construction field:
Quantity Surveyor Contract value (Rs) < 20 Cr. works > 20 Cr. works

Degree holders 2 yrs. 5 yrs.

Diploma holders 5 yrs. 10 yrs.


Degree in relevant Engineering Discipline with minimum 2 years of
Discipline Engineer experience in construction or Diploma in relevant Engineering Discipline with
minimum 4 years of experience in Construction.

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved


QUALIFICATION & EXPERIENCE Document No.
REQUIREMENT OF KEY CONSTRUCTION 9-1940-0001
PERSONNEL AND PENALTY FOR THEIR Rev. No.1
NON-MOBILIZATION Page 2 of 2

Notes: (for Table on previous page)

1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20
crores, the Lead Welding/NDT Engineers shall also possess Certified Welding Inspector
qualification from American Welding Society or CSWIP3.1 Welding Inspector
qualification from The Welding Institute, UK.
2. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20
crores, the Lead QA/QC Engineer shall also be a qualified internal auditor for ISO 9001.
3. CVs of key construction personnel proposed to be deployed shall be submitted to
Owner/Engineer-in-Charge prior to their mobilization at site. The mobilization of key
personnel shall be done at site subject to prior approval of their CVs by Owner/Engineer-
in-Charge.

PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL

I) Penalty for non-mobilization per day per person after the contractual mobilization
period unless agreed otherwise by the Engineer-in-Charge:

- Rs. 5000/- for Resident Construction Manager/ Resident Engineer/ Site-in-Charge;

- Rs. 3000/- for Lead QA/QC Engineer, Lead Planning Engineer, Lead Safety Officer and
Warehouse In-charge

II) Penalty for non-mobilization per day per person after completion of the mobilization
period agreed during the Kick off Meeting:

- Rs. 3000/- for Lead Discipline Engineer, Lead Welding/ NDT Engineer and the Quantity
Surveyor

Notes: (for Penalty clauses)


a) All intervening off days (Sundays etc.) and holidays will be counted for levy of penalty
b) Mobilized personnel shall not be demobilized till contractual completion or based on
consent of Engineer-in-Charge else penalties as above shall be applied.
c) Total of above penalties shall not exceed 3% of the contract value.
d) The above penalties are over & above all other contractual provisions for late
mobilization of resources.

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved


Minimum requirement of
Construction Machineries and
Manpower
[ANNEXURE - IX TO SPECIAL CONDITIONS OF CONTRACT]
MINIMUM REQUIREMENT OF EQUIPMENT TO BE MOBILIZED BY THE CONTRACTOR

NAME OF WORK : : RAW WATER RESERVOIR WORKS FOR GAIL


PETROCHEMICAL COMPLEX-II, VIJAIPUR
(M.P.)

BIDDING DOCUMENT NO. : A095/T-119/10-11/RKS/06


NAME OF BIDDER : M/s

SL. EQUIPMENT DESCRIPTION CAPACITY MINIMUM


NO. REQUIREMENT
DURING CONSTN
1. HYDRA 10-18 MT 1
2. EXCAVATOR 0.7 M3 1
3. JCB 1
4. DUMPER 15 TON 6
5. TRACTOR TRAILER 4
6. READY MIXED CONCRETE (RMC) PLANT/ 15-20 M3/ HR 1
SUPPLIER
7. TRANSIT MIXER (IF NOT PROVIDED BY THE RMC 6 M3 3
SUPPLIER)
8. NEEDLE VIBRATORS 4
9. MIXER MACHINE(FOR BRICK WORK AND 1
PLASTERING)
10. WEIGH BATCHER 1
11. WATER TANKERS 2
12. TOTAL STATION/THEODOLITE 1 SEC 1
13. DUMPY/ AUTO LEVEL 2
14. DG SET 25 KVA AS REQUIRED
15. ROAD ROLLER 8-10 TON 2
16. PLATE COMPACTOR 2
17. DEWATERING PUMPS 5-7.5 HP 2
18. WELDING MACHINE 4
19. GRINDING MACHINE 2
20. AIR COMPRESSOR/SUPPLIER 250CFM 1
21. GAS CUTTING SET 2
22. BLAST CLEANING EQPT./SUPPLIER 1
23. SPRAY PAINTING M/C(AIR LESS)} 1
24. DPT/LPT KIT AS REQUIRED
25. WATER FILLING PUMP 1
26. HYDROTEST PUMP (MOTORISED) 0-50KG/CM2 1
27. ELCO METER 1
28. TOOLS AND TACKLES FOR FIXING CHAIN LINK AS REQUIRED
FENCING
29. TOOLS AND TACKLES FOR EXCAVATION IN AS REQUIRED
HARD ROCK BY CHISELLING
30. LABORATORY EQPTS AS REQUIRED

Page 1 of 2
NOTES

1. The details of minimum critical equipments in good working condition, required to be mobilized by the Contractor
to complete the work within the schedule. The actual deployment schedule of Construction Equipments shall be
approved by Engineer-in-charge. Contractor shall augment the above list with additional
numbers/capacities/categories of equipments, tools & tackles, as required and directed by Engineer-In charge to
complete the work within the completion time schedule and quoted price.

2. Contractor confirms that the above minimum equipments are available with him in good working condition and
shall be timely mobilized on this project site. Contractor has the option to hire some of these equipments form
equipment-hiring agencies also.

3. Owner/EIL reserves the right to physically check & verify the availability of these equipments prior to award of
work.

4. Contractor shall replace any defective/damaged equipments promptly to complete the work without any time &
cost implication to the Owner/EIL.

(STAMP & SIGNATURE OF BIDDER)

Page 2 of 2
KEY CONSTRUCTION MANPOWER TO BE DEPLOYED BY THE CONTRACTOR

NAME OF WORK : : RAW WATER RESERVOIR WORKS FOR GAIL


PETROCHEMICAL COMPLEX-II, VIJAIPUR
(M.P.)

BIDDING DOCUMENT NO. : A095/T-119/10-11/RKS/06


NAME OF BIDDER : M/s

S. DESCRIPTION NOS.
NO.
1. RCM/ SITE-IN-CHARGE/ RESIDENT 1
ENGINEER
2. LEAD DISCIPLINE ENGINEER

- CIVIL & STRUCTURAL 1

3. LEAD QA/QC ENGINEER 1

4. LEAD PLANNING ENGINEER 1

5. LEAD SAFETY OFFICER 1


AS PER HSE SPEC (6-82-0001)
6. W/H IN-CHARGE/ MATERIALS MANAGER 1

7. QUANTITY SURVEYOR 1

8. DISCIPLINE ENGINEERS/ SUPERVISORS

- CIVIL & STRUCTURAL 2+2


- MECHANICAL ENGINEER 1
- SAFETY
SAFETY ENGINEER 1
- WELDING/NDT ENGINEER 1

NOTES

1) The details of minimum manpower required to be mobilized by the contractor to


complete the work within schedule. Contractor is required to augment the above list with
additional numbers/categories of personnel as required and/or as directed by Engineer-In
charge to complete the work within the completion time schedule and quoted price.

Page 1 of 2
2) The Key Construction Personnel identified above shall be well qualified & having
adequate relevant experience, as specified in document No. 9-1940-0001 of bidding
document. The other manpower shall also be qualified and experienced with their
assigned work.

3) CVs of key persons proposed to be deployed shall be submitted to Owner/Engineer-In-


charge prior to their mobilization at site. The mobilization of key personnel shall be done
at site subject to prior approval of their CVs by Owner/Engineer-In-charge.

4) Following manpower to be mobilized within 15 days of award of work

RCM/Site-in-charge : 1 No
Planning Engineer : 1 No
Lead QA/QC Engineer : 1 No
Lead Safety officer : 1 No
Warehouse in-charge : 1 No
Lead Civil/Strl Engineer : 1 No

(STAMP & SIGNATURE OF BIDDER)

Page 2 of 2
SCHEDULE OF LABOUR RATES
[ANNEXURE - X TO SPECIAL CONDITIONS OF CONTRACT]
ANNEXURE-X TO SCC

SCHEDULE OF LABOUR RATES

1. The Labour rates are "all inclusive". These rates include but are not limited to all payroll
costs and allowances, payroll taxes, fringe benefits, protective and/or special clothing,
construction supplies required for work of a nature included in this contract, overhead,
profit, insurance, transportation and travel time.
2. The rates are inclusive of providing hand tools, machinery such as welding machine,
grinding machine, gas/welding cutting set and consumables such as fuel, lubricants,
electrodes, filler wire, gases, grinding wheels where the concerned category of labour is
expected to use in execution of the job but exclusive of all major equipment and
machinery like cranes.
3. The normal time labour rates shall apply for all hours worked upto eight (8) hours in a
day and overtime rates shall apply for all hours worked in excess of eight (8) hours in
one working day, Sunday and Public Holidays. The payment for part of the day shall be
made on prorata basis.

RATE PER DAY OF


RATE PER HOUR
NORMAL HOURS
SL. FOR OT, SUNDAY
(IN RS.)
NO CATEGORIES AND HOLIDAY
. (IN RS.)

1 Foreman 1950 430

2 Supervisor 1950 430

3 Un skilled Worker 300 65

4 Engineer 2600 650

5 Gas Cutter 910 170

6 Grinder 910 170

7 Brick Mason 520 120

8 Stone Mason 520 120

9 Structural welder 1300 260

10 Qualified Arc welder –CS manual 1560 260

11 Welder helper 300 120

1 / 2 
RATE PER DAY OF
RATE PER HOUR
NORMAL HOURS
SL. FOR OT, SUNDAY
(IN RS.)
NO CATEGORIES AND HOLIDAY
. (IN RS.)

12 Pipe Fitter 650 150

13 Structural Fitter 520 120

14 Pipeline Fitter 780 190

15 Mill Wright Fitter 780 190

16 Coater 520 120

17 Mechanic 520 120

18 Site Equipment Operator 520 120

19 Electrician 650 150

20 Fabricator 650 150

21 Carpenter 600 130

22 Plumber 520 120

23 Painter 520 120

24 Cable Jointer 780 190

25 Instrumentation Technician 780 190

26 Insulator 520 120

27 Rigger 450 110

28 Bhisti (water man) 250 60

29 Heavy duty driver 720 170

30 Light duty driver 520 120

31 Sand Blaster 580 130

________________________________ 

STAMP AND SIGNATURE OF  BIDDER 

2 / 2 
CONDITIONS FOR ISSUE AND
RECONCILITATION OF MATERIALS
[ANNEXURE - XI TO SPECIAL CONDITIONS OF CONTRACT]
INTEGRITY PACT
INTEGRITY PACT

INTRODUCTION:

GAIL as one of its endeavour to maintain and foster most ethical and corruption free business
environment, have decided to adopt the Integrity Pact, a tool developed by the Transparency
International, to ensure that all activities and transactions between the Company (GAIL) and its
Counterparties (Bidders, Contractors, Vendors, Suppliers, Service Providers/Consultants etc.) are
handled in a fair and transparent manner, completely free of corruption. Accordingly, an MOU on
Integrity Pact has been signed on 23.07.2007 by GAIL with Transparency International India.

Considering the above, the details mentioned at attached Annexure-1 are applicable as stated in
Instruction to Bidders of Bid Document in addition to the existing stipulation regarding Corrupt and
Fraudulent Practices.

The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid submitted by
the bidder (to be executed by the bidder for all tenders of value Rs. 1 (One) crore and above). In
case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.
ANNEXURE-1

Bidder is required to sign the Integrity Pact with GAIL as per format & terms and
conditions enclosed with tender. In case a bidder does not sign the Integrity Pact, his bid
shall be liable for rejection.

I COMMITMENTS AND OBLIGATIONS OF THE “COUNTERPARTY”

a) The Counterparty, directly or indirectly (through agent, consultant, advisor, etc.), shall
not pay any bribe/ influence or give undue/ unlawful benefit to anyone to gain undue
advantage in dealing with GAIL.
b) The Counterparty will not engage in collusion of any kind including price fixation etc.
with other Counterparts.
c) The counterparty will not pass GAIL’s confidential information to any third party
unless specifically authorized by GAIL in writing.
d) The Counterparties shall promote and observe best ethical practices within their
respective organizations.
e) The Counterparty shall inform the Independent External Monitor.
i) If it received any demand, directly or indirectly, for a bribe/ favour or any illegal
gratification/ payment / benefit;
ii) If it comes to know of any unethical or illegal payment / benefit;
iii) If it makes any payment to any GAIL associate.
f) The Counterparty shall not make any false or misleading allegations against GAIL or
its associates.

II VIOLATIONS & CONSEQUENCES:

a) If a Counterparty commits a violation of its Commitments and Obligations under the


Integrity Pact Programme during bidding process, their entire Earnest Money
Deposit/ Bid Security, would be forfeited and in addition, they may be blacklisted from
the GAIL business in future.
b) In case of violation of the Integrity pact by Counterparty after award of the Contract,
GAIL shall be entitled to terminate the Contract. GAIL would forfeit the security
deposits, encash the bank guarantee (s) and other payments payable to
Counterparty in such cases,
c) Subject to satisfaction of the Independent External Monitor, GAIL may ban/ blacklist/
put on holiday and exclude the Counterparty from future dealings until GAIL is
satisfied that the Counterparty shall not commit any such violation in future.
d) In addition to above, GAIL reserves its right to initiate criminal proceedings against
the violating Counterparty, if the allegations by Counterparty are found frivolous,
untrue and misleading and may also impose exemplary cost for the same.
e) The Counterparty will be entitled to claim as determined by the Independent External
Monitor, if the above (d) is found incorrect.

INDEPENDENT EXTRNAL MONITORS (IEMS)


The following three Independent External Monitors (IEMs) have been appointed by GAIL, in terms
of Integrity Pact(IP) which forms part of GAIL Tenders / Contracts.
i) Dr. A.K. Kundra,
ii) Shri S.C. Tripathi
iii) Shri U. Sundarajan
This panel is authorised to examine / consider all references made to it under this tender. The
bidder(s) , in case of any dispute(s) / complaint(s) pertaining to this tender may raise the issue
either with the designated tender issuing officer in GAIL or directly with the IEMs on the panel c/o
Chief Vigilance Officer, GAIL ( India) Limited, GAIL Bhawan, 16, Bhikaiji Cama Place, R.K.
Puram, New Delhi – 110066.

ANNEXURE-2

INTEGRITY PACT
(To be executed on plain paper and applicable to all tenders of the value of Rs. one crore and
above)

Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after referred to
as "Principal ").
AND
……………………… ..................... ………………… (here-in-after referred to as "The
Bidder/Contractor").

(Principal and the Bidder/Contractor are here-in-after are referred to individually as "Party" or collectively
as "Parties").

PREAMBLE

The Principal intends to award under laid down organizational procedures, contract/s for
………………………………………………….. The Principal values full compliance with all relevant
laws and regulations, and the principles of economic use of resources, and of fairness and
transparency in its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal co-operates with the renowned International Non-
Governmental Organisation 'Transparency International' (TI). Following TI's national and
international experience, the Principal will appoint an Independent External Monitor who will
monitor the tender process, the execution of the contract etc. for compliance with the principles
mentioned above.

Section 1 - Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following Principles in this regard:-

i) No employee of the Principal, either in person or through family members, including


relatives, will in connection with the tender for or the execution of a contract, demand or
accept a promise for or accept for him/herself or for a third person, any material or
immaterial benefit to which he/she is not legally entitled.

ii) The Principal shall, during the tender process treat all Bidders with equity. The Principal
undertakes and ensures that before and during the tender process shall provide and
share 'the same information to all Bidders and will not provide to any Bidder
confidential/additional information through which one particular Bidder could take an
advantage in relation to the tender process or the contract execution.

iii) The Principal will exclude from the process all known prejudiced persons.

2. If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the Anti-Corruption Laws of India, or if there be a substantive suspicion in this
regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary
actions.

Section 2 - Commitments and Undertakings by the Bidder/Contractor


1. The Bidder / Contractor commits and undertakes to take all measures necessary to prevent
malpractices & corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution:

i) The Bidder / Contractor undertakes not to, directly or through any other person or firm
offer, promise or give or influence to any employee of the Principal associated with the
tender process or the execution of the contract or to any other person on their behalf any
material or immaterial benefit to which he / she is not legally entitled in order to obtain in
exchange any advantage of any kind whatsoever during the tender process or during the
execution of the contract.

ii) The Bidder / Contractor undertakes not to enter into any undisclosed agreement or
understanding, whether formal or informal with other Bidders. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-submission
of bids or any other action to restrict competitiveness or to introduce cartelisation in the
bidding process.

iii) The Bidder / Contractor undertakes not to commit any offence under the relevant Anti-
corruption Laws of India. Further, the Bidder / Contractor will not use improperly any
information or document provided by the Principal as part of the business relationship
regarding plans, technical proposals and business details, including information
contained or transmitted electronically for the purposes of competition or personal gain
and will not pass the information so acquired on to others.

iv) The Bidder / Contractor will, when presenting his bid undertakes to disclose any and all
payments made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.

2. The Bidder / Contractor will not instigate and allure third persons / parties to commit offences
outlined above or be an accessory to such offences.

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

If the Bidder, before the award of contract, has committed a transgression through a violation of
any provisions of Section 2 or in any other form so as to put his reliability or credibility as Bidder
into question, the Principal shall be entitled to disqualify, put on holiday or blacklist the Bidder
including from the future tender process or to terminate the contract, if already signed, on that
ground.

1. If the Bidder / Contractor has committed a transgression through a violation of any provisions
of Section 2 so as to put his reliability or credibility into question, the Principal shall be entitled
to exclude including blacklist and put on holiday the Bidder / Contractor from entering into any
GAIL future contract tender processes. The imposition and duration of the exclusion will be
determined by the severity of the transgression. The severity will be determined by the
Principal taking into consideration the full facts and circumstances of each case particularly
taking into account the number of transgressions, the position of the transgressors within the
company hierarchy of the Bidder and the amount of the damage. The exclusion may be
imposed for a minimum period of 6 months and maximum of three years.

2. A transgression is considered to have occurred if the Principal after due consideration of the
available evidence, concludes that no reasonable doubt is possible.

3. The Bidder with its free consent and without any influence agrees and undertakes to respect
and uphold the Principal's absolute rights to resort to and impose such exclusion and further
accepts and undertakes not to challenge or question such exclusion on any ground, including
the lack of any hearing before the decision to resort to such exclusion is taken. This
undertaking is given freely and after obtaining independent legal advice.
4. Subject to the full satisfaction of the Principal, the exclusion of the Bidder / Contractor could
be revoked - by Principal prematurely if the bidder / contractor can prove that he has restored
/ recouped the damage caused by him and has installed a suitable corruption prevention
system in his organization.

Section 4 - Forfeiture of EMD / Security Deposits

1. If the Principal has disqualified the Bidder from the tender process prior to the award in terms
of Section 3, and during the execution of the contract, the Principal shall forfeit earnest
money deposit / bid security money, encash the bank guarantee including due payments in
addition to blacklisting or putting on holiday the bidder and terminating the contract.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages equivalent to Earnest Money
Deposit / Security Deposit / Performance Bank Guarantee.

3. The bidder agrees and undertakes to pay the said amounts without protest or demur subject
only to condition that if the Bidder / Contractor can prove and establish that the exclusion of
the Bidder from the tender process or the termination of the contract after the contract award
has caused no damage or less damage than the amount of the liquidated damages, the
Bidder / Contractor shall compensate the Principal only to the extent of the damage in the
amount proved.

Section 5 - Previous transgression

1. The Bidder swears on oath that no previous transgression has occurred during the last three
years with any other Company in any country conforming to the TI approach or including with
any other Public Sector Enterprise / Undertaking in India that could justify his exclusion from
the tender process.

2. If the Bidder makes incorrect statement on this subject, he shall be disqualified from the
tender process or the contract, if already awarded, could be liable to be terminated on this
ground.

Section 6 - Equal treatment to all Bidders / Contractors / Subcontractors

1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any, an
undertaking and commitment in conformity with this Integrity Pact, and to submit it to the
Principal before signing of the contract.

2. The Principal will enter into agreements with similar conditions, as stipulated herein, with all
Bidders, Contractors and Subcontractors.

3. The Principal shall disqualify from the tender process all Bidders who do not sign this Pact or
violate any of its provisions.

Section 7 - Criminal charges against violating Bidders / Contractors / Sub-contractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an


employee or a representative or an associate of a Bidder, Contractor or Subcontractor which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the Vigilance Office / Department for initiating appropriate action for above.
Section 8 -Independent External Monitor / Monitors
(Three in number depending on the size of the contract)
(To be decided by the Chairperson of the Principal)

1. The Principal appoints competent and credible external independent Monitor for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to any instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson of the
Board of the Principal.

3. The Contractor accepts that the Monitor has the right to access without restriction to all
Project documentation of the Principal including that provided by the Contractor. The
Contractor will also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his project documentation. The same is applicable
to Sub-contractors. The Monitor is under contractual obligation to treat the information and
documents of the Bidder / Contractor / Sub-contractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Principal and the Contractor. The parties offer to the Monitor the option
to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement he will so
inform the Management of the Principal and request the Management to discontinue or heal
the violation or to take other relevant action. The monitor can in this regard submit non-
binding recommendations. Beyond this, the Monitor has no right to demand from the parties
that they act in a specific manner, refrain from action or tolerate action. However, the
Independent External Monitor shall give an opportunity to the bidder / contractor to present its
case before making its recommendations to the Principal.

6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within
8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and should the
occasion arise, submit proposals for taking corrective measures.

7. Monitor shall be entitled to compensation by the Principal on the same terms & conditions as
being extended to/provided to Outside Expert Committee Members of ONGC.

8. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti-Corruption laws of India, and the Chairperson has not, within
reasonable time, taken visible action to proceed against such offence or reported it to the
Vigilance Office, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner, Government of India.

9. The word 'Monitor' would include both singular and plural.

10. Independent External Monitor shall be required to maintain confidentiality of the information
acquired and gathered during their tenure / role as Independent Monitor. Any breach in this
regard would be subject to the legal judicial system of India.

11. The Independent External Monitors - shall be responsible to oversee the implementation of
Integrity Pact Program to prevent corruption, bribes or any other unethical practices in the
GAIL. However, Monitor(s) shall be personally and severally be liable for any action or suit
brought by Bidder / Contractor / against the Monitor, in case the findings of Independent
Monitor is / are found incorrect or biased or prejudiced.
12. Independent External Monitor(s) shall be required to furnish an Undertaking and shall
disclose before taking any assignment that he / she has no interest in the matter or
connected with the party (bidder / contractor) in any manner.

Section 9 - Pact Duration

The provisions of this Pact shall come into effect from the date of signing of this Pact by the both
parties. It expires for the Contractor 12 months after the last payment under the respective
contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made / lodged by either party during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/determined by the Chairperson of the Principal.

Section 10 - Miscellaneous Provisions

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

2. Changes and supplements as well as termination notices, if any, need to be made in writing.
Side Agreements have not been made.

3. If the Contractor / Bidder is a partnership concern or a consortium, this agreement must be


signed by all partners or consortium members.

4. In case any or several of the provisions of this agreement turn out to be void, the remainder
of this pact shall remain valid. The parties to this pact however, shall strive to come to an
agreement to their original intentions in such a case.

______________________ _________________________
(Name & Designation) (Name & Designation)
For the Principal For the Bidder/Contractor

Place :________________ Witness 1: ____________________________

Date :_________________ Witness 2: ____________________________


PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS
PROCEDUNS
FORSVALUATIONSF FFRTCIRY{Aff{F
QT
vENpoasJcQNrRAqrCIsF
/ f sFrsiJrr4Nt-s

1 . 0 GENERAL

A s y s t e m f o r e v a l u a t i o n o f v e n d o r s / c o n t r d c t o r sa n t l t h r , : i rp c i - f o r r r i i t r r i .i (: -:
a k e y p r o c e s s a n c i i m p o r t a n t l o s L l p p o r f a r . i e f f c c l i v e p u r c h ; 1 s i f t ! l&
c o n t r a c t i n qf u n c t i o n O t a n o r l l a n i z a t i o n .

P e l r f o r r n a n c oe f a l l p a r L i c i p i : t i r i g
V e n r i o r s /C c n f r a c l " o r s /C o r i s u l f a r r L rsl i : { r f i
to ber closely monitored to <.:nsuret tirnely ri:r:eipt of sr.l;rg:liesfrcrn ;t
Vendor, completion of ar't assignment by a Consullani or corrlpirle
e x e c u t i o n o f o r d e r b y a c o n t r a c t c r w i t h i n s c h e d L r l e dc o m p l e t i { l n p e r i c d .
I-or timely executiorr of projects ancl meetiirg tlre oper;;iion 8a
r n a i n t e n a n c er e t l u i r e r n e l not f o p e r a t i n g ; : l a n t s , i t i s n c c c s E ; r r rt1o n r i : n i i o r
t h e e x e c u t i o n o f ' o r d e r o r c o n t r a c t s r i g h t f r o n r l h e a , " v a r - rs. l a g c t o
c o m p l e t i o n s t a g e a n d t a k e c o r r e c t i v en r e a s u r e si n t i n : e .

2 . 0 O B J E C T I V E"

T h e o b j e c t i v e o f E v a l u a t i o n .o f P e r f ' o r r n a n c ea i n i s t c r e c o g n i z c , a r i r i
develop reliable Vendors/Contraclors/Consultanls so tlrat tirey
c o n s i s t e n t l ym e e t o r e x c e e d e x p e c t a t i o n sa n d ' r ' e qu i r e t l e n t s .

T h e p u r p : o s eo f t h i s p r o c e c l u r ci s t o p r i t i n p l a c e a s y s t c r r ) t o r n o n i t i : i -
p e r f o r n t a n c e o f V e n d o r s / C o n t r a c t o r s l C o n s u l t a n tass s o c i a t . e cwl i i h G A i L
i n P r o j e c t s a n d i n O & F 1s o a s t o e n s u r e t i m e l y c o i n p l e t i c n o f v a r i o u s
p r o j e c t s , t i n r e l y r e c e i p L o f s L r p p l i e si n c l u d i n g c o n r p l e t i o r ro f l n ; o r x s &
s e r v i c e s f o r o p e r a t i o n a n d r n a i n t c n a n r : eo f o p c r a t i n g ; ; l a n t s a r r d r ; r - r a l i t y
slandards in all respects.

3 . 0 METHODALCIGY:

(i) P,qeparalioni:f Peffqrnary;g Rattrut Datals[cq{

Performance Rating Data Sheet for each ancl every


Vendor/Conlractoror Consultant for all orders/Ccnlracts with a
v a l u e o f R s .i l a k h a n d a b o v e i s r e c o m r n er r d e d t o b e c i r a v r n u p .
These data sheets ar{} to be separately prr:pare;d for
orclers/contracls relatecl to Projects and O&M. Forrnal,
P ar am e t e r s , P r c c e s s ,r e s p o n sbi il i t y f o r p r e p ar " a l i o no l ' - r e r f or l - n an c e
R a t i n g i l a t a S h e e t a T es e p a r a t e l vn r e r r l i o n e d."
(ii) M e a s u r e m e n to f p e r f o r m a n c q

Based on the paramelers rje:finerJin Data Sireir:t,Pcrfornlanr-etcf


c o n c e r n e c lV e n d o r , C o n t r a c l o r o r C o n s u l t a n i .l . r r o u l db e c r r n i p u i c r l
a r r c ig r a d e d a c c o t ' c j t n q l yT.h e m e a s u r e r n e r r to f t l r e p e r f o r r n a n c ea f
t h e P a r t y w o t t l d b e i t s a b i l i t y t o a c h i e v e t h e n r i n i t r L : i r rs c l r i n g c i '
6 0 0 l op o i n t s i n t h e g i v e n p a r a m e t e r s i n d i v i d r " i a l i ya n d c c l l e c t i v e i y .
Any Party failing to sccurt: iess than thc rninirrir-rl Sct,,i-{: iri any of
t h e p a r a n t e t e r ss h a l l n o t b e c o n s i d e r e dl o r e m a i r i i n b u s i n e s s , r i : : i r
.'
GAIL.

qf M-e"a,!ure_p;
(iii) IniLiotio-n

D ep en c l i n gu p o n t h e G r a c l l r r go f P e r f o r r n a r . ) c c ,o r r ec l i v e r n c a s u r c : ;
r,vould be initiated by taking up the nratter with concerried
Vendor,/Contractclr,/Consultant. Response af Vertdorl
Contrac.tor/Consultant wr:ulcl bc r:nsirjerer.l bcfrlrc rltzr..rdirtri
f u r t h e r c o u r s eo f a c l . i o n "

(iv) I m p l e m e n t a t i o n o f C r : r r e c t i v eM e a s u r e s :

Based on the response of Vendor/Contractor/Consitltant,


c o n c e r n e d E n g i n e e r - I n - C h a r g e f o r t h e P r o j e c L sa n c i l o r O j C i n
c a s e o f O & M w o u l d r e c o m m e n d f i : r c o n t i n u a t i o no r c l r s c o n t i n u a t i n n
o f s u c h p a r t y l r o m t h e b u s i n e s so f G A I L ^ T ' h e s er e c o m m e n d a t i o n s
w o u l d b e s u b m i t t e d t o t h e C o m p e t e n t A u t h o r i t y w h o w o u l c l p ; t s sa
r e a s o n e do r d e r f o r p u t t i n g t h c p a r t y o n H o l i d a y / b l a c k l i s t i n g " .

(v) O r d e r s / c o n t r a c t sp l a c e d o n p r o p i t i a t o r y l 0 F M b a s i s f o r O i l F l ' r i i l b r :
evaluated and, if required, corrective action will be taken for
i r n p r o v em e n t i n f u t u r c .

4.4 EXCLUSIONs:

l-he following would be excluded from the scclpe of evaluaticn of


perforrnance of Ve n d o rslCo ntra ctr:rslCo nsult;:nts.

(i) O . c l e r s / L - o n t r a c tbse l o r , vt h e v a k t e r : f R s . 1 l _ a k h .

(ii) One time vendor/ CorrtractorlConsultani.

(ii') Orders for I{isc./Adminislralive itemslNon stock Non valualeci


rtems.

H o w e v e r , c o n c c r n c d E n g i n e c r - I r i i h a r g e l / O l C sl v i l l c o n t i n u n t o m o n r t o r
s u c h c a s e s s o a s t o m i n i i ' i r i z et h e i m p a c t o n P i - o j e c t s l O & l 4p ; l a n l sd u c l ' c
n o n p er f ' o r ' m a n c e
o f V e n d o r s / C o n l r a c l o r s l C o n s L r l l a n ti sn a l i s u c h c a s es .

Page2 of 13
5 . 0 PRp--C.ESS qF fVALUATION OF " psnronM&Frc"fi oF
VENDSR$IEO NTRACTO R5 I CON SU I=TANIS

3.1 F O RP R O ] E C T S

(i) E v a l u a t i o n r : f p e r f o r r n a n c co f V i ; n r i o i - s yC o n l r a c i o r s , /C c n s r i l t a n r s
in case of pROIfiCTS shitil be rjr:nc imrnerji;tr,:i'; r,rrif ft
c o m r n i s s i o n l n go f a n y P r o j e c t .

(ii) On commissioning of any Project, LIC (lnglineer-in


C h a r g e J / P r o j e c tI n - c h a r g e s h a l l p r e p a r e a P e r f q r r n ; i r r r _ R
e .rtinql
Data Sheet (Forrnat at Aririexurel-1)fcr all Orr.1r,:rs i,rrirlCc;ntrai:i:,
e x c l i r c i i n gcia s e s u n d e r p a r a 4 . 0

(iii) D e p e r r d i n gu p o n t l r e P e r f o r m a r r c et i . a t l n g ,f o l l o w i n g a c t i o r i n e e c it *
b e i n jt ia ted b y Fn g i n r:cr- i n - r:ha rg c/ Proj ilr.t-I n - r:h a rg,,::

Pclrfr:rrnance
R a ti n g
S e e k e x p l a r i a t i o nf o r P o o r
e rforrnanc:c
S e e k e > g l a n a t i o nf o r F a i r p e r f o i l ' n q { r c e
L e t t r r t o l h e c o n c er n c d f o r i n r p r o v i r ; 9 3
p e r l ' o r r n a n c ei n f u t u r e .
VERYGOOD N o f u d h er

(iv) R e p l y f r o m c o n c e r n e d V e n d o r / C c n t r a c t o r , / C c n s u l l a n ts h a l l b r :
e x a m i n e d . I n c a s e o f s a t i s f a c t o r yr e p l y , P e r f o r m a n c e l { a t i n g c i a t a
Sheel tri bel ck:seti rriith a lcttclr to tlie."r:orrcelrneci for ii.ripraving
p e r f o r m a n c ei n f u t u r e .

(v) W h e n n o r e p l y i s r e c e i v e do r r e a s o n s i n d i c a t e da r e u n s a t i s f a c t u r y ,
the followingactionsneed to be taken:

(A) ,w-irerc
P_s
{-qr-r.Da
{K_c-
rclins .i:. I'P"
QQBll;
(i) Recomnrend such d e f a ul t i r r g \ Je n d o r /
C o n t r a c t o r / C o n s u l t a n tf o r p u t t i r r g o n H O L I D A Y f o r ; r
periodof l yc-:ar'.

(ii) W h e n h i s p e r f o r n l a n c eh a s a f f e c i e d o v e r a l l c o m p l e l i o l ' r
s c h e d u l e c i f t h e p r c j e c t , r e c o n " : n r e n ds u c h d e f a u l t i n g
Vcndor/ Crntractor/Consullant for puttlng or)
liollDt.Y :'cr;r pcricd ri ?l:: yca15,

P a g e3 o f l 3
(B) Where Performance rating ig llFAIBll.

Recornrncnd for issuance of lv;:rriing to sur:h r.icfaL.r!irri<1


Vendor/Contraclor/Consultant to irnpi-c,ve t.ircir
performance.

(vi) Irrespective of Perfarmance rating, vrhere Venciorl Contrac.icr,/


Consultant subrnit fi:rgeci docurr;cnts in rcspei:t c;f ilx;:trirtlcc,
turnover and any othen condilion forrning tfie basis fr:r the ;:i-e,
q u aIi f y i ng / e l i - c i biitl y c r i t e r i c n , s uc h V e n d o r / C a n t r a c l or / C on s i rl i a n t
s h o u l d b e r e c o n r r r e n c i e df o r l l L - A C K L l S l l N G .

(vii) On receipt of r-onsoliclaler.irc-corrrrrrcrid;.ttians rtf i::rrqint:r,:r,


1.n-
Charge of a Projecl, the Froject Manager will crirrslilr_:t<,:.1
C o m m i t t e e o f H e a d o f P r o j e c t s ,C & P a n d F i n a n i : et o e x a n r j n e t h e
r e c o n r i n e n d a t i o | t sf o r w a r d e d b y t h e E n g i n e e r , i n c h a r g e .

( v i i i ) I n c a s e c o m m i t l e e r e c o n ' ) m e n d sp r . r i . t i n ag p a r t y o n h o l i c l a yo r f c r
b l a c k l i s t i n g ,t h e P r o j e c t M a n a g e r w i i l p u t u p t i r e r ec c n r r l e n r J art o n
o f c o m m i t t e e t o t h e c o n c e r n e d D i r e c t o r t h r c u g i r C o r p c i r a i eC . & i )
Deptt. along with a draft show caus€ notjr:e providing a firrsii
-[he
opportunity to defencl his caEc-. draft sfiol,vcaus<:rroiicr:
s h o u l c lb e v e t t e c i b y l - e g a lD e p t t .

(ix) After obtaining approval from tlre concerned Director, Corporaie


C & P d e p a r t m e n t w i l l i s s u e t h e s h o w c a u s e n c r l i c et o t h e c o n c e r n e c j
pa rty.

(x) O n r e c e i p t o f r e p l y i n r e s p o n s et o s l i o w c a u s e n o t i c e , C o r p o r a l s
C & P D e p t t . l v i l l f o r w a r d l h e s a m e t o P r o j e c t l " l a n a g e r w * h oa f t e r
t a k i n g l e g a l o p i n i o n w i l l p r e p a r e a p r o p o s a l f o r k e t e t p i n tgh c p a r t y
o n l l o l i d a y , / f o r b l a c k l i s t i n ga n d f o r w a r c l t h e s a m e t r : C o r p o r a L c
C & P D e p t t . f o r o b t a i n i n gt h e a p p r o v a l o 1 'l h e c o n c c r n e d D i r c c l o r .

(xi) A f t e r o b t a i n i n g a p p r o v a l f r o r n t h e c o n c e r n e c JD i r e c t o r , C o r p o r e t e
C & P D e p t t . w i l l i s s u e a l e t t c r t o t h e ; : a r t y r : r : r i v c y i n gt h c d c c : i : i i o r r
o f p u l t i n g h i m o n h o l i d a yf o r t h e s p c c i f i cp e r i o c o l r b l a c k l i s t i r r Ign e
paruy.

(xii) A list of all parties put on holiday oi-blacklisted r^rillbe


' i a l l c o n c e r n e c ia n d y l i l l a l s o b e : r l a i n l a i i r e d ill
c o m r T r u n i c a t e ct o
GAIL Intranet.

(xiii) Hclvever, Holiday restrictiorlsshall not appl), on Vendor:;fsr-


procureiientr:f sparesfrornthem on proprietaryi:asis.

Page4 of 13
t'
5 . 2 F O R C O N S U L T A N C]YO B 5

M o n i t o r i n g a n d E v a l u a t i o no f c o n s u l t a n c yj o b s w i l l b e r : a r r i e : rrJ. l i r ti n t i r e :
s a m e w a y a s d e s c r i b e di n p a r a 5 . 1 f ( ) r p r o j e c t s e x r . c p t t n e f u n c t i o r i sc f
P r o j e c i M a n a c j e rw l l l b e p e r f o r m e d b y c o n c e r n e d r r r - c h a r g e s o f r r s e i
D e p t t s . s u c h a s P r o j e c t D e v e l o p m e r r t ,B u s i n e s sD e v e l o p m * r i L ,[ a p , i l , ] . ,
F i n . r n c eH , S E e t c . I h e p r o v i s i o no f p a r a 5 . 1 ( x r i i ) w r i r n o l l : e a i : r i i r : " : b r r .
f c i r c o n s u l t a n c yj o b s "

FOR OpERATr0 N,&']y!AiNIErlANe_F


(i) E v a l u a t i r : r io f p e r f o r r n a n c er : f V i t n r J r : r s C
l i r n t r a c k r r - s /C o n : ; r ; l i ; i r r : : s
i n c a s c o f O p er a t i o r : a n d M a i n t e : n a { r cs{ h : a l i L r r :r J o r i c i n r r : r c i J i a i l l , , ,
a f t e r e x e c u t i o no f o r d e r / c o n l r a c l .

(ii) A f t e r e x e c u t i o n o f o r d e r a p e r f r : r n r a n c eR a t i n g D a i a s i r ee t { ' i a r r n a r .
a t A n n e x u r e - ? - )s h a l i b c p r e p i l r e l rfi o i - a l l o r r j u r s i ; y 3 r t e rc & l a r i r i
for ali Contracts/services by respccrivc Fngincer--lri-fh;irgc
e x c l u d i n gc a s e su n d e r p a r a 4 . 0

(ii') D e p e n d i n g u p o n P e r f o r m a n c eR a r i i r g ,f c l l o w i n g ;a c i ; o i - rn i : e c i t o b c
i n i t i ; r L e rbJy S i t e C & p :

S l .N t : Performance Action
Ratins
1 POOR S e e k e x p l a r r ; t i o nf ' o rp
Derformance
2 FAIR S e r : ke x p l a n a f i o nf o r r
Derformancc
3 GOOD Letterto the concernerJ
improvingperfornrance
futu re.
A
VERY GOOD No further action

(iv) Reply {'rorn concerned Vendor/contractor/conEullanl shall bc


e x a m i n e d " I n c a s e o f s a t i s f a c t o r yr e p l y , p e r f o r r n a n c e R a t i n - c<; 1 a t a
s l r r : e t t o b e c l o s e r Jw i t h a l e t t c r t o t l r e c r , r r r r - r r r n cf uc ij i r r r g . r ; 1 , i , ; r , 1
pe,'rforrnancr: in fu tu re.

(v) W h e n n o r e p l y i s r e c e i v e do T r e a s o n sj n c J i c a t c caJr e u n s a l i s f , a c t c r v ,
t h e f o l i o w i n ga c t i o n s n e e d t o b e t a k e n :

(A) wherePtl-fBrnatce
ratlnsis llP-oaR"
{ 1 1 P.ccoinrnerrci sLrch defauir!ng Veniorl
Contractor/Consu ltani for p u t t i n g o n H 0 l , l i l A Y f c l - a
periodof 1.ycar.

Page5 of 13
(ii) W h e n l r i s p e r f o r m a n c e h a s s e r i o i - r s l ya f f e c t . e d 1 . h e
opt:ratir:n & rlaintertanr:c of plant, rer:ori.rrlerlrJsr-tr.;fl
t l e f a u l t i n g V e n d o r / C o n l r a c t o r / C o n s r , r l t a nf i' o r p r , i i . t i n , . 1
o n H 0 L I D A Yf o r a p e r i o d a f ? i 3 y * a 1 5 .

(fi) $l-hereP-e-rf-prm.an-E.e.latins
i$ ::fAlJ-{1.
R e c o n r n r e n df o r i s s u a n c e o f l v a r n i n g | r r s u c h d e i a r - r i l i n g
Vendors,/Contractors/Ccnsultanls tc irrprcve ihcir
performance.

(vi) I r r c s p e c t i v e o. :f P e , ' r f o r m a n crea t i n g , w h c r e V c n c l o r / C o i l t r a c , t r : r l


Consultant su brnit forged d cci-ri'ne il ts :;ucfi
V e n d o r / C o n t r a c t o r / C o n s u l t a i i ts h o u l d b e r e c c m m e r r d e r j f a r
BLACKLISI'iNG.

(vii) A q u a r t e r l y m e e t i n g o f l - J O D( C & P ) , i { O U { f & A ) a i r c i i t O L ) c f


r e s p e c t i v ed e p a r t m e n t s s h a l l b e h e l d a t S i t e l c r e r r i e ' l ; r n d
examine all cases requirinq putting the
v e n d c r s / c o n t r a c t o r s / c o n sl u
t an t s o n h o l i d a y r o r l i n aI d e c i s i cn .

(vi l i ) O n r e c e i p t o f ' r e c o m m e n c l a t i o rar f c o m m i t i c c f o r p L i t t i r - l a


i , rp r r l y
on Holiday or for blacklistinq, OIC will put up lhe
recommendation of Comniittee to tlie concerned Dirertor
through Corporate C&P Deptt. along wilh a draft.sfrow cause
notice providing;l final opportunityto party lo rlefcnd iris c.ase.
T h e s h o w c a u s en o t i c e w i l l b e l c g a l l yv e l | e d .

(ix) A f t e r o b t a i n i n g a p p r o v c r l f r o m t l r c c o n c ei ' n ed D i i e c t r - r r ,
C o r p o r a t e C & P d e p a r t m e n t r r y i l i s s r . r e' i l r e ls h o w r : a i r s cr r o l i r . t :l o
t h e c o n c e r n e dp a r l y .

(x) O n r e c e i p to f r e p l y i n r c s p o t t s et o s l t o ' r c a u s e n o t i c c ,f c r p r L r a l c
C & P D e p t t . w i l l f o r u v a r dt h e s a m e t o O i C w h o a f t e r f a i < r n gl e g a i
opinion will prepare a;:ro;:rosi:lfor kecping thg parly oit
l " l o l i d a y / f o rb l a c k l i s t i n ga n d f o r w a r c lt h c s a n r c t o C r : r p o r a t eC & P
D e p t t . f o r o b t a i n i n gt l r e a p p r o r r a lo f t l r e c . J i r a uI ir ; : Ci r i ; r : . t o r .

(xi) After obtaining approval from the concernerJ [)!rector,


C o r p o r a t e C & P D e p t t . u r i l l i s s u a la l r ' : l t c rt o t h q : p a t ' t y c o l v c y i r r q
t h e d e c i s i o no 1 ' p u t l i n gh i r n o n h o l i c i a yf o r l h e s p e c i f ! cp c r i c d o r
b l a c k l i s t i n qt l r e p a r t y .

t*i,l A l i s t o f a l l p a r t i e s p u t c n h o l i d ; . t yr : r h i a c k i i E t r , r tl it i l i b r :
c o m r n u n i i . a t e dt o a i i L o r r L e r i l c da n d w i l l a l s o b t : r r i a i n t , r i r l r , :a' Jl
GAIL Inlranel.

Page6 of 13
(xili) Holvever, Holiday restriclionsshall not appiy r:n Vendors fci-
p r o c u r e m e n to f s p a r e sf r o r r t h e n r o n p r c p n e t i l r y l : a s i s .

6.0 RTVIEW & RE5IQ_8AfI_Q,N


O-TPA-RITES
PU, ON TOLIDAY/BL.ACKL
ISTT}

6.l" A f t e r e x p i r y o f H o i i d a y p e r i o d , t h e v e n c l c r s / c c n t r a c t o r r / c c n s u i t a ; r l'!r n r i r o
have becn put on Holiday cjuc to dr.:layin r:r:rnJ:leliclri schi':rjriir:lrlli i.:r,:
autornatir:ally restoreci to partic;ig:atein i:usinE::;swilh GAii..^ i'-lor,vctvr:r,
p a r t i e s w h o h a v e b e e n p u t o n l l o l i c l a yd u e t o q u a l i t y p r c b l e n r su ; t l l b c
r e s l o r e d o n l y a f t e r a r e v i € r v b y t h e c o m m i t t e e r a . r i r i r :hi ia d r : a r i i e r
r e c o n r m e n d e dt h e p a r t y t o b e p u t o n H o l i d a y .

6 . 2 . T h e p e r i o r l o f H t t l i d a yw i l l b e i . f r r : r to
r n e l y c a r t e t h r t : e y i t i ' : r ' sc i r , ) i l c l ( l l i ) t
u p o n t h e s e r i o u s n e s so f f a i l u r e . l t c a n b c t h r e e y e a ; - si n c x l , r e r n cc i ; s ' : s
a n d m a y b e o n e y e a r o r l n ' o y e a r s d e p e n d i n qu p o n t h e : r a t u r e o f f a i l , . t r " e
in nerfornrance.

I'age7 of 13
JT

GAIL (India) t-inrited


pf"RfoRFlA.NQrRATINGD.AJ& f;E:r
S.l:t
( rqR p RoJEcJs/ c0 Nq-uLTAFT
Cy-3QSSl
(i) Pnr:jcr:t/Work Csnter
'Orde
(ii) r/Contract No. & Date

(,ii) B r i e f c l e s c r i p t i 0 n0 f I t e m s
Works/Assignrfinnt

(iv) O r d e r / C o n t r a c tv a l u e ( R s . )

(v) Name of Vendor/Contractor/


C on su l t an t

(vi) C o n t r a c t e dd e i i v e r y /
C o m p l e t i o nS c h e d u l e

( v i i ) Actual delivery/
C o m p l e t i o nd a l e

Performance Delivery/Complcti<ln Quality Reiiabilily I Total


Paranreter Performance Perforrrance Perlorrlanr:c I
N l a x i m u mM a r k s 40 40 7f) I fin
tr'larksAilocated
(*)

R e m a r k s( i f a n y )

P E R | " O R M A N CREA TI N G ( x 1 , )
Note:
( * ) A l l o c a l i o no f m a r k s w o u l d b e a s p e r e n c l o s e r i n s l r i - r c t i o n s
( * t ' ) P e r f o r m a n c er a t i n q s h a l l b e c l a s s i f i e da s u r r d e r :

st. fJrnrro Rat i ng S i g n a t u r eo f


No. (Marks a u t h o r i z e dS i g n a t c l r y
l 6 0 & belor,ar POOR
2 o I -,/: FAIR N a m e:
J 76-90 GOOD
A
q M o r et h a n 9 0 yFRY Designation:
GOOD

Page8 of 13
,

lnstructions fof al!ocFtionof*marks

Marksare lo be allocatedas under:

1.1 DELMRY/COIvIPLETIONpERFCIRfqANC
4SFM a r k s

DeliveuPgriod/ pelay irryVeei($ l4artq{


$giopletion Sch"edule

a ) U pt o 3 m o n t h s BeforeCDD 4fi
Dclayup to 4 wl:eks ri
"
I weeks lil
" "1
0 r,.;eeks ).1
"
12 weeks ^j-tl
l(r \,VC€KS i l

m o r el h a n 1 6 w e e k s rr
b) Abovc 3 rnonths B e f o r eC D D 4CI
D el a y u p t o 4 y r e e k s ,\:
.,
B rveeks "ii)
" "10we
eks :-i
"
16 weeks ::o
" 20 weeks
i,{
"
24 weeks l0
more than 24 lveeks t.l
t"2 Q{JALITY PERFOF{,MAr{CE 4S Marks

l o r N o r l n a l C a s e s : N o D e f € c t s / / N oD e v i a t l o r r / N c f n r i u i c : 4() rnerks

i Rcjcction/ Del'ecls Marks 1.o be allocated on 1C rnai'ks


A F ^ - 5 F l h a - i - { ^ . - - - - ^ ^ r - l . l ^
prurdLd ud)r5 tut dLLCp,..il]rc

quantity as compared to torai


q u a n t i t y f o r n o r n r a lc a s e s

ii When qualily F a i l u r eo f s e v e r e n a t r . r r e 0 nrarl.ls


failr"rre ndanger M o d e r a t en a l u r e 5 nrarks
s y s t e n r i n l eg r a t i c n - l o w s e v er e n a ' . u . e i(l'.25llark:
and safety of the
systelrn.

i i i N u m b e or f 1. No deviaiiori 5 rnarks
deviations 2 . N o . o f d e v i a t i c n s * <2 2 rnarks
3 . N r : ^o f r J e v i a l i o n s> 2 - fi rni:rks

Pagc9 of l3
l
)

1.3 RELIAfiILITY pSRfORMAt{Cf Z# F4arks

l\. FoR wORKs/ COHTRACTS

(i) Submission of ci-der ficceptaitce, 4 rr:*rk:;


agreement, PBG, Drarlings aird other
d0cLr
rr'rents
lvitfiin tirn<l

(ii) Mobilization af resourc€s a s i,)€r 4 m.:ikc


C o n t r a cat n d i n t i m e

{iii) l...ic1r.rid;rtlon
of Check-list
1rr:inis 4 tll iJ :-l.i5

(iv) Complianceto statutcrryarrd HS & b: 4 J)ar?.s


requirements

or

R e l i a b i l i toyf E s t i m a t e s / D e s i q n / Dnr a
gwr
etc. in caseof Consultancy jobs

{v) f i m e l y s u b m i s s i o no f e s t i m a t e sa n c l 4 n r a r k s
other docurnenLs for Exlra, liubstltLrted
& AHRitenrs

ts. FORSUPPLIES

(i) S l t b m i s s i o r io l o r c l e r a c c e p t a n c e , P B G , 5 n r a i - k s
D r a u r i n g sa n d o t h e r d o c u l r r e n t s w i t h i n
tirne.

(ii) Attending complaints and requesls 1'or 5 mai'irs


after Sales service/ warranty repairs
and /or queryladvice (urpto the
e v a l u a t i o np c r i o r J ) .

(iii) Response to veirious correlpciirierrce ll marks


a n d c c n f o r m a n c et o s t a n d a r d s l i k e i 5 0

(iv) S u b r n i s s i o nr : f i l l l r c l r l u i r e d c l o c u r n i : r r t s 5 r n ; l i k : ;
i i r c l u d i n gT e s t C e r t i f i c a t e s a l t h e t i m e
of suppiy

P a g e1 0o f l 3
f
.rl

@e-aqeE
GAIL (India) Limited
R,qrrr{CpArA gH.rg-r{r-Q-Kq&ry}
qFRTOSMANCE
(i) l-ocatioir

(ii) Orcjcr/Contract lJo. & Date:

(iii) B r i e f d e s c r i p t i o r ro f I t e n r s
\l/orks/Assign nrent

(iv) O r c l c r / C c n t r a c tv a l u e r( R s .)

(v) N a n r eo f V e n d o r / C a n t r a c t o /
C on s ul t an t

(vi) C o n t r a c t e dd e l i v e r y l
C o m p l e t i o nS c h e d u l e

(vii) Actual delivery/


C o n r p l e t i o nr l a t e l

Performance Delivery Quality ReliabilityI 1o


Param*ter Ferfornranci: Perfi:rrlanr:e r c i ' t 0 r i n a f t ( . ( t II
Maximum
Marks
40 ?,() 10 ,;l
-t
Marks
A l l o c a t e (d*

R e m a r k s( i f a n y )
PIRFORMANCF
RAl'rNG('*) I I
N o t e : ( x ) A l l c c a l i o n o f n r a r k st o b e a s p e r e n c l n s e r li i r s l r u c l i o n s
( ' F ' r )P e r f o r n r a n c er a t i r r gs l r a l l b e c l a s s i f i e da s u n d er :

5 t . R a n q e( P l a r k s ) Ratln0 5 i g ; n a t u r eo i
No. a u t h o r i z e dS i crl r a i o r y:
i 6 0 & bellow POOR
2 6r-75 FAlR Name:
3 76-94 GOO{)
A
M o r et h a n 9 0 VERY D es i g n a t i o n :
GOOD

P a g el l o f 1 3
t
..i :

In_stlustions for a!tocatipn-*of ryrarks iFo!- 0&F,l !

M a r k s a r e l c b e a l l o c a t e da s u n d er :

1.1 SFLMRY/COI.NPLHTIOFJpfiRFORMAf{tflS 4SMarks

Detivery-Feriod/ Defay in-lUeetqs Wal}:S


€p.nlpletion Sqhedule

a) LJpto 3 montlrs Befcre CDI) 4t)


'li
Dciay up to 4 lvccks
"
I wc.eks _:il
''
1 0 w t ; ek s ..1
r
"
1 2w e e k s 1l{}
"
1 6w e e k : ; i:
nrorethan 1fi weeks tJ

b) Abr:ver3 rnonths Bcfore CDI) 4i)


D e l a yu p t o 4 w e e k s
" B r,^tr:eks
t,,
" 10
lreeks
" 16
wecks a*,
" 20
vreeks l i
"
24weeks' lll
n r o r et h a n 2 4 w e e k s il

L.2 QUALITY PERTORMAFICE 4o Marks

ForNor;nalCascs:No t.)efucf.s/No
l.)cviai.ion./No
fuii,rrr: : 40 tnai-l<:

i Reiection/ Defects Marks to be allocateC orr .1[,rni;rri<s


pr0rata basis for acceptable
quantity as compared to total
quantity for norrral c.rse:s

ii Whenqualily F a i l L r r eo f s e v e i e n a t l l r e l l .n a r k :
f ; : i l u r ee r r d a n g e r - I ' i q d e r a l en a l a t e l; rtriirks
system integration - l o w s e ' J e r en a t r t r e l . C - . l f ir r ; r r k
and safely of tfre
system.

i i i N u m b e ro f 1. No deviaticn 5 nrark:;
-rleviations 2^ No. of dc:viatiorrS : ; 2. 2 rnarks
3 . N o . o f d e v i a { . i o n>s 2 0 rlar'l<s

P a g el 2 o f 1 3
1.3 RELIASILITY FFRFOR.MANCE 2G Marks

A, FOR WORKS/ COhiTRACTS

(i) Subrnission cf order acccf)tancc, 4 rlarks;


agreemcnt, PBG, Drawingsand othcr
d o c u m e n l sw i t h i n t i m e

{ii) Mobilizatiorr of rcsourcLls ir5; i)frf 4 l l i c ; ; {! -


C o r t t . r a cat n d i r r t i m e

( i i i ) L i q u i d a t i oonf C h e c k - l i spto i n t s 4 marks

(iv) Compliarrce
til statr-ltoryand HS & t 4 fnaikI
rcquirements
or

R e l i a b i l i t yo f H s t i m a t e s l D e s i g n l D r a rrrrvgi
e t c . i n c a s c t l f C o n s u l t a n c yj o i : s

(v) Timely submissionof estjmates and 4 marr<:


other documentsfor [xtra, Substituted
& AHRitems

B. FOR SUPFLIES:

(i) S u b r l i s s i o n o f o r c j e r -a c c c ; : t a r i c c :P
, BG, 5 rtrarks
D r a w i n g s a n d o t h e r c l o c u n r e n l sr v i l h i n
time.

(i i ) A t t e n d i n g c o m p l a i n l s a n d r e c l u r l s t si ' c r 5 nt a iKS
after Salcs servlce/ warranty rcpairs
and /ar query/advice (up t<: tire
e v a l u a t i o np e r i o d ) .

(iii) Response ro various correspondcircc 5 marks


a r i d c o n f o r m a n c et o s t a n d a r d s l i k e I 5 0

(iv) S u b r r i i s s i o no f a l l r e q u i r e c l d o c u r n e n i . s 5 m a r k s
i n c l u d i n gT e s l C e r t i f i c a t e s a t t l ' ] c t i m e
of supply

P a g e1 3o f 1 3
GAIL (INDIA) LIMITED

BIDDING DOCUMENT NO. A095/T-119/10-11/RKS/06

(DOMESTIC COMPETITIVE BIDDING)

BIDDING DOCUMENT FOR


RAW WATER RESERVOIR WORKS

FOR
GAIL PETROCHEMICAL
COMPLEX-II, VIJAIPUR (M.P.)

PART-II: PRICE PART

Prepared & Issued by:


NAME OF WORK : RAW WATER RESERVOIR WORKS FOR GAIL PETROCHEMICAL
COMPLEX-II, VIJAIPUR

BIDDING DOCUMENT : A095/T-119/10-11/RKS/06

NAME OF BIDDER : M/S

PREAMBLE TO SCHEDULE OF RATES

1. The Schedule of Rates/Price shall be read with all other sections of this Bidding
Document.
2. The Contractor is deemed to have studied the drawings, specifications and details of
works to be done within the Time Schedule and should have acquainted himself of the
conditions prevailing at site.
3. No claim shall be entertained during currency of this Contract towards any items due to
the above including where the Contractor has quoted low/ high rates.
4. Employer/Consultant reserves the right to interpolate or extrapolate the rates for any
new item of work not covered in Schedule of Price from the similar items already
available in schedule of rates. All the works shall be measured upon completion and
paid for at the rate quoted and accepted in the "Schedule of Price". In case any activity
though specifically not covered in schedule of rates descriptions but the same is
covered under scope of work/ scope of supply/ specification/ drawings etc. no extra
claim on this account shall be entertained, since Schedule of Price is to be read in
conjunction with all other documents forming part of the Contract.
5. All items of work mentioned in the Schedule of Prices shall be carried out as per the
specifications, drawings and instructions of Employer/Consultant and the rates are
deemed to be inclusive of material, consumable, labour, supervision, tools & tackles
and detailing of construction/fabrication drawings, isometric wherever required as called
for in the detail specification and conditions of the Contract.
6. Employer/Consultant reserves the right to cancel/ delete/ curtail any item or group of
work if necessary. Such a step shall not be construed as reason for changing the rates.
7. The quoted prices shall be inclusive of all taxes & duties (including VAT), VAT on
Works Contract Tax, Central Sales Tax, Excise Duty, Entry Tax, Octroi, levies etc.
except Service Tax. Bidder’s price quoted in Excel file (short description of SOR) shall
not include service tax. Bidder shall indicate the service tax component at summary of
prices on net amount.
8. Item description provided in Schedule of Rates (Short Description) is in brief, which is
print out of Excel file of SOR. While quoting and filling the rate in this Schedule of
Rates (Short Description), Bidder shall take into consideration complete scope of
work/item description as mentioned in Schedule of Rates (Detailed Description) for the
relevant item. The rate quoted in Schedule of Rate (Short Description) shall be
deemed to include all activities of work mentioned in item description of Schedule of
Rates (Detailed).
9. Bidders to note that the Prices in Indian Rupees are to be filled in the respective Excel
sheets in SRM folder only.

_____________________________
STAMP & SIGNATURE OF BIDDER

A095/06
STAMP AND SIGNATURE OF THE BIDDER
Bidders to note that the Prices in Indian Rupees
shall be filled in the respective Excel sheet in
SRM folder only.

The prices quoted by the Bidder in Excel sheet


shall be based on Schedule of Rates (Detailed
Description) provided in the Bidding Document.
SUMMARY OF PRICES
NAME OF WORK : RAW WATER RESERVOIR WORKS FOR GAIL
PETROCHEMICAL COMPLEX-II, VIJAIPUR

BIDDING DOCUMENT NO. : A095/T-119/10-11/RKS/06

NAME OF BIDDER : M/S


S.
Description Amount
No.
1. Total of Quoted Price for General Civil Works
(SOR No. A095-000-16-47-SR060 Rev.1)

2. Rebate offered on total of quoted price (Sr. No.


1) above (which will be applicable on each item ______________Percent
of Schedule of Rates)
3. Amount of Rebate as per Sr no. 2 above Rs.

4. Net Total Price {1-3} Rs.


(After considering rebate indicated at Sr. No. 3)

5. Amount of Service tax under composite scheme Rs.


@ 4.12 % (including cess) [presently applicable
rate] on the net total price indicated at sl. no. 4
above

6. Gross Total Price Rs. (in figures):


(sl. no. 4 + 5 above )
Rupees (in words):

NOTE:
1. The quoted prices shall be inclusive of all taxes & duties (including VAT), VAT on Works Contract Tax,
Central Sales Tax, Excise Duty, Entry Tax, octroi, levies etc. except Service Tax.
2. Bidder’s price quoted in Excel file (short description of SOR) shall not include Service Tax. Bidder shall
indicate the service tax component at Sl. no. 5. The rate of Service Tax indicated in this format shall
be considered for statutory variation as per the provisions of bidding document.

_______________________________

A095/06
STAMP AND SIGNATURE OF THE BIDDER
SCHEDULE OF RATES/PRICES

(DETAILED DESCRIPTION)
The drawing, design and details given in 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 or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
General Civil Works

1 ISSUED FOR BIDS


TENDER : RAW WATER RESERVOIR FOR GAIL
PETROCHEMICAL COMPLEX-II, VIJAIPUR
0 ISSUED FOR EMD AS AK

REV DATE PURPOSE BY CHECKED APPROVED


Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060 1
Bidder's Bidder's
NEW DELHI Date Div.: ENGINEERING Dept.: General Civil
Stamp Signature SHEET 1 OF 18
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 S000.00.00 CIVIL & STRUCTURAL
2 S001.00.00 EARTH WORK (REFER SPECIFICATION NO. 6-68-
0003)
3 S001.01.00 Earthwork excavation in soil
4 S001.01.01 Earth work in EXCAVATION below ground level for all Cu.m. 70
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth upto 1.5m including removal of vegetation,
shrubs and debris, cutting and dressing of sides in
slopes, levelling, grading and ramming of bottoms,
dewatering of accumulated water from any source and
keeping the surface dry for subsequent works and
disposal or stacking of excavated material within a lead of
100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
5 S001.01.02 Earth work in EXCAVATION below ground level for all Cu.m. 20
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth beyond 1.5m and upto and inclusive of 3.0m
including removal of vegetation, shrubs and debris,
cutting and dressing of sides in slopes, levelling, grading
and ramming of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal or stacking of excavated
material within a lead of 100m, as directed including
providing temporary supports to existing service lines like
water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding
shoring and strutting.
6 S001.02.00 Earthwork excavation in soft rock

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 2 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
7 S001.02.02 Earth work in EXCAVATION below ground level for all Cu.m. 50
kinds of works in SOFT ROCK as classified in
specification for a depth beyond 1.5m and upto &
inclusive of 3.0m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes,
levelling, grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or
stacking of excavated material within a lead of 100m, as
directed including providing temporary supports to
existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
8 S001.02.03 Earth work in EXCAVATION below ground level for all Cu.m. 70
kinds of works in SOFT ROCK as classified in
specification for a depth beyond 3.0m and upto &
inclusive of 4.5m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes,
levelling, grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or
stacking of excavated material within a lead of 100m, as
directed including providing temporary supports to
existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
9 S001.02.04 Earth work in EXCAVATION below ground level for all Cu.m. 20
kinds of works in SOFT ROCK as classified in
specification for a depth beyond 4.5m and upto &
inclusive of 6.0m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes,
levelling, grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or
stacking of excavated material within a lead of 100m, as

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 3 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
directed including providing temporary supports to
existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
10 S001.07.00 Backfilling after exceution of work
11 S001.07.01 BACKFILLING after execution of the WORK to proper Cu.m. 50
grade and level with selected materials from available
excavated soil from spoil heaps within a LEAD OF 100M,
including re- excavating the deposited soil excavated
earlier, breaking clods, laying at all depths and heights in
layers of thickness not exceeding 15 Cms. watering,
rolling and ramming by manual methods/ mechanical
compactors to achieve 90% laboratory maximum dry
density, dressing, trimming etc. in foundations, plinths,
trenches, pits etc. all complete.
12 S002.00.00 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
SPECIFICATION NO. 6-68-0004)
13 S002.17.00 PCC - Non FIM Items
14 S002.17.08 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 60
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete grade M20 with 20mm and down size graded
crushed stone aggaregates/Gravels.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
15 S002.18.00 RCC Substrutures - Non FIM Items
16 S002.18.17 Providing and laying REINFORCED CEMENT CUM 75

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 4 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CONCRETE OF M-30 GRADE with 20 mm and down
size graded crushed stone aggregates/ gravel in SUB-
STRUCTURE e.g. foundations, raft, beams, slabs, pile
caps, retaining walls, dyke walls, jambs, counterforts,
buttresses, pedestals, pipe sleepers, columns,
suspended floors, staircases, landings, steps, brackets
etc., including equipment/ machine foundations &
pedestals viz. compressors, ID & FD fans, pumps,
generators, crushers, mills, etc., (including single pour
concreting as specified on the drawing), applying cement
wash on concrete surface (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering, etc., wherever required, vibrating,
tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST
OF REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level
in any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
17 S002.19.00 RCC Superstructures - Non FIM Items
18 S002.19.16 Providing and laying REINFORCED CEMENT CUM 10
CONCRETE OF M-25 GRADE with 20 mm and down
size graded crushed stone aggregates/ gravel in SUPER
STRUCTURE in suspended floors, slabs, beams,
columns, walls including counterforts, staircases,
landings, steps, facias, fins, mouldings, gutters, shelves,
window sills, canopies, lintels, girders, ducts, brackets,
chajjas with drip moulds, pedestals, posts, struts,
equipment/ machine foundations, ramps etc. (including
single pour concreting as specified on the drawing),
providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating,

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 5 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST
OF REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO &
INCLUSIVE OF 20 m ABOVE PLINTH LEVEL in any
shape, position, thickness etc. all complete as specified,
shown and directed. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
19 S002.23.00 HYD Bars / MS Bars - Non FIM Items
20 S002.23.07 Supplying and placing in position HIGH YEILD- MT 10
STRENGTH DEFORMED STEEL BARS
REINFORCEMENT of Grade Fe500 (TMT) conforming to
IS:1786, for RCC work including transporting the Steel,
straightening, cleaning, decoiling, cutting, bending to
required shapes and lengths as per details, binding with
18 SWG black soft annealed binding wire at every
intersection, supplying and placing with proper cover
blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete
as directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.

21 S002.25.00 Centering and Shuttering - Non FIM Items


22 S002.25.01 Providing and fixing CENTERING AND SHUTTERING in Sq.m. 250
foundations, footings,raft beams, slabs, pile caps,
retaining walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments,
pipe sleepers, columns, plinth beams, lintels, suspended
slabs, beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 6 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting
dowels, anchor bolts or any other fixture etc. all complete
and as specified and directed.
23 S006.00.00 MISCELLANEOUS STEEL WORKS (REFER
SPECIFICATIONS NO. 6-68-0008)
24 S006.16.00 MS Metal Inserts - Non FIM Items
25 S006.16.01 Supplying, transporting, storing, fabricating and fixing in MT 0.5
position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced
Cement concrete members inclusive of adjusting
shuttering & reinforcement/ any other fixture, welding
where necessary, tying and holding to correct level, line
and position, any auxilliary dummy structures to support
the heavy inserts, painting exposed surfaces with a coat
of primer as per EIL Specification No. 6-44-0004 (or Job
Specification, wherever applicable) etc. all complete for
all depths and heights as specified and directed. (
SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).
26 S006.23.00 Hand Railing 1000mm - Non FIM Items
27 S006.23.01 Supplying, fabricating and fixing in position at all locations m 700
1000mm high HAND RAILING (for staircases) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, welding,
bolting, grouting with ordinary grout, cleaning, surface
preparation, shop primer as per EIL SPEC. 6-44-0004 (or

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 7 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Job Specification, wherever applicable) , preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).(Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).
28 GC GENERAL CIVIL
29 C006.00.00 SITE GRADING & ROCK CUTTING FOR SITE
GRADING (SPEC. NO. 6-65-0017).
30 C006.40.00M01 Earth work in excavation for general site grading, roads, CUM 100
embankments, etc. for all heights and depths in Hard
Rock by using chieselling method (no blasting is
permitted) or any other suitable media approved by
Engineer-in-Charge depending upon the situation etc.,
taking spot levels, excavation to required depths and
slopes, dressing (by chiseling) trimming of sides and
leveling etc. including all labour, materials and all related
works, sorting out serviceable material like boulders and
unserviceable materials, stacking of serviceable material/
boulders and unserviceable material to demarcated areas
anywhere inside plant boundary limit as per instructions of
Engineer-in-charge. All complete as per drawings,
specifications and directions of the Engineer-in-Charge.
31 C006.41.00M02 Earthwork in simultaneous excavation and filling in all CUM 60000
types of soil except soft rock and hard rock for general
site grading for all heights and depths, dewatering, if
necessary, sorting out the excavated soil into serviceable
and unserviceable materials in excavation areas and
including filling in filling areas with serviceable material for
general site grading, roads and reservoir embankments
for all heights and depths to proper levels, slopes, grades
and camber, consolidating exposed natural soil to 90% of
max. laboratory dry density as per IS:2720 Part-VII,

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 8 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
breaking clods, spreading in layers not exceeding 30 cms
loose thickness, watering, ramming and compacting with
power road rollers to give at least 95% of max. laboratory
dry density, dressing, leveling, testing, etc. and disposal
of unserviceable materials/surplus earth if any, as
directed by Engineer-in-Charge including stacking and/or
dumping and dressing the same in demarcated areas
etc.complete as per specifications, drawings and
directions of Engineer-in-Charge. (The leads for
simultaneous excavation & filling shall be within 500 m of
filling area and measurement shall be taken in the cutting
area only. The leads for disposal of unservicable material
shall be anywhere within complex limit).
32 C006.42.00M01 Earthwork in simultaneous excavation and filling in soft CUM 20000
rock for general site grading of all heights and depths as
per specifications, dewatering, if necessary, sorting out
the excavated soil into serviceable and unserviceable
materials in excavation areas and including filling in filling
areas with serviceable material for general site grading
and roads for all heights and depths to proper levels,
slopes, grades and camber including consolidating
exposed natural soil to 90% of max. laboratory dry density
as per IS:2720 Part-VII , carrying out compaction test of
filling material, spreading in layers not exceeding 40cm
loose thickness, filling voids with smaller size material to
ensure well graded and compacted fill, watering, ramming
and compacting with power rollers to give at least
95%maximum dry density as per IS:2720 Part-VII,
dressing, leveling, testing, etc. and disposal of
unserviceable materials/ surplus earth if any, as directed
by Engineer-in-Charge including stacking and/or dumping
and dressing the same in demarcated areas etc.
complete as per specifications, drawings and directions of
Engineer-in-Charge. (The leads for simultaneous
excavation & filling shall be within 500 m of filling area
and measurement shall be taken in the cutting area only.

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 9 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
The leads for disposal of unservicable material shall be
anywhere within complex limit).
33 C006.45.00M01 Earthwork in filling with borrow earth for all heights and CUM 10000
depths for filling in reservoir embankments or at any other
place as directed to proper levels, slopes, grades and
camber with selected earth obtained from approved
borrow areas for all leads within Complex Limit including
excavation of earth at borrow areas, clearing and
stripping at borrow areas (if necessary),loading,
unloading, transportation etc., consolidating exposed
natural soil to 90% of maximum laboratory dry density as
per IS:2720 Part-VII, breaking clods, spreading in layers
not exceeding 30 cm loose thickness, watering, ramming
and compacting with road roller to give at least 95% of
max. laboratory dry density as per IS:2720 Part-VII,
providing testing apparatus and testing the degree of
consolidation, dressing and leveling, etc. complete,
including disposal of all unserviceable materials if any
within plant boundary limits for all leads etc., as per
drawings, specifications and directions of Engineer-in-
Charge. (Borrow areas shall be provided by Client beyond
100 m of filling area and upto anywhere within complex
limit.).
34 C017.00.00 FABRICATION AND ERECTION OF PIPING (SPEC.
NO.6-65-0030 and 6-44-0012) : Supplying the following
forged fittings and flanges, conforming to piping material
specifications of tender documents and delivering the
same to Owner's stores/workspot etc. all complete as per
the directions of Engineer-in- Charge.
35 C017.01.00 Bends 90 Degree for following Nominal Sizes and Piping
Material Class
36 C017.02.00 Bends 45 Degree for following Nominal Sizes and Piping
Material Class

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 10 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
37 C025.00.00 MISC. CIVIL AND STRUCTURAL WORKS FOR U/G
PIPING AND OTHER CIVIL WORKS (SPEC. NO. 6-65-
0035)
38 C025.44.00 Supplying, fabricating and fixing in position in RCC or EACH 45
brick masonry walls MS rungs made out of 20mm dia.
reinforcement bar of grade Fe500 TMT bar conforming to
IS: 1786 .Including laying or welding to keep in proper
position etc. complete as per drawings, specifications and
instructions of Engineer-in-Charge.
39 C030.00.00 FILM LINING WITH CONCRETE LINING FOR
EARTHEN RESERVOIR (Spec No. 6-65-0046)
40 C030.06.00 Supplying and laying film lining with cement concrete
lining of M-20 grade with 20mm and down size graded
stone aggregates in reservoir, channels, etc, including
preparation of sub-grade, 75MM thick fine sand fill over
sub-grade, laying Film lining 250 micron of minimum
thickness, providing 10mm thick 1:6 cement mortar
plaster on the film, disposal of surplus earth/
unserviceable material within a lead of 500M as directed,
rolling and testing, laying concrete, leaving pockets,
making drains, laying in alternate panels, shuttering the
edges, curing, finishing the top surface smooth including
complete cost of taking and testing concrete cubes and
testing of reservoir/ pond after completion of work,
including dewatering of accumulated water
from any source and keeping the surface dry for
subsequent works etc. complete as per drawings,
specifications and directions of Engineer-in-Charge.

41 C030.06.05 For lining thickness of 100 mm on horizontal surface (All SQ.M. 60000
material including cement supplied by the contractor)
42 C030.06.06 For lining thickness of 100 mm on sloped/curved surface SQ.M. 22250
(All material including cement supplied by the contractor)

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 11 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words

43 C030.07.00 Providing contraction/construction joint in lining for


reservoir, channel, etc. including cleaning the joints of all
loose materials and filling with approved mastic filler
conforming to IS: 5256, finishing the joint, clearing the
adjoining surface after sealing etc. including construction
of PCC sleepers under joints in M20 grade and treatment
on top of the sleeper complete as per drawings,
specifications and the directions of Engineer- in-Charge.
(All material including cement shall be supplied by
contractor)
44 C030.07.01 for lining depth of 100mm M 3600

45 C030.08.00 Providing 20mm wide expansion joints in lining for


reservoir, channel, etc. including cleaning the joint of all
loose materials and filling with bitumen mix filler to full
depth except for 25mm depth at top, filling top portion of
25mm depth with approved hot sealing compound
conforming to IS:5256, finishing the joint, clearing of the
adjoining
surface after sealing etc., including construction of PCC
sleepers under joints in M20 grade and treatment on top
of the sleeper, complete as per drawings, specifications
and the directions of Engineer-in-Charge. (All material
including cement shall be supplied by contractor)

46 C030.08.01 for lining depth of 100mm M 3600

47 C033.00.00 CONCRETE LINING MAIN DRAINS (Spec. No.6-65-


0049)
48 C033.01.00 Providing and laying cement concrete lining of M-20
grade with 20mm and down size graded stone
aggregates in Storm water drains, channels etc.,
including leaving pockets, leaving weep holes including

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 12 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
filling of the weep holes by gravels, laying cement
concrete in alternate panels, shuttering the edges, curing,
finising the top surface smooth including complete cost of
taking and testing concrete cubes and carrying out any
other tests etc. complete as per drawings, specifications
and directions of Engineer-in-Charge.
49 C033.01.03 On horizontal surface (All materials including cement CU.M. 3000
supplied by contractor)
50 C033.01.04 On sloped/curved surface (All materials including cement CU.M. 10500
supplied by contractor)
51 C041.00.00 MISCELLANEOUS ITEMS
52 C041.12.00 Supplying and fixing in position CI sluice Gates with
frames as per IS:3042 and as per specifications and
drawings including transportation to site of work,
supplying and fixing bolts, nuts, washers, gaskets etc.
complete as per drawings, specifiations and directions of
Engineer-in-Charge. For following Size(mm) and Type
and Class
53 C041.12.01 1200x1200 Square I EACH 2

54 C041.15.00 Supplying and fixing in position 8 mm thick, 300mm wide


MS plate level indicator for reservoir on slope as per
drawing, including supplying of all materials, cutting of
plates to required size and shape, welding, fixing MS lugs
to plate, embedding the other side of lugs in concrete M-
20 block of size 300mm x 300mm x 300mm, excavating
the earth, removal of surplus earth within 50M lead,
curing the concrete block, steel plate painting with white
zinc over a coat of primer, lettering with black/red enamel
as directed etc. complete (lettering work shall be done
after fixing the plate in position and as per the directions
of Engineer-in-Charge.

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 13 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
55 C041.15.02 Cement supplied by contractor EACH 2

56 C041.19.00 Supplying and fixing in position entrance gate in complex


boundary wall fencing manufactured out of steel frame
work and square MS bars of 20 mm at 100 c/c and
horizontal name plate band at lock rail level suitably
hinged with box type steel post embedded in cement
concrete i.e. providing the tension bar for smooth
operation and locking arrangement etc. complete as per
std. No. 7-75-0054, including painting with two coats of
anti-corrosive paint and two coats of approved
aluminium/synthetic enamel paint etc. complete as per
drawings, specifications and directions of Engineer-in-
Charge.
57 C041.19.02 5.5M clear opening width of gate in two panels. EACH 8

58 C999.00.00 Miscellaneous
59 C999.99.00 Miscellaneous
60 C999.99.99V02 Supplying, fabricating and fixing G.I. chain link fencing M 1300
with 3.15mm dia wire, 50x50mm diamond mesh chain
link fence fabric in 1.9 metre wide rolls, stretcher bars,
staples, etc., fixing bottom of fencing to a concrete sill
beams of size 230 mm width and 300 mm depth of PCC
M20 grade at ground level below chain link fencing,
providing & fixing structural steel post, struts, straining
posts including painting with two coats of synthetic
enamel paint conforming to IS:2932 over a coat of red
oxide primer conforming to IS:2074, providing sill beam,
PCC block foundations for line post, struts, straining post,
tamping, curing, shuttering, embedding of any fixture etc
by means of hairpin staples, including earthwork in
excavation in all type of soil excluding soft rock/ hard rock
for all depth, backfilling, disposal of surplus earth
anywhere within complex limit, providing GI barbed wire
in position 2.5mm (12 gauge), 2 ply, 4 points,

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 14 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
(designation A- 1) conforming to IS:278 in horizontal rows
for chain link fencing overhang including providing
spacers etc. with necessary GI staples, clips and pins, GI
straining bolts and binding wire etc. conforming to
IS:2721 fixed to steel, providing line wire with turn bucket,
nut and bolt, hooks etc. all complete as per drawing. No.
A095-000-16-47-3705, specifications and directions of
Engineer -in-Charge (All materials shall be supplied by
Contractor). (The measurement of work shall be on linear
basis for 1.9 m wide fencing fabric, requisite rows of
barbed wire supplied & fixed along with all other items
provided i.e. structural steel line/ straining posts, struts,
sill beam, block foundations and completion of all
assoicated work etc.)
61 C999.99.99V06 Supply and installation of gate valve assembly consisting EACH 2
of valve, 2 no. flages, 2 no. gaskets and 2 sets of nuts
and bolts per valve assembly in position, including supply
and fixing of nuts, bolts, gaskets, washers etc. complete
as per drawings, specifications and directions of
Engineer-in-Charge for following nominal size and Piping
Class
Dia - 20 INCH, Piping Class - A91A

62 C999.99.99V09 Providing reinforced cement concrete steps of M-30 NOS 750


grade with 20mm and down size stone aggregates in
reservoirs, channels etc. with laying of 75mm thick P.C.C.
of grade M-15 over dressed sloped surface to act as mat
for RCC steps, including centering and shuttering,
tamping, vibrating, curing, etc. complete (excluding the
cost of reinforcement) as per drawings, specifications and
directions of Engineer-in-Charge. (The size of the steps
shall be as per enclosed drawings).
All materials including cement supplied by the Contractor.

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 15 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
63 C999.99.99V10 UNDERGROUND SEWER SYSTEM - RCC PIPES M 100
(Spec. no. 6-65-0042)
Supplying & laying under ground RCC pipes sewers with
socket and spigot ends conforming to IS:458, of approved
make, to proper grade and alignment, including earthwork
in excavation in all types of soil including soft rock but
excluding hard rock which shall be paid separately, for
pipe trenches, pits, manholes, etc. including dewatering,
shoring and strutting if necessary, dressing of sides,
leveling, grading and ramming of bottoms, providing 100
mm thick 1:5:10 PCC (1 Cement: 5 sand : 10 coarse
aggregate) for leveling of uneven bottom in rock areas,
cutting the R.C.C. pipes to required lengths, lowering the
pipe, jointing , including connecting pipes to manholes
and grouting the pipe body with manhole wall using
cement mortar 1:2 (1 cement : 2 sand), curing of joints,
testing, draining of water, cleaning of pipe after testing,
backfilling the trenches, pits etc. with selected materials
from available excavated soil including re- excavating the
deposited soil excavated earlier, breaking clods and
laying at all depths in layers of 15cm loose thickness,
watering and ramming to proper compaction, cutting of
roads wherever required, making good the road surface
etc. (if the select material from excavated soil for
trenches is short for backfilling of trenches, trenches shall
be backfilled with available earth/ earth from borrow area
within the plant boundary limit, which shall be paid
separately under relevant item).disposal of surplus earth/
unserviceable material to demarcated area anywhere in
the plant boundary complex, commissioning etc.
complete for all depths as per drawings, specifications
and instructions of Engineer-in- Charge (Cement shall be
supplied by contractor).
For following Pipe size (mm) and Class
Dia (internal) - 1200 mm, Pipe Class - P1

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 16 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
64 C999.99.99V11 FABRICATION AND ERECTION OF PIPING (SPEC. M 150
NO.6-65-0030 and 6-44-0012)
Laying and jointing of above ground black steel tubes/
ERW pipes, fabricated steel pipes and specials including
transportation of Pipes to work site, cutting of pipes if
required, edge preparation, surface preparation and
painting as per painting specifications on pipes and
specials, laying the pipes of all type and thickness over
pipe supports/ sleepers to required alignment and levels,
welding the same after laying, providing reinforcing pad
as per piping material specifications, installation of
flanges (including break-up flanges wherever necessary),
tapping for pressure gauges, temperature gauges and all
other online instruments if required, fixing of nuts, bolts,
gaskets and washers, welding, painting of field joints,
Liquid Penetration Test (LP Test) as per Specs,
hydrostatic testing of the system, flushing, drying the
pipeline with compressed air etc. complete as per
drawings, specifications and instruction of Engineer-in-
charge. Fittings shall be paid separately ).
For Water System (Pressure Piping) for following Nom.
Sizes and Piping class
( Dia - 20 INCH, Piping Class - A91A )
65 C999.99.99V12 FABRICATION AND ERECTION OF PIPING (SPEC. EACH 2
NO.6-65-0030 and 6-44-0012) : Supplying the following
forged fittings and flanges, conforming to piping material
specifications of tender documents and delivering the
same to Owner's stores/workspot etc. all complete as per
the directions of Engineer-in- Charge.
Bends 90 Degree for following Nominal Sizes and Piping
Material Class
( Dia - 20 INCH, Pipe Class - A91A )
66 C999.99.99V13 FABRICATION AND ERECTION OF PIPING (SPEC. EACH 4
NO.6-65-0030 and 6-44-0012) : Supplying the following
forged fittings and flanges, conforming to piping material

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 17 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
The drawing, design and details given in 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 or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
specifications of tender documents and delivering the
same to Owner's stores/workspot etc. all complete as per
the directions of Engineer-in- Charge.
Bends 45 Degree for following Nominal Sizes and Piping
Material Class
( Dia - 20 INCH, Pipe Class - A91A )
67 C999.99.99V14 Transporting and disposing the SURPLUS EARTH CUM 1100
INCLUDING SOFT ROCK AND HARD ROCK AND
DEBRIS from construction area UPTO ANYWHERE
within the plant boundary including re-excavating the
deposited soil excavated earlier, loading, transportation,
unloading, laying at all depths and heights, stacking,
levelling and dressing both the area (viz. from where the
earth is transported and where it is deposited) to required
levels and slopes complete with all lifts as directed. For
carting on the basis
of truck measurements (volume of truck reduced by 30%
for voids).

Client : GAIL (INDIA) LIMITED SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : PETROCHEMICAL COMP-II,VIJAIPUR A095-000-16-47-SR060
Bidder's Bidder's 1
NEW DELHI Date SHEET 18 OF 18
Stamp Signature Div.: ENGINEERING Dept.: General Civil
SCHEDULE OF RATES/PRICES

(SHORT DESCRIPTION)
SCHEDULE OF RATES
BIDDING DOC NO A095/T-119/10-11/RKS/06
BIDDER NAME
JOB NO A095
PART NO 0
TENDER TITLE RAW WATER RESERVOIR FOR GAIL PETROCHEMICAL COMPLEX-II,
CLIENT GAIL (INDIA) LIMITED
PROJECT PETROCHEMICAL COMP-II,VIJAIPUR
Bidders are requested to fill in the RATE column only
IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


SOR NO A095-000-16-47-SR060-1M
SOR TITLE General Civil Works
1 S000.00.00 CIVIL & STRUCTURAL
2 S001.00.00 EARTH WORK - SPECIFICATION NO. 6-68-0003
3 S001.01.00 E/W Excavation in soil
4 S001 01 01
S001.01.01 E/W Exacavation in soil upto 1
1.5m
5m depth 70 00 Cu.m.
70.00 Cu m 0 0 00
0.00
5 S001.01.02 E/W Exacavation in soil beyond 1.5m upto 3.0m depth 20.00 Cu.m. 0 0.00
6 S001.02.00 E/W Excavation in soft rock
7 S001.02.02 E/W Exacavation in soft rock beyond 1.5m upto 3.0m depth 50.00 Cu.m. 0 0.00
8 S001.02.03 E/W Exacavation in soft rock beyond 3.0m upto 4.5m depth 70.00 Cu.m. 0 0.00
9 S001.02.04 E/W Exacavation in soft rock beyond 4.5 upto 6.0m depth 20.00 Cu.m. 0 0.00
10 S001.07.00 Backfilling after exceution of work
11 S001.07.01 B/F after execution of the WORK within a lead of 100m 50.00 Cu.m. 0 0.00
12 S002.00.00 PLAIN & REINFORCED CEMENT CONCRETE SPEC NO. 6-68-0004
13 S002.17.00 PCC - Non FIM Items
14 S002.17.08 PCC,M20 60.00 Cu.m. 0 0.00
15 S002.18.00 RCC Substrutures - Non FIM Items
16 S002.18.17 P&L RCC M30 20mm sub-str - NonFIM 75.00 CUM 0 0.00
17 S002.19.00 RCC Superstructures - Non FIM Items
18 S002.19.16 P&L RCC M25 20mm sup-str upto 20m - NonFIM 10.00 CUM 0 0.00
19 S002.23.00 HYD Bars / MS Bars - Non FIM Items
20 S002.23.07 S&P HYD Bars Fe500TMT - NonFIM 10.00 MT 0 0.00
21 S002.25.00 Centering and Shuttering - Non FIM Items
22 S002.25.01 For all depths below and upto & & inclusive of plinth 250.00 Sq.m. 0 0.00
23 S006.00.00 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO. 6-68-0008

Page 1 of 3
SCHEDULE OF RATES
BIDDING DOC NO A095/T-119/10-11/RKS/06
BIDDER NAME
JOB NO A095
PART NO 0
TENDER TITLE RAW WATER RESERVOIR FOR GAIL PETROCHEMICAL COMPLEX-II,
CLIENT GAIL (INDIA) LIMITED
PROJECT PETROCHEMICAL COMP-II,VIJAIPUR
Bidders are requested to fill in the RATE column only
IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


24 S006.16.00 MS Metal Inserts - Non FIM Items
25 S006.16.01 S/T/S/F/ MS METAL INSERT (with lugs) SUPPLY CONTRACTOR SCOPE 0.50 MT 0 0.00
26 S006.23.00 Hand Railing 1000mm - Non FIM Items
27 S006.23.01 S/F & Fixing 1000mm high HAND RAILING-Inclined 700.00 m 0 0.00
28 GC GENERAL CIVIL
29 C006 00 00
C006.00.00 SITE GRADING & ROCK CUTTING FOR SITE GRADING.
GRADING
30 C006.40.00M01 E/W in excvn-HR-cont.blast.&disp. Material. Any.inside plant 100.00 CUM 0 0.00
31 C006.41.00M02 E/W in Excavation and filling in all type of soil 60,000.00 CUM 0 0.00
32 C006.42.00M01 E/W in Excavation and filling in soft rock 20,000.00 CUM 0 0.00
33 C006.45.00M01 Filling-borrow earth for site grad.,borrow areas out plant 10,000.00 CUM 0 0.00
34 C017.00.00 Supplying forged fittings and flanges
35 C017.01.00 Bends 90 Degree (As Per Piping Matl.)
36 C017.02.00 Bends 45 Degree (As Per Piping Material)
37 C025.00.00 MISC. CIVIL AND STRUCTURAL WORKS FOR U/G PIPING
38 C025.44.00 S/F MS Rungs 45.00 EACH 0 0.00
39 C030.00.00 FILM LINING WITH CONCRETE LINING FOR EARTHEN RESERVOIR
40 C030.06.00 S/L film lining with concrete lining of M20
41 C030.06.05 Lining 100mm thk (horiz. surface) cement by contractor 60,000.00 SQ.M. 0 0.00
42 C030.06.06 Lining 100mm thk (slope surface) cement by contractor 22,250.00 SQ.M. 0 0.00
43 C030.07.00 Contraction/ const. joint in lining of reser.,channels etc.
44 C030.07.01 for lining depth of 100mm 3,600.00 M 0 0.00
45 C030.08.00 Expansion joint in lining of reservoir, channel etc.
46 C030.08.01 for lining depth of 100mm 3,600.00 M 0 0.00
47 C033.00.00 CONCRETE LINING MAIN DRAINS
48 C033.01.00 P/L concrete lining of M-20 grade

Page 2 of 3
SCHEDULE OF RATES
BIDDING DOC NO A095/T-119/10-11/RKS/06
BIDDER NAME
JOB NO A095
PART NO 0
TENDER TITLE RAW WATER RESERVOIR FOR GAIL PETROCHEMICAL COMPLEX-II,
CLIENT GAIL (INDIA) LIMITED
PROJECT PETROCHEMICAL COMP-II,VIJAIPUR
Bidders are requested to fill in the RATE column only
IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


49 C033.01.03 On horizontal surface (cement supplied by contractor) 3,000.00 CU.M. 0 0.00
50 C033.01.04 On sloped/curved surface (cement supplied by contractor) 10,500.00 CU.M. 0 0.00
51 C041.00.00 MISCELLANEOUS ITEMS
52 C041.12.00 S/F CI sluice Gates
53 C041.12.01 1200x1200 Size(mm) Square type I class 2.00 EACH 0 0.00
54 C041 15 00
C041.15.00 S/F 8 mm thick
thick, 300mm wide MS plate level indicator
55 C041.15.02 Cement supplied by contractor 2.00 EACH 0 0.00
56 C041.19.00 S/F entrance gate in complex boundary wall
57 C041.19.02 5.5M clear opening 8.00 EACH 0 0.00
58 C999.00.00 Miscellaneous
59 C999.99.00 Miscellaneous
60 C999.99.99V02 Chain link fencing 1,300.00 M 0 0.00
61 C999.99.99V06 Supply and installation of gate valve assembly 2.00 EACH 0 0.00
62 C999.99.99V09 Providing reinforced cement concrete steps of M-30 grade 750.00 NOS 0 0.00
63 C999.99.99V10 Supplying & laying under ground RCC pipes 100.00 M 0 0.00
64 C999.99.99V11 CS pipes 150.00 M 0 0.00
65 C999.99.99V12 Bends 90 Degree 2.00 EACH 0 0.00
66 C999.99.99V13 Bends 45 Degree 4.00 EACH 0 0.00
67 C999.99.99V14 Transporting and disposing the SURPLUS EARTH 1,100.00 CUM 0 0.00
SUB TOTAL 0.00

TOTAL 0.00
OVERALL REBATE 0.00 0.00

FINAL AMOUNT 0.00

Page 3 of 3
NAME OF WORK : RAW WATER RESERVOIR WORKS FOR GAIL
PETROCHEMICAL COMPLEX-II, VIJAIPUR

BIDDING DOCUMENT NO. : A095/T-119/10-11/RKS/06

NAME OF BIDDER : M/S

EXTENDED STAY COMPENSATION

S. ITEM RATE
NO.
1.0 Rate of Extended Stay Compensation per Month beyond
the Time Schedule and grace period mentioned in Rs. __________
Bidding Document for reasons solely attributable to
Owner. (Per Month)

NOTE:
1. Extended Stay Compensation shall be loaded on the quoted prices as per clause no.
27.0 of Special Conditions of Contract.
2. In case no rate for Extended Stay Compensation is stipulated, it will be considered that
Extended Stay Compensation is not required by the Bidder and the rates quoted by
them shall be valid till completion of works in all respects.

(STAMP & SIGNATURE OF BIDDER)

You might also like