Sie sind auf Seite 1von 799

Project Management Consultancy (PMC) Services for Execution of

Rajasthan Refinery Project (RRP)

TENDER DOCUMENT

(Document No : B224-TENDER_DOC-B224-323-80-43-MA-T-6003)

Page 1 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B224- A TENDER DOCUMENT 12
TENDER_DOC-
B224-323-80-43-MA-
T-6003
B224-323-80-43-MA- A INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING 744
T-6003 TANK PADS AND ASSOCIATED CIVIL WORKS AT RAJASTHAN
REFINERY COMPLEX AT PACHPADRA (PACKAGE-6)
B224-80-43-TCL- A TECHNICAL CHECKLIST 749
6003
B224-323-17-44- A TECHNICAL COMPLIANCE FOR INTERMIDIATE & PRODUCT 752
TCL-6000 STORAGE TANKAGES
B224-323-16-50-LL- A TECHNICAL CHECKLIST-ELECTRICAL 757
6003
B224-00-323-19-41- 0 TECHNICAL COMPLIANCE FORMAT- CONSTRUCTION 758
TC02
B224-323-27-44-MA- 0 TECHNICAL COMPLIANCE PLANNING PACKAGE-6 761
6003
B224-000-86-41-SP- 0 Project Procedure 762
21_
B224-000-86-41-SP- 0 Contractor's Organisation 765
22_
B224-000-86-41-SP- 0 Procedure for Coordination and Communication 768
23_
B224-000-86-41-SP- 0 MEETING 780
24_
B224-000-86-41-SP- 0 Reporting 786
25_
B224-000-86-41-SP- 0 Procurement and Subcontracting 789
26_
B224-000-86-41-SP- 0 Project Cost Control 798
32_
B224-000-86-41-SP- 0 Closing Of Contract 801
33_
B224-000-86-41-SP- 0 Documentation and Software Requirements 806
34_
B224-5-1842-0005_ 0 Inspection Methodology 823
B224-000-86-41-DP- 0 CONCESSION/DEVIATION PERMIT 856
7201_
SCT-SP-01-PKG-6 0 SPECIAL TECH REQUIREMENTS 858
B224-000-27-44- 0 PROJECT PLANNING,SCHEDULING,MONITORING & 868
1003 CONTROL SYSTEM
QUALITY 0 QUALITY MANAGEMENT SYSTEM 889
MANAGEMENT
HSE MANAGEMENT 0 MISCELLANEOUS 896
HAZOP 0 HAZOP-PRO-PKG-6 992
PROCEDURE
B224-00-323-19-41- 0 CONSTRUCTION SUPERVISION AND MANAGEMENT 1001
0002
B224-323-16-43- A VENDOR DATA REQUIREMENTS FOR INTERMEDIATE & 1266
VDR-6003 PRODUCT STORAGE TANKS
B224-323-80-43- 0 TENDER VENDOR DATA COMPILATION 1269
VDR-6003
B224-323-17-44- A VENDOR DOCUMENT REVIEW FOR INTERMEDIATE & 1273
VDR-6003 PRODUCT STORAGE TANKAGES
B224-323-81-41- A VENDOR DATA REQUIREMENT 1276
VDR-6003

Page 2 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B224-323-16-50-VR- A VENDOR DATA REQUIREMENTS 1279
6003
B224-323-16-51- A VENDOR DATA REQUIREMENTS (INSTRUMENTATION) 1282
VDR-6003
B224-323-79-41-DS- B STORAGE TANK D/S 1285
1712
B224-323-79-41-DS- B STORAGE TANK D/S 1288
1721
B224-323-79-41-DS- B STORAGE TANK D/S 1291
1722
B224-323-79-41-DS- B STORAGE TANK D/S 1294
1726
B224-323-79-41-DS- B STORAGE TANK D/S 1297
1733
B224-323-79-41-DS- B STORAGE TANK D/S 1300
1734
B224-323-79-41-DS- B STORAGE TANK D/S 1303
1735
B224-323-79-41-DS- B STORAGE TANK D/S 1306
1736
B224-323-79-41-DS- B STORAGE TANK D/S 1309
1737
B224-323-79-41-DS- B STORAGE TANK D/S 1312
1738
B224-323-79-41-DS- B STORAGE TANK D/S 1315
1713
B224-323-79-41-DS- B STORAGE TANK D/S 1318
1742
B224-323-79-41-DS- B STORAGE TANK D/S 1321
1744
B224-323-79-41-DS- B STORAGE TANK D/S 1324
1745
B224-323-79-41-DS- B STORAGE TANK D/S 1327
1747
B224-323-79-41-DS- B STORAGE TANK D/S 1330
1748
B224-323-79-41-DS- B STORAGE TANK D/S 1333
1749
B224-323-79-41-DS- B STORAGE TANK D/S 1336
1753
B224-323-79-41-DS- A MIXERS 1339
1931
B224-323-79-41-DS- A MIXERS 1340
1932
B224-323-79-41-DS- B STORAGE TANK D/S 1341
1714
B224-323-79-41-DS- A MIXERS 1344
1933
B224-323-79-41-DS- A MIXERS 1345
1934
B224-323-79-41-DS- A MIXERS 1346
1935
B224-323-79-41-DS- A MIXERS 1347
1936
B224-323-79-41-DS- A MIXERS 1348
1937

Page 3 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B224-323-79-41-DS- A MISCELLANEOUS ITEMS 1349
1938
B224-323-79-41-DS- A MIXERS 1350
1939
B224-323-79-41-DS- A MIXERS 1351
1940
B224-323-79-41-DS- A MIXERS 1352
1941
B224-323-79-41-DS- B STORAGE TANK D/S 1353
1715
B224-323-79-41-DS- A STEAM TRAP D/S 1356
1951
B224-323-79-41-DS- A STEAM TRAP D/S 1363
1952
B224-323-79-41-DS- A STEAM TRAP D/S 1365
1953
B224-323-79-41-DS- A STEAM TRAP D/S 1367
1954
B224-323-79-41-DS- A EMERGENCY VENT 1369
2801
B224-323-79-41-DS- A EMERGENCY VENT 1370
2802
B224-323-79-41-DS- A EMERGENCY VENT 1371
2803
B224-323-79-41-DS- A EMERGENCY VENT 1372
2804
B224-323-79-41-DS- A EMERGENCY VENT 1373
2805
B224-323-79-41-DS- B STORAGE TANK D/S 1374
1716
B224-323-79- A ROVS D/S-FREE NUMBER FORMAT 1377
ROSOV LIST
B224-323-79-41-DS- B STORAGE TANK D/S 1378
1717
B224-323-79-41-DS- B STORAGE TANK D/S 1381
1718
B224-323-79-41-DS- B STORAGE TANK D/S 1384
1719
B224-323-79-41-DS- B STORAGE TANK D/S 1387
1720
VEN-LIST-EWS- 0 EWS VENDOR LIST 1390
PKG-6
VL-STRL-PKG-6 0 SRTL VENDOR LIST 1394
VL-ARCH-PKG-6 0 ARCH VENDOR LIST 1398
VL-INST-PKG-6 0 INSTRUMENTATION VENDOR LIST 1408
VL-PIPING-PKG-6 0 PIPING VENDOR LIST 1438
VL-SME-PKG-6 0 SME VENDOR LIST 1458
BRIEF-SP-01-PKG-6 0 BRIEF INTRODUCTION 1460
PRE-SP-02-PKG-6 0 PREAMBLE 1466
B224-323-16-43- A SCOPE OF WORK & SUPPLY FOR PKG-6 INTERMEDIATE & 1470
SOW-6003 PRODUCT STORAGE TANKS
B224-323-80-43-SP- B JOB SPECIFICATIONS 1476
6003
B224-323-80-43-SP- A JOB SPECIFICATIONS 1490
0003

Page 4 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B224-138-80-43-ET- 0 ENGINEERING TABLE FOR STORAGE TANKS 1496
0002
B224-323-17-44- B SCOPE OF WORK & SUPPLY 1501
SOW-6000
B224-323-81-41- A SCOPE OF WORK & SUPPLY 1509
SOW-6003
B224-323-16-50-SP- A JOB SPECIFICATION 1526
6003
B224-323-16-50-DS- A DATA SHEET-MV INDUCTION MOTOR 1534
6001
B224-323-16-50-SP- 0 CATHODIC PROTECTION SYSTEM FOR TANK PACKAGE-06 1537
00013
B224-323-16-51-SP- 0 Instrumentation Job Specifications and Scope of works 1625
6003
B224-999-16-43- 0 ENGINEERING DESIGN BASIS(PIPING) 1765
EDB-1001
B224-999-16-43- 4 ADDENDUM TO ENGINEERING DESIGN BASIS 1809
ADD-1001
B224-999-80-43- 0 DESIGN BASIS STATIC EQUIPMENT 1812
EDB-1001
B224-000-17-44- 0 EDB Plot Plan and Fire Protection System 1855
EDB-0001
B224-999-81-41- 1 Engineering Design Basis (Structural, GC, Arch.) 1873
EDB-1001
B224-999-16-50-DB- 1 ELECTRICAL DESIGN BASIS 1941
1001
B224-6-44-0005- A PMS FOR INTERMEDIATE & PRODUCT STORAGE TANKS 1987
6003
B224-6-44-0006- A VMS FOR INTERMEDIATE & PRODUCT STORAGE TANKS 2064
6003
B224-6-44-0016 F JOB SPEC FOR NON DESTRUCTIVE TESTING 2119
B224-323-80-44-SP- 0 MISCELLANEOUS 2140
0002
B224-323-80-44-IL- 0 JOB SPECIFICATIONS 2144
S001
B224-323-80-44-IL- 00 JOB SPECIFICATIONS 2203
S002
B224-323-17-44-LL- A LIST OF ATTACHMENTS FOR JOB SPECIFICATION AND DATA 2248
6000 SHEET
B224-323-81-41-SP- A JOB SPECIFICATIONS 2250
6003
B224-000-81-41-SP- A JOB SPECIFICATIONS 2295
0002
B224-000-79-41- 5 WELDING SPECIFICATION CHARTS FOR PIPING CLASSES 2299
WSC-01
B224-000-79-41- 5 Specification for surface preparation & protective coating 2350
PLS-01
B224-000-79-41- 0 JOB SPECIFICATION FOR EXTERNAL COATING OF BURIED 2397
PLS-04 PIPING AND FITTINGS
B224-000-16-54-DB- 0 SITE SPECIFIC SEISMIC SPECTRA 2402
0001
B224-323-16-43-SK- A PIPING SCOPE DRAWING FOR PKG-6 INTERMEDIATE & 2408
6003 PRODUCT STORAGE TANKS
B224-323-80-43-SK- A JOB SKETCHES 2409
0002
B224-323-80-43-SK- A JOB SKETCHES 2410
3001

Page 5 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B224-323-80-43-SK- A JOB SKETCHES 2411
3001A2
B224-323-80-43-SK- A JOB SKETCHES 2412
3002
B224-323-80-43-SK- A JOB SKETCHES 2413
3002A2
B224-323-80-43-SK- A JOB SKETCHES 2414
3003
B224-323-80-43-SK- A JOB SKETCHES 2415
3003A2
B224-323-17-44-LL- A LIST OF ATTACHMENTS FOR DRAWINGS 2416
6001
B224-323-81-41- C Scope Drawing for int., p , Fuel, Slop Tanks & Ass. 2418
04554
B224-323-81-41- A Typical Detail of Sand Pad foundation for Tanks 2419
14555
B224-323-81-41-DI- A List of Drawing 2420
6003
SA/HPCL/EIL/TOPO 0 TOPO SURVEY 2422
SURVEY/2014-
2015/01-Rev0
/CON 0 Contour Survey 2423
SURVEY/2014-
2015/02-Rev0
B224-323-80-43- C LIST OF CONTENTS 2424
LLC-6003
B224-323-17-44-LL- A LIST OF ATTACHMENTS FOR STANDARDS SPECIFICATIONS 2429
6002
B224-323-81-41-SS- A List of standard specific 2432
6003
B224-323-81-41-TS- A List of Job specs 2435
6003
B224-323-17-44-LL- A LIST OF ATTACHMENTS FOR STANDARDS 2437
6003
B224-323-81-41-IS- A List of Installation Standard 2439
6003
B224-000-17-44-DS- 0 DATASHEET FOR MV SPRAY NOZZLE 2443
4008
B224-000-17-44-DS- 1 DATASHEET FOR RESTRICTION ORIFICE 2444
4011
B224-000-17-44-SP- 0 JOB SPECIFICATION FOR FOAM COUPLING 2445
5002
B224-000-81-41-SP- B Job spec for protective coating sys of concrete 2449
0001
B224-323-81-41- 0 GEOTECHNICAL DATA 2458
GTD-6003
6-12-0011 8 Standard specification for boiler quality carbon steel plates. 2712
6-76-0002 2 Standard specification for application of torque and hydraulic bolt 2719
tension for flange joints
6-51-0006 5 Specification for flameproof control stations. 2752
6-51-0064 1 Specification for energy efficient medium voltage induction motors 2759
6-51-0084 5 Specifications for earthing installation. 2771
6-51-0099 6 Design philosophy for electrical facilities. 2779
6-81-1006 3 ITP for flameproof control stations 2805
6-81-1064 0 Inspection and test plan for energy efficient medium voltage 2810
motors

Page 6 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-12-0030 8 Standard specification for pressure vessels for package items. 2816
6-44-0012 4 Standard specification for fabrication and erection of piping 2835
6-44-0013 5 Standard specification for inspection, flushing and testing of piping 2850
systems.
3-78-0004 1 Format for completeness of final documentation 2859
6-44-0016 8 Standard specification for non destructive examination 2860
requirements of piping
6-51-0017 7 Specification for UPS system. 2881
6-51-0018 5 Specification for M.V. Switchboard. 2901
6-52-0016 4 Standard specification for pressure, differential pressure and 2918
vaccum gauges
6-52-0017 4 Standard specification for pressure switches. 2927
6-52-0034 4 Standard specification for solenoid valves. 2936
6-52-0046 7 Standard specification for signal cables. 2942
6-52-0048 4 Standard specification for junction boxes and cable glands. 2950
6-52-0067 5 Standard specification for instrument tube fittings. 2957
6-65-0006 4 Standard specification for earthwork for underground piping. 2963
6-65-0014 1 Standard specification for roads and flexible pavements (upto 2970
WMM layer)
6-65-0016 4 Standard specification for classification of soil for Earth Work in 2981
site grading
6-65-0019 3 Standard specification for concrete pavement. 2987
6-65-0022 4 Standard specification for tank pads. 2997
6-65-0023 4 Standard specification for earth filling in DYKE/fire walls. 3006
6-65-0027 5 Standard specification for underground and above ground G.I. 3011
pipeline system (water services)
6-65-0030 5 Standard specification for fabrication and Laying of Underground 3016
piping.
6-65-0035 3 Standard specification for misc. civil & structural works for U/G 3027
piping & other civil works
6-65-0046 4 Standard specification for film lining covered with concrete lining 3034
for earthen reservoir
6-65-0049 4 Standard specification for concrete lining in canals. 3041
6-65-0066 3 Standard specification for general civil works (package unit). 3047
6-65-0067 3 Standard specification for piping works and erection of pumps & 3060
drives for water services (package unit)
6-65-0083 4 Standard specification for Rubber expansion joint. 3064
6-66-0016 4 Standard specification for foam branch pipe. 3071
6-66-0028 4 Standard specification for foam maker for floating roof tank. 3076
6-66-0029 4 Standard specification for foam chamber equipment for cone roof 3081
tanks.
6-66-0040 1 Standard specification for rim seal fire protection system 3086
6-66-0046 3 Standard specification for water spray nozzle for cooling. 3103
6-66-0072 3 Standard specification for fire protection system package for 3109
storage tanks.
6-68-0002 5 Standard specification civil & structural works materials. 3122
6-68-0003 5 Standard specification civil & structural works earthwork. 3138
6-68-0004 7 Standard specification civil & structural works plain & reinforced 3151
cement concrete
6-68-0010 4 Standard specification civil & structural works stone masonary. 3181
6-68-0017 0 Standard specification - civil & structural works - bipolar concrete 3190
penetrating corrosion inhibiting admixture

Page 7 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-68-0019 1 Standard specification civil & structural works self compacting 3204
concrete (SCC)
6-68-0021 0 Standard specification civil - structural lump-sum turn-key works 3236
(LSTK works) general requirements
6-68-0022 1 Standard specification civil - structural lump-sum turn-key works 3266
(LSTK works) material & construction
6-77-0001 4 Welding specification for fabrication of piping. 3280
6-77-0005 4 Welding specification charts for piping classes. 3320
6-78-0001 1 Specification for quality management system requirements from 3350
bidders
6-78-0002 1 Specification for documentation requirement from contractors 3357
6-78-0003 1 Specification for documentation requirement from suppliers 3366
6-81-0001 3 Standard specification for positive material identification (PMI) at 3375
supplier's works
6-81-0113 4 ITP for spray nozzles. 3383
6-81-2006 3 ITP for restriction orifice plates 3387
6-81-2034 2 ITP for solenoid valves 3392
6-81-2035 3 ITP for process stream analysers 3397
6-82-0001 8 Standard specification for health, safety & environment (HSE) 3403
management at construction sites
6-82-0002 4 Standard specification for positive material identification (PMI) at 3505
construction sites
6-12-0014 6 Standard specification for weldable structural quality steel plates 3515
for tanks and vessels
6-13-0053 7 Standard specification for storage tanks. 3520
6-12-0002 8 Supplementary specification for carbon steel vessels. 3542
6-12-0012 5 Standard specification for C-Mn-Si steel plates for storage tanks. 3549
6-12-0020 8 Standard specification for stainless steel plates. 3555
6-12-0031 5 Standard specification for storage tanks for package items. 3560
6-26-0001 4 Standard specification for mechanical agitators 3573
6-76-0001 4 Standard specification for erection of equipment & machinery 3584
7-51-0101 5 Typical earth electrode for earthing system. 3606
7-51-0102 7 Typical earth electrode in test pit. 3607
7-51-0103 6 Typical earth plate and fixing details. 3608
7-51-0108 6 Typical earthing of tanks, vessel and spheres. 3609
7-51-0116 7 Equipment earthing schedule. 3611
7-12-0004 7 Skirt base details. 3612
7-13-0002 7 Anchor chair. 3613
7-13-0004 7 Storage tank steam coil. 3614
7-13-0015 4 Hot insulation supports for sphere. 3619
7-12-0001 6 Vessel tolerances. 3620
7-12-0006 6 Angle leg support. 3622
7-12-0015 6 Standard bolt hole orientation. 3624
7-13-0008 6 Foam system (for cone roof/ floating roof tanks). 3625
7-44-0303 6 T-strainer type-1 2"-4" (150CL RF, 300CL RF & RTJ, 600CL RF & 3628
RTJ)
7-44-0304 6 `T' strainer type-1 6" to 24" ( 150# RF, 300# RF & RTJ, 600# RF 3629
& RTJ)
7-52-0001 4 Instrument connection on vessel, standpipes and tanks. 3630
7-52-0002 4 Instrument connection on pipes. 3634
7-65-0001 4 Abbreviations, legends and equipment symbols. 3637
7-65-0006 4 Cable crossings under road (PVC pipes). 3641

Page 8 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-65-0008 4 Pipe sleeve details 3642
7-65-0208 3 Valve pit (RCC) type-VI for Ø 8" >= to <= Ø 16" valve 3643
7-65-0211 4 Details of rungs for manholes, valve pits, tanks, etc. 3644
7-65-0212 4 Standard miscellaneous details for manholes. 3645
7-65-0213 5 Conc. bedding and encasement for pipes. 3646
7-65-0219 4 Vents for manholes. 3647
7-65-0225 4 Funnel for storage tank drain. 3648
7-65-0230 4 Typical detail of bend pipe for manholes. 3649
7-65-0256 5 Manhole type-6 for depth <= 3m, (ø <= 800). 3650
7-65-0257 5 Manhole type-7 for depth <= 3m, (ø <= 800). 3651
7-65-0271 4 Unit drainage details typ. branch connection for C.B.D./O.W.S. 3652
7-65-0272 5 Unit drainage details (rectangular ditch details). 3653
7-65-0274 1 Clean out for OWS & SS 3654
7-65-0305 4 Earthen dyke sections. 3655
7-65-0306 6 Sand trap (for tank farm). 3656
7-65-0307 4 Valve pit outside tank farm dyke wall 3657
7-65-0406 6 Concrete sliding sleeper cast-in-situ Type-I 3659
7-65-0407 7 Concrete sliding sleepers cast-in-situ Type - II. 3660
7-65-0408 7 Concrete sliding sleepers cast-in-situ Type III. 3661
7-65-0409 7 Concrete sliding sleepers cast-in-situ Type IV. 3662
7-65-0410 6 Concrete Sliding Sleepers cast-in-situ Type - V 3663
7-65-0422 4 Assembly & erection arrangement for precast sleepers 3664
7-65-0426 3 Concrete sliding sleeper cast in-situ Type-IX 3665
7-68-0056 7 Metal insert plates. 3666
7-68-0417 8 MS anchor bolt assemblies 3673
7-68-0501 7 Handrails 3680
7-68-0506 6 Steel stairs 3688
7-68-0507 7 Details of steel ladder 3694
7-68-0697 4 Electroforged grating type-I & type-II 3697
7-75-0002 5 Skirting detail (with brick wall). 3705
7-75-0003 5 Skirting detail (with RCC column). 3706
7-75-0004 5 Dado detail (with brick wall and RCC col.) 3707
7-75-0011 5 Wooden flush door (with pressed steel frame). 3708
7-75-0012 5 Wooden flush door (with wooden frame). 3709
7-75-0014 5 Glazed aluminium door. 3710
7-75-0015 5 Glazed aluminium window. 3711
7-75-0016 1 Aluminium sliding window (2 track type) 3712
7-75-0017 1 Aluminium sliding window (3 track type) 3713
7-75-0025 5 Steel wire-mesh window. 3714
7-75-0027 5 Steel windows / ventilators general specifications. 3715
7-75-0028 5 Steel windows / ventilators use of sections. 3716
7-75-0029 5 Steel windows section details. 3717
7-75-0031 5 Steel windows / ventilator (with louvers). 3718
7-75-0032 5 Steel windows fittings and fixtures. 3719
7-75-0036 6 Pipe handrail with square up right type. 3720
7-75-0041 5 False ceiling details with aluminium grid. 3721
7-75-0043 5 Aluminium panel false ceiling (tray type). 3722
7-75-0051 5 Transformer gate details (upto 6000mm. width) 3724
7-75-0052 4 Transformer gate details (beyond 6000mm. width) 3726

Page 9 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-75-0054 5 Steel gate (for entrances upto 6.0m width). 3727
7-75-0060 5 Orissa pan W.C. (fixing detail). 3729
7-75-0062 5 European type W.C. (fixing detail). 3731
7-75-0063 5 Urinal fixing detail. 3733
7-75-0064 5 Wash basin fixing detail. 3734
7-75-0065 5 Plinth protection (with building drain) 3736
7-75-0066 5 Wooden panel door (toilet door). 3738
7-75-0068 5 Roof drainage and water proofing. 3739
7-75-0070 5 Steel door (pressed steel) single shutter. 3742
7-75-0071 5 Steel door (pressed steel) double shutter. 3743
7-75-0091 1 Metal sheet (flashing detail) 3744
7-75-0093 0 Stainless steel tubular handrail 3746
7-75-0095 0 Toilet Cubicles Details 3750
7-75-0096 0 Toilet for differently abled persons 3751
7-75-0097 0 Ramp detail (for wheel chair users) 3752
7-12-0008 6 Bracket support for vertical vessel. 3754
7-68-0571 4 Roof structure for dome roof tanks general notes 3755
7-12-0014 6 Pad nozzles for vessels. 3756
7-68-0572 4 Structural arrangement of dome roof 25 < dia. ¿ 30m 3757
7-12-0023 7 Pipe davit. 3758
7-68-0591 4 Erection procedure for dome roof tank 3761
7-13-0001 7 Lighting protection and earth connections of tank 3764
7-68-0601 4 Dome roof structure central drum detail 3766
7-13-0006 6 Level indicator supports (for cone roof/ floating roof tanks). 3767
7-68-0602 4 Dome roof structure ring beam detail 3768
7-13-0007 6 Gauge hatch with cover (non-pressure tanks) 3769
7-68-0603 4 Dome roof structure joint details 3775
7-13-0009 6 Drain outlet (for tanks). 3776
7-13-0012 4 Name plate (for tanks). 3777
7-13-0022 4 Still-well for level transmitter (servo level XR) (floating roof tanks / 3778
cone roof tanks).
7-12-0007 6 Pipe leg support. 3779
7-13-0023 4 Still-well for temperature element (cone roof tanks). 3780
7-13-0039 4 Deflector plate for cooling system. 3781
7-13-0040 4 Stringer type spiral stairway and hand railing for cone roof / 3782
floating roof tanks
7-13-0003 8 Hot insulation supports for storage tanks. 3790
7-13-0010 6 Caged ladder for fixed roof tank. 3793
7-13-0020 4 Still-well for gauge hatch and level transmitter (floating roof tanks). 3794
7-13-0021 4 Combined still-well for level switch high high and temp. Element 3795
(floating roof tanks)
7-13-0032 4 Pontoon manhole (FR/CFR tanks). 3796
7-13-0005 6 Jet mixer (for tanks). 3797
7-13-0019 5 Combined still-well for gauge hatch cum temperature element 3798
(floating roof tanks).
7-68-0662 4 Roof structure for cone roof tanks table for forces 3799
7-68-0666 4 Structural arrangement of cone roof 10.0m < dia. ¿ 12.0m 3800
7-68-0667 4 Structural arrangement of cone roof 12.0m < dia. ¿ 15.0m 3801
7-68-0668 4 Structural arrangement of cone roof 15.0m < dia. ¿ 17.0m 3802
7-68-0669 4 Structural arrangement of cone roof 17.0m < dia. ¿ 20.0m 3803

Page 10 of 3856
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-68-0670 4 Structural arrangement of cone roof 20.0m < dia. ¿ 23.0m 3804
7-68-0671 4 Structural arrangement of cone roof 23.0m < dia. ¿ 25.0m 3805
7-68-0672 4 Structural arrangement of cone roof 25.0m < dia. ¿ 28.0m 3806
7-68-0673 4 Structural arrangement of cone roof 28.0m < dia. ¿ 31.0m 3807
7-68-0674 4 Structural arrangement of cone roof 31.0m < dia. ¿ 35.0m 3808
7-68-0675 4 Structural arrangement of cone roof - 35.0 m < dia < 40.0 m 3809
7-68-0676 4 Structural arrangement of cone roof 40.0m < dia. ¿ 45.0m 3810
7-68-0677 4 Structural arrangement of cone roof 45.0m < dia. ¿ 50.0m 3812
7-68-0680 3 Roof structure for cone roof tanks joint details (dia <= 40m) 3814
7-68-0681 3 Roof structure for cone roof tanks central drum (detail B) 3817
7-44-0032 4 Stub-in standard. 3818
7-44-0033 5 Details of mitered elbow. 3820
7-44-0166 4 Dimensions for handle projection for spacers and blinds, 1/2"-24" 3822
NB (150CL,300CL, & 600CL FF)
7-44-0350 4 Vent & drains (on lines 1 1/2" & below). 3823
7-44-0351 4 Vents and drains (on lines 2 and above). 3824
7-44-0352 4 Orientation of orifice taps (class 600 & below. 3825
7-44-0353 4 Wells installation 1 1/2" dia taps (up to class 600). 3827
7-44-0354 4 Pressure tappings (PA, PG, PC, PT, PIC etc). 3829
7-44-0401 4 Utility hose station. 3830
7-13-0013 5 Spiral stairway and hand railing for cone roof/ floating roof tanks. 3831
7-13-0016 4 Rolling ladder arrangement for floating roof tanks. 3838
7-13-0018 4 Still well for gauge hatch (floating roof tanks). 3843
7-13-0029 4 Guide roller (type-1). 3844
7-13-0030 4 Guide roller (type-2). 3845
7-13-0031 5 Leg supports for floating roof tanks. 3846
7-13-0033 4 Floating roof stopper. 3847
7-68-0503 0 Arrangements for Access from Grade to Spiral Staircase of Steel 3848
Tanks
7-68-0509 6 Steel ladder joint details 3852
7-68-0661 4 Roof structure for cone roof tanks referral notes 3856

Page 11 of 3856
HPCL RAJASTHAN REFINERY LIMITED (HRRL)
RAJASTHAN REFINERY PROJECT (RRP)

AT

PACHPADRA TEHSIL, BARMER DISTRICT,


RAJASTHAN, INDIA
BIDDING DOCUMENT

FOR
INTERMEDIATE & PRODUCT STORAGE TANKS
INCLUDING TANK PADS AND ASSOCIATED CIVIL
WORKS AT RAJASTHAN REFINERY COMPLEX AT
PACHPADRA (PACKAGE-6) AT RAJASTHAN
REFINERY COMPLEX AT PACHPADRA

(BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003)

Prepared & Issued by:

Page 12 of 3856
MASTER INDEX

NAME OF WORK : INTERMEDIATE & PRODUCT STORAGE TANKS


INCLUDING TANK PADS AND ASSOCIATED CIVIL
WORKS AT RAJASTHAN REFINERY COMPLEX AT
PACHPADRA (PACKAGE-6) AT RAJASTHAN
REFINERY COMPLEX AT PACHPADRA FOR
RAJASTHAN REFINERY PROJECT (RRP) OF M/s
HRRL

BIDDING DOCUMENT NO. : DC/B224-323-MA-T-6003/3003

PART – I: COMMERCIAL SECTION

S. NO. DESCRIPTION

1. COVER PAGE
2. MASTER INDEX
3. INVITATION FOR BIDS (IFB)
4. INSTRUCTIONS TO BIDDERS (ITB)
i) APPENDIX – I: COMMERCIAL QUESTIONNAIRE
ii) APPENDIX – II: CONTENTS OF BID AND CHECK LIST
iii) APPENDIX – III: INTEGRITY PACT
iv) APPENDIX – IV: E-TENDERING METHODOLOGY
v) APPENDIX – V: TRC & FORM -10F
vi) APPENDIX – VI: POA format
vii) APPENDIX – VII: PREFERENCE UNDER DMI&SP POLICY
viii) APPENDIX – VIII: PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT)
ix) APPENDIX – IX: AFFIDAVIT – INDIAN ESTABLISHMENT
x) APPENDIX – X: BIDDING FORMS
xi) APPENDIX – XI: PARENT COMPANY CORPORATE GUARANTEE (PCCG) FORMAT
xii) APPENDIX – XII: SITE VISIT BY FOREIGN NATIONALS
5. GENERAL CONDITIONS OF CONTRACT FOR WORKS CONTRACT
6. SUPPLEMENT TO SPECIAL CONDITIONS OF CONTRACT (SSCC) – DOMESTIC
BIDDING
7. SPECIAL CONDITIONS OF CONTRACT (SCC) – DOMESTIC BIDDING
i) ANNEXURE – I: TIME FOR COMPLETION
ii) ANNEXURE – II : DELETED
iii) ANNEXURE – III : CONSTRUCTION SUB-CONTRACTOR’S APPROVAL
iv) ANNEXURE – IV : QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY
CONSTRUCTION PERSONNEL
v) ANNEXURE – V: DELETED
vi) ANNEXURE – VI: LIST OF MAJOR TAGGED EQUIPMENTS
vii) ANNEXURE – VII: FREE ISSUE MATERIAL DETAILS
viii) ANNEXURE – VIII: DELETED

A546_MI

Page 13 of 3856
ix) ANNEXURE – IX: WORK DURING MONSOON
x) J ANNEXURE – X: TERMS OF PAYMENT
xi) KANNEXURE – XI: EXTRACT OF INSURANCE COVERAGE
xii) ANNEXURE – XII: DELETED
xiii) ANNEXURE – XIII: QUALITY ASSURANCE SYSTEM
xiv) ANNEXURE – XIV: HSE, OISD GUIDELINES-192, OISD GUIDELINE-207
xv) ANNEXURE – XV: CONTRACTOR’s LABOUR REGULATIONS
xvi) ANNEXURE – XVI: MODEL RULES FOR LABOUR WELFARE
xvii) ANNEXURE – XVII: FORM OF CONTRACT
xviii) ANNEXURE – XIX: PRICE ADJUSTMENT FOR SLIPPAGE IN COMPLETION
xix) ANNEXURE – XX: DELETED
xx) ANNEXURE – XXI: DELETED
xxi) ANNEXURE – XXII: DELETED
xxii) ANNEXURE – XXIII: DELETED
xxiii) ANNEXURE – XXIV: TAXES & DUTIES
xxiv) ANNEXURE – XXV: TERMS & CONDITIONS FOR POST WARRANTY ANNUAL
MAINTENANCE CONTRACT (PWAMC)
xxv) ANNEXURE – XXVI: LAND, POWER, WATER AND OTHER FACILITIES
xxvi) ANNEXURE – XXVII: CONDITIONS FOR ISSUE AND RECONCILIATION OF
MATERIALS
xxvii) ANNEXURE – XXVIII: PRICE REDUCTION FOR DELAY IN ACHIEVING INTERMEDIATE
MAJOR MILESTONES

PART – II: PRICE PART

SR. DESCRIPTION
NO.
1 Cover page
2 Schedule of Prices

PART – III: TECHNICAL SECTION

S.No. Description
1 Cover page
2 Technical Document (Master Index for Technical Section shall be as per Technical
Part of the Bidding Document.)

A546_MI

Page 14 of 3856
INVITATION FOR BID (IFB)
FOR INTERMEDIATE & PRODUCT STORAGE TANKS
INCLUDING TANK PADS AND ASSOCIATED CIVIL
WORKS AT RAJASTHAN REFINERY COMPLEX AT
PACHPADRA (PACKAGE-6) FOR RAJASTHAN REFINERY
PROJECT (RRP) OF M/s HRRL, BARMER, RAJASTHAN,
INDIA
(TENDER NO. DC/B224-323-MA-T-6003/3003)
(INTERNATIONAL COMPETITIVE BIDDING)
1. INTRODUCTION:
1.1. HPCL Rajasthan Refinery Limited (Owner/HRRL) was incorporated on 18th
September, 2013, as a Joint Venture between Hindustan Petroleum Corporation (HPCL)
and Government of state of Rajasthan, India with an equity participation of 74% and
26% respectively.
1.2. The Owner (HRRL) is implementing “Rajasthan Refinery cum Petrochemical Complex
Project” hereafter called as Rajasthan Refinery Project (RRP) having a crude processing
capacity of 9 MMTPA. The Project shall broadly comprise of the following, but not limited
to, facilities:
a) The complex primarily consists of grass root refinery comprising of CDU/VDU, MS
Block, DHDT, VGO-HDT Unit, PFCC Unit, DCU and corresponding
treating/sweetening facilities along with an integrated grass root petrochemical
complex comprising of DFCU, 2 trains of PPU, Butene-1 and two trains of
LLDPE/HDPE.
b) Utilities & Offsite facilities, Captive Power Plant and other associated facilities
c) Crude oil receipt, handling and dispatch facilities for imported crude comprising of
SPM, offshore/ onshore pipeline, Crude Oil Terminal, and pumping facilities.
d) New gas pipeline and associated facilities for transfer of Natural Gas from Cairn’s
Rageshwari field to Refinery Site.
e) New Crude oil pipeline & associated facilities for transfer of crude from Cairn’s
Mangla Terminal to Refinery site.
f) Main Water intake facility, raw water reservoir and pumping facility & raw water
pipeline and associated facilities for transfer of raw water to Township Site. Raw
water reservoir & pumping facility at township, raw water pipeline and associated
facilities for transfer of raw water to Refinery Site. Construction water pipeline and
associated facilities.
1.3. HRRL has awarded EIL the job for carrying out execution of Project as Project
Management Consultant (PMC) for Rajasthan Refinery Project (RRP).
1.4. As part of this scope of work, selection of EPCC/LSTK contractor is to be carried out for
“Intermediate & Product Storage Tanks including Tank Pads and Associated Civil
Works at Rajasthan Refinery Complex at Pachpadra (Package-6)” on Lumpsum
Turnkey (LSTK) basis under a single stage three part bid system (collectively referred
to as “Bidding Process”) from competent EPCC / LSTK Contractors with sound
Technical, Commercial and Financial capabilities meeting the qualification criteria as
stated in clause no.5 below.

2. BRIEF SCOPE OF WORK OF EPCC/LSTK CONTRACTOR:


2.1. The scope of work shall include Project management, design of Floating roof
(IFR/EFR),residual design of balance items, detail engineering, procurement of material,
transportation of material to work site, storage, fabrication, assembly, inspection,
erection / installation / construction, testing, calibration, painting of floating, Dome &
Cone roof storage tanks and associated Civil – Structural works along with mixers, fire
protection system, U/G piping (OWS / CRWS),3D modelling of Intermediate & product

1.IFB REV.0__INT TANKS - FINAL 29.06.2019 Page 1 of 21


Page 15 of 3856
oil Tanks and all facilities within package-6 battery limit including all equipments,
structures, piping, Electrical, etc, statutory approvals, Mechanical completion, Pre-
commissioning, Commissioning and handing over of all above facilities of Intermediate
& product tankage system for Rajasthan Refinery Project at Pachpadra, Rajasthan.
Civil & Structural works broadly includes design / engineering, material supply and
construction of Tank foundation, RCC dyke and fire walls, concrete pavement, sleepers/
supports U/G piping and other miscellaneous works.

2.2. Package Tender has been divided in two parts as follows. Broad parameters of Tanks
in each part are given below.
Part-A:

Item No. MOC Tank Size Unit weight


Sl. Type of No. of
Dia. Ht. in MT
No. Tank Tanks
(M) (M)
1 323-T-1016A/B CR CS 2 40 20 605
2 323-T-1036A/B CR CS 2 18.9 13.5 112
3 323-T-1038A/B CR CS 2 20.7 17.5 183
4 323-T-1018 DR CS 1 30 15.5 560
5 323-T-1022 DR CS 1 20 15 239
6 323-T-1033A/B DR CS 2 30 18.7 655
7 323-T-1019 EFR CS 1 19.5 14.5 145
8 323-T-1021A/B/C/D EFR CS 4 57 16.6 925
9 323-T-1035A/B EFR CS 2 21.9 13.5 157
10 323-T-1037A/B EFR CS 2 23.9 14 190
11 323-T-1012 A-E IFR CS 5 46 19 1070
12 323-T-1013 A/B/C IFR CS 3 46 18.6 1075
13 323-T-1014 IFR CS 1 29.4 18 373
14 323-T-1020 A/B IFR CS 2 37 16 530
15 323-T-1034A/B IFR CS 2 10.5 8 66
16 323-T-1042 IFR CS 1 16.6 15 135
17 323-T-1053 IFR CS 1 13 11.2 86

Part B:

Item No. MOC Tank Size Unit weight


Sl. Type of No. of
Dia. Ht. in MT
No. Tank Tanks
(M) (M)
1 323-T-1015 A-G CR CS 7 44 20 700
2 323-T-1017A/B CR CS 2 45 20 730
3 323-T-1044A-G EFR CS 7 35 15 346
4 323-T-1045A-E EFR CS 5 66 17 1192
5 323-T-1049 A/B EFR CS 2 35 13.2 335
6 323-T-1026A/B IFR CS 2 18 17.5 215
7 323-T-1047 IFR CS 1 18 14.5 146
8 323-T-1048 IFR CS 1 12 8.5 75

3. TIME SCHEDULE FOR COMPLETION:


3.1. For Part-A: The Time Schedule for the subject work shall be 24 (Twenty Four) Months
for Mechanical Completion from the date of issue of Letter of Acceptance (LOA) plus 3
(Three) Months for Commissioning.
3.2. For Part-B: The Time Schedule for the subject work shall be 24 (Twenty Four) Months
for Mechanical Completion from the date of issue of Letter of Acceptance (LOA) plus 3
(Three) Months for Commissioning.

Page 2 of 21

Page 16 of 3856
4. SALIENT FEATURES:

S. SALIENT DETAILS
NO. FEATURES

a) Bidding Document : DC/B224-323-MA-T-6003/3003


No.

b) Site Visit : At 10:00 Hrs. IST on 09-Jul-2019 at HPCL


Rajasthan Refinery Limited, Pachpadra Tehsil,
Barmer District, Rajasthan-India.

Contact Details:

i. For HPCL Rajasthan Refinery Limited:


Name: Mr. N. Baladhandyuthapani
Resident Construction Manager
HPCL Rajasthan Refinery Limited
Pachpadra Tehsil in Barmer District,
Mobile No.: +91 9704990675
e-Mail : bala@hrrl.in

ii. For Engineers India Limited


Name: Mr. N. Sita Ramaiah
Resident Construction Manager
Engineers India Limited
Pachpadra Tehsil in Barmer District,
Rajasthan-India.
Mobile No.: +91 8590785227

e-Mail: ns.ramaiah@eil.co.in;
nsr5345@gmail.com;
eilhrrlsite@gmail.com

c) Bidding Document & : The Detailed IFB/NIT along with Qualification Criteria,
subsequent Integrity Pact and Bidding Document both
Addendum/ Commercial Part and Technical Part can be viewed/
Corrigendum (if any) downloaded from the following:
available on Website
for viewing & website: https://eprocure.gov.in/eprocure/app
downloading
The detailed IFB/NIT shall also be available on EIL
website http://tenders.eil.co.in

d) Period during which : From 29-Jul-2019 (herein after referred as date on


Bidding document which bid is invited (floated)) to 1200 Hrs (IST) on 12-
can be viewed & Aug-2019
downloaded from
Website

e) Last date of Receipt : 15-Jul-2019


of Bidder's Queries
for Pre-Bid
Conference

f) Date of Pre-Bid : 19-Jul-2019


Conference

Page 3 of 21

Page 17 of 3856
S. SALIENT DETAILS
NO. FEATURES

g) Pre-Bid Conference : at 11:00 Hrs. (IST) on dates as above at:


Engineers India Limited
(Time and Venue) EIL Office Complex, Sector-16 (on NH-8)
Gurugram-122 001, Haryana (India)
Tel No.: +91-124- 380 2177/2102

h) Last Date and time of : upto 1200 Hrs. (IST) on 12-Aug-2019


submission of e-Bids
on e-Tendering
website
(Bid Submission End
date/Bid Submission
Due Date/Bid Due
Date)

i) e-Tendering website : Central Public Procurement Portal (CPPP) website:


for Submission of e- https://eprocure.gov.in/eprocure/app
Bid

j) Online Opening of : at 1400 Hrs. (IST) on 13-Aug-2019


Techno-commercial
(Unpriced) e-Bids
a) Mr. Amrit Kumar, Manager (SCM)
k) Contact Persons for : e-Mail: krishan.k@eil.co.in
any query / Tel. No.: +91-124- 380 2168
clarification b) Mr. Diptiman Chatterjee, DGM (SCM)
e-Mail: d.chatterjee@eil.co.in
Tel. No.: +91-124- 380 2102
c) Mr. Rajneesh Malik, GM (SCM)
e-Mail: r.malik@eil.co.in
Tel. No.: +91-124- 380 2087

l) Cost of Bidding : Not Applicable


document

m) Earnest Money : FOR PART-A


Deposit (EMD)/ Bid Indian Bidder Foreign Bidder
Security
(in Million INR) (in Thousand USD)

23.80 340.63

FOR PART-B
Indian Bidder Foreign Bidder
(in Million INR) (in Thousand USD)

21.35 305.57

Original Earnest Money Deposit/ Bid Security (as


applicable as per Bidding Document) of requisite
value and validity period (in hard copy) in the form of
Bank Guarantee (BG)/ Demand Draft (DD) in favour
of “HPCL Rajasthan Refinery Limited” payable at
“Jaipur” shall be submitted by the bidder at
designated place in EIL, on or before the final bid due

Page 4 of 21

Page 18 of 3856
S. SALIENT DETAILS
NO. FEATURES
date and time of e-bid submission and its scanned
copy shall be uploaded in the designated place in e-
procurement portal.

Submission of EMD, both in Original (Hard Copy) as


well as uploading its scanned copy at the designated
place of e-procurement portal is a mandatory
requirement. In case, any of the above requirement of
EMD submission is not complied, such bid shall not
be considered for bid opening.

Notes:

a) In case of Consortium, Prime Member (Leader) of


the Consortium shall submit the EMD.

b) EMD in the form of Swift message/Cheque/Cash


shall not be acceptable.

c) EMD Exemption, as applicable to MSE Bidders


shall be as per provisions specified in Instructions
to Bidders (ITB) document of Bidding Document.

n) Opening of Priced : On the date & time to be intimated later on to the


Bids qualified and acceptable bidders.

4.1. If any of the dates indicated at Sl. No. 4.0 f) & j) above happens to be a declared
holiday/closed day in EIL, Gurugram, the next working day shall be considered.
4.2. All Amendments/Addendums/Corrigendum, time extension, clarifications, etc. shall be
uploaded in the above mentioned e-tendering website only and shall not be published
in Newspapers. Bidders should regularly visit the above website(s) to keep themselves
updated and submit their Bids based on the latest information/instructions hosted in e-
tendering website.
4.3. Bidder shall submit all their requests for extension of Bid submission date (if
unavoidable) and/or any queries prior to and/or during the pre-bid meeting. Owner/EIL
may at its sole discretion extend Bid submission due date on such written requests.
4.4. However, request for extension of Bid submission date received from any bidder with
less than Seven working days prior to bid submission due date shall generally be
ignored, since there will not be adequate time for proper communication with the Owner
and other Bidders.
5. BIDDER’S QUALIFICATION CRITERIA (BQC):
The Bidder shall either be a
 An entity or an incorporated JV (called sole bidder) or
 A Consortium (including an un-incorporated Joint Venture) having a maximum of 2
(two) members

5.1. BIDDER QUALIFICATION CRITERIA-TECHNICAL:


The bidder shall meet all the following qualification criteria for Part-A and Part-B:
5.1.1. The bidder (in case of sole bidder) or leader of the consortium (in case the bidder is a
consortium) shall have hydro-tested/ completed / commissioned contract/s for detailed
engineering, fabrication, erection, testing and associated works of at least one

Page 5 of 21

Page 19 of 3856
Hydrocarbon storage tank, according to API 650, in last ten (10) years ending last day
of the month previous to the one in which bids are invited.
5.1.2. In case of consortium, the member (other than leader), either on his own or as a
consortium member, shall have completed/commissioned tankages works involving
detail engineering or procurement or construction & associated works of hydrocarbon
storage tanks in last ten (10) years ending last day of the month previous to the one in
which bids are invited.
This clause does not apply to the member of consortium if the member is an affiliate/
subsidiary of the leader/ prime member of consortium
5.1.3. The bidder (in case of sole bidder) or either member of the consortium (in case the
bidder is a consortium) on his own shall have detailed engineered, fabricated,
erected, hydro-tested / completed / commissioned at least one floating roof
hydrocarbon tank of not less than 34 m diameter for Part-A and 40 m diameter for
Part-B according to API 650,either in the contract/s referred in 5.1.1 above or in some
other contract/s, in last ten (10) years ending last day of the month previous to the one
in which bids are invited.
5.1.4. The bidder (in case of sole bidder) or either member of the consortium (in case the
bidder is a consortium) shall have designed floating roof for at least one
hydrocarbon storage tank of not less than 34 m diameter for Part-A and 40 m
diameter for Part-B according to API 650 which has been hydro-tested / completed
/ commissioned in last ten (10) years ending last day of the month previous to the one
in which bids are invited. This experience may be in the same contract/s specified in
5.1.1 above or in some other contract/s.
5.1.4.1. In case the bidder or either member of the consortium (in case the bidder is a
consortium) on his own does not meet the criteria specified in 5.1.4 above, bidder can
still be qualified provided:
i. The bidder engages a back-up consultant who meets the criteria specified in 5.1.4
above in totality.
ii. Bidder’s fabrication drawing shall be vetted by the above back-up consultant.
iii. The bidder furnishes along with his bid the MOU / Letter of Agreement with the
above back-up consultant, confirming the scope of work with respect of design of
floating roof and vetting of fabrication drawings of subject tender. Above back-up
consultant shall not be changed thereafter. This agreement / MOU must remain
in force at least till the pendency of the contract.
5.1.5. The bidder (in case of sole bidder) or either member of the consortium (in case the
bidder is a consortium) shall have completed contract/s involving design, detail
engineering and construction of Civil & Structural works for Tankages in any
Industrial plant, in last ten (10) years ending last day of the month previous to the one
in which bids are invited. This experience may be in the same contract/s specified in
5.1.1 above or in some other contract/s.
5.1.5.1. In case the bidder or either member of the consortium (in case the bidder is a
consortium) does not meet the criteria as specified in Cl 5.1.5 in terms of design & detail
engineering of Civil &Structural work but meets the criteria for Construction of Civil &
Structural works for tankages, bidder can still be qualified provided:
i) The bidder engages a backup Consultant for design and detail engineering of Civil &
Structural work who meets the criteria as specified in Clause 5.1.5 in terms of design
& detail engineering.

ii) The bidder furnishes along with his bid the MOU / Letter of Agreement with the
proposed back-up consultant confirming the Design & Engineering of Civil/Structural
works for the subject tender scope of work as defined under 5.1.5.1 (i) and same
shall not be changed thereafter. This agreement / MOU must remain in force at least
till the pendency of the contract.

Page 6 of 21

Page 20 of 3856
5.1.6. The bidder (in case of sole bidder) or either member of the consortium (in case the
bidder is a consortium) on his own shall have carried out design of ground
improvement works below tank foundations viz. soil replacement / vibro-compaction
/ basal reinforcement by Geo-textile etc. / stone column method during last ten (10)
years ending last day of the month previous to the one in which bids are invited. This
experience may be in the same contract/s specified in 5.1.1 above or in some other
contract/s.
5.1.6.1. In case bidder does not fulfil the criteria as per clause 5.1.6 above, in terms of design of
ground improvement below tank foundation viz. soil replacement / vibro-compaction /
basal reinforcement by Geo-textile etc./ stone column method, bidder can still be
qualified provided:
i) The bidder engages a backup Consultant for design and detail engineering for design
of ground improvement works below tank foundation viz, soil replacement/ vibro-
compaction/ basal reinforcement by Geo-textile etc. / stone column work who meets
the criteria as specified in Cl 5.1.6 in terms of design & detail engineering.

ii) The bidder furnishes along with his bid the MOU / Letter of Agreement with the
proposed back-up consultant confirming the Design & Engineering of ground
improvement works for the subject tender scope of work as defined under 5.1.6.1 (i)
and same shall not be changed thereafter. This agreement / MOU must remain in
force at least till the pendency of the contract.

5.1.7. The above clauses shall be read in conjunction and complied.


5.2. COMMERCIAL EXPERIENCE CRITERIA
5.2.1. The contract(s) under clause no. 5.1.1 of BQC Technical against which bidder (In case
of sole Bidder, also including an incorporated Joint Venture) or Leader of the Consortium
(in case the bidder is a consortium) is getting qualified should have been completed
during the last 10 years ending last day of the month immediately previous to the one in
which bids are invited (floated) in e-tendering website
https://eprocure.gov.in/eprocure/app and shall have completed value(s) as mentioned
in below table no. 5(a):
Table No.5 (a):-
Description Part-A Part-B
Indian Bidder Foreign Bidder Indian Bidder Foreign Bidder
(in Million INR) (in Million (in Million INR) (in Million
USD) USD)
One completed
contract having 2586 37.01 2292 32.8
value not less than
Two completed
contracts, each
1724 24.67 1528 21.87
having value not less
than
Three completed
contracts, each
1293 18.51 1146 16.4
having value not less
than

(i) Bidders can quote for either Part-A OR Part-B OR both Part-A & Part-B together.
(ii) In case the bidder intends to qualify for either of the part, bidder shall meet the
minimum values mentioned in table no. 5(a) above for the respective part which
bidder intends to qualify.
(iii) In case the bidder intends to qualify for both the parts, the bidder shall meet the
minimum values stipulated in table no. 5(a) above on cumulative basis.

Page 7 of 21

Page 21 of 3856
5.2.2. In case of Consortium the Member (other than the Leader) shall meet the following:
The contract(s) under clause no. 5.1.2 of BQC Technical against which bidder (only
member of consortium other than the Leader) is getting qualified shall have experience
of having carried out and completed similar work during the last 10 years ending last
day of the month previous to the one in which applications are invited (floated), which
experience should be any one of the following as mentioned in below table no. 5(b):
Table No.5 (b):-
Description Part-A Part-B
Indian Bidder Foreign Bidder Indian Bidder Foreign Bidder
(in Million INR) (in Million (in Million INR) (in Million
USD) USD)
One completed
contract having 1293 18.51 1146 16.4
value not less than
Two completed
contracts, each
862 12.34 764 10.93
having value not
less than
Three completed
contracts, each
646.5 9.25 573 8.2
having value not
less than

(i) In case of consortium bids, the Leader of the consortium alongwith consortium
member can quote for either Part-A OR Part-B OR both Part-A & Part-B together.
(ii) In case the consortium intends to qualify for either part, the Leader of the
consortium and the member of the consortium shall meet the minimum values
mentioned in the table no. 5(a) and 5(b) above respectively for the respective part
which consortium intends to qualify.
(iii) In case the consortium intends to qualify for both the parts, the Leader of the
consortium and the member of the consortium shall meet the minimum values
stipulated in both 5(a) and 5(b) above respectively on cumulative basis.
(iv) The above criteria 5.2.2 shall not be applicable for a member of consortium who
is an affiliate/ subsidiary company of the leader of the consortium.

5.2.3. In case bidder has executed contract(s) meeting the requirements under clause no.
5.1.1 and 5.1.2 of BQC Technical above as a consortium, the value of work performed
by the respective consortium members shall be considered as the value of contract for
the purpose of qualification under 5.2.1 and 5.2.2 above, and bidder has to submit
documents as per clause 5.5.1 & 5.5.2.
5.2.4. In case bidder has executed contract(s) meeting the requirements under clause no.
5.1.1 and 5.1.2 of BQC Technical above, but such contracts(s) comprise of additional
scope also under single contract, the value of complete contract shall be considered for
the purpose of qualification vis-a-vis the values given above. For example, if the total
value of complete contract is more than INR 2586 Million, the same shall be considered
qualified under 5.2.1 for Part-A, provided it is under a single contract.
5.2.5. Experience of Sub-Contractor: A job completed by a bidder as a sub-contractor shall
be considered for the purpose of meeting the experience criteria of BQC subject to
submission of documents as per clause 5.5.2 e) in support of meeting the “Bidder’s
Qualification Criteria”.
5.2.6. The value of the completed contract(s) irrespective of fact whether such contract
value(s) includes/excludes any taxes and duties, shall be considered for meeting
requirement under clause 5.2 of BQC.

Page 8 of 21

Page 22 of 3856
5.3. FINANCIAL CRITERIA
5.3.1. ANNUAL TURNOVER
5.3.1.1. Bidder (In case of sole Bidder, also including an incorporated Joint Venture) or Leader
of the Consortium (in case the bidder is a consortium) shall meet the following: -
The average annual financial turnover during the last 3 (Three) years, ending 31st March
/31st December of the previous financial year, should be at least of the value(s)
mentioned in table no. 5(c) below:
Table No.5 (c):-
Description Part-A Part-B
Indian Bidder Foreign Bidder Indian Bidder Foreign Bidder
(in Million INR) (in Million USD) (in Million INR) (in Million USD)
Average annual
financial 1293 18.51 1146 16.4
turnover

(i) Bidders can quote for either Part-A OR Part-B OR both Part-A & Part-B together.
(ii) In case the bidder intends to qualify for either of the part, bidder shall meet the
minimum values mentioned in table no. 5(c) above for the respective part which
bidder intends to qualify.
(iii) In case the bidder intends to qualify for both the parts, the bidder shall meet the
minimum values stipulated in table no. 5(c) above on cumulative basis.

5.3.1.2. In case of consortium, Member (other than the Leader) of the Consortium shall meet the
following:
The average annual financial turnover during the last 3 (Three) years, ending 31st March
/31st December of the previous financial year, should be at least the value(s)
mentioned in table no. 5(d) below:
Table No.5 (d):-
Description Part-A Part-B
Indian Bidder Foreign Bidder Indian Bidder Foreign Bidder
(in Million INR) (in Million USD) (in Million INR) (in Million USD)
Average annual
financial 646.5 9.25 573 8.2
turnover

(i) In case of consortium bids, the Leader of the consortium alongwith consortium
member can quote for either Part-A OR Part-B OR both Part-A & Part-B together.
(ii) In case the consortium intends to qualify for either part, the Leader of the
consortium and the member of the consortium shall meet the minimum values
mentioned in the table no. 5(c) and 5(d) above respectively for the respective part
which consortium intends to qualify.
(iii) In case the consortium intends to qualify for both the parts, the Leader of the
consortium and the member of the consortium shall meet the minimum values
stipulated in both 5(c) and 5(d) above respectively on cumulative basis.

5.3.2. NET WORTH CRITERIA


The financial net worth of the Bidder (sole Bidder or incorporated Joint Venture or
Leader of the Consortium) and second member of consortium as per the audited
financial results of immediate preceding financial year shall be positive barring CPSEs
approved by PMC and/or HRRL.

Page 9 of 21

Page 23 of 3856
5.3.3. WORKING CAPITAL
5.3.3.1. Bidder (In case of sole Bidder, also including an incorporated Joint Venture) or Leader
of the Consortium (in case the bidder is a consortium) shall meet the following:
Minimum working capital shall be equal the value(s) mentioned in table no. 5(e) below
as per the immediate preceding year’s audited financial results.
Table No.5 (e):-
Description Part-A Part-B
Indian Bidder Foreign Bidder Indian Bidder Foreign Bidder
(in Million INR) (in Million USD) (in Million INR) (in Million USD)
Minimum
191.56 2.74 169.78 2.43
working capital

(i) Bidders can quote for either Part-A OR Part-B OR both Part-A & Part-B together.
(ii) In case the bidder intends to qualify for either of the part, bidder shall meet the
minimum values mentioned in table no. 5(e) above for the respective part which
bidder intends to qualify.
(iii) In case the bidder intends to qualify for both the parts, the bidder shall meet the
minimum values stipulated in table no. 5(e) above on cumulative basis.

5.3.3.2. In case of consortium, Member (other than the Leader) shall meet the following:
Minimum working capital shall be equal to the value(s) mentioned in table no. 5(f)
below as per the immediate preceding year’s audited financial results.
Table No.5 (f):-
Description Part-A Part-B
Indian Bidder Foreign Bidder Indian Bidder Foreign Bidder
(in Million INR) (in Million USD) (in Million INR) (in Million USD)
Minimum
95.78 1.37 84.89 1.21
working capital

(i) In case of consortium bids, the Leader of the consortium alongwith consortium
member can quote for either Part-A OR Part-B OR both Part-A & Part-B together.
(ii) In case the consortium intends to qualify for either part, the Leader of the
consortium and the member of the consortium shall meet the minimum values
mentioned in the table no. 5(e) and 5(f) above respectively for the respective part
which consortium intends to qualify.
(iii) In case the consortium intends to qualify for both the parts, the Leader of the
consortium and the member of the consortium shall meet the minimum values
stipulated in both 5(e) and 5(f) above respectively on cumulative basis.

5.3.3.3. In case, Bidder (sole Bidder or an incorporated Joint Venture) or each member of the
Consortium (in case the bidder is a consortium) is unable to meet the working capital
requirements as above, the bidder/consortium member can supplement the respective
working capital requirement with a fund based line of credit from any scheduled bank in
India (letters from multiple banks not acceptable) having net worth more than equivalent
INR 1000 Million. In such a case, bidder/consortium member shall furnish a declaration
from the bank for availability of unutilized fund based line of credit for the shortfall in
working capital below the value as mentioned above, in the format enclosed as
Appendix – I attached herewith. Such declaration from bank shall present the
availability of unutilized fund based line of credit of the bidder/consortium member for a
date between the issue date of Bidding Document and the bid due date /extended bid
due date. The bidder/consortium member shall furnish the original declaration letter from
the bank for availability of line of credit.

Page 10 of 21

Page 24 of 3856
5.3.3.4. Earnest Money Deposit (EMD)
The provision of clause 14 of the ITB shall apply failing which the bid shall be rejected.
5.4. GENERAL:
5.4.1. Sole Bidder being a foreign entity or any one of the member of the consortium bidder,
should have an operating Indian establishment which is either their own or
subsidiary/affiliate wherein they have controlling rights as on the last day of the month
immediately previous to one in which bid is invited (floated). This Indian establishment
must:
a) Have been in operation for more than 7 (Seven) years reckoned from the last day of
the month immediately previous to one in which bid is invited (floated) (i.e. the issue
of IFB on e-tendering website)

b) Have Technical (Graduate Engineers) employees (Project management, engineering,


procurement, HSE, construction, etc.) on their payrolls atleast as values mentioned
in below Table no. 5(g) as on the last day of the month immediately previous to one
in which bid is invited (floated).

Table No.5 (g):-


Description Part-A Part-B Part-(A+B)
(In Nos.) (In Nos.) (In Nos.)
Minimum Technical
60 60 60
Graduates

Bidder shall submit following towards meeting above requirements:


a) Company formation document showing that the Indian establishment is an affiliate/
subsidiary / incorporated JV of the foreign member.
b) Documents such as Audited Annual Report/Income Tax returns/Returns filed with
statutory bodies to substantiate that the Indian establishment is in operation presently
and for more than 7 (seven) years as required above.
c) Indian PF registration certificate and ESI registration document in the name of Indian
Establishment and copies of challan/relevant documents in support of number of
employees for the month immediately previous to one in which the bid is invited
(floated).
d) Affidavit signed by from any one out of CEO or CFO or Company Secretary or any
Functional Director in Board of Members confirming above requirements under clause
5.4.1.
5.4.2. Parties who are affiliates of one another can decide which Affiliate will make a bid. Only
one affiliate may submit a bid. Two or more affiliates are not permitted to make
separate bids directly or indirectly. If two or more affiliates submit separate bids, then all
of them shall be summarily rejected. However, up to two affiliates may make a joint bid
as a Consortium, and in which case the conditions applicable to a consortium shall
apply to them.
Entities which are affiliate to one another are allowed to Bid either as a sole bidder or
as a consortium only.
5.4.3. "Affiliate" of a Party shall mean any company or legal entity which:
(a) Controls either directly or indirectly a Party, or
(b) Which is controlled directly or indirectly by a Party; or
(c) Is directly or indirectly controlled by a company, legal entity or partnership which
directly or indirectly controls a Party.
"Control" means actual control or ownership in excess of 50% voting or other controlling
interest that gives the power to direct, or cause the direction of, the management and
material business decisions of the controlled entity.

Page 11 of 21

Page 25 of 3856
The term “Affiliate” shall include “Subsidiary”.
5.4.4. A firm which has been engaged by HRRL to provide licensing or services for this Project
(here “Project” shall mean the project embracing the works and/or unit(s) forming the
subject matter of the Bid and resultant Contract) and any of its affiliates that directly or
indirectly controls, is controlled by, or is under common control with that firm, are
disqualified from executing EPC works for the same project. Conversely a firm hired to
execute EPC works for implementation of this Project and any of its affiliates, are
disqualified from providing services related to the initial assignment for the same Project.
Bidder/each member of consortium to provide declaration regarding this as per
Appendix – II attached herewith, in their letter head duly signed and stamped by their
Power of Attorney holder failing which their bid shall be rejected.
5.4.5. A job executed by a bidder for its own plant/ projects can’t be considered as experience
for the purpose of meeting requirement of BQC of the Bidding Document. However, jobs
executed for Subsidiary/ Fellow subsidiary / Holding company will be considered as
experience for the purpose of meeting BQC 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 above to meet
BQC.
5.4.6. Fulfillment of Bidder’s Qualification Criteria and certain additional conditions in respect
of each type of bidders as per clause 5 are stated below, respectively:
5.4.6.1. Sole bidder or incorporated JV:
The sole bidder or incorporated JV shall fulfill each Bidder’s Qualification Criteria
(Technical, Commercial Experience, Financial and General) on their own.
5.4.6.2. Consortium
In case the bidder is a Consortium (including an unincorporated JV), then the
following conditions shall apply:
a) The minimum scope of Bidder/ Leader (in case of consortium) shall be as given below:
i. Overall Project Management including Planning, monitoring, scheduling and
reporting.
ii. Health, Safety and Environment (HSE) management
iii. Risk Management
iv. Preparation/ Approval of MR of critical equipment/ items as defined in tender
elsewhere
v. Technical & Construction Auditing
vi. Quality Assurance
vii. Pre Commissioning / Commissioning
In case bidder qualifies for design and engineering through his engineering sub-
contractor/ consortium member, activity listed at sl. no. v. shall be included under
scope of work of the engineering sub-contractor/ consortium member.
b) The division of scope of work between the Consortium members shall be based on their
past relevant experience; however, this clause shall not be applicable to the consortium
where one member is affiliate/ subsidiary company of the prime member/ leader of
consortium.
c) The Prime member/ Leader and the member (other than the Leader) shall meet the
respective Bidder’s Technical Qualification Criteria, Commercial Qualification Criteria,
Financial Criteria on their own.
d) The Prime Member (Leader) of the Consortium shall submit the bid on behalf of the
Consortium. Memorandum of Understanding (MoU) between the Consortium members
duly signed by the authority (ies), must accompany the techno-commercial bid. All the
members of the Consortium must resolve and affirm in the MoU that each party shall
be jointly and severally liable to the Owner for any and all obligations and responsibility

Page 12 of 21

Page 26 of 3856
arising out of the PO. MoU signed between the members of the Consortium shall be
converted to a definite agreement and shall form part of the PO. In case of award of
contract, the definite agreement shall be kept valid through the entire contract period,
i.e. until the issuance of Final Certificate by Project Owner to Consortium. After award
of contract, no alterations / modifications would be permitted in the Definite Agreement.
e) Each member in a consortium may only be a legal entity and not an individual person;
f) The Bid shall specifically identify and describe each member of the consortium;
g) The consortium member descriptions shall indicate what type of legal entity the member
is and its jurisdiction of incorporation (or of establishment as a legal entity other than
as a corporation) and provide evidence by a copy of the articles of incorporation (or
equivalent documents);
h) One participant member of the consortium shall be identified as the “Prime Member
(Leader)” of the consortium and shall not be allowed to be altered at any stage.
i) The consortium leader and the distribution of work among the Consortium members
shall be identified and submitted along with the bid and shall not be changed thereafter.
j) No change shall be permitted in the number, nature or share holding pattern of the
Consortium members after bid submission, without the prior written permission of the
Owner
k) No change in project plans, time schedule or lump sum contract price will be permitted
as a consequence of any withdrawal or failure to perform by a consortium member.
l) No consortium member shall hold less than 25% stake in a consortium.
m) Entities which are affiliates of one another are allowed to bid either as a sole bidder or
as a consortium only.
n) Entity can bid either singly or as a member of only one consortium.
o) Consortium member shall give power of attorney to the leader to represent it for bid
and contract execution, incur liabilities and receive instruction for and on behalf of any
and all members of Consortium.
p) Prime Member/Leader of the Consortium on behalf of the Consortium shall co-ordinate
with Owner and PMC during bidding as well as during execution of the contract.
Owner/PMC shall correspond with the leader of a Consortium and vice versa.
q) Any member of the Consortium shall not be permitted to participate either in an
individual capacity as a sole bidder or as a member of another Consortium for the same
work/ tender.
5.5. Documentation
Bidder shall furnish documentary proof of fulfilling the Bidder’s Qualification Criteria as
detailed below:
5.5.1. For Bidder Qualification Criteria-Technical

a) Experience details to meet the Bidder qualification criteria specified under Clause No
5.1.1, 5.1.2, 5.1.3 & 5.1.4 shall be submitted by the bidder as per format given in
Appendix-IV along with documentary evidences.
b) Documents required for meeting Civil – Structural works and Ground improvement
works criteria (Refer Clause 5.1.5 & 5.1.6 above) are as given below:
The bidder shall, in his own interest, furnish complete documentary evidence to justify
that the bidder meets the Qualification Criteria as given above. The documents to be
furnished shall include the following:
i) Work order of bidder for Civil & Structural works and Ground improvement works
mentioning the quantity and the scope of work as documentary evidence.
ii) Documentary evidence (Completion Certificate) of successful completion of Civil &
Structural works from Owner / Owner Consultant and Ground improvement works
from the Client/ main contractor.

Page 13 of 21

Page 27 of 3856
iii) In case of Bidder has capabilities of design and details engineering, the bidder shall
furnish approved design calculation & drawings (of in-house design) for evidence.
iv) In case of bidder proposes to go for a backup consultant, then bidder shall also
submit the reference credentials (Work Order, approved design calculations) of
proposed consultant for evidence.
v) Memorandum of understanding (MOU) / Agreement / Letter of Consent between
bidder and back up Consultant under Cl 5.1.5.1 (ii) and Cl 5.1.6.1 (ii) as applicable.
c) In case bidder submits PTR for a work executed by them as a sub-contractor to the end-
user/ owner, besides other documents as required from main contractor, bidder shall
also be required to either submit a hydro-testing / completion / commissioning certificate
from end-user/ owner/ PMC mentioning that the work has been executed by bidder as
sub-contractor OR a copy of approval by end-user / owner/ PMC for engaging the bidder
as sub-contractor.

5.5.2. For Commercial Experience Criteria


a) The bidder shall, in his own interest, furnish complete documentary evidence to justify
that the bidder meets the Qualification Criteria as per Clause 5.2 above.
b) Bidder shall complete and submit the Experience Record Proforma provided under the
Proposal Form of the Bidding Document (Along with supporting documents mentioned)
to establish that the bidder meets the Bidder Qualification Criteria as per Clause No. 5.2
of this document.
c) Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant pages of
contract/SOR mentioning the value and the scope of work, completion certificate, from
the Owner/ Consultant of work executed.
d) For Consortium, Bidder shall submit agreement/ Memorandum of Understanding (MOU)
along with the Bid clearly defining the scope and responsibility of each member including
the leader for execution of the contract. The distribution of the work among Leader and
member of Consortium shall be identified in MOU and not to be changed thereafter.
The MOU shall be converted to a definite agreement later on before release of purchase
order by HRRL and this definite agreement must remain in force at least till the pendency
of the contract.
e) In case the job is completed by a bidder as a sub-contractor then following documents
shall be submitted in support of meeting the Bidder Qualification Criteria:
 Copy of Work order along with schedule of rates issued by main contractor.
 Copies of completion certificates from the End User/ Owner/ PMC and also from
the Main Contractor. The completion certificates shall have details like work order
no. / Date, brief scope of work, ordered & executed value of the job, completion
date, etc.
However, in case bidder is not able to furnish the completion certificates from the End
User/ Owner/PMC in his name, then he shall furnish a copy of the approval by End
User/Owner/PMC for engaging the bidder as a sub-Contractor.

5.5.3. For Financial Criteria


5.5.3.1. Bidder shall submit complete audited annual financial statement along with auditor’s
reports, audited balance sheets and profit & loss accounts statement and all schedules
of the preceding 3 (Three) financial years. In case complete set of audited annual
financial statements (auditor’s reports, audited balance sheets and profit and loss
account) for the immediate preceding financial year is not available for Bid closing date,
the Bidder has an option to submit the audited balance sheets and profit & loss account
of the three previous years immediately prior to the last financial year as per following
provisions:
i) In case, the financial year closing date is within 9 months of bid due date and audited

Page 14 of 21

Page 28 of 3856
annual report of immediate preceding financial year is not available, bidder has the
option to submit the financial details of the three previous years immediately prior to the
last financial year. Otherwise, it is compulsory to submit the financial details of the
immediate three preceding financial years.
Example, in case, audited annual report of immediate preceding financial year (year
ending 31st March) is not available and where bid closing date is up to 31st December,
the financial details of the three previous years immediately prior to the last financial
year may be submitted. However, in case the bid closing date is after 31st December,
it is compulsory to submit the financial details of the immediate three preceding financial
years only.
5.5.3.2. In case a bidder (a Parent Company) is having wholly owned subsidiaries but only a
single consolidated annual report is prepared and audited which includes the financial
details of their wholly owned subsidiaries, consolidated audited annual report shall be
considered for establishing the financial criteria subject to statutory auditor of the bidder
certifying that separate annual report of bidder (without the financial data of subsidiaries)
is not prepared and audited.
5.5.3.3. Further, in case a sole bidder [Prime Member (Leader) and/or Member in case of
Consortium] is a subsidiary company and separate annual report of the bidder is not
prepared & audited, but only a consolidated audited annual report of the Parent
Company is available, consolidated audited annual report shall be considered for
establishing the financial criteria subject to statutory auditor of the parent company
certifying that separate annual report of bidder is not prepared and audited.
5.5.4. Authentication of documents:
5.5.4.1. All documents submitted by bidders in support of meeting the BQC shall be
Authenticated in following manner:
Either
Duly certified by Statutory Auditor of the bidder or practicing Chartered Accountant (not
being an employee / Director and not having any interest in the bidder’s company) where
audited accounts are not mandatory as per law.
OR
Duly notarized by any Notary Public in the Bidder’s Country or certified true copies duly
signed, dated and stamped by an official authorized for this purpose in Indian Embassy/
High Commission in Bidder’s country.
OR
Bidder shall submit self-certified documents in original from any one out of CEO or CFO
or Company Secretary or any Functional Director in Board of Directors of the bidder
(Limited company only) along with Self-Certification as per Appendix-III attached
herewith. This option shall not be applicable to Proprietorship/ Partnership firms.
5.5.4.2. Requirement of certification/authentication as stated above shall not be applicable to
published audited annual financial statements in English, if original booklets are
submitted.
5.5.4.3. The Bid and all correspondence incidental to and in connection with the Bid shall be in
the English Language only. In case a Bidder submits any of the Bidder Qualification
support documents in any language other than in English, then it shall be the
responsibility of such Bidder to also provide the English translation copy of the same
duly certified by either of the following:
a) Local Chamber of Commerce of Bidder’s country.
b) Indian Embassy in Bidder’s Country
c) Bidder’s Embassy in India
d) Any translator in India recognized/ authorized by Bidder’s Embassy
5.5.4.4. Bidders shall be required to upload the digitally signed authenticated copies of
documents for meeting BQC on the e-tendering website only. Bidders shall not be
required to submit the original of authenticated documents in physical form to EIL. In
addition, bidder shall also confirm that all authenticated documents submitted for

Page 15 of 21

Page 29 of 3856
meeting the BQC are certified as per the authentication requirement defined in the
Bidding Document.
5.5.4.5. Submission of authentic documents is the prime responsibility of the Bidder. HRRL /EIL
reserves the right of getting the document cross verified, at their discretion from the
document issuing authority. Bidder shall provide all necessary assistance in this regard.
However, in addition to the above, HRRL/EIL shall carry-out cross verification of the
lowest evaluated bidder’s credentials submitted in the bid and considered by HRRL/EIL
for meeting the BQC- commercial experience criteria and BQC - technical criteria from
the document issuing authority. It shall be the responsibility of the bidder to assist
HRRL/EIL in carrying out this exercise. HRRL/EIL shall also reserve the right to
communicate directly with the certificate issuing authority and /or carryout a visit to the
office/works of the certificate issuing authority. Bidder shall provide complete assistance
towards the same. Bidder to note that first payment against the contract, if placed, shall
be released only on completion of the verification.
It shall, therefore, be the responsibility of the Bidder/ Contractor to get their BQC
documents considered for qualification successfully verified as above.
Accordingly, bidder shall ensure that bidder shall submit those executed works meeting
the qualification criteria for which they can arrange such verification.
Failure of cross verification shall entitle HRRL/EIL to reject the bid or terminate the
Purchase Order / Contract, if already issued.
5.5.5. HRRL/ EIL reserves the right to complete the evaluation based on the details furnished
(without seeking any additional information) and / or in-house data, survey or otherwise.
5.5.6. Failure to meet the above Qualification Criteria will render the Bid to be summarily
rejected. Therefore, the Bidder shall in their own interest furnish complete documentary
evidence in the first instance itself along with their bids, in support of their fulfilling the
Qualification Criteria as given above. Any additional documents, if deemed necessary
to establish the qualifying requirements may be submitted by the Bidder.
5.5.7. Post submission of Bids, Bidder shall not be allowed to furnish any new experience
details not included in experience list furnished in their Bid. Bidders are requested to
submit all qualification details along with relevant supporting authenticated documents
at the first instance itself. However, EIL/ HRRL also reserves the right to seek
clarification / additional document only amongst the jobs listed in Form N (i) and Form
N (ii) for completing evaluation, if so required.
5.5.8. Conversion Factor for Order Value for Orders / Contracts submitted towards
qualification criteria:
For Indian Bidders, Order value(s) (including Change Order (if any) in ‘multiple
currencies’ or ‘single currency other than USD/INR’ shall be converted to equivalent INR
at the exchange rate of SBI bill selling rate as on the date of award of such order for
main Order and date of award of change order for Change Order (if any), submitted by
bidder for qualification.
Similarly, for Foreign Bidder, Order value(s) (including Change Order (if any), in
‘multiple currencies’ or ‘single currency other than USD’ shall be converted at the
exchange rate of SBI bill selling rate to equivalent USD as on date of award of such
order for main Order and date of award of change order for Change Order (if any),
submitted by bidder for qualification.

5.5.9. Conversion Factor for Annual Turnover & Working Capital:


In case of Foreign Bidders, if the Annual Turnover is in currency other than USD, the
same shall be converted into equivalent USD considering the conversion factor
indicated in Bidder’s Audited Financial Report. In case the same is not indicated, the
conversion rate of USD as on last date of Bidder’s financial year shall be considered
based on SBI bill selling rate.

Page 16 of 21

Page 30 of 3856
6. METHODOLOGY OF SELECTION FOR AWARD
6.1. The unpriced bid of both the parts (Part-A & Part-B) shall be opened together. However the
price bid will be opened for Technically & Commercially qualified and acceptable bidders in
the followings sequence :
 First : PART-A
 Second : PART-B
6.2. The Priced bids of Part-A shall be opened and evaluated first. After selection for award of
the bidder for Part-A on Lowest Quote Basis, the priced bids of the qualified bidders for Part-
B, shall be opened and evaluated for selection of award of the bidder on Lowest Quote
Basis. Award of more than one part shall be in line with Clause No. 6.3 below.
6.3. If a bidder is selected for award of Part-A, bidder can also be considered for opening of
Priced Bid, evaluation and award for Part-B, provided bidder meets the qualification criteria
of (Technical, Commercial & Financial) as stipulated in Clauses 5.1, 5.2 & 5.3, on cumulative
basis, for both Part-A & Part-B.
7. PRE-BID MEETING
7.1. Pre-bid Meeting shall be held at the address mentioned above. Bidders or their authorized
representatives are requested to attend the Pre-Bid Meeting so that their queries, if any,
related to the BIDDING DOCUMENT, Bidder’s Qualification Criteria and Scope of Work
etc. can be addressed during the pre-bid meeting.
7.2. The bidders are requested to send queries/clarifications, if any, as per Format enclosed in
the Bidding document through e-mail to reach EIL on or before the date mentioned at Cl. 4.0
e) above. The clarifications shall be provided during the pre-bid meeting. Bidder shall send
query in editable soft copy in the format included in the Bidding document through e-
mail.
7.3. Bidders are required to participate in pre-bid meeting after going through the entire Bidding
Document along with BQC. Bidder shall attend with all technical and commercial issues on
which they need clarification and also to ensure that they possess/bring all supporting
documents for meeting the BQC to get their queries clarified, if required, during the pre-
bid meeting to avoid any post-bid discussion/clarification on this issue.
7.4. Non-attendance of the pre-bid meeting shall not be a cause of disqualification of the Bidder.
7.5. In case any Bidder does not attend the pre-bid meeting, it shall be understood that the
Bidder has a clear understanding of the BQC, scope, terms and conditions of the
Bidding Document and does not have any comment / deviation to the requirement of
Bidding Document and this shall not be considered a cause for extension of e- Bid
submission date.
8. SUBMISSION OF BID & IT’S VALIDITY
8.1. The Bid submitted online in the e-tendering website as stated in clause 4.0 i) shall only be
considered for evaluation and subsequent ordering. Bidders are required to enrol on the e-
Procurement module of the above mentioned e-tendering website
(URL:https://eprocure.gov.in/eprocure/app). No enrolment fee would be charged from the
bidders. It may also be noted that the price details are required to be filled & submitted only
on the Schedule of Price format downloaded from above mentioned e-tendering website.
Physical Bids/ Offers or Bids sent through Fax/ E-Mail or in any other electronic mode shall
not be accepted. The Bids submitted through above mentioned e-tendering website shall
only be considered for evaluation and ordering.
Bidders in their own interest are requested to upload/submit their bid well in time. In the event
of failure in bidder’s connectivity with the above mentioned e-tendering website during the
last few hours, bidder is likely to miss the deadline for bid submission. Due date extension
request due to above reason may not be entertained.
8.2. Bidders to refer Instruction to Bidders for e-Tendering Methodology provided in the Bidding
Document. Bidders are requested to get acquainted with the e-Tendering System in advance
and obtain/seek clarifications, if any from CPP Portal Helpdesk, whose contact information
is provided in the Appendix-IV to ITB.

Page 17 of 21

Page 31 of 3856
8.3. Validity of Bid shall be 4 (Four) months from the final Bid Due Date. Owner/EIL reserve
the right to request bidders to further extend the validity period as stated above, if required.
8.4. Bids received after bid due date & time of submission shall be declared as “Late” Bid and
shall not be opened. Bidder’s representative of Late Bid shall not be allowed to attend the
Bid opening.

9. GENERAL
9.1. HRRL/EIL reserves the right to assess Bidder’s capability to execute this work by using in-
house information and taking into account various aspects such as past performance
during evaluation of Bids.
9.2. Bidder shall submit a self-certificate stating that they are not under liquidation, court
receivership or similar proceedings. Failure to do so or the bidder is under court
receivership or similar proceedings, their bids shall not be considered.
9.3. The bidders who are on Black-list /Holiday list / Suspension list/ Banning list/ Delisted list/
Negative list of HRRL / EIL/ HPCL as on the due date / extended due date of submission
of Bid / during-the process of evaluation of the bids, the offers of such bidders shall not be
considered for bid opening/ evaluation/ Award.
9.4. Further, in case of a consortium, if any of the member(s) of consortium is/are on Black-list
/Holiday list / Suspension list/ Banning list/ Delisted list/ Negative list of HRRL / EIL /HPCL
as on the due date / extended due date of submission of Bid / during-the process of
evaluation of the bids, the offers of such bidders shall not be considered for bid opening/
evaluation/ Award.
9.5. However, if a vendor/Contractor/consortium member is put on Holiday during evaluation
process, the rejection of offer can only be resorted to at the discretion of Owner.
9.6. Owner/EIL shall not be responsible or liable for cost incurred in preparation, submission &
delivery of Bids, regardless of the conduct or outcome of the Bidding process.
9.7. In case, any Bidder is found to be involved in cartel formation, their Bid shall not be
considered for evaluation/placement of order. Such Bidder will also be debarred from
bidding in future as per Owner/EIL’s Policy.
9.8. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.
9.9. Unsolicited clarifications to bids may render the bid liable for rejection.
9.10. Bidder shall submit along with their bids, the Integrity Pact (Pre-signed by HRRL) in the
format enclosed in Bidding document. Bids of bidders who doesn’t sign and submit the
Integrity Pact will not be considered for evaluation.
9.11. Bidder(s) shall give a declaration that they have not been banned or delisted or blacklisted
or put on holiday list by any government or quasi Government agencies or PSUs. If a bidder
has been banned by any Government or quasi Government agencies or PSU, this fact
must be clearly stated and it may not necessarily be a cause for disqualification. If this
declaration is not given, the bid will be rejected as non- responsive.
9.12. The agencies, who have been awarded job for this Project and their performance in the
execution of the contract is reported to be unsatisfactory by the Engineer-In-Charge, shall
not be considered for this tender.
9.13. Bidders to note that “Purchase Preference (linked with Local Content) (PP-LC)”for the
procurement of goods and services is applicable.
9.14. Bidders to note that “Purchase Preference under Public Procurement Policy, 2012 for
MSEs” is not applicable, being Works Contract Services.
9.15. Bidders to note that Policy for providing Preference to Domestically Manufactured Iron &
Steel Products in Government Procurement is applicable as per Bidding Document.
9.16. Owner/EIL reserves the right to reject any or all the Bids received or annul the bidding
process at any time at their sole discretion without assigning any reason thereof.
9.17. For terms and conditions and other details, refer complete Bidding document and
subsequent Amendment(s), if any.
For & on Behalf of
HPCL Rajasthan Refinery Limited

Page 18 of 21

Page 32 of 3856
(Rajneesh Malik)
GM (SCM)

Engineers India Limited

Appendix-I

DECLARATION FROM THE BANK FOR AVAILABILITY OF UNUTILIZED LINE OF CREDIT


(To be printed on Letter Head of Bank)

Ref: ______ Date: _______

We …………………………………………………………………, a Bank firm having our registered


office address …………………………………………………………. confirm that the company
M/S………………………………, having Its registered office at
…………………………………………………. is having account in our Bank. Presently, the credit
limits of the company are as follows:

Fund based lines of credit (towards Amount in (currency…………………..)


working capital like Current Credit limit)
Sanctioned Line of Credit
Utilized Lines of Credit
Balance lines of Credit

[Bank to Specify as Applicable]

We declare that we are a scheduled bank in India having net worth more than or equivalent to
INR 1000 Million as per latest audited financial statements.

Yours Faithfully,

Signature

Name and Designation

E-mail ID

Fax Number

Page 19 of 21

Page 33 of 3856
Appendix-II

PROFORMA OF UNDERTAKING
(To be submitted by the participating bidders)

I/We, ..................................................... {Name(s) of Authorized Signatory (ies)}, on behalf of


M/s. ............................................................ do hereby declare that our company or any of its
Directors/Partners/Employees/Affiliates do not have any conflict of interest as per the provisions
covered in the Bidding Document and specifically confirm that our company or any of its
Directors/Partners/Employees/Affiliates have not been engaged by HRRL to provide licensing or
services for this Project (here “Project” shall mean the project embracing the works and/or unit(s)
forming the subject matter of the Bid and resultant Contract). Further, we confirm that if our
company or any of its Affiliates are engaged to execute EPC works for implementation of this
Project then we shall not be eligible to provide services related to the initial assignment for the
same Project.

I/We, ..................................................... {Name(s) of Authorized Signatory (ies)}, on behalf of


M/s. ............................................................ do hereby undertake that our company or any of its
Directors/Partners/Employees/Affiliates shall refrain from entering into any business
relationships or activities, which would result into a ‘Conflict of Interest’ with the
agency/consultant, who has been engaged by HRRL for firming up the specifications and/or
tender evaluation and/or monitoring execution of the project (as applicable), for which this tender
(i.e. Tender No. .....................................) has been invited (floated).

(Authorized Signatory)

Signature:

Name :
Designation:

Page 20 of 21

Page 34 of 3856
Appendix-III

SELF-CERTIFICATION
I, _____________________ S/o/D/o of _________________________________, working as
CEO/CFO/Company Secretary/any functional Director of Board of Directors (indicate, as
applicable) of the Company _______________________________ having its registered office
at _________________________________________________________ certify that all the
details including documents pertaining to Bidder Qualification Criteria signed by undersigned vide
our offer reference ___________________ against your Enquiry document
______________________________________, are true, authentic, genuine and exact copy of
its original.
It is certified that none of the documents are false/forged or fabricated. All the documents
submitted has been made having full knowledge of (i) the provisions of the Indian laws in respect
of offences including, but not limited to those pertaining to criminal breach of trust, cheating and
fraud and (ii) provisions of bidding conditions which entitle the Owner/EIL to initiate action in the
event of such declaration turning out to be a misrepresentation or false representation.
I further certify that further documents, if any, required to be submitted by our company, shall be
submitted under my knowledge and those documents shall also be true, authentic, genuine,
exact copy of its original and shall not be false/forged or fabricated.
DECLARATION
I, _____________________ S/o/D/o of _________________________________, working as
CEO/CFO/Company Secretary/any functional Director in Board of Directors (indicate, as
applicable) of the Company _______________________________ having its registered office
at _________________________________________________________ with reference to our
bid _________________________ against your Enquiry document
___________________________,declare that in case, at a later date, any of the document
submitted in our bid referred above is found to be false/forged or fabricated, I, shall be held
responsible for the same and EIL/Owner has every right to take action against me and my
company, as deemed fit as per provisions of the bidding documents including EIL/Owner’s right
to put our company on Holiday/Black list for future business with EIL/Owner.

Specimen Signature of authorized representative

Signature
Name & Designation (CEO or CFO or Company Secretary/any functional Director in Board of
Directors)

Page 21 of 21

Page 35 of 3856
HPCL RAJASTHAN REFINERY LIMITED (HRRL)
RAJASTHAN REFINERY PROJECT (RRP)

AT

PACHPADRA TEHSIL, BARMER DISTRICT,


RAJASTHAN, INDIA

BIDDING DOCUMENT

PART – I: COMMERCIAL SECTION

FOR
INTERMEDIATE & PRODUCT STORAGE TANKS
INCLUDING TANK PADS AND ASSOCIATED
CIVIL WORKS (PACKAGE-6) AT RAJASTHAN
REFINERY COMPLEX AT PACHPADRA

(BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003)

PREPARED BY:

Page 36 of 3856
RAJASTHAN REFINERY PROJECT (RRP)

INSTRUCTIONS TO
BIDDER
FOR EPCC/LSTK WORKS

B224-ITB-LSTK-REV.0
10-MAY-2019

Page 37 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 1 of 35

INDEX

1.0 INTRODUCTION......................................................................................................... 3
2.0 COST OF BIDDING .................................................................................................... 3
3.0 SITE LOCATION/SITE VISIT ...................................................................................... 3
4.0 ENTRY OF FOREIGN NATIONALS TO REFINERY PREMISES ................................. 4
5.0 BIDDING DOCUMENTS ............................................................................................. 4
6.0 PRE-BID MEETING .................................................................................................... 5
7.0 AMENDMENT OF BIDDING DOCUMENTS ................................................................ 7
8.0 LANGUAGE OF BIDS ................................................................................................ 7
9.0 SUBMISSION OF BIDS .............................................................................................. 8
10.0 BIDS ON CONSORTIUM BASIS............................................................................... 13
11.0 PRICE BID ............................................................................................................... 14
12.0 CURRENCIES OF BID AND PAYMENT ................................................................... 16
13.0 INVOLVEMENT OF AGENT (IN CASE OF FOREIGN BIDDER)................................ 16
14.0 EARNEST MONEY DEPOSIT (EMD) ........................................................................ 17
15.0 PERIOD OF VALIDITY OF BIDS .............................................................................. 19
16.0 MULTIPLE / ALTERNATIVE BIDS ........................................................................... 19
17.0 SIGNING OF BID ...................................................................................................... 20
18.0 E-TENDERING ......................................................................................................... 20
19.0 ENROLMENT OF BIDDER TO CPP PORTAL .......................................................... 21
20.0 SUBMISSION OF ORIGINAL DOCUMENTS (IN HARD COPY) ................................ 22
21.0 BIDDING DOCUMENTS AND DEVIATIONS ............................................................. 23
22.0 DEADLINE FOR SUBMISSION OF BIDS ................................................................. 23
23.0 PRICES TO BE IN FIGURES AND WORDS ............................................................. 23
24.0 CORRECTIONS........................................................................................................ 24
25.0 LATE BIDS/ UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE ............. 24
26.0 MODIFICATION AND WITHDRAWAL OF BIDS ....................................................... 24
27.0 OPENING OF UNPRICED BIDS ............................................................................... 24
28.0 CLARIFICATION OF BIDS ....................................................................................... 25
29.0 TECHNO-COMMERCIAL EXAMINATION OF BIDS.................................................. 25
30.0 BID EVALUATION CRITERIA .................................................................................. 26
31.0 COMPLETE SCOPE OF SUPPLIES/WORK ............................................................. 26
32.0 OPENING OF PRICE BID ......................................................................................... 27
33.0 EVALUATION AND COMPARISON OF PRICES ...................................................... 27
34.0 OWNER'S RIGHT TO ACCEPT/ REJECT................................................................. 28
35.0 AWARD CRITERIA AND NOTIFICATION OF AWARD ............................................. 29
36.0 CONTRACT AGREEMENT ....................................................................................... 29
37.0 SIGNING OF CONTRACT ........................................................................................ 30
38.0 CONFIDENTIALITY OF DOCUMENTS ..................................................................... 30
39.0 INFORMATION TO BE FURNISHED BY FOREIGN CONTRACTORS ......... 30
40.0 FRAUDULENT PRACTICES ..................................................................................... 31
41.0 PROJECT SPECIFIC ACCOUNT .............................................................................. 32
42.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES ........................................... 32
43.0 POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY (INDIAN) MANUFACTURED
IRON & STEEL PRODUCTS IN GOVERNMENT PROCUREMENT (DMI&SP) .......... 33
44.0 PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) (PP-LC) ............... 33

Engineers India Limited (EIL)

Page 38 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 2 of 35

SL.NO. DESCRIPTION APPENDIX NUMBER


1. COMMERCIAL QUESTIONNAIRE APPENDIX –I TO ITB

2. CONTENTS OF BID AND CHECK LIST APPENDIX –II TO ITB

3. INTEGRITY PACT APPENDIX –III TO ITB

4. E-TENDERING METHODOLOGY APPENDIX –IV TO ITB

5. TRC & FORM -10F APPENDIX –V TO ITB

6. POA format APPENDIX –VI TO ITB

7. PREFERENCE UNDER DMI&SP POLICY APPENDIX –VII TO ITB

8. PURCHASE PREFERENCE (LINKED WITH APPENDIX –VIII TO ITB


LOCAL CONTENT)

9. AFFIDAVIT – INDIAN ESTABLISHMENT APPENDIX –IX TO ITB

10. BIDDING FORMS APPENDIX –X TO ITB

11. PARENT COMPANY CORPORATE APPENDIX –XI TO ITB


GUARANTEE (PCCG) FORMAT
12. SITE VISIT BY FOREIGN NATIONALS APPENDIX –XII TO ITB

Engineers India Limited (EIL)

Page 39 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 3 of 35

1.0 INTRODUCTION
1.1 HPCL Rajasthan Refinery Limited (Owner/HRRL) was incorporated on 18th
September, 2013, as a Joint Venture between Hindustan Petroleum Corporation
Limited (HPCL) and Government of state of Rajasthan, India with an equity
participation of 74% and 26% respectively.

1.2 HRRL is setting up a grass-root Refinery cum Petrochemical Complex at


Pachpadra Tehsil in Barmer District of Rajasthan, hereafter called as Rajasthan
Refinery Project (RRP). The complex is to be designed to process a mix of
Rajasthan crude & Arab Mix crude. The design nameplate crude processing
capacity of Refinery is 9MMTPA.

1.3 HRRL (hereinafter referred to as “OWNER” which expression shall for the Bidding
document include its Consultant or other agency authorized to undertake the
bidding process or any part thereof on behalf of the OWNER) invites e- Bids, under
Single stage two bids (Unpriced and Price Bid) system, for the entire supplies
and work covered under the Bidding Documents (hereinafter for the purpose of
these instructions collectively referred to as the “WORK”) based on the completion
of the WORK within the time given in the “Time Schedule” in Annexure-I to the
Special Conditions of Contract. All bids are to be completed and submitted in
accordance with and within the time provided in these Instructions to Bidder.

1.4 M/s Engineers India Limited (EIL), have been appointed as the Project
Management Consultant (PMC) to HRRL for RRP.

2.0 COST OF BIDDING


2.1 The bidder shall bear all direct and indirect costs associated with the preparation
and submission/delivery of its bid including (but not limited to) costs and expenses
related to clarification meetings, visits to the site(s) and other locations, and the cost
of any tests, investigations, evaluations and consultations. The OWNER/PMC will in
no case be responsible or liable for any costs regardless of the outcome of the
bidding process.

3.0 SITE LOCATION/SITE VISIT


3.1 The site is located at Pachpadra, Dist. Barmer, Rajasthan. It is well connected with
Roads. Nearest Rail Junction and Airport is Jodhpur. Nearest Sea port is Kandla
and Mundra, Gujarat.

3.2 Bidder is advised to visit and examine the site (at his cost), its surroundings and
familiarise himself of the existing facilities & environment, and collect all other
information which he may require for preparing and submitting the bid and entering
into the Contract. Bidder shall satisfy himself of the site conditions and shall
apprise himself of the procedure for engagement of agencies / labour and shall
collect other relevant information that may be required before submitting the bid.
Claims and objections due to ignorance of existing conditions or inadequacy
of information will not be considered a reason for extra claim or delay in work
at later date after submission of the bid and during contract execution.

Engineers India Limited (EIL)

Page 40 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 4 of 35

3.3 The Bidder and any of his personnel or authorised representative/agent will be
granted permission by the Owner to enter upon his premises and land for the
purpose of such inspection, subject to the explicit condition that the Bidder, his
personnel or agents will release and indemnify the Owner and his personnel
and agents/consultant from and against all liabilities in respect thereof and
will also be responsible for personal injury (whether fatal or otherwise), loss of or
damage to property and any other loss, damage, cost and expenses incurred as a
result thereof. During such visits the Bidder shall abide by all the rules and
regulations, as applicable.

3.4 Bidder may contact in advance with the following person for site visit purpose:

Name : Mr. N. Sita Ramaiah - EIL RCM


Address : Resident Construction Manager
Engineers India Limited
Pachpadra Tehsil in Barmer District,
Rajasthan-India.
Mobile No. : +91 8590785227
E Mail : ns.ramaiah@eil.co.in
nsr5345@gmail.com
eilhrrlsite@gmail.com

Name : Mr. N. Baladhandayuthapani - HRRL RCM


Address : Resident Construction Manager
HPCL Rajasthan Refinery Limited
Pachpadra Tehsil in Barmer District,
Rajasthan-India.
Mobile No. : 9704990675
E Mail : bala@hpcl.in;

4.0 ENTRY OF FOREIGN NATIONALS TO REFINERY/ PROJECT PREMISES


4.1 Bidders are requested to note the followings with regard to entry of Foreign
Nationals to Refinery/Project Premises in relation to subject tender:

4.1.1 It may please be noted that all the refineries are declared as “prohibited place”
under Official secrets Act 1923, where entry of personnel is restricted/conditioned. It
may also be noted that the visa to be issued by Govt. of India, normally contains the
clause towards no permission for entry/visit to such place, a default condition which
if not removed/struck-off by visa issuing authorities, will create
impediment/restriction in movement of personnel of foreign origin deployed at a
particular Refinery, to carry out an activity in terms of engagement/contract with M/s
HPCL Rajasthan Refinery Limited. The same should be kept in mind while
submitting request for issue of visa by your office.

4.1.2 For details refer APPENDIX –XII to ITB.

5.0 BIDDING DOCUMENTS


5.1 The bidder is expected to examine the Bidding Documents, including all
instructions, FORMs, terms and conditions of Contract, specifications, drawings and
other documents and to fully familiarize itself with the requirements of the Bidding
Engineers India Limited (EIL)

Page 41 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 5 of 35

Documents. Failure to furnish all the information required by the Bidding


Documents or the submission of a bid not substantially responsive to the
Bidding Documents in every respect may result in the rejection of the Bid.

5.2 Throughout this Bidding Document, the term "bid" and "tender" and their derivatives
("bidder/ tenderer", "Bid/tender", "bidding/tendering", etc.) are synonymous, and
day means calendar day. Singular also means plural.

5.3 Bidding Document once issued in case of limited competitive bidding is non-
transferable. However, in case of Open Competitive Bidding, since the Bidding
Document is available for free downloading on the portal
https://eprocure.gov.in/eprocure/app., any bidder may submit the Bid and the
same shall be evaluated in line with the provisions of the Bidding Document.

5.4 Bidders shall treat the Bidding Documents and contents therein as strictly
confidential.

5.5 The Bidding Document is and shall remain the exclusive property of the Owner/EIL
without any right to Bidder to use them for any purpose except for the purpose of
bidding.

5.6 Although all the details presented in this Bidding Document have been compiled
with reasonable care, the bidder is expected to examine the Bidding Document,
including all instructions, forms, terms, specifications and drawings in the Bidding
Document including all the documents as per Table of Contents/Master Index. In
case of any ambiguity or incompleteness, the bidder must bring it to the attention of
CONSULTANT immediately and prior to submission of Bid.

6.0 PRE-BID MEETING


6.1 Bidders in their own interest are advised to take part in the pre-bid meeting
seriously by issuing their genuine queries and also by attending the pre-bid meeting
by their competent personnel. This will help bidder not only to cut short of the
evaluation time leading to requirement of shorter bid validity but also enable them to
submit their best prices based on the clear techno-commercial scope.

6.2 Bidder’s authorized representative(s) shall attend the pre-bid meeting on the
prescribed day at the given venue as per details indicated in IFB. During the pre-bid
meeting, technical and commercial issues shall be discussed and Bidders shall
ensure that the bid received subsequent to pre-bid meeting shall be without any
deviations to terms and conditions. Hence, bidders shall treat the pre-bid
meeting as utmost important and depute competent & senior person capable
of taking on the spot decision to sort out the technical and commercial
queries.

6.3 In case any bidder does not attend the pre-bid meeting, it shall be deemed
considered that the bidder has a clear understanding of the scope & terms &
conditions of the Bidding Document and does not have any comments/
deviations to the requirements of the Bidding Document.

6.4 In order to ensure fruitful discussions during pre-bid meeting, the bidder is

Engineers India Limited (EIL)

Page 42 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 6 of 35

requested to submit any queries/clarification/information pertaining to


Bidding Document in writing delivered by e-mail/courier as per format enclosed in
the Bidding Document so as to reach at least four working days prior to Pre-bid
meeting. These queries shall be replied during pre-bid meeting. The editable soft
copies (in table form) of the queries shall also be e-mailed to concern person as
specified in IFB to enable EIL/Owner to prepare replies to the queries against each
query in the same format expeditiously.

6.5 The bidders are required to participate in the pre-bid meeting after going through
the entire Bidding Document along with BQC. Bidder shall come with all
technical and commercial points on which they need clarifications and also to
ensure that they possess all the supporting documentation for meeting the
BQC. In case of any doubt, they may discuss the same during the meeting to avoid
any techno-commercial clarifications/ discussions post bid.

6.6 The outcome of the pre-bid meeting, including the essential questions raised and
the responses given by EIL/Owner shall be compiled as expeditiously as possible
and shall be uploaded on the e-tendering website if so required. After pre-bid
meeting, EIL/Owner at its discretion may not entertain any further queries
from the bidders.

Replies to Pre-bid Queries are for the purpose of clarification only and shall not
form part of Bidding Document and subsequent Contract.

6.7 Any modification in the Bidding Document, which may become necessary as
a result of the pre-bid discussion, shall be issued in the form of an
Addendum/Amendment, which shall be uploaded on e-tendering website and
the same may be downloaded by the bidder from the said e-tendering website
and shall be considered for submission of Bidder’s Bid.

6.8 Techno-commercial compliance shall be signed and submitted by the bidders


as part of their offer. After pre-bid meeting, Bidders are expected to submit
their Bids compliance to the provisions of Bidding document including the
Addendum (if any) and EIL/Owner reserves its right not to accept any
deviation and if any deviation is submitted in the bid, their offers may be liable
to be rejected.

6.9 After bid opening, deviation may not be accepted. Bidder in their own interest shall
submit Bid fully complying to Bidding Document requirements and EIL/Owner shall
reserve the right to proceed with the available compliant bids for evaluation and
Technical Queries (TQ)/ Commercial Queries (CQ) may not be issued once the bid
has been opened. However, wherever TQ/CQ are unavoidable, EIL/Owner at its
discretion may issue TQ/CQ for bidder to reply within the cut-off date along
with all relevant documents/information/clarification/confirmation as required
with the TQ/CQ reply(ies). EIL/Owner reserves the right not to consider any reply
after the cut-off date to complete the bid evaluation process.

6.10 Extension in bid due date shall not generally be granted due to tight Project
Schedule.

Engineers India Limited (EIL)

Page 43 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 7 of 35

6.11 Non- attendance of the pre-bid meeting will neither be a cause for
disqualification of the bidder nor a cause for bidder’s ignorance to submit the
bid as per provisions of the bidding document and latest information
uploaded in the Central Public Procurement Portal (CPPP)/Website of
Government of India/ NIC Portal https://eprocure.gov.in/eprocure/app.

7.0 AMENDMENT OF BIDDING DOCUMENTS


7.1 At any time prior to the deadline for submission of bids, EIL may, for any reason
whether at his own initiative or in response to the clarification requested by the
prospective bidder(s), issue amendment in the form of Amendment/ Addendum

7.2 Any Addendum /Amendment/ Corrigendum/extension in bid due date/ Clarifications


(if any) etc. which are applicable to all bidders, shall be hosted on the above
Central Public Procurement Portal (CPPP) of Government of India.

7.3 Any Addendum/ Amendment thus issued shall become part of Bidding Document.
Bidder shall submit a copy of the Addendum/Amendment duly signed and
stamped along with all relevant documents/information (if applicable as per
Addendum) in token of their acceptance. Failure of the Bidder to submit Bid without
taking cognizance of Amendment issued by EIL/Owner shall be liable for rejection.

7.4 Generally intimation of uploading of documents in website is sent to the


bidders in their e-mail id as registered by the Bidder for this tender in the CPP
Portal. It is the responsibility of the bidder to check and use current and valid
email id. However, Bidder should regularly visit the website to keep themselves
updated.

7.5 Bidders shall examine the Bidding Documents thoroughly and inform the EIL/Owner
of any apparent conflict, discrepancy or error, so that the OWNER may issue
appropriate clarification(s) or amendment(s), if required.

7.6 EIL/Owner 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.

7.7 EIL/Owner may also for any reason issue amendment subsequent to
receiving the bids. Any amendment thus issued shall become part of Bidding
Document. Bidder shall follow the instructions issued along with Amendment with
regard to submission of impact on quoted price in the form of Price Implication or
revised price as instructed.

8.0 LANGUAGE OF BIDS


8.1 The Bid prepared by the bidder, all documents attached to and/or relating to the bid
and all correspondence exchanged by the Bidder shall be written in English
language only.

8.2 Any printed literature furnished by the bidder may be written in another language
provided that this literature is accompanied by an authenticated English
translation, in which case, for purpose of interpreting the Bid, the English
Engineers India Limited (EIL)

Page 44 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 8 of 35

translation shall govern.

8.3 In case a Bidder/Member(s) in case of consortium, submits any documents in any


language other than English, then it will be the responsibility of such
Bidder/Member(s) of consortium, to also provide the English translation copy of
the same duly certified as per provisions of IFB.

9.0 SUBMISSION OF BIDS


9.1 Bid must be submitted by the bidder through e-tendering website on or before bid
due date and time mentioned in the IFB / LIB or any extension thereof as duly
notified by EIL on e-tendering website. However, Bidders are requested to not to
ask any extension in due date for submission of Bids in view of tight project
schedules.

9.2 Physical Bid, Bid through e-mail/Post/Fax/CD etc. are not permitted. The electronic
bids (e-bids) submitted online through above Central Public Procurement Portal
(CPPP) of Government of India shall only be considered for evaluation and
ordering. Bidders are required to upload the Bid along with all supporting
documents including Priced bid on above Central Public Procurement Portal
(CPPP) of Government of India only.

9.3 However, in addition to submission of e-bids as above, bidders are required to


submit in original the documents as detailed in clause 20 of this ITB and , in the
manner prescribed in the Bidding Document in sealed envelope titled “Original
Documents for respective Bidding Document No.” which should reach on or before
the e-Bid submission Due Date and time.

9.4 Separate tender-id(s) are provided in the e-tendering CPP portal i.e.
http://eprocure.gov.in/cppp for the submission of bids for each part i.e., Part-
A and Part-B. Bidder shall submit their complete partwise bid for Part-A and
Part-B in their respective tender-id(s) only in CPP Portal.

9.5 Bids submitted by the bidder for each quoted part in their respective tender-
id(s) shall only be considered for evaluation.
9.6 The Bid shall be submitted in three parts viz. Part-I, Part-II & Part-III in respective
folders provided in the website.
PART-I EMD/Bid Security
PART-II Techno-commercial / Un-priced Bid
PART-III Priced Bid
Bidders to upload the EMD, Un-price and Price part of their bids strictly in the
respective folders at the designated place in the e-tendering website. Non
Compliance to the same may lead to rejection of their offer.

9.7 PART-I: EARNEST MONEY DEPOSIT /BID SECURITY for respective Part(s) in
respective Tender-id(s) as quoted by bidder:
Bidder is required to upload the Scanned copy of EMD/ Bid Security for
respective part(s) as per clause no 14.0 of ITB (to be uploaded in respective
tender-id(s) in e-tendering portal) along with the e-bid. EMD/Bid Security as
Engineers India Limited (EIL)

Page 45 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 9 of 35

applicable shall be submitted by the bidder in the format attached in the General
Terms and Conditions of Works Contract (GTC).

9.8 PART-II: TECHNO-COMMERCIAL/UNPRICED BID for respective Part(s) in


respective Tender-id(s) as quoted by bidder:

The bidder is required to make a proposal in a format as outlined below in order to


achieve the objective of maintaining a uniform proposal structure from all bidders.
The bid shall be submitted by uploading relevant documents in respective covers
provided in the e-tendering website.

Unpriced e-Bids folder(s) shall contain following documents, duly signed and
stamped:

SECTION DESCRIPTION
i. Letter of submission & Synopsis of the proposal

ii. Check-List dully filled in (Appendix-II to ITB)

iii. Power of Attorney of Bid Signatory


The bid shall be signed (e-signed) by the person duly
authorised to sign on behalf of the bidder and having valid POA
for the same at the time of e-bid submission. 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 e-signed documents, should indicate the
details of the signatories. Any consequences resulting due to
such signing (e-signing) shall be binding on the bidder.

iv. Integrity Pact Agreement including its Covering Letter duly


signed and stamped on each page (Appendix-III to ITB).

The bidder shall submit the same format of signed integrity pact
SECTION-I
(as provided in the bidding document duly signed by HRRL) duly
filled-in, signed & stamped by the authorised signatory of bidder.

In case of Consortium each constituent of Consortium shall


submit duly signed and stamped Integrity Pact Agreement on
each page.

v. Affidavit to Integrity Pact duly signed and stamped. In case of


Consortium each member of Consortium shall separately submit
duly signed and stamped Affidavit to Integrity Pact.

vi. Affidavit of Self certification regarding Domestic Value Addition


in Iron & Steel Products to be provided as per enclosed FORM-
1 of APPENDIX-VII to ITB

vii. Declaration of Local content: In case bidder is claiming the


PP-LC benefit, Bidder to submit Annexure- I & II to APPENDIX –
VIII in their letter head with the title ‘Declaration of Local content”
Engineers India Limited (EIL)

Page 46 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 10 of 35

SECTION DESCRIPTION
duly signed and stamped by the Bidder and certified as per the
instructions provided therein. Signed and stamped copy of PP-
LC Policy (APPENDIX – VIII) as a token of acceptance.

i. Similar experience during last 10 years [Form –N(i)]

ii. Experience details (IFB clause no. 5.1 & 5.2) for this EPCC
package [Form –N(ii)] along with supporting documents as per
IFB.

iii. Memorandum of Understanding between the Consortium


members (if applicable) as per requirements of the Bidding
Document.

iv. Parent Company: State legal name and country of residence of


direct parent company and the ultimate holding company, if any.

v. Change of Ownership: Has there been any major change of


Ownership of the establishment over the past five (5) years. If
SECTION-II so, kindly provide details and if not, please affirm by “NONE”.

vi. Affiliates / Associates / Subsidiary Companies: Provide details in


the form of a graphic representation to clearly identify each
of the CONTRACTOR’s Affiliates / Associates / Subsidiary
Companies and their interrelation to one another

vii. Scanned copy of authenticated documents required for meeting


the BQC requirements as per Invitation For Bid.

viii. Undertaking as per Appendix-II to IFB

ix. Self-Certification as per Appendix-III to IFB

x. Affidavit regarding Indian Establishment (if applicable) as per


APPENDIX-IX to ITB

i. Form-O : Annual Turnover, Net Worth & Working Capital Details

ii. Bidder shall submit the complete audited balance sheets and
profit and loss account along with Auditor’s Report including all
Schedules for the immediate three preceding financial years, for
evaluation and his qualification with respect to financial criteria.
SECTION-III
In case of Consolidated financial statements, Standalone
financial statements along with the Standalone Auditor’s Report
of the Bidder if not available in the consolidated financial
statements, the financial statements shall be submitted along
with the Certification by Statutory Auditor as per IFB clause No.
5.4.6.2.2 or 5.4.6.2.3 depending on Bidder being a Parent
Engineers India Limited (EIL)

Page 47 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 11 of 35

SECTION DESCRIPTION
Company or Subsidiary Company.

iii. Declaration from Bank for Availability of Un-utilized Line of


Credit (If applicable) as per Appendix-I to IFB
i. One copy of the Table of Contents (also referred to as Master
Index) of the Bidding Document duly signed and stamped on
each page, in token of having received and accepted the
complete set of the Bidding Document

ii. Reply to Commercial Questionnaire (Appendix-I to ITB)


SECTION-IV
iii. Unpriced copy of Schedule of Prices duly stamped & signed
on each page mentioning Quoted/Not Quoted (as applicable)

iv. GST Registration certificate in Rajasthan or Undertaking in line


with SCC provision.

i. FORM-A :Form of Bid as per Proposal


ii. FORM-B: Information about the Bidder (Annexure to be
submitted for each member of consortium, in case of bids on
consortium basis)

Submission of following information as per FORM-B


a) Contractor’s Organization Chart from the upper hierarchy
level to Managers level. Indicate Group or Division who will
be responsible for execution of the EPC work and its
management team.
b) History & structure of the organisations with names of
directors & chief executives.
c) Copy of Article of Association and Memorandum of
Association (MOA) of the Company and Board Resolution
SECTION-V mentioning Chairman/ Chief Executive Officer /
Managing Director of the Company.
iii. FORM-C: Declaration duly signed & stamped by the bidder in
token of having received and read all volumes of the commercial
& technical documents and having accepted and considered the
same in preparing and submitting the bid
iv. FORM-E : Compliance of Bid Requirement
v. FORM-G : Undertaking for non-engagement of child labour

vi. FORM-I: Declaration with regard to non-involvement of


Indian Agents.

vii. FORM-P : Self-Declaration

viii. FORM-Q : Declaration of Black Listing /Holiday Listing

Engineers India Limited (EIL)

Page 48 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 12 of 35

SECTION DESCRIPTION
SECTION-VI: i. FORM-J : Methodology of Execution as per Proposal.
ii. FORM-K : Details of proposed Organization for Home and
Site Office
iii. FORM-L :Deployment Schedule of construction
equipment, tools & tackles proposed for execution of work
iv. FORM-M :Deployment Schedule of Supervisory personnel
v. Project Schedule in the form of Bar Chart.
vi. Quality Assurance: A brief description of the bidder’s QA
system and a statement detailing how QA will be implemented
for the Project.
SECTION-VII i. Technical Details/ documents specified under “Technical
Information Required along with Bid”
ii. Reply to Technical Questionnaire in Technical Sections

SECTION-VIII i. Schedule of Exceptions and deviations (if any) to the


Commercial and Technical bid documents as per proposal
FORM F. Technical deviations must be given separately for
each discipline in FORM-F. Owner / PMC shall not take any
cognizance of any deviation /clarification written other than in
Form –F.

Any Clarification/deviation, if any stipulated, other than Form


–F shall be treated as null & void and may render the bid
liable for rejection.

SECTION-IX i. Any other information required in the Bidding Documents or


considered relevant by the Bidder

9.8.1 Bid shall be serially page numbered and indexed in detail. Wherever reference to
any document is made in support of Bidder’s qualification criteria, page number of
such document shall be clearly indicated.

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

9.8.3 The Bidders are advised in their own interest to ensure that all the points brought
out in the check list are complied with in their bid.

9.9 For convenience, the Bid shall be compiled in the form of specific Sections
conforming to the above. In case of non-submission of above documents or
submission of incomplete documents, the OWNER reserves the right not to
evaluate such offers further and not to enter into correspondence in this regard after
opening the Techno-commercial / Unpriced Bid.

Engineers India Limited (EIL)

Page 49 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 13 of 35

9.10 PART-III (PRICE BID) for respective Part(s) in respective folder(s) as quoted by
bidder : Priced Bid shall be uploaded by the bidder for respective part(s) only
in designated tender id(s) in e-tendering website and shall consist of:

S. No. Schedule of Prices Forms


I. Form of Bid (Proposal FORM-A);

II. Preamble to Schedule of Lumpsum Prices


III. Schedules of Lumpsum Prices as per formats (SP-0 to SP-
11C) included in the Bidding Document, duly completed in all
respects.

This part shall not contain any condition whatsoever failing which the Bid shall be
liable to be rejected. No stipulation, deviation, terms & conditions, presumption,
basis etc. shall be stipulated in Price Part of the bid. Any condition, if stipulated,
shall be treated as null and void and may render the bid liable for rejection.
No corrections, conditions, additions, deletions or modifications in Price Part are
permitted. All corrections in quoted rates must be signed and stamped.
9.11 Although all the details presented in this Bidding Document have been compiled
with all reasonable care, it is the Bidder’s responsibility to ensure that the
information provided is adequate and clearly understood.

9.12 The bid requirements are explicitly stated in the Bidding Documents. The Bidder is
required to study these requirements in detail & make a proposal in an outline as
defined above completely meeting these requirements. The offer must be
complete in all respects, leaving no scope for ambiguity. It is in the interest of the
Bidder to submit a complete & comprehensive proposal leaving no scope for
OWNER to raise or ask for any further questions or clarifications, with a view that
the proposal may be evaluated only on the basis of what has been submitted
by the bidder in the first instance in order to adhere to a very strict project
schedule. Bidder’s quotation is the responsibility of the bidder and no relief or
consideration can be given for errors and omissions.

10.0 BIDS ON CONSORTIUM BASIS


10.1 The Bid shall contain copy of the original Memorandum of Understanding (MOU)
between the consortium members clearly defining the Scope and Responsibility of
each member including the Prime Member (i.e. Leader) for faithful execution of the
Contract. The MoU shall state the percentage share of Leader and the other
Member of the consortium in the Lumpsum Price (Form SP-0 of SOP). The breakup
of Lumpsum price between Leader & member of consortium shall be quoted in
Form SP-0A.The division of responsibility/scope and share in Lumpsum price of
each member will be subject to acceptance by OWNER/Consultant. Subsequently,
the Consortium members will not be allowed to change their responsibility/scope
and share in Lumpsum price. The distribution of works among Prime Member and
the Member shall not to be changed thereafter. The MOU shall be converted to a
definitive Agreement between the parties after award of job and before signing of
Contract which shall be done within 45 days from the date of LOA. The definitive
agreement shall be as per the provisions of Bidding Document and the
Engineers India Limited (EIL)

Page 50 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 14 of 35

modifications in MOU accepted by EIL/Owner during Bid evaluation. The


Agreement must remain in force at least till the pendency of the Contract as
per Bidding Document. The Leader of the consortium shall represent the
Consortium in all dealings with the OWNER and for providing any information or
clarification sought from the Consortium, and this authorization shall be evident in
legally executed Power of Attorney signed by legally authorized signatories of all the
consortium members so as to enable such representative member(s) to be in-
charge and to act on behalf of and to bind the other member.

Payment for works under the Contract shall be made by Owner to Consortium as
per provisions of SCC.

10.2 If the one member of the consortium is an affiliate/subsidiary of the Leader/ Prime
member of the consortium then following provision shall additionally apply:

Parent Company Corporate Guarantee (PCCG) shall be provided by-


a) The Parent company of the consortium Leader and the other consortium
Member, if the Consortium comprises of Affiliates
or
b) Leader of the consortium, if Leader of consortium is the parent company and is
bidding with their subsidiary as consortium member

The consortium bids as above shall necessarily confirm compliance to the above
and submit the Parent Company Corporate Guarantee (PCCG) as per the format
enclosed in the ITB Appendix-XI, failing which bid shall be liable for rejection.

11.0 PRICE BID


11.1 For execution of scope of work as per conditions stipulated in the bidding document
the Bid price is to be filled in the formats given in Price Schedule/Schedule of
Prices. Unless otherwise permitted in the Bidding Documents, the price bid shall be
for the whole works.

11.2 The Total Lump sum Price shall be quoted in the FORM SP-0 of the Schedule of
Prices/ Price Schedule (SOP) considering the impact under Goods and Service Tax
(GST) of India, which is effective from 01.07.2017 as per Format included.

11.3 The Lump Sum Price in FORM SP-0 means aggregate of Lump Sum prices for
completing all activities as per Scope of Work defined in Technical and Commercial
Section of Bidding Document and subsequent Amendment (Technical and
Commercial).

The Lumpsum price in FORM SP-0 shall be deemed to be inclusive of all taxes
and duties, municipal taxes, IGST on built-in import content (if
applicable),statutory levies except “Goods and Services Tax” (hereinafter
called GST) (i.e. CGST and SGST applicable in case of intra state supply). The
GST as legally leviable & payable by the Contractor under the provisions of
applicable GST law(s) / act(s) shall be reimbursed by Owner according to
Contractor’s paid GST bill /invoice submitted to Owner.

Prices, taxes, duties including GST on any transaction between Contractor

Engineers India Limited (EIL)

Page 51 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 15 of 35

and their sub-supplier/sub-contractor shall be included in the Total Lumpsum


Price quoted by the Contractor.

11.3.1 Unless stated otherwise in the Bidding Document, the Contract shall be for the total
works as described in Bidding Document, based on the Schedule of Prices
submitted by the bidder and accepted by EIL/OWNER.

11.3.2 Bidder shall quote for all the items of Schedule of Prices after careful analysis of
cost involved for the performance of the complete item considering all parts of the
Bidding Document. In case any activity is not specifically covered in description of
item under `Schedule of Prices' but is required to complete the work as per Scope
of Work, Scope of Supply, Specifications, Standards, Drawings, General Terms &
Conditions of Contract, Special Condition of Contract or any other part of Bidding
Document, the rates/ prices quoted shall be deemed to be inclusive of cost incurred
for such activity.

11.3.3 Rates/ prices quoted by the bidder, shall remain firm, fixed and valid till the
completion of the Works and will not be subject to variation on any account except
as otherwise specifically provided in the Bidding Documents.

11.3.4 All duties, taxes, and other levies payable shall be as per Special Conditions of
Contract.

11.4 PRICE IN FORM SP-1 & FORM SP-2

11.4.1 FORM SP-1 and SP-2 shall have the limits as specified in the Preamble to
Schedule of Prices.

11.4.2 In case the price(s) quoted exceed the limits specified under clause 11.4.1
above, the excess amounts shall be paid in the Final Bill provided the total
Lumpsum Price (given in FORM SP-0) does not increase on account of such
payment.

11.4.3 It shall be the duty of the CONTRACTOR to duly observe and perform all laws,
rules, regulations, orders and formalities applicable to GST, Customs Duty, and
Custom related duties etc. on the import, manufacture, sale and/or supply of any
material to the OWNER and performance of the Works Contract Service under the
Contract. The CONTRACTOR shall keep the OWNER indemnified from and
against any and all claims, demands, prosecutions, actions, proceedings, penalties,
damages, demurrages and/or other levies whatsoever made or levied by any Court,
Tribunal or the Customs or other Authorities with respect to any alleged breach,
evasion or infraction of such duties, taxes, charges or levies or any breach or
infraction of any applicable laws, rules, regulations, orders or formalities concerning
the same and from the consequence thereof.

11.4.4 It is recognised by the OWNER that the Price of Materials may be loaded to cover
various factors other than the cost of materials, such as procurement costs and
profits as applicable including prices, taxes, duties and including GST on any
transaction between Bidder and their sub-supplier/sub-contractor in the Total

Engineers India Limited (EIL)

Page 52 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 16 of 35

Lumpsum price quoted by the Bidder.

11.4.5 Deleted

11.4.6 In the CFR value of imported materials indicated in FORM SP-9, Bidders will be
expected to indicate the anticipated CFR value of the imported materials as
represented by the Supplier’s invoice(s).

11.4.7 The Liability of payment of excess Custom Duty on account of change in CFR
Value referred to in FORM SP-9 shall be on Contractor’s account.

Payment for indigenous materials to the extent indicated in the Bill of Materials shall
be made on the basis of Contractor’s invoice(s) which shall, without prejudice to the
CONTRACTOR’s full obligations to the OWNER in respect of such materials,
preferably be drawn on the OWNER to whom the materials shall be consigned by
the Contractor. Payment of their Supplier’s invoices shall be made directly by the
CONTRATOR, who will be exclusively liable to pay their Supplier(s).

11.4.8 While submitting Bill of materials, Contractor shall submit back up documents to
Owner.

12.0 CURRENCIES OF BID AND PAYMENT


12.1 Currency of Bid
Bidders are allowed to quote in currencies as under:-

I. INR and /or


II. any one Foreign Currency out of USD and EURO

12.1.1 Foreign Bidders may quote prices for materials and services to be imported into
India either in Indian Rupees or in Foreign Currency or in a combination of Indian
Rupees and a Foreign Currency. Bidders shall quote the price for materials and
services to be procured from India and for expenses to be incurred in India
only in Indian Rupees.

12.1.2 Indian bidders may quote the prices for materials and services to be imported into
India in Foreign Currency. Such bidders quoting in foreign currency shall separately
indicate in a list the materials and services to be imported into India and the Foreign
Currency price payable for such materials and services.

12.1.3 For evaluation purposes, the bid price shall be converted to Indian Rupees by
converting the Foreign Currency into Indian Rupees at the Bill selling rate of State
Bank of India, New Delhi prevailing on the day of opening of the price bid. In case
the rate is not available as on the day of priced bid opening, the latest available rate
prior to the day of priced bid opening, shall be considered.

12.2 Currency of Payment : As per SCC.

13.0 INVOLVEMENT OF AGENT (IN CASE OF FOREIGN BIDDER)


13.1 OWNER shall deal directly with the CONTRACTOR abroad without involving with
Contractor’s Agent. Each bidder shall be required, along with the bid, to give a

Engineers India Limited (EIL)

Page 53 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 17 of 35

declaration in Proposal FORM-I that no Agent is involved in the transaction.

14.0 EARNEST MONEY DEPOSIT (EMD)


The clause No. 4a) of GTC stands modified to following extent:
14.1 Bidder (Indian/Foreign) shall submit Earnest Money Deposit (EMD), if applicable, for
an amount indicated in the LIB/IFB in any of the following forms at the bidder’s
option:

14.1.1 Demand Draft in favour of HPCL Rajasthan Refinery Limited payable at


Jaipur.

Or

14.1.2 The Bank Guarantee shall be in favour of “HPCL Rajasthan Refinery


Limited” on Indian Non-Judicial stamp paper of appropriate value from any
Scheduled bank in India as per RBI act, other than co-operative bank(s). All
bank guarantees must be unconditional and should be en-cashable on
presentation to the issuing Bank.

14.2 Bids not accompanied with EMD shall be rejected and bidder shall not be allowed to
attend the bid opening. Issuance of Bank Guarantee shall be confirmed by the Bank
directly to the Owner/EIL preferably through Structured Financial Messaging System
(SFMS), as it provides an RBI supported Integrated Platform for Bank Guarantee
Verification.

For SFMS, the Owner’s Bank Details/other information are as follows:


M/s State Bank of India, Jaipur Secretariat Branch,
Jaipur- 302005 , Rajasthan, India
Tele. No. 0141 2227241 , Fax No.: 0141 2227153
IFSC Code : SBIN0031031
SWIFT Code : SBINBB154
Account No. 61207680996
Contact Person : - R N Vashishth
Contact No. 9413370488
E-mail ID: - sbi.31031@sbi.co.in

14.3 Bidder should upload the scanned copy of Earnest money deposit (EMD) in the E-
Tendering website at designated place. Bank guarantee shall be revalidated for
extended period as required by Owner / EIL in writing. The original EMD should be
submitted to the Tender Inviting authority of EIL on or before the last date and time
of e-bid submission.

14.4 The bank guarantee in lieu of EMD shall be valid for 6 (Six) months plus 2
(Two) months claim period from the due date/extended due date of submission
of Bid.

14.5 EMD/ Bid securities of unsuccessful bidders will be returned upon placement of
order/ award. Also, EMD of late bids/ where unpriced bids not opened, shall be
returned after priced bid opening. In case of the successful Bidder, the same will be
returned after the Contract Agreement is signed and Contract Performance Bank
Guarantee is submitted. However, in case EIL/Owner decides to cancel / annul the
Engineers India Limited (EIL)

Page 54 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 18 of 35

Tender at any stage during the bidding process but before the award of work, EMD
of the bidders shall be returned at the earliest from the date of such decision.

14.6 The EMD shall be forfeited:


i) if the information/documents submitted by the bidder in the Bid is found to
be false/forged at any stage of bidding process. or
ii) if a Bidder submits multiple bids/ alternative bids. or
iii) if a Bidder withdraws his bid during the period of bid validity , or
iv) if a Bidder modifies his bid during the period of Bid Validity except if such
modification is solicited by OWNER/EIL in writing, or
v) if a Bidder does not accept the correction of arithmetical errors as per Sub-
Clause 23.0 of ITB hereof, or
vi) in case of a successful Bidder, if the Bidder fails, within the specified period:
a. To acknowledge receipt of Letter of Acceptance within 15 days from
the date of mailing of Letter of Acceptance.
b. To sign the Contract.
c. To furnish the Contract Performance bank guarantee / Security
deposit.
vii) Owner / EIL may at any time cancel or withdraw the Invitation to Bid without
assigning any reason and in such cases the earnest money submitted by
Bidder will be returned to him.
14.7 The successful Bidder shall be required to submit Contract Performance Bank
Guarantee (CPBG) to Owner in the manner and within the time period indicated in
SCC. Should the successful Bidder fail or refuse to sign the Agreement and/or
furnish the Contract Performance Bank Guarantee within the specified period, the
earnest money shall be forfeited without prejudice to his being liable to any further
loss or damage incurred in consequence by Owner.

14.8 Deleted.

14.9 Bids not accompanied with EMD shall be rejected. However, EMD shall not be
required to be submitted by Micro & Small units registered with District Industries
Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or having Udyog Aadhar Memorandum (UAM) or any
other body specified by Ministry of Micro, Small and Medium Enterprises (MSME) as
well as by Indian Central Public Sector Undertakings (PSUs)/ Enterprises (PSEs).

14.10 Industries registered with MSEs shall provide necessary documentary


evidence duly certified by statutory auditor or notary public as per bidding
document, whereas PSUs shall submit declaration to this effect in their letter head
that they are PSU and upload the scanned copies at the designated place in the e-
procurement website.

14.11 Exemption of EMD will be applicable as mentioned above provided that


certificate issued by the competent authority is valid on the date of Un-priced

Engineers India Limited (EIL)

Page 55 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 19 of 35

Bid Opening in case of MSEs. The Bank Guarantee shall be correspondingly


extended if the validity of the bid is extended.

14.12 Owner/PMC shall not pay any interest, commission, bank charges on EMD
furnished. Further, in case bank guarantee submitted is found to be fake, bid
of such bidder shall be rejected and may initiate action as deemed necessary as
per EIL / OWNER Policy.

14.13 In case of Consortium, EMD shall be submitted by Prime Member of


Consortium in INR in case Prime member is Indian and in USD in case Prime
member is Foreign.

15.0 PERIOD OF VALIDITY OF BIDS


15.1 Bids shall remain valid for 4 (Four) months after the deadline for bid submission. A
bid valid for a shorter period may be rejected by the OWNER as non-responsive.

15.2 Notwithstanding the above, the OWNER may solicit the bidder’s consent to an
extension of the period of bid validity. The request and the responses thereto shall
be made in writing.

15.3 If the bidder agrees to the extension request, the validity period of the bid security/
EMD shall also be suitably extended, in case it is submitted in the form of Bank
Guarantee.

15.4 A bidder may refuse the request for extension of validity of the Bid. In such case
bidder will be allowed to withdraw his bid without forfeiting his bid Security.

15.5 A bidder accepting the request for extension shall not be permitted to modify
his bid because of the extension including change in prices, unless
specifically invited to do so. If a Bidder still deviates or changes prices, its bid
shall be rejected.

16.0 MULTIPLE / ALTERNATIVE BIDS


16.1 A bidder (i.e. the bidding entity) shall, on no account submit more than one bid
either directly (as a single bidder or as a member of consortium) or indirectly (as a
sub-contractor) failing which following actions shall be initiated:

a) All bids submitted by such bidder (say ‘A’) either as a single bidder or as a
consortium, shall stand rejected and BID SECURITY/EMD, if any, in case of
all such bids submitted by bidder ‘A’ shall be forfeited.

b) If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then
bidder ‘B’’s bid shall also be rejected. However, in case the bidder ‘B’ has
also proposed an alternative sub-contractor who is other than the bidder ‘A’,
then bidder ‘B’’s bid shall be evaluated with the proposed alternative sub-
contractor only. Hence, every bidder shall ensure in his own interest that his
proposed sub-contractor is not submitting alternative/ multiple bids.
Wherever a bidder proposes a sub-contractor, consent/ MOU with the sub-
contractor shall be enclosed.

Engineers India Limited (EIL)

Page 56 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 20 of 35

16.2 Alternative bids are not acceptable.

17.0 SIGNING OF BID


17.1 The e-bid shall be digitally signed (e-signed) using the digital signature of a
person 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 authorized 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 Power of
Attorney (POA) at the time of bid submission. Any consequences resulting due
to such signing (e-signing) shall be binding on the bidder.

17.2 In case of a unincorporated JV/Consortium bid (If permitted in the bidding


document), the Bid shall be digitally signed (e-signed) using the digital signature of
the authorized representative of the Prime member/Leader of the
unincorporated JV /Consortium, and so as to be legally binding on all the
members as evidenced by a power of attorney signed by their legally authorized
representatives

17.3 Bidder shall clearly indicate their legal constitution and the person signing the Bid
shall state his capacity as also the source of his ability to bind the Bidder. The
Power of Attorney or Authorization or other document constituting adequate proof of
the ability of the signatory to bind the Bidder, shall be annexed to the POA. Owner
may reject outright any Bid unsupported by adequate proof of the signatory’s
authority.

17.4 Owner shall not be bound by any Power of Attorney granted by the Bidder or
changes in the constitution of the Company made subsequent to submission of the
Bid or after the award of the Contract. Owner may, however, recognise such Power
of Attorney and changes after obtaining proper legal advice, the cost of which will
be borne by the Bidder.

17.5 The cancellation of any document such as Power of Attorney, Partnership Deed,
etc. should be promptly communicated by the Bidder to the Owner in writing well in
time, failing which Owner shall have no responsibility or liability for any action taken
by Owner on the strength of the said documents

18.0 E-TENDERING

18.1 Methodology for e-tendering and Procedure for obtaining Digital Signature by
Foreign Vendors/Bidder shall be as per attached Appendix-IV to ITB. Bidders are
requested to get acquainted with the E-Tendering Website and the formalities and
load their Bid well within the time (extended time in case of extension of bid
submission date) provided for bid submission to avoid last minute hassles.

18.2 Bidders in their own interest are requested to register on e-Tendering portal and
upload/submit their bid well in time. Bidders should avoid the last hour rush to the
website for registration of User I.D. & Password, enabling of User I.D. and
mapping of Digital Signature Serial Number, etc. since this exercise require
activities from EIL & the Service Provider and needs time. In the event of failure in

Engineers India Limited (EIL)

Page 57 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 21 of 35

bidder’s connectivity with EIL/Service Provider during the last few hours prior to bid
submission time, bidder is likely to miss the deadline for bid submission. EIL/Service
Provider shall not be held responsible for such failure to submit the Bid. Any due
date extension request due to aforesaid reason shall also not be entertained.

18.3 Bidders are requested to obtain/seek clarifications, if any from EIL and/or EIL’s
Authorised Service Provider, whose contact information is provided in the
Appendix-IV to ITB.

18.4 EIL/Owner shall not be responsible for any failure of Bidder to upload the bid for
reasons other than any problem in e-tendering website.

19.0 ENROLMENT OF BIDDER TO CPP PORTAL

19.1 Various links such as “Help for Contractor”, “Information about DSC”, “FAQ”,
“Resources Required”, “Bidders Manual Kit” etc. are available on home page of
https://eprocure.gov.in/eprocure/app facilitating Bidders to participate in the
bidding process. Bidders are advised to download & utilize the available
information/documents under these links for activities like Registration in CPPP,
obtaining User ID & Password, uploading & submission of e-bids etc. Bidders are
advised in their own interest to carefully go through Instructions for E-tendering and
other related document available against various help links so as to ensure that bids
are uploaded in E-tendering website well before the closing date and time of bid
submission.
19.2 The above CPP Portal mandates that the bidders are to be registered on the portal
before any enquiry can be issued to them. The enquiry can be downloaded by the
bidders from the above e-Procurement website as soon as their registration is
completed in the above e-procurement (NIC/CPPP) Portal.
19.3 All those bidders who have still not registered on the above NIC Portal are required
to register on the same (immediately after issue of enquiry on EIL portal but not
later than ten days before the bid due date) for facilitating issue of enquiry to them
on the NIC Portal failing which it will not be possible for them to upload their bids.
Pursuant to registration, the bidders are also required to login in EIL tender portal
and update NIC’s registration details and inform the undersigned regarding the
same for the subject enquiry.
19.4 In any case, the enquiry shall be issued on NIC portal to NIC registered bidders
about one week before the bid due date. Therefore, all those bidders who have not
complied with the above registration requirements will not be issued this enquiry on
NIC portal and will not be eligible to bid. Request for extension in due date of
submission of bids due to non-registration or delayed registration in NIC portal shall
not be entertained.
19.5 The bid has to be necessarily submitted on the NIC Portal and only those bidders
who are issued the enquiry through NIC Portal will be eligible to submit their bids.
In case a bidder does not register on the NIC Portal and as a consequence, cannot
be issued the enquiry through NIC Portal, it shall be deemed that he is not
interested in bidding against this enquiry and no further correspondence will be
entertained.
19.6 EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not
register with NIC Portal may not be able to submit their bids. Therefore, it is in the
interest of the bidders that they register on the NIC Portal at the earliest.
19.7 The bidder registration on NIC Portal is a very user friendly process. However, in
Engineers India Limited (EIL)

Page 58 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 22 of 35

case of any doubt, the bidder may contact as per the details given in NIT.
20.0 SUBMISSION OF ORIGINAL DOCUMENTS (IN HARD COPY)

20.1 The following documents shall be submitted in ORIGINAL, within the e- Bid
due date and time of submission as mentioned in the above CPP Portal, in a
sealed envelope, with proper index and covering letter in bidder’s letter head. The
envelope shall be titled “EMD, SIGNED INTEGRITY PACT AND POA” with the
Name of the Work, Bidding Document No., Name of the Project etc. along with the
Bidder’s name and address with contact no. etc. and shall be submitted to the
address at clause 20.3:

i) Power of Attorney in favour of signatory of the Bidder


ii) EMD/Bid Security as per Clause 14.0 herein.
iii) Integrity Pact Agreement and Affidavit to Integrity Pact duly signed and
stamped on each page by the signatory holding Power of Attorney.
iv) The Bidder shall submit the same format of signed Integrity Pact (as
provided in the Bidding Document duly signed by HRRL) duly filled-in,
signed & stamped by the authorised signatory of Bidder
v) Affidavit of Self certification regarding Domestic Value Addition in Iron &
Steel Products to be provided as per enclosed FORM-1 of APPENDIX-VII to
ITB.
vi) MOU in case of Consortium and Engineering Sub-contractor (as per
provisions of the Bidding Document) as applicable.
vii) Affidavit regarding Indian Establishment (if applicable).
viii) Any other document to be submitted in original as per Bidding Document.

20.2 If the Bidder is unable to submit the Earnest Money Deposit/Bid Security, in
original within the Bid due date and time (i.e date and time of submission of e-
bid on CPP Portal), in spite of the fact that scanned copy of the same has
been uploaded in the above CPP Portal, bid of such bidders shall be rejected.

Similarly, if scanned copy of the EMD has not been uploaded in the above
CPP Portal by the Bidder, in spite of the fact that Bidder has submitted the
original EMD within the Bid due date and time (i.e date and time of
submission of e-bid on CPP Portal), bid of such bidders shall be rejected.

20.3 The address for submission of original documents is as follow :

DAK RECEIPT SECTION,


ENGINEERS INDIA LIMITED
R&D COMPLEX, SECTOR-16 (On N.H.-8)
TOWER-2 (GROUND FLOOR),
GURGAON-122 001
HARYANA (INDIA)
Attn.: Mr. Rajneesh Malik, SGM (SCM)
Tel No.: +91-124- 3802087

20.4 Each envelope shall indicate name, address, contact details with email Id of the

Engineers India Limited (EIL)

Page 59 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 23 of 35

bidder to enable the bid to be returned unopened, if required.

20.5 If the envelope is not sealed and marked as above, the Owner / EIL will assume no
responsibility for the misplacement or premature opening of the bid.

20.6 Document submitted in physical form shall be the exact copy of the documents
uploaded on the above CPP Portal.

21.0 BIDDING DOCUMENTS AND DEVIATIONS

21.1 The Detailed IFB along with Qualification Criteria , and bidding document
(except Technical Part) can be viewed/ downloaded from the above e-
Tendering website

22.0 DEADLINE FOR SUBMISSION OF BIDS

22.1 The e-bid must be submitted on or before the date and time of submission specified
in the Letter Inviting Bid (LIB) / Invitation for Bids (IFB), as applicable.

22.2 EMD in accordance with ITB 14.0 and 20.0, in original, must be received by EIL at
the designated address and no later than the bid due date/extended bid due date (if
any) and time for Bid submission .

In case of exemption of EMD for MSEs/PSU, the copy of documentary


evidence/declaration is required to be submitted on or before time of submission of
e-bid on CPP Portal.

22.3 EIL/Owner may, at its discretion, extend the deadline for the submission of bids by
amending the Bidding Documents in accordance with Clause 7.0 of ITB, in which
case all rights and obligations of EIL/Owner and bidders previously subject to the
deadline shall thereafter be subject to the deadline as extended.

23.0 PRICES TO BE IN FIGURES AND WORDS

23.1 The bidder shall fill the Schedule of Lumpsum Prices both in figures as well as in
words in the Price Schedule forming part of the Bidding Documents. The tendered
amount for the work shall be entered in the Price schedule and duly signed by the
bidder.

23.2 When there is a difference between the prices in figures and words, the price in
words shall prevail.

23.3 In case of any contradiction between lumpsum price mentioned in SP-0, and the
break up of lumpsum price mentioned in SP-1, SP-2, SP-3, SP-4, SP-5, SP-6, the
Prices indicated in FORM SP-0 shall be Final & Binding and shall be
considered as “Total Lumpsum Contract Price” for complete Scope of Work
and Break-up of Prices shall be reworked to match with Prices as per Form
SP-0.

23.4 In case of contradiction between Break up of Prices as per Form SP-1,SP-2 and

Engineers India Limited (EIL)

Page 60 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 24 of 35

SP-3 and further Breakup of prices as per Form SP-4, SP5 and SP-6, following
order of precedence shall apply :

(i) SP-1, SP-2, SP-3.


(ii) SP-4, SP-5, SP-6.

24.0 CORRECTIONS
24.1 Bidders are required to fill in the tender documents with due care so as to avoid any
cuttings/corrections/alterations in the entries made in the tender papers.

25.0 LATE BIDS/ UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

25.1 No bid will be accepted after the deadline of submission of bid.

25.2 E-tendering system shall close immediately after the deadline for submission of bid.

25.3 Unsolicited bids or bids being submitted/ uploaded to address other than one
specifically stipulated in the Bidding Document will not be considered for opening /
evaluation / award.

26.0 MODIFICATION AND WITHDRAWAL OF BIDS

26.1 The Bidder may modify or withdraw its Bid after the Bid's submission but prior to the
due date prescribed for submission of Bids by selecting the “Re-Submission” option
available in the e-tender portal.

26.2 No bid shall be modified subsequent to the deadline for submission of bids.

26.3 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. Withdrawal of a bid during this interval shall result in the forfeiture of bidder's
EMD/Bid security.

26.4 There are two specific features in Central Public Procurement Portal (CPPP) viz,
“Withdraw” and “Re-Submission”. Bidders should not use the feature “withdraw”
unless they have decided to withdraw their bids. It is to be noted that once
“withdraw” feature is used they will not be allowed to re-submit their bid against this
Bidding Document. In case a Bidder desires to change his bid for any reason before
bid due date, Bidder shall use “Re-Submission” feature.

27.0 OPENING OF UNPRICED BIDS

27.1 The Unpriced Bids shall be opened online through e-tendering portal, in the
presence of Bidder’s representative(s) duly authorized to attend such opening by a
person competent and having the Power of Attorney to bind the Bidder. The
Bidder’s representative(s) who choose to attend and are present shall sign a
register evidencing their attendance.

27.2 The Bidder’s names and the presence or absence of the requisite Bid Security, will
be announced and recorded at the opening.
Engineers India Limited (EIL)

Page 61 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 25 of 35

28.0 CLARIFICATION OF BIDS

28.1 A substantially responsive Bid is one that meets the requirement of bidding
document without any deviation as more specifically defined in clause 30.1 below.
It is expected that bidders will submit bids based on the terms and conditions and
specifications contained in the Bidding Document and will not stipulate any
deviations/clarification etc. Bidders shall confirm compliance to Bidding Document
as per FORM E. Should it, however, become unavoidable, deviations should be
separately and specifically stipulated only in the prescribed Proposal FORM-F.
OWNER reserves the right to reject any bid containing unacceptable deviation(s) as
non-responsive.
28.2 Bidders should ensure that the Bid submitted is substantially responsive Bid in the
first instance itself. Evaluation may be completed based on the content of the Bid
itself without seeking any subsequent additional information which may result in
rejection of Bid. However, EIL / OWNER may, at its discretion, may request bidder
to submit the necessary information or documentation, within a reasonable period of
time, to withdraw material deviation, reservation, or rectify omission in the bid
related to documentation requirements. Requesting information or documentation
on such account shall not be related to any aspect of the price of the Bid.
EIL’s/Owner’s request for clarification and the response shall be in writing.

28.3 No change, including any unsolicitated increase or decrease, in the prices or


substance of the bid shall be sought, offered, or permitted. Bidder shall not be
allowed to submit any price implication or revised price after submission of Bid
unless the same is called for by EIL/ Owner in writing.

28.4 Any clarification submitted by a bidder that is not in response to a request by


EIL/Owner shall not be considered. Failure of the bidder to comply with the request
may result in the rejection of its Bid.

28.5 If a bidder does not provide clarifications of its bid by the date and time set in
EIL’s/Owner’s request for clarification, Owner/EIL reserves the right to evaluate the
bid with available information which may result in rejection of their bid.

28.6 If desired by the EIL/Owner, the Bidder shall be prepared to give presentation on
salient features of his bid including but not limited to Project Execution
Methodology.

29.0 TECHNO-COMMERCIAL EXAMINATION OF BIDS

29.1 Prior to price opening of bids, EIL will determine whether each bid is accompanied
with required Bid Security, Integrity pact, as applicable;
29.1.1 Fulfils the technical, financial, experience and other requirements as
specified in the Bidding Document;
29.1.2 Considering any clarifications and/ or requirement pursuant to
clause No. 28 of ITB
29.1.3 Any other relevant factor, if any that EIL / OWNER deems necessary
or prudent to be taken into consideration.

Engineers India Limited (EIL)

Page 62 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 26 of 35

29.2 EIL / OWNER reserve the right to use in-house information for assessment of
capability of bidder and their performance on jobs completed/ in progress for
evaluation purpose.

30.0 BID EVALUATION CRITERIA


30.1 Prior to detailed bid evaluation, the OWNER will determine the substantial
responsiveness of each bid with respect to the Bidding Documents. A substantially
responsive bid is one which conforms to the terms, conditions and
specification of the Bidding Documents without material deviation. A material
deviation is one which affects in any substantial way the scope, quality or
performance of the works, or which limits in any substantial way, inconsistent
with the Bidding Documents, the OWNER’s rights or the Bidder’s obligations
as envisaged in the Bidding Documents, and the rectification of which
deviation or reservation would affect unfairly the competitive position of other
bidders presenting substantially responsive bids. Further examination of only
such bids as are determined to be substantially responsive shall be taken up,
unless otherwise determined by the OWNER.

30.2 The following provisions of the Bidding Document must be adhered to


without deviations, failing which the bid shall be considered to be non-
responsive and shall be rejected.

i. Bid Security / EMD


ii. Bid Validity period
iii. Defect Liability / Guarantee Period
iv. Time Schedule for completion
v. Complete scope of Supplies/ Work.
vi. Integrity Pact Agreement.
vii. Affidavit to Integrity Pact Agreement
viii. Affidavit of Self certification regarding Domestic Value Addition in Iron
& Steel Products
ix. Price adjustment for slippage in completion ( Annexure-XIX to SCC)
x. Contract Performance Bank Guarantee ( CPBG) ( Clause No. 4.0 of SCC)”
xi. Contractor’s Liability (Clause No. 46.0 of SCC)
xii. Evaluation and Comparison of prices as per clause 33 of ITB
xiii. Any other rejection criteria specified elsewhere in the Bidding Document

31.0 COMPLETE SCOPE OF SUPPLIES/WORK


31.1 The complete scope of supplies and work/services has been defined in the Bidding
Document. Only those bidders who take complete responsibility and who bid for the
complete scope of supplies and work/services as contained in the Bidding
Document shall be considered for further evaluation.

31.2 If a Bidder submits his bid, qualifies and does not get the contract because of his
being not the lowest, he will be prohibited from working as a subcontractor for the
contractor who is executing the contract.

31.3 If the CONTRACTOR is required to engage a Sub-Contractor for any part of work,
then such Sub-Contractors shall have prior proven experience of similar work and
shall require specific approval by OWNER/PMC after award of work.
Engineers India Limited (EIL)

Page 63 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 27 of 35

Following the notification of Acceptance of Bid, the CONTRACTOR will submit to


the OWNER for approval the details of Sub-Contractors in line with requirement of
SCC.

The list of construction Sub-Contractors proposed in the Bids by the Bidders shall
be considered as indicative only.

31.4 If a proposed sub-contractor has been approved by the OWNER, the


CONTRACTOR shall not replace such approved sub-contractor with another sub-
contractor without obtaining the OWNER’s prior approval for the proposed
replacement.

31.5 The Bidder shall along with the bid furnish its Project Execution Plan as per the
requirement specified in the Technical section, which shall be evaluated for
technical acceptability of the Bids.

31.6 As a minimum following activities shall be performed by the CONTRACTOR directly


and shall not be sub-contracted:
a. Overall Project Management
b. Planning, Scheduling, Monitoring
c. Procurement Services including procurement (except for procurement of
cement, steel & alloy steel)
d. Quality Control
e. Construction Management
f. Commissioning
32.0 OPENING OF PRICE BID
32.1 Priced Bid of only those bidders whose bids are determined to be technically and
commercially acceptable by EIL / OWNER shall be opened. Bidders selected for
opening of their priced bids shall be informed about the date, time and place of
price bid opening
33.0 EVALUATION AND COMPARISON OF PRICES
33.1 The OWNER will determine for each bid the evaluated Bid Price by considering the
following items:
a) Total Lumpsum Price indicated in FORM SP-0
b) Loading towards GST as per Schedule of Prices (SOP) provisions as follows :
I. 60.23% of Creditable GST amount calculated as per FORM SP-8A.
II. 100% of non-creditable GST amount calculated as per FORM SP-8A.
III. 100% of Cess under GST quoted under column (D) of FORM SP-8A.
c) Conditional discount if offered by bidder shall not be considered for evaluation.
d) Two years Operation and Maintenance Spares after the Defect Liability
Period shall not be considered for evaluation.
e) Any other loading if specified elsewhere in the Bidding Document.
f) Any other Purchase Preference as specified elsewhere in the Bidding Document.
33.2 For evaluation purposes, the bid price shall be converted to Indian Rupees by
converting the Foreign Currency into Indian Rupees at the Bill selling rate of State
Engineers India Limited (EIL)

Page 64 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 28 of 35

Bank of India, New Delhi prevailing on the day of opening of the price bid. In case
the rate is not available as on the day of priced bid opening, the latest available rate
prior to the day of priced bid opening, shall be considered.

33.3 Suo moto price change: In case of any suo-moto change in price, following shall
apply :

Stage Price Increase Price Decrease


Not Acceptable. Bid shall be
After Tender evaluation shall be done
rejected without offering any
opening of without considering suo moto
opportunity to the bidder to
unpriced bid withdraw the same. decrease.

However, Ordering shall be done


EMD shall be forfeited.
considering suo moto decrease in
case bidder is successful bidder.
Any other appropriate action,
as required, may be taken
against such bidder.
33.4 METHODOLOGY FOR SELECTION OF CONTRACTORS
Bidders may quote for any one or more parts (Part-A and/or Part-B), however
Award of more than one part shall be in line with Clause No. 34.4 below.

The unpriced part of both the parts shall be opened together. However the price
part will be opened for Technically & Commercially qualified and acceptable bidders
in the followings sequence:
 First : PART-A
 Second : PART-B

The Priced bids of Part-A shall be opened and evaluated first. After selection for
award of the bidder for Part-A on Lowest Quote Basis, the priced bids of the
qualified bidders for Part- B, shall be opened and evaluated for selection of award
of the bidder on Lowest Quote Basis.

If a bidder is selected for award of Part-A, bidder can also be considered for
opening of Priced Bid, evaluation and award for Part-B, provided bidder meets the
qualification criteria (Technical, Commercial & Financial) as stipulated in Clauses
5.1, 5.2 & 5.3 of IFB, on cumulative basis, for both Part-A & Part-B.

If a bidder is selected for award of Part-A, and does not meets the qualification
criteria (Technical, Commercial & Financial) as stipulated in Clauses 5.1, 5.2 & 5.3
of IFB, on cumulative basis, for both Part-A & Part-B, then bidder shall not be
considered for opening of Priced Bid for Part-B.

34.0 OWNER'S RIGHT TO ACCEPT/ REJECT


The OWNER also 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 Contract without
incurring any liability to the affected bidder(s) or any obligation to inform the affected
bidder(s) of the ground of OWNER’s action.
Engineers India Limited (EIL)

Page 65 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 29 of 35

35.0 AWARD CRITERIA AND NOTIFICATION OF AWARD


35.1 Subject to Clause 34.0 of ITB, the OWNER shall award single Contract to the
Bidder whose bid has been determined to be the lowest evaluated bid in line with
clause 33.0 of ITB. However, if in the opinion of OWNER/PMC, the total price or
price of certain item quoted by the recommended bidder are considered high,
OWNER/PMC may invite such bidder for price negotiation. Recommended bidder
shall attend such negotiation meetings and if requested by OWNER/PMC shall
provide the analysis of prices/break-up of amount quoted by him for any or all items
of Schedule of Prices to demonstrate the reasonability. As a result of negotiation,
bidder may offer rebate on his earlier quoted Price.

35.2 Prior to the expiration of the period of bid validity, the OWNER shall notify the
successful bidder, in writing, that its bid has been accepted. The notification letter
(hereinafter and in the Special Conditions of Contract called the “Letter of Award
(LOA)/ Fax of Acceptance (FOA)”) shall specify the sum that the OWNER will pay
the Contractor in consideration of the execution and completion of the Works.

35.3 A Letter of Award (also referred as Letter of Intent in GTC) is an acceptance of


offer by the Owner and it need not be accepted by the contractor. But the contractor
should acknowledge a receipt of the Purchase Order /Letter of Acceptance within
15 days of mailing of Purchase Order/ Letter of Acceptance and any delay in
acknowledging the receipt will be a breach of contract and compensation for the
loss caused by such breach will be recovered by the Owner by forfeiting earnest
money deposit/bid bond.

35.4 In case of Consortium a Single Order shall be placed in the name of


Consortium clearly specifying the names of all constituents and also mentioning
that the Consortium is led by which constituent (i.e. Prime member/ Leader).

35.5 In the event of award of Contract to the Consortium, the Contract shall be signed by
each constituent of the Consortium as binding upon them. Alternatively, the Prime
Member/Leader of the Consortium may sign the Contract subject to submission of a
Power of Attorney (duly notarized) from each constituent authorizing the Prime
Member/Leader of the Consortium to sign the Contract on behalf of the individual
member of the Consortium. Irrespective of whether the Contract is signed by all the
constituents of the Consortium or by the Prime Member/Leader of the Consortium,
all the constituents of the Consortium shall be jointly and severally responsible
for faithful execution of the Contract considering the whole Contract as single
Works Contract Service.

36.0 CONTRACT AGREEMENT


36.1 Contract documents for agreement shall be prepared after the notification of Award.
36.2 Until a formal contract is prepared and executed, the notification of award along
with this Bidding Document together with the annexed documents, modifications,
deletions agreed upon shall constitute a binding contract between the successful
bidder and the OWNER.
36.3 The Contract document thus shall consist of the following:
a) Original Bidding Documents issued with its enclosures including General
Terms and Conditions, Special Conditions of Contract, drawings etc.
Engineers India Limited (EIL)

Page 66 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 30 of 35

b) Amendment to Bidding Documents issued, if any.


c) The notification of Acceptance of bid.
d) The Detailed Letter of Acceptance and accepted price-schedule.
e) Secrecy Agreement (if applicable)
f) Integrity Pact Agreement
g) Contract Agreement
h) Any deviations or stipulations made and accepted by the OWNER
i) Consortium Agreement, in case of successful bidder is a consortium
j) Engineering sub-contractor agreement (if applicable)

37.0 SIGNING OF CONTRACT


37.1 Instead of Contract Signing between HRRL and EPCC Contractor, HRRL will
issue a digitally signed/ signed PO to the successful Bidder. Accordingly,
wherever Contract/ Contract Document / Contract Agreement is specified in
the Bidding Document (including its amendments), the same shall be read as
Purchase Order, wherever the context so requires.

38.0 CONFIDENTIALITY OF DOCUMENTS


38.1 Bidders shall treat the Bidding Documents and contents therein as strictly
confidential.
38.1.1 A bidder may seek clarification regarding the bidding document provisions, bidding
process and / or rejection of his bid. CONSULTANT shall respond to such requests
within a reasonable time. However, such information relating to the evaluation of
bids and recommendation of contract award shall not be disclosed to any other
persons not officially concerned with the bidding process.

38.1.2 Any attempt by a bidder to influence CONSULTANT / Owner in the evaluation of the
bids or Contract award decisions shall render their Bid liable for rejection.

38.1.3 Notwithstanding Clause 38.1.2 of ITB, from the time of bid opening to the time of
Contract award, if a bidder wishes to contact CONSULTANT on any matter related
to the bidding process, it shall done so in writing only.

39.0 INFORMATION TO BE FURNISHED BY FOREIGN CONTRACTORS

39.1 It is mandatory for the Foreign CONTRACTOR to furnish the following information
in case his receipts are subject to tax deduction at source in India:

i) PAN No. as per the Indian Income Tax requirements failing which the
CONTRACTOR shall be responsible for any additional tax deduction at
source as per the provisions of the Indian Income Tax Act/Rules and the
same shall be deducted from the payment made to CONTRACTOR.

ii) Tax Residency Certificate (TRC) containing prescribed particulars as per


the enclosed Appendix-V to ITB from the Government of foreign country in
order to claim the benefits of DTAA as per the Indian Income Tax
requirements failing which the relief under DTAA will not be available and
Engineers India Limited (EIL)

Page 67 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 31 of 35

consequently the higher prevailing applicable rate of withholding tax will be


deducted from the payment made to CONTRACTOR (i.e., non-resident
taxpayer). The TRC shall be duly verified by the Government of the country
of which the assess claims to be a resident for the purposes of tax.

iii) In additional to TRC, bidder in order to claim the benefits of DTAA shall also
submit additional information in Form no. 10F (enclosed as Appendix-V to
ITB). Form 10F has to be signed & verified by the assesse himself.
If some information is already contained in TRC, the bidder shall not be
required to provide that information in Form no. 10F but even then Form no.
10F is required to be provided by the bidder. However, the bidder may write
Not Applicable in the relevant column in case that information is already
contained in TRC.
The above shall be furnished before release of any payment or within one
month of the release of Order, whichever is earlier failing submission of the
above information, any additional tax liability on OWNER, will be deducted
from the payment due to the bidder.

40.0 FRAUDULENT PRACTICES


40.1 The OWNER requires that Bidders observe the highest standard of ethics during
the award/ execution of Contract.

"Fraudulent Practice" means a misrepresentation of facts in order to influence the


award of a Contract to the detriment of the Owner, and includes collusive practice
among bidders (prior to or after Bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the Owner of the benefits of free and
open competition.

40.2 The OWNER will reject a proposal for award if it determines that the bidder
recommended for award has engaged in fraudulent practices in competing for the
Contract in question.

40.3 Bidder is required to furnish the complete and correct information/ documents
required for evaluation of their Bids. If the information/ documents forming basis of
evaluation is found to be false/ forged, the same shall be considered adequate
ground for rejection of bids and forfeiture of Earnest Money Deposit.

40.4 In case, the information/ document furnished by the Bidder / Contractor forming
basis of evaluation of his Bid is found to be false / forged after the award of the
contract, Owner shall have full right to terminate the contract and get the remaining
job executed at the risk & cost of such Bidder/ Contractor without any prejudice to
other rights available to Owner under the contract such as forfeiture of CPBG /
Security Deposit, withholding of payment etc.

40.5 In case, this issue of submission of false documents comes to the notice after
execution of work, Owner shall have full right to forfeit any amount due to the Bidder
/ Contractor along with forfeiture of CPBG / Security Deposit furnished by the bidder
/ Contractor.

40.6 Further, such bidder / contractor shall be put on Blacklist/ Holiday/ Negative List of
OWNER/EIL debarring them from future business with Owner & EIL for a time
Engineers India Limited (EIL)

Page 68 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 32 of 35

period, as per the prevailing policy of Owner & EIL.

41.0 PROJECT SPECIFIC ACCOUNT


41.1 For the benefit of the Project, it is desired that the CONTRACTOR shall maintain
Project Specific Bank Accounts, with a bank approved by the OWNER to ensure
that finances released by the OWNER, line of credit received from the lenders to
meet working capital requirements and all revenues & other receipts arising from
the CONTRACT and under any agreements are deposited into such Account(s).
Withdrawals and appropriations during the Contract Period, at any relevant time,
from such Account(s) shall be made only for the purpose of Project/Project Facilities
and Services.

42.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES

42.1 There will be no Purchase Preference to Micro and Small Enterprises/ bidder as per
Public Procurement Policy for MSEs in this tender.
42.2 For facilitating promotion and development of micro and small enterprises, EIL/
HRRL is committed to promote the procurement of supplies/ services from MSEs in
Orders/ contracts awarded by EIL/ HRRL. Accordingly, bidders are also encouraged
to promote the same by considering MSE sub-suppliers/ sub-contractors to the
extent possible under the Orders/ Contracts awarded on them by EIL/ HRRL. After
award of work, supplier/ contractor shall furnish statement along with copies of
orders/ FOAs placed by them on their sub-suppliers/ sub-contractors who are
MSEs, to EIL Project Manager/ RCM, as applicable.

The successful bidder shall provide the following only for the purpose of reporting.

i) Monthly Reports for purchase of material/services/ sub-contracts (from MSE


vendors) shall be submitted by bidder to............. (Name of CPSU).
ii) The report shall be signed by authorised person of contractor (Successful
Bidder).
iii) Report shall be submitted in the following format.
MSME
Sl. Sub- Supplier/ Work Item Amount Category Remarks
Status
No. Subcontractor order Description ( In of MSE
Micro/
no. & Rs) Gen/ SC/
Small
date ST/
with code
Women

42.3 Government of India has implemented the Trade Receivables Discounting System
(TReDS). TReDS is an institutional mechanism set up in order to facilitate the
financing of trade receivables of MSMEs from corporate buyers through invoice
financing by multiple financiers. EIL is already registered on the following TReDS
Platform:

Engineers India Limited (EIL)

Page 69 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 33 of 35

A.TReDS Limited
Website : www.invoicemart.com
Address : A.TReDS Ltd., A3, 11th Floor, Ashar IT Park, Road no. 16Z, Wagle
Industrial Estate, Thane (West) – 400 604
MSME bidders are requested to register on the TReDS platform.

43.0 POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY (INDIAN)


MANUFACTURED IRON & STEEL PRODUCTS IN GOVERNMENT
PROCUREMENT (DMI&SP)
43.1 Ministry of steel, Govt. of India, vide their notification “The gazette of India,
Extraordinary part II no. 357 dated 09.05.2017”, notified the “Policy for providing
preference to domestically manufactured iron & steel products in government
procurement”:
43.2 The copy of above said Policy is attached as APPENDIX – VII herewith. Under the
policy, purchase of the iron & steel products covered under the said APPENDIX
shall be subject to minimum value addition as per percentage stipulated in the
Appendix A to this APPENDIX-VII. The percentage Domestic Value addition shall
be determined by formula specified in clause no. 7.2 of the above said policy.
43.3 Bidder is also required to submit “Format for Affidavit of Self certification regarding
Domestic Value Addition in Iron & Steel Products to be provided as per enclosed
FORM-1 of above APPENDIX-VII, else bid of such bidder shall be rejected.
In case of detection of mis-declaration by the bidder of the prescribed domestic
value addition, in their offer, at any stage before or after award, the following actions
shall be taken by the procuring company (Owner):

a) Forfeiture of EMD/CPBG depending upon the stage of detection.


b) Banning of business dealings in line with the policy.

43.4 In case of any complaint or doubt regarding the domestic value addition furnished
by a bidder in his bid, OWNER shall reserve the right to verify the domestic value
addition. The bidder shall provide unhindered access to his relevant records in this
regard, to the authorized representatives of OWNER.
Bidder to comply with the requirements of the Gazette. Also any change in Govt. of
India Policy in this regard is required to be followed in Totality.

44.0 PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) (PP-LC)


44.1 Ministry of Petroleum and Natural Gas (MoPNG) has notified the “Purchase
Preference (linked with Local Content) (PP-LC)”for the procurement of goods and
services under Oil & Gas Projects in India. Under this Policy, the bidders are
allowed to avail the purchase preference linked with attaining the stipulated Local
content. The copy of above said Policy (and its amendment thereupon) is attached
as APPENDIX – VIII to this ITB.
44.2 Project owner reserves the right to allow Manufacturers or Suppliers or Service
providers, purchase preference as admissible under the prevailing policy, subject to
Engineers India Limited (EIL)

Page 70 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 34 of 35

their complying with the requirements/ conditions defined herein and submitting
documents required to support the same.
44.3 In order to avail the Purchase preference under this policy, bidder shall achieve
minimum Local Content (LC) of 35%. The Policy shall be implemented in the
following manner:
a) In case the lowest (L1) bidder meets the stipulated LC criteria, the order shall
be awarded to such bidder.
b) In case none of the bidders meets the stipulated LC criteria, the order shall be
awarded to the lowest bidder.
c) In case the lowest bidder does not meet the stipulated LC criteria, the bidders
shall be ranked in the ascending order of evaluated prices and next bidder
meeting minimum stipulated LC and with his evaluated price within a price
band of (+) 10% of lowest bidder’s evaluated price, shall be given opportunity to
supply 50% of the requirement by matching the lowest bidder’s evaluated price.
However, if 50% quantity works out to a fraction of quantity, the bidder shall be
considered for next higher quantity. In case the quantity cannot be split, the
order shall be placed with the entire quantity.
d) In case there are more than one bidder within the price band of (+) 10% of
lowest bidder’s evaluated price, they shall be ranked in ascending order of their
evaluated prices. The opportunity of matching the price shall be accorded
starting from the lowest bidder out of these bidders and in case of his refusal,
to the next bidder, and so on.
e) In case none of the bidders who meet the stipulated LC criteria agree to match
the lowest price, the natural lowest bidder will be awarded the job.
f) Certification of Local Content:
Manufacturers of goods and/or providers of service, seeking Purchase
Preference under the PP-LC policy, shall be obliged to certify as under:
At bidding stage:
Bidder shall furnish the percentage of the local content, taking into account the
factors and criteria listed out in the policy. These details shall be required only
at aggregate level like supply value, transport value and other heads given in
the price schedule.
The bidder claiming the PP-LC benefit shall comply the following:
 The bidder shall submit an undertaking from the authorized signatory of
bidder having the Power of Attorney along with the bid stating the bidder
meets the mandatory minimum LC requirement and such undertaking
shall become a part of the contract as per Annexure-I to Appendix-VIII.
 In cases of procurement for a value in excess of Rs. 10 crores, the
Undertaking submitted by the bidder shall be supported by a certificate from
the statutory auditor or cost auditor of the company (in the case of
companies) or from a practicing cost accountant or practicing chartered
accountant (in respect of other than companies) giving the percentage of
local content.
However, in case of foreign bidder, certificate from the statutory auditor or
Engineers India Limited (EIL)

Page 71 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 35 of 35

cost auditor of their own office or subsidiary in India giving the percentage of
local content is also acceptable. In case office or subsidiary in India does
not exists or Indian office/ subsidiary is not required to appoint statutory
Auditors or cost auditor, certificate from practicing cost accountant or
practicing chartered accountant giving the percentage of local content is
also acceptable.

Notes:

i) Sample formats for calculation of LC are enclosed as Enclosure-II, III & IV


of Appendix-VIII (as applicable). These formats are for bidder’s reference
only and not to be included in the bid.

ii) Bidder shall furnish the undertaking/ declaration in the enclosed


Annexure-I to Appendix-VIII in the unpriced part of the bid duly signed,
seal & stamp.

Format for providing the certification from the statutory auditor / cost
auditor / practicing cost accountant / practicing chartered accountant, is
enclosed as Annexure- II to Appendix-VIII.

iii) LC of goods shall be computed on the basis of the cost of domestic


components in goods, compared to the whole cost of product. The whole
cost of product shall be constituted of the cost spent for the production of
goods, covering: direct component (material) cost; direct manpower cost,
factory overhead cost and shall exclude profit, company overhead cost and
taxes for the delivery of goods.

iv) However, LC of service shall be calculated on the basis of the ratio of


service cost of domestic component in service to the total cost of service.
The total cost of service shall be constituted of the cost spent for rendering
of service, covering: a) cost of component (material) which is used; b)
manpower and consultant cost; cost of working facility; c) general service
cost, excluding profit, company overhead cost, taxes and duties.

The onus of submission of appropriately certified documents lies with the


bidder and the purchaser shall not have any liability to verify the contents
and will not be responsible for the same.

However, in case the procuring company has any reason to doubt the
authenticity of the Local Content, it reserves the right to obtain the
complete back up calculations before award of work failing which the bid
shall be rejected.

After award of contract:

The bidder shall submit an undertaking from the authorized signatory of bidder
having the Power of Attorney along with the bid stating the bidder meets the
mandatory minimum LC requirement and such undertaking shall become a part
of the contract.

Engineers India Limited (EIL)

Page 72 of 3856
INSTRUCTIONS TO BIDDER
(ITB)
Rev 0 Page 36 of 35

In cases of procurement for a value in excess of Rs. 10 crore, the Undertaking


submitted by the bidder shall be supported by a certificate from the statutory
auditor or cost auditor of the company (in the case of companies) or from a
practicing cost accountant or practicing chartered accountant (in respect of other
than companies) giving the percentage of local content.

However, in case of foreign bidder, certificate from the statutory auditor or cost
auditor of their own office or subsidiary in India giving the percentage of local
content is also acceptable. In case office or subsidiary in India does not exists or
Indian office/ subsidiary is not required to appoint statutory Auditors or cost
auditor, certificate from practicing cost accountant or practicing chartered
accountant giving the percentage of local content is also acceptable.

However, procuring company shall also have the authority to audit as well as
witness production processes to certify the achievement of the requisite local
content and/or to obtain the complete back up calculation before award of work
failing which the bid shall be rejected and appropriate action may be initiated
against the bidder.

44.4 Failure of bidder in complying with the local content post award:

In case a bidder, who has specified in his bid that the bid meets the minimum
Local Content specified in the enquiry document, fails to achieve the same, the
following actions shall be taken by the procuring company:
a. Pre-determined penalty @ 10% of total contract value.
b. Banning business with the supplier/contractor for a period of one year.

To ensure the recovery of above pre-determined penalty, payment against


dispatch/ shipping document shall be modified to the extent that the 10% payment
out of this milestone payment shall be released after completion of this milestone
as well as submission of certification towards achievement of Local Content, as
per provision of enquiry document. Alternatively, this payment can be released
against submission of additional bank guarantee valid till completion schedule,
plus 3 months or as required by purchasing company.

44.5 Purchase Preference in case where Negotiation is also required:

In case purchase preference is applicable, but negotiation is to be conducted with


L1 bidder, negotiation shall be carried out. LC-complied bidder shall be offered to
match the negotiated prices (even if, post negotiation, they are higher by more
than 10% as compared to L1 bidder provided they were within 10% of L1 bidder
as per original quoted prices).

Engineers India Limited (EIL)

Page 73 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Commercial Questionnaire

Page 1 of 8

____________________________________________________________________________________

APPENDIX –I TO ITB

COMMERCIAL QUESTIONNAIRE

Page 74 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Commercial Questionnaire

Page 2 of 8

____________________________________________________________________________________

COMMERCIAL QUESTIONNAIRE
NAME OF WORK : ____________________________________________
BIDDING DOCUMENT. : ___________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
1) Please confirm that Master Index
Document along with Amendment, if
any, duly signed and stamped on
each page has been submitted along
with the Bid.
2) Confirm that all pages of the Bid have
been numbered in sequential
manner.
3) Confirm that Bid has been submitted
in as per Instructions to Bidders.
4) Confirm that you have studied
complete Bidding Document including
Technical and Commercial Part and
your Bid is in accordance with the
requirements of the Bidding
Document.
5) Schedule of Price

a. i) Price uploaded in the e-tender


portal as per instruction
given in ITB

ii) Confirm that the format is not


altered by the bidder, except
filling the prices. Currency and
information sought.
b. Confirm that price has been quoted
for all items of SOP.

c. Confirm currency(ies) of bid as


indicated in SOP

d. Confirm that deviation/ terms &


conditions are not mentioned in the
price part. In case any terms and
condition is mentioned in the price
part, the same shall be treated as null

Page 75 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Commercial Questionnaire

Page 3 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
and void.

e. In case of Consortium bid price break


up details of each member has been
provided in Price bid.

6) Confirm that the price part does not


include any stipulation, deviation,
terms & conditions, presumption,
basis etc.
In case any stipulation, deviation,
terms & conditions, presumption,
basis etc. is mentioned in the price
part, the same shall be treated as null
and void.
7) Confirm your compliance to total
scope of work mentioned in the
Bidding Document.
8) Confirm your acceptance for 'SCOPE
OF SUPPLY' mentioned in the
Bidding Document.
Please note that scope of supply
mentioned in the Bidding Document
is not limitative and except for the
material (if any) specifically identified
as that to be issued by OWNER,
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.
9) Confirm your acceptance for Time
Schedule as mentioned in Annexure-I
to Special Conditions of Contract.
10) Confirm that your quoted price
includes following taxes/duties,
insurance etc: -
i) Taxes/levies as per
provisions of Bidding
Document.
ii) Insurance as per provision of
Bidding Document.
11) Confirm your acceptance for critical

Page 76 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Commercial Questionnaire

Page 4 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
stipulations of the Bidding Document
as per clause no. 30.2 of Instruction
to Bidders.
12) Confirm that your Bid is substantially
responsive to the requirements of the
Bidding Document, and you have not
stipulated any material deviation
and submitted all details as specified
in the Bidding Document.
13) Confirm that while proposing the list
of construction equipments (as
applicable), you have considered the
following eqpts:
- Cranes of adequate capacity
- Induction Pipe Bending Machine
- DG Sets
- Compressors
- Spray Painting Machines
- Test pumps
- Adequate nos. of Welding
Machines
- All relevant civil construction
eqpts.
- All Electrical eqpts.
- All Instrumentation eqpts.
- Batching plant
- Any other equipment required for
execution of work.
- Any other equipment specified in
the Bidding Document.
14) Confirm that you have proposed
adequate project/site organisation
with supervisory personnel having
qualification and experience as per
Annexure-IV of Special Conditions of
Contract.
15) Confirm that all costs resulting from
safe execution of Work, such as
safety induction, use of protective
clothing, safety glasses and helmet,
safety precaution taken during
monsoon, or any other safety

Page 77 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Commercial Questionnaire

Page 5 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
measures to be undertaken by the
CONTRACTOR for execution of
Work are included in the Lumpsum
Price.
16) Please confirm that all safety rules &
regulations as mentioned in Bidding
Document or notified at later date by
OWNER during execution shall be
adhered by CONTRACTOR within
Lumpsum Price.
17) Confirm that the following safety
precautions shall be followed by
CONTRACTOR as mandatory:
- Use of safety goggles while
grinding
- Use of helmet/ safety shoes
- Crane movement area to be
barricaded
- Cylinders of flammable gases to
be stacked upright
- Earthing of equipment to be made
proper
- Toe boards to be provided in
scaffolding platforms
- Excavations to be properly
shored/ slopped
- Safety net for construction.
- Any other safety precautions
required for execution of work.
- Any other safety precautions
specified in the Bidding
Document.
18) Confirm the following: -
"The planning schedule, S-curves,
manpower estimates, construction
equipment deployment schedule etc;
submitted by the bidder with his bid,
are indicative and shall not be basis
for extra compensation in case actual
needs are higher.
Detailed planning schedule
developed by CONTRACTOR after
Contract award may be subject to

Page 78 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Commercial Questionnaire

Page 6 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
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 OWNER'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 OWNER/PMC during
pre award stage/ post award stage.
19) Please furnish the bio data of key
personnel including nominated
Project Director Project Manager,
Engineering Manager, Engineering
Co-ordinator, Purchase Manager,
QA/QC Manager, Commissioning
Manager, Commissioning Engineer,
etc. These will be reviewed and
approved by Engineer-in-charge.
20) Please confirm that your Lumpsum
Price includes cost towards third
party inspection if any.
21) Please note that the scope of this
Bidding Document is on Lumpsum
Turnkey (LSTK) basis, as detailed in
the Bidding Document.
The scope of work mentioned under
various sections shall not be
considered as limitative and
CONTRACTOR’s scope shall include
completion of any activities of work
not mentioned in the bid package but
required to complete the Work in all
respects and making it functional.
22) Please confirm that the
CONTRACTOR shall supply all
chemicals, consumables, first fill of
catalyst, adsorbents, absorbents

Page 79 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Commercial Questionnaire

Page 7 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
required for pre-commissioning/
Commissioning/PGTR as per
provision of Bidding Document.
23) The safety measures as mentioned in
GTC/SCC shall not be considered as
limitative. The CONTRACTOR will
be required to develop their stringent
safety measures and submit the
same to Engineer-in-charge with the
provision of a dedicated safety group
closely monitoring the construction
activities in all working shifts.
24) Please confirm that your sub
contractor for construction shall be
meeting the requirements as
specified in Special Conditions of
Contract including the provision of
GTC. Also that the agency for
executing Electrical work shall have a
valid licence for carrying out the Work
in the state of Rajasthan.
25) Confirm that your bid is valid for 4
Months from the last date of
submission of bid.
26) Bidder to confirm whether they
require the interest bearing
Mobilisation Advance as per
Annexure-X to Special Conditions of
Contract.
Note:
In case the bidder does not indicate
the requirement of Mobilisation
Advance by explicitly stating “YES” in
the above box, it shall be presumed
that the bidder does not require the
Mobilisation Advance and their offer
shall be evaluated accordingly.
27) Confirm that you have uploaded the
Bid on e-tender portal as per the
instructions given in ITB.
28) i) Confirm that the Power of Attorney
holder is the e-bid signatory
having valid digital signature
certificate
ii) Indicate the name(s) of POA
holder(s)

Page 80 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Commercial Questionnaire

Page 8 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
29) Confirm type of bid Sole Bid / Consortium bid (tick one)
30) In case of Consortium Bidding
confirm the following:
a. (i)……………………………
a. Indicate names of consortium ……………………………
members and their country and
(ii)……………………………
…………………………..…
b. Payment option (in case of b. (tick one of below options)
award) i) Full payment to
consortium
ii) Full payment to prime
member (leader) of
consortium
iii) Separate payment to
prime member (leader)
And member of
consortium
c. Power of Attorney of each
member is submitted.
d. MOU between consortium
members has been provided in
unpriced bid duly signed by their
respective Power of Attorney
holders
e. The Leader of the consortium
shall represent the Consortium in
all dealings with the OWNER
and for providing any information
or clarification sought from the
Consortium, and this
authorization shall be evident in
legally executed Power of
Attorney signed by legally
authorized signatories of both
the consortium members so as
to enable such representative
member to be in-charge and to
act on behalf of and to bind the
other member.
31) In case of Consortium Bidding,
indicate name of consortium
members which shall meet the
requirement of establishment in India
in line with IFB clause 5.4.1.

(STAMP AND SIGNATURE OF BIDDER)

Page 81 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Check-list for bid completion (Commercial)

Page 1 of 6

APPENDIX -II TO ITB

CONTENTS OF BID
AND
CHECK LIST
(COMMERCIAL)

Page 82 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Check-list for bid completion (Commercial)

Page 2 of 6

CONTENTS OF BID AND CHECK LIST

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT : ____________________________________________

Bidder is requested to fill this check list and ensure that all details/documents have been
furnished under relevant sections as called for in the Bidding Document along with duly
filled in, signed & stamped.

This checklist is for guidance purpose. It shall be bidder’s responsibility to submit all
complete documents as per the requirements of Bidding Document.

Please tick the box and ensure compliance:

PART-I: EARNEST MONEY DEPOSIT /BID SECURITY


I Bank Guarantee as per format attached in Submitted
GTC or Demand Draft as per Bidding
document towards EMD/Bid Security

PART-II: TECHNO-COMMERCIAL/UNPRICED BID


(A) UNDER SECTION-I
(A.1) Letter of submission & Synopsis of the
Proposal. Submitted
(A.2)
Check-List dully filled in (Appendix-II to ITB)
Submitted
(A.3) Power of Attorney in favour of the person(s)
who has signed the bid.
Submitted
(A.4) Integrity Pact Agreement including its Covering
Letter duly signed and stamped on each page
(Appendix-III to ITB). Submitted
In case of Consortium each member of
Consortium shall separately submit duly
signed and stamped (on each page) Integrity
Pact Agreement.
(A.5) Affidavit to Integrity Pact duly signed and
stamped.
Submitted
In case of Consortium each member of
Consortium shall separately submit duly
signed and stamped Affidavit to Integrity Pact.
(A.6) Affidavit of Self certification regarding
Domestic Value Addition in Iron & Steel Submitted
Products to be provided as per enclosed
FORM-1 of APPENDIX-VII to ITB

Page 83 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Check-list for bid completion (Commercial)

Page 3 of 6

(A.7) Declaration of Local content: In case bidder


is claiming the PP-LC benefit, Bidder to submit Submitted
Annexure- I to APPENDIX – VIII in their letter
head with the title ‘Declaration of Local
content” duly signed and stamped by the
Bidder and certified as per the instructions
provided therein. Signed and stamped copy of
PP-LC Policy (APPENDIX – VIII) as a token of
acceptance
(B) UNDER SECTION-II
(B.1) Similar experience during last 10 years [Form
–N(i)] Submitted
(B.2) Experience details (IFB clause no. 5.1 to 5.2) for
this EPCC package [Form –N(ii)] along with Submitted
supporting documents as per IFB.
(B.3) Memorandum of Understanding between the
Consortium members (if applicable) mentioning Submitted
their area of responsibility/scope division and
percentage share in Lumpsum Price in executing
this contract on LSTK Basis.In case of
Consortium bid, the division of
responsibility/scope and share in Lumpsum price
of each member will be subject to acceptance by
OWNER/Consultant. Subsequently, the
Consortium members will not be allowed to
change their responsibility/scope and share in
Lumpsum price.
(B.4) Parent Company: State legal name and country
of residence of direct parent company and the Submitted
ultimate holding company, if any.
(B.5) Change of Ownership: Has there been any major
change of Ownership of the establishment over Submitted
the past five (5) years. If so, kindly provide
details and if not, please affirm by “NONE”.
(B.6) Affiliates / Associates / Subsidiary Companies:
Provide details in the form of a graphic Submitted
representation to clearly identify each of the
CONTRACTOR’s Affiliates / Associates /
Subsidiary Companies and their interrelation to
one another
(B.7) Scanned copy of authenticated documents
required for meeting the BQC requirements as Submitted
per Invitation For Bid ;
(B.8) Undertaking as per Appendix-II to IFB
Submitted

Page 84 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Check-list for bid completion (Commercial)

Page 4 of 6

(B.9) Self-Certification as per Appendix-III to IFB


Submitted
(B.10) Affidavit regarding Indian Establishment (if
applicable) as per APPENDIX-IX to ITB Submitted
(C) UNDER SECTION-III
(C.1) Form-O : Annual Turnover, Net Worth &
Working Capital Details Submitted
(C.2) Complete audited balance sheets and profit
and loss account along with Auditor’s Report Submitted
including all Schedules for the immediate three
preceding financial years, for evaluation and
his qualification with respect to financial
criteria
(C.3) Declaration from Bank for Availability of Un-
utilized Line of Credit (If applicable) as per Submitted
Appendix-I to IFB
(C.4) Declaration from Financial Institutions for tieup
for the tender. Submitted

(D) UNDER SECTION-IV


(D.1) One copy of the Table of Contents (also
referred to as Master Index) of the Bidding
Submitted
Document duly signed and stamped on each
page
(D.2) Reply to Commercial Questionnaire
(Appendix-I to ITB) Submitted
(D.3) Unpriced copy of Schedule of Prices duly
stamped & signed on each page mentioning
Submitted
Quoted/Not Quoted (as applicable)
(D.4) GST Registration certificate in Rajasthan or
Undertaking in line with SCC provision.
Submitted
(E) UNDER SECTION-V
(E.1) FORM-A :Form of Bid as per Proposal
Submitted
(E.2)
FORM-B: Information about the Bidder &
following enclosures (Annexure to be
submitted separately for each member of Submitted
consortium, in case of bids on consortium
basis) :

Page 85 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Check-list for bid completion (Commercial)

Page 5 of 6

a) Contractor’s Organization Chart from the


upper hierarchy level to Managers level.
Indicate Group or Division who will be Submitted
responsible for execution of the EPC work
and its management team.
b) History & structure of the organisations
with names of directors & chief executives. Submitted

c) Copy of Article of Association &


Memorandum of Association (MOA) of the Submitted
Company or Board Resolution mentioning
Chairman/ Chief Executive Officer /
Managing Director of the Company.
Note: To be submitted for each member of
consortium, in case of bids on consortium
basis
(E.3) FORM-C: Declaration duly signed & stamped
by the bidder
Submitted
(E.4) FORM-E : Compliance of Bid Requirement
Submitted
(E.5) FORM-G : Undertaking for non-
engagement of child labour
Submitted
(E.6) FORM-I: Declaration with regard to non-
involvement of Indian Agents.
Submitted
(E.7) FORM-P : Self-Declaration
Submitted
(E.8) FORM-Q : Declaration of Black Listing
/Holiday Listing
Submitted
(F) UNDER SECTION-VI
(F.1) Methodology of Execution as per Proposal
FORM-J. Submitted
(F.2) Details of proposed Organization for Home
and Site Office FORM-K
Submitted
(F.3) Deployment Schedule of construction
equipment, tools & tackles proposed for
execution of work FORM-L Submitted
(F.4) Deployment Schedule of Supervisory
personnel, as per FORM-M
Submitted
(F.5) Project Schedule in the form of Bar Chart
Submitted
(F.6) Quality Assurance: A brief description of the

Page 86 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Check-list for bid completion (Commercial)

Page 6 of 6

bidder’s QA system and a statement detailing Submitted


how QA will be implemented for the Project.
(G) UNDER SECTION-VII
(G.1) Technical Details/ documents specified under
“Technical Information Required along with Submitted
Bid”
(G.2) Reply to Technical Questionnaire in
Technical Sections
Submitted
(I) UNDER SECTION-VIII
(I.1) Schedule of Exceptions and deviations (if
any) to the Commercial and Technical bid Submitted
documents as per proposal FORM F
(J) UNDER SECTION-IX
(J.1) Any other information required in the Bidding
Documents or considered relevant by the
Submitted
Bidder

PART-III (PRICE BID)


(K.1) Price bid uploaded by the bidder on
designated e- tendering folder in the e- Submitted
tendering website as per ITB

(STAMP & SIGNATURE OF BIDDER)

Page 87 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) Integrity pact
Page 1 of 1

____________________________________________________________________________________

APPENDIX-III TO ITB

INTEGRITY PACT

Page 88 of 3856
Page 89 of 3856
Page 90 of 3856
Page 91 of 3856
Page 92 of 3856
Page 93 of 3856
Page 94 of 3856
Page 95 of 3856
Page 96 of 3856
Page 97 of 3856
ANNEXURE - I
TO INTEGRITY PACT

FORMAT FOR FURNISHING AFFIDAVIT W.R.T. INTEGRITY PACT


FORMAT OF AFFIDAVIT

AFFIDAVIT OF...................................................... S/o D/o ................................................ ,


resident of ............................................................. EMPLOYED AS
............................................WITH ....................................................................................
HAVING OFFICE AT
............................................................................................................PIN ……….

I, the above named deponent do hereby solemnly affirm and state as under :-

1. That I am the authorized representative and signatory of M/s


………………………..
2. Bidding entity M/s _________ is not involved in any case of transgression in terms of
Integrity Pact submitted for Bidding Document no: --------------------------------------------
---------------------- for -------------------------------------------------------------------------------- for
RAJASTHAN REFINERY PROJECT OF HPCL RAJASTHAN REFINERY LIMITED
(HRRL).
3. I depose accordingly,

DEPONENT

VERIFICATION
I, ................................................. the deponent above named, do hereby verify that the
factual contents of this Affidavit are true and correct. No part of it is false and nothing
material has been concealed there from.

Verified at ............................... on this .......................day of ........................ 20 .........

DEPONENT

[On non-judicial stamp paper of appropriate value & duly notarized]

Page 98 of 3856
APPENDIX-IV to ITB
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
https://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below
are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with
the requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:

https://eprocure.gov.in/eprocure/app .

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.

5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
http://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.

6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.

Copyrights EIL – All rights reserved

Page 99 of 3856
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.

3) To avoid Network congestion, Bidder is recommended to upload file size of up to Maximum


35 MB per part. However, in case file size exceeds 35 MB, bidder may compress the files by
scanning with 75 dpi setting as per s.no 4 below and can use additional 25 MB space (“My
Documents”) provided to the bidder as per s.no 5 below.

4) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 75 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.

5) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Documents” area available to them to upload such
documents. These documents may be directly submitted from the “My Documents” area
while submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, within
due date and time of bid submission. The details of the DD/any other accepted instrument,
physically sent, should tally with the details available in the scanned copy and the data
entered during bid submission time. Otherwise the uploaded bid will be rejected.

5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Price Bid file, open it and complete the cells with their respective financial quotes and other

Copyrights EIL – All rights reserved

Page 100 of 3856


details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.

8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

RETENDER

Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.

WITHDRAWAL OF BID

It may please be noted that bidders now have an additional feature of withdrawing their
bids before due date and time. After submitting the bid on the CPP Portal, if the bidder
wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he
will be exempted from further participation in the tender and won’t be able to submit
his bid again for that particular tender.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24 x 7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.

Copyrights EIL – All rights reserved

Page 101 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) TRC and 10F
Page 1 of 4

____________________________________________________________________________________

APPENDIX-V TO ITB

TRC &10F

Page 102 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) TRC and 10F
Page 2 of 4

____________________________________________________________________________________

[TRC CERTIFICATE]

TRC obtained by the Non-resident from Government of foreign country shall contain the following
particulars:

(i) Name of the assessee;


(ii) Status (individual, company, firm etc.) of the assessee;
(iii) Nationality (in case of individual);
(iv) Country or specified territory of incorporation or registration (in case of others);
(v) Assessee's tax identification number in the country or specified territory of residence or in
case no such number, then, a unique number on the basis of which the person is identified
by the Government of the country or the specified territory;
(vi) Residential status for the purposes of tax;
(vii) Period for which the certificate is applicable; and
(viii) Address of the applicant for the period for which the certificate is applicable;

Page 103 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) TRC and 10F
Page 3 of 4

____________________________________________________________________________________

FORM-10F
ON THE LETTER HEAD
[See sub-rule (1) of rule 21AB]

Information to be provided under sub-section (5) of section 90 or sub-section (5) of section 90A of the
Income-tax Act, 1961
I. ……………………………………..... *son/daughter of Shri……………………………….. in the capacity
of …………………………...(designation) do provide the following information, relevant to the previous
year………………………… *in my case/in the case
of………………………………………………………... for the purposes of sub-section

(5) of * section 90/section 90A:—


Sl No Nature of Information : Details #
(i) Status (individual; company, firm etc.) of the assessee :
(ii) Permanent Account Number (PAN) of the assessee if allotted :
(iii) Nationality (in the case of an individual) or Country or specified :
territory of incorporation or registration (in the case of others)
(iv) Assessee's tax identification number in the country or specified :
territory of residence and if there is no such number, then, a unique
number on the basis of which the person is identified by the
Government of the country or the specified territory of which the
assessee claims to be a resident
(v) Period for which the residential status as mentioned in the certificate :
referred to in sub-section (4) of section 90 or sub-section (4) of
section 90A is applicable
(vi) Address of the assessee in the country or territory outside India :
during the period for which the certificate, mentioned in (v) above, is
applicable

2. I have obtained a certificate to in sub-section (4) of section 90 of sub-section (4) of section 90A from the
Government of . . . . . . . . . . . . . . . . . . . (name of country or specified territory outside India)
Signature: . . . . . . . . . . . . . . . . . . .
Name: . . . . . . . . . . . . . . . . . . .
Address: . . . . . . . . . . . . . . . . . . .
Permanent Account Number: . . . . . . . . . . . . . . . . . . .

Verification
I. . . . . . . . . . . . . . . . . . . do hereby declare that to the best of my knowledge and belief what is stated above
is correct complete and is truly stated.

Verified today the ……………………... day of………………………………


……………………………………………………
Signature of the person providing the information
Place: ……………………….

Notes:
a. * Delete whichever is not applicable
b. # Write N.A. if the relevant information forms part of the certificate referred to in sub-section (4) of
section 90 or sub-section (4) of section 90A.

Page 104 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) POA
Page 1 of 2

APPENDIX-VI TO ITB

POWER OF ATTORNEY OF
BIDDER

6 Appendix-VI -POA

Page 105 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) POA
Page 2 of 2

APPENDIX – VI TO ITB

Sample Format for Power of Attorney (POA) of Bidder


(To be submitted in in non-judicial Stamp Paper of appropriate
value or as per laws of Bidder’s Country)

Name of the Work:


Bidding Document No.:
Name of the Bidder:

Know all men by these presents, We _____________________________________________


(name and address of the registered office) do hereby constitute, appoint & authorize Mr./Ms.
_____________________________________________ (name and residential address) who is
presently employed with us and holding the position of _______________________as our
attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in
connection with or incidental to our Bid, including signing and submission of all documents and
providing information/responses to Owner, representing us in all matters before Owner and
generally dealing with Owner and their Consultants in all matters in connection with our Bid
including negotiation of Terms and conditions, Price negotiation, signing of Agreements, as
applicable, for the subject work.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant
to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall
be deemed to have been directly done by us.

We further certify that vide documents reference ______________ dated _______, we have the
power to sub-delegate and issue this POA as per Company Charter

For & on behalf of


<Name of Bidder>

__________________________
Signature of person in whose favour POA is issued
Name:
Designation:
Date:

Signature attested and Accepted

_______________________ (signature)
(Name, Title and Address) of the Attorney
Designation:
Date & Seal

Note

Wherever required, the executant(s) should submit for verification the extract of the charter
documents and/or documents such as board of resolution passed for this purpose (in case of
company) in favour of the Person executing this Power of Attorney for the delegation of power
hereunder on behalf of the executant(s).

6 Appendix-VI -POA

Page 106 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) DMI&SP
Page 1 of 1

____________________________________________________________________________________

APPENDIX-VII TO ITB

DOMESTICALLY (INDIAN) MANUFACTURED IRON &


STEEL PRODUCTS IN GOVERNMENT PROCUREMENT
(DMI&SP)

Page 107 of 3856


Page 108 of 3856
Page 109 of 3856
Page 110 of 3856
Page 111 of 3856
Page 112 of 3856
Page 113 of 3856
Page 114 of 3856
Page 115 of 3856
Page 116 of 3856
Page 117 of 3856
Page 118 of 3856
HRRL’S RAJASTHAN REFINERY PROJECT (RRP) PPLC
Page 1 of 1

____________________________________________________________________________________

APPENDIX-VIII TO ITB

PURCHASE PREFERENCE (LINKED


WITH LOCAL CONTENT) (PP-LC)

Page 119 of 3856


Page 120 of 3856
Page 121 of 3856
Page 122 of 3856
Page 123 of 3856
Page 124 of 3856
Page 125 of 3856
Page 126 of 3856
Page 127 of 3856
Page 128 of 3856
Page 129 of 3856
Page 130 of 3856
Page 131 of 3856
Page 132 of 3856
Page 133 of 3856
Page 134 of 3856
Page 135 of 3856
Page 136 of 3856
Page 137 of 3856
Page 138 of 3856
Page 139 of 3856
Page 140 of 3856
Page 141 of 3856
ANNEXURE – I
to APPENDIX-VIII
DECLARATION/ UNDERTAKING FOR AVAILING PURCHASE PREFERENCE POLICY

Bidders are requested to select ‘Yes’ or ‘No’ by putting ‘√’ mark against declaration column below.

Sr.
Parameter Declaration Remarks
no.

We confirm that our offer is in


compliance to Policy to provide
1 Yes / No
purchase preference (linked with local
content) as per the provision of enquiry.

We meet the mandatory minimum Local


content requirement of 35% specified
2 for claiming Purchase Preference under Yes/ No
policy to purchase preference (linked
with local content).
Note:
a) Where the total quoted value is INR 10 Crore or above, the bidder claiming the Purchase
Preference applicable under policy to provide purchase preference (linked with local content) in
addition to above format shall be required to furnish Certificate from the Statutory Auditor / Cost
Auditor / Practicing Cost Accountant / Practicing Chartered Accountant, as applicable, as per the
provision of PP-LC policy enclosed with the enquiry.

Bidder’s signature: __________________________________ (With Seal/ Stamp)

Note : This undertaking shall be certified by the authorized signatory of the bidder having the Power of
Attorney.

Page 1 of 2

Page 142 of 3856


ANNEXURE – II

to APPENDIX-VIII

CERTIFICATION BY STATUTORY AUDITOR / COST AUDITOR / PRACTISING COST


ACCOUNTANT / PRACTISING CHARTERED TOWARDS LOCAL CONTENT (FORM – H)

(IN CASE SEEKING BENEFIT UNDER PP-LC POLICY)

To,

M/s Engineers India Limited

Item : ____________________

Enquiry no. : ____________________

We, _________________________________, the Statutory Auditor / Cost Auditor / Cost Accountant /


Chartered Accountant (not being an employee / Director of the company) of M/s ____________ (name
of the bidder) having our registered office address _____________________________ hereby certify
that M/s ____________ (name of the bidder) meet the mandatory minimum Local content of _35_%
specified for claiming Purchase Preference under the policy to purchase preference (linked with local
content) in the offer no. ________ dated _________ submitted against the enquiry no. __________ by
M/s ____________ (name of the bidder).

Name of Statutory Auditor / Cost [signature of Authorized signatory]


Auditor / Cost Accountant /
Name :
Chartered Accountant:

Designation

Seal :

Membership no. :

Notes:

1. This undertaking shall be certified by statutory auditor or cost auditor of the company (in the
case of companies) or from a practicing cost accountant or practicing chartered accountant (in
respect of suppliers other than companies).

2. The above format is indicative, the Statutory Auditor / Cost Auditor / Cost Accountant / Chartered
Accountant can modify the format without changing the intent of certification.

Page 2 of 2

Page 143 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) AFFIDAVIT – INDIAN
ESTABLISHMENT
Page 1 of 1

____________________________________________________________________________________

APPENDIX-IX TO ITB

AFFIDAVIT – INDIAN ESTABLISHMENT

Page 144 of 3856


Appendix-IX to ITB

AFFIDAVIT – INDIAN ESTABLISHMENT


[On non-judicial stamp paper of appropriate value & duly notarized]

[Applicable for sole foreign bidder/ consortium of two foreign entities / consortium of one foreign & one Indian
entity / consortium of two Indian entities - delete those which are not applicable]

[The deponent must be any one out of CEO or CFO or Company Secretary or any Functional Director in
Board of Members]

FORMAT OF AFFIDAVIT

AFFIDAVIT OF...................................................... S/o D/o ................................................ , resident of


............................................................. EMPLOYED AS ............................................ WITH
.................................................................................... HAVING OFFICE AT
............................................................................................................ PIN ……………...

I, the above named deponent do hereby solemnly affirm and state as under:-

1) That, I/We, ....................................... , …………............ {Name(s) and designation}, on behalf of M/s.


............................................................ {Name of entity} do hereby declare that our company
…………………………. {Name and address} is submitting bid against Bidding Document No.
DC/B224-………………………….. for ……………………………………………………….. {Name of
tendered work/package}, issued by M/s Engineers India Ltd. for Rajasthan Refinery Project of M/s
HRRL, as a sole foreign bidder / member of a consortium [delete the one not applicable].

2) That, M/s ………………………………………………………... {Name and address of Indian


establishment} is our operating Indian establishment which is our own establishment / subsidiary
/ affiliate [delete the one not applicable] wherein we have controlling rights (i.e. actual control or
ownership in excess of 50% voting or other controlling interest that gives the power to direct, or
cause the direction of, the management and material business decisions of the controlled entity) as
on the last day of the month immediately previous to one in which bid is invited (i.e. the issue of IFB
on e-tendering website).

3) That this Indian establishment:-

a) has been in operation for more than 7 (Seven) years reckoned from the last day of the month
immediately previous to one in which bid is invited (floated).

b) has at least 70 technical (Graduate Engineers) employees (Project management,


engineering, procurement, HSE, construction, etc.) on payrolls as the last day of the month
immediately previous to one in which bid is invited (floated).

4) I depose accordingly,

SIGNATURE OF DEPONENT

VERIFICATION

I, ................................................. the deponent above named, do hereby verify that the factual contents
of this Affidavit are true and correct. No part of it is false and nothing material has been concealed there
from.

Verified at ............................... on this .......................day of ........................ 20 .........

SIGNATURE OF DEPONENT

Page 145 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 1 of 51

APPENDIX-X TO ITB

BIDDING FORMS
FOR HRRL RRP PROJECT

10 APPENDIX-X BIDDING FORMS_RR_REV 0

Page 146 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 2 of 51

TABLE OF CONTENTS

FORM NO. DESCRIPTION

A FORM OF BID

B INFORMATION ABOUT BIDDER

C DECLARATION BY THE BIDDER REGARDING BIDDING DOCUMENT

D Deleted

E COMPLIANCE TO BID REQUIREMENT

F EXCEPTIONS AND DEVIATIONS

G UNDERTAKING FOR NON-ENGAGEMENT OFCHILD LABOUR

H FORMAT FOR BIDDERS’ QUERIES

I PROFORMA OF CERTIFICATE OF NON INVOLVEMENT OF AGENT

J METHODOLOGY OF EXECUTION

K DETAILS OF PROPOSED ORGANIZATION FOR HOME AND SITE OFFICE

L DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT TOOLS &


TACKLES PROPOSED FOR EXECUTION OF WORK

M DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL

N(i) SIMILAR EXPERIENCE DURING LAST 10 YEARS

N(ii) EXPERIENCE DETAILS (IFB Clause no. 5.1 & 5.2) FOR PACKAGE-6

O ANNUAL TURNOVER, NET WORTH DETAILS

P SELF DECLARATION

Q DECLARATION OF BLACK-LIST /HOLIDAY LIST / SUSPENSION LIST/


BANNING LIST/ DELISTED LIST/ NEGATIVE LIST

Page 147 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 3 of 51

FORM-A
FORM OF BID
(TO BE SUBMITTED ON BIDDER’S LETTER HEAD)

Serial No. Date:

From
To

HPCL Rajasthan Refinery Limited


Tel Bhavan, Sahkar Marg,
Lal Kothi Vistar Jyoti Nagar,
Jaipur, Rajasthan, India, PIN – 302005

SUBJECT: BID SUBMISSION LETTER AGAINST BIDDING DOCUMENT NO.


………………………….
NAME OF WORK: ……………………………..) PACKAGE) OF M/S HPCL RAJASTHAN
REFINERY LIMITED, BARMER (RAJASTHAN) INDIA

Dear Sirs,
Having examined the Bidding Documents including Notice for Invitation for Bid, Instructions to
Bidders, General Terms and Conditions of Contract, Special Conditions of Contract,
Specifications, Technical requirements, Time Schedule, Form of Contract, Form of Bid, Price
Schedule and Amendment(s) to the Bidding Documents (if any), and having understood the
provisions of the said Bidding Documents and having thoroughly studied and understood the
requirements of HPCL Rajasthan Refinery Limited (HRRL) relative to the work for in
connection with the above work for HRRL’s Rajasthan Refinery Project (RRP) and having
conducted a thorough study of the job site(s) involved, the site conditions, soil conditions, the
climatic conditions, labour, power, water, material and equipment availability, the transport,
communication facilities and access to site, the availability and suitability of borrowed earth
areas, the availability of land and/or premises for temporary office and accommodation quarters
and all other factors and facilities and things whatsoever necessary or relevant to the
formulation of the Bid and the performance of Work, I/we hereby submit our bid/offer for the
performance of the proposed services and supplies in accordance with the terms and conditions
and within the time mentioned in the Bidding Documents at the lumpsum price quoted by me/us
in the Price Schedule(s) included in the Bidding Documents and arrived at by adding the Price
of Materials and the Price of Supplies and services in the format as per the Price Schedule. If
the Work is awarded to me/us, I/we undertake to perform the Work and make the supplies in
accordance with the Contract Documents as defined in the Form of Contract forming part of the
Bidding Documents and accept the terms and conditions of Contract as laid down therein and
undertake within 30 days of receipt of the Letter/FAX of Acceptance to deposit with the Chief
Finance Manager[ST1], HPCL Rajasthan Refinery Limited. (Rajasthan Refinery) a sum
equivalent to 10% (Ten percent) of the Lumpsum price as specified in the Letter of Acceptance
by way of Contract performance Bank Guarantee from a Scheduled Bank in India (other than
cooperative bank)/ Security deposit and Retention money as mentioned in SL.no. 4 of SCC,
and to commence work at the job site(s) involved within 30 days from the Acceptance of Bid,
and to sign the formal Contract in terms of the Form of Contract forming part of the Bidding
Documents within 30 (Thirty) days of receipt of the detailed Letter of Acceptance from or

Page 148 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 4 of 51

on behalf of HPCL Rajasthan Refinery Limited., failing which HPCL Rajasthan Refinery
Limited. shall be at liberty, without further reference to me/us and without prejudice to any of its
other rights or remedies, to terminate the Contract.
I/ We further undertake to keep my/our this Bid/offer open for a period of not less than 4 (Four)
months from the final bid due date {Bid submission End Date mentioned in IFB, if no extension
in Bid Due Date (BDD) or extended Bid Due Date in case BDD is extended.”}.
I/We hereby further state that I/We/None of us (in the case of partnership firm) was/were
employed as Directors of HPCL Rajasthan Refinery Limited. during the period of 2 (Two)
years immediately preceding the date hereof OR I/We hereby declare that I Shri……………….
one of our partners (in the case of partnership firm) was employed as a director in HPCL
Rajasthan Refinery Limited., during the period of 2 (Two) years immediately preceding the
date hereof and that Shri ……………………. OR I/We has/have obtained previous permission
of HPCL Rajasthan Refinery Limited. to make this Bid. I/We hereby declare that Shri
……………… one of directors was employed as a director of HPCL Rajasthan Refinery
Limited. during a period of 2 (Two) years immediately preceding the date hereof and that Shri
……………. /I/We has / have obtained previous permission of HPCL Rajasthan Refinery
Limited. to make this Bid.

I/We have annexed to this Bid the following documents:


(i) Original Power of Attorney or other proof of authority of the person who has signed
the Bid or Copy of general Power of Attorney or other authority duly certified by a
Notary Public in proof of authority of the person who has signed the Bid:
(ii) Information Regarding Bidder in the form annexed to the Form of Bid
(iii) Schedule of Prices in the prescribed form
(iv) Table of Contents (Master Index) of the Bidding documents, as issued duly signed as
a token of receipt of the complete set of the Bidding Document.
(v) Self-Declaration
(vi) Documentation against Bidder’s Qualification Criteria (Technical Experience Criteria
and Financial)” as mentioned in Instructions to Applicants for Bid Submission and
IFB.
(vii) Check List duly filled in.
(viii) Declaration of black listing/ holiday listing
(ix) Integrity Pact as per proforma included
(x) Financial details as per FORM-O along with supporting documents.
(xi) Earnest Money Deposit is submitted by BG /Demand Draft as follows:

EMD Amount BG/DD No. & Drawn on Bank& Valid up to


date Branch

(xii) Additional documents as listed below:


…………………………………………………………………………………………………

Page 149 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 5 of 51

…………………………………………………………………………………………………
…………………………………………………………………

I/We hereby undertake that the statements made herein and the information given in the
Annexures referred to above are true in all respects and that in the event of any such statement
or information being found to be incorrect in any particular, the same may be construed to be a
misrepresentation entitling HPCL Rajasthan Refinery Limited. to avoid or terminate any
resultant Contract.

I/We further undertake as and when called upon by HPCL Rajasthan Refinery Limited,. to
produce for its inspection, original(s) of the documents(s) of which copies have been annexed
hereto.
We, the undersigned warrant our competence (experience wise and financially) to faithfully
execute the entire work to the highest levels of professional standards and practice.

We also declare that in case of award of the said LSTK contract to us, we shall fully comply with
all rules, regulations and Health, Safety and Environment guidelines set forth by Owner or any
other Government body at Barmer (Rajasthan) India

We declare that we or any of our subcontractor or personnel required to work on this project,
shall have no objection in signing secrecy agreement with Owner, if so requested.

We hereby confirm that we have submitted all details as mentioned in the CHECK LIST
included in various sections and as per provisions mentioned elsewhere in the Bidding
document and all such documents are page numbered serially and flag marked for easy
identification with proper index.

Yours faithfully,
(Signature(s) of the Bidders(s))

Name & Designation of authorised person signing the Bid on behalf of the Bidder(s)
Full Name and address of the Bidder(s)

Page 150 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 6 of 51

FORM-B

INFORMATION ABOUT BIDDER


(TO BE FURNISHED WITH BID)

(To be furnished with the Bid separately for each consortium member in case of bids on
consortium basis)

1.0 IN CASE OF LIMITED LIABILITY


COMPANY OR COMPANY LIMITED BY
GUARANTEES

a) Amount of paid up capital

b) Name of Directors

c) Date of Registration of Company

d) Copies of the Balance sheet of the company


for the last 3 years.

e) Field of Business activities

2.0 IN CASE OF INDIVIDUAL

a) Name of Business and it’s Proprietor

b) Whether his business is registered.

c) Date of commencement of business.

d) Whether he pays Income Tax over


Rs.10,000/- per year.

e) Field of Business activities

3.0 IN CASE OF PARTNERSHIP

Page 151 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 7 of 51

a) Name of Partners

b) Whether the partnership is registered.

c) Date of registration of firm.

d) If each of the partners of the firm pays


income tax over Rs.10, 000/- a year and if so
which of them pays the same.

e) Age of Partners

f) Field of Business activities

(Signature & Seal of the Bidder)


Name and address of the Bidder

Page 152 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 8 of 51

Form –B(I)
INFORMATION ABOUT BIDDER
(OTHER DETAILS)
[in case of consortium bid, this form shall be submitted separately for each member of the consortium]

To
Engineers India Limited for
HPCL Rajasthan Refinery Limited
R&D Complex, Sector-16 (On N.H.-8)
Tower-1 (1st Floor),
Gurgaon-122 001
Haryana (India)

S.No. DESCRIPTION BIDDER’S REPLY

1.1 Legal Name of the Bidder(Company)

1.2 Date of Business (Company) Day Month Year


Establishment

1.3 Country of registration and Registration


Number:

1.4 Address of Registered Office ____________________________________


____________________________________

City :_____________________________
District :_____________________________
State :_____________________________
PIN/ZIP:_____________________________

1.5 Operation/Working Address if different ____________________________________


from above:
___________________________________

City :_____________________________
District :_____________________________
State :___________________________

Page 153 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 9 of 51

S.No. DESCRIPTION BIDDER’S REPLY


PIN/ZIP:_________________________

1.6 Telephone Number( Incl. ISD & Area


code, as applicable):

1.7 Fax Number:

1.8 Name & Mobile no. of Concerned


person(s)

1.9 E-mail address:

1.10 Internet Website (If applicable)

1.11 ISO Certification, if any

Name:
2.0 Affiliates / Associates / Subsidiary
Companies details
Address:

Name:

Address:

Name:

Address:

Page 154 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 10 of 51

S.No. DESCRIPTION BIDDER’S REPLY


Name:

Address:

3.0 GENERAL

3.1 Income Tax PAN No. (In India) of the firm.

3.2 Provident Fund Registration No. of the


firm.

3.3 ESI Registration No. of the firm

3.4 GST Registration No. of the firm.

4 CONTRACTOR’s PROFILE

4.1 Organisation Profile covering


a) Contractor’s Organization Chart from
the upper hierarchy level to Managers
level. Indicate Group or Division who
will be responsible for execution of
the EPC work and its management
team.

b) History & structure of the organisations


with names of directors & chief
executives.

c) Copy of Memorandum and Article of


Association of the Company or Board
Resolution mentioning Chairman/
Chief Executive Officer / Managing
Director of the Company.

Page 155 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 11 of 51

S.No. DESCRIPTION BIDDER’S REPLY

d) Memorandum of Understanding among


the Consortium partners mentioning
their area of responsibility and percent
liability in financial terms in executing
this contract on LSTK Basis.

Parent Company: state legal name


4.2
and country of residence of direct
parent company and the ultimate holding
company, if any.

Change of Ownership: has there been


4.3
any major change of Ownership of the
establishment over the past five (5)
years. If so, kindly provide details and if
not, please affirm by “NONE”.

Affiliates / Associates / Subsidiary


4.4
Companies:
Provide details in the form of a graphic
representation to clearly identify each
of the CONTRACTOR’s Affiliates /
Associates / Subsidiary Companies and
their interrelation to one another.

(Signature & Seal of the Bidder)


Name and address of the Bidder

Page 156 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 12 of 51

FORM–C

DECLARATION BY THE BIDDER REGARDING BIDDING DOCUMENT

We _______________________ (Name of the Bidder) hereby represent that we have


gone through and understood the Bidding Documents No.
________________________ (including but not limited to) the Commercial &
Technical Requirements/ Specifications in the Bidding Document ( all volumes/ parts )
and that our Bid has been prepared accordingly in compliance with the requirements
stipulated in the said documents.

We are submitting the Table of Contents (Master index –Technical & Master index –
Commercial) of Bidding Documents and amendments, if any, as part of our Bid duly
signed and stamped on each page in token of our acceptance. We are not submitting
the total Bidding Document as part of our Bid but undertake that said the Bidding
Documents shall be deemed to form part of our bid and in the event of award of work
to us, the same shall be considered for constitution of Contract Agreement. Further,
we shall sign and stamp on each page of these documents as a token of Acceptance
and as a part of the Contract in the event of award of Contract to us.

SIGNED FOR AND ON BEHALF OF

_______________________________

(NAME OF BIDDER)

PLACE: ____________________

DATE: ____________________

NOTE: This declaration should be signed by the Bidder’s representative who is


signing the Bid.

Page 157 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 13 of 51

FORM–D

DELETED

Page 158 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 14 of 51

FORM–E

COMPLIANCE TO BID REQUIREMENT


(TO BE SUBMITTED ON THE LETTERHEAD OF BIDDER)

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

We ……………………………………………………… (*) hereby agree to fully comply with, abide


by and accept without variation, deviation or reservation all technical, commercial and other
conditions of the Bidding Document and its Technical & Commercial Amendments, issued by
EIL on behalf of HRRL.

We confirm that during detailed engineering, we will review and recommend the required
Special tools & tackles and Commissioning spares, wherever specified in the enquiry document
and supply the same without any additional cost and time implication to Purchaser.

We further hereby waive, withdraw and abandon any and all assumptions, deviations,
variations, objections or reservations whatsoever hereto set out, given or indicated in our offer,
clarifications, correspondence, communications, or otherwise with a view that the price bid and
price implication (if any) submitted may be treated to conform to, in all respects, with the terms
and conditions of the said Bidding Document including all Technical and Commercial
Amendments.

We further hereby confirm that the price quoted in the price bid are as per the provisions of the
Bidding document and there is no deviation to the provisions in the price bid.

**
For and on behalf of
Authorised signatory
(Name and signature of authorized signatory)
Date:

* Here fill in the name of bidder.


** The bid compliance letter must be signed by the person (s) authorized to sign.

Page 159 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 15 of 51

FORM – F

EXCEPTIONS AND DEVIATIONS

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

BIDDING DOCUMENT
REFERENCE
SL.
PART PAGE CLAUSE SUBJECT DEVIATION
NO
NO./ NO. NO.

VOLUME

Page 160 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 16 of 51

BIDDING DOCUMENT
REFERENCE
SL.
PART PAGE CLAUSE SUBJECT DEVIATION
NO
NO./ NO. NO.

VOLUME

NOTE : 1. If totally unavoidable, Bidder may stipulate deviations to the requirements


of the Bidding Document only in this format.

2. Bidder shall furnish Technical and Commercial deviations, if any,


separately. Also, Technical deviations shall be furnished separately for
each discipline i.e. Process, General Civil, Structural, Architectural,
Piping, Mechanical Equipment, Pressure Vessels, Rotating Equipment,
HMTD, Electrical, Instrumentation, Construction etc as applicable.

3. Any deviations stated elsewhere in the bid shall not be taken into account
and may render the bid non-responsive and liable for rejection.
Deviation/Clarification in any other place shall be treated as null and
void.

STAMP & SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

DATE:

Page 161 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 17 of 51

FORM–G

UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR

Name of Work:

Bidding Doc. No.:

1/ We hereby declare that:

a) We are committed to elimination of child labour in all its forms.

b) Neither we nor any of our nominated sub-contractor(s) will engage Child


Labour in any of our work(s) in terms of the provisions of The Child Labour
(Prohibition and Regulation) Act, 1986 and other applicable laws.

c) We as well as our nominated sub-contractor(s) undertake to fully comply


with provisions of The Child Labour (Prohibition and Regulation) Act, 1986
and other applicable labour laws, in case the work is awarded to us.

d) It is understood that if I/We, either before award or during execution of


Contract, commit a transgression through a violation of Article b /c above
or in any other form, such as to put my/our reliability or credibility in
question, the Owner is entitled to disqualify us from the Tender process
or terminate the Contract, if already executed or exclude me / us from
future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of transgression and determined
by the Owner. Such exclusion may be for a period of 1 year to 3 years as
per the procedure prescribed in the guidelines for holiday listing of the
Owner.

e) I/We accept and undertake to respect and uphold the Owner's absolute
right to resort to and impose such exclusion.

Place: Signature of Bidder:

Date Name of Signatory:

Page 162 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 18 of 51

FORM-H
FORMAT FOR BIDDERS’ QUERIES
NAME OF WORK : ____________________________________________
BIDDING DOCUMENT : ____________________________________________
NAME OF BIDDER : ____________________________________________

SL. REFERENCE OF ENQUIRY DOCUMENT BIDDER'S QUERY EIL


NO. REPLY
PART/VOL. PAGE CLAUSE SUBJECT
NO. NO.

NOTE:
1. The Pre-Bid Queries may be sent by e-mail to concerned persons, the details of which is
provided in IFB
2. Also send the editable soft format through email.

SIGNATURE OF BIDDER : ___________________________ WITH SEAL/STAMP

Page 163 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 19 of 51

FORM – I

PROFORMA OF CERTIFICATE OF
NON-INVOLVEMENT OF AGENT

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

Where Indian Agent/Consultant/Representative/Retainer/Associates is not involved, the bidder


shall certify in the proforma given below on their letterhead.

This is to Certify that we have not engaged/involved any Indian Agent/Representative/


Consultant/Retainer/Associates who is not our employee for the purposes of accompanying bid
or any resultant Contract and therefore, no Agent’s/Retainer’s/
Representative’s/Consultant’s/Associate’s commission is payable in India or abroad against or
in connection with any resultant Contract.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

DATE:

Page 164 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 20 of 51

FORM - J

SUBJECT: METHODOLOGY OF EXECUTION

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

In this Proposal FORM, Bidder shall detail out Methodology of Execution of work, as
applicable for the following:

In this Exhibit, Bidder shall furnish the following:


1. Methodology of execution of residual basic design and detailed engineering
considering/ furnishing
 Availability of 3D modelling with PDS/PDMS software alongwith details such as
number of work stations, available experienced manpower etc.
 Availability of latest IT communication system and Engineering Documentation
Management & control & Transfer of deliverables
 Exposure of engineering company for above software
 Key personnel to be deployed by main bidder, either at Bidder's design office or
design office of Engineering sub-contractor, for review, approval and monitoring.

2. Methodology of Construction Execution covering.


 Mobilization of heavy duty crane for installation of heavy lifts mentioned under (3)
below.
 working in Monsoon period
 Extent of mechanization of construction processes/equipment
 Expediting of material/equipment
 Quality Assurance
 HSE policy Implementation

3. Heavy Equipments
4. Any Other

(STAMP & SIGNATURE OF BIDDER)

DATE:

Page 165 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 21 of 51

FORM-K

DETAILS OF PROPOSED ORGANISATION


NAME OF WORK : ____________________________________________
BIDDING DOCUMENT. : ____________________________________________

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

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 lumpsum price.

SIGNATURE OF BIDDER : ________________________

NAME OF BIDDER : ________________________

Page 166 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 22 of 51

FROM-L
DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMRNT
SL. DESCRI CAPA DEPLOYMENT SCHEDULE (IN MONTH)
PTIO N -CITY
NO.
TOT
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
AL

1 CRANES

1.1 3200 MT

1.2 1250 MT
1000 MT

1.3

1.4 500 MT

1.5 300 MT

1.6 150 MT

1.7 75 MT

1.8 50 MT

1.9 20 MT
1.10

15 MT
1.11

10 MT
1.12

5 MT

Page 167 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 23 of 51

SL. DESCRI CAPA DEPLOYMENT SCHEDULE (IN MONTH)


PTIO N -CITY
NO.
TOT
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
AL

2 DIESEL
GENER
ATORS

2.1 500 KVA

2.2 300
KVA/250
KV

2.3 150
KVA/125
KV

3 COMPR
ESSORS

3.1 600 CFT

3.2 350 CFT

4 WELDIN
G M/CS

4.1 DIESEL
WELDIN
G M/C

4.2 DIESEL
GENER
ATOR

Page 168 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 24 of 51

SL. DESCRI CAPA DEPLOYMENT SCHEDULE (IN MONTH)


PTIO N -CITY
NO.
TOT
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
AL

4.3 WELDIN
G
TRANS
FORME
RS/
RECTIFI
ERS

4.4 TIG
WELDIN
G M/CS

5 GRIT
BLASTIN
G M/CS

6 SPRAY
PAINTIN
G M/CS

7 STRESS
RELIEVI
NG
M/CS

8 RADIOG
RAPHY
M/CS

9 TEST
PUMP

10 WATER
PUMP

Page 169 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 25 of 51

SL. DESCRI CAPA DEPLOYMENT SCHEDULE (IN MONTH)


PTIO N -CITY
NO.
TOT
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
AL

11 TRANSP
ORTA-
TION
EQPT

11.1 TRACTO
R-
TRAILO
R

11.2 TRUCKS

11.3 BUS

12 JACKS

12.1 MECHA
NICAL

12.2 HYDRA
ULIC

13 CIVIL

13.1 EXCAVA
TORS

13.2 DUMPE
RS

Page 170 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 26 of 51

SL. DESCRI CAPA DEPLOYMENT SCHEDULE (IN MONTH)


PTIO N -CITY
NO.
TOT
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
AL

13.3 BATCHI
NG
PLANT

13.4 CONCR
ETE
PUMP
CAR
TRANSI
T MIXER
13.5

MIXER
13.6
VIBRAT
ORS
13.7
COMPA
CTORS
13.8
THEOD
OLITES
13.9
OTHERS

14.0
INSULA
TION
14.1 TESTIN
G
EQUIPM
ENT
SECON
DARY
14.2 INJECTI
ON
TESTIN
G KIT

Page 171 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 27 of 51

SL. DESCRI CAPA DEPLOYMENT SCHEDULE (IN MONTH)


PTIO N -CITY
NO.
TOT
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
AL

METERS
, TOOLS
14.3 &
TACKLE
S ETC.
CALIBR
ATION
14.4 EQUIPM
ENT
OTHER
TOOLS
14.5 &
TACKLE
S
MULTI
METERS
14.6 CALIBE
RAT-
ORS
ETC.
14.7 BATCHI
NG
PLANT

_(STAMP & SIGNATURE OF BIDDER)

Note – The Schedule shall be modified as per the Time Schedule

Bidder to add other equipment’s as required

Page 172 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 28 of 51

FORM-M

DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL

DEPLOYMENT SCHEDULE (IN MONTH)


SL. DESCRIT
TOT
PION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
NO. AL

PROJECT
MANAGEM
1 ENT
PROJECT
MANAGER
1.1
PLANNING
MANAGER
1.2
PLANNING
ENGINEER
1.3 S
RESIDUAL
DESIGN
2 AND
DETAILED
ENGINEERI
NG
PROJECT
ENGINEERI
2.1 NG
MANAGER
ENGINEERI
NG
2.2 COORDINA
TOR
ENGG.
PERSONN
2.3 EL FOR
VARIOUS
DISCIPLINE

Page 173 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 29 of 51

DEPLOYMENT SCHEDULE (IN MONTH)


SL. DESCRIT
TOT
PION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
NO. AL

CIVIL
STRUCTUR
2.3. AL
1
(i) ENGINEER
S
PRESSURE
VESSELS
2.3.
2
MECHANIC
AL EQPT/
2.3. ROTARY
3 EQPT.
2.3. PIPING
4
ENGINEER
S
(i)
2.3. ELECTRIC
5 AL

(i) ENGINEER
S
2.3. INSTRUME
6 NTATION

(i) ENGINEER
S
2.3. MISCELLA
7 NEOUS

3 PROCURE
MENT

Page 174 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 30 of 51

DEPLOYMENT SCHEDULE (IN MONTH)


SL. DESCRIT
TOT
PION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
NO. AL

3.1 PURCHASE

3.1. PURCHASE
1 MANAGER

3.1. PURCHASE
2 COORDINA
TOR

3.1. PURCHASE
3 OFFICER

3.2 INSPECTIO
N

3.2. INSPECTIO
1 N
MANAGER

3.2. INSPECTO
2 RS

3.3 EXPEDITIN
G

Page 175 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 31 of 51

DEPLOYMENT SCHEDULE (IN MONTH)


SL. DESCRIT
TOT
PION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
NO. AL

3.3. EXPEDITIN
1 G
COORDINA
TOR

3.3. EXPEDITO
2 RS

3.4 CUSTOM
CLEARANC
E, IMPORT
LICENCE,
TRANSPOR
TATION
PERSONN
EL

4 SITE
CONSTRU
CTION

4.1 PROJECT
MANAGER

4.2 CONSTRU
CTION
MANAGER

4.3 CIVIL
STRUCTUR
AL

Page 176 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 32 of 51

DEPLOYMENT SCHEDULE (IN MONTH)


SL. DESCRIT
TOT
PION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
NO. AL

4.3. LEAD
I ENGINEER

4.3. SITE
2 ENGINEER

4.3. SUPERVIS
3 ORS

4.4 MECHANIC
AL WORKS

4.4. LEAD
I ENGINEER

4.4. SITE
2 ENGINEER

4.4. SUPERVIS
3 ORS

4.5 PIPING
WORK

4.5. LEAD
1 ENGINEER

Page 177 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 33 of 51

DEPLOYMENT SCHEDULE (IN MONTH)


SL. DESCRIT
TOT
PION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
NO. AL

4.5. SITE
2 ENGINEER

4.5. SUPERVIS
3 ORS

4.6 ELECTRIC
AL WORK

4.6. LEAD
1 ENGINEER

4.6. SITE
2 ENGINEER

4.6. SUPERVIS
3 ORS

4.7 INSTRUME
NTATION
WORK

4.7. LEAD
1 ENGINEER

4.7. SITE
2 ENGINEER

Page 178 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 34 of 51

DEPLOYMENT SCHEDULE (IN MONTH)


SL. DESCRIT
TOT
PION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
NO. AL

4.7. SUPERVIS
3 ORS

4.8 QUALITY
ASSURANC
E/ QUALITY
CONTROL

4.8. QC/QA
1 MANAGER

4.8. INSPECTO
2 R (CIVIL)

4.8. INSPECTO
3 R (PIPING)

4.8. INSPECTO
4 R (MECH
EQPT)

4.9 SAFETY
ENGINEER

4.1 SITE
0 ENGINEERI
NG WORKS

Page 179 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 35 of 51

DEPLOYMENT SCHEDULE (IN MONTH)


SL. DESCRIT
TOT
PION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
NO. AL

4.1 ENGINEER
0.1 S

4.1 SUPERVIS
0.2 ORS

4.1 COMPUTE
1 R
ENGINEER

4.1 ADMINISTR
2 ATION
MANAGER

4.1 MISCELLA
3 NEOUS

4.1 WAREHOU
4 SE
PERSONN
EL

4.1 MATERIAL
5 MANAGER

4.1 COMMISSI
6 ONING

Page 180 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 36 of 51

DEPLOYMENT SCHEDULE (IN MONTH)


SL. DESCRIT
TOT
PION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32
NO. AL

i) COMMISSI
ONING
COORDINA
TOR

ii) COMM
ENGINEER

(SHIFT- IN-
CHARGE)

iii) CONTROL
ROOM
COORDINA
TOR
FIELD
SUPERVIS
iv) OR

v) TECHNICIA
N
Vi)
Any Other

Note – The Schedule shall be modified as per the Time Schedule mentioned in IFB

_____________________________________

(STAMP & SIGNATURE OF BIDDER)

Page 181 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 37 of 51

SIMILAR EXPERIENCE DURING LAST 10 YEARS Form –N(i)


[in case of consortium bid, this form shall be submitted separately for each member of the consortium]

NAME OF OWNER, NO. OF


PROJECT FINAL DETAIL OF UNIT MODE
POSTAL ADDRESS, COUNTRY & PROJECT YEARS
SL AND UNIT COMPLETION AS
PHONE/FAX NO. & EXECUTION MODE EXECUTED OF (GRASS
NO. DESCRIPTI LOCATION TOTAL VALUE PER COMPLETION
E-MAIL OPERATI
ON VALUE CERTIFICATE ROOT/REVAMP)
ON

1. SINGLE LSTK /

CONSORTIUM

2. SINGLE LSTK /

CONSORTIUM

3. SINGLE LSTK /

CONSORTIUM

4. SINGLE LSTK /

CONSORTIUM

5. SINGLE LSTK /

CONSORTIUM

Page 182 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 38 of 51

NAME OF OWNER, NO. OF


PROJECT FINAL DETAIL OF UNIT MODE
POSTAL ADDRESS, COUNTRY & PROJECT YEARS
SL AND UNIT COMPLETION AS
PHONE/FAX NO. & EXECUTION MODE EXECUTED OF (GRASS
NO. DESCRIPTI LOCATION TOTAL VALUE PER COMPLETION
E-MAIL OPERATI
ON VALUE CERTIFICATE ROOT/REVAMP)
ON

6. SINGLE LSTK /

CONSORTIUM

7. SINGLE LSTK /

CONSORTIUM

8. SINGLE LSTK /

CONSORTIUM

9. SINGLE LSTK /

CONSORTIUM

(Signature & Seal of the Bidder)


Name and address of the Bidder

Page 183 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 39 of 51

FORM- N (ii)

EXPERIENCE DETAILS (IFB Clause no. 5.1 & 5.2) FOR PACKAGE-6
[in case of consortium bid, this form shall be submitted separately for each member of the consortium]

Bidder shall furnish their experience details with reference to the Work, which pre-qualify them
in line with criteria mentioned in Invitation for Bid against IFB Clause no. 5.1 & 5.2

(MARK  FOR APPLICABILITY IN BOX)

S. DESCRIPTION DETAILS
NO.
Name of project, location
1.

Description of work
2.

Contract Value
3.

a) Awarded value Currency:


(With Currency)
Value:

Awarded value in ( INR/USD) Currency Conversion Factor:


[As per IFB Cl. No. 5.5.8 & 5.5.9
INR/ USD Value:
]

b) Final Executed value ( Currency:


Currency __)
Value:

Final Executed in (INR/USD) Currency Conversion Factor:


[As per IFB Cl. No. 5.5.8 & 5.5.9
INR/ USD Value:
]
Name of Owner, Postal
4.
Address, Phone/Fax No. &
e-mail

Page 184 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 40 of 51

S. DESCRIPTION DETAILS
NO.
Name of Consultant, Postal
5.
Address, Phone/ Fax No. &
e-mail

6. Above Referred Job Executed as:


Single Bidder :

A Leader of the Consortium:

Through any other Mode


(Please Specify)

Names of domain/sector:
7.
[Refer IFB Clause no.: 5.1]

8 ACTIVITY PERFORMED UNDER BY SELF / AS BY MEMBER BY SUB-


SCOPE OF WORK A LEADER OF OF CONTRACTOR
CONSORTIUM CONSORTIUM
(MARK  FOR APPLICABILITY IN BOX)

Overall Project Management

Residual process design

Detailed Engineering

Procurement and Supply

Construction including
fabrication, erection

Inspection, testing, Start-up


and pre-commissioning

Page 185 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 41 of 51

S. DESCRIPTION DETAILS
NO.
ACTIVITY PERFORMED UNDER BY SELF/ AS BY MEMBER BY SUB-
SCOPE OF WORK A LEADER OF OF CONTRACTOR
CONSORTIUM CONSORTIUM
(MARK  FOR APPLICABILITY IN BOX)

Commissioning Assistance

Commissioning

9 Completion Status Specify Date of

i) Effective Date of Contract: ________________

ii) Starting date: _______________________

iii) Scheduled Completion Date: _______________

iv) Mechanical Completion Date : ____________

v) Commissioning Date :_______________

vi) Date of putting into operation : ____________

vii) Actual Date of Completion of Contract:______

viii) Date of completion of one year successful

operation :____________

ix) Delay in months, if any :________________

x) Reasons for delay, if any:

__________________

10 Confirm following documents  Copy of work order/contract agreement in


enclosed
[Refer IFB Clause. No. 5.1 and line with BQC requirement
5.2]

Ref.No.:_________ Dated:_______

Page 186 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 42 of 51

S. DESCRIPTION DETAILS
NO.
 Copy of Proof of Completion in line with BQC

requirement

Ref.No.:_________ Dated:_______
 Proof of Commissioning in line with BQC in

line with requirement

Ref.No.:_________ Dated:_______
 A proof that plant has been under operation for
Last 1 year in line with BQC requirement

Ref.No.:_________ Dated:_______

 A proof that plant is Non-Captive in line with


BQC requirement

Ref.No.:_________ Dated:_______
11 Yes No
Confirm that you are meeting
the Technical Criteria of BQC
as mentioned in IFB.

12 Confirmed
If not, then confirm that you
have engaged Engineering
Sub-contractor / backup
consultant as per IFB Clause Furnished Experience Details of Engineering Sub-
5.1 and you have furnished Contractor / backup consultant.
Experience Details of
Engineering Subcontractor. Yes No

MOU with Engineering Subcontractor / backup


consultant furnished

Yes No

Page 187 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 43 of 51

S. DESCRIPTION DETAILS
NO.
13 Confirmed that all supporting
documents pertaining to
qualification criteria submitted
as evidence are duly Confirmed
authenticated as per
requirement mentioned in IFB
[Clause no. 5.4] and
Instructions To Bidders.

Note:
1. In case of submitting multiple jobs for qualification, the above Form N (ii) sheet shall be
provided for each job separately.

CONFIRMATION:

1. We confirm that information furnished along with our Bid as per this format are true and
correct and in case of any original document is required by Owner/Consultant, the same
shall be submitted by us for verification.

2. We confirm that copies of the documents submitted/ uploaded with e-bid for meeting the
Bidder Qualification Criteria are authenticated copies and are true images of the original
document. In case some area has been omitted while taking the Photocopy of original
documents due to confidentiality requirement, then such portions of the documents
should be identified and informed in writing stating the reasons.

(Signature & Seal of the Bidder)

Page 188 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 44 of 51

FORM-O

ANNUAL TURNOVER , NET WORTH & WORKING CAPITAL DETAILS


[in case of consortium bid, this form shall be submitted separately for each member of the consortium]

Bidder shall furnish details, which pre-qualify them in line with Financial Criteria mentioned under IFB Clause 5.3.

A. ANNUAL TURNOVER

Annual Turnover data for the last Three Financial years ending 31st March/ 31st December

FINANCIAL YEAR ANNUAL ANNUAL TURNOVER Bidder’s Currency to Schedule Reference,


(F.Y.) TURNOVER (In US$, for Foreign Bidder/ US$ conversion factor, Page No., Clause. No.
(indicate currency) In INR for Indian Bidder) as on Date of Audited of Financial Statement
[As per Audited [As on Date of Audited Financial Financial Statement
Financial Statement] Statement ] [Applicable if Turnover
is not in INR or US$]

F.Y.___________

F.Y.___________

F.Y.___________

AVERAGE ANNUAL
TURNOVER OF
ABOVE 3 YEARS

NOTE: Annual Turnover shall be calculated including Excise Duty / GST (as applicable) but excluding other Incomes

Page 189 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 45 of 51

B. NET WORTH

Networth of the immediate preceeding financial year (based on audited financial results)

FINANCIAL YEAR NET WORTH (indicate currency also) NET WORTH


[As per Audited Financial Statement] (POSITIVE or
NEGATIVE)

F.Y.__________________

Formulae for working out Net Worth :

Net worth calculation: Net worth means paid up share capital, Share Application Money pending allotment* and reserves# less
accumulated losses and deferred expenditure to the extent not written off. Net worth has been calculated using the following formula, as
per provisions of the enquiry document:
# Reserves to be considered for the purpose of net worth shall be all reserves created out of the profits and securities premium account but
shall not include reserves created out of revaluation of assets, write back of depreciation and amalgamation.
*Share Application Money pending allotment will be considered only in respect of share to be allotted.

Page 190 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 46 of 51

S. Description As shown in Audited Financial Statement


No.
Figure (In Currency ______________ ) Schedule Reference, Page no.,
Clause no.

A Paid up Share capital

B Add : Share Application Money


pending allotment

C Add : Reserves (As defined


above)

D Less : Accumulated Losses

E Less: Deferred Revenue


Expenditure to the extent not
written off

F Net Worth (A+B+C-D-E)

Page 191 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 47 of 51

C. Working capital = Current assets – Current liabilities

S. No. Description Figure (In Bidder’s Currency Figure in US$ [Conversion Schedule
____________ ) factor, as on Date of Reference, Page
Audited Financial no., Clause no.
[F.Y. ______________ ] [As on Date of Audited Financial Statement , as shown in
Statement of Immediate Preceding Table A above]
Financial Year]
[Applicable if Turnover is
not in INR or US$]

A Current assets : NOT TO BE FILLED UP

B Current liabilities : NOT TO BE FILLED UP

C=A-B Working capital :

D. In case of shortfall in Working Capital mentioned in the Financial Criteria, Letter from Scheduled Bank in India as per RBI Act

Name of Scheduled Bank in India and Bank Letter Reference and Date Fund Based Line of Credit [with Currency]
Branch

NOTES

1) Bidder to submit Copies of Audited Financial Statements (Balance Sheets and Profit & Loss account) for the above three
Financial years including Auditor’s Report, all Schedules etc. as per provisions of the Bidding Document

2) Net Worth, Working Capital and Turnover have been calculated using the above mentioned formulae and after giving effect to
the impact of audit qualification given in the auditor’s report.

Page 192 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 48 of 51

SELF DECLARATION/CERTIFICATION

FORM-P
Bidder’s declaration as furnished herein below shall supersede the stipulations
mentioned elsewhere in their bid.

SL. DESCRIPTION BIDDER'S DECLARATION


NO.

We confirm that we are not under


Liquidation, Court Receivership or
similar proceeding, otherwise, if involved
1. please furnish information about the
same.

(a) We confirm that we are not (a)


involved in any
Litigation/Arbitration

(b) (In case of Litigation/Arbitration) (b) [To be replied only in case


We confirm that the current bidder confirms there is any
2. Litigation/ Arbitration, in which Litigation/Arbitration]
bidder is involved will not have
any impact in work being
tendered or in entering into
contract during the validity of
offer and performing the contract
till all the contractual obligations
under contract are performed.

We confirm that we [Individual, each


consortium member in case of
consortium, as applicable depending on
the bidding arrangement] are not on
BLACK-LIST /HOLIDAY LIST /
3. SUSPENSION LIST/ BANNING LIST/
DELISTED LIST/ NEGATIVE LIST of
EIL/HPCL/HRRL on due date of
submission of bid.

Page 193 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 49 of 51

We confirm that we [Individual, each


consortium member in case of
consortium, as applicable depending on
the bidding arrangement] are not in
4. Holiday List of other Companies and
their performance is not far from
satisfactory level in ongoing contracts in
the recent refinery projects under
implementation.

We confirm that we [Individual, each


consortium member in case of
consortium, Sub-contractor, as
applicable depending on the bidding
arrangement] are not on not on BLACK-
LIST /HOLIDAY LIST / SUSPENSION
5. LIST/ BANNING LIST/ DELISTED LIST/
NEGATIVE LIST by any Government
Department / quasi-Government
Department / Public Sector Undertaking
on due date of submission of bid.

(a) We confirm that no previous


Transgression occurred in the
last three years immediately
before signing of Integrity Pact,
with any other company in any
country in respect of any corrupt
practices envisaged or with any
Public Sector Enterprises in India
or any Government Department
6. in India. [Refer sl. No. 4. of the
Integrity Pact]

(b) We further confirm that the above


declaration/confirmation are true
and accurate in all respects, and
not in conflict with the declaration
mentioned in our any part of our
bid / financial statement/any other
document.

Page 194 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 50 of 51

FORM–Q
DECLARATION OF BLACK-LIST /HOLIDAY LIST / SUSPENSION LIST/ BANNING
LIST/ DELISTED LIST/ NEGATIVE LIST

In the case of company:

We, M/s____________________________________, hereby declare that we have not


been placed on any BLACK-LIST /HOLIDAY LIST / SUSPENSION LIST/ BANNING
LIST/ DELISTED LIST/ NEGATIVE LIST declared by Engineers India Ltd./ HPCL
Rajasthan Refinery Limited or its Administrative Ministry (presently the Ministry of
Petroleum & Natural Gas) or any Government Department / Quasi Government
agencies/Public Sector, except as indicated below:

(Here give particular of BLACK-LIST /HOLIDAY LIST / SUSPENSION LIST/ BANNING


LIST/ DELISTED LIST/ NEGATIVE LIST, and in absence thereof, state “NIL”.)

In the case of a Proprietary Concern:

I hereby declare that neither I in my personal name or in the name of my Proprietary


concern M/s______________________, which is submitting the accompanying
Bid/Tender nor any other concern in which I am proprietor nor any partnership firm in
which I am involved as a Managing Partner have been banned or placed on BLACK-
LIST /HOLIDAY LIST / SUSPENSION LIST/ BANNING LIST/ DELISTED LIST/
NEGATIVE LIST declared by Engineers India Ltd./ HPCL Rajasthan Refinery
Limited or its Administrative Ministry (presently the Ministry of Petroleum & Natural
Gas) or any Government Department / Quasi Government agencies/ Public Sector,
except as indicated below:

(Here give particulars of BLACK-LIST /HOLIDAY LIST / SUSPENSION LIST/ BANNING


LIST/ DELISTED LIST/ NEGATIVE LIST, and in absence thereof state “NIL”)

Page 195 of 3856


Rajasthan Refinery Project (RRP) of HRRL Bidding Forms
Sheet 51 of 51

In the case of a Partnership Firm:

We hereby declare that neither we, M/s______________, submitting the accompanying


Bid/Tender nor any partner involved in the management of the said firm either in his
individual capacity or as proprietor or managing partner of any firm or concern have or
has been banned or placed on BLACK-LIST /HOLIDAY LIST / SUSPENSION LIST/
BANNING LIST/ DELISTED LIST/ NEGATIVE LIST declared by Engineers India Ltd./
HPCL Rajasthan Refinery Limited or its Administrative Ministry (presently the Ministry of
Petroleum & Natural Gas)or any Government Department / Quasi Government
agencies/Public Sector, except as indicated below:

(Here give particulars of BLACK-LIST /HOLIDAY LIST / SUSPENSION LIST/ BANNING


LIST/ DELISTED LIST/ NEGATIVE LIST, and in absence thereof state “NIL”)

It is understood that if this declaration is found to be false in any particular of BLACK-


LIST /HOLIDAY LIST / SUSPENSION LIST/ BANNING LIST/ DELISTED LIST/
NEGATIVE LIST, HPCL Rajasthan Refinery Limited or its Administrative Ministry or its
authorised representative, shall have the right to reject my/our bid, and if the bid has
resulted in a contract, the contract is liable to be terminated.

SIGNATURE OF BIDDER :____________________________

NAME OF BIDDER : ____________________________

COMPANY SEAL : ____________________________

Page 196 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) PCCG
Page 1 of 1

____________________________________________________________________________________

APPENDIX-XI TO ITB

FORMAT - PARENT COMPANY CORPORATE


GUARANTEE (PCCG)

Page 197 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) PCCG
Page 1 of 4

____________________________________________________________________________________

APPENDIX-XI TO ITB

FORMAT - PARENT COMPANY CORPORATE


GUARANTEE (PCCG)

Page 198 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) PCCG
Page 2 of 4

____________________________________________________________________________________

PROMOTER MEMBER/ PARENT COMPANY GUARANTEE

This GUARANTEE ("Guarantee") is issued on the day of , 20…


by ,a Company organized and existing under the laws of
India, having its Registered Office at (hereinafter referred
to as "Guarantor"), at the request and/or behest of , a Joint
Venture / Subsidiary/Group / Affiliate Company organized and existing under the laws of
_____________, having its Office at____________, of which the Guarantor is a promoter/
Parent Company (hereinafter referred to as "Bidder"), in favour of HPCL Rajasthan Refinery
Limited, a Joint Venture between Hindustan Petroleum Corporation (HPCL) and Government of
state of Rajasthan, India organized under the laws of India having its Registered Office at Tel
Bhavan, Sahkar Marg, Lal Kothi Vistar Jyoti Nagar, Jaipur Rajasthan, India, PIN - 302005
(hereinafter referred to as “Beneficiary” or “HRRL”).

WHEREAS:
The Beneficiary floated a tender dated inviting offers from Vendors
for (purpose). The Bidder (Joint
Venture/Subsidiary/Group/ Affiliate Company) has submitted its quotation and advised the
Beneficiary that the Bidder is a Joint Venture / Subsidiary/Group/Affiliate Company in which the
Guarantor is the promoter/ parent and a majority/ ultimate share holder and the Guarantor has
effective control of the Bidder. The Bidder seeks to take benefit of the experience and
qualifications of the Guarantor, in order to qualify in the tender. In terms of the tender conditions,
if the Bidder is to be given the benefit of the qualifications of the promoter member/ parent
company, then the said promoter member/ parent company is supposed to provide adequate
guarantees to the Beneficiary, in respect of technical, financial and other support to the Bidder,
in order to complete the job, if the Bidder is successful and the contract is awarded to the
Bidder. For this reason, the Guarantor is ready and willing to give a Promoter Member
Guarantee (PMG) inter alia for the performance of the obligations of the Bidder to the terms and
conditions of the tender and on Bidder's failure, to assume the said obligations.

We, the Guarantor are hereby recording the terms and conditions governing our obligations
under this Guarantee with the intent of being legally bound by the same and hereby agree,
covenant and bind ourselves as follows:-

1. The Guarantor hereby irrevocably and unconditionally guarantees to HRRL that its joint
venture/subsidiary/group/affiliate Bidder company will perform its obligations under the terms
and conditions of the tender, if the contract is being awarded to them in future for
and agrees to provide further comfort letters/ guarantees, if so desired by Beneficiary, in
terms of the tender.

2. The Guarantor unconditionally and irrevocably guarantees to the Beneficiary that it will make
available or cause to be made available to the Bidder all financial, technical and other
resources required to ensure that the Bidder can carry out its obligations as per the tender
terms and conditions and that the Bidder at all times fully and effectively discharge its
obligations under the terms and conditions of tender, including by discharging the obligations
within the time and cost so stipulated. This Guarantee is an absolute, unconditional and
continuing guarantee of the full and punctual payment and performance of obligations under
this Guarantee and is in no way conditioned upon any requirement that the
Beneficiary/HRRL first attempt to enforce any of the obligations against the Bidder, any other
guarantors of the Bidder or any other person or entity or resort to any other means of
obtaining performance of any obligations of the Bidder.

3. The Guarantor hereby agrees that if the Bidder shall in any respect commit any breach or
fails to fulfill any of the terms of the Contract/Tender or complete it in all respects or if there

Page 199 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) PCCG
Page 3 of 4

____________________________________________________________________________________

is a failure to make any supplies or if any material, equipment or machinery under the
contract so supplied is not of the required specifications or does not perform as envisaged
under the contract/tender, then the Guarantor will forthwith perform the same and fulfill all
the obligations required under tender terms & conditions on behalf of their Bidder, without
any extra cost and time implications.

4. The Guarantor further undertakes to indemnify all losses, damages, expenses, claims, costs
and proceedings which may be suffered or incurred by Beneficiary due to the failure or
breach on the part of its Bidder Company.

5. The Guarantor assures and undertakes that during the term of the contract or of any
guarantee for performance as per the contract, the Guarantor shall continue to be the
promoter member/ parent company of the Bidder and further, that the Guarantor's liability
shall not be affected due to any incapacity or lack of power or legal personality or change in
the status of the Bidder or the Guarantor.

6. The Guarantor's liabilities under this Guarantee shall not exceed the liability of the Bidder
under the tender terms and conditions but this shall in any manner not affect the Guarantor's
own responsibilities and liabilities under the Guarantee. Guarantor shall be entitled to all the
rights and limitations as available/applicable to the Bidder under the Agreement, when called
upon under this Guarantee to complete / perform any obligations of the Bidder under the
Agreement.

7. The obligation of the Guarantor shall take effect from the date of this Guarantee and shall
remain in full force until all the obligations of the Bidder have been fully performed and
discharged and/or all sums of money payable to Beneficiary have been fully paid under the
contract being entered into by Beneficiary with the Bidder. The Guarantor further undertakes
to perform forthwith under this Guarantee without insisting on any proof of breach of
Contract by the Bidder and purely relying on Beneficiary's written demand.

8. The liabilities of the Guarantor shall not be discharged, diminished or otherwise affected by:-

a. Any change in the Articles of Association or Bye-Laws or constitution of the Bidder


Company or the Guarantor or the Beneficiary.

b. Any time, indulgence, waiver or consent given to the Bidder Company by the Beneficiary.

c. Any amendment to the Contract or any security or other guarantee or indemnity to which
Bidder Company has agreed.

d. The dissolution, amalgamation, reconstruction or reorganization of Bidder Company or


Guarantor.

9. NOTICE:

Any notice, demand, declaration or other communication to be given by the Beneficiary or the
Guarantor to the other shall be in writing, in English language and delivered in person or by Air
Mail or by Courier Services or by Facsimile or by E-Mail to the address given in the tender
documents or in the beginning of this Guarantee.

Page 200 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) PCCG
Page 4 of 4

____________________________________________________________________________________

10. GOVERNING LAW AND JURISDICTION:

This Guarantee shall be exclusively governed by and construed in accordance with the laws of
India without giving effect to the principles of conflict of laws therein. No party shall take a plea
that any forum is inconvenient. It may be enforced in terms of the Indian laws.

11. DISPUTE RESOLUTION

All and any disputes or differences arising out of or in relation to this Guarantee shall be finally
settled and resolved through Arbitration in terms of the Arbitration Clause contained in the
tender documents and agreed to between the Bidder and the Beneficiary. If the disputes are
raised by the Guarantor, then the same shall settled by Arbitration assuming that the Guarantor
is the Bidder under the said clause.

12. This Guarantee may be executed in one or more counterparts, all of which shall be read and
construed as one document and any fax copy or scanned copy or print of a scanned copy of
a signed Guarantee shall be deemed to be an original signature.

13. No modification, alteration or amendment of this Guarantee or any of its terms or provisions
shall be valid or legally binding unless the Beneficiary consents to the same in writing.

14. No failure to take any action with respect to a breach of this Guarantee or a default by any
other party shall constitute a waiver of the Beneficiary's right to enforce any provision of this
Guarantee or to take action with respect to such breach or default or any subsequent breach
or default.

15. Waiver of any breach or failure to comply with any provisions of this Guarantee shall not be
construed as, or constitute, a continuing waiver of such provision, or a waiver of any other
breach of or failure to comply with any other provision of this Guarantee, unless any such
waiver has been consented to by the concerned party in writing.

16. This document has been executed by a duly authorized signatory on behalf of the Guarantor
having the requisite power to do so.

IN WITNESS WHEEOF the Guarantor has duly executed this Guarantee as at the date first
above written.

For and on behalf of Guarantor

Witness

(Signature): Signature:

Name: Name:

Designation: Designation:

Page 201 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) PCCG
Page 2 of 4

____________________________________________________________________________________

PROMOTER MEMBER/ PARENT COMPANY GUARANTEE

This GUARANTEE ("Guarantee") is issued on the day of , 20…


by ,a Company organized and existing under the laws of
India, having its Registered Office at (hereinafter referred
to as "Guarantor"), at the request and/or behest of , a Joint
Venture / Subsidiary/Group / Affiliate Company organized and existing under the laws of
_____________, having its Office at____________, of which the Guarantor is a promoter/
Parent Company (hereinafter referred to as "Bidder"), in favour of HPCL Rajasthan Refinery
Limited, a Joint Venture between Hindustan Petroleum Corporation (HPCL) and Government of
state of Rajasthan, India organized under the laws of India having its Registered Office at Tel
Bhavan, Sahkar Marg, Lal Kothi Vistar Jyoti Nagar, Jaipur Rajasthan, India, PIN - 302005
(hereinafter referred to as “Beneficiary” or “HRRL”).

WHEREAS:
The Beneficiary floated a tender dated inviting offers from Vendors
for (purpose). The Bidder (Joint
Venture/Subsidiary/Group/ Affiliate Company) has submitted its quotation and advised the
Beneficiary that the Bidder is a Joint Venture / Subsidiary/Group/Affiliate Company in which the
Guarantor is the promoter/ parent and a majority/ ultimate share holder and the Guarantor has
effective control of the Bidder. The Bidder seeks to take benefit of the experience and
qualifications of the Guarantor, in order to qualify in the tender. In terms of the tender conditions,
if the Bidder is to be given the benefit of the qualifications of the promoter member/ parent
company, then the said promoter member/ parent company is supposed to provide adequate
guarantees to the Beneficiary, in respect of technical, financial and other support to the Bidder,
in order to complete the job, if the Bidder is successful and the contract is awarded to the
Bidder. For this reason, the Guarantor is ready and willing to give a Promoter Member
Guarantee (PMG) inter alia for the performance of the obligations of the Bidder to the terms and
conditions of the tender and on Bidder's failure, to assume the said obligations.

We, the Guarantor are hereby recording the terms and conditions governing our obligations
under this Guarantee with the intent of being legally bound by the same and hereby agree,
covenant and bind ourselves as follows:-

1. The Guarantor hereby irrevocably and unconditionally guarantees to HRRL that its joint
venture/subsidiary/group/affiliate Bidder company will perform its obligations under the terms
and conditions of the tender, if the contract is being awarded to them in future for
and agrees to provide further comfort letters/ guarantees, if so desired by Beneficiary, in
terms of the tender.

2. The Guarantor unconditionally and irrevocably guarantees to the Beneficiary that it will make
available or cause to be made available to the Bidder all financial, technical and other
resources required to ensure that the Bidder can carry out its obligations as per the tender
terms and conditions and that the Bidder at all times fully and effectively discharge its
obligations under the terms and conditions of tender, including by discharging the obligations
within the time and cost so stipulated. This Guarantee is an absolute, unconditional and
continuing guarantee of the full and punctual payment and performance of obligations under
this Guarantee and is in no way conditioned upon any requirement that the
Beneficiary/HRRL first attempt to enforce any of the obligations against the Bidder, any other
guarantors of the Bidder or any other person or entity or resort to any other means of
obtaining performance of any obligations of the Bidder.

3. The Guarantor hereby agrees that if the Bidder shall in any respect commit any breach or
fails to fulfill any of the terms of the Contract/Tender or complete it in all respects or if there

Page 202 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) PCCG
Page 3 of 4

____________________________________________________________________________________

is a failure to make any supplies or if any material, equipment or machinery under the
contract so supplied is not of the required specifications or does not perform as envisaged
under the contract/tender, then the Guarantor will forthwith perform the same and fulfill all
the obligations required under tender terms & conditions on behalf of their Bidder, without
any extra cost and time implications.

4. The Guarantor further undertakes to indemnify all losses, damages, expenses, claims, costs
and proceedings which may be suffered or incurred by Beneficiary due to the failure or
breach on the part of its Bidder Company.

5. The Guarantor assures and undertakes that during the term of the contract or of any
guarantee for performance as per the contract, the Guarantor shall continue to be the
promoter member/ parent company of the Bidder and further, that the Guarantor's liability
shall not be affected due to any incapacity or lack of power or legal personality or change in
the status of the Bidder or the Guarantor.

6. The Guarantor's liabilities under this Guarantee shall not exceed the liability of the Bidder
under the tender terms and conditions but this shall in any manner not affect the Guarantor's
own responsibilities and liabilities under the Guarantee. Guarantor shall be entitled to all the
rights and limitations as available/applicable to the Bidder under the Agreement, when called
upon under this Guarantee to complete / perform any obligations of the Bidder under the
Agreement.

7. The obligation of the Guarantor shall take effect from the date of this Guarantee and shall
remain in full force until all the obligations of the Bidder have been fully performed and
discharged and/or all sums of money payable to Beneficiary have been fully paid under the
contract being entered into by Beneficiary with the Bidder. The Guarantor further undertakes
to perform forthwith under this Guarantee without insisting on any proof of breach of
Contract by the Bidder and purely relying on Beneficiary's written demand.

8. The liabilities of the Guarantor shall not be discharged, diminished or otherwise affected by:-

a. Any change in the Articles of Association or Bye-Laws or constitution of the Bidder


Company or the Guarantor or the Beneficiary.

b. Any time, indulgence, waiver or consent given to the Bidder Company by the Beneficiary.

c. Any amendment to the Contract or any security or other guarantee or indemnity to which
Bidder Company has agreed.

d. The dissolution, amalgamation, reconstruction or reorganization of Bidder Company or


Guarantor.

9. NOTICE:

Any notice, demand, declaration or other communication to be given by the Beneficiary or the
Guarantor to the other shall be in writing, in English language and delivered in person or by Air
Mail or by Courier Services or by Facsimile or by E-Mail to the address given in the tender
documents or in the beginning of this Guarantee.

Page 203 of 3856


HRRL’S RAJASTHAN REFINERY PROJECT (RRP) PCCG
Page 4 of 4

____________________________________________________________________________________

10. GOVERNING LAW AND JURISDICTION:

This Guarantee shall be exclusively governed by and construed in accordance with the laws of
India without giving effect to the principles of conflict of laws therein. No party shall take a plea
that any forum is inconvenient. It may be enforced in terms of the Indian laws.

11. DISPUTE RESOLUTION

All and any disputes or differences arising out of or in relation to this Guarantee shall be finally
settled and resolved through Arbitration in terms of the Arbitration Clause contained in the
tender documents and agreed to between the Bidder and the Beneficiary. If the disputes are
raised by the Guarantor, then the same shall settled by Arbitration assuming that the Guarantor
is the Bidder under the said clause.

12. This Guarantee may be executed in one or more counterparts, all of which shall be read and
construed as one document and any fax copy or scanned copy or print of a scanned copy of
a signed Guarantee shall be deemed to be an original signature.

13. No modification, alteration or amendment of this Guarantee or any of its terms or provisions
shall be valid or legally binding unless the Beneficiary consents to the same in writing.

14. No failure to take any action with respect to a breach of this Guarantee or a default by any
other party shall constitute a waiver of the Beneficiary's right to enforce any provision of this
Guarantee or to take action with respect to such breach or default or any subsequent breach
or default.

15. Waiver of any breach or failure to comply with any provisions of this Guarantee shall not be
construed as, or constitute, a continuing waiver of such provision, or a waiver of any other
breach of or failure to comply with any other provision of this Guarantee, unless any such
waiver has been consented to by the concerned party in writing.

16. This document has been executed by a duly authorized signatory on behalf of the Guarantor
having the requisite power to do so.

IN WITNESS WHEEOF the Guarantor has duly executed this Guarantee as at the date first
above written.

For and on behalf of Guarantor

Witness

(Signature): Signature:

Name: Name:

Designation: Designation:

Page 204 of 3856


APPENDIX –XII TO ITB

SITE VISIT BY FOREIGN NATIONALS

If any foreign national representing the Bidder intends to visit the site, the following details must
be submitted alongwith his request for site visit.

a. Clearance from Indian Ministry as per the requirement of Government of India.


b. Copy of Passport of visitor(s)
c. Visa Document
d. Duration of visit
e. Purpose of visit
f. Details regarding stay

The above details shall be furnished to Resident Construction Manager-EIL/HRRL as per the
contact address for site visit mentioned in the Invitation to Bid (IFB), one week before the date
of site visit.

Page 205 of 3856


RAJASTHAN REFINERY PROJECT (RRP)

SUPPLEMENT TO SPECIAL CONDITIONS OF


CONTRACT (SSCC) – INTERMEDIATE &
PRODUCT STORAGE TANKS INCLUDING TANK
PADS AND ASSOCIATED CIVIL WORKS AT
RAJASTHAN REFINERY COMPLEX AT
PACHPADRA (PACKAGE-5)
FOR EPCC/LSTK WORKS

B224_SSCCD_LSTK REV.0
6/18/2019

Page | 1
Supplement to SCC

Page 206 of 3856


The clauses of SCC- are amended to the following extent:

S.NO. CLAUSE CLAUSE HEADING AMENDED/NEW CLAUSE


NO.
1. 1.2.9 GENERAL - CATALYST Deleted.
2. 1.2.31 GENERAL - Deleted.
LICENSOR/PROCESS LICENSOR
3. 1.2.40 GENERAL - Performance Tests Clause 1.2.40 is replaced as under:
“Performance Test” shall mean the test or
series of tests to be carried out by the
CONTRACTOR to prove the contractual
guarantees/Parameters with respect to the
UNIT or any part thereof, whether with
reference to its input, throughput, output,
quality, quantity or consumption or otherwise.

4. 1.2.46 General – Price of Materials Clause 1.2.46 is replaced as under:


“Price of Materials” shall mean the permanent
materials and equipments which are finished
goods and included under SUPPLY PRICE (SP-2);
and shall also include the Construction
Materials which are included under the
CONSTRUCTION PRICE (SP-3) including the taxes
and duties as per provisions of Bidding
Document.
5. 1.2.47 General – Price of Services Clause 1.2.47 is replaced as under:
“Price of Services” shall mean the services in
relation to providing design, detailed
engineering which shall be included under
ENGINEERING PRICE (SP-1); and services related
to construction /installation which shall be
included under CONSTRUCTION PRICE (SP-3)”
including the taxes and duties as per provisions
of Bidding Document.
6. 1.2.56 GENERAL - Work Words “Performance Guarantees” in 7th line
stands deleted.
7. 1.2.65 GENERAL - UNIT The definition of UNIT is replaced as under:
“UNIT” shall mean the totality of the Work and
Facilities comprised in the Scope of Contract.
8. 1.2.78 GENERAL – PLANT Deleted.
9. 1.2.80 GENERAL – Facility Following new clause is added as Cl. No. 1.2.80:
(New “Facility” means the facility to be construed
Clause) under and in accordance with this Contract and

Page | 2
Supplement to SCC

Page 207 of 3856


S.NO. CLAUSE CLAUSE HEADING AMENDED/NEW CLAUSE
NO.
as described in greater detail in the Technical
Section.
10. 23.7.2, EXCESS CONSUMPTION OF Deleted.
23.7.2.1, UTILITIES
23.7.2.2
11. 27.0 ENGINEERING SUB- “Engineering sub-contractor” stands replaced
CONTRACTOR with “Engineering sub-contractor / backup
consultant engaged by the contractor”.

Words “residual process” stands deleted as


appearing under cl. no. 27.1, 27.1.1 and 27.1.2.
12. 31.10(II) TESTS, COMMISSIONING Words “Not less than 7 (seven) days” stands
AND POSSESSION OF replaced with “as defined in Technical section”.
WORKS
13. 33.1 DEFECT LIABILITY PERIOD Clause 33.1 is modified to the following extent:
AND LATENT DEFECTS “The words “or 8000 hours of run, whichever
shall be earlier” stands deleted.”
14. 34.2 (i) CONTRACTOR’S Deleted.
GUARANTEES- GENERAL
15. 34.3.1 and ENGINEERING GUARANTEE Words “Residual Process” as appearing in the
34.3.2 respective clauses stands deleted.
Words “(including Hazop & Hazanas specified)”
as appearing in the respective clauses stands
replaced by “(including Hazop & Hazanas , if
applicable as per Technical Section of the
Bidding Document)”
16. 34.3.3 ENGINEERING GUARANTEE Words “the Front End Engineering Design
(FEED) as appearing in the clause stands
deleted.

Words “the Technical Section of” are added


before the words “Bidding Document”
17. 34.3.4 ENGINEERING GUARANTEE Clause 34.3.4 is replaced as under:
The Contractor shall check and satisfy itself the
Engineering Data (all technical details such as
specifications, drawings, documents, guidelines
and/or instructions which will form the basis for
CONTRACTOR to take up detailed engineering,
procurement and construction activities for the
UNIT) for any discrepancy, deficiency and with
regard to completeness and in case of any
discrepancy, deficiency or incompleteness,

Page | 3
Supplement to SCC

Page 208 of 3856


S.NO. CLAUSE CLAUSE HEADING AMENDED/NEW CLAUSE
NO.
Contractor shall inform the OWNER/Consultant
immediately for further action.
The Contractor, if required, shall carry out
corrective action suggested by
OWNER/Consultant as may be required without
any extra cost to OWNER/Consultant”.
18. 34.5.1 PERFORMANCE Clause 34.5.1 is replaced as under:
GUARANTEE Within and to the extent applicable to the scope
of supply & work, the CONTRACTOR shall be
responsible for performance guarantees of the
UNIT in terms of design and facilities/systems
incorporated therein as well as for guarantees
specified in Technical Section of Bidding
Document. This guarantee shall cover the
guaranteed performance for each and every
related equipment, their efficiencies and their
performance as laid down in the Technical
Section of the Bidding Document. Equipment
which does not perform to the guarantees shall,
in consultation with the OWNER/ Engineer-in-
Charge either be replaced or altered or repaired
in parts or components or wholly (including
dismantling, transportation, erection,
installation, commissioning etc.) within the
relative scope of supply and/or services at no
extra cost to the OWNER and without
entitlement of extension of time to the
CONTRACTOR.
19. 34.5.4 PERFORMANCE Deleted.
GUARANTEE
20. 34.5.5 PERFORMANCE The words “for a maximum of 120 hours” stands
GUARANTEE deleted.
21. 34.5.6. a) PERFORMANCE Last Sentence “Such tests and/or operations
GUARANTEE shall be conducted in conjunction with the
Process Licensor, if the UNIT as a whole fails to
meet the Process Licensor’s process
guarantees.” appearing in cl. No. 34.5.6 a)
stands deleted.

Page | 4
Supplement to SCC

Page 209 of 3856


S.NO. CLAUSE CLAUSE HEADING AMENDED/NEW CLAUSE
NO.
22. 34.5.6. b) PERFORMANCE Words “the Process Licensor or any other
GUARANTEE agency” appearing under cl. 34.5.6 b) stands
replaced with “any agency”.
23. 34.6.1 COMMISSIONING Words “Licensor” appearing under cl. 34.6.1
stands deleted.
24. 34.6.2 COMMISSIONING Deleted.
25. 34.6.3 COMMISSIONING Clause 34.6.3 is replaced as under:
In addition, within the CONTRACTOR’s
responsibilities for Commissioning and within
the price of services, the CONTRACTOR shall be
required to maintain watch and ward of and
ensure the safety and integrity of the UNIT until
successful completion of Commissioning and
issue of Commissioning Certificate for the UNIT.
26. 34.6.6 COMMISSIONING Clause No. 34.6.6 stands replaced with the
following:

“If Commissioning of the UNIT is delayed


beyond 6 (six) months from the date of
Mechanical Completion of the UNIT for reasons
not attributable to the CONTRACTOR, the
OWNER shall (subject to such adjustments as
permissible) release to the CONTRACTOR, the
undisputable balance payable on
commissioning against the CONTRACTOR
furnishing a Bank Guarantee from a Scheduled
Bank (Other than Cooperative banks) in India
(including the Indian branch of a foreign bank)
acceptable to the OWNER in a form at
prescribed by the OWNER for an amount
equivalent to the amount of the payment(s) to
be released. The validity of such Bank
Guarantee(s) shall be initially for a period of 6
(six) months and shall be extended for one
further period of 6 (six) months. If the
commissioning cannot be conducted within
such extended period for reasons solely
attributable to the OWNER, the Bank Guarantee
will be substituted by Corporate Guarantee of
the CONTRACTOR in a format acceptable to the
OWNER. If however, the UNIT cannot be
commissioned within the said period for

Page | 5
Supplement to SCC

Page 210 of 3856


S.NO. CLAUSE CLAUSE HEADING AMENDED/NEW CLAUSE
NO.
reason(s) attributable to the CONTRACTOR or if
commissioning conducted indicates that the
UNIT does not perform to the contractual
specifications and requirements, then the Bank
Guarantee(s) shall even after the extension
aforesaid continue to be extended upto and
until successful commissioning of the UNIT. In
either event, the OWNER will be entitled to
encash the Bank Guarantee(s) if the Bank
Guarantee is not extended or substituted by an
acceptable Corporate Guarantee, as the case
may be, at least 14 (Fourteen) days prior to the
date of expiry of Bank Guarantee(s).
27. 34.7 along GUARANTEE Words “technical direction of the Process
with all its PERFORMANCE TESTS Licensor” appearing under first Para of cl. 34.7
Sub- stands replaced with “supervision of
Clauses Owner/PMC).
28. 46.1 vii CONTRACTOR’S LIABILITY Deleted.
29. 46.1 viii CONTRACTOR’S LIABILITY The words “Process Guarantees (if any) or” is
deleted.
30. 49.3 PATENTS AND ROYALITIES Last Sentence “Excluded from the scope of this
indemnity is any patent, design information or
other right arising out of work done or
performed or materials supplied strictly in
accordance with the process design provided by
the Process Licensor within the exclusive scope
of the Process Licensor.” appearing in cl. No.
49.3 stands deleted.
31. CONTRACT AGREEMENT Instead of Contract Signing between HRRL and
EPCC Contractor, HRRL will issue a digitally
signed/ signed PO to the successful Bidder.
Accordingly, wherever Contract/ Contract
Document / Contract Agreement is specified in
the Bidding Document (including its
amendments), the same shall be read as
Purchase Order, wherever the context so
requires.

Page | 6
Supplement to SCC

Page 211 of 3856


RAJASTHAN REFINERY PROJECT (RRP)

SPECIAL CONDITIONS
OF CONTRACT
FOR EPCC/LSTK WORKS

B224_SCC_LSTK REV. 0
6-28-2019

Page 212 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 1 of 134

1.0GENERAL 5
2.0 INTERPRETATION OF CONTRACT DOCUMENTS AND ORDER OF PRECEDENCE 13
3.0 DELETED 16
5.0 PLANS, DRAWINGS AND APPROVALS FURNISHED BY OWNER 18
6.0 PLANS, DESIGNS, DRAWINGS AND SPECIFICATIONS TO BE FURNISHED BY
CONTRACTOR 21
7.0 ALTERATIONS IN DESIGNS, PLANS, DRAWINGS, SPECIFICATIONS, ORDERS AND
INSTRUCTIONS 23
8.0 ALTERATION IN THE SCOPE OF WORK OR SUPPLY 25
9.0 CHANGE ORDERS 25
10.0 CANCELLATION OF CONTRACT 28
11.0 SUSPENSION 30
12.0 WORK FRONT 31
13.0 MATERIALS, LABOUR, EQUIPMENT AND FACILITIES 32
14.0 GENERAL PROVISION WITH REGARD TO MATERIALS 34
15.0 SUPPLY OF MATERIALS 38
16.0 MAKE OF MATERIALS 41
17.0 CERTIFICATE OF VERIFICATION AND GOOD CONDITION 41
18.0 MATERIALS WITHIN OWNER’S SCOPE OF SUPPLY 42
19.0 LAND, POWER, WATER AND OTHER FACILITIES: 42
20.0 SHIPPING AND OTHER DOCUMENTS 42
21.0 PACKING AND FORWARDING 44
22.0 TAXES, DUTIES AND OTHER LEVIES 46
23.0 PERFORMANCE 46
24.0 EXECUTION OF THE WORK 59
25.0 SUB-CONTRACTS 61
26.0 SUB-CONTRACTOR FOR CONSTRUCTION WORKS 61
27.0 ENGINEERING SUB-CONTRACTOR 62
28.0 MISCONDUCT 63
29.0 INSPECTION AND TESTING OF MATERIALS 63
30.0 INSPECTION AND TESTING OF WORKS 66
31.0 TESTS, COMMISSIONING AND POSSESSION OF WORKS 68
32.0 COMPLETION CERTIFICATE 70
33.0 DEFECT LIABILITY PERIOD AND LATENT DEFECTS 73
34.0 CONTRACTOR’S GUARANTEES 74

Page 213 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 2 of 134

35.0 MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS 80


36.0 CLAIMS BY THE CONTRACTOR 91
37.0 DISCHARGE OF OWNER’S LIABILITY 92
38.0 FINAL CERTIFICATE AND RELEASES OF SECURITY 93
39.0 CLAIMS OF OWNER 94
40.0 TERMINATION 94
41.0 PERSONAL ACTS AND LIABILITIES 101
42.0 LABOUR LAWS AND REGULATIONS 101
43.0 RISK, ACCIDENT AND DAMAGE 104
44.0 INDEMNITY 105
45.0 EFFECTS OF INSURANCE 106
46.0 CONTRACTOR’S LIABILITY 107
47.0 TRAINING OF APPRENTICES 107
48.0 RECORDS AND INSPECTION 107
49.0 PATENTS AND ROYALTIES 108
50.0 ARTICLES OF VALUE FOUND 109
51.0 MATERIALS OBTAINED FROM DISMANTLING 109
52.0 LIENS AND LIABILITIES 109
53.0 COLLECTION OF INDEBTEDNESS 110
54.0 LIABILITIES OF SUB – CONTRACTOR (S) 110
55.0 CONFIDENTIAL HANDLING OF INFORMATION 110
56.0 WAIVER 111
57.0 CONTRACTOR’S ESTABLISHMENT 111
58.0 OBSERVANCE OF ENVIRONMENTAL REGULATIONS AND ENVIRONMENTAL
PROTECTION. 112
59.0 REGISTRATION OF THE CONTRACTOR WITH STATUTORY AUTHORITIES 112
60.0 STATUTORY APPROVALS 112
61.0 RENTS & ROYALTIES 113
62.0 UTLISATION OF LOCAL RESOURCES 113
63.0 GOVERNMENT REGULATIONS 113
64.0 TERMS OF PAYMENT 113
65.0 INSURANCE 114
66.0 DELETED 117
67.0 SUB-CONTRACTING 117
68.0 QUALIFICATION AND EXPERIENCE OF THE SUPERVISORY PERSONNEL 117
69.0 CRITICAL EQUIPMENTS 118

Page 214 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 3 of 134

70.0 MAJOR TAGGED EQUIPMENTS 118


71.0 FREE ISSUE MATERIAL 118
72.0 REQUIREMENT OF DOCUMENTATION 118
73.0 UNDERGROUND OBSTRUCTIONS: 118
74.0 CONSEQUENTIAL LOSSES: 118
75.0 RELATIONSHIP WITH CONSORTIA 118
76.0 ERRANT BIDDER 119
77.0 CORRUPT AND FRAUDULENT PRACTICES 119
78.0 SITE ORGANISATION 120
79.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION: 120
80.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION
OFCONSTRUCTION EQUIPMENT 121
81.0 DISTINCTION BETWEEN SUB-STRUCTURE AND SUPERSTRUCTURE 122
82.0 COMPLETION DOCUMENTS 122
83.0 COORDINATION WITH OTHER AGENCIES 123
84.0 SETTING OUT OF WORK 123
85.0 COORDINATION WITH CONSULTANT 123
86.0 ELECTRICAL CONTRACTOR’S LICENCE 123
87.0 PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL. 124
88.0 CONSTRUCTION 124
89.0 ERECTION OF EQUIPMENT / BARRICADING 125
90.0 SPECIAL REQUIREMENT 125
91.0 LIABILITY OF GOVERNMENT OF INDIA 126
92.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT 126
93.0 DELETED 127
94.0 THIRD PARTY INSPECTION AGENCIES 127
95.0 COMPUTERISED CONTRACTOR’S BILLING SYSTEM 129
96.0 QUALITY ASSURANCE SYSTEM 129
97.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR
UNDERTAKINGS 129
98.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT / SAFETY NORMS 129
99.0 ARBITRATION 130
100.0 CHANGE IN SOURCE OF SUPPLY 131
101.0 MISCELLANEOUS: 131
102.0 INTEGRITY AGREEMENT 132

Page 215 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 4 of 134

103.0 POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY (INDIAN)


MANUFACTURED IRON & STEEL PRODUCTS IN GOVERNMENT PROCUREMENT (DMI
&SP) 132
104.0 PURCHASE PREFERENCE LINKED WITH LOCAL CONTENT 132
106.0 MODIFICATIONS TO GTC 132
107.0 TERMS & CONDITIONS FOR POST WARRANTY COMPREHENSIVE ANNUAL
MAINTENANCE CONTRACT (PWCAMC): 134
108.0 CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS: 134

LIST OF ANNEXURES:

ANNEXURE –I TIME FOR COMPLETION


ANNEXURE-II DELETED
ANNEXURE-III CONSTRUCTION SUB-CONTRACTOR’S APPROVAL
ANNEXURE-IV QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY
CONSTRUCTION PERSONNEL
ANNEXURE-V DELETED
ANNEXURE-VI LIST OF MAJOR TAGGED EQUIPMENTS
ANNEXURE-VII FREE ISSUE MATERIAL DETAILS
ANNEXURE-VIII DELETED
ANNEXURE-IX WORK DURING MONSOON
ANNEXURE-X TERMS OF PAYMENT
ANNEXURE-XI EXTRACT OF INSURANCE COVERAGE
ANNEXURE-XII DELETED
ANNEXURE-XIII QUALITY ASSURANCE SYSTEM
ANNEXURE-XIV OISD GUIDELINES-192, OISD GUIDELINE-207
ANNEXURE-XV CONTRACTOR’s LABOUR REGULATIONS
ANNEXURE-XVI MODEL RULES FOR LABOUR WELFARE
ANNEXURE-XVII FORM OF CONTRACT
ANNEXURE-XIX PRICE ADJUSTMENT FOR SLIPPAGE IN COMPLETION
ANNEXURE-XX DELETED
ANNEXURE-XXI DELETED
ANNEXURE-XXII DELETED
ANNEXURE-XXIII DELETED
ANNEXURE-XXIV TAXES & DUTIES
ANNEXURE-XXV TERMS & CONDITIONS FOR POST WARRANTY ANNUAL
MAINTENANCE CONTRACT (PWAMC)
ANNEXURE-XXVI LAND, POWER, WATER AND OTHER FACILITIES
ANNEXURE-XXVII CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS
ANNEXURE - XXVIII PRICE REDUCTION FOR DELAY IN ACHIEVING INTERMEDIATE MAJOR
MILESTONES

Page 216 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 5 of 134

1.0 GENERAL
1.1 These Special Conditions of Contract (SCC) shall be read in conjunction with the
General Terms & Conditions of Works Contract (GTC), Notice Inviting Tender /
Instruction to Bidder, Schedule of Prices, specifications of work, drawings and any
other document forming part of this Contract wherever the context so requires.
1.2 The provisions under clause 2.1 to 2.18 of the General Terms and Conditions
of Works Contract (GTC) stands replaced with the following expressions
hereunder and elsewhere in the Contract Documents used and their grammatical
variations shall unless repugnant to the subject or context thereof, have the
following meanings hereunder respectively assigned to them, namely:
1.2.1 “Agreed Variations” shall mean the statement of agreed variations annexed to
the Detailed Letter of Acceptance and any document subsequently signed by the
OWNER and the CONTRACTOR as an amendment of Contract.
1.2.2 Term "Agreement" wherever appearing in Bidding Document shall be read as
"Contract".
1.2.3 The "Authority" for the purpose of this Contract shall be the CEO or any other
person authorised by CEO.
1.2.4 “Approval” and its grammatical variations shall mean approved or confirmed in
writing by OWNER or Engineer-in-Charge.
1.2.5 “Battery Limit” shall mean the demarcated area within which the Unit is to be
located.
1.2.6 “Bid” shall mean the Contractor’s signed offer for the Works and all other
documents submitted along with the bid.
1.2.7 “Bid/Bidding/Tender Documents” mean the Notice Inviting Bids/ Letter Inviting
Bids, the instruction to bidders (including annexures), form of bid (including
appendices), the Contract Agreement, the General Terms &Conditions of Works
Contract, the Special Conditions of Contract, the Specifications and all other
reports, surveys, drawings and documents including amendments, if any, provided
to the Contractor by PMC.
1.2.8 “Bill of Materials” shall mean the Bill of Materials from time to time established by
the CONTRACTOR and approved by the OWNER pursuant to the provisions of
the Special Conditions of Contract and relevant provisions under clause No. 14.2.
1.2.9 “CATALYST” shall mean any catalyst or adsorbent or other like chemical(s) or
additive(s) required to be loaded to operate the UNIT.
1.2.10 The "CEO" shall mean the Chief Executive Officer of HPCL Rajasthan Refinery
Limited or any person so appointed, nominated or designated and holding the
office of Chief Executive Officer.
1.2.11 “Certificate of Verification and Good Condition” shall mean such certificate
referred to in Clause 17.0 hereof.
1.2.12 The "Change Order" means an order given in writing by the Owner to effect
additions to or deletion from or alterations into the Work.
1.2.13 “Code-1 or Level-1 Approval” means final approval of drawings/documents
incorporating all comments of the OWNER (including OWNER’s Consultant).

Page 217 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 6 of 134

1.2.14 “Code-2 or Level-2 Approval” means tentative approval of the drawings/


documents by the OWNER (including OWNER’s Consultant) with comments to be
incorporated by Contractor, with the intent that subject to incorporation of and/or
rectification in accordance with such comments, construction/ manufacture can
proceed based on commented drawings/ documents pending their re-submission
and grant of Code-1 or Level-1 Approval.
1.2.15 “Code-3 or Level-3 Approval” means that on review of the drawings/ documents
by the OWNER (including OWNER’s Consultant) the same have not been found
in accordance with the applicable codes, standards, design basis and contractual
stipulations and must therefore be re-submitted for review and approval after
appropriate correction and/or re-preparation.
1.2.16 “Commissioning” means successfully pressing into service of the plant(s),
Equipment(s), Vessel(s), Pipeline(s), Machinery(ies) and systems & subsystems
comprised within the UNIT in accordance with the procedures as approved in the
applicable Operating Manual and as per the requirement of Process Licensor after
successful testing, pre-commissioning and trial run of the UNIT.
1.2.16.1 “Commissioning Certificate” shall mean the commissioning certificate specified
in Clause 31.4 hereof.
1.2.16.2 “Performance Test Certificate” shall mean the Performance Test Certificate
issued separately under Clause 31.5 hereof.
1.2.17 “Completion Certificate” shall mean the Completion Certificate issued by the
Engineer-in-Charge under Clause 32.0hereof.
1.2.18 “Construction Equipment” shall include all scaffolding, shuttering, appliances,
equipment, machinery, instruments and other things of whatever nature required
for use in or for the execution or completion of the work or maintenance of the
work(s) or temporary works other than materials falling within the scope of supply.
1.2.19 “Construction materials” shall mean all materials whatsoever required for
permanent incorporation in the constructed Works, including but not limited to,
cement, iron and steel rods, plates, sheets and structural of any or all kinds, sand,
stone, aggregate, bricks, earth and clay, nuts and bolts, screws and nails and other
fasteners of all kinds, wood and boards of all kinds, electrical and other wires,
sanitary pipes and other sanitary fittings, sewage pipes and other sewage fittings,
drainage pipes and associated fixtures and fittings, switches, lights, fans,
contactors, cut-outs, switch boards, bus bars and control panels, bulbs and other
electrical fittings whatsoever, basins, taps, valves, stoppers, flanges, cisterns,
toilets, toilet-seats and other sanitary fittings of any kind whatsoever, water
proofing compounds, chemicals, paints, varnishes, white-washes, distempers,
plaster of paris and other finishing materials whatsoever, barricading materials of
all kinds and welding and other electrodes, lead and other alloys and compounds
and consumables whatsoever involved for and/or incorporated in the permanent
Works.

1.2.20 The “Contract” shall mean the totality of agreement between OWNER and the
CONTRACTOR as derived from the Contract Documents.

Page 218 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 7 of 134

1.2.21 The “CONTRACTOR” shall mean the bidder selected by the OWNER for the
faithful performance of the work and supply of materials and shall include the
successors, legal heirs, authorised representatives and permitted assigns of the
CONTRACTOR, and if the CONTRACTOR is joint venture or consortium, shall
include each member thereof.
1.2.22 “Contract Documents” shall mean the contract documents as defined in Article -
1 of the Form of Contract including Change Order(s), if any.
1.2.23 “Defect Liability Period” shall mean the defect liability period as specified in the
contract.
1.2.24 “Delivery Schedule” shall mean the delivery schedule of the supplies as
elsewhere provided for in the contract documents and Clause 15.0 hereof and
associated provisions.
1.2.25 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or
designated as such by the Owner and shall include those who are expressly
authorised by the owner to act for and on its behalf. This shall include the PMC or
CONSULTANT for the project wherever the Contract so reasonably admits.
1.2.26 “FEED Package” shall mean all technical details such as specifications, drawings,
documents, guidelines and/or instructions which will form the basis for
CONTRACTOR to take up detailed engineering, procurement and construction
activities for the UNIT.
1.2.27 “Final Certificate” shall mean the Final Certificate issued by the Engineer-in-
Charge under Clause 38.0 hereof.
1.2.28 “Mechanical Completion Certificate” also referred as “Final Test Certificate”
shall mean a Mechanical Completion Certificate in respect of Mechanical
Completion of the Unit, issued by the Engineer-in-charge under Clause 31.2
hereof.
1.2.29 “Foreign Currency” shall mean United States Dollar and EURO.
1.2.30 “Letter of Acceptance”/ “Letter of Intent” / ”Notification of acceptance” / “Letter of
Award” / “Fax of Acceptance” shall mean the Letter of Acceptance of bid issued by
the OWNER to the CONTRACTOR, and shall wherever the Contract so requires
include the “Detailed Letter of Acceptance” subsequently issued by the OWNER
to the CONTRACTOR.
1.2.31 “LICENSOR/PROCESS LICENSOR” shall mean the Process Licensor for the
UNIT or of any part thereof as per Technical section of Bidding Document.
1.2.32 “Lumpsum Price”/”Contract Value”/”Total Contract Value”/Contract Price”/”Total
Contract Price” shall mean the price indicated in form-SP-0 for execution of entire
scope and requirement as specified in Bidding Document and subsequent
amendments, if any. Break-up of the Lumpsum Price shall be provided in the
subsequent form for milestone payment and billing purpose i.e. price of Design
and Detailed Engineering specified in FORM SP-1 of the Price Schedule and price
of the Supply specified in FORM SP-2 and the price of the Construction/Installation
specified in FORM SP-3 of the Price Schedule as the same is expressed in Indian
Rupees and Foreign Currency.

Page 219 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 8 of 134

1.2.33 “Materials” shall mean all materials, plant, machinery, instruments, components,
assemblies, parts, spares and any other items and things whatsoever required for
permanent incorporation in the works to establish the UNIT and/or works complete
in all respect, and will include the replacement of any defective materials and of
any materials damaged, lost, or destroyed during transit, storage, fabrication,
erection, installation, testing, pre-commissioning, commissioning or otherwise upto
and until issue of the Completion Certificate, and shall also include all construction
materials.
1.2.34 “Mechanical Completion” shall be as defined in the Technical Section of the
Bidding Document.
1.2.35 “Mobilisation” shall mean establishment of sufficient and adequate infrastructure
by the CONTRACTOR at and about the job site(s) comprising of construction
equipment, aids, tools, tackle including establishment of temporary works, with
facilities, utilities, man power and equipment ready to receive, transport and store
materials and to commence and execute work at site(s), in accordance with the
Progress Schedule to the satisfaction of the Engineer-in-Charge.
1.2.36 “Notified Claim” shall mean a claim of the CONTRACTOR notified in accordance
with the provisions of Clause 36.1.
1.2.37 “Order” and “Instruction” shall respectively mean any written order or instructions
given by the OWNER or by the Engineer-in-Charge to the CONTRACTOR within
the scope of their respective powers in terms of the Contract.
1.2.38 “Outside Battery Limit (OSBL) Facilities” shall mean the Offsite Facilities &
Utilities (if any) which are required to be set up by the CONTRACTOR outside the
Battery Limit.
1.2.39 The “OWNER” shall mean HPCL Rajasthan Refinery Ltd. (HRRL), a Joint Venture
Company between Hindustan Petroleum Corporation Limited (HPCL) and
Government of Rajasthan (GOR) for the purpose in the Bidding Document or their
successor or assigns. HRRL is incorporated in India and has its registered office
at Tel Bhavan, Sahkar Marg, Lal Kothi Vistar, Jyoti Nagar, Jaipur Rajasthan, India,
PIN – 302005. Wherever “Hindustan Petroleum Corporation Limited”/ “HPCL” is
appearing in GTC, the same shall be read as “OWNER”.
1.2.40 “Performance Test” shall mean the test or series of tests to be carried out by the
CONTRACTOR to prove the contractual guarantees with respect to the UNIT or
any part thereof, whether with reference to its input, throughput, output, quality,
quantity or consumption or otherwise.
1.2.41 The "Permanent Work" means and includes works which form a part of the work
to be handed over to the Owner by the Contractor on completion of the contract.
1.2.42 “Plans” and “Drawings” shall mean to include maps, plans, tracings and prints
forming part of the bid documents and any detail or working drawings,
amendments and/or modifications thereof approved in writing by the Engineer-in-
Charge or any agency notified by the OWNER to the CONTRACTOR for the
purpose and shall include any other drawings or plans in connection with the work
or any supply as may from time to time be furnished by or approved in writing by

Page 220 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 9 of 134

the Engineer-in-Charge or any other agency nominated by the OWNER in this


behalf .
1.2.43 “Plant” means any and all permanent plant, equipment, machinery, apparatus,
articles and things of all kinds to be provided for incorporation or intended to be
incorporated (whether later incorporated in the Facility or otherwise, including
Contract Spares) in the Facility whether or not supplied from outside India or from
within India, but does not include consumables, Contractor's Equipment and
Goods and Materials.
1.2.44 “Pre-commissioning” shall mean all activities required to be performed after final
tests for all plant, equipment & machinery comprised within the UNIT which is the
subject matter of the Contract to bring the equipment covered from an inactive
condition to a state ready for trial run and shall include but not be limited to
checking of systems and vessels, flushing and steam blowing, air blowing of
pipelines, system leak checking upto the specified pressure, purging the system
using inert gas, checking of electrical equipment for proper earthing, installation of
resistance, conducting operability tests on individual equipment, vessels &
systems, integration of all control systems of the Unit with the control systems of
the Refinery or other installation(s) concerned and all other activities required to
be performed in terms of the Contract before Commissioning of the UNIT. The
activities to be performed by the CONTRACTOR shall also include Loop checking
during pre-commissioning activities for completely integrated instrumentation and
control system, including package/sub-package system items and units for which
control system is being integrated by the CONTRACTOR in line with the
requirements specified elsewhere in the bid documents.
1.2.45 “Price Schedule” or “Schedule of Prices” shall mean the Price Schedule
annexed to the Detailed Letter of Acceptance.
1.2.46 “Price of Materials” shall mean the permanent materials and equipment such as
compressors, pumps, motors, columns, vessels, reactors, heat exchangers,
piping, electrical, instrumentation, etc which are finished goods and included
under SUPPLY PRICE (SP-2); and shall also include the Construction Materials
which are included under the CONSTRUCTION PRICE (SP-3) including the taxes
and duties as per provisions of Bidding Document.
1.2.47 “Price of Services” shall mean the services in relation to providing residual
process design, detailed engineering which shall be included under
ENGINEERING PRICE (SP-1); and services related to construction /installation
which shall be included under CONSTRUCTION PRICE (SP-3)” including the
taxes and duties as per provisions of Bidding Document.
1.2.48 “Progress Schedule” shall mean the Progress Schedule for the work as defined
in Clauses 23.6.5 hereof and shall, in the event of more than one progress
schedule being prepared, include each of such progress schedules.
1.2.49 “PROJECT” shall mean the project embracing the works and /or Unit(s) forming
the subject matter of the bid and the resultant contract.
1.2.50 “PROJECT MANAGEMENT CONSULTANT” or “PMC” or “CONSULTANT”
shall mean any person(s) nominated by the OWNER as the Project Management
Consultant for the Project. The words “PROJECT MANAGEMENT

Page 221 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 10 of 134

CONSULTANT”, “PMC”& “CONSULTANT” are synonymous. Person means any


individual, partnership, limited partnership, corporation, trust, joint stock company,
unincorporated association, joint venture or authority.
1.2.51 “Running Account Bill / Invoice” shall mean a fully supportive Bill / invoice for
the payment of “on account” monies to the CONTRACTOR in terms of Clause 35.5
hereof and associated Clauses thereunder.
1.2.52 “Schedule of Activities” shall mean the Schedule of Activities from time to time
submitted by the CONTRACTOR and approved by the OWNER pursuant to the
provisions of these General Terms & Conditions of Works Contract.
1.2.53 “Scope of Supply” shall mean the totality of materials by expression or implication
envisaged in the Contract including (but not limited to) the supply as identified in
the Bid Document.
1.2.54 “Scope of Contract” shall mean the totality of work and services to be performed
by the CONTRACTOR within the Scope of Work and totality of materials to be
supplied by the CONTRACTOR within the Scope of Supply and shall include (but
not be limited to) all works/services and supplies by expression or implication
envisaged in the Bid Documents.
1.2.55 The "Site" means the land on which the work is to be executed or carried out and
such other place(s) for purpose of performing the Contract.
1.2.56 The definition of “Work” as mentioned against Sl. No. 2.18 of General Terms &
Conditions of Works Contract stands replaced as under:
The expressions “Scope of Work” and “Scope of Services” and “Work” are
synonymous and mean the totality of the work/services by expression or
implication envisaged in the Contract, including (but not limited to) the work as
detailed in the Bid Documents, and include all work, facilities, materials, utilities,
consumables and equipment and labour required for or relative or incidental to or
in connection with the preparation for, commencement, performance, completion,
testing, pre-commissioning, start up, commissioning, performance guarantees,
replacement and/or rectification of any work(s)/services and/or in the maintenance
or inspection of the work(s) and any and all temporary works required for or
incidental to any work/service.
1.2.57 “Security Deposit (SD) / Contract Performance Bank Guarantee (CPBG)” shall
mean duly executed, irrevocable, and unconditional on demand Bank
Guarantee(s) that is to be procured and maintained by the CONTRACTOR in
accordance with clause no. 4.0 hereof and associated Clauses thereunder to
secure the due and faithful performance of the contract.
1.2.58 The definition of “Specifications” as mentioned against Sl. No. 2.14 of General
Terms & Conditions of Works Contract stands replaced as under:
Specification(s) shall mean the various specification as set out in the specifications
and other documents forming part of the Bid Documents and as referred to and
derived from the contract and any order(s) or instruction(s) thereunder, and in the
absence of any specifications as aforesaid covering any particular work or supply
or part or portion thereof shall mean the relevant BS, AWS, API, ASTM, BIS,
AWWA or NACE, ASME, HEI, IEC, Indian Boiler Regulation (IBR), IEEE standard

Page 222 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 11 of 134

or code, as the case may be, approved by the Engineer-in-Charge and in the
absence of any such standard or code covering the relative work or part or portion
thereof, shall mean the relevant Indian Standard and international standard or
practice applied as a standard Engineering practice for the work and approved in
writing by the Engineer-in-Charge with or without modification(s). All references to
any code, standard, specification or practice in the specifications shall be deemed
to be a reference to the latest edition of relative code, standard, specification or
practice, as the case may be, prevailing as on date of submission of the last price
bid, notwithstanding the mention of any previous year or date of edition relative
thereto in the specifications.
1.2.59 “Start-up" shall mean all activities required to be performed after Pre-
commissioning and prior to trial operation and shall include final Pre-
commissioning inspection and check out of equipment, vessels and systems and
supporting sub systems, initial operation of complete equipment and systems
within the plant to obtain necessary pre-trial operation data, confirmation and
correction of calibration, and change of safety interlock/control loop, shutdown
inspection and adjustment and other steps required to be taken prior to and to
enable commissioning/trial operation.
1.2.60 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 prior written consent of the Owner/Engineer-in-Charge/Site-in- Charge
and their legal heirs, authorised representatives, successors and permitted
assignees of such person, firm or Company.
1.2.61 “Supply” or “Supplies” shall mean the totality of the materials & equipments by
expression or implication required to be supplied by the CONTRACTOR for
permanent incorporation in the works within the Scope of Supplies.
1.2.62 The "Temporary Work" means and includes all such works which are a part of the
contract for execution of the permanent work but does not form part of the
permanent work conforming to practices, procedures applicable rules and
regulations relevant in that behalf.
1.2.63 "Tender" means the document submitted by a person or authority for carrying out
the work and the Tenderer means a person or authority who submits the tender
offering to carry out the work as per the terms and conditions.
1.2.64 “Tools” shall mean all tools and things whatsoever to be supplied by the
CONTRACTOR to the OWNER within the scope of supply for or in relation to the
operation and maintenance of the Unit or any part, machinery or component
thereof.
1.2.65 “UNIT” shall mean the totality of the Units and Facilities comprised in the Scope of
Contract, which form a distinct operating system.
1.2.66 “Unit Rate” shall mean the unit rate for the particular item of supply as specified in
Bill of Materials and for Services as specified in the Bill of Activity.
1.2.67 “Utilities” shall mean water (including raw water and treated water of all kinds),
steam, gases of all kinds, power, electricity, gas and other sources of energy,
lubricants, fuels, chemicals of all types (except catalysts and adsorbents forming

Page 223 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 12 of 134

part of the Plant or Process) whatsoever required for or incidental to the


performance, testing or pre-commissioning of the works, not being materials
required for permanent incorporation in the works.
1.2.68 The expression “Works” means the product of materials and services to be
executed in accordance with the Contract or part thereof as the case may be and
shall include extra, additional, altered or substituted works as maybe required for
the purposes of completion of the work contemplated under the Contract.
1.2.69 Unless otherwise specifically stated, the masculine gender shall include the
feminine and neuter genders and vice-versa and the singular shall include the
plural and vice-versa.
1.2.70 The definitions shall apply to all the expressions defined above when used in the
contract documents, whether expressed wholly in capitals or partly in capital or
with the first letter in capital or wholly in ordinary letters.
1.2.71 “Confidential Information” means the Contract and everything contained therein,
all documentation, data, particulars of the Works and technical or commercial
information made by (or on behalf of) Owner/PMC or obtained directly or indirectly
from Owner/PMC by the Contractor or which is generated or obtained by the
Contractor or any Subcontractor in relation to the Works or any information or data
that the Contractor receives or has access to as a result of the Contract, other than
information:
(a) which is generally available in the public domain other than by any
unauthorised actions or fault of the Contractor; or
(b) that is in the possession of the Contractor with a right to disclose.
1.2.72 “Good Industry Practice” means the exercise of that degree of skill, diligence,
prudence and foresight in compliance by the Contractor with the undertakings and
obligations under the Contract, which would be expected from a skilled and
experienced professional person engaged in works that are of the type, nature and
scope similar to the Works.
1.2.73 “INR” or “Rupees” means the legal currency of the Republic of India.
1.2.74 “Government Authority” means the Government of India, any state government
or any local authority or any department, instrumentality or agency thereof or any
corporation (to the extent acting in a legislative, judicial or administrative capacity
and not as a contracting party with Owner or the Contractor) or commission under
the direct or indirect control of such central, state or local government or any
political sub-division thereof or any court, tribunal or judicial body within India.
1.2.75 “Contractor's Personnel” means the Contractor's Representative and all
personnel whom the Contractor utilizes on Site, who may include the staff, labour
and other employees of the Contractor and of each Subcontractor, and any other
personnel assisting the Contractor in the execution of the Works.
1.2.76 “Contractor's Representative” means the person nominated by the Contractor to
act on its behalf for the purposes of the Contract and notified as such in writing to
Engineer-in-Charge with copy to Owner.
1.2.77 “GST” shall mean Goods and Services Tax charged on the supply of material(s)
and services. The term “GST” shall be construed to include the Integrated Goods

Page 224 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 13 of 134

and Services Tax (hereinafter referred to as “IGST”) or Central Goods and


Services Tax (hereinafter referred to as “CGST”) or State Goods and Services Tax
(hereinafter referred to as “SGST”) or Union Territory Goods and Services Tax
(hereinafter referred to as “UTGST”) depending upon the import / interstate or
intrastate supplies, as the case may be
1.2.78 “PLANT” shall mean Units and Facilities comprised in the project
1.2.79 Abbreviation
i) PMC means Project Management Consultant (PMC) for this Project. i.e
ENGINEERS INDIA LIMITED (EIL) having its registered office at 1, Bhikaiji
Cama Place, New Delhi – 110066 is the Project Management Consultant
(PMC) for the whole Project.
ii) ITB means Instructions to Bidder
iii) EMD means Earnest Money Deposit.
iv) GTC means General Terms & Conditions of Works Contract as included in
the bidding document as “Annexure-7a : General Terms & Conditions of
Works Contract”. The word GCC, if appears anywhere in the bidding
document, shall mean GTC.
v) SCC means Special Conditions of Contract.
vi) SOP means Schedule of Prices
vii) BQC means Bidder Qualification Criteria.
viii) Bidder/ Tenderer means any person, company, firm or body who submits
bid against the Bidding Document issued by OWNER/ PMC.
ix) Bidding Document/ Tender Document means document issued to Bidder
based on which Bid is to be submitted.
x) Bid/ Offer means the documents/proposal submitted by Bidder.
2.0 INTERPRETATION OF CONTRACT DOCUMENTS AND ORDER OF
PRECEDENCE
The clause no. 1.5 (titled “Interpretation of contract documents”), 1.6 (titled
“Special conditions of contract”) & 1.7 (titled “Order of Precedence”) of General
Terms & Conditions of Works Contract stands replaced by the following:
2.1 The several Contract documents forming the Contract are to be read together as
a whole and are to be taken as mutually explanatory.
2.1.1 Notwithstanding the sub-division of the Contract into these separate documents
and/or volumes and/or heads, every part of each separate section/volume/head
shall be deemed to be supplementary of every other part and shall be read with
and into the contract so far as it may be practicable to do so.
2.1.2 Subject to the provisions of Clause 2.1.3 hereof, in case of an irreconcilable
contradiction in the commercial terms or conditions to the extent that the two
provisions cannot co-exist, the following shall prevail in order of precedence.
(i) Contract Agreement
(ii) Detailed Letter of Acceptance along with its enclosures
(iii) Letter of Award / Fax of Acceptance

Page 225 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 14 of 134

(iv) Statement of Agreed Variations


(v) Special Conditions of Contract
(vi) Instructions to Bidders
(vii) Schedule of Prices/Price Schedule
(viii) General Terms & Conditions of Works Contract
(ix) Other documents
Note: Any Amendment/change order issued after signing of formal contract shall
take precedence over respective clauses of formal contract and its annexures.
2.1.3 If in respect of any commercial term or condition, if any provision in the General
Terms & Conditions of Works Contract is repugnant to or at variance with any
provision(s) of the Special Conditions of Contract and/or the Agreed Variations or
if any provision of the Special Conditions of Contract is repugnant to or at variance
with any provision(s) of the Agreed Variations, and the two cannot be reconciled
or otherwise co-exist, then unless a different intention appears, the provision(s) of
the Special Conditions of Contract shall be deemed to override the provision(s) of
General Terms & Conditions of Works Contract and the provision(s) of the Agreed
Variations shall be deemed to override the provision(s) of the Special Conditions
of Contract, but only to the extent that such repugnancies in the General Terms &
Conditions of Works Contract cannot be reconciled with the Special Conditions
of Contract and/or Agreed Variations or to the extent that such repugnancies in the
Special Conditions of Contract cannot be reconciled with the Agreed Variations,
as the case may be.
2.1.4 Without prejudice to the provisions of the General Terms & Conditions of Works
Contract, whenever in the Bidding documents it is mentioned or stated that the
CONTRACTOR shall perform certain work or provide certain facilities, it is
understood that the CONTRACTOR shall do so at his own cost and the Lumpsum
Price shall be deemed to have included the cost of such performance and/or
provision, as the case may be.
2.1.5 The materials, design and workmanship shall satisfy the applicable relevant Indian
Standards, the job specifications contained herein and the codes referred to by
expression or implication. Where the job specifications stipulate requirements in
addition to those contained in the standard codes and specifications, these
additional requirements shall also be satisfied. In the absence of any
standard/specification/code of practice for detailed specifications covering any part
of the work covered in this tender, the instructions/directions of the Engineer-in-
Charge shall be binding on the CONTRACTOR.
2.1.6 In case of an irreconcilable contradiction in the technical requirements or technical
specifications between Indian standards/Applicable Codes & Standards, General
Terms & Conditions of Works Contract, Special Conditions of Contract,
Specifications, Drawings, Schedule of Lumpsum Price and/or Agreed Variations to
the extent that the two provisions cannot co-exist or be read together to satisfy
both or all, the following order of precedence shall prevail. The order of precedence
of documents shall be as follows with document at Level (i) having the highest
precedence

Page 226 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 15 of 134

(i) Contract Agreement


(ii) Detailed Letter of Acceptance along with its enclosures
(iii) Letter of Award / Fax of Acceptance
(iv) Statement of Agreed Variations
(v) Latest Statutory Guidelines from state and central authorities
(vi) Job specifications/ Scope of Work
(vii) Drawings
(viii) Technical/Material Specifications
(ix) Quality Assurance Procedures
(x) Applicable Codes & Standards
(xi) Special Conditions of Contract
(xii) General Terms & Conditions of Works Contract
(xiii) Schedule of Prices/ Price Schedule
(xiv) Instructions to Bidders
(xv) Other documents
Note: Any Amendment/Change Order issued after signing of formal contract shall
take precedence over respective clauses of formal contract and its annexures.
2.1.7 Should there be any doubt or ambiguity in the interpretation of the Contract
documents or contradiction therein or should there be any discernable error or
omission in any Contract document, the CONTRACTOR shall, prior to
commencing the relative work or supply, as the case may be, apply in writing to
the Engineer-in-Charge for his decision for resolution of the doubt, ambiguity or
contradiction or correction of the error or making good the omission, as the case
may be. Should the CONTRACTOR fail to apply to the Engineer-in-Charge for his
decision as aforesaid prior to commencing the relative work or supply, the
CONTRACTOR shall perform the said work or make the said supply, as the case
may be, at his own risk, and the provisions of Clause 2.1.10 hereof shall apply to
any such work performed or supply made by the CONTRACTOR.
2.1.8 Notwithstanding anything provided in Clause 2.1.7 hereof above, either the
CONTRACTOR or any representative of the OWNER or CONSULTANT may, at
any time prior to or during the execution of the work or supply of any material or
any part thereof (if the CONTRACTOR has failed to make an application as
provided for in Clause 2.1.7), apply to the Engineer-in-Charge in writing for his
decision in resolution of any doubt, ambiguity or contradiction or for the correction
of any error or for making good the omission as the case may be.
2.1.9 The decision of the Engineer-in-Charge on any application under Clause 2.1.7 or
Clause 2.1.8 hereof shall be in writing and shall be final and binding upon the
CONTRACTOR and shall form part of the Contract documents, with the intent that
the Contract documents shall be read as though the said decision is and was at all
times incorporated therein.
2.1.10 In the event of the CONTRACTOR performing or executing any work or making
any supply at variance with the decision of the Engineer-in-Charge as aforesaid,

Page 227 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 16 of 134

then such work shall, if the Engineer-in-Charge so consider necessary, be deemed


to be a defective work/ supply and the provision of Clause 30.5 hereof and
associated clauses thereunder shall apply thereto.
2.2 Any work or supply shown, indicated or included in any description of the work,
plans, drawings, Specifications and/or Schedule of Price/Price Schedule or other
Contract or Bid documents shall be deemed to form part of the work and/or supply
contracted for, as the case may be, notwithstanding failure to show, indicate or
include such work or supply in any other or others among the documents aforesaid
with the intent that the indication or inclusion of the work or supply within any one
of the said documents shall be deemed to be a sufficient indication or inclusion of
the work or supply, as the case may be, within the work and supply covered by the
Contract.
2.3 No verbal agreement, assurance, representation or understanding given by any
employee or officer of the OWNER or so understood by the CONTRACTOR,
whether given or understood before or after the execution of the contract, shall
any-wise bind the OWNER or alter the Contract documents unless specifically
given in writing and signed by the OWNER or by the Engineer-in-Charge on behalf
of the OWNER and CONTRACTOR’S authorised representative as an Agreed
Variation and amendment of the relative term(s) in the contract documents.
2.4 Clause headings given in this or any other contract documents are intended only
as a general guide for convenience in reading and segregating the general subject
of the various Clauses, but do not form part of the contract documents, with the
intent that the Clause headings shall not govern the meaning or import of the
Clauses thereunder appearing or confine or otherwise affect the interpretation
thereof.
2.5 The OWNER/PMC may, as a measure of convenience to the CONTRACTOR,
furnish Hindi or any other Vernacular translation of the several contract documents
or any of them. Such translation shall, however, not any–wise operate as the
contract between the parties or regulate upon the terms and conditions of the
contract documents, with the intention that all rights and obligations of the parties
in terms of the contract documents and any reference to the contract or contract
documents or any of them shall be deemed as the rights and obligations arising
out of the contract or contract documents or any of them as written in English; and
no claim, disputes, difference or other objection will lie or will be entertained by the
OWNER on account of any reference in the import or interpretation between any
provision contained in Hindi and/or any other Vernacular translation of the contract
documents or any of them and the contract documents in English .
3.0 DELETED
4.0 SECURITY DEPOSIT (SD)/CONTRACT PERFORMANCE BANK GUARANTEE
(CPBG)
The Clause No. 4(b) and 7.c. of the General Terms and Conditions of Works
Contract, stand replaced with following :
4.1 The CONTRACTOR shall within 30 (Thirty) days from the date of issue of Letter
of Acceptance furnish Security Deposit in an amount equivalent to 10% (Ten
percent) of the Lumpsum Price in the manner specified in Clause 4.2 hereof. Such

Page 228 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 17 of 134

security deposit is to be held by the OWNER in lieu of cash as security for the due
performance of the CONTRACTOR’S obligation under the contract and due
discharge of CONTRACTOR’s liabilities under and/or arising out of the Contract.
4.2 As and by way of the said Security Deposit, the CONTRACTOR shall within 30
(Thirty) days from the date of Letter of Acceptance submit one or more
unconditional Bank Guarantee(s) from one or more Bank(s) in India acceptable to
the OWNER and in a format, provided by the OWNER, for a sum equivalent to
10% (Ten percent) of the Lumpsum Price of the Contract. Such Bank Guarantee(s)
to the extent that the Lumpsum Price as designated in Foreign Currency, shall be
for an amount of 10% (Ten percent) of the designated Foreign Currency(ies), and
to the extent that the Lumpsum Price as designated in Indian Rupees, shall be for
an amount of 10% (Ten percent) of the designated Indian Rupees, and shall be
valid in the first instance for a period of not less than 3 (three) months after the
expiry of the defect liability period, reckoned from the scheduled date of final
completion under the Contract. PROVIDED that if and after the CONTRACTOR
has successfully completed all CONTRACTOR’s obligations under the Contract as
witnessed by the issue of a Completion Certificate under Clause 32.3, so that the
only surviving obligations of the CONTRACTOR under the Contract concern or
relate to and arise out of the Defect Liability Period and obligations consequent
thereto, the CONTRACTOR may opt to replace the existing Bank Guarantee(s)
aforesaid furnished by the CONTRACTOR to the OWNER under this Clause with
similar unconditional Bank Guarantee(s) for a sum equivalent to 5% (five per cent)
of the Lumpsum Price designated in Foreign Currency and for a sum equivalent to
5% (five per cent) of the Lumpsum Price designated in Indian Rupees. Such
replacement Bank Guarantee(s) shall be valid for a period of not less than 3 (three)
months after the expiry of the Defect Liability Period.
4.2.1 The Bank Guarantee(s) shall be extended by such further period(s) as the OWNER
may require until performance of all the Contractor’s obligations under the
Contract.
4.2.2 Without prejudice to any other right or remedy available to the OWNER, the
OWNER may at any time and from time to time before issue of the Final Certificate
under the Contract require the CONTRACTOR by notice in writing to renew the
Bank Guarantee(s) for such period(s) as the OWNER may deem fit, and upon such
request, the CONTRACTOR shall renew the Bank Guarantee(s) for the required
period(s), and without prejudice to any other right or remedy under the Contract,
and unless the OWNER shall not have required such renewal, the OWNER shall
be entitled to encash the Bank Guarantee(s) or any of them which are not renewed
at least 14 (Fourteen) days prior to the date of expiry thereof .
4.3 The Security Deposit shall be held by the OWNER as security for the due
performance of the CONTRACTOR’S obligations under the contract, PROVIDED
that nothing herein stated shall make it incumbent upon the OWNER to utilise the
Security Deposit in preference to any other remedy which the OWNER may have,
nor shall be construed as anywise confining the claims of the OWNER against the
CONTRACTOR to the quantum of the Security Deposit.

Page 229 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 18 of 134

4.4 The successful bidder shall furnish a Security Deposit, as stated in clause 4.2 and
its sub-clauses, in the form of Demand Draft / Bank Guarantee(s) issued by a
Bank in India acceptable to the OWNER recognised as Scheduled Bank (other
than cooperative banks) by the Reserve Bank of India. A Bank Guarantee from
any Foreign Bank will be acceptable only if the same is issued by its Indian Branch
which is a Scheduled Bank. The Bank Guarantee shall be as per the prescribed
format enclosed in the bidding document. Each page of the Bank Guarantee
must be stamped & signed by the authorized signatory(ies) of the Bank.
Corrections, if any, must also be initialled by the authorized signatory(ies) of the
Bank. The Bank is required to send a copy of the Bank Guarantee(s) in
confirmation directly to HPCL Rajasthan Refinery Ltd. - at the address given
in the Instructions to Bidders.
4.5 The bank guarantee shall be in favour of “HPCL Rajasthan Refinery Limited”
from any Scheduled bank(s) (other than co-operative banks). All bank
guarantees must be unconditional and should be encashable on
presentation to the issuing bank.” Issuance of Bank Guarantee shall be
confirmed by the Bank directly to the Owner preferably through Structured
Financial Messaging System (SFMS), as it provides an RBI supported
Integrated Platform for Bank Guarantee Verification
4.6 Upon determination of the contract prior to completion of the work(s) for any
cause, the OWNER shall insofar as the Security Deposit constitutes cash refund,
and insofar as Security Deposit is in any other form, release/ discharge/ return, as
the case may be, to the CONTRACTOR the unutilized balance of the Security
Deposit, if any, for the time being remaining in the hands of the OWNER, after
settlement of accounts and discharge of all amounts due from the
CONTRACTOR to the OWNER and fulfilment of all obligations of the
CONTRACTOR.
4.7 The provision of Security Deposit @ 1% of Contract Vale and retention
Money as per GTC provision shall not be applicable. The Contractor has to
mandatorily submit Security Deposit in the manner as prescribed above.
4.8 It is noted that in case of set off of the Security Deposit against any claim of the
Owner for payment of a sum of money arising out of this contract or under any
other contract made by the Contractor with the Owner contracting through the
HPCL Rajasthan Refinery Ltd., the GST on such set off will be borne by the
Contractor.
4.9 In the event of non-submission or delay in submission of Security Deposit
by the CONTRACTOR, the provisions under Clause No. 40.1 shall be
applicable.
5.0 PLANS, DRAWINGS AND APPROVALS FURNISHED BY OWNER
5.1 All Plans and Drawings and other information forming part of the bid documents
have been provided by the OWNER in good faith with a view to assist the
CONTRACTOR, and shall constitute only a general guidance to enable the
CONTRACTOR to visualise the work and/or supplies contemplated under the
contract. The OWNER assumes no responsibility as to the correctness thereof,
and the CONTRACTOR is expected prior to bidding, to have undertaken a

Page 230 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 19 of 134

complete and independent survey and to have made its own study and
assessment of all factors relevant to the performance of the work or making the
supplies. The CONTRACTOR shall exercise its knowledge and competence in
scrutinising and evaluating such information and shall proceed with use of such
information only after satisfying itself of its sufficiency and correctness for use.
5.1.1 It shall be the exclusive responsibility of the CONTRACTOR to call upon the
Engineer-in- Charge for and to pursue and obtain from the Engineer-in-Charge any
approvals required to be furnished to the CONTRACTOR under the Contract for
the proper execution of the work or any particular item or job therein or for making
available any front or supply of materials or utilities to be supplied by the OWNER,
as the case may be, as and when required, sufficiently in advance of the stage
of delivery of the materials or of the progress of the work for continuance
of which the same shall be required. Any failure by the CONTRACTOR to do so
shall be entirely at the risks and the costs of the CONTRACTOR and shall not
constitute a ground for the extension of time. If the Engineer-in-Charge shall fail to
provide the CONTRACTOR requisite approval(s) or disapproval(s) or front(s)
or supply, as the case may be, the CONTRACTOR shall give written notice to
the Engineer-in-Charge and to the OWNER stating specifically the approval(s),
front(s) and/or utilities and/or supplies as the case may be, which is/are pending,
the period for which it/they are pending, the reason(s) for which they are pending
and specially stating that the notice is being given pursuant to the provisions of this
Clause 5.1.1. If thereafter, the said notice, notwithstanding (i) the approval
or the disapproval, as the case may be, is not granted within 10 (ten) working days
after the receipt of such notice by the Engineer-in-Charge and Owner, the drawings
or documents or other proposal(s) put up for approval, will be deemed to have
been approved; and (ii) the front, material or utility as the case may be, is not
provided by the OWNER within 10 (ten) working days of the receipt of such notice
by the Engineer-in-Charge and OWNER, the CONTRACTOR shall be entitled to
resort to the provisions of Clause 23.6.6 for extension of time, if so required.
5.1.2 The CONTRACTOR shall submit to OWNER/ Engineer-in-Charge, within the
periods specified by OWNER/ Engineer-in-Charge, such documents, write-ups,
designs, samples, patterns, models, data and other information as may be required
in order to enable OWNER/ Engineer-in-Charge to furnish the requisite
approval(s). The CONTRACTOR shall be responsible for any discrepancy, error,
or omission in any drawings or other matters or things or documents and other
particulars supplied by it whether or not such drawings, documents and particulars
or other matters and/or things have been approved by the OWNER/ Engineer in-
Charge.
5.1.3 Where the CONTRACTOR claims such deemed approval, pursuant to Clause
5.1.1, the CONTRACTOR shall submit to the General Manager – Projects,
Rajasthan Refinery, the supporting documents and notice(s) in support of the
claim of deemed approval and the Chief General Manager – Projects, Rajasthan
Refinery, shall, if satisfied of the existence of such deemed approval, certify the
approval on the drawing/document and upon such certification the
drawing/document shall be deemed to have been approved in Code-I. The
CONTRACTOR shall not be entitled to claim any extension of time on this account.

Page 231 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 20 of 134

5.1.4 The CONTRACTOR shall not depart from the approved documents, drawings,
samples, patterns, models or manuals except as directed in writing by OWNER/
Engineer-in-Charge.
a) With a view to expedite OWNER’s approvals of critical drawings, the
CONTRACTOR shall furnish to the Engineer-in-Charge, in writing as
precisely as possible, a list of critical drawings (hereinafter referred to “critical
drawings”) within 25 (twenty five) working days of the Letter of Acceptance or
at the commencement of the kick-off meeting, whichever is earlier.
b) At the initiative of the CONTRACTOR, the Engineer-in-Charge and the
CONTRACTOR shall discuss as soon as possible and finalise the schedule
for the presentation for approval of the critical drawings so as to enable
appropriate persons to be assigned for approval of the drawings.
c) The critical drawings requiring the OWNER’s approval shall be transmitted to
the office of the OWNER’s CONSULTANT electronically for which the
CONTRACTOR shall establish an electronic system compatible with that
of the OWNER’s CONSULTANT for document / data transfer. The details of
the system available with the OWNER’s CONSULTANT are provided in the
Bidding Documents. Failure by the CONTRACTOR to install such compatible
electronic transfer system shall constitute a breach of the CONTRACTOR’s
obligations to which the provisions of Clause 40.1 of these Special Conditions
of Contract shall be applicable, without prejudice to any right of action
available to the OWNER’s in this behalf. Until the CONTRACTOR provides
such system, the CONTRACTOR shall solely assume all risks and delay,
and shall personally deliver to OWNER’s CONSULTANT’s office all
drawings and documents requiring approval and to depute to the
OWNER’s CONSULTANT’s designated office, its design engineer for
across the table discussions with reference to the drawings/documents and
to personally pick up from the designated offices of the OWNER’s
CONSULTANT the reviewed/commented upon drawings/documents.
d) It is anticipated that the non-critical drawings will be submitted periodically in
accordance with a schedule to be established by the CONTRACTOR in
consultation with the Engineer-in- Charge within 8 (eight) weeks of the
notification of award in conjunction with the Progress Schedule.
e) Bottlenecks in critical and non-critical drawings shall be removed by
discussion across the table between the OWNER / Owner’s CONSULTANT
with the CONTRACTOR and the CONTRACTOR’s consultants and/or sub-
vendors concerned. These meetings shall be held at the designated offices
of OWNER or the OWNER’s CONSULTANT once in a week or otherwise
as required
f) The CONTRACTOR shall as soon as possible, after issue of Letter of
Acceptance establish in consultation with the OWNER/CONSULTANT,
the schedule for and modalities of Licensor’s review of CONTRACTOR’s
drawings, so far as required.
5.2 The CONTRACTOR shall carefully study the plans/drawings and other Contract
documents and shall bring to the notice of the Engineer-in-Charge for

Page 232 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 21 of 134

clarification/correction, any ambiguity, error, discrepancy, contradiction or


omission therein prior to the execution of related work(s) or undertaking the
related supply(ies) as the case may be, under the provisions of Clause 2.1.7
hereof.
5.3 Notwithstanding anything to the contrary in the contract documents expressed or
implied, and notwithstanding the absence of any ambiguity, error, discrepancy,
contradiction or omission in the plans/drawings as aforesaid, the Engineer-in-
Charge shall be entitled at any time before or during the making of the related
supplies or execution of the related works to amend/modify or alter any plan(s)
or drawing(s) furnished to the CONTRACTOR by the OWNER and the
CONTRACTOR shall, subject to the provisions of Clause 7.2 hereof, thereafter
perform and/or continue to perform the related work(s) or supply(ies) as the case
may be, according to the amended/modified/altered plans/drawings without
entitlement to any extra remuneration . Should the CONTRACTOR thereafter
execute any relative work(s) or make any supply at variance there with, the
provisions of Clause 30.5 hereof and associated clauses thereunder relating to
defective work and supply shall apply thereto, provided that if any such amendment
/ modification/ alteration shall, in the opinion of the CONTRACTOR, necessitate an
extension of time, the provisions of Clause 23.6.6 hereof and Clauses related
thereto shall apply.
5.4 Copies of all approved plans and designs relating to the work(s) and supplies shall
be kept and maintained at the CONTRACTOR’S office at the site and shall be
made available to the Engineer-in-Charge for inspection or reference at any time
during the execution of work.
5.5 All plans and drawings furnished by the OWNER to the CONTRACTOR shall be
and remain the property of the OWNER and shall be returned by the
CONTRACTOR to the OWNER on completion of the work(s) or prior to
determination of the contract.
6.0 PLANS, DESIGNS, DRAWINGS AND SPECIFICATIONS TO BE
FURNISHED BY CONTRACTOR
6.1 The CONTRACTOR shall within scope of his work prepare detailed working and
other plans, drawings and designs required for or in connection with the
performance of the work or selection, procurement or making any supply, and
these plans/ drawings shall be got approved from the OWNER before the
CONTRACTOR commences the performance of the relative work or making the
relative supply.
6.2 The CONTRACTOR shall within the scope of his work also carry out investigative
and design studies and prepare detailed design for the various materials and
works covered in the contract documents. Such detailed designs along with
referred codes, standards and practices, back-up calculations, computer runs
and other details on basis of which the designs have been prepared shall be
subject to the OWNER’S/PMC’S approval. Detailed working drawings and material
specifications shall be prepared and established on the basis of the approved
design(s) and shall also be subject to the OWNER’S approval.

Page 233 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 22 of 134

6.3 Where the CONTRACTOR shall be required under the contract to prepare or
furnish any plan(s) or specification(s) or other items or things in respect of the
work or any particular work and/or supplies or any particular supply, the
CONTRACTOR shall within 30(thirty) days (or such other period as the Engineer-
in-Charge may prescribe in this behalf) of receipt of Letter of Acceptance or not
less than 90(ninety) days before the proposed date of commencement of the
relative work or supply, which ever shall be earlier, submit to the Engineer-in-
Charge or other authorities specified by the OWNER in this behalf for approval
the relative plan(s)/drawing(s)/ design(s) / specification(s)/ item(s)/ thing(s)
concerned. The Engineer-in-Charge/ specified authority shall be entitled at
any time to suggest any amendment(s) or modification(s) in the plans/
drawings and/or specifications and the CONTRACTOR shall thereupon either
convince the Engineer-in-Charge/specified authority of the unnecessity in whole
or part of such amendment or modifications or shall implement the same and
shall cause the plan(s)/drawing(s)/ design(s)/ specification(s)or item(s) or thing(s)
concerned to be accordingly amended, provided that no such approval of or
amendments/ modifications in the plans/drawings/designs/specifications by or
suggested by the Engineer-in-Charge/specified authority shall anywise absolve the
CONTRACTOR of any of his obligations, responsibilities or liabilities under the
contract, inclusive of and relative to the utility and suitability of the
CONTRACTOR’s plans/drawings/designs/specifications or items or things
concerned in or for the relative works or supplies and fulfilment of all specifications
and performance and other guarantees of the consequent works/supplies, any
such approval or suggestion by the Engineer-in-Charge/ authority as aforesaid
being intended only by way of assistance to the CONTRACTOR and prima facie
satisfaction of the OWNER without any attendant liability upon the Engineer-in-
Charge/ specified authority in this behalf and without any estopped against
the OWNER from asserting that notwithstanding such approval, the plan,
drawing, design, specification or other item or thing approved and any resultant
work or supply were faulty and/or not in accordance with the contractual
requirements.
6.3.1 The CONTRACTOR shall furnish six prints each of the drawings for approval of
the Engineer- in-Charge.
6.4 The CONTRACTOR shall not permit any work to be done or any material to be
supplied or fabricated or manufactured at variance with drawings/ designs/
specifications approved by the Engineer-in-Charge or other specified authority.
The approved drawings may be released to the CONTRACTOR for fabrication/
installation progressively.
6.5 Unless otherwise required at least 3(three) sets of direct reading reproducibles,
no lower in quality than auto positive of extra thin paper able to produce
clean legible prints (the reproducibles to be submitted in roll forms) and 3 (three)
sets of prints of all approved plans/drawings/ designs/ specifications prepared by
the CONTRACTOR, together with similar sets of reproducibles and prints of all
revisions/amendments/ modifications therein shall be lodged with the Engineer-
in-Charge/ specified authority for the record of the OWNER, such sets of plans/
drawings/designs/ specifications shall be signed by the CONTRACTOR and shall

Page 234 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 23 of 134

indicate thereon the number and date of each revision/ amendment and of the
communication of the Engineer-in-Charge or any other agency appointed by the
OWNER for the approval thereof, by which the approval was given.
6.5.1 All the Final drawings shall bear the certification stamp as indicated below, duly
signed by both, the CONTRACTOR and the approving authority specified/
Engineer-in-Charge:
Certified true for EPCC Package No.
Contract No.
Signed (CONTRACTOR):
Signed by PMC (on behalf of HPCL
Rajasthan Refinery Ltd.)
6.6 The drawings and documents to be submitted by the CONTRACTOR to OWNER
/ PMC after award of the work as per the requirements enlisted in the bidding
document elsewhere shall be for OWNER / PMC’s review, information and record.
The CONTRACTOR shall ensure that drawings and documents submitted to
OWNER / PMC are accompanied by relevant calculations, data as required and
essential for review of the document / drawings by OWNER / PMC.
6.7 All documents and drawings including those of CONTRACTORs sub-vendor’s
manufacturer’s etc. shall be submitted to OWNER / PMC after having been fully
vetted in detail, approved and corrected by the CONTRACTOR & shall bear
CONTRACTORs seal / certifications to this effect. All documents / drawings &
submissions made to OWNER / PMC without compliance to this requirement will
not be acceptable and the delay & liability owing to this shall be to the
CONTRACTOR’s account.
6.8 The review of documents and drawings by OWNER / PMC shall not be construed by
CONTRACTOR as limiting any of 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 OWNER / PMC,
CONTRACTOR shall incorporate the comments as required and ensure their
compliance. The subsequent submission by the CONTRACTOR of the updated
drawings / documents shall be accompanied by a compliance report etc. The
submissions calling for repeated reviews by the OWNER / PMC shall be avoided by
the CONTRACTOR.
6.9 Any inaccuracies, errors and non-compliance to contractual requirements will be
rectified by the CONTRACTOR. Delay occurring on this shall be to the account of
the CONTRACTOR.
6.10 The Works shall be free of all Defects in materials and workmanship and shall be
adequate, stable, safe and strictly compliant with the instructions of Engineer-in-
Charge, the Drawings and Designs, the Specifications and Good Industry Practice,
such that the Facility when complete shall be capable of meeting the Guaranteed
Performance Levels.
7.0 ALTERATIONS IN DESIGNS, PLANS, DRAWINGS, SPECIFICATIONS,
ORDERS AND INSTRUCTIONS

Page 235 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 24 of 134

7.1 In addition and without prejudice to the provisions of Clause 5.0 and 6.0 and
associated clauses thereunder, if the Engineer-in-Charge is of opinion that any
plan, drawings, design or specification or order or instruction relative thereto within
the CONTRACTOR’S scope of work or supply is anywise erroneous or is otherwise
required to be modified, altered, amended or improved to conform to the Contract
requirements, whether or not the same has or have been priorly approved by or
on behalf of the OWNER, the Engineer-in-Charge may by written notice to the
CONTRACTOR at any time prior to or in the course of the execution of the works
or any part thereof modify or amend the relevant plan, drawing, design,
specification, order and/or any instruction or any of them by addition, omission,
substitution or otherwise whatsoever, and the CONTRACTOR shall thereupon
either convince the Engineer-in-Charge of the unnecessity in the whole or part
of the amendment(s) or modification(s) or shall implement the same and
shall cause the plan, drawing, design, specification, order or instruction as the
case may be to be accordingly amended and the CONTRACTOR shall thereafter
carry out the work or supply or the related work or supply, as the case may be, in
accordance with such altered specification, order, instruction, plan, drawing and/or
design, as the case may be, on the same terms and conditions in all respects
without entitlement to any additional remuneration or price.
7.1.1 In addition to and without prejudice to Clause 7.1 hereof, the Engineer-in-Charge
shall have the power by written notice to the CONTRACTOR at any time prior to
the or in the course of the execution of the relative works or supply or any other
part thereof, to alter or amend or modify any other requirement. If and so far as the
alteration, amendment and/or modification requires any consequential
amendment in any plan(s), drawing(s), design(s) or specification(s) within the
CONTRACTOR’S scope of work and/or supply, the CONTRACTOR shall make
such alternations, amendment(s) or modification(s) as the case may be.
7.1.2 If such alteration, amendment, modification or improvement under Clause 7.1 or
7.1.1 shall, in the opinion of the CONTRACTOR, necessitate an extension in the
time for completion, the provisions of Clause 23.6.6 hereof and related clauses
with regard to the extension of time shall apply.
7.2 If any alteration, amendment or modification under Clauses 7.1.1 shall, in the
opinion of the OWNER/PMC, result in a reduction in the scope of work or
specifications of the work or supply covered by the Lumpsum Price so as to render
unreasonable the Lumpsum Price, or if in the opinion of the CONTRACTOR, the
alteration, amendment or modification shall result in an increase in the scope of
work or specifications of the work or supply covered by the Lumpsum Price so as
to render unreasonable the Lumpsum Price, the OWNER or the CONTRACTOR,
as the case may be, shall serve written notice thereof to the other, with a copy to
the Engineer-in-Charge and the OWNER’s PMC, and the provisions of Clause 9.0
and associated provisions thereunder applicable to a Change Order initiated by
the OWNER or CONTRACTOR, as the case may be, shall mutatis mutandis apply.
Such notice shall constitute and shall comply with the requirements of a Change
Order Proposal under Clause 9.1 (if initiated by the OWNER) or Clause 9.2 (if
initiated by the CONTRACTOR).

Page 236 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 25 of 134

7.2.1 Pending finalisation of a change order pursuant to a notice/change order proposal


given under the provisions of Clause 7.2 hereof, the CONTRACTOR shall continue
and be bound to continue and perform the work(s) and/or make the supply(ies) to
completion in all respects according to the Contract (unless the contract or works
be determined by the OWNER) and the CONTRACTOR shall continue to be liable
and bound in all respects under the Contract.
8.0 ALTERATION IN THE SCOPE OF WORK OR SUPPLY
8.1 The OWNER may at any time(s), before or after the commencement of the work
or supply, by notice in writing issued to the CONTRACTOR, alter the scope
of work or supply, by increasing or reducing the quantities relative to any job(s)
or supply(ies) or by increasing or reducing the job(s) required to be done or
supplied with respect thereto or by omitting therefrom any specific job(s) or
portion(s) or by substituting any existing jobs or operations with other jobs and/or
operations, or by requiring the CONTRACTOR to perform any extra works and
upon receipt of such notice the CONTRACTOR shall execute the job(s) and/or
make supplies as required within the altered scope of work and/or supply.
8.2 If any alteration in the scope of work and/or supply shall in the opinion of the
CONTRACTOR, necessitate any extension in time for completion, the provisions
of Clause 23.6.6 hereof and related Clauses with regard to the extension of time
shall apply.
8.3 If an alteration under clause 8.1 shall, in the opinion of the OWNER, result in a
reduction in the scope of work or supply covered by the Lumpsum Price so as to
render unreasonable the Lumpsum Price, or if in the opinion of the
CONTRACTOR ,the alteration, amendment or modification shall result in an
increase in the scope of work or supply covered by the Lumpsum Price so as to
render unreasonable the Lumpsum Price, the OWNER or the CONTRACTOR as
the case may be, may initiate a Change Order Proposal by serving written notice
thereof to the other, with a copy to the Engineer-in-Charge and the OWNER’s
Project Management Consultant, and the provisions of Clause 9.0 and associated
provisions thereunder applicable to a Change Order initiated by the OWNER or
CONTRACTOR, as the case may be, shall mutatis mutandis apply. Such notice
shall constitute and shall comply with the requirements of a Change Order
Proposal under clause 9.1 (if initiated by the OWNER) or Clause 9.2 (if initiated by
the CONTRACTOR).
8.4 Pending finalization of a Change Order pursuant to a notice/Change Order
Proposal given under the provisions of Clause 8.3 hereof, the CONTRACTOR
shall continue and be bound to continue and perform the work(s) and/or make the
supply(ies) to completion in all respects according to the Contract (unless the
Contract or works be determined by the OWNER) and the CONTRACTOR shall
continue to be liable and bound in all respects under the Contract.
9.0 CHANGE ORDERS
9.1 If initiated by the OWNER, the Change Order Proposal shall specify the reduction
in the Lumpsum Price proposed by the OWNER by virtue of the change(s) referred
to in the notice and shall set forth the basis for the calculation thereof.

Page 237 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 26 of 134

9.2 A Change Order Proposal may be initiated by the CONTRACTOR only within 21
(twenty one) days from the date of issue of orders or instructions relative to any
works for which the CONTRACTOR claims the additional payment or
compensation. The Change Order Proposal made by the CONTRACTOR shall set
out the reasons for the proposal and the basis on which the increase in the
Lumpsum Price is proposed to be calculated and shall give particulars of the order
or instruction from which it arises..
9.2.1 If the CONTRACTOR fails to initiate a Change Order Proposal within the time and
in the manner specified in Clause 9.2, the OWNER shall not be liable for or in
respect of a claim or Change Order Proposal subsequently or otherwise made or
initiated by the CONTRACTOR in respect of such orders or instructions, and the
CONTRACTOR hereby waives and relinquishes any and all rights in respect of
any such claim or Proposal subsequently or otherwise made or initiated by the
CONTRACTOR.
9.3 The OWNER’s Project Management Consultant shall promptly consider a Change
Order Proposal submitted by the CONTRACTOR in compliance with Clause 9.2
and shall submit its recommendations to the OWNER within 2 (two) weeks of
receipt of the Change Order Proposal.
9.3.1 The OWNER shall within 3 (three) weeks thereafter examine the Proposal and the
recommendations of its Project Management Consultant with respect thereto and
convey in writing to the CONTRACTOR its in principle approval or disapproval of
the Change Order Proposal.
9.3.2 If the Change Order Proposal is made by the OWNER or if the OWNER conveys
its approval in principle to the Change Order Proposal made by the
CONTRACTOR, the CONTRACTOR shall within 3 (three) weeks of receiving the
Change Order Proposal or OWNER’s approval in principle, as the case may be,
submit to the OWNER, the Engineer-in-Charge and the OWNER’s Project
Management Consultant in writing its detailed engineering analysis and costing of
the change by way of reduction or increase, as the case may be, in the Lumpsum
Price.
9.3.3 The OWNER’s Project Management Consultant shall review the detailed
engineering and costing of the change proposed by the CONTRACTOR and
submit to the OWNER and the CONTRACTOR its comments thereon within three
(3) weeks of the receipt thereof.
9.3.4 Within 4 (four) weeks of receiving its Project Management Consultant’s comments,
if the OWNER is able to agree with the CONTRACTOR on the costing of the
change, the OWNER shall issue a Change Order incorporating the cost impact of
the change by increase or reduction, as the case may be, in the Lumpsum Price.
In order to achieve such agreement, the OWNER may call the CONTRACTOR for
negotiations. Change Order(s), if any, shall be placed once every six months from
the date of LOA by OWNER.
9.4 Deleted.
9.5 Deleted.

Page 238 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 27 of 134

9.6 Provided always that the provisions with respect to a Change Order or a Change
Order Proposal shall not be applicable if:
a. the change of supply or services or work is required by the OWNER or
Engineer-in- Charge before approval of detailed design or engineering to
meet the requirements of the Contract.
b. the change of supply or services or work is necessary at any time in order
for the CONTRACTOR to comply with the requirements of the Contract or the
CONTRACTOR’s responsibilities under the Contract,
c. the additional supply or services or works are required because of any delay
or deficiency attributable to the CONTRACTOR,
d. the additional Work/ services and/or materials are required to make good the
CONTRACTOR’s Warranties and/or Guarantees as set forth in the Contract.
e. the change relates to the repair, rectification or re-performance of any of the
defective Work(s) or materials within the CONTRACTOR’s scope or supply
or services or work.
9.7 Unless otherwise agreed between the CONTRACTOR and the OWNER, the price
implications of a Change Order Proposal for addition to or subtraction from the
Lumpsum Price shall be calculated on the following basis:
(A) (i) For Materials covered under the CONTRACTOR’s scope of supply
(including equipment) incorporated in work(s) not being Civil and Structural
Works covered by (B) below, at cost of such materials involved in the work(s)
to which the Change Order Proposal relates, as witnessed by the Supplier’s
relative invoices;
(ii) For works and services, other than Civil and Structural works
covered by (B) below, at the cost of labour and consumables and utilities
involved in the works to which the Change Order Proposal relates and the
cost of equipment involved in the execution of such work, the cost of the
equipment to be worked out by amortization in the manner provide in Clause
9.7.1;
(iii) 6 % (six per cent) of (i) and (ii) above to cover design and other
engineering and overall co-ordination costs.
(iv) 15% (fifteen per cent) of the total of (i), (ii) and (iii) above to cover
all other costs, overheads and profit.
(B) (i) For Civil and Structural works involved in the works to which the Change
Order Proposal relates, on basis of the CPWD rates then prevailing for the
location of the works or, in the absence of the existence of CPWD rates for
the location, at the applicable State PWD rates, which cover costs, overheads
and profit;
(ii) 6 % (six per cent) of (i) above to cover design and other engineering and
overall co-ordination costs.
9.7.1 Unless otherwise agreed, for the purposes of calculating the increase or reduction
in the Lumpsum Price consequent upon a Change Order Proposal with respect to
any works other than Civil and Structural work(s) covered by Clause 9.7 (B), as

Page 239 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 28 of 134

and from the date of the initiation of a Change Order Proposal, the CONTRACTOR
shall on each day prepare and submit to the OWNER, a statement of time worked
by all labour employed in the work/services to which the Change Order Proposal
relates and showing the description and quality and invoiced costs of all
CONTRACTOR supplied materials (including equipment) incorporated in the works
and the cost of materials and utilities and equipment utilized for the work to which
the Change Order Proposal relates. Such statement shall be submitted by the
CONTRACTOR on a daily basis to the OWNER after obtaining the comments (if
any) and signature of the Engineer-in-Charge thereon. At the end of each month,
the CONTRACTOR shall deliver to the OWNER for approval a price statement of
the cost of labour, materials, utilities and equipment used in this behalf. The cost
of mechanical equipment utilized for the work shall be worked out on a capital
amortization of 2000 (two thousand) working days. Notwithstanding any dispute as
to the cost allocation, the Statement shall be signed by the Engineer-in-Charge
with a Note of dissent as a record of the views of the Engineer-in-Charge thereon.
9.7.2 Unless otherwise agreed, the amount calculated under Clause 9.7 shall solely
determine the rights of the OWNER or the CONTRACTOR, as the case may be,
pursuant to a Change Order Proposal in respect of which the OWNER is entitled
to a reduction in the Lumpsum Price or the CONTRACTOR is entitled to an
increase in the Lumpsum Price.
9.7.3 It is hereby specifically clarified as follows:
a) Nothing provided herein shall in any manner permit the CONTRACTOR to
disobey any order(s) or instruction(s) of the Engineer-in-Charge or OWNER
or other person or authority competent to issue such order(s) or instruction(s)
or to await the outcome of the process set forth herein for claiming or
determining the cost implications or implementing such order(s) or
instruction(s).
b) The CONTRACTOR shall within the Scope of Work and Services be bound
to promptly and timely implement such order(s) or instruction(s).
c) The time taken in implementing the process herein set forth shall in no
circumstances constitute a ground for extension of time under Clause 23.6.6
or Clause 26.6.7 or otherwise.
d) Any delay or inability by the Project Management Consultant to consider
and/or submit its recommendations on a Change Order Proposal in
accordance with Clause 9.3 or to review and/or submit its comments in
accordance with Clause 9.3.3, or by the OWNER to examine the Change
Order Proposal or recommendations of the Project Management Consultant,
or convey its approval or disapproval to the Change Order Proposal in
accordance with Clause 9.3.1 or to convey its agreement or to issue a
Change Order under Clause 9.3.4 shall in no circumstances constitute a
ground for extension of time under Clause 23.6.6 or Clause 23.6.7 or
otherwise.
10.0 CANCELLATION OF CONTRACT
10.1 The OWNER shall be entitled at any time at its discretion to cancel the Contract,
if in the opinion of the OWNER the cessation of the work becomes necessary

Page 240 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 29 of 134

owing to any cause whatsoever other than the default of the CONTRACTOR, and
a notice in writing from the OWNER to the CONTRACTOR of such cancellation
and the reason(s) therefore shall be conclusive proof of such cancellation and of
the reason(s) thereof. Upon cancellation of the Contract the Engineer-in-Charge
may require the CONTRACTOR
(i) To perform, to complete or to any other intermediary stage of completion to
the satisfaction of the Engineer-in-Charge, any work(s) already commenced
by the CONTRACTOR; and
(ii) To take steps as are considered necessary by the Engineer-in-Charge for
properly protecting and securing the works performed by the CONTRACTOR,
to the satisfaction of the Engineer-in-Charge.
And the CONTRACTOR shall act accordingly and the same shall be deemed to
be included within the CONTRACTOR’s scope of work.
10.2 Upon receipt of a notice as specified in Clause 10.1 hereof the CONTRACTOR
shall, unless the notice otherwise requires:
(i) Immediately discontinue work and/or supply from the date and to the extent
specified in the notice.
(ii) Not place any further orders or sub-Contracts for materials, services or
facilities other than as may be necessary or required for completing or
performing such portion of the work(s) or supplies which the CONTRACTOR
is required to complete or perform
(iii) Promptly make every reasonable effort to obtain cancellation or fulfilment, as
the case may be at the option of the Engineer-in-Charge/OWNER of all
orders and sub-contracts to the extent they relate to the performance of the
work(s) or supplies cancelled.
(iv) Assist the Engineer-in-Charge/OWNER, as specifically requested in writing
by the Engineer-in-Charge/OWNER, in the maintenance, protection and
disposition of property/works acquired by the OWNER pursuant to the
Contract
10.3 Upon Cancellation of the Contract, the OWNER shall take over from the
CONTRACTOR, the approved surplus materials supplied by the CONTRACTOR
for permanent incorporation in the work and lying at the job site on the date of
receipt of notice of cancellation by the CONTRACTOR, and the decision of the
Engineer-in-Charge as to the approved materials lying at the site on the date of
cancellation and the quantities thereof shall be final and binding upon the
CONTRACTOR
10.4 Upon cancellation of the Contract, the CONTRACTOR agrees to waive any claim
for damages, including loss of anticipated profits on account thereof, and as the
sole right and remedy of the CONTRACTOR against the OWNER resultant upon
such cancellation, the CONTRACTOR agrees to accept from the OWNER the
following, namely :
(i) The cost of settling and paying claims for cancellation or completion of
pending orders and/or subcontracts as provided for in sub-clause(iii) of
clause10.2 hereof.

Page 241 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 30 of 134

(ii) The cost of protecting, securing and/or maintaining the works pursuant to the
provisions of sub-clause (ii) of Clause 10.1 hereof and/or sub clause (iv) of
Clause10.2 hereof.
(iii) Payment for the supplies actually made on the basis of the Bill of Materials.
(iv) Payment for the work actually performed by the CONTRACTOR, calculated
on the basis of the relative milestone achieved as derived from the Payment
Schedule specified in the Special Conditions of Contract.
(v) The cost of materials taken over by the OWNER pursuant to the provisions
of Clause 10.3 hereof.
(vi) An allowance, if any due, as determined by the Engineer-in-Charge (whose
decision shall be final) to cover the cost of CONTRACTOR’s actual
mobilisation and de-mobilisation at job site for the work to the extent
uncovered by payments under items (i) to (iv) above.
AND THE CONTRACTOR shall not be entitled to any compensation in addition to
the payments specifically provided for above, and the CONTRACTOR hereby
specifically waives any and all contrary rights and claims whatsoever.
10.5 Upon cancellation of the Contract, the CONTRACTOR shall as soon as is
reasonably feasible prepare an account of all amounts due to it from the OWNER
pursuant to Clause 10.4 hereof
11.0 SUSPENSION OF WORK AND SUPPLIES
11.1 The Engineer-in-Charge or the OWNER may at any time(s), at his discretion
should he consider that the circumstances so warrant (the decision of the
Engineer-in-Charge as to the existence of circumstances warranting such
suspension shall be final and binding upon the CONTRACTOR), by notice in
writing to the CONTRACTOR, temporarily suspend the work or supply or any part
thereof for such period(s) as the Engineer-in-Charge/ OWNER shall deem
necessary and the CONTRACTOR shall, upon receipt of the order of suspension,
forth with suspend the work(s) or supply(ies) or such part thereof as shall have
been suspended until he has received a written order from the Engineer-in-
Charge/ OWNER to proceed with the work suspended or any part thereof.
11.1.1 During the period of any suspension under Clause 11.1, the CONTRACTOR shall
at his own cost within the scope of the relative work, properly protect and secure
the work and materials so far as is necessary in the opinion of the Engineer-in-
Charge
11.2 If the suspension under Clause11.1 is for reasons of force majeure as defined in
Clause 23.6.9 or by reason(s) of the default or failure on the part of the
CONTRACTOR or is for the purpose of ensuring safety of the work(s) or any part
thereof or is necessary for the proper execution of the work(s) or is for reason(s)
of weather affecting the safety or quality of the work(s) or materials (the reasons
for the suspension stated by the Engineer-in-Charge/ OWNER in any notice of
suspension as aforesaid, inclusive as to existence or default or failure on the part
of the CONTRACTOR, if so stated in the notice, shall be final and binding upon
the CONTRACTOR), the CONTRACTOR shall not be entitled to claim
compensation for any loss or damage sustained by the CONTRACTOR by virtue

Page 242 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 31 of 134

of any suspension as aforesaid, notwithstanding that consequent upon such


suspension, the machinery, equipment and/or labour of the CONTRACTOR or any
part thereof shall be or become or be rendered idle and notwithstanding that the
CONTRACTOR shall be liable to pay salary, wages or hire charges and expenses
thereof or therefore.
11.3 Unless the suspension is by reason of default or failure on the part of the
CONTRACTOR (and the reasons for the suspension stated by the Engineer–in-
Charge in any notice of suspension as aforesaid inclusive as to the existence of
default or failure on the part of the CONTRACTOR if so stated in the notice, shall
be final and binding upon the CONTRACTOR), if in the opinion of the
CONTRACTOR such suspension shall necessitate any extension in the time of
completion, the provisions of Clause 23.6.6 hereof and related Clauses in respect
of extension of time shall apply.
11.4 In the event that the suspension continues for a period of 12 weeks or more, the
OWNER in consultation with PMC and the CONTRACTOR shall forthwith review
the situation with a view to take suitable remedies, including termination of
contract. If the parties are unable to agree upon a suitable remedy, either party
may terminate the Contract by giving the other party written notice of such
termination, provided that any notice of termination by the CONTRACTOR shall be
operative only if the Engineer-in-Charge/ OWNER does not lift the suspension
within 4 (Four) weeks of receipt of the CONTRACTOR’s notice in this behalf, and
the CONTRACTOR’s notice shall so specify.
11.5 In the event of such termination being upon a suspension consequent to a default
or failure by the CONTRACTOR, the CONTRACTOR shall not be entitled to any
damage, compensation, loss of profit or other compensation whatsoever in
addition to payment for the completed supplies made and completed works done
in accordance with the terms of the Contract in accordance with the provisions of
sub-Clauses (iii) and (iv) of Clause 10.4 hereof
11.6 Except for a suspension by written order of the Engineer-in-Charge under Clause
11.1 hereof, the CONTRACTOR shall not suspend the work for any cause and any
such suspension, if occur shall be likely to be attended by consequences under
Clause 40.1.1(g) hereof.
11.7 Notwithstanding anything provided in Clause 10.0 and/or Clause 11.0 and related
Clauses thereunder, upon a cancellation of the Contract under the provisions of
Clause 10.1 hereof or termination of the Contract under provisions of Clause 11.4.
hereof, the provisions of Clauses 40.3 to 40.7 hereof consequent upon termination
of Contract shall apply. Should the termination be one to which the provisions of
Clause 11.5. hereof apply, then the provision of Clauses 40.2, 40.8, 40.9, 40.10,
40.11 and 40.12 consequent upon termination of Contract shall also mutatis
mutandis apply.
12.0 WORK FRONT
12.1 The work front/ job site/ Free Issue Material (if applicable) required by the
CONTRACTOR for the performance of the works shall be handed over by the
OWNER to the CONTRACTOR sequentially in the stages meeting the
CONTRACTOR’s requirements for the works with a view that the CONTRACTOR

Page 243 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 32 of 134

shall so plan his works as to perform and achieve completion in a sequential


manner without starting all the works at the same time.
12.2 To this end, within 4 (Four weeks) of the Letter of Acceptance, the
CONTRACTOR shall finalise in consultation with the Engineer-in-Charge,
sequential requirements of the work front/ job site/ Free Issue Material (if
applicable) taking into account other works concurrently being undertaken by the
OWNER at and about the same job site and/or on the performance or completion
of which the CONTRACTOR’s performance depends (the “Front Release
Programme”)
12.3 In the event that the OWNER for any reason(s) not attributable to the
CONTRACTOR, is unable to hand-over to the CONTRACTOR, the relative work
front/ job site/ Free Issue Material (if applicable) on the planned date of release
thereof as specified in the Front Release Programme, as a result of which the
CONTRACTOR is prevented from continuing with the work, the CONTRACTOR
shall give written notice thereof to the Engineer-in-Charge and the OWNER,
specifying the particular workfront/job site with reference to which the default has
occurred and specifying that notice is being given under this Clause12.3, and if
the work front/job site/ Free Issue Material (if applicable) is not thereafter
sufficiently made available to the CONTRACTOR within 10 (ten) days from the
receipt of such notice and the CONTRACTOR cannot commence or progress with
the work, the CONTRACTOR shall be entitled to resort to the provisions of Clause
23.6.6 and 23.6.7 for extension of time, if so required, as the CONTRACTOR’s
sole remedy.
13.0 MATERIALS, LABOUR, EQUIPMENT AND FACILITIES
Clause No. 7. e. of GTC stands modified to the following extent:
13.1 CONTRACTOR’S RESPONSIBILITY
13.1.1 Notwithstanding anything to the contrary in the Contract Documents expressed or
implied, the CONTRACTOR shall be and remain at all times exclusively
responsible to supply all material and provide all labour, equipment, machinery
and facilities and utilities and other items and things whatsoever required for or in
connection with the work, including but not limited to those indicated by expression
or implication in the job description, Schedule of Prices, the specifications, plans,
drawings and/or other Contract documents or howsoever otherwise as shall or may
from time to time and at anytime be necessary for or in connection with the work,
either for incorporation in or within the permanent works or relative to the execution
and the performance of the work.
13.2 MATERIALS
13.2.1 The General Terms & Conditions of Contract alongwith this Special Conditions of
Contract shall, on issue of the Letter of Acceptance to the CONTRACTOR,
constitute a firm indivisible contract for the sale and supply, to the OWNER, of all
materials required for incorporation in the permanent works as determined by the
CONTRACTOR, within the scope of work, to be necessary to establish,
commission and operate (so far as concerns mandatory spares) the Plant/ Unit
delivered at site for imported materials as well as indigenous materials at the price

Page 244 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 33 of 134

specified in the Price Schedule. It is hereby clarified that the said contract shall
include a contract for the sale and supply within the price of materials (and any
recoveries in respect thereof under any policy of insurance) of all materials
required for the replacement of any defective materials and any materials lost,
damaged or destroyed during transit, storage, fabrication, erection or otherwise
prior to the issue of the Completion Certificate.
13.2.2
a) Contractor shall be required to issue tax invoice in accordance with GST Act
and/or Rules so that input credit can be availed by Owner. In the event that
the Contractor fails to provide the invoice in the form and manner prescribed
under the GST Act read with GST Invoicing Rules thereunder, Owner shall
not be liable to make any payment against such invoice.
b) The Supplier’s invoices t o Co n t ra c t o r for imported materials shall include
the cost of all pre-delivery tests and third party inspections charges, However
the subsequent CONTRACTOR’s invoice shall include the CONTRACTOR’s
procurement charges.
c) The Supplier’s invoices t o C o n t ra c t o r i n v o i c e s f o r indigenously
s u p p l i e d materials shall include all pre-delivery tests and third part
inspection, However the subsequent contractor’s invoice shall include the
CONTRACTOR’s procurement charges.
13.2.3 The CONTRACTOR shall be responsible at his own cost and initiative within the
scope of services, to take delivery of the materials from the port of delivery in India
in respect of imported materials and from the factory or ware-house or other
place(s) of delivery in respect of indigenous materials and to transport these to the
CONTRACTOR’s stockpiles, godowns or other places of storage approved by the
Engineer-in-Charge, and to transport the same from said godowns or place(s) of
storage to the work site for incorporation in the permanent works.
13.2.4 The work of delivery and transportation of materials shall include (but not be
limited to) the following:
I. Payment of custom duty, Social Welfare Surcharge, IGST and GST
compensation cess, if applicable, Clearance of the goods through custom
and port clearance including filling and/or filing of all custom manifests, bills
of entry, and custom declarations and other documents as may be required
for the clearance of the goods from customs or port authorities, including
making necessary payment of Customs Duties, Social Welfare Surcharge,
EC, SHEC IGST and GST compensation cess.
II. Stevedoring, clearing, forwarding and handling services as required for
clearing, forwarding and handling imported and indigenous materials and
consignments including payment at CONTRACTOR’s cost of any
demurrage, wharfage, port charges, siding charges, retention charges,
detention charges or other charges whatsoever and howsoever designated
or levied by any railway, air-port, ship and/or other authorities for or in
connection with the loading, unloading or detention of any materials or
vessels or other means of transport beyond the free period or unloading,

Page 245 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 34 of 134

clearance, retention or detention or loading, as the case may be, provided


by the relevant authority(ies) or carrier(s) in this behalf.
III. All works and operations necessary to lift and to remove the material from
port, ware-house, railway or other siding, factory or other places of delivery,
loading, handling, transporting and unloading and safely stacking, placing or
storing the same at approved godowns, yards or other place(s) of storage
including lashing or other-wise securing or protecting the same in transit and
during and in storage.
IV. Supply, procurement, mobilisation, and deployment of all labour thereof,
equipment & machinery necessary for lifting, loading, handling, removing,
transporting, unloading, stacking or securing the materials.
V. All acts, deeds, matters or things required to fulfil all local, municipal and
other statutory authorities with respect to the transportation of any materials
through or into any State, municipal, local or other barriers or limits or for the
import of the materials or any of them within the limits of such barrier,
including payment of local toll (if applicable), terminal and/or other taxes
payable on the passage or entry of the materials through or within any local
limits, for which purpose the OWNER shall give the CONTRACTOR and/or
CONTRACTOR’s designate(s) any and all authority(ies) as may be
reasonably required in this behalf. There will be no materials under the scope
of Contract which will be directly consigned to Owner, unless otherwise
specifically mentioned elsewhere in the tender. The OWNER will not
issue/provide Road Permits/e-Way bill /Entry Permits/Transit Permitsto the
CONTRCTOR except in respect of material directly purchased by the
OWNER.E-way bills, if applicable, from the designated date shall be required
to be filed on the Common Portal by the CONTRACTOR and / or
CONTRACTOR’s designate(s). Contractor and / or CONTRACTOR’s
designate(s) to ensure the validity of the e-way bill during the transit of the
goods. Owner’s decision on acceptance of E-way bill shall be final and
binding on the Contractor.
VI. All other acts, deeds, matters and things whatsoever ancillary, auxiliary or
incidental to the above including but not limited to the grading of the site
and/or creation of temporary approaches and ramps etc. as may be required.
VII. Anti-dumping Duty and Safeguard Duty as applicable on Imported material
shall be in the Contractor’s scope. The OWNER will not bear any liability
towards payment of Safeguard Duty, Anti Dumping Duty, Protective Duty
and applicable IGST on same Or Countervailing Duty on subsidized articles
or any other such duties of Customs imposed by the Government under
Customs Tariff Act, 1975 applicable on import of any materials to India for
the subject work.
14.0 GENERAL PROVISION WITH REGARD TO MATERIALS
14.1 The CONTRACTOR shall, within the scope of work, undertake the following
activities and responsibilities with respect to and in addition and without prejudice
to the activities and responsibilities under Clause 13.2 and associated clauses
there under in respect of materials

Page 246 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 35 of 134

I. The CONTRACTOR shall in taking delivery, ensure compliance of any


condition for delivery applicable to deliveries from the concerned authority or
carrier, and shall be exclusively responsible to pay and bear any detention,
demurrage or penalty or other charges payable by virtue of any delay or
failure by the CONTRACTOR in lifting the materials or in observing any of
the conditions aforesaid, and shall keep the OWNER/Consultant indemnified
from and against all consequences thereof.
II. The CONTRACTOR shall maintain a day-to-day account of all materials
indicating the daily receipt(s), consumption(s) and balance of each material
and category thereof. Such account shall be in the format, if any, prescribed
by the Engineer-in-Charge and shall be supported by all documents
necessary to verify the correctness of the entries in the account. Such
account shall be maintained at the CONTRACTOR’s relative officer(s) and
site(s) and shall be open for inspection and verification (by verification of
documents in support of the entry as also by feasible verification of the stock)
at all times by the Engineer-in-Charge and his representative(s) with
authority at all times without obstruction to enter into or upon any godown or
other place(s) or premise(s) where the materials or any part of them are lying
or stored and to inspect the same himself and/or through his
representative(s).
III. All materials shall be taken delivery of, held, stored and utilised by the
CONTRACTOR as Trustee of the OWNER, and delivery of the material to
the CONTRACTOR shall constitute an e n t r u s t m e n t thereof t o the
CONTRACTOR, with the intent that any utilisation, application or disposal
thereof by the CONTRACTOR otherwise than for permanent incorporation in
the contractual works in terms of the contract shall constitute a breach of trust
by the CONTRACTOR.
IV. All materials, including materials in respect of which licences/release
orders/permits/authorisation have been accorded in the name of the
OWNER shall, without prejudice to the responsibility/liability of the
CONTRACTOR in respect thereof, vest in the OWNER at the time when
it/they would have ordinarily vested in the OWNER on a direct delivery to the
OWNER, and the CONTRACTOR shall be deemed to be acting on behalf of
the OWNER and as an agent of the OWNER in respect of deliveries taken
by the CONTRACTOR
V. Deleted
VI. The CONTRACTOR shall at all times be exclusively responsible for any and
all losses, damages, deterioration, misuse, wastage, theft, or other
application or misapplication or disposal of the materials or any of them
hereof and shall keep the OWNER/Consultant indemnified from and against
the same and shall forthwith at its own cost and expenses replace any such
material, lost, damaged, deteriorated, misused, wasted, stolen, applied, mis-
applied and/or disposed as aforesaid with other material of equivalent quality
and quantity delivered at the CONTRACTOR’s risks and costs in all
respects.

Page 247 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 36 of 134

VII. For insurance clause no. 32.5, 32.6 & 65 of SCC to be adhered to.
a)
VIII. Deleted
IX. Handing over/ return of project left over surplus materials/ scrap materials
generated by Contractor, after the completion of the project will be subject to
the following:
a) An inventory shall be made by the Contractor of all left over/ surplus
materials including but not limited to scrap, wastages and
unserviceable material supplied and/ or remaining at the project site in
possession of the Contractor, upon completion of the contract.
b) Contractors shall be allowed to take back all left over/ surplus project
materials (both sourced/ bought from India as well as from abroad on
which custom duty has been paid by the Contractor as owner of said
materials) from the project site which are not required for the project.
Such surplus material shall be allowed to be taken out only after
completion of the commissioning activities.
c) Necessary approval from Owner will be taken by the Contractor for
taking out the leftover/ surplus materials from project site after
obtaining due recommendation from the Engineer in Charge / Owner.
However, any leftover/ surplus project materials procured under
Project import Regulations or any other similar schemes or regulations
shall continue to be the property of the Owner and shall not be allowed
to be taken out from project site/ locations by the Contractor whether
during or after completion of the contract.
d) On any project surplus/ left over materials being handed over to the
Contractor, GST at applicable rate (at the time of handing over /
transfer) will be charged to the Contractor. Such invoice value on
Project surplus/ left over materials will have a notional value (which will
be based on purchase price of previous Purchase Orders or as
mutually decided by Owner and Contractor). This value shall be only
for the purpose of tax compliance.
e) Any project left over items, which are no longer required for project and
which has insignificant residual value, should be suitably disposed of
or be destroyed off by the Contractor, with prior approval of Owner.
f) If the project left over/ surplus materials are not removed by the
Contractor from the Project site, within a period of 2 (two) months after
due intimation by Owner/Owner's representative to Contractor to do
so, Owner shall be free to dispose these left over/ surplus project
materials at its sole discretion without any recourse available to the
Contractor. Notwithstanding the same, value realized from disposal of
project left over/surplus project materials not so removed by Contractor
shall be retained by the Owner and Contractor shall not raise any claim
in any manner whatsoever for the value so realized by Owner.
No other surplus material will be allowed to be taken out and deemed to be
the property of the OWNER and the same shall be transported properly to

Page 248 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 37 of 134

the OWNER’s store or as directed by OWNER. Accordingly, the quoted


prices shall be deemed to be inclusive of the same.
X. If the CONTRACTOR shall default in replacing at the job site, free of any cost
to the OWNER, any material lost, damaged, deteriorated, misused, wasted,
short, stolen, misapplied or disposed of within the provisions hereof above,
or shall fail to return to the OWNER any surplus material or empties within
the provision hereof above, the CONTRACTOR shall be liable to pay to the
OWNER the cost of such materials or empties delivered at OWNER’s
stockpile/godown plus departmental charges calculated at 15% (Fifteen
percent) of the said costs determined by the Engineer-in-Charge, and the
decision of the Engineer-in-Charge as to such cost shall be final and binding
upon the CONTRACTOR.
XI. To enable OWNER to avail Input Tax Credit (ITC), the
CONTRACTOR/supplier shall furnish/submit any and all certificates,
documents and declarations as are required by OWNER to avail of the ITC.
14.2 Bills of Materials
14.2.1 The CONTRACTOR shall within (7) seven weeks from the date of acceptance of
bid, furnish to the OWNER a detailed Bill of Materials specifying the materials,
which on preliminary determination made by the CONTRACTOR, will be required
to be incorporated in the permanent works in order to establish the Works/Unit and
to operate the Plant/Unit (to the extent of the mandatory spares), including
construction materials.
14.2.2 Each item entered in the Bill of Materials shall be priced, so far as possible, in
conformity with the details given in this behalf in the priced bid. The Bill of Materials
and said price break–up therein and in the price bid are intended only to form a
basis for the purpose of calculating on account payments and for calculating
payments due to the CONTRACTOR under Clause10.4 hereof upon cancellation
of contract, and for no other purpose.
14.2.3 The OWNER shall review or cause to be reviewed the prima facie adequacy,
sufficiency, validity and/or suitability of the materials listed in the Bill of Materials
for the works for which they are intended, and of the prices indicated in the Bill of
Materials in respect thereof. Such review shall be performed in conjunction with
the design, engineering, specification and other technical reviews to be done by
the OWNER and all provisions applicable thereto with reference to critical
drawings shall be applicable to the review of the Bill of Materials.
14.2.3.1 The priced Bill of Materials as approved by the OWNER shall constitute the Bill of
Materials envisaged i n the contract documents. However, no such approval
shall, in any manner, absolve the CONTRACTOR of his full responsibility under
the contract to sell and supply to the OWNER at and within the price of materials
quoted in the Price Schedule, all materials required for the permanent
incorporation in the works and which are required to establish, commission and
operate(to the extent of mandatory spares) the Plant/Unit in accordance with the
contract and the specifications, complete in all respects including spares, tools,
tackles and testing equipment, so far as included within the scope of supply,
whether or not any particular material is actually included within or omitted in the

Page 249 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 38 of 134

Bill of Materials and whether or not the price thereof is included in the price
indicated in the Bill of Materials and whether or not the price thereof is inconformity
with the price thereof indicated in the Bill of Materials. The review and approval of
the Bill of Materials and the prices therein are intended only for the satisfaction of
the OWNER that the priced Bill of Materials, prima-facie covers the materials
required to be supplied by the CONTRACTOR within the scope of supply.
14.2.3.2 The Bill of Materials shall be subject to amendment in both items and prices in so
far as necessary consequent upon any amendment in any relevant related
technical particulars, and upon any amendment, the amended Bill of Materials as
approved by the OWNER, shall thereafter constitute the Bill of Materials as
envisaged in the contract documents, provided that unless the amendment results
from a Change Order and/or Agreed Variation, no such amendment shall anywise
impose any liability on the OWNER to pay customs and other import duties in
excess of the customs and other import duties payable on the value of imported
materials as indicated in the Price schedule/Schedule of Price but for such
amendment.
15.0 SUPPLY OF MATERIALS
15.1 The CONTRACTOR shall supply the materials required to be supplied within the
Contractor’s scope of supply for incorporation in the permanent works in
accordance with and to meet the requirements in quality, quantity and other
particulars of the descriptions, specifications, plans, drawings, designs and other
documents applicable thereto, and the CONTRACTOR shall be deemed to have
undertaken that all materials selected, procured and supplied by the
CONTRACTOR within the scope of supply shall be of the best quality and
workmanship and shall be capable of producing the designed and desired results
and to perform the designed and desired functions to meet the contractual
requirements in all respects for the project.
15.2 The CONTRACTOR shall undertake and complete the supply of materials within
the scope of supply to meet the scheduled progress and requirements of the work
within the scope of work, and on no account later than the delivery dates in this
behalf specified in the Delivery Schedule.
15.3 Within 6 (Six) weeks from the date of issue of the Letter of Acceptance, the
CONTRACTOR shall submit to the OWNER for approval in respect of each work
or groups of work, a detailed Delivery Schedule in Graphical or other suitable form
giving dates of starting and finishing the various supplies relative to the work,
providing sufficient margin to cover for contingencies. The Engineer-in-Charge and
the CONTRACTOR shall thereafter, within 2 (Two) weeks settle the Delivery
Schedule which shall form part of the contract with attendant obligations upon the
CONTRACTOR to make the various deliveries/supplies involved on or before the
date(s) mentioned in respect thereof in the Delivery Schedule and default by the
CONTRACTOR to make within the prescribed date(s) any supply shall be deemed
to be a breach by the CONTRACTOR to which the provisions of clause 40.1 hereof
relating to termination of contract shall be applicable, but without prejudice to any
other right or remedy that OWNER may have on this behalf.

Page 250 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 39 of 134

15.4 All materials shall be deemed to have been accepted only when the material is
received at the project site and accepted by the Engineer-in-Charge. Such
acceptance shall however, be subject to the terms and conditions hereof, including
the right of rejection and/or replacement as elsewhere herein specified.
15.5 If the CONTRACTOR fails to submit to the OWNER a Delivery Schedule as
envisaged above or if the Engineer-in-Charge and the CONTRACTOR shall fail to
agree upon the Delivery Schedule as envisaged above, then the Engineer-in-
Charge shall in consultation with the CONTRACTOR so far as reasonably feasible,
prepare the Delivery Schedule as best as he can and the dates of delivery as fixed
by the Engineer-in-Charge shall be final and binding upon the CONTRACTOR
except as herein otherwise expressly provided. The Engineer-in-Charge shall
issue the Delivery Schedule so prepared to the CONTRACTOR, and the provisions
of Clause15.3 hereof shall apply there to as though it was an approved Delivery
Schedule.
15.6 Any reference in the contract documents to the “approved Delivery Schedule” or
to the “Delivery Schedule” shall mean the approved Delivery Schedule specified
in Clause 15.3 above or the Delivery Schedule prepared and issued by the
Engineer-in-Charge as specified in Clause 15.5 above, whichever shall be in
existence.
15.7 Within 1 (one) Week of the occurrence of any act, event or omission which, in the
opinion of the CONTRACTOR, is likely to lead to delay in the commencement or
completion of delivery of any particular material or of all material and is such as
would entitle the CONTRACTOR for an extension of the time specified in this
behalf in the Delivery Schedule(s), the CONTRACTOR shall inform the Engineer-
in-Charge in writing of the occurrence of the act, event or omission and date of
commencement of such occurrence. Thereafter, if even upon the cessation of such
act or event or the fulfilment of the omission, the CONTRACTOR is of opinion that
an extension of time specified in the Delivery Schedule relative to particular
material(s) or in relation to all materials is necessary, the CONTRACTOR shall
within 1 (one) Week after the cessation or fulfilment as aforesaid make a written
request to the Engineer-in- Charge for extension of the relative time specified in
the Delivery Schedule and the Engineer-in-Charge may at any time, prior to
completion of the work, extend the relative time of completion in the Delivery
Schedule for such period(s) as he considers necessary, if he is of the opinion that
such act/event/omission constitutes a ground for extension of time in terms of the
contract and that such act/event/omission has in fact resulted in insurmountable
delay to the CONTRACTOR. The opinion/decision of the Engineer-in-Charge in
this behalf and as to the extension necessary shall, subject to the provisions of
Clause15.8 hereof, be final and binding upon the CONTRACTOR.
15.8 Notwithstanding the provisions of Clause15.7 hereof, the OWNER may at any time
after the completion of the work in all respects at the request of the CONTRACTOR
made by way of appeal either against a decision of the Engineer-in-Charge taken
under Clause 15.7 or against the Engineer-in-Charge’s refusal to take a decision
under the said clause, if satisfied of the existence of any ground(s) justifying the
delay/omission, extend the date of delivery of any materials for such period(s) as

Page 251 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 40 of 134

the OWNER may consider necessary, and the decision of the OWNER as to the
existence or otherwise of any grounds justifying the extension and as to the periods
of extension, if any necessary, shall be final and binding upon the
CONTRACTOR.
15.9 Subject as elsewhere herein or in the contract documents, otherwise expressly
provided, only the existence of force majeure circumstances as defined in Clause
15.10 hereof, shall afford the CONTRACTOR a ground for extension of time for
delivery of materials, and specifically without prejudice to the generality of the
foregoing :
I. Inclement or unforeseen weather, strike or lock-out, shutdown, third party
breach, delay in payment or commercial hardship shutdown or idleness or
other impediment in progress or completion of the supply or work due to any
reason whatsoever shall not afford the CONTRACTOR a ground for
extension of time or relieve the CONTRACTOR of his/its full obligations
under the contract.
II. No delay whatsoever in the supply of any material by the CONTRACTOR
or any of the CONTRACTOR’s vendors, suppliers or sub-contractors shall
any wise entitle the CONTRACTOR to any extension of time for completion
or to any claim for additional costs, remuneration or damages or
compensation notwithstanding that an increase in the time of performance
of the contract is involved by virtue of the delay or failure and
notwithstanding that any labour, machinery or equipment brought to or upon
the job site by the CONTRACTOR or any sub-contractor is rendered idle by
such delay.
15.10 “Force Majeure” shall be as per cl. 13 of GTC.
15.11 No assurance, representation, promise or other statement by any personnel,
Engineer or representative of the OWNER regarding the extension of time for the
supply by the CONTRACTOR of any material within the CONTRACTOR’s scope
of supply shall be binding upon the OWNER or shall constitute an extension of
time for the supply of any material(s) within the provision of Clause 15.7 or Clause
15.8 hereof, unless the same has been communicated by the Engineer-in-Charge
to the CONTRACTOR in writing under Clause 15.7 or by the Authority, under
Clause 15.8 and the writing specifically states that it constitutes an extension of
time within the provisions of Clause 15.7 or 15.8, as the case may be. Without
prejudice to the foregoing, it is clarified that the mere agreement, acceptance or
prescription of a Delivery or other Schedule containing an extended time of
commencement or completion in respect of the entire delivery(ies) or any of them
shall not anywise constitute an extension of time in terms of the contract so as to
bind the OWNER or relieve the CONTRACTOR of all or any of his liabilities under
contract, nor shall constitute a promise on behalf of the OWNER or a waiver by the
OWNER of any of its rights in terms of the contract relative to the performance of
the contract within the time specified or otherwise, but shall be deemed only (at
the most) to be a guidance to the CONTRACTOR for better organising his work
on a recognition that the CONTRACTOR has failed to organise his supplies
and/or make the same within the time specified in the Delivery Schedule.

Page 252 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 41 of 134

15.12 If the CONTRACTOR fails to supply the materials in accordance with the dates in
this behalf specified in the Delivery Schedule, the CONTRACTOR shall be deemed
in breach of contract and the provisions of Clause 40.0 and associated Clauses
thereunder with regard to the termination of the contract shall apply, but without
prejudice to any other rights, discount or remedy available to the OWNER in
respect of such delay or failure.
15.13 All materials brought to Site shall be OWNER’s Property. Only construction
machinery, tools/ tackles brought to Site by the CONTRACTOR and properly
recorded with OWNER shall be allowed to be taken out of Refinery Premises.
16.0 MAKE OF MATERIALS
16.1 All equipment and materials to be supplied under this Contract shall be from
approved vendors as indicated in the Bidding Document or as otherwise approved
by the Engineer-in-Charge/OWNER.
16.2 Wherever any item is specified by a brand name, manufacturer or vendor, the
make mentioned shall be for establishing type, function and quality desired. Other
makes will be considered, provided sufficient information is furnished to the
OWNER/ Engineer-in-Charge, to assess the makes proposed by the
CONTRACTOR as equivalent and acceptable.
16.3 Where the makes of materials are not indicated in the Bidding document, the
CONTRACTOR shall furnish details of proposed makes and supplies and supply
the same after obtaining the OWNER’s/Engineer-in-Charge’s approval.
17.0 CERTIFICATE OF VERIFICATION AND GOOD CONDITION
17.1 The CONTRACTOR shall, before supply of material covered within the scope of
supply, at his own risks, costs and initiative, undertake or cause to be undertaken
all tests, analysis and inspections as shall be required to be undertaken with regard
to the materials under the specifications and any codes, practices, orders and
instructions with respect thereto and shall cause the results thereof to be recorded,
reported or certified, as the case may be, and shall not offer for delivery or deliver
any material(s) which has/have not passed such tests/analysis or inspection and
which are not accompanied by the tests results, reports and/or certificates in this
behalf provided in the applicable specifications, code(s) and/or practices.
17.2 On arrival of the material at site, the CONTRACTOR shall give written notice
thereof to the Engineer-in-Charge and Inspection Agency notified by the OWNER
in this behalf, to inspect the materials, and shall keep in readiness for inspection,
the materials and the relevant tests results, reports and certificates hereto.
17.3 Notwithstanding any other provisions in the contract documents for analysis or
tests of materials and in addition thereto, the CONTRACTOR shall, if so required
by the Engineer-in-Charge or Inspection Agency in writing at his own risks and
costs, analyse, test, prove and weigh all materials (including materials
incorporated in the works) required to be analysed, tested, proved and/or weighed
by the Engineer-in-Charge or Inspection Agency in this behalf and shall have such
analysis or tests conducted by the agency(ies), or authority(ies) if any specified by
the Engineer-in-Charge or Inspection Agency. The CONTRACTOR shall provide
all equipment, labour, materials and other things whatsoever required for testing,

Page 253 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 42 of 134

preparation of the samples, measurement of work and/or proof of weighment of


the materials as directed by the Engineer-in-Charge or Inspection Agency.
17.4 If on Inspection or proof, analysis or tests as aforesaid the Engineer-in-Charge or
Inspection Agency nominated by the OWNER in this behalf is prima facie satisfied
that the material received is in conformity with the material requirements of the Bill
of Materials and description given in the shipping documents and in the
Contractor’s invoices in this behalf and that the test reports/results/certificates
given in respect thereof are prima facie in conformity with the relevant
result/reports/certificates required in respect thereof in terms of the specifications
and/or relevant codes and practices, and that the material appears to be prima
facie in good order and condition, the Engineer-in-Charge shall promptly issue to
CONTRACTOR, a Certificate of Verification and Good Condition in respect of such
material, and this shall constitute the Certificate of Verification and Good
Condition elsewhere envisaged in the contract documents.
17.5 Such certificate is only intended to satisfy the OWNER that prima facie the material
supplied by the CONTRACTOR is in order and shall not anywise absolve the
CONTRACTOR of his/its full responsibility under the contract in relation thereto,
including in relation to specification fulfilment and/or performance or other
guarantees.
17.6 Notwithstanding that any area(s) or source(s) has/have been suggested by the
OWNER to the CONTRACTOR from which any material for incorporation in the
works can be obtained, the CONTRACTOR shall independently satisfy himself of
the suitability, accessibility and sufficiency of the source(s) of supply suggested by
the OWNER and suitability of the material available from such source(s) with the
intent that any suggestion as aforesaid shall not anywise relieve the
CONTRACTOR of his full liability in respect of the suitability and quality of the
material(s) obtained from said source(s) and the Contractor shall obtain
material(s) there from and incorporate the same within the permanent works
entirely at his own risks and costs in all respects, with the intent that any such
suggestion by the Owner shall only be by way of assistance to the Contractor and
shall not entail any legal responsibility or liability upon the OWNER.
18.0 MATERIALS WITHIN OWNER’S SCOPE OF SUPPLY
Clause No. 7. f. of GTC stands replaced by following:-
18.1 The OWNER does not warrant or undertake the provision of any materials and the
CONTRACTOR shall not imply, by conduct, expression or assurance or by any
other means, any promise or obligation on the part of the OWNER in this respect
understood by the CONTRACTOR. Any free issue material (FIM) shall be
governed by provisions as specified elsewhere in this Special Conditions of
Contract (SCC).
19.0 LAND, POWER, WATER AND OTHER FACILITIES:
19.1 The provisions of Land, Power, Water and Other Facilities shall be as per Annexure –
XXVI of this SCC.
20.0 SHIPPING AND OTHER DOCUMENTS

Page 254 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 43 of 134

20.1 Without prejudice to any other obligations of the CONTRACTOR under the
Contract, and in addition to any other documents required to be furnished by the
CONTRACTOR under the Contract, the CONTRACTOR shall, in respect of all
items and materials imported into India, after making necessary payments to
Customs and clearing the consignments, obtain and furnish to the OWNER, along
with his monthly invoices, the following documents (hereinafter for the sake of
brevity collectively referred to as the “the said documents”) according to the
provisions of the following clauses, namely:
I. Invoice and any other document as required under Applicable Laws
(including but not limited to GST Laws)
II. Clean Bill of Lading/Air way bill ;
III. Packing lists/Mill Tally Sheets;
IV. Certificate of origin(If applicable) and other relevant documents relating to the
identification of the materials
V. Consular’s Invoice, if necessary;
VI. Export License/documents, if applicable; and
VII. Phytosanitary Certificate (in original) for packing material as per
International norms
VIII. Third party inspection release note
IX. Any other document(s) or literature submitted by him during Custom
clearance;
20.2 The Bill of Lading shall be drawn to show the Bill to and Ship to Contractor.
Supplier’s invoice should indicate the material is intended for HPCL
Rajasthan Refinery Ltd. (HRRL)-Rajasthan Refinery Project (RRP). The bill of
lading shall clearly indicate the description of the items/materials giving the
dimensions, quantities, weights, and all other details required for Customs
clearance of the consignment, and/or as may be specified by the OWNER from
time to time in this behalf
20.3 The Bill of Lading shall show the gross freight amount, and shall either indicate or
be accompanied by the carrier’s statement of charges and shall carry all other
particulars necessary to bind the carrier.
20.4 The CONTRACTOR shall not less than 7 (seven) clear days before the
contemplated date of shipment, inform the Engineer-in-Charge of the
contemplated date of relative shipment of the item(s) or material(s) and of the
contemplated date of arrival thereof in India. On the order of placement of
imported materials, the Contractor shall provide the copy of such purchase order
to Owner through email immediately and hard copy shall be couriered within 7
Days of placement of order for establishing linkage for OWNER’s MCE
insurance coverage.
20.5 In addition, within 7 (Seven) working days of the date of shipment, the
CONTRACTOR shall dispatch, by Air Courier, according to the instructions of the
Engineer-in-Charge in this behalf 10 (Ten) sets / copies of the said documents.

Page 255 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 44 of 134

20.6 The CONTRACTOR shall also, within 48 (Forty-Eight) hours of shipment, send
intimation of shipment by fax or scanned copy by email to the addresses of the
OWNER and/or Engineer- in-Charge specified in this behalf.
20.7 Tax invoice/debit Note/revised tax invoice shall contain all such particulars as
prescribed in GST law and shall state the quantity and detailed description of each
item supplied reflecting the value of each item/material etc.
20.8 The description of each item/material indicated in the Invoice and the Bill of
Lading shall conform to the description of the item/material as given in the
relative Import License(s)/Permit(s) issued to the OWNER in this behalf.
20.9 The Invoice and Bill of Lading shall also indicate on the face of it, the Number, date
and validity of the Import License (if the Import License has been revalidated,
Number and date of re-validation) against which the Import is being made.
20.10 The OWNER reserves the right to vary the said list of documents by addition
thereto or subtraction therefrom and to vary applicable instruction(s) from time to
time.
21.0 PACKING AND FORWARDING
21.1 IMPORTED SUPPLIES
21.1.1 The CONTRACTOR wherever applicable, shall, after proper painting, pack and
crate all materials for shipment in a manner suitable for export to a tropical, humid
climate in accordance with internationally accepted export practices and in such a
manner so as to protect them from damage and deterioration in transit by road, rail
and/or sea and during storage at CONTRACTOR’s own warehouse and at the site,
as the case may be, till the time of erection. Without prejudice to any other liabilities
or obligations of the CONTRACTOR, the CONTRACTOR shall be responsible for
all damage(s) to the materials due to improper packing.
21.1.2 The CONTRACTOR shall notify the OWNER and Engineer-in-Charge of the date
of each shipment from the port of embarkation as well as of the expected date of
arrival of such shipment at the designated port of arrival only for the
OWNER’s/Engineer-in-Charge’s information.
21.1.3 The CONTRACTOR’s notification shall give complete shipping information
concerning the weight, size and content of each package and such other
information as the OWNER may require.
21.1.4 The packing material used should be duly certified by a Phytosanitary Certificate
issued as per international norms.
21.2 INDIGENOUS SUPPLIES
21.2.1 The CONTRACTOR shall, wherever applicable, after proper painting, pack and
crate all items in such a manner as to protect them from deterioration and damage
during rail and road transportation, during storage at CONTRACTOR’S own
warehouse and at the site, as the case may be till the time of erection. Without
prejudice to any other liabilities or obligations of the CONTRACTOR, the
CONTRACTOR shall be responsible for all damage(s) due to improper packing.

Page 256 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 45 of 134

21.2.2 The CONTRACTOR shall notify OWNER/Engineer-in-Charge of the date of each


shipment from the works and expected date of arrival at the site for the information
of OWNER/ Engineer-in-Charge.
21.2.3 The CONTRACTOR’s notification shall also give all shipping information
concerning the weight, size and content of each packing and such other
information as the OWNER/ Engineer-in-Charge may require.
21.2.4 The following documents shall be sent to the OWNER/Engineer-in-Charge within
3 (three) days from the date of shipment:
 Tax invoice (2 copies)
 Packing List (2 copies)
 Test Certificate (4 copies)
 Railway Receipt/Lorry Receipt (2 copies)
 Insurance Certificate (2 copies) or copy of CONTRACTOR’s Policy
 Third Party Inspection Release Note or Inspection Certificate as per QAP
approved by OWNER/ Engineer-in-Charge or waiver certificate issued by
OWNER/ Engineer-in-Charge (2 copies).
21.3 EQUIPMENT
21.3.1 The CONTRACTOR shall be exclusively responsible to arrange for importation into
India in its own name on drawback or re-export or other basis all equipment, if any,
required to be imported into India for the purposes of the work and to pay and bear
the customs, import and other duties and levies (if any) payable thereon or in
respect thereof, and will be solely responsible for the timely and proper compliance
of all applicable terms and conditions and formalities relative thereto.
21.3.2 The CONTRACTOR shall within 4 (Four) Weeks from the date of receipt of
Acceptance of Bid, furnish to the Engineer-in-Charge a list of the said equipment
which he proposes to import into India on a draw-back/re-export basis for the
purposes of the work, together with complete details thereof. The OWNER may
without obligation or responsibility render such assistance as may be reasonably
required by the CONTRACTOR from the OWNER to enable the CONTRACTOR
to obtain the relative Import License(s)/Permit(s) for the importation of the said
equipment on a draw-back/re-export basis.
21.4 MISCELLANEOUS IMPORTS
21.4.1 The CONTRACTOR shall be exclusively responsible at his own costs and initiative
to arrange for importation into India, to import into India, to pay Custom duties,,
Social Welfare Surcharge GST compensation cess ( If applicable ) and IGST and
Port and other charges and levies, to clear from Customs and to transport to job
site all consumables, spares for the CONTRACTOR’s equipment and other
materials and things provided that the OWNER may, without obligation or
responsibility, render the CONTRACTOR such assistance by way of
recommendation to the Import Control authorities in India or otherwise as may be
reasonably required by the CONTRACTOR from the OWNER to enable the
CONTRACTOR to obtain Import License(s)/Permit(s) for importation of such
consumables, spares, material and other items as the OWNER considers

Page 257 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 46 of 134

necessary for importation by the CONTRACTOR for the purpose of the Contract,
taking into account local availability.
21.4.2 Any obligation undertaken or recommendation, facility or assistance provided by
the OWNER to the CONTRACTOR for or in relation to the importation of any
equipment or material whatsoever into India by or on behalf of the CONTRACTOR
pursuant to the provisions hereof or otherwise shall be without any responsibility
or liability whatsoever upon the OWNER and without right in the CONTRACTOR
to raise any claim or demand or to seek extension of time on account of any delay
or failure on the part of the OWNER or any delay or failure by the CONTRACTOR
in obtaining Import License(s) and/or permits for importation thereof into India.
21.4.3 All materials and equipment Imported into India by or on behalf of the
CONTRACTOR for and in connection with the work and any obligation undertaken
or recommendation, facility or assistance provided by the OWNER relative thereto
shall be on the clear understanding that the materials and equipment shall be
utilised only for and relative to the performance of the work covered by the
Contract.
21.4.4 All the equipment and temporary works and materials when brought to or erected
on the job site, shall be exclusively intended for execution of works and the
CONTRACTOR shall not remove the same or any part thereof, except for the
purpose of moving it from one part of the job site to another, without the prior
consent in writing of the Engineer-in-Charge.
21.4.5 Upon completion of the works, the CONTRACTOR shall within the scope of work
remove from the job site all the equipment and temporary works remaining
thereon.
21.4.6 All equipment, materials and temporary works shall at all times be and remain at
the risks of the CONTRACTOR in all respects. The OWNER shall not, at anytime,
be liable for the loss or destruction of or damage to any equipment, temporary
works or materials for any reason whatsoever.
22.0 TAXES, DUTIES AND OTHER LEVIES
a) Clause No. 7.d.1, 7.d.2. of GTC and 15.6 of GTC stands modified to the extent of
provisions as per Annexure – XXIV (Taxes & Duties) of this SCC .
23.0 PERFORMANCE OF WORKS
Notwithstanding anything to the contrary stated in the relevant provisions in the
General Terms & Conditions of Works Contract, under clause 5 and its sub-
clauses thereunder, the following additional clauses shall be applicable
23.1 GENERAL
23.1.1 All works shall be performed and executed by the CONTRACTOR in strict
conformity with the job description(s), Specification(s), Plan(s), drawing(s),
design(s) and other contract documents applicable to the specific work(s) and any
relative instructions as may be issued to the CONTRACTOR by the Engineer-in-
Charge from time to time.
23.1.2 The Engineer-in-Charge shall be entitled from time to time or at any time, at his
discretion, to issue written orders or instructions to the CONTRACTOR relative to
the performance and/or execution of work(s) by the CONTRACTOR or otherwise,

Page 258 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 47 of 134

relative to any matter touching or affecting the Contract or arising there from and
to revise or revoke any orders or instructions previously issued, and the
CONTRACTOR shall, subject to the provisions of the clause no. 23.1.3 given
below, obey and/or abide thereby.
23.1.3 Should the CONTRACTOR require any clarification in respect of any orders or
instructions issued by the Engineer-in-Charge, or should there appear to the
CONTRACTOR to be any contradiction between any orders or instructions issued
by the Engineer-in-Charge and the Contract documents or any of them, the
CONTRACTOR shall refer the matter immediately in writing to the Engineer-in-
Charge for his decision before proceeding further with the work and the decision
of the Engineer-in-Charge on any such matters shall be final and binding upon the
CONTRACTOR, who shall perform the work accordingly, without entitlement to
any claim against or compensation from the OWNER resultant upon such order,
instruction or decision.
23.1.4 The CONTRACTOR shall, within 4 (Four) weeks of receipt of notification of
acceptance of bid, name Engineer(s) responsible for the work at the job site on
behalf of the CONTRACTOR. The said Engineer(s) of CONTRACTOR shall be the
representative(s) of the CONTRACTOR at the job site for and relative to all actions
and transactions and dealings on behalf of the CONTRACTOR and to whom all
plans, designs, drawings, orders and instructions or other documents or
communications for or relative to the job site may be given, with the intent that all
transactions and dealings had with the said Engineer(s) shall be deemed to have
been had with the CONTRACTOR, and any and all plans, drawings, orders,
instructions, documents or communications delivered to said Engineer(s) shall be
deemed to have been delivered to the CONTRACTOR. The CONTRACTOR shall
also independently or from amongst the said Engineer(s) designate one person to
be the CONTRACTOR’s Project Manager with whom the OWNER may also deal
with as the CONTRACTOR’s representative in the manner specified above, and
who is authorized to take decisions on behalf of the CONTRACTOR and to co-
ordinate amongst the aforesaid Engineer(s) of the CONTRACTOR.
23.1.5 The CONTRACTOR shall also nominate, at the job site, a Deputy Site
Representative (which nomination shall also be subject to the approval of the
Engineer-in-Charge) to deputize for the CONTRACTOR’s Representative(s)
during periods of unavoidable absence.
23.1.6 The CONTRACTOR shall also provide and maintain, at or about the job site, an
office for the working accommodation of the CONTRACTOR’s engineer and staff.
Such office shall remain open and attended at all hours during which work is being
performed at the job site, for the receipt of instructions, notices, and other
communications.
23.1.7 The CONTRACTOR shall, within the scope of work erect and/or cause to be
erected any and all temporary works, ancillary works and enabling works,
including preparing approaches and working areas for movement and operation
of cranes, preparing and levelling areas for assembly and erection , dewatering of
surface and sub-soil water and protection of existing works, drains, pipes,
trenches, cables overhead and underground works and other facilities and utilities

Page 259 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 48 of 134

falling within the job site and/or approximate thereto and repair and/or re-
placement of any and all existing works, drains, pipes, trenches, cables, wires and
facilities and/or utilities damaged or destroyed by the CONTRACTOR or which
may have to be temporarily or permanently diverted or re-routed to enable the
contractual works.
23.1.8 The CONTRACTOR shall co-operate with and afford the OWNER and other
contractors engaged at site, access to the work and shall supply at cost as
determined by the Engineer- in-Charge (whose decision will be final), power and
water for the performance of the work entrusted to them and/or for the carriage
and storage of materials by them and whenever any work by the CONTRACTOR
is being done in association, collaboration or in proximity with any other
contractors, the CONTRACTOR shall co-operate with the OWNER or other
contractor(s)/agency(ies) involved in such work and shall ensure the harmonious
working between the CONTRACTOR and the
OWNER/CONTRACTOR(s)/agency(ies) involved, and shall comply with any
instructions issued by the Engineer-in-Charge for the purpose.
23.1.9 The OWNER shall be entitled, at its discretion, to appoint one or more engineers
and/or other personnel at or about its job site on behalf of the OWNER to do such
acts, deeds, matters and things as may be necessary to safeguard the OWNER’S
interests including (but not limited to), at the discretion of the OWNER,
supervision and testing of the works being conducted by the CONTRACTOR at
the job site and/or for rendering such assistance to the CONTRACTOR relative
thereto as the OWNER or such Engineer(s) or personnel shall or may deem fit, it
being understood, however, that the presence of any engineers or personnel of
the OWNERS at or about the job site for any supervision, inspection or test
performed or conducted by any such engineer(s) or any personnel of the OWNER
in respect of any work(s) or any other assistance rendered by such engineer(s)
and/or personnel to the CONTRACTOR relative thereto, shall be without any
attendant obligation or liability of the OWNER vis-à-vis the CONTRACTOR, nor
shall relieve the CONTRACTOR of his/its full responsibility in respect of the work(s)
under the contractor bind the OWNER to accept as satisfactory or complete and/or
in accordance with the contract, any work(s) performed by the CONTRACTOR
which has/have been supervised, inspected, tested or assisted by the said
engineer(s) and/or personnel of the OWNER.
23.1.10 If the CONTRACTOR’s work or any part thereof shall be consequent or resultant
upon any works performed by any other person or shall be in continuance thereof
or otherwise based or founded or dependant thereon, the CONTRACTOR shall
before commencing with his/its work, bring to the notice of the Engineer-in-Charge,
in writing, any defects existing in said prior works.
23.1.11 It is an express condition of this Contract that the CONTRACTOR shall not engage
the services of the other contractors and/or their employees/workers presently
working in the Refinery, without prior written permission of the Owner.
23.2 THE JOB SITES
23.2.1 The CONTRACTOR shall provide, fix and be responsible for the maintenance of
all stakes, templates, level marks, profiles and the like and shall take all

Page 260 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 49 of 134

precautions necessary to prevent their removal or disturbance and for their efficient
and timely reinstatement. The CONTRACTOR shall also be responsible for the
maintenance of all survey marks, boundary marks, distance marks, whether
existing or supplied/fixed by the CONTRACTOR.
23.2.2 Before commencing the work, the CONTRACTOR shall at his/its own cost and
initiative provide all necessary reference and level posts, pegs, bamboos, flags,
ranging rods, strings and other materials for proper layout of the work in
accordance with the scheme for benchmarks acceptable to the Engineer-in-
Charge. The centre, longitudinal or faceline and cross line shall be marked by
means of small masonry pillars. Each pillar shall have a distinct mark at the centre
to enable a theodolite to be set over it. No work shall be started until all these
points are approved by the Engineer-in-Charge in writing, but such approval shall
not relieve the CONTRACTOR of any of his responsibilities in respect of the
adequacy or accuracy thereof. The CONTRACTOR shall also provide all labour,
material, tools and other facilities necessary for the proper checking of layout and
inspection of the points during construction.
23.2.3 The CONTRACTOR shall be exclusively responsible for the provision and
maintenance of horizontal and vertical alignments and levels and for the
correctness of every part of the work in accordance therewith and shall, at his own
cost, rectify any error or imperfections therein.
23.3 SITE CLEARANCE, FILLING AND LEVELLING
23.3.1 The CONTRACTOR shall clear the job site of all unwanted trees, bushes,
undergrowth and overground and underground structures, pipes and installations,
and shall re-route, if necessary, any private utilities located on or within the job
sites and shall take care to keep the job site clean at all times for easy access to
the job site and also from the safety point of view to the satisfaction of the
Engineer-in-Charge.
23.3.2 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. All dismantled material shall be
shifted /removed by CONTRACTOR at his own cost to designated place. The
Contractor shall clear away and remove from the Site any wreckage, rubbish and
Temporary Works which are no longer required in accordance with Good Industry
Practice, Applicable Laws and instructions of the Engineer-in-Charge, unless
required to be maintained at the Site as per the express instructions of Engineer-
in-Charge
23.3.3 If the work involves dismantling of any existing structure in whole or part , any
RCC foundation, paved area 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 cost and risk of
CONTRACTOR to the satisfaction of the Engineer-in-Charge, whose decision
shall be final and binding upon the CONTRACTOR.
23.3.4 The CONTRACTOR shall dispose off the unserviceable materials, debris etc.
within the Refinery complex and into the designated area as directed by

Page 261 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 50 of 134

Engineer-in-Charge. The Lumpsum Prices shall be inclusive of the above


activities also. 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.
23.3.5 No extra payment-shall be paid on this account. The Prices quoted in Schedule
of Price are deemed to be inclusive of all the costs towards all the above
activities as well.
23.3.6 The CONTRACTOR shall be the custodian of the dismantled materials till the
Engineer-in-Charge takes charge thereof.
23.4 COMPLIANCE WITH CODES AND STANDARDS
a) The Work and all systems, components and parts of the Works shall comply
with:
(i) Those design criteria, codes and standards which are specified in this
Contract, Scope of Contract and as agreed between CONTRACTOR
and OWNER, and
(ii) The requirements of all relevant Indian authorities, including without
limitation:
(a) Factories Act;
(b) Indian Petroleum Rules;
(c) Tariff Advisory Committee Guidelines;
(d) Liquid effluent discharge, as per Minimal National Standards for
liquid effluents and air emissions conforming to Pollution Control
Board Standards;
(e) Civil Aviation Rules;
(f) Indian Boiler Regulations;
(g) Indian Electricity Rules;
(h) Requirement of Chief Controller of Explosives;
(i) Requirement of Town & Country Planning Department;
(j) Requirement of Labour Laws and The Building and other
construction workers Act 1996
(k) Requirements of other authorities concerned with the Project or
with any licence, permission, sanction, approval or no objection
relative thereto, and the terms thereof.
b) Any modification to the agreed design criteria will be subject to the
CONTRACTOR providing detailed justification and OWNER’s/ Engineer-in-
Charge’s approval of the same.
23.5 CONDITIONS OF WORK:
The second and third para of Cl. 5 of GTC (Execution of Work) stands replaced
with the following:
23.5.1 If necessary, the CONTRACTOR shall work over time or in two or more shifts in a
day. The CONTRACTOR shall not be entitled to any extra compensation or
remuneration for overtime or double or triple shift working.

Page 262 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 51 of 134

23.5.2 The CONTRACTOR will be expected to work on Sundays and holidays, if


necessary, without extra compensation. Contractor shall plan and take prior
approval from the Owner/ Engineer-in-charge to this effect.
23.5.3 The CONTRACTOR shall plan and organise all operations taking into account all
suspensions or shutdowns necessitated by weather conditions and the severity of
weather conditions (foreseen or unforeseen) shall on no account constitute a
ground for extension of time for completion nor shall entitle the CONTRACTOR to
claim any idle charges or additional compensation howsoever designated.
23.5.4 Notwithstanding the shut down or suspension of any operations necessitated by
weather conditions, the CONTRACTOR shall, without entitlement to any additional
compensation or remuneration, at his own cost and initiative take all steps
necessary to protect the job site and works, materials, equipment and machinery
at site during adverse weather conditions and the effects thereof and shall, at his
own cost and initiative, do and perform, to the satisfaction of the Engineer-in-
Charge, all such consequential rectification, repairs and/or reworking as shall be
necessary.
23.5.5 The CONTRACTOR shall plan, well in advance for the collection of materials and
equipment and the erection of such tarpaulins, sheds, wind breakers and/or other
protection as shall or may be necessary for work during adverse weather
conditions.
23.5.6 The CONTRACTOR shall also arrange and bring to job site and install such pumps
and special equipment and machinery as may be necessary to enable work during
the monsoon or adverse weather conditions and shall, at his own cost and
initiative, arrange for dewatering the job sites so as to keep the construction site
and areas to be worked upon free of water.
23.5.7 The CONTRACTOR shall not be entitled to any extra compensation or
remuneration for or relative to any work during the monsoon or adverse weather
conditions or for or relative to any special arrangements to be made and/or
equipment or machinery to be brought to the job sites and/or operated to enable
such workings.
23.5.8 The completion of work may entail working in monsoon also. The contractor must
maintain the necessary work force as may be required during monsoon and plan
to execute the job in such a way the entire project is completed within the
contracted time schedule. No extra charges shall be payable for such work during
monsoon. It shall be the responsibility of the contractor to keep the construction
work site free from water during and off the monsoon period at his own cost and
expenses.
23.6 TIME FOR COMPLETION
23.6.1 The CONTRACTOR shall complete in all respects in accordance with the Contract,
the entire work within the time specified in this behalf in the Time Schedule given
in Annexure- I to this SCC.
23.6.2 Within 4 (Four) weeks from the date of receipt of notification of acceptance of Bid
the CONTRACTOR shall submit to the OWNER for approval a detailed Progress
Schedule in graphical or other suitable form, giving dates of starting and finishing

Page 263 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 52 of 134

of various operations and works within the scope of work, providing sufficient
margin to cover for contingencies and for final testing and commissioning and
consequential repairs, replacement and/or supply. The Engineer-in-Charge and
the CONTRACTOR shall thereafter within another 14 (Fourteen) days settle the
Progress Schedule and the Progress Schedule so settled shall be the approved
Progress Schedule and shall form part of the contract with attendant obligations
upon the CONTRACTOR to commence the various works/operations involved on
or before date(s) mentioned in this behalf in the approved Progress Schedule and
to conclude the said works/operations on or before date mentioned in this behalf
in the approved Progress Schedule and default by CONTRACTOR to commence
or complete within prescribed date(s) any work or operation shall be deemed to be
a breach by the CONTRACTOR to which the provisions of clause 40.1 hereof
relating to termination of contract shall apply, but without prejudice to any other
rights or remedies which the OWNER may have in this behalf.
23.6.3 The said Progress Schedule(s) to be submitted to the Engineer-in-Charge for
approval shall be accompanied as part thereof by a document which will list,
relative to each operation, the labour, machinery and equipment to be employed
by the CONTRACTOR to achieve the desired rate of progress, it being understood,
however, that the quantity and types therein indicated shall merely constitute an
indication of minimums, and shall not any wise absolve the CONTRACTOR from
his/its obligations to complete the work in all respects within the time for completion
specified in this behalf elsewhere in the bid documents and/or to employ additional
labour, machinery and equipment necessary to achieve the desired rates of
progress and/or to complete the work within the specified time.
23.6.4 If the CONTRACTOR shall fail to submit to the OWNER a Progress Schedule as
envisaged above or if the Engineer-in-Charge and CONTRACTOR shall fail to
agree upon the Progress Schedule as envisaged above, then the Engineer-in-
Charge shall in consultation with the CONTRACTOR prepare the Progress
Schedule (the dates of progress as fixed by the Engineer-in-Charge being final
and binding upon the CONTRACTOR except as herein otherwise expressly
provided), and shall issue the Progress Schedule so prepared to the
CONTRACTOR, and the provisions of clause 23.6.2 shall apply relative thereto as
though it was as approved Progress Schedule
23.6.5 Any reference in the contract documents to the “approved Progress Schedule” or
to the “Progress Schedule” shall mean the “approved Progress Schedule”
specified in clause 23.6.2 above or the “Progress Schedule” prepared and issued
by the Engineer-in-Charge as specified in clause 23.6.4 above, whichever shall be
in existence.
23.6.6 Within 7 (Seven) days of the occurrence of any act, event of omission which, in
the opinion of the CONTRACTOR, is likely to lead to delay in the commencement
or completion of any particular work(s) or operation(s) or the entire work at any job
site(s) and is such as would entitle the CONTRACTOR to an extension of time
specified in this behalf in the Progress Schedule(s), the CONTRACTOR shall
inform the Engineer-in-Charge, in writing, of the occurrence of the act, event or
omission and the date of commencement of such occurrence. Thereafter, if even

Page 264 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 53 of 134

upon the cessation of such act or event or the fulfilment of the omission, the
CONTRACTOR is of the opinion that an extension of the time specified in the
Progress Schedule relative to particular operation(s) or item(s) or works or the
entire work at the job site(s) is necessary, the CONTRACTOR shall, within
7(Seven) days after the cessation or fulfilment as aforesaid, make a request to
the Engineer-in-Charge for extension of the relative time specified in the Progress
Schedule. The Engineer-in-Charge may on such request at any time prior to
completion of the works extend the relative time of completion in the Progress
Schedule for such period(s) as he considers necessary, if he is of opinion that such
act, event, or omission constitutes a ground for extension of time in terms of the
Contract and that such act, event, or omission has in fact resulted in
insurmountable delay to the CONTRACTOR. The opinion/decision of the
Engineer-in-Charge in this behalf and as to the extension necessary shall subject
to the provisions of clause 23.6.7 hereof, be final and binding upon the
CONTRACTOR.
23.6.7 Notwithstanding the provisions of clause 23.6.6 hereof, the OWNER may at any
time after final completion of the Unit or works in all respects of its own initiative
consider a request for extension of time made by the CONTRACTOR to the
Engineer-in-Charge under Clause 23.6.6 or at the request of the CONTRACTOR
made by way of appeal either against the decision of the Engineer-in-Charge taken
under clause 23.6.6 or against the Engineer-in- Charge’s failure to take a decision
under the said clause, if satisfied of the existence of any ground(s) justifying the
delay, extend the date for completion of the work or any item or operation thereof
for such period(s) as the OWNER may consider necessary, and the decision of
OWNER as to the existence or otherwise of any grounds justifying the extension
and as to the period(s) of extension necessary shall be final and binding upon the
CONTRACTOR.
23.6.8 Subject as elsewhere herein or in the Contract documents expressly provided, only
the existence of force majeure circumstances as defined in clause 23.6.9 hereof
shall afford the CONTRACTOR a ground for extension of time for completion of
the work or any part of the work or any operation(s) involved therein, and
specifically without prejudice to the generality of the foregoing, inclement or
unforeseen weather, strike, lockouts, third party breach, delay in supply of
materials(s) or commercial hardship shall not afford the CONTRACTOR a ground
for extension of time or relieve the CONTRACTOR of his/its full obligations under
the Contract, nor will any forced shutdown or idleness or other impediment in
progress or Completion of the work due to any reason whatsoever afford the
CONTRACTOR a ground for extension of time or relieve the CONTRACTOR of
his/its full obligation under the Contract except and to the extent otherwise
elsewhere herein specifically provided.
23.6.9 “Force Majeure” shall be as per cl. 13 of GTC.
23.6.10 Upon an extension of the time for completion of the work or any part of the work
or any operation(s) involved therein, the extended date of completion shall be
deemed to be the relative date of completion in the Progress Schedule.

Page 265 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 54 of 134

23.6.11 The extension of time shall be the sole remedy of the CONTRACTOR for any
cause or event of delay and the CONTRACTOR shall not be entitled in addition to
or in lieu of such extension, to claim any damages or compensation for extended
stay or otherwise whether under the law governing contracts or quasi-contracts or
any other relationship, and the CONTRACTOR hereby waives and disclaims any
and all contrary rights.
23.6.12 No assurance, representation, promise or other statement by any personnel,
Engineer or representative of the OWNER in relation to extension of time for
commencement or completion of any work(s) or operation thereof or of the entire
works under the Contract shall be binding upon the OWNER or shall constitute an
extension of time for commencement or provision of clause. 23.6.6 or
Clause23.6.7 hereof, unless the same is communicated to the CONTRACTOR by
the Engineer-in-Charge under Clause 23.6.6 or by the Chief General Manager -
Projects, Rajasthan Refinery under Clause 23.6.7 and the writing specifically
states to embody an extension of time within the provisions of Clause 23.6.6 or
23.6.7 as the case may be, and without prejudice to the foregoing, the mere
agreement or prescription of a Progress Schedule by the Engineer-in-Charge or
any representative of the OWNER at variance with the Progress Schedule, or
approved Progress Schedule, as the case may be, referred to in Clause 23.6.2,
23.6.3 and/or 23.6.4 or containing an extended time of commencement or
completion in respect of the entire work(s) or any part or operation thereof shall
not anywise constitute an extension of time in terms of the contracts so as to bind
the OWNER or to relieve the CONTRACTOR of all or any of his/its liabilities under
the Contract, nor shall constitute a promise on behalf of the OWNER or a waiver
by the OWNER of any of its rights in terms of the Contract relative to the
performance of the contract within the time specified or otherwise, but shall be
deemed only (at the most) as a guidance to the CONTRACTOR for better
organising his work on are cognition that the CONTRACTOR has failed to organise
his work and/ or to perform the same within the time specified in the Progress
Schedule established within the provisions of clause 23.6.2, 23.6.3 or
23.6.4.hereof as the case may be.
23.7 PRICE ADJUSTMENTS FOR SLIPPAGES IN COMPLETION
23.7.1.1 The provisions under Clause No. 10 i) to iv) –‘Price Reduction’ in the General
Terms & Conditions of Works Contract stand replaced as detailed in Annexure
XIX of SCC [Titled “PRICE ADJUSTMENT FOR SLIPPAGE IN COMPLETION”].
Provisions of price reduction/adjustment for delay in achieving intermediate
major milestones, shall be as Annexure XXVIII of SCC.
23.7.1.2 Application of price adjustment under clause 23.7.1.1 above shall be without
prejudice to any other right of the OWNER, including the right of termination under
Clause 40.1 and associated clauses there under
23.7.1.3 Nothing in Clause 23.7.1.1 above shall prevent the OWNER from exercising its
right of termination of Contract under Clause 40.1 hereof and associated clauses
thereunder, and the OWNER shall been titled, in the event of exercising its said
right of termination after the last date for Mechanical Completion of the Unit(s) and/
or for final completion of the works as the case may be, as specified in the Progress

Page 266 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 55 of 134

Schedule or any extension thereof, without prejudice to any other right or remedy
available to the OWNER, to discount as aforesaid in the contractual price of
services in addition to any amount as may be due consequent to a termination
under Clause 40.1 hereof and associated clauses there under.
23.7.1.4 It is specifically acknowledged that the provisions of this Clause 23.7 and
associated Clauses thereunder constitute purely a provision for price adjustment
and/or fixation and are not to be understood or construed as a provision for
liquidated damages or penalty under Clause 74 of the Indian Contract Act or
otherwise, and that the OWNER shall be entitled to damages or compensation, as
the case may be, for breach or delay, independently of these provisions for price
adjustment.
23.7.1.5 GST (if applicable) on account of Price adjustment for slippages in Completion as
detailed in Annexure XIX of SCC would be borne by Contractor. Alternatively,
CONTRACTOR shall invoice after adjusting the amount against Price adjustment
for Slippages in Completion from the RA Bill and claim the GST accordingly.
23.7.1.6 Delay by OWNER in providing Utilities and Feedstock will not be reason for waiver
of price adjustment, if concurrently CONTRACTOR has delayed the completion of
the Progress Schedule.
23.7.1.7 Contractor agrees with the Owner, that the above represents a genuine pre
estimate of the damages which the Owner will suffer on account of delay in
the performance of the work by Contractor. The Contractor further agrees
that the price reduction amount is over and above any right which owner has
to risk purchase under Clause 12.4 of General Terms & Conditions of Works
Contract and any right to get the defects in the work rectified at the cost of
the contractor.
23.7.2 EXCESS CONSUMPTION OF UTILITIES
23.7.2.1 In the event that the total consumption/generation of respective utility as detailed
in Annexure-II to SCC exceeds the guaranteed utility consumption/generation by
more than as specified in FORM SP-10 of Schedule of Prices, then the
CONTRACTOR shall first remedy/rectify the problem or make necessary
replacements within such time as may be fixed on this behalf by the Engineer-in-
Charge after consulting the CONTRACTOR, so as to ensure that the
consumption/generation of utility is brought within the guaranteed utility
consumption/generation. If even after remedy/rectification / replacement of the
equipment the total utility exceeds the guaranteed utility Consumption/generation,
the OWNER shall be entitled to remedies/penalities as defined in Annexure-II to
these Special Conditions of Contract.
23.7.2.2 The Contractor shall not be entitled to any extension of time for any
remedy/replacement/rectification as specified above
23.8 SCHEDULE OF ACTIVITIES
23.8.1 The CONTRACTOR shall within 4 (Four) weeks from the date of issue of the Letter
of Acceptance, furnish to the OWNER a detailed Schedule of Activities specifying
in detail the various activities which the CONTRACTOR would be required to
perform and the milestones with respect to each which the CONTRACTOR would

Page 267 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 56 of 134

have to achieve in order to set-up, complete, establish and successfully commission


the UNIT/ works in accordance with the Contract.
23.8.2 Each activity entered in the Schedule of Activities and each milestone therein shall
be priced so as to break-up so far as possible, the Lumpsum Price of services into
various priced milestones of achievements and priced activities required to achieve
those milestones. The Schedule of Activities and the said priced break-up of
activities therein are intended only to provide a basis for the purpose of calculating
on account payments for services and for calculating payments due to the
CONTRACTOR under clause 10.4 hereof upon cancellation of Contract, and for no
other purpose.
23.8.3 The prices in Schedule of Activities shall be in conformity with the price(s) quoted
by the CONTRACTOR for the various activities and the Contractual provisions for
on account payments.
23.8.4 The OWNER shall review or cause to be reviewed the prima facie adequacy,
sufficiency, validity and/or suitability of the activities listed in the Schedule of
Activities for the works for which they are intended, and of the prices indicated in
the Schedule of Activities in respect thereof. Such review shall be performed in
conjunction with the design, engineering, specification and other technical reviews
to be done by the OWNER and all provisions applicable thereto shall be applicable
to there view of the Schedule of Activities. OWNER shall approve or comment on
such schedule of activities submitted by the CONTRACTOR within a period of 3
(Three) Weeks from the date of submission by CONTRACTOR.
23.8.5 The priced Schedule of Activities as approved by the OWNER shall constitute the
Schedule of Activities envisaged in the contract documents. However, no such
approval shall in any manner absolve the CONTRACTOR of his full responsibility
under the contract to perform within the lump-sum price of services specified in the
Price-Schedule, all services and to perform and undertake the work(s) required to
setup, establish and commission the Unit in accordance with the Contract and the
specification, complete in all respects, whether or not any particular work or activity
required is included within the Schedule of Activities and whether or not the price
thereof is included in the price indicated in the Schedule of Activities and whether or
not the price thereof is in conformity with the price thereof indicated in the Schedule
of Activities.
23.8.6 The Schedule of Activities shall be subject to amendment in both items and prices
in so far as necessary consequent upon any amendment in any relevant related
technical particulars or consequent upon a Change Order, and upon any
amendment, the amended Schedule of Activities as approved by the OWNER shall
thereafter constitute the Schedule of Activities as envisaged in the Contract
Documents, provided that no such amendment shall by itself anywise oblige the
OWNER to pay any amount in addition to the Lumpsum Price of services as
specified in the Price Schedule or oblige the OWNER to pay or bear any tax or duty
which it would not have had to pay or bear but for such amendment.
23.9 REPORT AND RECORDS
23.9.1 The CONTRACTOR shall from time to time maintain at each job site (in addition to
any records or registers required to be maintained by the CONTRACTOR under

Page 268 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 57 of 134

any law, rule or regulation having the force of law), such records and registers with
respect to the materials and/or works as the Engineer-in-Charge or the OWNER
shall require the CONTRACTOR to keep and/or maintain from time to time.
23.9.2 In addition to any other records or registers to be maintained by the CONTRACTOR
from time to time and/or reports required to be furnished by the CONTRACTOR, the
CONTRACTOR shall submit to the Engineer-in-Charge and to the OWNER a Daily
Progress Report of all work done and/or progress achieved by the CONTRACTOR
at each job site within the preceding day.
23.9.2.1 The said daily Progress Report shall also contain category-wise the labour and
equipment deployed in the various activities during the previous day.
23.9.2.2 The CONTRACTOR shall also submit to the Engineer-in-Charge and to the OWNER
at the end of each week (terminating on Sunday), a Progress Report of all work
done and/or progress achieved by the CONTRACTOR at each job site within the
preceding week. The Report shall also indicate the targets and the slippage (if any)
in the achievement of targets, and the cause(s) for such slippage.
23.9.2.3 The CONTRACTOR shall also at the end of each English Calendar month submit
to the Engineer-in-Charge and to the OWNER, a Progress Report of all work done
and/or progress achieved by the CONTRACTOR at each jobsite within preceding
month. Such Report shall also indicate the slippages of any achievement in the
targets upto the previous month and the steps being taken and to be taken to catch
up and the catch up plan of the CONTRACTOR relative thereto. The said Report
shall also indicate in a separate statement, the equipment(s) received at the jobsite
during the previous month, the date of receipt of each equipment at site and whether
the equipments have been erected or deployed or not.
23.9.3 The failure by the CONTRACTOR to submit the reports as specified in Clause
23.9.2,23.9.2.1,23.9.2.2 and/or 23.9.2.3 shall:
(i) disentitled the CONTRACTOR from submitting any Running Account Bill or
other Bill or Invoice for material or equipment or for work done until the
CONTRACTOR shall have duly made up any short fall in the compliance(s).
(ii) constitute a breach of contract under Clause 40.1.1 (e) of the SCC
23.9.4 The receipt and/or acceptance of any such report by the Engineer-in-Charge and/or
the OWNER shall be without prejudice to the full rights and remedies of OWNER
and obligations/liabilities of CONTRACTOR under the Contract, and shall not
anywise operate as and stopped against OWNER by reason only of the fact that no
notice or objection was taken of any information contained in any such report; nor
shall any statement in any such report be deemed to be correct merely by virtue of
the existence of such statement, and it being uncontroverted by the OWNER or the
Engineer-in-Charge.
23.10 QUALITY ASSURANCE/QUALITY CONTROL PROGRAMME
23.10.1 The CONTRACTOR sh a ll establish, document and maintain an effective Quality
Assurance Programme conforming to ISO9001. Within 4 (Four) weeks of the issue
of the Letter o f acceptance, a detailed Quality Assurance Programme conforming
to the said specifications to be followed for the execution of the contract shall be
submitted by the CONTRACTOR to the Engineer-in-Charge for approval.

Page 269 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 58 of 134

23.10.2 The Quality Assurance Programme, plans and procedures shall be furnished in the
form of a QA manual. This document should cover details of the personnel
responsible for the quality assurance plan or procedures to be followed for quality
control in respect of design, engineering, procurement, supply, work(s), fabrication,
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 manufacturer’s works
and dispatch of materials.
23.10.3 The Engineer-in-Charge shall review the Quality Assurance Programme within
3(three) weeks of receipt.
23.10.4 The CONTRACTOR shall within the Scope of Supply, arrange for and carry out
inspection activities as per the requirements specified in Technical Section of the Bidding
Document in respect of equipment/ materials through an approved Third Party
Inspection Agency. Third party inspection shall be carried out by TPI office of the
country(ies) from where materials are being procured/ sourced. The Third Party
shall within its scope of work, examine the existence, correctness and completeness
of all test and other certificates and Reports required to be furnished under the
approved Quality Assurance Procedure (QAP), the applicable codes and
specifications and the contract documents.
23.10.5 Payments to be made to the Third Party Inspection Agency shall be the
responsibility of the CONTRACTOR. The responsibility for ensuring inspection/
testing as per specifications, approved documents and agreed QAP and plans shall
be that of the CONTRACTOR. Inspection activities of the Third Party Inspection
Agency shall be coordinated by the Inspection Coordinator of the CONTRACTOR.
23.10.6 The CONTRACTOR shall ensure the following to maintain utmost quality in supply
of equipment/materials:
a) No supply will be accepted unless drawings (wherever required) are
approved under Code-1
b) The Inspection Agency shall carryout inspection based on Code-1 approved
drawings and approved QAP.
c) The Inspection Release Note issued by the Inspection Agency shall clearly
stipulate that materials/equipment(s) has/have been inspected as per Code-1
approved drawings and approved QAP, and that the Certificate and Reports
referred to in Clause 23.10.4 which have been examined by the Inspection
Agency are correct and complete and have been signed by the Inspection
Agency in token thereof. Payment shall be released only after receipt of the
said Release Note from the Inspection Agency.
d) No clearance shall be given to the CONTRACTOR for erection works or for
installation of the equipment without receipt of the Inspection Release Note as
indicated in para (c) above
e) Pre-commissioning and commissioning of the plant and equipment and of the
UNIT shall be undertaken only after complete satisfaction/verification of
supplies as per final approved drawings (Code-1) and QAP (Code-1).

Page 270 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 59 of 134

23.10.7 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 carry out the work as per standards and all code
requirements. In case the Engineer-in-charge feels that QA/QC Engineer(s) of the
CONTRACTOR or any of them are in competent or that the designated Engineer(s)
are insufficient, the CONTRACTOR shall deploy other experienced Engineer(s) to
the satisfaction of Engineer-In-Charge.
23.10.8 If the CONTRACTOR fails to comply with the requirements of the QAP and the
above provisions or to follow the instructions of Engineer-in-charge under Clause
23.10.7, the next payment due to him shall not be certified, or if already certified,
shall not be released unless the CONTRACTOR complies there with to the
satisfaction of Engineer-in-charge.
23.10.9 If Third Party Inspection is specifically excluded from the CONTRACTOR’s
responsibility under the Contract, the inspection shall be carried out by the
Engineer-In-charge (EIC) or by any other Inspection Agency nominated by the
OWNER, and Cl. 23.10.4, 23.10.5, 23.10.7 and 23.10.8 shall stand accordingly
modified.

24.0 EXECUTION OF THE WORK


24.1 The CONTRACTOR shall provide sufficient labour, staff (qualified and unqualified),
machinery, tools and equipment, S o f t w a r e , material and things whatsoever
necessary for the proper performance of the work and to ensure the rate of progress
as envisaged in the Progress Schedule.
24.2 If in the opinion of the Engineer-in-Charge (whose opinion in this behalf shall be
final), the work(s)/operation(s) at any job site or as a whole is/are not meeting the
progress necessary to achieve the relative date of completion in the Progress
Schedule, the Engineer-in-Charge may instruct the CONTRACTOR to
employ/provide additional labour, staff, machinery, tools, equipment or material
necessary to achieve the required progress and the CONTRACTOR shall forthwith
comply with such instruction(s) without any extra time for completion.
24.3 Should the CONTRACTOR fail to comply with such instruction(s) or fail to comply
therewith to the satisfaction of the Engineer-in-Charge (whose opinion in this behalf
shall be final and binding upon the CONTRACTOR), the Engineer-in-Charge may,
at his discretion, at the risk and cost of CONTRACTOR, appoint, procure or provide
the material(s) and/or the additional labour/personnel and or equipment as the
Engineer-in-Charge (whose decision in this behalf shall be final and binding upon
the CONTRACTOR) considers necessary to achieve the necessary progress in
relation to any particular work/operation or the work as a whole, or may appoint
subcontractor(s) for the performance of any particular work or operation and/or for
the supply of any requisite material. In so doing, the Engineer-in-Charge shall be
deemed to be acting for and on behalf of and as agent of the CONTRACTOR and
any such appointment(s), procurement or provision shall be deemed to have been
made by the CONTRACTOR and shall be paid for by the CONTRACTOR and/or
out of any amounts payable to the CONTRACTOR. The OWNER shall also be

Page 271 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 60 of 134

entitled in this event to 15% (Fifteen Percent) as supervision charges on the total
cost of such appointment(s), procurement(s) and/or provision(s), and the OWNER
shall be entitled (without prejudice to any other mode of recovery) to deduct the
same from the running account/final bills of the CONTRACTOR or any amount
howsoever becoming payable to the CONTRACTOR from time to time and the
decision of the Engineer-in-Charge as to the cost incurred in this behalf shall be final
and binding upon the CONTRACTOR.
Should the total amount thereof exceed the amount due to the contractor, the
Contractor shall pay the difference to the Owner within 15 days of making demand
for payment failing which the Contractor shall be liable to pay interest at 24% p.a.
on such amounts till the date of payment.
24.4 Should the Engineer-in-Charge at any stage (notwithstanding that the time for
completion of the relative work or item of work as specified in the Progress Schedule
has not expired) be of the opinion (the opinion of the Engineer-in-Charge in this
behalf being final) that the performance of any work or item of work by the
CONTRACTOR is unsatisfactory (whether in the rate of progress, the manner,
quality or workmanship of the performance or in the adherence to specifications, or
in the omission, neglect or failure to do, perform, complete or finish any works or
item, or for any other cause whatsoever), the Engineer-in-Charge shall be
entitled (without prejudice to any other rights of the OWNER and/or obligations
of the CONTRACTOR under the Contract) at his discretion and after consulting
the CONTRACTOR at the risk and cost of the CONTRACTOR either to appoint,
procure and/or provide such labour, staff, machinery, tools, materials etc. as the
Engineer-in-Charge (whose decision shall be final and binding upon the
CONTRACTOR) considers necessary to achieve satisfaction in relation to the
particular work, operation or item or work, or the work as a whole, as the case
may be, or to appoint one or more subcontractors for the satisfactory
performance thereof or any part thereof, or to undertake the performance
thereof or any part thereof departmentally, and the provisions of clause 24.3
hereof shall mutatis mutandis apply to any action taken by the Engineer-in-
Charge pursuant to this clause in the same manner as applicable to an action
taken under the said clause.
24.5 After and so far as the performance of any work or supply of any materials under
Clause 24.3 or under Clause 24.4 shall involve payment of any advance(s) or
down payment(s) or any other payment in advance of the payments for relative
works or supplies to the CONTRACTOR, such payment(s) shall be funded out
of the amounts payable or becoming payable on the Running Account Bills or
other Bills of the CONTRACTOR and/or out of any Bank Guarantees to secure
advance(s) or otherwise held by the OWNER pursuant to this contract.
24.6 Any action, taken by the Engineer–in-Charge under clause 24.3 and/or 24.4
shall be without prejudice to the full liability of the CONTRACTOR under the
Contract including but not limited to the OWNER’S full rights under clauses 23.7
and associated clauses thereunder, and under clauses 40.7 and 40.8 hereof.
24.7 During the progress of the works, the CONTRACTOR shall keep the site
reasonably free from all unnecessary obstruction and shall store or dispose of

Page 272 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 61 of 134

any constructional plant and surplus materials and clear away and remove from
the site, any wreckage, rubbish or temporary works no longer required.
25.0 SUB-CONTRACTS
25.1 The CONTRACTOR shall not assign, sub-contract or subject the whole or any
part of the work in any manner to any third party lien, right or interest, provided
that the CONTRACTOR may, with the prior written approval of Engineer-in-
Charge and subject to the other provisions in this behalf, sub contract any
particular work or part of the work to a subcontractor approved by the Engineer-
in-Charge.
25.2 Each Sub-Contractor shall be covered by the contract on the same basis as the
CONTRACTOR, provided, however, that notwithstanding approval of the Sub-
Contract as aforesaid and notwithstanding that the OWNER/Engineer-in-Charge
shall have received a copy of the Contract between CONTRACTOR and Sub-
Contractor, the CONTRACTOR shall be and shall remain exclusively
responsible to the OWNER, for which purposes the Sub-Contractor shall, visa-
vis the OWNER, be deemed to be the servant/agent of CONTRACTOR
employed for the performance of the particular work with full responsibility on
CONTRACTOR for all acts, omissions and defaults of the Sub-Contractor.
25.3 Subject as herein above in this behalf specifically permitted and provided, the
CONTRACTOR shall not sub-contract or sub-let or assign any work under the
Contract, and any sub-contract or sub-let in breach hereof shall be deemed to
be an assignment of the Contract or part or portion thereof sub-contracted, as
the case may be.
25.4 If any sub-contractor engaged upon the work at the site executes any work which
in the opinion of the Engineer-in-Charge is not of the requisite standard (the
opinion of the Engineer-in-Charge being final in this behalf), the Engineer-in-
Charge may after consulting the CONTRACTOR, by written notice to the
CONTRACTOR require the CONTRACTOR to terminate such sub-contract, and
the CONTRACTOR shall upon the receipt of such notice, terminate such sub-
contract at the risks and cost of the CONTRACTOR, and shall keep OWNER
indemnified against the consequences
25.5 Notwithstanding such sub-contract being approved by Engineer-in Charge as
herein envisaged, the CONTRACTOR shall, at the commencement of every
month, furnish the Engineer-in- Charge with a list of all sub-contractors engaged
and working at the site during the previous month, with particulars of the general
nature of the works performed by them.
26.0 SUB-CONTRACTOR FOR CONSTRUCTION WORKS
26.1 Following the issue of the Letter of Acceptance, the CONTRACTOR will submit
to the OWNER and Engineer-in-Charge for approval the details of sub-
Contractors for construction in the Format prescribed by the OWNER for the
purpose. The CONTRACTOR shall ensure that only competent and resourceful
agencies with proven track record and performance should be proposed for the
work to be sub-contracted.

Page 273 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 62 of 134

26.2 The list of construction sub-contractors proposed by the Bidders in the Bid shall
be considered as indicative only.
26.3 Subject to the provisions of IFB/NIT, A minimum of the following construction
activities shall be performed by the CONTRACTOR directly and shall not be sub-
contracted:
(i) Total Project Management
(ii) Planning, Scheduling, Monitoring
(iii) Procurement: (except for procurement of Cement, Steel and aggregate)
(iv) Quality Assurance including HSE
(v) Construction Management
(vi) Mechanical Completion, Pre-commissioning, Start up and Commissioning
26.4 Additionally, the CONTRACTOR must deploy its own manpower for planning,
supervision and quality of works at site including Project Manager(s), Quality
Control Engineer(s) for various disciplines, Planning Engineer(s) and front line
supervisors for Civil, Electrical, Mechanical, Piping and Instrumentation jobs.
Sub-contracting of these activities shall not be permitted under any
circumstances.
27.0 ENGINEERING SUB-CONTRACTOR
27.1 Subject to the provisions of IFB/NIT, the CONTRACTOR/ Engineering sub-
contractor executing residual process design and detailed engineering shall
follow inter alia the methodology mentioned below:
27.1.1 Residual Process Design and detailed Engineering shall be done by the
CONTRACTOR or specified Engineering Subcontractor identified by the
CONTRACTOR in his Bid and approved by the OWNER. No other or further
subcontracting shall be permitted
27.1.2 The Residual process Design and detailed Engineering shall be carried out at
the Principal International Design Office of the CONTRACTOR/ Engineering
Subcontractor, as the case may be, with adequate strength of technical
personnel and support design aids.
27.1.3 The CONTRACTOR/ Engineering Subcontractor shall extensively use latest
design software including 3D Modelling with PDS/PDMS software.
27.1.4 In the case of Residual Design Engineering and/or Detailed Engineering being
done by engineering subcontractor, the CONTRACTOR shall locate its Lead
Engineers of the respective disciplines viz CIVIL, STRUCTURAL, PRESSURE
VESSELS, STATIC & ROTATING EQUIPMENT, PIPING, ELECTRICAL and
INSTRUMENTATION at the design Centre (office) of the engineering
subcontractor to control, monitor and approve the engineering design
work/deliverables of the engineering subcontractor prior to their issue for Review
or Construction, as applicable. Such placement shall be a pre-condition for the
issue of any drawings for review or construction, to which end the
CONTRACTOR shall keep the OWNER informed of such deployment with
particulars of the Lead Engineers deployed, and the relevant dates of their
deployment, and all drawings issued for review or construction shall be

Page 274 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 63 of 134

countersigned by the concerned Lead Engineer. All interactions on Design/


Review/ Discussions with OWNER/ OWNER’s representative shall be done
under single point responsibility of the CONTRACTOR.
27.1.5 After start of construction work, the CONTRACTOR and/or its engineering
subcontractor, as the case may be, shall position at work site a field engineering
team essentially consisting of General Civil, Piping and Structures initially and
followed by Electrical and Instrumentation who have been involved in carrying
out the design at the design centre in order to closely co- ordinate with site
construction group to resolve any issues related to design/construction and
provide additional drawings/documents as required. Other specialists as
required shall also be deployed. The field engineering team shall be equipped
with all their design aids (both hardware and software) and with effective
communication network facilities with their Principal International Design Office.

28.0 MISCONDUCT
28.1 If and whenever any of the CONTRACTOR’s or Sub-contractor’s agents, sub-
agents, assigns, consultants or employees shall in the opinion of the Engineer-
in-Charge (whose opinion in this behalf shall be final), be guilty of misconduct or
be incompetent or indifferently qualified or negligent in the performance of
his/their duties, or if in the opinion of the Engineer-in-Charge (which shall be
final), it is undesirable for any reason (which need not be disclosed to the
CONTRACTOR) for such person(s) to be employed in the works, the
CONTRACTOR, if so directed by the Engineer-in-Charge, shall forthwith remove
or cause to be removed such person(s) from employment thereon, and any
person(s) so removed shall not be re-employed in the works except with the
prior permission in writing of the Engineer-in- Charge. Should the
CONTRACTOR be requested to repatriate any person removed from the works,
the CONTRACTOR shall do so forthwith at his own cost. Any person(s) so
removed from the works shall be immediately replaced at the expense of
CONTRACTOR by a qualified and competent substitute.
28.2 The CONTRACTOR shall keep the OWNER/Consultant indemnified from and
against all personal and third party claims whatsoever (inclusive of all costs
incurred between attorney and client) arising out of any act or omission on part
the of any sub-contractor or agent, sub-agent, consultant or employee of the
CONTRACTOR or any Sub-contractor, whether committed, omitted or arising
within or without the scope of the contract, sub-contract, agency or employment,
as the case may be.
29.0 INSPECTION AND TESTING OF MATERIALS
29.1 All materials to be supplied by the CONTRACTOR within the scope of supply shall
each be individually inspected, tested and analysed in terms of the specifications,
applicable codes and the relevant practices specified therein or elsewhere in the
contract document by expression or implication.

Page 275 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 64 of 134

29.2 Inspection, tests and analysis shall be carried out in so far as possible, at the place
of manufacture, production or fabrication of the materials, at the cost of the
CONTRACTOR/ manufacturer.
29.3 In each and every instance, the CONTRACTOR shall give the OWNER and its
specified representatives, adequate advance (minimum 15 days) notification of
the schedule of inspection or test so that the OWNER/its representative may
witness the same. The CONTRACTOR shall afford the OWNER/its authorised
representatives, access to any and all parts of manufacturer’s facilities or other
places where manufacture, production or fabrication is being done, of any material
intended for supply within the scope of supply.
29.4 The OWNER shall be entitled at all times whether prior to despatch of stores, by
itself and/or through inspectors appointed by the OWNER to inspect, test and/or
analyse and/or to direct the manufacturers to inspect, test and/or analyse, any
materials used or proposed to be used in the manufacture, production or
fabrication of any material to be supplied by the CONTRACTOR within the scope
of supply. The said inspection, test and analysis as far as required, shall be
conducted in the presence of the inspector. The manufacturer shall ensure that
the inspecting personnel referred to above are given free access to all the required
places and information connected with their work, besides working facilities to
carry out their functions. The said inspection, test and analysis shall be so
conducted as not to interfere with the manufacturer’s normal production.
29.5 The OWNER shall be entitled at any time at the risk of the CONTRACTOR to
inspect and/or test by itself or through any independent person(s) or agency(ies)
appointed by the OWNER any materials, items and components whatsoever
supplied or proposed to be supplied for incorporation in the works
29.6 Further, the OWNER may, if he so considers necessary for reasons to be recorded
in writing, direct the CONTRACTOR to conduct such inspection or tests in addition
to the inspection/ tests specified in the Contract or the applicable codes, standards
and/or practices. The inspection and/or tests, if conducted by the CONTRACTOR,
shall be conducted at the expense of CONTRACTOR and may be directed by the
OWNER to be conducted by agency(ies) nominated by the OWNER. Such tests
may include destructive and/or non- destructive tests by ultrasonic,
electromagnetic, radiological, visual and other means.
29.7 Where the manufacture or fabrication of any materials intended for incorporation
in the works is being done by any person(s) other than the CONTRACTOR, and/or
in the premises/workshop of any person other than the CONTRACTOR, the
CONTRACTOR shall procure and arrange for the inspection or testing and/or
analysis thereof by such other person(s) and shall provide the OWNER and/or its
authorised representative(s) every facility and assistance necessary for the
inspection and/or testing thereof.
29.8 The CONTRACTOR shall also, on receipt of intimation or any communication of
any inspection or tests by the OWNER or any agencies nominated by the OWNER
in this behalf, present himself or his authorised representative(s) at the place of
inspection and/or testing to receive any orders or instructions consequent thereto,
as shall be necessary.

Page 276 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 65 of 134

29.9 The CONTRACTOR shall furnish to the OWNER and/ or agency specified by the
OWNER for the purpose of inspection or approval when requested, or as required
by the inspection or other contract documents, adequate samples of all materials
and finishes intended for incorporation in the works. Such samples shall be
submitted before the work is commenced, permitting sufficient time for
tests/examination(s) thereof by the OWNER. All materials furnished and finishes
incorporated in the work shall conform to the approved sample(s) in all respects.
29.10 The CONTRACTOR/manufacturers including their authorised
Subcontractors/Suppliers shall make available to the OWNER and any other
individual/agency authorised by the OWNER, for the purpose of inspection, all its
records and results in respect of inspection, test and analysis conducted by it as
part of their manufacturing and testing operations under the applicable codes and
practices
29.11 Should the manufacturers fail to comply with any of the provisions aforesaid
relating to inspection, testing and/or analysis, the OWNER shall be entitled by itself
and/or through inspect or to conduct the inspection, test and/or analysis at the risk
and expense of the manufacturer/CONTRACTOR in all respects.
29.11.1 No rejected material, component or sub-assembly shall be used or reused for
manufacture, production or fabrication of any material(s) intended for permanent
incorporation in the works
29.12 Unless otherwise specifically authorised by the OWNER in writing, the supplier
shall not ship or dispatch for shipment, within the scope of supply, any store(s)
which have not been priorly inspected, tested and/or analysed as herein
contemplated and in respect of which a certificate of quality has not been issued
or signed by the inspectors.
29.13 If the rejection rates at the OWNER’S inspection for defects exceeds 5% (Five
percent), the OWNER shall be entitled to halt production until the cause thereof is
rectified, without any liability to the OWNER and without in any manner relieving
the CONTRACTOR of its full liabilities under the Contract.
29.14 The Engineer-in-Charge shall be entitled for reasons to be recorded in writing to
reject at any time even after delivery to the job site any defective materials
(including specially manufactured or fabricated items and components) supplied
by the CONTRACTOR for incorporation in the works , notwithstanding previous
inspection and/or testing thereof by or on behalf of the OWNER without rejection
or previous approval thereof by or on behalf of the OWNER and upon such
rejection the CONTRACTOR shall either perform such work or improvement
thereon or in respect thereof as shall be necessary to bring the material, item or
component to the requisite standard, or shall if so required by the Engineer-in-
Charge (whose decision in this behalf shall be final), remove the rejected
material/item/component from the job site within the time specified by the
Engineer–in-Charge and replace it at his own cost and expense (without
additional remuneration or compensation in respect thereof) with material
(s)/item(s)/component(s) approved by the Engineer-in-Charge.
29.15 Should the CONTRACTOR commit a breach of its obligations under Clauses
29.11.1 or Clause 29.12 or Clause 29.14 hereof, the CONTRACTOR shall be

Page 277 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 66 of 134

deemed to be in breach of contract within the provisions of Clause 40.1 hereof with
regard to termination of Contract, and the provisions of the said Clause and
associated provisions thereunder shall apply to such breach.
29.16 Notwithstanding anything provided in the foregoing clauses hereof and
notwithstanding that the OWNER and/or its representative or any agency
appointed by the OWNER has inspected, tested and/or approved any raw material
intended to be incorporated in any material(s) to be supplied pursuant to the Scope
of Supply and/or has inspected, tested and/or approved any such material(s), the
CONTRACTOR shall be and remain fully responsible under the Contract for and
in relation to specification fulfillments and performance guarantees. The said
inspection, tests and related procedures are intended only for the OWNER’S
satisfaction that prima facie the raw material and/or material(s), as the case may
be, intended for incorporation and/or supply under the Contract, are in order.
30.0 INSPECTION AND TESTING OF WORKS
30.1 The CONTRACTOR shall at all times ensure highest standards of workmanship
relative to the work to the satisfaction of the Engineer-in-Charge. The Engineer-in-
Charge shall have the power to inspect or cause to be inspected the works in all
respects at any and all times upto completion of the works, as also, to test or to
instruct the CONTRACTOR to test the works or any structure, material or
component thereof at the risk and cost of the CONTRACTOR, either by the
CONTRACTOR or by any agency(ies) nominated by the Engineer-in-Charge in this
behalf.
30.1.1 The CONTRACTOR shall provide all facilities, instruments, material, labour and
equipment required for testing the work (including checking the setting out of the
works) and shall afford the Engineer-in-Charge all assistance necessary to
conduct or have conducted the inspection and tests.
30.1.2 The CONTRACTOR shall also provide and keep at all times during the progress
of the work and maintenance period, proper means of access to the works and
every part thereof by means of ladders, gangways etc. And the necessary
attendants to move and setup the same as directed by the Engineer-in-Charge for
inspection or measurement of the works.
30.2 On no account shall the CONTRACTOR proceed with cover up or otherwise place
beyond reach of inspection, test or measurement any work before necessary
inspection entries are filled in the Site Inspection Register by the Engineer-in-
Charge or his authorised representative. Should the CONTRACTOR do so, the
same shall be uncovered at CONTRACTOR’S risk and expense for carrying out of
the inspection, test and/or measurement.
30.3 Should the CONTRACTOR fail to comply with any provisions foregoing relative to
inspection and/or testing of the works, the Engineer-in-Charge shall in his absolute
discretion been titled to remove, dismantle and/or uncover, as the case may be,
at the risk and cost of the CONTRACTOR, such cover-up thereof installed, erected
or put up by the CONTRACTOR and to conduct or have conducted the test(s)
and/or examination at the risk and cost of the CONTRACTOR. In such event the
CONTRACTOR shall also bear the risk and cost of the replacement, re installation
or re-erection of the concerned work(s) or part thereof, as case maybe.

Page 278 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 67 of 134

30.4 Notwithstanding anything provided in the foregoing clauses hereof, the


CONTRACTOR shall be and remain liable at his own cost and initiative to conduct
all tests at all relevant times during performance, erection and installation of any
work(s), as shall be required in terms of the contract documents or the codes,
standards or practices referred to therein, or as reasonably required by the
Engineer–in-Charge, such tests to be conducted through agency(ies) or
Laboratory(ies) specified or approved by the Engineer in-Charge in this behalf
30.5 Should the Engineer-in-Charge on inspection or test be not satisfied with the
quality or workmanship of any work(s), or any part thereof (the decision of the
Engineer-in-Charge being final in this behalf), the CONTRACTOR shall reperform,
replace, re-install and/or re- erect, as the case may be, such work(s) or part as the
case may be and no such rejected work(s) or part shall be used or reused with
reference to the works except with the prior permission of the Engineer-in-Charge
and the provisions of Clause 30.7 hereof shall apply to default by the
CONTRACTOR of the provisions of this clause.
30.6 Notwithstanding anything provided on foregoing clauses hereof and
notwithstanding that the Engineer-in-Charge and/or his representative has
inspected, tested and/or approved any particular work(s) or structure or part
thereof, such inspection, test or approval shall not absolve CONTRACTOR of his
full responsibility under the contract inclusive of and relative to specification
fulfilments and performance guarantees. The said inspection and test procedure
is intended basically to satisfy the OWNER that prima facie the work(s) done
and/or structure or system installed is/are in order.
30.7 Should the CONTRACTOR fail to re-perform, replace, reinstall and/or re-erect, as
the case may be, any work(s) or structure, or part there of rejected or found
defective in terms of clause 30.5 hereof within such period as the OWNER or
Engineer-in-Charge may specify by written notice to the CONTRACTOR in this
behalf, without prejudice to the rights of the Engineer-in- Charge under Clause
24.3 and Clause 24.4 thereof, the CONTRACTOR shall be deemed to be in
breach of contract within the provisions of clause 40.1 hereof with regard to
termination of Contract and the provision of the said clause and associated
provisions there under shall apply to such breach, and the OWNER shall be
entitled (without prejudice to any other right or remedy available to the OWNER)
upon expiry of the period specified in said notice, to demolish and/or remove the
rejected/defective work(s) and/or structure, or part thereof and to re-perform,
replace, re-install and/or re-erect, as the case may be, the same by itself or
through other agency or CONTRACTOR at the risks and cost of the
CONTRACTOR in all respects, and to recover the costs incurred by the OWNER
in this behalf together with a supervision charge of 15% (Fifteen percent) thereon
admissible to the OWNER, and the OWNER shall be entitled (without prejudice to
any other mode of recovery) to deduct the same from the Running Account/Final
Bill(s) of the CONTRACTOR or any monies becoming due to the CONTRACTOR
from time to time and the decision of the Engineer-in-charge as to the cost
incurred by the OWNER as aforesaid shall be final and binding upon the
CONTRACTOR.

Page 279 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 68 of 134

31.0 TESTS, COMMISSIONING AND POSSESSION OF WORKS


31.1 As soon as the works at any Site have been completed in all respects to the
satisfaction of the Engineer-in-Charge, and prior to the start-up of the UNIT, Final
Tests of the different equipments, sub-systems, and systems comprised in the
works/UNIT shall be undertaken by the CONTRACTOR at the risks and costs of
the CONTRACTOR in the presence of the Engineer-in-Charge or his authorised
representative. The OWNER may at its discretion permit Final Tests, piece-meal
in respect of particular part(s) or section(s) or group(s) of the works.
31.1.1 As soon as all the Final Tests have been completed in all respects to the
satisfaction of the Engineer-in-Charge, pre-commissioning & startup of the
complete system, plant(s), equipment(s), vessels and machinery, and associated
systems or the UNIT, as the case may be shall be undertaken by the
CONTRACTOR at the risk and cost of the CONTRACTOR under the overall
supervision of the Engineer-in-Charge or his authorised representative and/or of
the Process Licensor.
31.2 Upon satisfactory completion of the Final Tests in respect of all plant, machinery,
equipment, sub-systems and systems constituting the works/UNIT and
Mechanical Completion of the UNIT to the satisfaction of the OWNER, the
Engineer-in-Charge shall prepare a Mechanical Completion Certificate or Final
Test Certificate which shall certify the date on which Final Tests in respect of
various plant, machines, equipment, sub-systems and systems have been
successfully completed and the date of Mechanical Completion of the UNIT.
31.3 Following Mechanical Completion of the UNIT to the satisfaction of the OWNER
the CONTRACTOR shall, as soon as feasible, commission the UNIT in so far as
the Scope of Contract comprises of a UNIT, in accordance with the contractual
requirements.
31.4 Once the UNIT has been successfully commissioned to the satisfaction of
OWNER, Engineer-In-Charge shall issue a Commissioning Certificate to
CONTRACTOR which will set out the date of successful commissioning of the
UNIT solely in order to facilitate the CONTRACTOR to claim the milestone
payment against Commissioning and to fix the Defect Liability Period. The issue of
the Commissioning Certificate to CONTRACTOR shall not, however relieve the
CONTRACTOR of any obligations, which CONTRACTOR has to perform until
issue of the Performance Test Certificate as per the Contract. Subsequent to
successful commissioning of the UNIT, and after the operation of the UNIT has
been stabilized, the CONTRACTOR shall undertake Performance Tests for the
UNIT to establish that the UNIT performs according to the contractual
requirements. Such Performance Tests will be undertaken by the CONTRACTOR
at the risks and costs of the CONTRACTOR under the overall supervision of the
Engineer-in-Charge or his authorised representative and/or of the Process
Licensor.
31.5 On successful completion of the activities related to Performance Tests to the
satisfaction of the OWNER, the Engineer-in-Charge shall issue a separate
Performance Certificate to the CONTRACTOR, which will set out the date of
successful completion of the Performance Tests of the UNIT.

Page 280 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 69 of 134

31.5.1 On completion of all jobs in all respects to the satisfaction of the OWNER, the
Engineer-in-Charge shall issue a Completion Certificate to the CONTRACTOR,
which will set out the date of successful Completion of the Scope of Work under
the Contract
31.6 If within the scope of work, the Contractor is required to load the Catalyst into the
UNIT, such loading shall include within its scope the handling and removal of the
catalyst from the OWNER’s godown or warehouse, located within the Refinery,
where the Catalyst is stored, its transportation to the job site, opening of packing
or containers in which the catalyst is loaded, loading of the catalyst in accordance
with the specifications and/or instructions of the Licensor and/or the Engineer-in-
Charge, and return of empties to the OWNER’s designated warehouse.
Loading of the catalyst shall be part of Mechanical Completion of unit.
31.7 As and from the date of issue of Performance Test Certificate, the OWNER shall
be deemed to have taken over the work(s) as mentioned in the Performance Test
Certificate but without prejudice to CONTRACTOR’s liability under clause 32.4
hereof. In respect of works where Commissioning is in the CONTRACTOR’s scope
and Performance Test is not in the CONTRACTOR’s scope, the OWNER shall be
deemed to have taken over the works as and from the date of successful
commissioning of the works and stated in the Commissioning Certificate, but
without prejudice to the CONTRACTOR’s liability under Clause 32.4 hereof. In
respect of works which are not required to be commissioned by the
CONTRACTOR, the OWNER shall be deemed to have taken over the works as
and from the date of successful completion of the final tests and stated in the Final
Test Certificate, but without prejudice to the CONTRACTOR’s liability under
Clause 32.4 hereof.
31.8 If during Final Tests and/or pre-commissioning, startup, commissioning and/or
Performance Tests or at any time prior thereto, any defect(s) in the design or in
any work performed or structure erected or component installed or in any
installation or erection(s) or material(s) incorporated in the works is/are noticed,
the CONTRACTOR shall forthwith within the scope of the work remove and/or
demolish the same and re-perform, replace, re-install and re-erect the same and
otherwise do and provide whatever is necessary to be done to correct, repair
and/or rectify the defect(s) to the satisfaction of the Engineer-in-Charge, and if the
defect(s) be discovered during Final Tests or commissioning or Performance
Tests, the CONTRACTOR shall thereafter repeat the Final Tests or
commissioning or Performance Tests or such of them as may be required to be
repeated, and so on until successful conclusion of Final Tests, commissioning
of the total system without defect, and/or successful completion of the
Performance Tests. Any and all lubricants, consumables and spares required
for commissioning the UNIT and to undertake the Performance Tests shall be
provided by the CONTRACTOR within the scope of supply.
31.8.1 Should the CONTRACTOR fail to correct, repair or rectify any defects as aforesaid,
the provision of Clause 30.7 hereof shall mutatis mutandis apply as for defects
under Clause 30.5.

Page 281 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 70 of 134

31.9 Notwithstanding anything provided in Clause 31.7, Clause 31.8 and Clause 31.8.1
hereof, the OWNER shall be entitled without prejudice to any other rights of the
OWNER or liabilities of the CONTRACTOR under the foregoing provisions hereof
or otherwise under the Contract, including the rights of the OWNER under clause
23.7 hereof and associated clause thereunder and clause 40.1 hereof and
associated clauses thereunder:
I. If by reason of any default on the part of the CONTRACTOR a
Commissioning Certificate and/or Performance Test Certificate has not
been issued in respect of the entire works within 4 (Four) weeks after the
date fixed for completion of the entire works in the Progress Schedule(s),
to take over and use any portion of works in respect of which
Commissioning Certificate and/or Performance Test Certificate has not
been issued, with or without affording the CONTRACTOR further
opportunity for completing the work for issue of the Commissioning
Certificate and/or Performance Test Certificate.
II. At any time during the progress of the works, notwithstanding that time for
the completion of the entire works or concerned part, portion or section
thereof according to the Progress Schedule(s) shall not have expired, to
take over and/or use for any purpose the incomplete or partially completed
works/UNIT or any part or portion or section thereof, as the case may be ,
and give the CONTRACTOR an opportunity for completing the work or
relative part or portion or section thereof, as the case maybe, within the time
for completion permitted there for under the Progress Schedule and if in the
opinion of the CONTRACTOR, such taking over and/or use shall require an
extension of time for completion, the provision of Clause 23.6.6 hereof and
associated clauses thereunder relating to extension of time shall apply.
Provided always that takeover, possession or use of the works/UNIT or any
part or portion or section thereof by the OWNER within the provisions of
item (i) and/or item (ii) above shall not be deemed to be an acceptance of
work or relative part or portion or section thereof by the OWNER or relieve
the CONTRACTOR of his full obligations in respect thereof under the
Contract.
31.10 The CONTRACTOR shall be deemed to have successfully commissioned the
UNIT contracted for when the following conditions are satisfied:
I. The UNIT and all its components/facilities have been successfully tested after
installation at site individually and as a whole and Final Test Certificate shall
have been issued in respect thereof.
II. The UNIT is successfully commissioned by continuous and stabilised
operation upto full capacity for a continuous period of not less than 7 (seven)
days.
III. Deleted.
IV. The Engineer-in-Charge shall have issued a Commissioning Certificate in
respect of the UNIT.
32.0 COMPLETION CERTIFICATE

Page 282 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 71 of 134

32.1 After the final tests have been successfully completed in respect of all the works
envisaged in the contract, or after the UNIT has been Mechanically completed, as
the case may be, the CONTRACTOR shall clear the job site of all scaffolding,
wiring, pipes, surplus materials, CONTRACTOR’s labour, equipment and
machinery and shall demolish, dismantle and remove all CONTRACTOR’s site
offices and quarters and other temporary works, structure and constructions and
other items and things whatsoever brought up on or erected at the job site or on
any land allotted to the CONTRACTOR by the OWNER and not incorporated in
the permanent works and shall remove all rubbish from the job site and the land
allotted to the CONTRACTOR and shall clear, level and dress the job site and said
land to the satisfaction of the Engineer-in-Charge and shall put the OWNER in
undisputed custody and possession of the job site and all land allotted by the
OWNER to the CONTRACTOR and unless the CONTRACTOR shall have fulfilled
the provisions of the clause, the works shall not be deemed to have been
completed.
32.2 Upon the satisfactory fulfilment by the CONTRACTOR of the provisions of Clause
32.1 hereof, the CONTRACTOR shall be entitled to apply to the Engineer-in-
Charge, for a Completion Certificate in respect of the entire work or work at any
job site, as the case may be, upon submission of the following documents:
I. The Technical Documents according to which the work was carried out.
II. Complete set of working drawings showing therein corrections and
modifications (if any) made during the course of execution of the works,
signed by the Engineer-in-Charge.
III. Statement of final levels asset for various works, signed by the Engineer-in-
Charge.
IV. Final Test Certificate issued by the Engineer-in-Charge (if commissioning is
not within the CONTRACTOR’s scope of the work with respect to which the
Final Test Certificate has been issued) and Commissioning Certificate (if
Performance Tests are not within the CONTRACTOR’s scope of work) and
a Commissioning Certificate and a Performance Test Certificate (if
Performance Tests are within the CONTRACTOR’s scope of work) issued by
the Engineer-in-Charge.
V. Confirmation of Engineer-in-Charge of satisfactory fulfilment of the provisions
of the Clause 32.1 hereof.
VI. Item-wise list of surplus materials including the quantity & estimated value of
each surplus item (out of the materials issued by the OWNER or brought at
site by the CONTRACTOR) returned to the OWNER’s Store or otherwise
disposed of, duly signed by the Engineer-in-Charge.
VII. Materials-at-site accounting for OWNER- supplied materials, signed by the
Engineer-in- Charge.
VIII. Discharge in respect of OWNER-supplied equipment and machinery, signed
by the Engineer-in-Charge, and
IX. Declaration by the CONTRACTOR that he has duly cleared any and all of
the dues payable by him to his Labour/Piece rate workers (PRWs), Sub-

Page 283 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 72 of 134

Contractors, Suppliers, Vendors, Income Tax, GST and Customs,


Provident fund, ESI and royalties, if any , as applicable to the Scope of Work
under the Contract.”
X. Proof of payment in full of the cess payable under the Building and other
Construction Workers’ Welfare Cess Act, 1996.
32.3 If the Engineer-in-Charge is satisfied of the completeness in all respects of all
documents specified in Clause 32.2 and of proper reconciliation and accounting of
all materials the Engineer-in-Charge shall, within 1 (One) month of receipt of the
application for the Completion Certificate, issue a Completion Certificate in
respect of the works for which the Completion Certificate has been applied. If the
CONTRACTOR cannot produce to the satisfaction of the Engineer-in-Charge, the
statement of reconciliation or other explanation of issues, utilisation and balance
of materials, the Engineer-in-Charge shall (after taking into account irrecoverable
losses, if any, determined to be reasonable by Engineer-in-Charge) debit the
CONTRACTOR the reasonable cost of such material plus15%(Fifteen percent)
thereof under the provision of item (x) of clause 14.1 here of and issue the
Completion Certificate subject thereto. The decision of the Engineer-in-Charge as
to the acceptability of the material reconciliation furnished by the CONTRACTOR
and as to the irrecoverable losses, if any, permissible shall be final and binding
upon the CONTRACTOR.
32.3.1 The issue of a Completion Certificate shall be without prejudice to the OWNER’s
rights and CONTRACTOR’s liabilities under the Contract, including the
CONTRACTOR’s liability for the defect liability period under clause 33.1 hereof
nor shall the issue of a Completion Certificate in respect of the works be
construed as a waiver of any right or claim of the OWNER against the
CONTRACTOR in respect of works or any of them.
32.4 Up to and until issue of the Completion Certificate as provided for herein above
in respect of the works, the work(s) and all materials incorporated therein shall
be and remain at the risks of the CONTRACTOR in all respects, including (but
not limited to) accident, lightning, earth- quake, fire, storm, flood, tempest, riot,
civil commotion and/or war.
32.5 OWNER shall arrange Insurance as per provision of clause no. 65 of SCC.

PROVIDED ALWAYS THAT:


(i) Notwithstanding anything herein provided, the CONTRACTOR shall be and remain
solely and exclusively liable to repair, restore or replace, as the case may be, works
(including the materials therein incorporated) damaged or destroyed as a result of any
force majeure or other act or omission, notwithstanding the existence or otherwise of
any policy(ies) of insurance aforesaid, with the intent that any policy(ies) of insurance
aforesaid taken out by the CONTRACTOR or by the OWNER, shall not anywise
absolve the CONTRACTOR from his full liability under Clause 32.4 hereof or otherwise
but shall constitute merely an additional security and not a substitution of liability.
(ii) It shall be the exclusive responsibility of the CONTRACTOR to lodge and pursue any
or all claims in respect of the insurance aforesaid.

Page 284 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 73 of 134

32.6 APPLICATION OF PROCEEDS OF INSURANCE


(a) Proceeds of any policy(ies) of insurance received by the OWNER pursuant
to Clause 14.1(vii) or Clause 32.5 hereof shall be utilized at the sole
discretion of the OWNER either for payment to the CONTRACTOR for repair,
restoration or replacement, as the case may be, of the relative materials or
works, or to meet the costs of repair, restoration or replacement in the event
of the CONTRACTOR refusing or failing or neglecting to undertake such
repair, restoration and/or replacement, as the case may be, without prejudice
to any other right or remedy available to the OWNER in respect of such
default, failure or neglect.
(b) If the CONTRACTOR repairs, restores or replaces, as the case may be, the
lost, damaged or destroyed materials or works affected to the satisfaction of
the OWNER, the CONTRACTOR shall be entitled to the disbursement by the
OWNER of the full monies received by the OWNER under the relative
policy(ies) of insurance with respect to such materials or works repaired,
restored or replaced, as the case may be, by the CONTRACTOR.

33.0 DEFECT LIABILITY PERIOD AND LATENT DEFECTS


The Provisions under Clause 5.n of General Terms and Conditions of Contract–
Defects Liability stands replaced by below clause
33.1 The primary Defect Liability Period for the complete works/Unit(s) shall be 12
(twelve) months from the date of the issue of the Commissioning Certificate or
8000 hours of run, whichever shall be earlier, provided that if the Unit(s) cannot be
commissioned for a cause solely attributable to the OWNER within 12 (twelve)
months from the Mechanical Completion, the primary Defect Liability Period shall
be 18 (Eighteen) months from the date of Mechanical Completion.
Notwithstanding the expiry of the primary Defect Liability Period aforesaid, the
CONTRACTOR shall be and remain liable:
(i) To correct and/or rectify or replace, as the case may be, the defective works
or materials with respect to which a greater defect liability period than as
stated above has been specified in any of the Contract Documents, for the
entirety of the period so specified; and
(ii) To pass on to the OWNER the benefit(s) of any or all warranties or
guarantees which may be available to the CONTRACTOR from its vendors
in respect of materials or parts or components thereof which enure(s) for a
period in excess of the primary Defect Liability Period specified above.
33.2 The CONTRACTOR shall at its own cost and initiative, within the scope of work,
correct, repair and/or rectify to the satisfaction of the OWNER/Engineer in-Charge
any and all defects and/or imperfections in the design of the work and/or in the
works performed and/or systems, materials (including plant, equipment and
machinery) incorporated therein as shall be discovered during the said defect
liability period and if it be not possible to correct, repair and/or rectify any defective
works and/or system(s), incorporated therein, the CONTRACTOR shall at his own
cost and initiative replace and/or re-install the defective works, system(s) and/or

Page 285 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 74 of 134

materials and shall, insofar as necessary for the purpose, at his own cost and
initiative re-perform in whole or in part the relative and/or any associated works to
the satisfaction of the OWNER/Engineer-in-Charge, and shall within the scope of
supply, supply any and all materials required to correct, repair and/or rectify the
defect and/or imperfections and/or to replace or re-install the defective works.
33.2.1 The responsibility under Clause 33.1 (i) hereof shall, without prejudice to the
foregoing, include the responsibility on the part of the CONTRACTOR at his own
cost and initiative (and without cost to the OWNER), to provide and furnish, within
the scope of work, all labour, equipment, crafts and inputs, whatsoever required in
and relative to the correction, repair, rectification, replacement, installation and/or
re-performance of the relative work(s) and/or system(s), and to supply within the
scope of supply, all materials and other items to be incorporated therein including,
without prejudice to the generality of the foregoing, the supply by the
CONTRACTOR of all materials.
33.3 The defect liability period for any works re-performed and/or systems, materials,
components or other items supplied and incorporated therein pursuant to the
obligations of the CONTRACTOR under Clause 33.1 shall be 12 (Twelve) months
from the date of correction, repair, rectification, replacement and/or re-installation
thereof, as the case may be, with the intent that the provisions of Clause 33.2
hereof and associated provisions thereunder shall apply thereto in respect of all
defects discovered during a period of 12 (Twelve) months from the date of
completion of the relative correction, repair, rectification, replacement and/or re-
installation, as the case may be, in the same manner and to the same extent as
applicable in respect of the original works. For the purpose of clarification, it is
stated that such extended defect liability period shall be applicable only to the
particular work, system, material, component or other item corrected, repaired
rectified, replaced, re-performed or re-installed, as the case may be (example: if
the bearings of an equipment are replaced, the extended defect liability shall be
applicable only with respect to the bearings, while the basic defect liability period
shall be applicable to the relative equipment).
33.4 Should the CONTRACTOR fail to fulfil his obligations under Clause 33.1, 33.2 and
/ or 33.3 and associated clauses there under, the provisions of Clause 30.7 hereof
shall mutatis mutandis apply.
33.5 In fulfilment of the CONTRACTOR’s obligations relative to defects, the
CONTRACTOR shall so arrange the working as to cause the least inconvenience
to the OWNER in operating the UNIT and/or avoid shut-downs thereof except
during the periods of planned shut-down or idleness in the course of normal
operation of the system (s).
34.0 CONTRACTOR’S GUARANTEES
34.1 The guarantees herein set forth are without prejudice and in addition to any other
guarantees or liabilities of the CONTRACTOR. The CONTRACTOR guarantees
and undertakes that:
34.2 GENERAL
(i) The UNIT designed, supplied and installed and/or erected by the
CONTRACTOR shall on operation under local conditions when operated

Page 286 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 75 of 134

under the specified operating conditions operate to the desired capacity to


produce the desired product(s) of desired purity(ies) and quantity(ies) at
desired economy(ies). Excluded from the scope of this guarantee are defects
and shortcomings arising wholly out of defects in design(s) furnished by a
Process Licensor other than CONTRACTOR.
(ii) The materials supplied and incorporated in the UNIT including plant and
machinery and instruments shall be of good quality and workmanship and
shall conform in all respects to the specifications and the provisions of the
Contract.
(iii) The work performed pursuant to the Contract including civil and associated
work shall be of good quality and workmanship and shall conform in all
respect to the specifications and the provisions of the Contract.
(iv) The plant, machinery and systems incorporated in the UNIT shall be so
designed and arranged that even after the expiry of the said 2 (Two) years
period, the spares, spare parts and/or suitable replacement parts shall be
and remain available at reasonable cost to enable trouble free operation of
the UNIT for its reasonable life expectancy.
34.3 ENGINEERING GUARANTEE
34.3.1 Since residual process design and detailed engineering (including Hazop &
Hazanas specified) is within the CONTRACTOR’s scope and the work shall be
executed and UNIT established based on the engineering performed, it shall be
the prime responsibility of the CONTRACTOR to carry out such design and
engineering in accordance with good and sound engineering practices.
34.3.2 In case any error or omission in design or engineering within the CONTRACTOR’s
scope i.e. the residual process design or detailed engineering (including Hazop &
Hazan) requires re- engineering which results in any new requirements for
equipment/materials, the same shall be supplied and re-engineering shall be
carried by the CONTRACTOR within the scope of relative Work and/or supply
and within the contractual period without extra cost to the OWNER or
entitlement of extension of time to the CONTRACTOR.
34.3.3 The CONTRACTOR shall guarantee that the system design for the UNIT/PLANT
shall meet and comply with the OWNER’s requirements and :
• the equipment approved and/ or selected
• the Site Criteria
• the Engineering specifications, standards and design guides and codes the
Front End Engineering Design(FEED) as mentioned in Bidding Document
34.3.4 The Contractor shall check and satisfy itself the Front End Engineering Data
(FEED) for any discrepancy, deficiency and with regard to completeness to meet
CONTRACTOR’S proposed guarantee and in case of any discrepancy, deficiency
or incompleteness, Contractor shall inform the OWNER/Consultant immediately
for further action.
The Contractor, if required, shall carry out corrective technical studies and
engineering based on action suggested by OWNER/Consultant as may be
required without any extra cost to OWNER”.

Page 287 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 76 of 134

34.4 WORKMANSHIP GUARANTEE


34.4.1 Workmanship for manufacture and construction shall be carried out in accordance
with the requirements of the Contract and the codes and standards and practices
therein specified. Any defective material supplied or defective works done, shall be
made good and shall, if so required by the OWNER or the Engineer-in-Charge, be
replaced by new materials within the relative scope of Work and/or supply without
any additional cost to Owner.
34.4.2 The CONTRACTOR accepts full responsibility for the quality and correctness of
all materials (including plant and equipments and all components/parts) and Works
within the CONTRACTOR’s scope of supply and/or scope of work including but
not limited to :
a. Selection of materials;
b. Material specifications and metallurgy;
c. Work specifications;
d. Fabrication/manufacturing workmanship
e. Engagement of experienced, reliable and qualified suppliers, engineers
and/or sub- Contractors.
34.5 PERFORMANCE GUARANTEE
34.5.1 The CONTRACTOR is not responsible for the process guarantees of the
LICENSOR. However, within and to the extent applicable to the scope of supply
& work, the CONTRACTOR shall be responsible for performance guarantees of
the UNIT in terms of product quality and design and rated capacities, including
turndown capacity and facilities/systems incorporated therein as well as for
guaranteed consumption of power. This guarantee shall cover the guaranteed
mechanical performance for each and every related equipment, their efficiencies
and their performance as laid down in the Process Package including guarantee
for power consumption. Equipment which does not perform to the guarantees
shall, in consultation with the OWNER/ Engineer-in-Charge either be replaced or
altered or repaired in parts or components or wholly (including dismantling,
transportation, erection, hook-up, commissioning etc.) within the relative scope of
supply and/or services at no extra cost to the OWNER and without entitlement of
extension of time to the CONTRACTOR. Although the CONTRACTOR is not
responsible for process guarantees, he shall carry all activities in collecting the
required data during Performance Tests or other process guarantee runs to
identify problems of non-performance, for further analysis and modifications
required to meet process performance parameters.
34.5.2 The CONTRACTOR shall select the equipment considering the economy of power
consumption and minimum effluent or pollution discharge.
34.5.3 All instruments required to establish performance are within the CONTRACTOR’s
scope of contract at no extra cost to the OWNER.
34.5.4 The CONTRACTOR shall provide a list of laboratory test procedures and
frequencies thereof required for validating the CONTRACTOR’s Performance
Guarantees.

Page 288 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 77 of 134

34.5.5 Performance tests shall be started when the operation of the UNIT is stabilized
under design conditions. The UNIT shall be operated and controlled in accordance
with procedures setup beforehand. One or more performance tests shall be carried
out for a maximum of 120 hours under the technical direction of OWNER/Licensor
and/or their designated representatives after successfully commissioning the
UNIT in accordance with the procedures and conditions detailed in the Bid
documents. At the end of the performance tests, an uninterrupted period of 72
hours shall be selected by OWNER/ Engineer-in-Charge and average results
obtained during that period shall form the basis of comparison between the actual
performance and the Guaranteed performance..
34.5.6 (a) If on any testing, any material or equipment or the UNIT does not meet the
design, rated or guaranteed performance relative thereto, the
CONTRACTOR shall forthwith, within the CONTRACTOR’s scope of Work
and at no additional cost to the OWNER, undertake such additional tests
and/or operations as are necessary to identify the cause of such failure.
Such tests and/or operations shall be conducted in conjunction with the
Process Licensor, if the UNIT as a whole fails to meet the Process
Licensor’s process guarantees.
(b) If as a result of such tests and/or operations it is determined that the design,
rated and/or guaranteed outputs or capacities have not been met because
of a defect in any material(s) (including plant and equipments) supplied by
the CONTRACTOR, the CONTRACTOR shall forthwith in consultation with
the Engineer-in-Charge take steps necessary to cause the defect to be
identified and rectified, either by replacement of the defective material,
plant or equipment or part there of or by repair or replacement thereof. After
such repair/replacement is carried out, the guarantee performance tests
shall be repeated. The costs for such repeated tests (including charges
payable to the Process Licensor or any other agency) shall be borne by the
CONTRACTOR. The CONTRACTOR shall forthwith establish a Time
Schedule acceptable to the Engineer-in-Charge for such
replacement/rectification bearing in mind the exigencies of the Project
requirement. Should the CONTRACTOR fail to establish such Time
Schedule, the Engineer-in-Charge shall establish the Time Schedule, and
the Time Schedule so established shall be binding on the CONTRACTOR.

(c) Should the CONTRACTOR thereafter fail to adhere to a Time Schedule so


established for the replacement/rectification, the OWNER may (but without
obligation to do so) takeover in whole or part such replacement/rectification
at the risk and cost of and as agent of the CONTRACTOR. In so doing, the
OWNER shall be entitled to identify and employ through private
negotiations, the quickest available resources of supply and/or Work
without resorting to the tender process or any other form of competitive
bidding.
34.6 COMMISSIONING

Page 289 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 78 of 134

34.6.1 The CONTRACTOR shall be responsible to commission the UNIT and to prove
the CONTRACTOR’s performance guarantees with respect thereto. The
commissioning shall, to the extent necessary, be carried out under the supervision
of Licensor, Engineer-in-Charge and with the assistance of the OWNER’s
personnel. The CONTRACTOR shall, within his responsibilities for and the scope
of Commissioning the UNIT, train OWNER’s personnel at the site of the UNIT in
such number and for such period as the CONTRACTOR considers reasonably
necessary for Commissioning the PLANT.
34.6.2 It is envisaged that the UNIT will be commissioned within Time period for
Commissioning specified in Annexure-I to SCC of Mechanical Completion, and the
mobilisation and/or retention of the CONTRACTOR’s personnel until completion
of Final Testing and Commissioning shall be included within the Lumpsum Price
of services. If, however, for any reason not attributable to the CONTRACTOR the
Commissioning of the UNIT cannot be undertaken within 3 (three) months of
Mechanical Completion of the UNIT, the CONTRACTOR may, in consultation
with the OWNER, demobilise some or all of its personnel brought to or retained at
the site for the purpose of Commissioning. The CONTRACTOR shall re-mobilise
the required personnel on receipt of notice for Commissioning, and the OWNER
and the CONTRACTOR shall agree upon the reasonable cost to be incurred by
the CONTRACTOR for re-mobilisation of such personnel, which shall be payable
in addition to the price of services specified in the Contract, and this additional
amount shall be included within and form part of the Final Bill of the
CONTRACTOR.
34.6.3 In addition, within the CONTRACTOR’s responsibilities for Commissioning and
within the price of services, the CONTRACTOR shall be required to maintain watch
and ward of and ensure the safety and integrity of the UNIT until successful
completion of Commissioning and issue of Commissioning Certificate for the UNIT.
If Commissioning of the UNIT commences later than 3 (three) months of
Mechanical Completion of the UNIT for any reason not attributable to the
CONTRACTOR, the OWNER and the CONTRACTOR shall agree upon the
reasonable cost incurred for maintaining watch and ward and preservation and
insurance of the UNIT beyond the said 3 (three) months period and upto
commencement of Commissioning, which shall be payable to the CONTRACTOR
in addition to the price of services and this additional amount shall be included
within and form part of the Final Bill of the CONTRACTOR. If the Commissioning
of the UNIT is delayed beyond 6 (six) months of Mechanical Completion of the
UNIT, the OWNER and the CONTRACTOR shall work out the modalities for the
takeover of the UNIT by the OWNER without prejudice to the
CONTRACTOR’s obligation for and related to and consequent to Commissioning.
34.6.4 As and when the UNIT is ready to be commissioned, the OWNER shall give the
CONTRACTOR notice of not less than 10 (Ten) days for Commissioning the UNIT.
34.6.5 The relevant terms and conditions regarding provision of utilities, consumables, catalysts,
feed, raw material etc. for pre-commissioning, commissioning and guarantee test run etc.
shall be as per Technical Section of the Bidding Document.

Page 290 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 79 of 134

34.6.6 If Commissioning of the UNIT and/or the conduct of the Performance Test is
delayed beyond 6 (six) months from the date of Mechanical Completion of the
UNIT for reasons not attributable to the CONTRACTOR, the OWNER shall (subject
to such adjustments as permissible) release to the CONTRACTOR, the
undisputable balance payable on commissioning and Performance Tests against
the CONTRACTOR furnishing a Bank Guarantee from a Scheduled Bank (Other
than Cooperative banks) in India (including the Indian branch of a foreign bank)
acceptable to the OWNER in a form at prescribed by the OWNER for an amount
equivalent to the amount of the payment(s) to be released. The validity of such
Bank Guarantee(s) shall be initially for a period of 6 (six) months and shall be
extended for one further period of 6 (six) months. If the commissioning and/or
Performance Test cannot be conducted within such extended period for reasons
solely attributable to the OWNER, the Bank Guarantee will be substituted by
Corporate Guarantee of the CONTRACTOR in a format acceptable to the
OWNER. If however, the UNIT cannot be commissioned within the said period
for reason(s) attributable to the CONTRACTOR or if commissioning and/or
the Performance Test conducted indicates that the UNIT does not perform to
the contractual specifications and requirements, then the Bank Guarantee(s)
shall even after the extension aforesaid continue to be extended upto and until
successful commissioning and Performance Tests of the UNIT. In either event,
the OWNER will be entitled to encash the Bank Guarantee(s) if the Bank
Guarantee is not extended or substituted by an acceptable Corporate
Guarantee, as the case may be, at least 14 (Fourteen) days prior to the date of
expiry of Bank Guarantee(s).
34.7 GUARANTEE PERFORMANCE TESTS
34.7.1 For the purpose to demonstrate that the UNIT meets CONTRACTOR’s
contractual guarantees, one or more performance tests shall be carried out by the
CONTRACTOR under the technical direction of the Process Licensor, the
CONTRACTOR and the Engineer-in-Charge and/or their designated
representatives after commissioning the UNIT in accordance with the stipulated
and/or agreed procedures and conditions.
34.7.2 The Performance Tests shall be carried out in accordance with a detailed technical
programme to be drawn up by Engineer-in-Charge and the CONTRACTOR in
consultation with OWNER prior to the commencement of the performance tests.
34.7.3 Within five days after completion of a performance test, all relevant operating and
production figures having any bearing on CONTRACTOR’s guarantees or in
connection therewith and actually achieved during the performance test conducted
shall be recorded in a protocol to be signed by authorised representatives of
OWNER and the CONTRACTOR.
34.7.4 The CONTRACTOR’s guarantees shall be deemed to have been met once all
guarantees have been established during one or more performance tests carried
out in respect of the UNIT.
34.8 SPARE PARTS
34.8.1 COMMISSIONING SPARES

Page 291 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 80 of 134

The CONTRACTOR shall procure and supply all spare parts required during
commissioning of the UNIT and various systems. The price of supply shall be
deemed to be inclusive of the provision of all such commissioning spares required
till successful commissioning of the UNIT. The CONTRACTOR should make
available all the commissioning spares required at site at least 4 (four) weeks prior
to commissioning
34.8.2 MANDATORY SPARES
The CONTRACTOR shall within the Lumpsum Price supply all the mandatory
spares as specified elsewhere in Bidding Document required for the UNIT. The
handing over of the spares will be followed through ERP/ Computerised system
and the templates against individual category of items shall be duly filled in by the
CONTRACTOR including price for each item before handing over the mandatory
spares to OWNER. Methodology/Modalities to be followed for handing over of
spares as per ERP/ Computerised system shall be provided by OWNER during
Kick of Meeting.
34.8.3 OPERATION AND MAINTENANCE (O&M) SPARES
a) In case any Operation and maintenance spares are required during defect
liability period the same shall be provided by the Contractor free of cost to
the Owner without any implication/tax liability to the Owner.
b) The CONTRACTOR shall, within 3 (three) months of finalisation of all the
suppliers by the CONTRACTOR, furnish to the OWNER the current price list
for O&M spares for 2 (two) years operation beyond the Defect Liability Period
as recommended by manufacturers of various equipment (other than
commissioning, mandatory and O&M spares required during the defect
liability period). Price lists of these spares are intended for information
purpose only shall not be included in quoted Lumpsum Price.
35.0 MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS
35.1 CERTIFYING INSPECTIONS
All provisions herein after referred to in Clauses 35.2 in respect of measurement
shall mutatis mutandis apply to all inspections required to be made in order to
qualify the CONTRACTOR for any payment(s) under the Contract and any
reference in the said clauses to measurements shall, for the purpose of this
clause, be deemed to be a reference to certifying inspections and any reference
therein to the measurement book shall, for the purpose of this clause, be deemed
to be a reference to the certifying inspection book.
35.2 MEASUREMENT
Clause 7.a. of GTC stands replaced with following:
35.2.1 All measurements shall be in the metric system, and except where expressly
indicated to the contrary in the Contract, all measurements shall be taken in
accordance with the procedure set forth in the Contract documents
notwithstanding any provision(s) in the relative standard method of measurement
or any other general or local custom to the contrary.
35.2.2 All measurements shall be taken jointly by the Engineer-in-Charge or his
representative on the one hand and the CONTRACTOR or his representative on

Page 292 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 81 of 134

the other hand, and the CONTRACTOR shall be bound to present himself or his
authorised representative for measurement(s) whenever so required by the
Engineer-in-Charge or his designated representative, and shall remain present
throughout the time required for joint measurements.
35.2.3 If the CONTRACTOR absents himself for any reason whatsoever on any date
appointed for joint measurements, the joint measurements shall be taken by the
Engineer-in-Charge or his representative in the absence of the CONTRACTOR
and such measurements signed by the Engineer-in-Charge or his representative
shall be final and binding upon the CONTRACTOR. Such a measurement shall not
be questioned by the Contractor and no dispute can be raised by the Contractor
for purpose of Arbitration.
35.2.4 Measurements shall be signed and dated on each page by the
CONTRACTOR/CONTRACTOR’s representative and Engineer-in-Charge or his
representative. If the CONTRACTOR objects to any of the measurements
recorded, including the mode of measurement, such objection shall be noted in the
Measurement Book/Sheet against the item objected to and such note shall be
signed by the CONTRACTOR/CONTRACTOR’s representative and Engineer-in-
Charge or his representative. In the absence of any noted objections as aforesaid,
the CONTRACTOR shall be deemed to have accepted the relative measurements
as entered in the Measurement Book/ Sheets and shall be barred from making or
recording any objection in respect of the measurements recorded in the
Measurement Book/Sheets.
35.2.5 All measurement(s) relative to which any objection have been noted in the
Measurement Book/Sheet shall be submitted to the Engineer-in-Charge for his
decision, and the decision of the Engineer-in-Charge relative thereto (whether on
the correct measurement to be adopted or on the mode of measurement to be
adopted) shall be final and binding upon the CONTRACTOR.
35.3 FINAL BILL
35.3.1 On the basis of the Lumpsum Price provided in the Contract, the CONTRACTOR
shall prepare a Final Bill in the prescribed form with reference to the total supplies
covered by the scope of supplies and shall prepare a separate Final Bill with
reference to the total services covered by the scope of services. Such Bill shall be
prepared by applying the price of materials specified in FORM SP-2 of the Price
Schedule in respect of supplies broken up with respect to the indigenous materials
and with respect to imported materials (including plant, parts and components) in
accordance with the break-up of the Price of Materials given in FORM SP-2 of the
Price Schedule and the various formats thereunder, and by applying the price of
services specified in FORM SP-1, SP-3 of the Price Schedule in respect of
works/services broken up with respect to the various heads of services/works in
accordance with the break- up of the Price of services given in FORM SP-1, SP-3
of the Price Schedule and the various formats thereunder. Additions claimed to
the Lumpsum Price or reductions therefrom resultant upon any Change Order(s)
shall be separately indicated in the Final Bill with reference to the relative Change
Orders(s).

Page 293 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 82 of 134

35.3.2 The Final Bill shall, in addition to the payment entitlements arrived at according to
the provisions of Clause 35.3.1 hereof separately state and include therein all
claims of the CONTRACTOR as provided for in Clause36.3 hereof.
35.3.3 The Final Bill drawn in accordance with Clause 35.3.1 shall be submitted together
with the Completion Certificate to the Engineer-in-Charge for certification, who
shall certify the Final Bill, if drawn in accordance with Clause 35.3.1. After
certification of the Engineer-in-Charge, the Final Bill shall be submitted in
quadruplicate (or in such other number of copies as the OWNER may prescribe)
accompanied by the Completion Certificate to the OWNER for payment.
35.3.4 All monies payable under the Contract for works to be performed and materials to
be supplied upto and including successful completion and final tests and
commissioning of the system and performance tests shall become due and
payable to the CONTRACTOR as per terms of payment (Annexure-X to SCC).
The Final Bill s h a l l b e prepared in accordance with the provisions of Clause
35.3.1 hereof and associated provisions thereunder accompanied by the
Completion Certificate in respect of the works.
35.3.5 Payments of the amount(s) due on the Final Bill to the extent certified by the
Engineer-in- Charge, shall be made within12(Twelve) weeks from the due date as
specified in Clause 35.3.4 hereof, subject to the deductions provided in Clause
35.3.5.1.
35.3.5.1 All payments due to the CONTRACTOR on the Final Bill shall be subject to
deduction of “on- account” payments and other amounts due from CONTRACTOR
to the OWNER, tax deductions as provided for in Clause 35.6.2 and associated
clauses thereunder, and any other deduction provided for herein or agreed to
between the parties or required to be made under any law, rule or regulation
having the force of law for the time being applicable, or elsewhere provided for in
the Contract documents.
35.4 PRICE SCHEDULE/ SCHEDULE OF PRICES
35.4.1 The remuneration determined due to the CONTRACTOR as provided for in Clause
35.3.1 hereof shall constitute the entirety of the remuneration and entitlement of
the CONTRACTOR in respect of the work under the Contract, and no further or
other payment whatsoever shall be or become due or payable to the
CONTRACTOR under the Contract.
35.4.2 Without prejudice to the generality of the provisions of Clause 35.4.1 hereof, the
Price Schedule and Lumpsum Price shall be deemed to include and cover (unless
otherwise expressly specified to the contrary in any contract document(s)):
35.4.2.1 All costs, expenses, outgoings and liabilities of every nature and description
whatsoever and all risks whatsoever (foreseen or unforeseen, including force
majeure) to be taken or which may occur in or relative to execution, completion,
testing, commissioning and/or handing over the works to the OWNER and/or
in or relative to acquisition, loading, unloading, transportation, storing, working
upon, using, converting fabricating, or erecting any item, equipment, system,
material or component in or relative to the works, and the CONTRACTOR
shall be deemed to have known the nature, scope, magnitude and the extent of
the works and items, materials, equipment, and components required for the

Page 294 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 83 of 134

proper and complete execution of the works though the Contract documents may
not fully and precisely set out, describe or specify them, and the generality hereof
shall not be deemed to be anywise limited, restricted or abridged because in
certain cases the Contract documents or any of them shall or may and/ or in other
cases they shall or may not expressly state that the CONTRACTOR shall do or
perform any particular labour or service or because in certain cases the Contract
documents state that a particular work, operation, supply, labour or service shall
be performed/made by the CONTRACTOR at his own cost or without additional
payment, compensation or charge or without entitlement of claim against the
OWNER or words to similar effect, and in other cases they do not, or because in
certain cases it is stated that the same are included in or covered by the Price
Schedule and in other cases it is not so stated.
35.4.2.2 The cost of all construction and related vessels, craft, vehicles, movements,
plant, equipment, supply of water and power, construction of temporary roads
and access, temporary works, pumps, wiring, pipes, scaffolding, piling, shuttering
and other materials, supervision, labour, insurance, fuel, stores, spares, supplies,
appliances and materials, items, articles and things whatsoever(foreseen of
unforeseen)by expression or implication to be supplied, provided or arranged in or
relative to or in connection with the performance and /or execution of the works
and/or related or incidental thereto, complete in every respect in accordance with
the Contract document, and the plans, drawing, designs, orders and/or
instructions;
35.4.2.3 The cost of mobilisation including but not limited to mobilisation of vehicles,
movements, machinery, equipment, gear, tools, tackle, consumables and other
items and goods and personnel necessary for or to perform the works
contemplated under the Contract, preparation and erection of work yards and
other workplaces and facilities necessary for or to perform the works contemplated
under the Contract and/or to supply the material included within the scope of
supplies including all work, labour, inputs, goods, equipment, and other items and
things whatsoever necessary for the performance of the works, dismantling and/or
removal of the same and restoration of the site, lifting the materials and
transporting them to CONTRACTOR’s stock piles/work yard, job sites and loading,
stacking and/or storing the same.
35.4.2.4 The costs and risks of all rents, royalties, licenses, permits, permission and other
fees, duties, penalties, levies, and damages whatsoever payable for or in respect
of any protected or patented goods, materials, equipment or processes employed
in or relative to the works and of all rents, royalties, licenses, permits, permissions
and any other fee, duty, penalty, levy, loss or damages payable on the excavation,
removal or transportation of any material or acquisition or use of any right of way
or other right, licenses, permit, privilege, permission or uses required for or relative
to the performance of the work.
35.4.2.5 The cost of all taxes payable in India with regard to materials supplied by the
CONTRACTOR within the scope of supplies, all customs and import duties, GST,
Indian Income Tax, Sales Tax and other direct and indirect taxes and duties, quay,
wharfage, demurrage, detention and landing charges and all other duties, taxes,

Page 295 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 84 of 134

fees, charges, levies, and/or cesses whatsoever imposed or to be imposed by the


Central Government or State Government or Municipal or Local Bodies or other
Authorities whatsoever and payable on any materials supplied and/or on works
performed without any entitlement to the CONTRACTOR for any exemption,
remission, refund or reduction thereof.
35.4.2.6 The cost of all indemnities under the Contract, and insurance premia on insurance
required in terms of the Contract documents or otherwise under any law, rule or
regulation, and the cost of all risks whatsoever(foreseen and unforeseen) including
but not limited to risks of delay or extension of time or reduction or increase in the
work or scope of work and/or cancellation of Contract, and/or accident, strike, civil
commotion, war, strike, labour trouble, third party breach, fire, lighting, inclement
weather, storm, tempest, flood, earthquake and other acts of God, Government
regulation or imposition or restriction, dislocation of road, rail, sea, air and other
transport, access or facility, flooding of site and/or access roads and approaches
thereto, suspension of work, sabotage and other cause whatsoever.
35.4.2.7 The cost of all inspections, tests and certificates relative thereto including third
party tests and/or inspections where necessary, and of items, instruments, plant
and/or tools and appliances required to conduct such inspection and tests.
35.4.2.8 The cost of all materials supplied and/or intended for incorporation in the works
supplied within the scope of work, delivery thereof to the job site, loading,
transportation and unloading thereof, waste on materials, and return of empties
and surpluses.
35.4.2.9 The cost of all escalations(foreseen and unforeseen)including but not limited to
increase in Government taxes and duties, labour costs and material costs and
other inputs whatsoever, except for new, altered or increased taxes elsewhere
specifically provided for in these Special Conditions of Contract or other Contract
document(s).
35.4.2.10 All supervision charges, establishment’s overheads, finance charges and other
costs and expenses and charges to the CONTRACTOR, and the
CONTRACTOR’s profit of and relative to the work and/or supply.
35.4.2.11 The cost of all deductions, reductions, discounts, adjustments and withholdings
whatsoever under or in connection with the Contract.
35.4.3 The rates stated in the Price Schedule and the lumpsum price(s) shall not be
subject to escalation or increase for any reason whatsoever.
35.4.4 Notwithstanding any provision to the contrary in these conditions, the Engineer-in-
Charge may at his absolute discretion agree to accept as complete any incomplete
works or items of work performed or supply made by the CONTRACTOR at
variance with the specifications, subject and upon the terms and conditions of this
clause. Upon such acceptance in writing by the Engineer-in-Charge, such
works/materials shall be deemed to have been accepted as complete (but without
prejudice to any right(s) of the OWNER or obligation(s) of the CONTRACTOR
relative thereto under the Contract) subject to the terms and conditions of this
clause. The conditions of such acceptance shall be that the CONTRACTOR shall
be entitled to reduced remuneration therefor only as determined by the Engineer-
in-Charge in accordance with the provisions of Clauses 7.2 hereof, and the

Page 296 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 85 of 134

provisions of the said clause shall in all respects mutatis mutandis apply to such
work and/or supply, as the case may be, and for the determination of the reduced
remuneration to the CONTRACTOR in respect thereof, provided always that the
remuneration therefor shall on no account exceed the Lumpsum price or
remuneration therefor payable under the Price Schedule in respect of the relative
completed works or supply.
35.5 ADVANCE AND ON ACCOUNT PAYMENT
35.5.1 Without prejudice to the provisions of Clause 35.3.4 hereof, the OWNER shall by
way of assistance to the CONTRACTOR, make “advance” or “on-account”
payments to the CONTRACTOR during the progress of the work and/or supply on
the basis of Running Account Bills or otherwise as elsewhere more specially
provided for in the Contract documents.
35.5.2 The following provisions shall apply with respect to “advance” payments to
the CONTRACTOR:
35.5.2.1 Advance(s) paid to the CONTRACTOR shall carry interest at the rates specified in
the Special Conditions of Contract, and shall be adjustable (without prejudice to
the any other mode of recovery) from the Running Account Bills of the
CONTRACTOR as provided in the Special Conditions of Contract.
35.5.2.2 The advances paid to the CONTRACTOR shall be used for execution of this
contract only and the CONTRACTOR shall satisfy the OWNER in this regard
whenever required. If it is found that an advance has been utilised by the
CONTRACTOR in whole or part for any other purpose, the OWNER may at its
discretion forth with recall the entire advance and, without prejudice to any other
right or remedy available to the OWNER, recover the same by recourse to any
Bank Guarantee(s).
35.5.3 The approved Bill of Materials shall form the basis for the calculation of “on-
account” payments with respect to supplies of materials. It is understood, however,
that the Bill of Materials or approval thereof by the OWNER shall not in any way
relieve the CONTRACTOR of its full responsibility to supply to the OWNER within
the scope of supply, any and all materials whatsoever required for the performance
of the work within the scope of work, or otherwise howsoever confine the
responsibility of the CONTRACTOR within the scope of supply to the supply of
materials indicated in the Bill of Materials, nor shall it otherwise be assumed or be
deemed or construed as an acceptance by the OWNER of the adequacy or
sufficiency of the materials listed in the Bill of Materials to meet the quantitative
and/or qualitative requirements of the materials required to be supplied by the
CONTRACTOR under the scope of supply or otherwise in any manner operate to
bind the OWNER or to limit the liability of the CONTRACTOR, such Bill(s) of
Materials being designed only to provide a basis for making “on account”
payments to the CONTRACTOR for materials supplied, with a view that the
OWNER shall make “on account” payments to the CONTRACTOR for the various
materials supplied on the basis thereof in the manner and at the time in this behalf
provided for in the contract.
35.5.4 The approved Schedule of Activities shall form the basis for the calculation of on
account payments with respect to services/works performed by the

Page 297 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 86 of 134

CONTRACTOR. It is however understood that the Schedule of Activities or


approval thereof by the OWNER shall not in any way relieve the CONTRACTOR
of his full responsibility to perform within the scope of services/works whatsoever
is required for the performance of the work covered by the scope of work or
otherwise however confine the responsibility of the CONTRACTOR to the
performance of the services indicated in the Schedule of Activities, nor shall
otherwise be assumed or be deemed or construed as an acceptance by the
OWNER of the adequacy or sufficiency of the work/activities listed in the Schedule
of Activities to meet the quantitative and/or qualitative requirements of services
required to be performed or work required to be done by the CONTRACTOR under
the scope of services or otherwise in any manner operate to bind the OWNER or
to limit the liability of the CONTRACTOR, such Schedule of Activities being
designed primarily to provide a basis for making On Account payments to the
CONTRACTOR for works/services performed, with a view that the OWNER shall
make “On Account” payments to the CONTRACTOR for the work/services
performed on basis thereof in the manner and at the time in this behalf provided
for in this Contract.
35.5.5 For the purposes of making “on account” payments for the work performed,
monthly or otherwise as the Engineer-in-Charge may specify in this behalf, the
CONTRACTOR shall make a quantitative assessment of the work performed by
the CONTRACTOR as listed in the Schedule of Activities during the preceding
month or other specified period and shall submit a Running Account Bill (in the
form prescribed by the OWNER) in quadruplicate to the Engineer-in-Charge for
the works performed during the said month/period with detailed measurement
thereof, the said Running Account Bill(s)to be drawn by applying the rates
applicable under the Schedule of Activities to the applicable items, which shall be
subject to certification by the Engineer-in-Charge specified for the purpose. The
Engineer-in-Charge shall thereafter have a summary verification undertaken of
the work and quantities entered in the Running Account Bills and shall certify the
Running Account Bills for payments on basis of such verification.
35.5.5.1 For the purpose of making “On Account” payment for materials supplied within
the scope of supply other than payments made in advance monthly or otherwise
as the Engineer-in-Charge may specify in this behalf, the CONTRACTOR
shall make a quantitative list of material supplied by the CONTRACTOR
within the scope of supplies at the job site and of the “On Account” payment
made in respect thereof prior thereto, and of the “On Account” payment(s)
becoming due in respect thereof during the preceding month or other specified
period as the case may be supported by the Certificate of Verification and Good
Condition given by the Engineer-in-Charge in order to qualify for the relative
on account payment claimed as due. The CONTRACTOR shall submit such
assessment in the form of a Running Account Bill prepared in the format
prescribed or approved by the OWNER in this behalf in quadruplicate to the
Engineer-in-Charge. The Running Account Bill(s) shall be drawn by applying
applicable parts of the price(s) for relative materials as indicated in the Bill(s) of
materials for the applicable item(s) and shall be subject to certification by the
Engineer-in-Charge. The Engineer-in-Charge shall thereafter have a summary

Page 298 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 87 of 134

verification undertaken of the materials and quantities entered in the Running


Account Bill(s) and of the amount claimed and shall certify the Running Account
Bill(s) for payment on the basis of such verification.
35.5.6 The amount certified for payment by the Engineer-in-Charge on any Running
Account Bill within the provisions for “on account” payments in the
Contract documents shall be conclusive for the determination of any “on
account” payments and no claim shall be entertained by the OWNER contrary
thereto or in contradiction thereof.
35.5.7 In any certificate for on account payment, the Engineer-in-Charge shall be
authorised to adjust in whole or part, any previous amount certified by error.
35.5.8 All “on account” payments shall be subject to deduction of previous payments
on account and of all claims of the OWNER, adjustments and/or deductions
provided for in the Contract or agreed to between the parties, tax deductions
and any other deductions required to be made under any law, rule or regulation
for the time being in force.
35.5.9 All “advance” and “on account” payments shall be regarded merely as advance
payments against the amounts due to the CONTRACTOR in terms of the
Contract, and any such payments shall be without prejudice to the full rights of
the OWNER under the contract and the liabilities of the CONTRACTOR
thereunder, and specially shall not be regarded as an acceptance or completion
of any works or the acceptance of any materials paid for in terms of any Running
Account Bill or otherwise, notwithstanding any verification or certification by the
Engineer-in-Charge or otherwise in respect thereof.
35.5.10 Except as elsewhere herein to the contrary provided, the Schedule of Activities or
Bill of Materials or other criterion applied by the CONTRACTOR in respect of any
work or supply in his Running Accounts Bill(s) or acceptance thereof by the
Engineer-in-Charge in verifying the bill in respect of such work or supply or
criterion applied shall not be deemed to be binding upon the OWNER as
determining the completeness, acceptance or price payable for relative work or
supply.
35.5.11 Unless or until an extension of time has been granted by the Engineer-in-charge
under Clause 23.6.6 hereof or by the OWNER under Clause 23.6.7 hereof on
account payments made under Running Account Bills raised by the
CONTRACTOR for the works executed after the expiry of the date of Mechanical
Completion of the works under the approved Progress Schedule, shall be subject
to provisional withholding of an amount towards adjustment by way of discount in
the price calculated in accordance with the provisions of Clause 23.7.1.1 hereof.
The amount so withheld shall be adjusted towards the Price Adjustment (if any)
finally determined after Mechanical Completion of the works, without prejudice to
the OWNER’s right to recover from the CONTRACTOR any shortfall between the
Price Adjustment finally determined and the amount provisionally withheld. Any
excess amount provisionally withheld in excess of Price Adjustment finally
determined shall upon such determination be paid to the CONTRACTOR.As an
alternative, the CONTRACTOR shall have an option to provide a Bank Guarantee
from a schedule bank and in a format acceptable to the OWNER for a sum equal

Page 299 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 88 of 134

to 5% (five percent) of the total contract value which shall be available for recovery
of the Price Adjustment For Slippage In Completion (if any) finally determined after
Mechanical Completion of the works/Unit(s). This Bank guarantee shall be in
addition to any other guarantee to be provided by the CONTRACTOR and shall be
valid for a period of not less than 12 (twelve) months from the date of Mechanical
Completion of the works.
35.5.12 Deleted.
35.5.13 Deleted.
35.6 MODE OF PAYMENT AND TAX DEDUCTIONS
35.6.1 All payments to be made by the OWNER to the CONTRACTOR under or in terms
of the Contract shall be paid by bank transfer to the designated
account of the CONTRACTOR notified in this behalf by the
CONTRACTOR to the OWNER for which purpose, the CONTRACTOR shall
furnish to the OWNER such documents and information as required by the
OWNER to effect the bank transfer.
35.6.1.1 Deleted.
35.6.2 The clause 7.1 of GTC for Works Contract (Page No. 21 of GTC) is replaced with
the following:
“Payments will be made by the OWNER against Running Account (R.A.) Bills
certified by the OWNER’s Engineer-in-Charge/Site-in-Charge within 30 days
from the date of receipt of complete and correct R.A. Bill from the
CONTRACTOR by Engineer-in-Charge”.
35.6.3 Indian CONTRACTOR who have indicated materials or services to be imported
into India, and who have indicated the Foreign Currency price for such materials
and/or services in the Price Schedule/SOP, shall on proof of payment be paid the
Rupee equivalent of the Foreign Currency paid for the relevant materials or
services imported into India limited to the maximum of the Foreign Currency
indicated in the Price Schedule/SOP in relation to such supplies or services at the
TT buying rate for concerned currency of the State Bank of India, New Delhi
prevailing on the date of payment by CONTRACTOR. If as a result, there shall
remain any unutilized foreign currency indicated in the Price Schedule/SOP in
relation to such supplies or services, these shall be considered to be the
CONTRACTOR’s fee for the relative procurement or services, as the case may be,
and shall be added to and paid for separately, in the Final Bill, in addition to the
price of services, in Indian Rupees equivalent of such unutilized foreign currency
balance(s) converted at the currency Bill Selling rate of the concerned currency of
State Bank of India, New Delhi prevailing on the date of price bid opening or at the
TT buying rate of the concerned currency of State Bank of India, New Delhi
prevailing on the date of Mechanical Completion, whichever is less. However, in
such a case, the CFR price indicated in the Contract shall stand reduced by the
price attributable to such supplies.
35.6.4 If in the performance of the Contract CONTRACTOR obtains or procures within
India any materials or services which at the time of the bid were indicated to be
procured or provided from outside India, such CONTRACTOR shall be paid only

Page 300 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 89 of 134

the Indian Rupee equivalent of the foreign currency cost of such materials or
services as indicated in the priced bid relevant to the formation of the Contract,
converted at the currency TT buying rate for the relevant currency of the State
Bank of India, New Delhi prevailing on the date of payment by the CONTRACTOR
or at the Bill Selling Rate of State Bank of India, New Delhi prevailing on the day
of priced bid opening, whichever is less, for such supplies or services. Any change
in such sourcing shall be subject to the OWNER’s prior consent. However, in such
a case, the CFR price indicated in the Contract shall stand reduced by the price
attributable to such supplies.
35.6.5 If in the performance of the Contract the CONTRACTOR obtains or procures from
outside India any materials or services which at the time of the bid were indicated
to be procured or provided from within India, such CONTRACTOR shall be paid
only the Indian Rupees indicated in the Bill of Materials or in the Schedule of
Activities, as the case may be, for such materials or services. However, such
changes shall not oblige the OWNER to pay customs duties (including counter-
vailing duties and special or additional customs duties) in excess of such duties
payable on the CFR value of imported materials indicated by the Bidder in the
FORM-SP-9.
35.6.6 Foreign Contractor shall be required to open a Project office (PO) under general /
specific permission of RBI and thereafter open a foreign currency bank account
subject to RBI Regulations. Foreign currency account could be in USD or EURO.
Payment in foreign exchange can be made by OWNER to such foreign currency
bank account. In such case, invoices shall be raised by the Project office of the
foreign contractor in USD or EURO.
35.6.7 Payment to Consortium/Joint Venture Members/Partners:
35.6.7.1 The OWNER may accept the distribution of payment between the consortium/ joint
venture members/ partners and make payment accordingly, subject to the
following:
i) Payment for works under the Contract shall be made by Owner only as per
bid document of bidder. This shall be clearly specified in the Bids itself. The
options for payments are:
(a) fully to Consortium or,
(b) fully to the Prime member (Leader) of the Consortium or,
(c) to each constituent member, as per their share specified in the Bid.
If payment is made as per (a) or (b) above, and the Owner shall not in any
manner be responsible or liable for the inter-se-allocation of payments among
members of the Consortium.
ii) However, in case payment to each constituent is requested by the
Consortium members corresponding to their part of scope of work, as per (c)
above, the same shall be clearly indicated in the unpriced bid and the
constituent wise details of the price break up shall be clearly indicated in the
priced bid in the respective SP Forms.

Page 301 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 90 of 134

iii) Bidder shall clearly specify the above details with respect to payment (i.e. to
whom payment is to be made) they desire in the unpriced bid as per any one
of the above options.
iv) In case of separate payment to each member of the Consortium, the invoice
of the Consortium member shall be endorsed by the Leader of the
consortium.
v) In case the details with respect to payment, as aforementioned is not clearly
specified in the unpriced bid and / or constituent wise details of the price break
up is not specified in the priced bid, all payments against this contract shall
be made only to the Leader of the consortium.
vi) In case of award to the consortium, only the Prime Member/leader of the
Consortium shall submit the CPBG for the entire requisite amount of the
CPBG on behalf of the Consortium. Separate CPBG’s of respective values
corresponding to their share in the Lumpsum Price from consortium members
are also acceptable, the combined CPBG shall be 10% of the Lumpsum Price
of contract. In such a case, OWNER at its discretion, has the right to invoke
any or both the CPBG’s irrespective of the default by any or both the
member(s) of the consortium.
vii) The consortium should obtain and submit its GST & IT-PAN registration.
viii) In case payment is sought directly to the members of the consortium, then
the members of the consortium should also obtain and submit their GST &
IT-PAN registration.
ix) In any situation, the Consortium and all members shall be responsible and
liable for all Direct and Indirect Tax compliances and consequences.
x) The constitution of the Consortium or the relative distribution of the Work(s)
and/or activities amongst the consortium members as approved by PMC
/OWNER shall not be altered or assigned, as the case may be except with
the prior written consent of PMC/OWNER and any contrary alteration or re-
assignment shall be deemed to be an unauthorized assignment of the
Contract with attendant liabilities including termination of the Contract.
xi) If the Consortium/ Joint venture contains a foreign member or partner,
deduction of tax at source on all payments shall be as per the rate certified
by the Indian Income Tax authorities in respect of each member/ partner for
such payments.
xii) Payments shall be made by the OWNER to the separate members/ partners
against their separate certified Invoices transmitted through the consortium
leader and any such payment shall constitute payment to the consortium/
joint venture and shall give a valid discharge to the OWNER in the same
manner as if made directly to the Consortium Leader.
xiii) It shall be up to the consortium members/ partners claiming the separate
payments to obtain such sanctions, consents and/ or permits required from
the Reserve Bank of India or other authorities concerned to authorize

Page 302 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 91 of 134

separate payments to and/or separate accounts of each consortium member,


failing of which all payments will be made only to the Consortium leader
disregarding of any agreed distribution.
36.0 CLAIMS BY THE CONTRACTOR
36.1 Should the CONTRACTOR consider that he is entitled to any extra payment or
compensation in respect of the works or supplies over and above the amounts due
in terms of the Contract as specified in Clause 35.4.1 hereof, the CONTRACTOR
shall give notice in writing of its claim in this behalf to the Engineer-in-Charge and
the OWNER within14(Fourteen) days from the date of the issue of orders or
instructions relative to anywork(s) for which the CONTRACTOR claims such
additional payment or compensation, or from the date of the happening of any
other event upon which the CONTRACTOR bases such claim, as the case may
be. Such notice shall give full particulars of the nature of such claim, grounds on
which it is based, and the amount claimed. The OWNER shall not anywise be liable
in respect of any claim by the CONTRACTOR unless notice of such claim shall
have been given by the CONTRACTOR to the Engineer-in-Charge and the
OWNER in the manner and within the time aforesaid, and the CONTRACTOR
hereby waives and relinquishes any and all claims and all his rights in respect of
any claim which is not notified by the CONTRACTOR to the Engineer-in-Charge
and the OWNER in writing in the manner and within the time aforesaid.
36.2 The Engineer-in-Charge and/or the OWNER shall be under no obligation to reply
to any notice of claim given or claim made by the CONTRACTOR within the
provisions aforesaid or otherwise, or to otherwise reject the same, and no omission
or failure on the part of the Engineer-in-Charge or the OWNER to reject any
claim made or notified by the CONTRACTOR nor any consideration thereof or
dealing there with shall be deemed to be an admission by the OWNER of the
validity of such claim or waiver by the OWNER of the provisions of Clause 36.1
hereof
36.3 Any or all claims of the CONTRACTOR notified in accordance with the provision
of Clause 36.1 hereof as shall remain /persist at the time of preparation of the Final
Bill by the CONTRACTOR shall be separately included in the Final Bill prepared
by the CONTRACTOR in the form of a Statement of Claims attached thereto,
giving particulars of the nature of such claim, grounds on which it is based, and
the amount claimed, and shall be supported by copy(ies) of the notice(s) sent in
respect thereof to the Engineer-in-Charge and the OWNER under Clause 36.1
hereof. In so far as such claim shall in any material particular be at variance with
the claim notified by the CONTRACTOR within the provisions of Clause 36.1
hereof, it shall be deemed to be a claim different from the notified claim with
consequence in respect thereof indicated in Clause 36.1 hereof, and with
consequence in respect of the notified claim as indicated in Clause 36.4 hereof.
36.4 Any and all notified claims not specially reflected and included in the Final Bill in
accordance with the provisions of Clause 36.3 hereof shall be deemed to
have been waived and relinquished by the CONTRACTOR, and the
CONTRACTOR hereby waives and relinquishes all rights to raise or include in the

Page 303 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 92 of 134

Final Bill any claim(s)other than a notified claim conforming in all respects to and
in accordance with the provisions of Clause 36.3 hereof.
36.5 No claim(s) shall on any account be made by the CONTRACTOR after the Final
Bill, with the intent that the Final Bill prepared by the CONTRACTOR shall reflect
any and all claims whatsoever of the CONTRACTOR against the OWNER arising
out of or in connection with the Contractor any supply made or work performed by
the CONTRACTOR thereunder or in relation thereto, and notwithstanding any
enabling provision in any law or Contract and notwithstanding any claim in
quantum meruit that the CONTRACTOR could have with respect thereto, the
CONTRACTOR hereby waives and relinquishes any and all such claims not
included in the Final Bill and absolves and discharges the OWNER from and
against the same, even if in not including the same as aforesaid, the
CONTRACTOR shall have acted under a mistake of law or off act, or shall claim
to have acted under economic compulsion or necessity.
36.6 Notwithstanding the existence of any claim by the CONTRACTOR in terms hereof
or otherwise, the CONTRACTOR shall continue and be bound to continue and
perform the works and supplies to completion in all respects according to the
Contract (unless the contract be priorly determined by the OWNER).
36.7 The payment of any sum on account to the CONTRACTOR during the
performance of any work or the making of any supply in respect of which a claim
has been notified by the CONTRACTOR in terms of Clause36.1 hereof or the
making or negotiation of any interim arrangement(s) by the OWNER in respect of
the performance of such work or item of work or the making of any supply or item
of supply by the CONTRACTOR shall not be deemed to be an acceptance of the
related claim by the OWNER, or any part or portion thereof unless specifically
signed by the authorised representative of the OWNER and the CONTRACTOR
as an Amendment to Contract, or as an Agreed Variation, with the intent that any
such payment or arrangement shall (unless signed as an amendment or variation
aforesaid) constitute merely a facility or assistance to the CONTRACTOR, and not
an obligation upon the OWNER.
36.8 If required by the OWNER, the Engineer-in-Charge shall be authorised to require
the CONTRACTOR to furnish, and the CONTRACTOR shall, upon the request of
the Engineer- in-Charge/OWNER, furnish all invoices, vouchers and accounting
records as may be deemed necessary by the Engineer-in-Charge/OWNER for
the purpose of verifying any CONTRACTOR’s claim.
37.0 DISCHARGE OF OWNER’S LIABILITY
37.1 The acceptance by the CONTRACTOR of any amount paid by the OWNER
to CONTRACTOR in respect of the Final Bill of the CONTRACTOR in settlement
of all said dues to the CONTRACTOR under the Final Bill shall, without prejudice
to the claims of the CONTRACTOR included in the Final Bill in accordance with
the provisions of clause 36.3 hereof, be deemed to be in full and final satisfaction
of all such dues to the CONTRACTOR notwithstanding any qualifying remarks,
protest or condition imposed or purported to be imposed by the CONTRACTOR
relative to the acceptance of such payment, with the intent that upon acceptance
by the CONTRACTOR of any payment made as aforesaid, the contract

Page 304 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 93 of 134

(including the arbitration clause) shall stand discharged and extinguished


insofar as relates to and/or concerns the entitlements of the CONTRACTOR
under the Contract except for the CONTRACTOR’s right, if any, to receive
payment in respect of his notified claims included in his Final Bill and the right to
receive payment of the unadjusted balance of the Contract Performance Bank
Guarantee in accordance with the provisions of Clause 38.3 hereof on successful
completion of the defect liability period. But nothing herein stated shall affect the
CONTRACTOR’s undischarged liabilities and obligations under the Contract.
37.2 The acceptance by the CONTRACTOR of any amount paid by the OWNER to
the CONTRACTOR in respect of the notified claims of the CONTRACTOR
included in the Final Bill, in settlement of the claims of the CONTRACTOR, shall
be deemed to be in full and final settlement of all claims of the CONTRACTOR
notwithstanding any qualifying remarks, protest or condition imposed or purported
to be imposed by the CONTRACTOR relative to the acceptance of such payment
made as aforesaid with the intent that upon acceptance by the CONTRACTOR of
any payment made as aforesaid, the Contract shall stand discharged and
extinguished insofar as relates to and/or concerns the claims of the
CONTRACTOR except for the CONTRACTOR’s rights to receive payments of the
unadjusted balance, if any, of the Contract Performance Bank Guarantee in
accordance with clause 38.3 hereof on successful completion of the defect liability.
But nothing herein stated shall affect the CONTRACTOR’s undischarged liabilities
and obligations under the Contract.
37.3 Notwithstanding anything provided in Clause 37.1 and/or Clause 37.2 hereof,
the CONTRACTOR shall be and remain liable for defects in terms of Clause 33.0
and associated clause thereunder and for any indemnity to the OWNER in terms
of Clause 38.2 and shall be and remain entitled to receive the unadjusted balance
of the Contract Performance Bank Guarantee r e m a i n i n g in the hands of the
OWNER in terms of Clause 38.3 hereof and associated clauses thereunder.
38.0 FINAL CERTIFICATE AND RELEASES OF SECURITY
38.1 Forthwith on the CONTRACTOR’s application made after the expiry of the period
of defect liability provided for in Clause 33.0 hereof and associated clauses
thereunder and satisfaction of all liabilities of the CONTRACTOR in respect
thereof, the Engineer-in-Charge shall issue a Final Certificate to the
CONTRACTOR Certifying that the CONTRACTOR has performed his obligations
in respect of the defect liability period in terms of Clause 33.0 hereof and
associated clauses thereunder, and until issue of such Final Certificate, the
CONTRACTOR shall be deemed not to have performed such liabilities
notwithstanding issue of the Completion Certificate or payment of the Final Bill by
the OWNER.
38.2 Upon application for the Final Certificate, the CONTRACTOR shall:
(i) Be deemed to have warranted that it had been fully paid and satisfied all
claims for or arising out of the work, labour, materials, supplies and
equipment used in or connected with the Contract and all other liabilities
whatsoever touching or affecting the Contract, or its performance, including
in relation to sub-contractors and suppliers, and

Page 305 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 94 of 134

(ii) To have undertaken to indemnify and keep indemnified the


OWNER/Consultant from and against all claims, demands, debts, liens,
obligations and liabilities whatsoever arising therefrom or relating thereto.
38.2.1 Upon issue of the Final Certificate, the CONTRACTOR shall be deemed to have
released, acquitted and discharged the OWNER from and against all claims
(known or unknown), liens, demands or causes of action of any kind whatsoever
arising out of or relating to the Contract or otherwise howsoever touching or
affecting the same.
38.3 Forthwith on application made by the CONTRACTOR in this behalf accompanied
by the Final Certificate, or within12(Twelve) Weeks of the OWNER passing the
CONTRACTOR’s Final Bill, whichever shall be later, the OWNER shall cancel and
return to the CONTRACTOR all previous Bank Guarantees remaining unutilised in
the hands of the OWNER, and upon such cancellation and return, the OWNER
shall stand discharged of all obligations/liabilities under the Contract provided that
the cancellation and return of any Bank Guarantee(s) furnished by the
CONTRACTOR as and by way of CPBG shall be subject to the CONTRACTOR
replacing such Bank Guarantee(s) with a Bank Guarantee from any Bank in India
(including the Indian Branch of foreign Bank) in a format acceptable to the
OWNER covering10%(ten percent) of the value (as determined by the OWNER)
of equipments/works replaced or repaired during the Defect Liability Period for the
unexpired term of defect liability in respect thereof plus a 3 (three) months claim
period.
39.0 CLAIMS OF OWNER
In addition to clause 8.1 & 8.2 of General Terms & Conditions following clauses
are applicable:-
39.1 No release/payment of any unadjusted balance of the CPBG(furnished in the form
of a Bank Guarantee or otherwise) by the OWNER to the CONTRACTOR as
aforesaid or otherwise shall be deemed or treated as a waiver of any right(s) or
claim(s) of the OWNER or shall stop or prevent the OWNER from there after
making or enforcing any claim or any rights against the CONTRACTOR with the
intent that the claims of the OWNER, against the CONTRACTOR shall continue
to survive and shall not get extinguished notwithstanding the issue of Final
Certificate and/or the release of CPBG to the CONTRACTOR.
40.0 TERMINATION
40.1 Notwithstanding anything elsewhere herein provided and in addition to any other
right or remedy of the OWNER under the CONTRACT or otherwise (including the
right of the OWNER to discount by way of price adjustment under the provisions
of Clause 23.7 hereof and associated Clauses thereunder), the OWNER shall
be entitled to terminate the CONTRACT by written notice at any time during its
currency on or after occurrence of any one of the following events/contingencies,
namely:
40.1.1 Breach or failure by the CONTRACTOR of any of the obligations of the
CONTRACTOR under the Contract, including:

Page 306 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 95 of 134

a) Failure to start the work within 12 (Twelve) weeks of the date of Letter of
Acceptance by the OWNER, notwithstanding the OWNER having made
available to the CONTRACTOR the work front necessary for the
commencement of work.
b) Failure to commence work at site within 3 (Three) Weeks of the time
prescribed in this behalf in the Progress Schedule or to commence supply of
any material within 3 (Three) Weeks of the time prescribed in this behalf in
the Delivery Schedule
c) Failure to carry out or carry on the works or any of them to meet the Progress
Schedule resulting in a delay of 4 (Four) Weeks or more in the actual
performance of the work, or failure to complete any supplies to meet the
Delivery Schedule resulting in a delay of 4 (Four) Weeks or more in the
scheduled deliveries of materials.
d) Failure to provide at the job site, within 3 (Three) Weeks of being required to
do so by the Engineer-in-Charge, sufficient labour, material, equipment,
machinery, temporary works and/or facilities required for the proper and/or
due execution of the work or any part thereof.
e) Failure to execute the works or any of them in accordance with the Contract
or disobedience of any order or instruction of the Engineer-in-Charge or
negligence or lack of expertise in the performance of the work, or failure to
supply materials of quality conforming to the requirements of the contract.
f) Abandonment of the works or any part thereof.
g) Substantial suspension of the works or any part thereof for a period of 2 (Two)
Weeks or more without the authority of the Engineer-in-Charge
h) Failure to execute the Contract in terms of the Form of Contract forming part
of the Bid Documents within 30 (thirty) days of the date of issue of the Letter
of Acceptance by the OWNER or within such extended period as may be
permitted by the OWNER in this behalf;
i) Failure to furnish the Bank Guarantee(s) required to be furnished by the
CONTRACTOR under Clause 4.1 and related provisions hereof within
4(Four) Weeks of the date of issue of Letter of Acceptance by the OWNER.
j) Any other event which is an event of termination under the Contract or which
in the opinion of the OWNER, reasonably impinges on the CONTRACTOR’s
capability to fulfil its contractual commitments.
k) Dissolution of the CONTRACTOR (if a firm), or commencement of liquidation
or winding up (whether voluntary or compulsory) of the CONTRACTOR (if a
company) or of any member (if the CONTRACTOR is a consortium), or
insolvency of the CONTRACTOR or of any partner (if a firm), or appointment
of a receiver or manager of the CONTRACTOR’s assets or of any
partner/member of the CONTRACTOR (if a firm or consortium) by a court;
l) Distress, execution, or other legal process being levied on or upon any of the
CONTRACTOR’s goods and/or assets involved in or relative to the
performance of the work or supply;
m) Death of a CONTRACTOR (if an individual);

Page 307 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 96 of 134

n) If upon any voluntary change in the partnership/constitution of


CONTRACTOR’s organisation (if a partnership or Company) the OWNER
refuses in its sole discretion to Continue the Contract with the re-constituted
firm or Company;
o) If the CONTRACTOR or any person employed by him shall make or offer for
any purpose connected with the contract, any gift, gratuity, royalty,
commission, gratification or other inducement (whether money or in any
other form) to any employee or agent or CONSULTANT of OWNER;
p) If the CONTRACTOR shall assign or attempt to assign his interest or any part
thereof in or under the Contract.
q) If CONTRACTOR does not start to remedy the breach within 7 days from
receipt of OWNER’s notice.
r) If the CONTRACTOR has acted in any manner to the detrimental interest,
reputation, dignity, name or prestige of the Owner.
s) If the CONTRACTOR has become untraceable.
t) If the CONTRACTOR has without authority acted in violation of the terms and
conditions of this contract and has committed breach of terms of the contract
in best judgement of the owner.
40.1.2 The decision of the General Manager– Projects, Rajasthan Refinery, as to whether
any of the events or Contingencies mentioned in Clause 40.1 hereof entitling the
OWNER to terminate the Contract has occurred or not shall be final and binding
upon the CONTRACTOR.
40.1.3 The methodology for processing Termination for default shall be as follows:
a. Any material breach in contractual obligations shall be dealt on mutual
discussion basis, so as to correct breach. In case of failure to correct the
breach, OWNER shall initiate Termination action as per the contract.
b. In case of non-submission of CPBG within the period stipulated, required
CPBG amount along with interest at the rate of [SBI PLR + 1%] per annum as on
the date on which tender is invited (floated) for the delayed period shall be
recovered from the first RA bill / first Milestone payment, onwards, on
proportionate basis, till full recovery.
c. However, in case, if the CONTRACTOR submits CPBG before the first RA bill,
then interest at the rate of [SBI PLR + 1%] per annum as on the date on which tender
is invited (floated)shall be recovered from the first RA bill, for the delayed period
beyond the period stipulated for CPBG.
d. In case of non-submission of CPBG within one month beyond the period
stipulated for it, coupled with non-mobilization / non-performance within the
period stipulated for the same, the Termination action along with other
contractual penal provisions shall be initiated, as per the contract provisions.
e. Further, in case of submission of CBPG within scheduled period, but
CONTRACTOR being at default in terms of Contract, a) above shall be
applicable.

Page 308 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 97 of 134

f. In case of occurrence of any of the above specified events, CONTRACTOR


shall be understood to have defaulted and the OWNER shall have the right to
terminate the contract, at its sole and absolute discretion by issuing a Show
Cause notice of 15 calendar days to the CONTRACTOR, stating the reason
and the intention of OWNER to terminate the Contract and to take other penal
actions in terms of the contract including extant policy for Suspension/ Banning
of OWNER.
g. The CONTRACTOR may also request for a personal hearing.
h. OWNER based on the CONTRACTOR’s response to the Show Cause Notice
and the personal hearing, shall decide the action regarding Termination and/
or Suspension / Banning or otherwise.
i. The decision taken as above shall apply to both Termination as well as
Suspension / Banning.”
40.2 The notice of termination shall set forth, in addition to statement of the reason or
reasons for terminating the Contract, the time(s) and place(s) for conducting a
survey and inspection/measurement of the work performed and materials supplied
under the Contract upto the date of termination for the purpose of determining the
final amount(s) due to the CONTRACTOR therefor. The reasons for the
termination stated in the notice of termination shall be final and binding upon the
CONTRACTOR.
40.2.1 Forthwith upon receipt of notice of termination, the CONTRACTOR shall at his own
risks and costs within the scope of relative work, do and perform to the satisfaction
of the Engineer-in-Charge all and whatsoever is necessary, in the opinion of the
Engineer-in-Charge (which shall be final and binding upon the CONTRACTOR) to
secure and protect all complete and incomplete works performed by the
CONTRACTOR upto termination, and should it fail to do so, the OWNER shall be
entitled by itself or through an independent Contractor(s) or partly by itself and
partly through an independent Contractor(s), to do and perform at the risks and
costs of the CONTRACTOR all such work(s) not done by the CONTRACTOR, and
the provisions of Clause 40.9 therefore shall mutatis-mutandis apply thereto.
40.3 For the purpose of measurements, the provisions of Clause 35.1 and 35.2 hereof
shall apply. The decision of the Engineer-in-Charge as to whether or not any works
have or supply has been completed for the purpose of measurement shall be
final and binding upon the CONTRACTOR. Incomplete items or works shall be
measured and paid for only on the basis of materials (if any) supplied by the
CONTRACTOR, and the decision of the Engineer-in-Charge as to the quantity of
material involved in or relative to any incomplete works shall be final and binding
upon the CONTRACTOR.
40.4 Work done and/or supplies made by the CONTRACTOR qualifying for payment
under Clause 40.3 hereof shall be paid for in respect of work done on the basis of
on account payment due thereon based on Schedule of Activities, and for
materials supplied on the basis of on account payment due thereon on the basis
of Bill of Materials and the provisions of Clause 35.5.6, 35.5.7, 35.5.8, 35.5.9,
35.5.10, 35.5.11, 35.5.12, 35.5.13.1 and 35.5.13.2 hereof shall mutatis mutandis

Page 309 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 98 of 134

apply and accounting done and bill prepared by the CONTRACTOR on the basis
thereof shall be the Final Bill and no other amount(s) shall be due to the
CONTRACTOR in respect thereof, subject to the provisions of 36.0 and associated
clauses thereunder with regard to the notified claim(s) of the CONTRACTOR
included in the Final Bill in accordance with the provisions of Clause 36.3.
40.5 Within 4 (Four) Weeks of completion of the inspection/measurements, the
CONTRACTOR shall clear the job site(s) made available by the OWNER to the
CONTRACTOR of all surplus materials, CONTRACTOR’s labour, equipment and
machinery and shall demolish, dismantle and remove such temporary works,
structure and construction and other items and things brought upon or erected at
the job site(s) and not incorporated in the permanent works and shall remove all
rubbish from the job site(s) and shall clear, dress and restore the job site(s) to the
satisfaction of the Engineer-in-Charge and shall put the OWNER in undisputed
custody and possession thereof and the entire works.
40.6 Should a CONTRACTOR fail to comply with the provisions of Clause 40.5 hereof
in the manner and within the time specified therein, the OWNER shall have the
right at the risk and costs of the CONTRACTOR in all respects to clear the job
site(s) of all surplus materials, CONTRACTOR’s labour, equipment and machinery
and other materials and things and/or demolish/dismantle and remove any
temporary works, structures and/or construction and other items and things
brought upon or erected at the job site(s) and to remove all rubbish from the job
site(s) and the land allotted to the CONTRACTOR and clear, dress and restore
the said land to the satisfaction of the Engineer-in-Charge and take undisputed
possession and custody thereof and of the works and CONTRACTOR’s stores
thereon and dispose of and/or otherwise deal with any and all equipment and
machinery etc., stores and other items and things aforesaid and recoveries of any
demolition/dismantling as the OWNER shall in its absolute discretion deem fit, and
the CONTRACTOR shall forthwith on demand pay the OWNER the entire
costs/expenses of the OWNER relative to the above together with15% (Fifteen
percent) thereof to cover the OWNER’s supervision, with right in the OWNER
(without prejudice to any other mode or recovery) to recover the same from the
proceeds of any sale or disposal as aforesaid or from any monies whatsoever of
the CONTRACTOR held by the OWNER or dues of the CONTRACTOR and the
CONTRACTOR hereby irrevocably nominates, constitutes and appoints the
OWNER (with right to the OWNER to delegate any and all of its rights in terms
hereof to such of its officer(s) and/or other person(s) as it shall deem fit) for and
on behalf of and as attorney of the CONTRACTOR to do, commit and/or sign all
acts, deeds, matters and things as shall or may be necessary to be done,
committed and/or signed by the CONTRACTOR to put in to effect the provisions
of this clause with full right to enter into arrangements with third parties for or
relative to the storage, sale and/or other disposal of any goods, equipment and
machinery and other items and things and to enter in to or upon any of the
CONTRACTOR’s premises and to break open if necessary any locks, bolts,
fasteners, bonds or other devices restricting entry there to and to do all other acts,
deeds, matters and things as shall or may be necessary to give full effect to the
provision of this Clause.

Page 310 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 99 of 134

PROVIDED ALWAYS THAT:


I. The OWNER shall be entitled, without prejudice to the foregoing and in
addition thereto, upon the CONTRACTOR failing to comply with the
provisions of Clause 40.5 hereof after removing/demolishing/ dismantling
from the job site any of the CONTRACTOR’s goods, temporary works and
other items and things ,by written notice to the CONTRACTOR, to require
the CONTRACTOR to take delivery of, lift and/or clear the same within
7(seven) days (or such other period as may be specified in said notice) of
date of said notice failing which the OWNER shall abandon the same at the
risks and costs of the CONTRACTOR, and should the CONTRACTOR fail
to take delivery of, lift and/or clear the same within the period in this behalf
specified in the said notice, the OWNER shall be entitled at any time
thereafter to abandon the same at the risks and costs of the
CONTRACTOR, where upon (without prejudice to any other rights of the
OWNER) the OWNER shall stand absolutely discharged and absolved in
respect of all and any material ,equipment, machinery and other item and
things whatsoever abandoned as aforesaid.
II. Notwithstanding anything to the contrary herein provided, nothing herein
stated shall constitute the OWNER as a trustee or bailee of any of the
CONTRACTOR’s material, equipment, machinery or other items or things
removed, cleared, demolished, dismantled or abandoned as aforesaid, nor
shall the OWNER be bound in law or fact by any duty of care in respect
thereof, with the intent that all actions, dealings and disposals within the
provisions of this clause shall be exclusively at the risk and liability of the
CONTRACTOR (including relative to any loss or damage) and the OWNER
shall not be howsoever responsible, accountable or liable in respect
thereof.
40.7 If for any cause (including but not limited to resistance put up by the
CONTRACTOR and/or his servants or agents or any court order consequent
upon a suit or proceedings filed by the CONTRACTOR), the OWNER is unable
to fully take over possession of the entire works within 7 (Seven) days from the
date of completion of the measurements as contemplated above, the OWNER
shall, in addition to all discounts, compensations and/or damages recoverable
from the CONTRACTOR in terms hereof (including but not limited to OWNER’s
entitlements under Clause 23.7 and Clause 40.9 hereof) or otherwise, be entitled
to discount from the CONTRACTOR a Price adjustment in the amount equivalent
to 1% (one percent) of the Lumpsum Price for each week or part thereof that the
said taking over possession of any works is delayed beyond the period of 7
(seven) days specified above, subject to a maximum of 5% (five percent) of the
Lumpsum Price.
40.8 Notwithstanding anything provided in Clause 40.5 hereof, the OWNER shall have
the right at any time prior to the removal of the same from the jobsite, to take
possession of such of the CONTRACTOR’s goods or equipment at any and all
jobsites as the OWNER shall deem fit, and the CONTRACTOR shall be entitled to
compensation for any such goods or equipment taken over at cost thereof to the

Page 311 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 100 of 134

CONTRACTOR or depreciated value thereof in the case of equipment, whichever


shall be less, such cost or value not to include the cost of transport, carriage or
handling or storage, but to include the cost of freight to India on imported goods.
The cost of goods and/or depreciated value of equipment taken over as
determined by the Engineer-in-Charge shall be final and binding upon the
CONTRACTOR.
40.9 Upon termination of the Contract, the OWNER shall be entitled at the risk and
expenses of the CONTRACTOR in all respects to either engage one or more
contractors to complete the work and/or supplies and/or to redesign, reperform
and/or redo and/or to alter, modify and/or replace the materials supplied by the
CONTRACTOR and/or supply other materials or substitutes to the extent
necessary to setup, install , erect, establish and operate the Unit and tools and
spares in accordance with the Contract and/or to complete the works in
accordance with the Contract, notwithstanding that the contractor(s) so engaged
shall adopt design and/or processes or methods or materials different from those
proposed or projected and/or adopted by the CONTRACTOR for any purpose.
Contractor’s liability under clause 40.9 shall be limited to 100% of the Lumpsum
price.
In case contract awarded for the tendered work have to be terminated due to
CONTRACTOR's default and a separate tender have to be floated to get the
remaining/ complete work executed, such defaulting CONTRACTOR will not be
considered for tenders issued for the refloated works of same project.
40.10 In addition to rights under clauses 40.8 and 40.9, the OWNER shall, upon
termination of the contract have an option to take over from the CONTRACTOR,
in whole or part, any subsisting order or sub-contract entered into by the
CONTRACTOR in or relative to performance of the CONTRACTOR’s obligations
under the contract, for which purpose the provisions here of shall operate as an
assignment by the CONTRACTOR to OWNER of the orders and sub-contract
opted to be taken over by the OWNER, with right in the OWNER as attorney for
and on behalf of and in the name of the CONTRACTOR to sign, execute and/or
deliver any document, notice or other communication as may be required under
the law applicable to the relative contractor order to complete the assignment there
of in favour of the OWNER, and the provisions hereof shall constitute appropriate
appointment by the CONTRACTOR in favour of the OWNER in this behalf, with
right in the OWNER to act in this behalf through any of its directors or officers.
40.11 No amount shall be due and payable to the CONTRACTOR upon or in the event
of termination of the Contract unless and until the entirety of the works as
contemplated in the scope of services and the entirety of the supplies as
contemplated in the scope of supplies shall have been completed in all respects
and all payments finally due on any account to the OWNER and/or other
contractor(s) in respect of the balance works and supplies have been finally settled
and the OWNER has been discharged from all liabilities in respect thereof.
40.12 If upon the satisfaction of the clause 40.9 and 40.11 hereof there shall remain in
the hands of the OWNER any excess/balance after all accounting and adjustment
of all dues from the CONTRACTOR to the OWNER, the OWNER shall forthwith

Page 312 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 101 of 134

pay over the excess/balance to the CONTRACTOR and in the event of the
security deposit and other dues of the CONTRACTOR in the hands of the
OWNER being insufficient to meet the dues of the OWNER as aforesaid, the
CONTRACTOR shall forthwith on demand by the OWNER pay the OWNER the
shortfall. For calculating the excess/balance aforesaid in the hands of the
OWNER any price discount or adjustment due to the OWNER from any other
contractor under the provisions of Clause 23.6.7 hereof or any equivalent or similar
provisions in the Contract in this behalf between the OWNER and the other
CONTRACTOR shall not be reckoned.
40.13 Termination for Convenience: Owner shall, in addition to any other right enabling
it to terminate the Contract, have the right to terminate the Contract at any time by
giving prior written notice to the Contractor. Such termination shall be without
prejudice to the rights of the Parties that have accrued on or before the date of
termination of the Contract. In case Termination is due to Convenience of Owner,
the risk Purchase will not be applicable
40.14 Without prejudice the provisions of Clause40.0 above, the provisions as mentioned
in clause No. 12 of General terms & conditions of works contract (GTC) shall also
mutatis mutandis apply
41.0 PERSONAL ACTS AND LIABILITIES
41.1 No director, officer or other employee of the OWNER shall anywise be personally
bound or liable to the CONTRACTOR for the acts, commissions or obligations of
the OWNER under the contract or otherwise or be personally answerable to the
CONTRACTOR for on in respect of any default or omission in the performance of
any act(s), deed(s), or things to be observed and/or performed by the OWNER
under the contract.
41.2 The CONTRACTOR shall not be entitled to any increase in the rate(s) mentioned
in the Price Schedule or in any of them or to any other payment, right, benefit or
claim whatsoever by reason of any representation, explanation, statement,
assurance or understanding given or alleged to have been given to him by the
Engineer-in-Charge, PMC or any other agent or consultant of the OWNER, nor
shall any director, officer or other employees or the Engineer- in-Charge, PMC or
agent or consultant of the OWNER be personally liable for or in respect of any
representation, explanation, statement or assurance or understanding given or
alleged to have been given by him to the CONTRACTOR or any other person
relative to the contract, nor shall the OWNER be responsible in respect thereof
unless the same has been jointly signed by the CONTRACTOR and the OWNER
as an agreed variation or amendment to Contract.
42.0 LABOUR LAWS AND REGULATIONS
42.1 The CONTRACTOR shall be responsible for strict compliance of and shall ensure
strict compliance by its sub-contractors, servants and agents of all laws, rules or
regulations having the force of law affecting the relationship of employer and
employee between the CONTRACTOR/sub-contractors and their respective
employees and/ or otherwise concerning labour, social welfare and provident fund,
pension, bonus, gratuity and other benefits to employees. Without prejudice to the
generality of this provision, the CONTRACTOR shall comply with and ensure that

Page 313 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 102 of 134

his subcontractors and other agencies employed by him comply with the provisions
of the Payment of Wages Act 1936, Minimum Wages Act 1948, Employers Liability
Act1938, Workmen's Compensation Act 1923, Industrial Disputes Act 1947,
Maternity Benefit Act 1961, Mines Act 1952, The Child Labour (Prohibition &
Regulation) Act 1986, Contract Labour (Abolition & Regulation) Act 1970,
Payment of Bonus Act, Gratuity Act, Factories Act and the Employees Provident
Fund and Miscellaneous Provisions Act 1952 and Employees State Insurance Act
1948, as amended from time to time and all rules, regulations and schemes framed
thereunder from time to time.
42.1.1 In addition, the CONTRACTOR shall abide by and observe the provisions of
(i) The Inter-State Migrant Workmen (Regulation of Employment and Conditions of
Service) Act, 1979,
(ii) The Building and Other Construction Workers’ (Regulation of Employment and
Conditions of Service) Act, 1996,
(iii) The Building and Other Construction Workers’ Welfare Cess Act, 1996,
(iv) The Child Labour (Prohibition and Regulation) Act, 1986.
42.1.2 The CONTRACTOR shall also be responsible at its own cost and initiative to pay directly
to the prescribed authorities and bear any and all cess(es) payable under the Building and
Other Construction Workers’ Welfare Cess Act, 1996 with respect to the contract and work
covered thereunder and with respect to any subsidiary contract or sub-contract entered
into by the CONTRACTOR for the performance thereof, and shall indemnify and keep
indemnified the OWNER from and against any liability in respect thereof.
42.1.3 To this end, the CONTRACTOR shall as a document to be submitted to the Engineer-in-
Charge for the Completion Certificate under Clause 32.2 hereof, submit to the Engineer-
in-Charge satisfactory proof of having paid in full the cess payable with respect to the
contract under the Building and other Construction Workers’ Welfare Cess Act, 1996.
42.2 The contractor and sub-contractor(s) of the CONTRACTOR shall obtain from the
authority(ies) designated in this behalf under any applicable law, rule or regulation
(including but not limited to) the Factories Act and Labour (Abolition and
Regulation) Act, 1970 (in so far as applicable) any and all such Iicence(s),
consent(s), registration(s) and/ or other authorisation(s) as shall from time to time
be or become necessary for or relative to the execution of the work or any part or
portion thereof or the storage or supply of any material(s) or otherwise in
connection with the performance' of the Contract and shall at all times observe and
ensure due observance by the sub-contractors, servants and agents of all terms
and conditions of the said Iicence(s), consent(s), regulation(s) and other
authorisation(s) and laws, rules and regulations applicable thereto Without
prejudice to the generality of this provision, the CONTRACTOR shall obtain and
ensure that his sub-contractors and other agencies employed by him on the Work,
obtain a valid Licence under the Contract Labour (Regulation & Abolition) Act, 1970
and shall duly and faithfully observe and comply with the provisions of the The
Child Labour (Prohibition & Regulation) Act 1986, Contract Labour (Regulation
& Abolition) Central Rules 1971 and other Central and State Rules as amended
from time to time and applicable to the work, and shall duly, promptly and faithfully
maintain and/ or cause to be maintained all records and facilities required to be
maintained and or provided in terms thereof or any licence granted thereunder.

Page 314 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 103 of 134

42.3 The CONTRACTOR shall ensure that wages are paid by himself or by his sub-contractors
to their workmen directly without the intervention of any Jamadars or Thekedars and that
no amount by way of commission or otherwise is deducted or recovered by the Jamadars
from the wages of the workmen.
42.4 The OWNER shall be entitled at all times to carry out any check(s) or inspection(s)
of the CONTRACTOR’s facilities, records and accounts to ensure that the
provisions aforesaid are being observed by the CONTRACTOR and the sub-
contractors and that the workmen are not denied the rights and benefits to which
they are entitled under such provisions. Any violation shall, without prejudice to
any other rights or remedies available to the OWNER, constitute a ground for
termination of the Contract as though specifically set forth under Clause 40.1
thereof.
42.5 Nothing in the Contract Documents stated shall anywise constitute any
workman/employee of the CONTRACTOR or any sub-contractor as or to be a
workman/employee of the OWNER, or place obligation or liability in respect of any
such workman/employee upon the OWNER.
42.6 The CONTRACTOR shall not employ in connection with the work any person
below the prohibited age of employment.
42.7 The establishment of the CONTRACTOR and its sub-contractors shall be duly
registered under the Employees’ Provident Fund and Miscellaneous Provisions
Act, 1952 and the Employees’ State Insurance Act, 1948 and the CONTRACTOR
shall duly and timely pay and ensure payment by its subcontractors of
contributions and its/their employees to the Authorities prescribed under the
said Acts and any schemes framed thereunder in respect of all labour employed
by it/them for the execution of the contract. Copies of challans/receipt of such
payments along with the list showing persons employed together with emoluments
paid for the purpose of P.F. deductions shall be submitted to the OWNER before
the end of every calendar months. In case the Provident Fund Authority’s receipted
challan referred to above are not furnished, the OWNER shall deduct 5% (five
percent) of the payable amount from the CONTRACTOR’s running bill for services
and retain the same as a security for the payment of the Provident Fund. Such
retained amounts shall be released to the CONTRACTOR only on production of
challan/receipts of the Provident Fund Authority for the period covered by the
related deduction.
42.8 On receiving information of any breach, non-fulfillment and/or non-observance by the
CONTRACTOR and/or his sub-contractors and other agencies engaged by him in
connection with the Works or any of the provisions or requirements of any of the Labour
Laws, rules and regulations and/or as to the inaccuracy of any of the returns or statements
furnished by the CONTRACTOR and/or his sub-contractors and/or any records or
accounts maintained by any of them with respect to which the OWNER as the principal
employer or otherwise can have a liability, the OWNER shall be entitled to deduct from
the bills and any amounts due or becoming due to the CONTRACTOR, under this or other
contract(s) with the CONTRACTOR, any sum(s) required or estimated to be required, in
its judgement which shall be final and binding on the CONTRACTOR, for making good or
compensating for the liability or possible liability of the OWNER by reason of the said
breach, non-fulfillment or non-observance and/or inaccuracy aforesaid.

Page 315 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 104 of 134

42.9 The CONTRACTOR shall indemnify and keep indemnified the OWNER from and
against all actions, claims, demands and liabilities whatsoever under and in
respect of the breach of any of the provisions hereof and/ or against any claim,
action or demand by any workman/ employee of the CONTRACTOR or any
subcontractor and/or from any liability anywise to any subcontractor under any law,
rules or regulation having the force of law including (but not limited to) claims
against the OWNER under the Workmen's Compensation Act 1923, the
Employees Provident Funds and Miscellaneous Provisions Act 1952, the
Employee's State Insurance Act 1948, the Contract Labour (Abolition &
Regulation) Act 1970 and/ or The Child Labour (Prohibition & Regulation) Act 1986
, BOCW Act.
42.10 The CONTRACTOR and his sub-contractors and agents employed by him for
and/or in the performance of the Works shall strictly abide by and observe the
provision of the "CONTRACTORS' Labour Regulations" and the "Model Rules for
Labour Welfare" as set out in Annexure- XV and Annexure-XVI to these Special
Condition of contract , which shall be binding on the CONTRACTOR, his sub-
contractors and agents.
42.11 In the event of an irreconcilable conflict between the provisions herein and the
provisions contained in the "Contractors' Labour Regulations" and/or the "Model
Rules of Labour Welfare" (as set out in Annexure- XV and Annexure-XVI hereto),
the "Contractors' Labour Regulations" and "Model Rules for Labour Welfare" shall
prevail to the extent of the irreconcilable conflict.
42.12 In the event of irreconcilable conflict between the "Contractors' Labour
Regulations" and/or the "Model Rules for Labour Welfare" (set out in Annexure-
XV and Annexure-XVI hereto) and any applicable law, rule or regulation, the law,
rule or regulation shall prevail over the "Contractors' Labour Regulation" and/or the
"Model Rules for Labour Welfare", as the case may be, and shall be complied with.
43.0 RISK, ACCIDENT AND DAMAGE
43.1 The CONTRACTOR shall take due precaution to avoid damages to any pipelines,
Railway lines, roads, canals, cables, culverts, bridges, drains, sewer, telegraph
and telephone lines, water mains, dykes, poles, pillars, fences, wires, supports and
embankments and other underground or over ground works, structural or
constructions whatsoever and shall at his own cost and initiative forthwith restore
and repair any damage thereto to the satisfaction of OWNER and/or the person or
authority concerned relative to the line, pipe or other works, construction of
installation as the case may be.
43.2 The CONTRACTOR shall be responsible at his own cost in and relative to
performance of the work(s) and contract to observe and to ensure observance by
his sub-contractor’s agents and servants, of the provisions of the safety code as
hereinafter appearing and all fire, safety and security instructions and regulations
as may be prescribed by the OWNER, the Central Government or any State
Government, any Marine or Port Authority or any other body or authority legally
authorised to issue such instructions or regulations, from time to time and such
other precautions and measures as shall be necessary, and shall employ/deploy
all equipment necessary to protect all works, materials, properties, structures,

Page 316 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 105 of 134

equipment, installations, communications and facilities whatsoever from damage,


loss or other hazard whatsoever (including but not limited to fire, collision or
explosion) and shall during construction and other operations, minimise the
disturbance and inconvenience to the OWNER, shipping, transportation, the
public and the adjoining land and property of the OWNER and occupiers, and
crops, trees and vegetation
43.3 The CONTRACTOR shall indemnify and keep indemnified the OWNER from and
against all losses and damages (including relative to any gas, crude oil, refined
products and other commodities lost) and costs, charges and expenses and
penalties, actions, claims, demands and proceedings whatsoever suffered or
incurred by or against the OWNER, as the case may be, by virtue of any loss,
alteration, displacement, disturbance or destruction or accident to any vessel,
works, material, property, structure, equipment, installation, communication and
facility and land and property of the OWNER and occupiers and crops, trees and
vegetation as aforesaid, with the intent that the CONTRACTOR shall be
exclusively responsible for any accident, loss, damage, alteration, displacement,
disturbance or destruction as aforesaid directly or indirectly from any breach by
the CONTRACTOR of his obligations aforesaid or upon any operation, act or
omission of the CONTRACTOR, his Sub-contractor(s) or his or their agent(s) or
servant(s).
44.0 INDEMNITY
44.1 The CONTRACTOR shall at all times indemnify and keep indemnified the
OWNER and its officers, servants, agents from and against all third party claims
whatsoever (including but not limited to property loss and damage, personal
accident, injury or death of/or to property or person of any Subcontractor and/or
the servants/agents of the CONTRACTOR or any Subcontractor(s) and/or the
OWNER) arising out of any act or omission of the CONTRACTOR and
the CONTRACTOR shall at his own cost and initiative at all times upto the
successful conclusion of the defect liability period specified in Clause 33.1 hereof
take out and maintain all insurable liabilities under this Clause, including but not
limited to third party insurance and liabilities under the Motor Vehicles Act,
Worker’s Compensation Act, Fatal Accidents Act, Personal Injuries Insurance Act,
Emergency Risk Insurance Act and/or other Industrial Legislation from time to time
in force in India with Insurance Company(ies) approved by the OWNER,
and such policy(ies) shall be of not lesser limit then the limits hereunder specified
with reference to the matters hereunder specified, namely.
a) Workmen’s Compensation Insurance to the limit to which compensation may
be payable under the laws of the Republic of India.
b) Third party Insurance for body injury and property damage to the limit as per
applicable statutory laws but not less than Rs. 10,00,000 (Rupees One Million
only) in each accident at each job site and to a limit of not less than Rs.
100,00,000 (Rupees Ten Million only) for all accidents at all job sites.
Provided that the limits specified above shall operate only as a specification
of minimum limits for insurance purposes, but shall not anywise limit the
CONTRACTOR’S liability in terms of this clause or otherwise to the limit(s)
specified.

Page 317 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 106 of 134

44.2 Should the CONTRACTOR fail to take out and/or keep afoot insurance as provided
for in the foregoing clause the OWNER shall be entitled (but without obligation to
do so) to take out and/or keep afoot such insurance at the cost and expense of the
CONTRACTOR, and without prejudice to any other rights or remedies of the
OWNER in this behalf, to deduct the sum(s) incurred therefore from any amounts
howsoever becoming payable to the CONTRACTOR.
44.3 In addition, the CONTRACTOR shall protect, defend, indemnify and hold the
OWNER harmless from and against:
a) Any and all losses arising directly or indirectly from or incurred by reason of
the acts or omissions of the CONTRACTOR, its Affiliates, Subcontractors or
Suppliers or any of the irrespective officers, directors, employees, servants
or agents in the performance of CONTRACTOR’s obligations under this
Contract, whether or not resulting from any defect in or condition of the
premises on which the Works are or are to be performed, or any equipment
thereon or any materials furnished by OWNER, including any losses arising
from or in respect of or in consequence of any illness, accident or injury to
any employees, directors, servants or agents of the CONTRACTOR, its
affiliates, subcontractors or suppliers.
b) Any and all losses, arising directly or indirectly from or incurred by reason of
claims or sanctions or penalties imposed by any Governmental Authorities or
others for any actual or asserted failure by the CONTRACTOR or its affiliates,
sub-contractors or suppliers or any of their respective officers, directors,
employees, servants or agents to comply with any applicable law or
applicable consent(s), sanction(s) and/or authorization(s) or with any rules or
regulations applicable to it or them or to obtain or maintain any such consent,
sanction or authorization.
c) any and all losses, arising directly or indirectly from or incurred by reason of
any failure of CONTRACTOR or any sub-contractor or supplier (i) to pay
any taxes relating to income or any other taxes required to be paid by such
person (ii) to pay any amounts in respect of taxes which are to be paid
by such person in connection with the performance of its obligations
relating to this Contract or (iii) to file tax returns as required by applicable
laws or comply with reporting or filing requirements under applicable law
relating to taxes or (iv) arising directly or indirectly from or incurred by reason
of any misrepresentation by or on behalf of such person to any competent
authority in respect of taxes (nothing in this clause shall restrict any person’s
right to bonafide contest the amount of any tax or other liability owed to a
competent authority provided such contest is bonafide and made in good
faith); and
d) any and all losses arising directly or indirectly from or incurred by reason of
hazardous materials introduced to the job site or works or any
other location by the CONTRACTOR, its affiliates, sub-contractors or
suppliers or its or their agents in or in connection with the performance of the
Contract
45.0 EFFECTS OF INSURANCE

Page 318 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 107 of 134

45.1 The obligations of CONTRACTOR to indemnify and hold harmless the OWNER
under the Contract shall not be limited or reduced to any insurance provided
pursuant to the Contract or otherwise, provided always that the proceeds of any
such insurance shall in the first instance be applied to meet the obligations of the
CONTRACTOR under the relative indemnity(ies).
46.0 CONTRACTOR’S LIABILITY
46.1 The aggregate liability of the CONTRACTOR to the OWNER (whether based on
contract or tort, including negligence and strict or absolute liability) arising out of or
under this Contract shall not exceed Twenty percent (20%)of the Lumpsum
Price provided that no such limit shall apply in respect of:
i. Any liability pursuant to CONTRACTOR’s indemnity obligations under the
Contract ; or
ii. any loss resulting from fraud, intentional or wilful misconduct or illegal or
unlawful acts or omissions of CONTRACTOR, its affiliates or any
sub-contractor or any supplier or any of its or their respective officers,
directors, employees, servants or agents;or
iii. any liability to rectify, repair, restore or replace any materials and/or
works or deficiencies therein in terms of the Contract;
iv. any liability under clause 40.7. or Clause 40.9 of SCC;
v. In the event of any claim or loss or damage arising out of infringement of
Intellectual Property;
vi. For any damage to any third party, including death or injury of any third
party caused by the Contractor or any person or firm acting on behalf of
the Contractor in executing the Works
vii. Contractor’s Liability for Price Adjustment for utility consumption as per
Annexure-II to SCC
viii. Contractor’s Liability for Process Guarantees(if any) or other Guarantees
as mentioned in the Technical Part
AND provided always that such limitation shall exclude any amounts recovered
under any policy(ies) of insurance taken out and/or maintained by the
CONTRACTOR pursuant to the provisions of the Contract.
47.0 TRAINING OF APPRENTICES
47.1 The CONTRACTOR shall if so required by law, himself engage and/or procure
engagement by his subcontractor(s) of such number of apprentices and for
such period as may be required in this behalf in accordance with the provisions
of the Apprentices Act, 1961 and any other act, rule and/or regulation having the
force of law, regulating upon the employment of apprentices, and the
CONTRACTOR shall be responsible at his own cost and initiative and without
entitlement to any extra compensation or remuneration from the OWNER in
this behalf, to fulfill all obligations of the employer under the said Act, including
liability for payment to apprentices as required thereunder.
48.0 RECORDS AND INSPECTION

Page 319 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 108 of 134

48.1 The CONTRACTOR shall if and when required by the Engineer-in-Charge


relative to the execution of the Contract produce or cause to be produced before
the Engineer-in-Charge or any other person designated by the Engineer-in-Charge
in this behalf, for examination, any records and documents in the possession of the
CONTRACTOR or any subcontractor or subsidiary or associated firm or company
or the CONTRACTOR or any sub-CONTRACTOR, and/or copies or extracts
thereof and/or other information or returns relative thereto. Such returns shall be
verified in the manner prescribed by the Engineer-in-Charge or other officer
aforesaid designated in this behalf. The CONTRACTOR shall in addition produce
and/or caused to be produced before the Engineer-in-Charge or any other person
designated by the Engineer-in-Charge in this behalf, for examination any vouchers,
bills and orders etc. required for verifying or ascertaining the cost of any material,
labour, service or item or thing, to calculate any monies payable under the
Contract for which item rates are not mutually agreed. The decision of the
Engineer-in-Charge as to whether any book, record, document, information or
return is relevant for any of the purpose aforesaid, shall be final and conclusive
49.0 PATENTS AND ROYALTIES
49.1 The CONTRACTOR undertakes that all equipment, machinery, instruments and
materials used or supplied by the CONTRACTOR or methods or processes
practiced or employed by the CONTRACTOR in the works shall not be covered by
any third party patent, design or other rights, with the intent that the OWNER shall
be entitled to the unfettered use of and right to the same and any subsequent works
in which the same are incorporated without any third party right, claim or
entitlement.
49.2 If any equipment, machinery, instruments and/or materials, used or supplied
by the CONTRACTOR, or methods or processes practiced or employed by the
CONTRACTOR in the performance of this contract or resultant works, is/are
covered by a patent, design or other rights under which the CONTRACTOR, is
not licensed, the CONTRACTOR shall before supplying or installing or using or
employing or practicing the same obtain such license(s) and pay such royalty(ies)
and license fees as may be necessary in connection with the performance
of this contract. In the event that the CONTRACTOR fails to pay such royalty or
obtain such license, the CONTRACTOR shall defend at its own expense,
any suit for infringement of patent, design or other right which is brought
against the CONTRACTOR and/or the OWNER as a result of the failure, and shall
pay any damages and costs awarded in such suit and shall keep the OWNER
indemnified from and against all other consequences thereof, including (but not
limited to) the costs incurred by the OWNER relative to such proceedings and in
obtaining legal advice or opinion(s) relative to such proceedings, and shall perform
all remedial and consequent works as shall be necessary, and the provision
of Clause 49.3 shall mutatis mutandis apply.
49.3 Forthwith upon the CONTRACTOR acquiring any knowledge or information of
any patent, design or information or other right in respect of which a claim for
infringement of patent, design or other right could be brought involving any
equipment, machinery, instrument or materials used or supplied by the

Page 320 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 109 of 134

CONTRACTOR or methods or processes practiced or employed by the


CONTRACTOR in the performance of the contractual works, the CONTRACTOR
shall notify the OWNER in respect thereof and shall, at its own cost and initiative
take such steps as shall be necessary to procure the relative rights or licenses, or
compound the relative claims, and/or shall at his own cost and initiative re-
design, re- fabricate, re-supply, re-place and/or install, as the case may by
alternative systems and works necessary to avoid such patent, design or other
rights within the CONTRACTOR’s scope of work and within the time for completion
in this behalf prescribed in the contract documents, without entitlement to any
additional remuneration in respect thereof, and the CONTRACTOR shall,
meanwhile, keep the OWNER indemnified from and against all consequences and
liabilities and losses, claims and damages whatsoever. Excluded from the scope
of this indemnity is any patent, design information or other right arising out of work
done or performed or materials supplied strictly in accordance with the process
design provided by the Process Licensor within the exclusive scope of the Process
Licensor.
50.0 ARTICLES OF VALUE FOUND
50.1 All gold, silver and other metals and minerals or ore of any kind or
description and all precious and semi-precious stones and bearing earth, rock
or shale, coins, treasures, treasure trove, bullion, antiques and other items and
things whatsoever which may be found under or upon the job site shall,
between the CONTRACTOR and the OWNER, be the exclusive property of
the OWNER and the CONTRACTOR shall, forthwith upon discovery thereof,
notify the OWNER of such discovery with the details of the item(s) or things
discovered and pending directions by the OWNER for disposal thereof shall
hold and preserve the same as trustee of the OWNER to the satisfaction of the
Engineer-in-Charge.
51.0 MATERIALS OBTAINED FROM DISMANTLING
51.1 Any materials obtained by the CONTRACTOR consequent upon dismantling –
mantling of any building, structure or construction upon the job site (not being
a temporary building, structure or construction erected by the CONTRACTOR for
the performance of the works by him ) shall be the exclusive property of the
OWNER. Dismantled materials to be properly stored or transported to designated
location as per the instructions of PMC/Owner.
52.0 LIENS AND LIABILITIES
52.1 If, at any time there is evidence of any item or claim for which the OWNER might
be or become liable and which in terms of the Contract or otherwise is chargeable
to or the liability of the CONTRACTOR, the OWNER shall have the right to retain,
out of any payment then due or thereafter becoming due to the CONTRACTOR,
an amount sufficient to completely indemnify the OWNER against such lien or
claim, and should the CONTRACTOR not dispute such lien or claim and/or if such
lien or claim be found to be valid, the OWNER may pay and discharge the same
and deduct the amount so paid together with any legal and other costs, charges
and expenses incurred by the OWNER in defending any action and/or in obtaining
legal advice or opinion relative to the lien, claim or action, from any monies

Page 321 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 110 of 134

retained as aforesaid and any monies then due or thereafter becoming due to the
CONTRACTOR, and if no monies have been retained and/or if the same be
insufficient to satisfy the payment(s) aforesaid, the CONTRACTOR shall on
demand pay to the OWNER the same, and failing such payment within 10(ten)
days or demand by the OWNER in this behalf, shall be liable to pay interest on the
amount due from the date of demand upto and until the date of payment in full at
the State Bank of India lending rate applicable to the OWNER plus1%(one percent)
per annum and the provisions hereof (insofar as such notice shall be deemed to
be necessary in addition to the contractual provisions herein) shall be deemed to
constitute a notice for the payment of interest under the provisions of the Indian
Interest Act,1978.
53.0 COLLECTION OF INDEBTEDNESS
53.1 Without prejudice to any other rights or remedies of the OWNER and in addition to
any other provisions thereof, the OWNER shall be entitled to deduct out of the
CPBG or the proceeds of any Bank Guarantee or any monies for the time being of
the CONTRACTOR in its hands and any payment then due or becoming due to
the CONTRACTOR on any account, any and all amounts claimed by the OWNER
from the CONTRACTOR arising out of or in connection with the Contract.
53.2 Where the OWNER makes any deduction pursuant to the provisions of Clause
53.1 hereof, the OWNER shall furnish to the CONTRACTOR all details of the
deduction(s) with copies of the documents, if any, in support of the deduction(s).
54.0 LIABILITIES OF SUB – CONTRACTOR (S)
54.1 Without prejudice to any other liabilities or obligations of the CONTRACTOR
relative to Sub- contractor(s) in terms hereof or otherwise, the CONTRACTOR
shall require every Sub- contractor to whom any portion of the work to be
performed under the contract has been sub- contracted, to comply with the
provisions of the Contract insofar as applicable to each Sub- contractor, and the
CONTRACTOR shall hold the OWNER harmless and indemnified, from and
against any and all penalties, actions, claims and demands and costs,
charges and expenses whatsoever arising out of or occasioned by failure of the
CONTRACTOR or any Sub-contractor(s) to fully and properly comply with
any of the terms and conditions of Contract.
55.0 CONFIDENTIAL HANDLING OF INFORMATION
55.1 The CONTRACTOR and his employees, agents and Sub-contractors and
employees and agents of the Sub-contractors shall treat as strictly confidential
and shall take all steps necessary to ensure confidential handling of all maps,
plans, charts, designs, drawings, photographs, data, reports, tests, specifications,
methods and other information developed or acquired by the CONTRACTOR from
or by means of the tender documents or any facility extended to the
CONTRACTOR pursuant thereto or the award or performance of the contract or
any of them or otherwise disclosed or made available to the CONTRACTOR
or any aforesaid persons and without prejudice to the generality of the
foregoing, the CONTRACTOR, its subcontractor( s) and their respective
employees and agents shall not report, disclose or reproduce the same in any
book, article, speech or other publications, provided always that, the OWNER

Page 322 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 111 of 134

may, upon application by the CONTRACTOR to the OWNER in this behalf,


permit report, disclosure or reproduction of the same in any book, article, speech
or the publications if it is satisfied that this would not involve the disclosure of any
classified or other proprietary information which would not be in the interest of
public or security to disclose and/or which should not be in breach of any obligation
of confidentiality.
55.2 Application for such consent shall be submitted to the OWNER in writing
outlining the intended use of the relative material and shall be submitted to the
OWNER at least one month prior to the expected use accompanied by the text of
the relative publication in which it is sought to be used. Photographs should be
accompanied by their caption. An application shall not be understood to have been
permitted unless expressly permitted in writing by the OWNER.
56.0 WAIVER
56.1 It shall always be open to the OWNER, by written communication to the
CONTRACTOR, to waive in whole or part any right or the enforcement of any right
or remedy which the OWNER may have against the CONTRACTOR or of any
obligations which the CONTRACTOR may have hereunder, provided always that:
56.1.1 No waiver shall be presumed or inferred unless made in a written communication
addressed by the OWNER to the CONTRACTOR and specifically communicated
as a Waiver;
56.1.2 No waiver of any right or part of any right on one occasion shall be deemed to be
a waiver or abandonment of that right for all occasions with the intent that a waiver
once given shall be limited to the specific waiver and shall be without prejudice to
the right of the OWNER to insist upon the strict adherence of the attendant
obligations of the CONTRACTOR and/or the future enforcement of the right by the
OWNER in respect of the same and/or any other dependent obligation.
57.0 CONTRACTOR’S ESTABLISHMENT
57.1 It is understood that the establishment of the CONTRACTOR (and any
Subcontractor engaged by the CONTRACTOR) constitutes an independent
establishment involved interalia in undertaking works and/or services for others of
the nature and kind forming the subject matter of the Contract. It is consequently
understood that all the employees of the CONTRACTOR (and any Sub-contract
or engaged by the CONTRACTOR) are the employees of the independent
establishment of the CONTRACTOR or Sub-contractor (as the case may be)who
have been and will be appointed solely for and/or with reference to the work of that
establishment, and have not been and will not be appointed specifically or
otherwise for the sole purpose of the work covered by the present Contract. To this
end, each CONTRACTOR (and Subcontractor engaged by the CONTRACTOR)
shall issue to each of its employees deputed to the job-site to perform any work in
relation to the Contract, a regular letter of appointment for employment in the
CONTRACTOR’s/Sub-contractor’s independent establishment, with authority in
the CONTRACTOR/ Sub-contractor to employ or depute him for or in relation to
any work or engagement assumed by the CONTRACTOR/Subcontractor from
time to time in the course of its business and the production of a certified copy of
each letter of appointment duly acknowledged by the concerned employee shall

Page 323 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 112 of 134

be a pre-condition for the issue of a Gate Pass to any employee of the


CONTRACTOR/Sub-contractor into any area, the entry to which is restricted by
the OWNER.
58.0 OBSERVANCE OF ENVIRONMENTAL REGULATIONS AND
ENVIRONMENTAL PROTECTION.
58.1 The CONTRACTOR shall ensure that its servants and agents and subcontractors
and their servants and agents shall duly comply with all environmental laws, rules
and regulations and the conditions of any permit, permission, consent and/or no-
objection granted in this behalf by any authority with respect to or concerning the
work, and shall independently so organise and conduct its operations and cause
its sub-contractors to so organise and conduct their operations as not to cause
any hazard or pollution to health, life, property or environment including (but not
limited to) discharge of any noxious substance or effluent into the atmosphere or
into the earth or into any drain, canal, stream, river, pond, lake or other water body.
58.2 The CONTRACTOR shall indemnify and keep indemnified the OWNER from and
against the breach, non-observance, infraction or dereliction of any of the
provisions of Clause 55.1 hereof, and against any and all claims, actions or
proceedings, prosecutions and liabilities, and losses and damages, and costs
(including legal costs), charges and expenses whatsoever suffered or incurred or
instituted against the OWNER as the case maybe.
59.0 REGISTRATION OF THE CONTRACTOR WITH STATUTORY AUTHORITIES
59.1 Within 2 Months from the date of issue of Letter of Acceptance (LOA), the
CONTRACTOR shall, in so far as necessary, register itself and the Contract at its
own cost with the Reserve Bank of India, Income Tax, GST and other statutory
authorities as required under the rules and regulations governing in India. A copy
of all documents related to all such registrations shall be submitted to the OWNER
for record.
59.2 Immediately after notification of the Letter of Acceptance, the CONTRACTOR
shall, in so far as necessary obtain permission for opening of office(s) in India from
the Reserve Bank of India.
60.0 STATUTORY APPROVALS
60.1 Unless otherwise specified, it shall be the CONTRACTOR’s sole responsibility to
obtain all approvals from any authority (except for environment clearance) required
under any statute, rule or regulation of the Central or State Government concerned
with the performance of the Contract and/or the contractual work (as defined in
CONTRACTOR’s scope under Technical Scope of work). The application on
behalf of the OWNER 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 works is not delayed for want of the
approval/inspection by the concerned authorities. The CONTRACTOR shall
arrange for the inspection of the works by the authorities and will undertake
necessary coordination and liaison required and shall not been titled to any
extension of time for any delay in obtaining such approvals.

Page 324 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 113 of 134

60.2 Any deficiency(ies) as pointed out by any such authority shall be rectified
by the CONTRACTOR within the scope of relative supply and/or Work at no
extra cost to the OWNER. The inspection and acceptance of the Works by such
authorities shall, however, not absolve the CONTRACTOR from any of its
responsibilities under this Contract.
60.3 Statutory Approval of Oil Industry Safety Director (OISD) is also required to be
taken by the CONTRACTOR and any deficiency(ies) as pointed out by Internal,
Third party and OISD audit team shall be rectified by the CONTRACTOR within
the scope of relative supply and/or Work at no extra cost to the OWNER.
60.4 No extension of time shall be granted for meeting the requirement and/or obtaining
approval of statutory authorities.
60.5 Statutory fees paid, if any, for all such inspections and approvals by authorities
shall be deemed to be included in the quoted prices, if not specified otherwise.
61.0 RENTS & ROYALTIES
61.1 Unless otherwise specified, the CONTRACTOR shall pay all tonnage and other
royalties, rents and other payments or compensation (if any) for getting stone,
sand, gravel, clay, bricks or other materials required for the works or any temporary
works and the price quoted shall be deemed to be inclusive of such payment
61.2 The Contract Price shall include the royalty on different applicable items as per the
prevailing State Government rates. In case OWNER is able to obtain the
exemption of royalty from the State Government, the CONTRACTOR shall pass
on the same to the OWNER for all the items involving royalty. Any increase in
prevailing rates of royalty shall be borne by the CONTRACTOR at no extra cost to
the OWNER.
62.0 UTLISATION OF LOCAL RESOURCES
62.1 The CONTRACTOR shall ascertain the availability of local sub-Contractor’s
and skilled/unskilled manpower and engage them to the extent possible for
performance of the works. Contractor to follow Govt. Regulation if any for utilisation
of local resources.
62.2 The CONTRACTOR shall not recruit personnel of any category from among those
who are already employed by the other agencies working at the site, but shall make
maximum use of local labour available.
63.0 GOVERNMENT REGULATIONS
63.1 The CONTRACTOR shall comply with and ensure strict compliance by his/its
subcontractors, servants and agents of all applicable Central, State, municipal and
local laws and regulations of any Central, state or local bodies and authorities and
undertakes to indemnify the OWNER from and against all levies, damages,
penalties and payments whatsoever as may be imposed by reason of any breach
or violation by the contractor or its sub contractors or agents or by the respective
personnel of any law, rule or regulation whatsoever and from and against all
actions, claims and demands arising there from and/or relative thereto.

64.0 TERMS OF PAYMENT

Page 325 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 114 of 134

64.1 For Payment terms refer Annexure-X of this Special Conditions of Contract.
65.0 INSURANCE
The Provisions of the GTC (Clause No .6.e) with respect to Insurance of materials
for permanent incorporation and services stand partially modified to the following
extent
65.1 OWNER shall arrange Insurance for the materials and services for permanent
incorporation covered under this Tender. OWNER will share risks covered under
OWNER’s MCE insurance policy with bidder and the bidder is free to take
additional coverage depending on their risk appetite. However OWNER should
be co-insurer for all additional policy that CONTRACTOR take. CONTRACTOR to
provide the copy of Purchase orders placed by CONTRACTOR to their Sub-
contractor/sub-supplier at least three months prior to despatch/import of
equipment /materials . The Invoice of Sub-supplier/sub-contractor, Bill of
Entry and Bill of Lading shall be endorse that the “Material is intended for
the use of OWNER“. The extract of Insurance Coverage as per the tender
document published by Owner for taking MCE policy for RRP, by Owner is
enclosed as Annexure-XI.
65.2 Any loss or damage to the materials or any of them during ocean transportation,
port/custom clearance, during inland and port handling, Inland transportation,
storage, erection, final test and commissioning, shall be to the account of
CONTRACTOR and, the CONTRACTOR shall be exclusively responsible within
the scope of supplies in respect of materials and within the scope of services in
respect of works to make good any damage or loss to the materials and works by
way of repairs and/or replacement, as the case may be pending insurance claim
and no delay shall be made by the CONTRACTOR in repair/ replacement pending
such claim. OWNER shall raise the insurance claim in case of damage to the
materials and/ or works and all supporting documents for such claims shall be
handed over by the CONTRACTOR to the OWNER immediately. CONTRACTOR
shall provide all assistance for such a claim.
a) The CONTRACTOR shall bear the entire cost of arranging all documents/
information, facilitating inspection/ discussions by the officials/ surveyors
deputed by the Insurer. The CONTRACTOR shall make all efforts to get
settlement of claim at the earliest and no time extension for completion of
work will be given for delay on this account.
65.3 The cost of depreciation, if any, shall be borne by the CONTRACTOR.
65.4 CONTRACTOR shall be liable solely to adhere to the requirements of the insurer
for settlement of claims without prejudice to the rights of OWNER/Insurer. During
claim, following steps, which are not exhaustive, are required to be taken by
CONTRACTOR:
a) Timely information of occurrence of risk event i.e. within 24 hours, for
conducting survey.
b) Protecting the rights of insurer while issuing acknowledgements.
c) Lodging of monetary claims in time and furnishing of requisite documents to
surveyors/Insurer.

Page 326 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 115 of 134

d) Taking necessary precautions so that the loss/damage is not aggravated


further.
e) Fully protecting the Damaged goods.
65.5 Any money received by the OWNER under any policy or policies of insurance shall
be held by the OWNER for proportionate payment to the CONTRACTOR in respect
of any appropriate repairs undertaken and/or replacement(s) made by the
CONTRACTOR. However, the payment to the CONTRACTOR shall be limited
to the amount settled and received by OWNER from the Insurance Company.
Should the CONTRACTOR fail to undertake in whole or part such repairs and/or
replacement(s) and other works necessary consequent upon the occurrence of any
contingency covered by such insurance, OWNER shall be entitled to get the work
done in whole or parts for such repair/replacement through any other agency(ies),
without prejudice to any other rights or remedies available to the OWNER, at the
sole risk & cost of the CONTRACTOR. All cost towards carrying out survey at
different points of transit of goods for the purpose of obtaining above insurance
policy for the works shall be included in the insurance policy taken by
CONTRACTOR.
65.6 Subject to clause 65.5 above, if the insurance claim amount as settled by insurance
company is in foreign currency for the Marine Cover and Erection All Risk Cover
Insurance the same shall be paid by OWNER to the CONTRACTOR in foreign
currency.
65.7 CONTRACTOR shall at his own cost and expense cover all insurance required
under the prevailing statutes for his personnel and his sub-contractors. This shall
include but not be limited to individual personal accident insurance / coverage
under Workmen Compensation Act etc.
65.8 CONTRACTOR shall at his own cost and expense also obtain suitable insurance
policies to cover all third party liabilities, Workmen Compensation for all his
employees/ Subcontractors, vehicles, and all his tools, tackles, construction
equipment etc. CONTRACTOR has to take insurance from IRDA approved
insurance companies.
65.9 The insured amount under the Erection All Risk Cover Insurance shall be for full
replacement value. The above cover shall be subject to deductibles on account of
excess, which shall be borne by the CONTRACTOR and are as follows:

a Normal Period/Policy 5% of Claim amount subject to minimum INR


excess 75,00,000/-
b Fire/Explosion excess 5% of Claim amount subject to minimum INR
150,00,000/-
c Theft & Burglary excess 5% of Claim amount subject to minimum INR
50,00,000/-
d Testing Period excess 5% of Claim amount subject to minimum INR
150,00,000/-
e Act of God claims 10% of Claim amount subject to minimum INR
150,00,000/-

Page 327 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 116 of 134

f Third Party Liability INR 25 lakhs each occurrence


g Marine claims 0.25% of consignment amount subject to a
minimum of INR 5,00,000/- in case of
indigenous and INR 15,00,000/- in case of
imported in transit
h Catalyst 5% of claim amount minimum INR 1,50,00,000
over and above policy excess
The excess shall be applicable per event per insured.”

65.10 Separate insurance to the extent of deductibles on account of excess may be


arranged by CONTRACTOR at his own cost.
65.11 CONTRACTOR shall also obtain all insurance as stipulated in the General terms
& Conditions of Works Contract (GTC) including Clause no 44.0 (Indemnity) of
the SCC.
65.12 Although the insurance is taken by the OWNER as mentioned in the bidding
document, any theft/loss/ damage of OWNER consigned materials/ equipment
(issued as free issue basis) while in custody of the CONTRACTOR during the
execution of the contract, the contractor shall be responsible for the watch and
ward and safety and security of Material. Storage and safe custody of all materials
shall be the sole responsibility of the contractor. CONTRACTOR shall not be
entitled to for any extension in time. The CONTRACTOR shall be solely
responsible for the consequences such as delay in project schedule and
implication of any penalty thereof. In such eventuality, the contractor shall promptly
take all necessary corrective action at his own cost to arrest the delay in Project
Schedule. As such, the CONTRACTOR for its own interest shall keep and maintain
all security measures as deemed necessary at all times and the quoted price shall
include such provisions.
OWNER will take MCE Policy covering Marine and Erection ALL Risk (EAR)
Cover. The policy covers Marine open cargo covering Transit Risk/ Sea/ Air/ Road.
The EAR policy shall cover activities carried out at the site (i.e. Refinery)/
Warehouse and fabrication yard in the name of OWNER. The EAR policy shall also
cover materials required for permanent incorporation for the contracted work at the
fabrication yard and warehouse at the land (within India) arranged by Contractor as per
Clause No. 1.8.2 of Annexure-XXVI to SCC (Land, Power , Water and Other facilities). The
coverage of Insurance loss is limited to Rs. 25 crores for each and every loss.
65.13 The CONTRACTOR has to take:
i) CPM Policy (CONTRACTOR’s Plant and Machinery)
ii) MCE cover (including fire) for his own materials and his own fabrication yards
iii) Third Party Liability Policy
iv) Suitable Add On cover for covering policy excess of OWNER’s MCE
policy
v) The insurance policies covered under 6.e of GTC other than OWNER’s MCE
Policy
65.14 The GTC clause no. 6.e.2 v. stands replaced by the following clause:-

Page 328 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 117 of 134

65.14.1 Contractor shall ensure that all its personnel deployed under this contract have
obtained additional insurance coverage under the Pradhan Mantri Suraksha Bima Yojana
(PMSBY) and Pradhan Mantri Jeevan Jyoti Bima Yojana (PMJJBY) through the
participating banks and submit the proof of such insurance coverage to the satisfaction of
OWNER. The Cost of the insurance premium amount for both the above schemes shall
be borne by the contractor giving evidence / proof to OWNER in this respect and
Contractor shall suitably consider the same in their bid.

Details of these schemes are to be regulated continuously on yearly basis and the same
should be renewed on each successive relevant date in the subsequent years.
66.0 DELETED
67.0 SUB-CONTRACTING
67.1 If the CONTRACTOR is required to engage a Sub Contractor for any part of work
then such sub-Contractors shall have prior proven experience of similar work and
shall require specific approvals by OWNER after award of this Work.
67.2 Following the notification of acceptance of Bid the CONTRACTOR will submit to
the OWNER for approval, the details of Sub-Contractors as per Annexure-III to
these Special Conditions of Contract. CONTRACTOR shall ensure that every
competent and resourceful agencies with proven track record and performance
should be proposed for the work to be sub-contracted.
67.3 Any bidder who had submitted the bid for this tender and does not get the contract
because of his being not the lowest will be prohibited from working as sub-
contractor for execution of this contract.
68.0 QUALIFICATION AND EXPERIENCE OF THE SUPERVISORY PERSONNEL
68.1 Qualification and experience of key supervisory construction personnel to be
deployed for this works shall be as per Annexure-IV to these Special Conditions of
Contract. CONTRACTOR shall submit bio data of key supervisory personnel
meeting the requirement of this Annexure after award, which will be reviewed and
approved by Engineer-in-charge.
68.2 All key staff employed at the site by the CONTRACTOR shall be considered essential
to the performance of the work, and all key staff shall be subjected to approval of
OWNER/ Engineer-in-Charge. However such approval shall not relieve the
CONTRACTOR of any of his contractual obligations. No staff including Resident
Engineer and other technical supervisory staff shall be removed or transferred from
the work with the prior written permission of the OWNER/ Engineer-in-Charge. The
OWNER / Engineer-in-Charge shall however have the authority to order the removal
of staff from site of any undesirable personnel, the replacement of such personnel
shall be carried out by the CONTRACTIR within 15 (fifteen) days from the notification
from OWNER/ Engineer-in-Charge. If key staff becomes unavailable for assignment
to the work for reasons beyond the CONTRACTOR’s control, the CONTRACTOR
shall immediately notify the OWNER/ Engineer-in-Charge to evaluate the impact on
the project. Prior to substitution or addition of any key staff, the CONTRACTOR shall
obtain OWNER’s / Engineer-in-Charge’s written consent as to the acceptability of
replacements or additions to such personnel. The CONTRACTOR shall at all times

Page 329 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 118 of 134

be fully responsible for the acts, omissions, defaults and neglect of all his
representatives, agents, servants, workmen and suppliers and this of his Sub-
Contractors.
69.0 CRITICAL EQUIPMENTS
69.1 Deleted.
70.0 MAJOR TAGGED EQUIPMENTS
70.1 For the purpose of clause No. 3.2.1 (i) of Terms of payment ( Annexure-X to
Special Conditions of Contract, the major tagged Equipment shall be as specified
in Annexure- VI to Special Conditions of Contract.

71.0 FREE ISSUE MATERIAL


71.1 The list of Free Issue Materials & its schedule is indicated in Annexure–VII of this
SCC.
72.0 REQUIREMENT OF DOCUMENTATION
72.1 The CONTRACTOR shall adhere to the requirements for Documentation as per
Technical Section of Bidding Document.
73.0 UNDERGROUND OBSTRUCTIONS:
73.1 Site shall be handed over to the bidder after removal of underground obstructions.
However, in case any underground obstructions are encountered by the
CONTRACTOR during execution of the job, same shall be cleared off by the
CONTRACTOR to the extent required for the execution of the job within the
boundary limits defined for the package – with prior intimation to the PMC/
OWNER.
73.2 No time implication is permitted. Cost implication – if admissible, shall be
considered at actuals, basis certification of the PMC/OWNER.
74.0 CONSEQUENTIAL LOSSES:
74.1 Neither Party shall be liable to the other Party for any kind of indirect or
consequential loss or damage including, loss of use, loss of profit, loss of
production or business interruption which is connected with any claim arising under
the Contract.
75.0 RELATIONSHIP WITH CONSORTIA
75.1 Where the CONTRACTOR is a consortium, the members of the consortium shall
nominate or appoint one amongst them to be the consortium leader/ prime member
(as during the bidding stage) and to represent them in all dealings with the OWNER
and to do all acts, deeds, matters and things required to be done by the
CONTRACTOR under the contract, including (but not limited to) exchange of
correspondence, raising invoices, drawings, documents and receiving payments.
Failing such nomination or appointment, the OWNER shall be entitled at its
discretion to nominate any one member of consortium to be the consortium leader
and to represent the CONTRACTOR and/or to deal with the OWNER. The

Page 330 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 119 of 134

Consortium leader must be a person/entity who satisfies the qualification criterion


for bidding.
75.2 All dealings had with and/or all acts, deeds, matters and things done by or
payments made to and invoices/documents drawn and/or negotiated by a
person/entity appointed or nominated by the consortium or the OWNER as
aforesaid shall be binding upon the CONTRACTOR and each member of the
consortium, and in so far as the OWNER shall require a discharge in respect of
any dealing had or act, deed, matter or thing done or payment made as aforesaid,
the same shall constitute a valid discharge to the OWNER.
75.3 Each and every member of the consortium shall be jointly and severally liable to
the OWNER for and in respect of all liabilities and obligations of the
CONTRACTOR under the Contract.
75.4 The constitution of the consortium or the relative distribution of work(s) and/or
activities amongst the consortium members within the relative expertise of each as
approved by the OWNER shall not be altered or assigned, as the case may be,
except with the prior written consent of the OWNER with the intent that any
contrary alteration or assignment shall be deemed to be an unauthorised
assignment of contract with attendant liabilities including termination of contract.
76.0 ERRANT BIDDER
In case after price bid opening the lowest evaluated bidder (L1) is not awarded the
job for any mistake committed by him in bidding or withdrawal of bid or varying any
term in regard thereof leading to re-tendering, OWNER shall forfeit Earnest Money
paid by the bidder and such bidders shall be debarred from participation in re-
tendering of the same job(s)/ item(s).
77.0 CORRUPT AND FRAUDULENT PRACTICES
77.1 The CONTRACTOR during the bidding stage are 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/ fake/
forged, the same shall be considered adequate ground for rejection of the bids and
forfeiture of earnest money deposit.
77.2 OWNER requires that the CONTRACTOR observes the highest standard of ethics
during the execution of Contract. In pursuance of this policy, OWNER defines, for
the purposes of this provision, the terms set forth below as follows:
a) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of
value to influence the action of public official in contract execution;
b) “Fraudulent Practice” means a misrepresentation of facts in order to influence the
execution of a Contract to the detriment of OWNER, and includes collusive
practice among bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive OWNER of the benefits of
free and open competition.
c) “False/Fake” means to make or construct falsely. “Faked alibi” is a made,
manufactured, or false alibi. Something that is not what is purports to be;
counterfeit, an imposter.

Page 331 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 120 of 134

d) “Forgery” means the false making or the material altering of a document with the
intent to defraud. A signature of a person that is made without the person’s
consent and without the person otherwise authorizing it. A person is guilty of
forgery if, with the purpose to defraud or injure anyone or with knowledge that he
is facilitating a fraud or injury to be perpetrated by anyone, the actor (i) alters any
writing of another without his authority (ii) makes, completes, authenticates,
executes, issues or transfers any writing, so that it purports to be the act of another
who did not authorize that act or to have been executed at a time or place or in a
numbered sequence other than was in fact the case, or to, be a copy of an original
when no such original exists. Utters any writing which he knows to be false in a
manner specified in d (i) & (ii) above.
77.3 OWNER may terminate the Contract if it discovers subsequently that the
CONTRACTOR had engaged in Corrupt Practices or Fraudulent Practices in
competing for the Contract.
78.0 SITE ORGANISATION
78.1 The CONTRACTOR shall without prejudice to his overall responsibilities and
liabilities to provide adequate qualified and skilled personnel on the work. and
augment the same as decided by the Engineer-in-Charge from time to time
depending on the exigencies of work. In addition to this CONTRACTOR shall
deploy qualified and experience Safety Supervisors to ensure safer working
conditions at site. In case where the works are Sub-Contracted by the main
CONTRACTORs, Safety Supervisors are to be provided by the main
CONTRACTOR.
79.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION:
79.1 The CONTRACTOR shall be responsible for organizing the lifting of the
equipment in the proper sequence for orderly progress of the work and to ensure
that access routes for erecting the other equipment’s are kept open.
79.2 Orientation of all foundations, elevations, lengths and disposition of anchor bolts
and diameter of holes in the supports and saddles shall be checked by the
CONTRACTOR well in advance of the installation. Rectifications, including
chipping of foundations, shall be carried out where necessary in consultation with
the Engineer-in-Charge. If a structural member needs to be dismantled to facilitate
the equipment erection, this shall be done by the CONTRACTOR after ensuring
proper stability of the main structure, based on design calculations, safe workloads
etc with the approval of Engineer-In-charge. All such dismantled members shall
be put back in position to the satisfaction of Engineer-in-Charge after the
completion of the equipment erection.
79.3 During the performance of the work the CONTRACTOR shall at his own cost keep
structures, materials and equipment adequately braced by guys, struts or other
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 the
CONTRACTOR or other agencies.

Page 332 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 121 of 134

79.4 The CONTRACTOR shall duly comply with manufacturer(s) recommendations and
detailed specifications for the installation of the various equipment and machines.
79.5 Various tolerances required as marked on the drawings and/or in accordance with
the specifications and/or instructions of the Engineer-in-charge shall be
maintained. Verticality shall be verified with the Theodolite and shall be
maintained.
79.6 CONTRACTOR shall comply to OWNER’s work permit system before any erection
activities.

80.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION


OFCONSTRUCTION EQUIPMENT
80.1 Mechanisation of Construction Activities
80.1.1 The CONTRACTOR shall mechanise the construction activities to the maximum
extent by deploying all necessary construction equipment/machinery in adequate
numbers and capacities.
80.1.2 The responsibilities of CONTRACTOR shall include establishing and maintaining
of a proper fabrication workshop with transportation facilities to site to carryout
fabrication of steel structures, piping specials etc., preparing approaches working
areas for the movement/operation of cranes and levelling the areas for assembly /
erection to ensure effective mechanisation on the works. It shall be the
responsibility of the CONTRACTOR to carry out leveling / dressing / grading with
a proper approach for the movement of equipment and machinery, at his own cost.
No extra payment shall be made by the OWNER for leveling / dressing / grading.
The CONTRACTOR shall acquaint himself with availability of access, facilities
such as railway siding, local labour etc. and the CONTRACTOR may have to build
temporary access roads to aid his work and the Lumpsum contract Prices shall
be deemed to include the same.
80.1.3 For speedy execution of work, CONTRACTOR shall also ensure use of latest
computer software for at least the following:
a) Billing
b) Planning & Scheduling
c) Progress Reporting
d) Material Control & Warehousing
e) Safety Records
f) Resource Deployment
g) Communication
80.1.4 CONTRACTOR further agrees that Contract price is inclusive of all the associated
costs, which he may incurred for actual mobilization, demobilization required in
respect of use of mechanized construction techniques and that the OWNER/ PMC
in this regard shall entertain no claim whatsoever.
80.2 Mobilisation of Construction Equipments

Page 333 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 122 of 134

80.2.1 The CONTRACTOR shall without prejudice to his responsibilities to execute and
complete the work as per the specifications and time schedule, progressively
deploy minimum construction equipment, tools and tackles and further augment
the same depending on the exigencies of work and as decided by the Engineer-
in-Charge so as to suit the construction schedule within scheduled completion date
without any additional cost to OWNER. The bidder shall submit a list of
construction equipments he proposes to deploy for the subject work along with
deployment schedule. No construction equipment shall be supplied by the
OWNER, unless specified by owner specifically in the bidding document.
80.3 Deleted.
80.4 Work in Monsoon Season
80.4.1 In addition to the clause No. 23.5 of SCC, CONTRACTOR shall submit within 15
days of award of work, to the Engineer-in Charge / OWNER, his contingency plan
for work during monsoon clearly stating their methodology/ strategy to progress
uninterruptedly during monsoon mentioning the deployment of resources viz,
numbers, capacity, category of equipment and manpower on a weekly basis for
approval. During monsoon and other periods, it shall be the responsibility of the
CONTRATOR to keep the construction work site free from water at his own cost
by deploying suitable dewatering pumps .The CONTRACTOR shall adhere to the
Special Conditions specified in Annexure-IX. The detailed procedure / precautions
to be followed during Monsoon season is explained in Annexure-IX
81.0 DISTINCTION BETWEEN SUB-STRUCTURE AND SUPERSTRUCTURE
81.1 To distinguish between work in sub-structure and superstructures, the following
criteria shall apply:
81.1.1 For all equipment pedestals, pipe racks, other foundations and RCC structures, work
done upto 300 mm level above finished grade level will be taken as work in sub-
structure and work above this level will be treated as work in superstructures.
81.1.2 Irrespective of what has been stated above, all pavements, RCC retaining wall, all
pipe sleepers and any similar item would be taken as work done in sub-structure
irrespective of locations nomenclature, and levels given anywhere. Where not
specifically pointed out all works in sumps, drains manholes, tank pads, cable
trenches or such similar items would be taken as work in sub-structure.
82.0 COMPLETION DOCUMENTS
82.1 The CONTRACTOR shall carryout various tests as called for in bidding document
either on field or at outside approved laboratories at his own cost. All test results and
related documents shall be submitted in 2 (Two) hard copies plus 4 (Four) soft copies
as part of completion documents for the work.
82.2 The following documents in-addition to documents specified in GTC shall be
submitted in hard binder by the CONTRACTOR as a part of completion documents:
a) Test Certificate from manufacturers for all supply material.
b) Welding Procedure Qualification Report and Welder Qualification Report if
applicable.
c) Execution drawing with all corrections / alterations duly marked and carried out

Page 334 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 123 of 134

during the execution of the work and in as built condition.


d) Field Test report for all Civil, Structural and Electrical, Instrumentation system.
e) Material Inspection / Test report for supply of all material.
f) Original “No Demand Certificate” from the Administration & Personnel
Department regarding vacation of Land, housing accommodation if any, recovery
of rents, hire charges, return of surplus material, reconciliation statement for all
the material issued etc.
g) Original “No Demand Certificate” regarding surrendering of Gate Passes etc.
h) All other requirements as specified in the respective specifications.
i) Any other drawing/ document/ report specified elsewhere in the Bidding
Document
Note: CONTRACTOR shall be eligible to apply for issue of completion certificate only
after submission of completion documents as mentioned above.
83.0 COORDINATION WITH OTHER AGENCIES
83.1 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 responsibility of the CONTRACTOR. In case
of any dispute, the decision of Engineer-in-Charge shall be final and binding on the
CONTRACTOR.
84.0 SETTING OUT OF WORK
84.1 OWNER/ CONSULTANT shall furnish the relevant existing grid point with Bench Mark,
on the land. It shall be CONTRACTOR’S responsibility to set out the necessary control
points in and to set out the alignment of the various works. The CONTRACTOR shall
employ an efficient survey team for this purpose and the accuracy of such setting out
works shall be the CONTRACTOR’S responsibility.
84.2 The CONTRACTOR shall give the Engineer-in-Charge not less than 24 (Twenty four)
hours advance notice in writing of his intention to set out or give levels for any part of
the work so that arrangements may be made for checking the same.
84.3 Work shall be scheduled so as to enable checking lines and levels on any part of the
work.
84.4 The CONTRACTOR shall within the scope of work provide all assistance, tools, gauges
and instruments required to enable the Engineer-in-Charge to check the setting out of
works.
85.0 COORDINATION WITH CONSULTANT
85.1 CONTRACTOR shall coordinate with CONSULTANT 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
CONSULTANT and obtain all the clearances from CONSULTANT for his work.
86.0 ELECTRICAL CONTRACTOR’S LICENCE
86.1 The CONTRACTOR or its nominated Sub-CONTRACTOR (s), as the case may be,
shall have a valid electrical CONTRACTOR’s license and electrical supervisor License
for working in the State in which the job site is located. The CONTRACTOR shall furnish

Page 335 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 124 of 134

a copy of the same to Engineer-in-charge before commencement of any electrical work


or work pertaining to Electrical System.
86.2 No Electrical work or work pertaining to electrical system (s) shall be permitted to be
executed without a valid Electrical CONTRACTORs License being produced by the
CONTRACTOR or Sub-CONTRACTOR, as the case may be, intending to execute the
work.
87.0 PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL.
87.1 Steel manufactures having valid BIS certificate and listed in the BIS website as on date
of procurement of steel shall be allowed for supply of steel (Structural steel and TMT
bars) and CONTRACTOR shall procure from them with prior intimation to Engineer-in-
charge.
87.2 Tests after receipt of structural steel at site:
In addition to availability of valid BIS license and MTC, testing at site shall be
conducted by the CONTRACTOR as per following requirement:
a) For each category / size of structural steel procured, one sample from every
50 MT or part thereof shall be drawn and tested in approved laboratory.
b) The charges for such testing shall be borne by the CONTRACTOR.
87.3 Tests after receipt of TMT bars at site:
In addition to availability of valid BIS license and MTC, testing at site in approved
laboratory shall be conducted by the contractor as per the following requirement:
a) Under 10 mm bars, one sample (diameter wise) for each 25 MT (or part
thereof) for consignment below 100 MT and one sample (diameter wise) for
each 40 MT for consignment above 100 MT shall be tested.
b) For 10 mm to 16 mm bars, one sample (diameter wise) for each 35 MT (or
part thereof) for consignment below 100 MT and one sample (diameter wise)
for each 45 MT (or part thereof) for consignment above 100MT shall be
tested.
c) Over 16 mm bars one sample (diameter wise) for each 45 MT (or part thereof)
for consignment below 100 MT and one sample (diameter wise) for each 50
MT (or part thereof) for consignment above 100 MT shall be tested.
d) The charges for such testing shall be borne by the CONTRACTOR.
87.4 Acceptance of Cement manufacturer shall be subject to compliance of following
87.4.1 Cement manufacturers having valid BIS certificate and listed in the BIS website as
on the date of procurement of cement shall be allowed for supply of cement and
CONTRACTOR shall procure cement from them with prior intimation to Engineer-
in-charge.
87.4.2 Tests after receipt of cement at site: Each batch of cement (week wise as
mentioned on cement bags) supplied by the CONTRACTOR after delivery at site
shall be subject to the tests and analysis required by the relevant Indian Standard
codes. The contractor shall carry out and bear the cost of all tests and analysis to
ensure quality of cement before using in actual works.
88.0 CONSTRUCTION
88.1 The CONTRACTOR shall within the scope of work observe in addition to specifications,
all national and local laws, ordinances, rules and regulation and requirements pertaining
to the work.

Page 336 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 125 of 134

88.2 Various procedures and methods to be adopted by CONTRACTOR during the


construction as required in the respective specifications shall be submitted to OWNER/
CONSULTANT in due time and well in advance of the specific work for approval.
88.3 The CONTRACTOR shall carry out required supervision as per Quality Assurance Plan
and furnish all assistance required by OWNER/ CONSULTANT in carrying out
inspection work. OWNER/ CONSULTANT will have authorized representatives present
who shall have free access to the work at all times. If an OWNER/ CONSULTANT
representative notifies the CONTRACTOR’S representative of any deficiency in any
work or in the supervision thereof, the CONTRACTOR shall make every effort to carry
out such instructions consistent with best industry practice.

89.0 ERECTION OF EQUIPMENT / BARRICADING


89.1 All erection shall be carried out by deploying a crane(s) of suitable capacity. Erection by
derrick shall not be permissible. The CONTRACTOR shall submit erection schemes for
erection of critical equipment / Barricading to Engineer-in-Charge for his approval. No
equipment / barricading shall be erected in the absence of an approved erection
scheme for such equipment.
89.2 Movement of Hydra is not permitted inside the Refinery premises.
89.3 The Lumpsum Price of the CONTRACTOR shall be deemed to include load testing of
the crane as required to establish the lifting capacity of the crane. The load testing shall
be witnessed and certified by competent authority
90.0 SPECIAL REQUIREMENT
a) ERECTION and Barricading Works shall be carried out as per Drawings and
Technical Specifications attached with the Tender Document and as per
instructions of Engineer-in charge (EIC).
b) Job shall be carried out on round the clock 24 x7 basis with intermittent break
as per agreement with EIC.
c) All materials, equipment, D.P. Test Kits, Equipment for Ultrasonic Testing (if
applicable), etc. to carry out Radiography and other NDT .Radiography, if
carried out by Gamma Ray (using IRIDIUM 192 Source) shall meet BARC's
regulations including storage and operating personnel. Radiography by X-
ray, within quoted Prices, will be insisted upon if Radiographs by Gamma Ray
does not meet required quality standards. CONTRACTOR to use
“SAFERAD” machine for radiography to reduce radiography time.
d) Air Conditioned Dark Room with facilities like running water and those
required for developing and viewing radiographs.
e) CONTRACTOR should ensure testing of Construction materials at local
approved OWNER’s authorized approved testing laboratory prior to starting
of the job and get approval of CONSULTANT.
f) Maintenance personnel with all tools & tackles and spares should be
available on round the clock basis for attending the breakdown of
equipments, machinery, pump etc immediately after breakdown.
g) Contractor shall use wire rope of reputed make only along with valid Test
Certificate to avoid accidents. Spare wire rope shall be kept readily available
to avoid downtime.

Page 337 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 126 of 134

h) Winch & Fly wheel to be provided with Safety Guard without which the rig
shall not be allowed to be operated.
i) 100% PPE to be used by all workmen and personnel engaged for the job,
otherwise penalty shall be imposed as per SCC.
j) The CONTRACTOR shall deploy and ensure availability of qualified
supervisor including safety supervisor having full knowledge of jobs and
safety on round the clock basis.
k)
l) Dress code: All the CONTRACTOR’s workers and officers should use
uniform during working hrs at site and reflecting jackets in night working
hours.
m) OWNER/ CONSULTANT reserves the right to physically check/verify the
ownership /availability of the equipments at any stage prior to award of work.
Bidder shall organize and coordinate the inspection process.
OWNER/CONSULTANT’s option shall be final and binding in this regard
n) CONTRACTOR to confirm that these equipments are available for
deployment in this project site and shall be timely mobilized in good working
condition to maintain work progress. CONTRACTOR has option to propose
equipments OWNED or HIRED sources against this category.
o) CONTRACTOR to deploy well qualified ASNT Level III interpret or and Level
II Personnel for scanning and reporting for NDT.
p) In case of any discrepancy between provisions of above clause 90.0 and provisions
as per Technical Section of the Bidding Document, CONTRACTOR shall follow the
provisions as per Technical Section of the Bidding Document.
91.0 LIABILITY OF GOVERNMENT OF INDIA
91.1 It is expressly understood and agreed by and between the CONTRACTOR and
the Employer/Consultant that the Employer/Consultant 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 there under.
It is expressly understood and agreed that the Employer/Consultant is an
independent legal entity with power and authority to enter into contract, solely in
its own behalf under the applicable laws of India and general principal of Contract
Law. The CONTRACTOR expressly agrees, acknowledges and understands that
the Employer/Consultant is not an agent, representative or delegate of Govt. of
India. It is further understood and agreed that the Govt. 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 Govt. of India arising out of this
contract and covenants not to sue to Govt. of India as to any manner, claim, and
cause of action or thing whatsoever arising of or under this agreement.
92.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT
92.1 CONTRACTOR shall appoint radiography/ NDT agency (ies) only after acceptance of
such agency(ies) by OWNER/PMC. However, acceptance of radiography/ NDT agency

Page 338 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 127 of 134

by OWNER/PMC shall not absolve the CONTRACTOR of his responsibility to execute


radiography work as per requirements of the Contract.
92.2 CONTRACTOR shall mobilize Radiography/ NDT agency at site along with adequate
number of radiography resources/ NDT equipments & appliances, commensurate with
the welding activity and quantum of Radiography/ NDT work load to avoid delays in
Radiography/ NDT and consequent generation of back log. In the event of generation
of back log leading to Delay/ Holdup of subsequent, activities OWNER/PMC has right
to engage additional agency for carrying out the radiography at the risk and cost of
CONTRACTOR including 100% overhead charge.
92.3 Radiography Check Shots
a) To verify that radiographs are being taken on the prescribed / selected welds
/ spots only, 5% of already radiographed spots shall be selected by the
Engineer-in-Charge or his designated person for check shots. The check
shots shall be taken up before any further radiography work.
b) Radiography of all check shots shall be taken by CONTRACTOR at no extra
cost to PMC/OWNER .If mismatch / variation is found in any of the check shot
as per para 92.3 a), CONTRACTOR shall have to take re-radiography of the
entire lot represented by mismatched check shot (a days production or more
as decided by Engineer In-Charge) at his own cost
c) In the event of any non-matching / variation is observed in re-radiography of
the entire lot as per para 92.3 b) above with reference to the earlier
radiographs taken, the radiography agency shall be forthright debarred from
site. CONTRACTOR shall then carryout re-radiography up to maximum of
100% of all the prescribed / selected welds/ spots radiographed by the
debarred radiography agency (as per direction of the Engineer In-Charge) at
his own cost by engaging a separate Radiography agency acceptable to
OWNER/PMC. The process for verification of radiographs through check
hots shall be continued as per clause 92.3 a) above from the lots selected by
the Engineer In- Charge till 2 (two) consecutive lots are found with matching
check shot radiographs to the satisfaction of PMC/ OWNER.
92.4 Digital recorded close proximity/PAUT/TOFD only allowed inside the refinery /unit
premises except in fabrication yards.
92.5 In case of any discrepancy between provisions of above clause 90.0 and provisions as
per Technical Section of the Bidding Document, CONTRACTOR shall follow the
provisions as per Technical Section of the Bidding Document.
93.0 DELETED
94.0 THIRD PARTY INSPECTION AGENCIES
94.1 Pursuant to clause no 23.10.4 of SCC the CONTRACTOR shall carry out the various
tests as enumerated in the bidding document and as per direction of Engineer-in-charge
either on field or outside laboratories concerning the execution of work and supply of
the material by CONTRACTOR. All the expenses shall be borne by the CONTRACTOR
and shall be considered as included in the quoted Lumpsum price. The inspection shall
be done by following:
a) Any third Party Inspection (TPI) agency for all supply items among:

Page 339 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 128 of 134

(i) American Bureau of Shipping (ABS)


(ii) Bureau Veritas (BVIS)
(iii) Det Norske Veritas (DNV)
(iv) Certification Engineers International Ltd. (CEIL)
(v) Indian Register of Shipping ( IRS )
(vi) Lloyd’s Register Inspection Services ( LRIS )
(vii) Quality Evaluation & Systems Team Pvt. Ltd. (QUEST )
(viii) Societe Generale de Surveillance ( SGS )
(ix) Tata Projects Ltd. ( TPL )
(x) TUV Sud South Asia (Affiliated to TUV Sud, Germany)
(xi) TUV India Pvt. Ltd. (Affiliated to TUV Nord, Germany)
(xii) Projects Development India Ltd. ( PDIL )
b) Representative deputed by Engineer-in-charge.
c) Representative deputed by Statutory Authority.
CONTRACTOR shall give prior notice sufficiently ahead of time to the Engineer-in-
charge and also to the authorities / TPI to conduct inspection/ to witness such tests.
94.2 All the tests either on the field or at outside laboratory or at any other place, concerning
the execution of the work and supply of materials by the CONTRACTOR shall be
carried out by the CONTRACTOR at his own cost.
94.3 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 bidding
document, the technical documents that will be furnished to him during performance of
work and the relevant codes of practice furnished to him during the performance of the
work.
94.4 The CONTRACTOR shall provide, for purposes of inspection, access ladders, lighting
and necessary instruments at his own cost including Low Voltage (24V) lighting
equipment for inspection of work. Compressed air for carrying out works shall be
arranged by the CONTRACTOR at his own cost.
94.5 Any work not conforming to the execution drawings, specifications or codes shall be
rejected forthwith and the CONTRACTOR shall carry out the rectifications at his own
cost.
94.6 All results of inspection and test 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.
94.7 For materials supplied by OWNER(if any), CONTRACTOR shall carryout the tests, if
required by the Engineer-in-charge, and the cost of such tests shall be reimbursed by
the OWNER at actual to the CONTRACTOR on production of documentary evidence.
94.8 Inspection and acceptance of the work shall not relieve the CONTRACTOR from any
of his responsibilities under this contract.

Page 340 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 129 of 134

94.9 Cost towards repeat tests and inspection due to failures, repairs etc. for reasons
attributable to the CONTRACTOR shall be borne by the CONTRACTOR.
94.10 Various tests as specified in specifications shall be carried out to the entire satisfaction
of OWNER/ PMC.
94.11 CONTRACTOR Lumpsum prices shall be deemed to be inclusive of TPI charges.
95.0 COMPUTERISED CONTRACTOR’S BILLING SYSTEM
Without prejudice to stipulation in General terms and Conditions of works Contract,
CONTRACTOR should follow the following billing system :
95.1 The bills will be prepared by the CONTRACTOR on their PCs as per the
standard formats and codification scheme proposed by OWNER/ CONSULTANT. The
CONTRACTOR will arrange for necessary software (CONSULTANT / OWNER may
indicate any specific software) for data entry to capture the relevant billing data for
subsequent processing.
95.2 The CONTRACTOR will submit these data to OWNER/CONSULTANT in an electronic
media along with the signed 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.
95.3 OWNER/CONSULTANT will utilise these data for processing and verification of bill of
the CONTRACTOR
96.0 QUALITY ASSURANCE SYSTEM
96.1 The CONTRACTOR shall adhere to the quality assurance system specified in the
Technical Section of Bidding Document. After the award of the contract, detailed
quality assurance programme to be followed for the execution of contract shall be
submitted by CONTRACTOR.
97.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR
UNDERTAKINGS
97.1 Refer Sl No. 99.0 Below.
98.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT / SAFETY
NORMS
98.1 In addition to the, OISD Guidelines-192, OISD Guideline-207(enclosed as
Annexure-XIV), PMC specifications on Health, Safety and Environment (HSE)
Management included in Technical specification and OWNER prescribed work
permit system and job safety analysis procedure shall be followed before under
taking any work inside OWNER’s premises.
98.2 Considering the above, the CONTRACTOR shall establish, document and maintain
an effective Health, Safety and Environment (HSE) management system.
98.3 The Engineer-in Charge is responsible for ensuring that CONTRACTOR conforms to
the safety requirements as set forth in the Contract documents at all times. In the
event of CONTRACTOR violations of the safety requirements, and violations that
result in physical injury or fatality, OWNER has the right to deduct from any payment
due to CONTRACTOR, as per Health, Safety and Environment (HSE) Management
document included in Technical specification of the Bidding Document.

Page 341 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 130 of 134

98.4 In the event of violation by the CONTRACTOR of any stipulation mentioned in the
above documents or violation of any statutory provisions related to HSE, PMC shall
impose immediate stoppage of work without any time or cost implication to the
OWNER, till the CONTRACTOR takes remedial action to the satisfaction of up to
Engineer-in-charge. The decision for stoppage of work shall be final and binding on
the CONTRACTOR.
98.5 The CONTRACTOR may take suitable Insurance Policy with a view to cover
themselves against the above penalties and submit a copy of the said policy to the
Engineer-in-charge.
98.6 In case of conflict between the requirements of the various specifications and/or the
requirements specified in the bidding document including penalties, the more stringent
requirement shall be followed.

99.0 ARBITRATION
99.1 The Clause No 14 of General Terms and Conditions (GTC) of Works Contract stands
modified to the following extent:.
99.1.1 No Change in Clause 14.1 of GTC.
99.1.2 Clause No 14.2 of GTC stands replaced as follows:
This Agreement, and the relationship between OWNER and Bidder (party) under
this Agreement, shall in all respects be interpreted in accordance with and
governed by the laws of India. Any dispute, controversy or claim arising out of
or in connection with the Agreement between the Parties to this Agreement,
whether in contract or otherwise, shall be finally and exclusively resolved by
arbitration in New Delhi in English Language under the Indian Arbitration and
Conciliation Act 1996 (and including any amendments thereof). There will be
a Sole Arbitrator to be mutually agreed upon and appointed. The parties agree that
the award of the sole arbitrator shall be final and binding upon them.
In case mutual appointment of arbitrator is not taking place, then party invoking
Arbitration can approach the court and file application u/s 11 of the Arbitration and
Conciliation Act for appointment of arbitrator.
99.1.3 Clause 14.3, 14.4, 14.5 of GTC stands deleted.
99.1.4 No change in Clause 14.6 & 14.7 of GTC.
99.1.5 Clause No 14.8 of GTC stands replaced as follows:
The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally
by the parties unless the Sole Arbitrator otherwise directs in his award with
reasons.
99.1.6 No change in Clause 14.9 of GTC.
99.1.7 Clause No. 14.10 stands replaced as under:
The Contract shall be governed and construed according to the laws in force in India. The
Parties hereby submit to the exclusive jurisdiction of the Courts situated at New Delhi. The

Page 342 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 131 of 134

Seat of arbitration will be New Delhi (India). The Arbitration shall be held at New Delhi,
India” and conducted in English language.
99.1.8 Clause 14.11 of GTC stands deleted.
99.1.9 If the CONTRACTOR is a PSU or Public Sector Enterprise or is a Govt. Dept, any
disputes or differences between the CONTRACTOR and the OWNER hereto
arising out of any notified claim of the CONTRACTOR in terms hereof and/or
arising out of any amount claimed by the OWNER (whether or not the amount
claimed by the OWNER or any part thereof shall have been deducted from the final
bill of the CONTRACTOR or any amount paid by the OWNER to the
CONTRACTOR in respect of the work), then in suppression of the provisions of
Clause 14 of GTC, the following provisions shall apply, namely; such disputes of
differences shall be resolved amicably by mutual consultation or through the good
offices or empowered agencies of the Government. If such resolution is not
possible, then the unresolved disputes or differences shall be referred by either
party for resolution through Administrative Mechanism for Resolution of CPSES
Disputes (AMRCD) as mentioned in DPE OM No. 4(1)/2013-DPE (GM)/FTS-1835
dated 22-05-2018"
99.2 Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise,
the CONTRACTOR shall continue and be bound to continue and perform the works to
completion in all respects according to the Contract (unless the Contract or Works be
determined by the OWNER) and the CONTRACTOR shall remain liable and bound in
all respects under the Contract.
100.0 CHANGE IN SOURCE OF SUPPLY
100.1 Deleted.
100.2 Deleted.
100.3 Deleted.
100.4 Change in source should be without any implication (including tax implication) to
OWNER. However any tax benefit shall be passed on to the OWNER.
101.0 MISCELLANEOUS:
In case of any dispute or disagreement in terms of the contract provisions and/or
decisions of Engineers-in-Charge (EIC) /Owner during execution of the Contract,
the Engineers-in-Charge (EIC) /Owner’s decision shall be final and binding to the
Contractor. In case of any disagreement with such decision, the Contractor shall
have the right to contest such decision in writing with reasons and documentary
evidence, expressing their disagreement and also have the right to take other
contractual provisions for final resolution of dispute.
However, Contractor’s disagreement or such action shall not affect the work in any
manner and the CONTRACTOR shall continue and be bound to continue and
perform the works to completion in all respects according to the Contract
(unless the Contract or Works be determined by the OWNER) and the
CONTRACTOR shall remain liable and bound in all respects under the
Contract as per time schedule.
Accordingly, the words “decision of Engineer-in-Charge’s shall not be arbitrable”
wherever appearing in the General Terms and Conditions (GTC) of Works

Page 343 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 132 of 134

Contract included in the bidding document, shall stand modified to the above
extent.
102.0 INTEGRITY AGREEMENT
102.1 Bidders are required to sign the Integrity Agreement & Covering Letter and submit
the same along with the covering letter in the proforma attached as Annexure to
ITB. Offers of the Bidders who signed and accepted the Integrity Agreement will
only be taken up for evaluation.
102.2 In case, the information/ document furnished by the CONTRACTOR forming basis
of evaluation of its Bid is found to be false / fake/ forged after the award of the
Contract, OWNER shall have the right to terminate the Contract and get the
remaining Works executed by a third party at the risk & Cost of the CONTRACTOR
and without any prejudice to other rights available to OWNER under the Contract
such as forfeiture of the Contract Performance Bank Guarantee, withholding of
payment etc.
102.3 In case, this issue of submission of false/fake documents comes to the notice after
execution of the Works, OWNER shall have full right to forfeit any amount due to
the CONTRACTOR along with forfeiture of the Contract Performance Bank
Guarantee furnished by the CONTRACTOR.
102.4 Further, any CONTRACTOR which is found guilty of any Corrupt or Fraudulent
Practice or submission of false/fake /forged documents, shall be put on the
negative/ holiday list of OWNER debarring them from future business with
OWNER.
103.0 POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY (INDIAN)
MANUFACTURED IRON & STEEL PRODUCTS IN GOVERNMENT
PROCUREMENT (DMI &SP)
103.1 CONTRACTOR shall mandatorily comply with the provisions under DMI & SP
policy as enclosed with the ITB.
104.0 PURCHASE PREFERENCE LINKED WITH LOCAL CONTENT
104.1 In case the CONTRACTOR has availed preference under PPLC policy as
enclosed with the ITB, he shall be required to comply with all the provisions under
the same.
104.2 The Local Content Certificate shall be submitted along with each invoice raised. However,
the percentage (%) of local content may vary with each invoice while maintaining the
overall percentage (%) of local content for the total work / purchase of the pro-rata local
content requirement. In case, it is not satisfied cumulatively in the invoices raised up to
that stage, the Contractor/ Supplier shall indicate how the local content requirement would
be met in the subsequent stages.

104.3 The Procuring Company/Owner shall also have the authority to audit as well as witness
production process to certify the achievement of the requisite local content.
105.0 Contractor shall furnish statement along with copies of orders/ FOAs placed by
them on their sub-suppliers/ sub-contractors who are MSEs, to Engineer-in-
charge.
106.0 MODIFICATIONS TO GTC

Page 344 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 133 of 134

106.1 Following clauses of GTC stands deleted/modified as under


(i) Clauses: 1.5 & 1.6 stand deleted.
(ii) Clause: 3.6 stands deleted.
(iii) The word “Rates” appearing in the first line of clause 3.8 stands replaced
with “Lumpsum Price”.
(iv) Clause: 3.10 & 3.11 stand deleted.
(v) Second sentence of clause 3.13 i.e. “All materials except ……… levies, if
any, etc.” stands deleted.
(vi) The word “bill of quantities” appearing in second line of clause 3.16 stands
deleted.
The last sentence in clause 3.16 i.e. “The Owner………without assigning
any reason.” stands deleted.
(vii) Clause: 3.18 to 3.22 stands deleted.
(viii) Clause: 4(a) stands deleted.
(ix) Clause: 5 stands deleted (First three paragraphs of clause 5 – “All the works
payable on this account.”
(x) Clause: 5.a.1 stands deleted.
(xi) Clause: 5.b stands deleted.
(xii) Clause: 5.c stands deleted.
(xiii) Clause: 5.e stands deleted.
(xiv) Clause: 5.f stands deleted.
(xv) Clause: 5.g stands deleted.
(xvi) Clause: 5.h stands deleted.
(xvii) Clause: 5.i stands deleted.
(xviii) Clause: 5.j stands deleted.
(xix) Clause: 5.l stands deleted.
(xx) Clause: 5.m.2 stands deleted.
(xxi) Clause: 5.m.3 stands deleted.
(xxii) Clause: 5.m.4 stands deleted.
(xxiii) Clause: 5.n stands deleted.
(xxiv) Clause: 5.o stands deleted.
(xxv) Clause: 5.p stands deleted.
(xxvi) Clause: 7.b stands deleted.
(xxvii) Clause: 11 stands deleted
(xxviii) Clause: 12.1, 12.2, 12.5, 12.6 stands deleted
(xxix) Clause: 12.7 stands modified as under:
When the contract is terminated by the OWNER for all or any of the reasons
mentioned under the contract, the CONTRACTOR shall not have any right
to claim compensation on account of such termination other than the
compensation provided under clause 40.0.

Page 345 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 00 Page 134 of 134

107.0 TERMS & CONDITIONS FOR POST WARRANTY COMPREHENSIVE ANNUAL


MAINTENANCE CONTRACT (PWCAMC):
If Post Warranty Comprehensive Annual Maintenance Contract) is applicable as
per Technical Section of Bidding Document, the Terms & Conditions shall be as
per Annexure – XXV of SCC.
108.0 CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS:
The conditions for issue and reconciliation of materials shall be as per Annexure
XXVII to this SCC.
109.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:

All foreign nationals coming to India for execution of Projects/Contracts will have to apply
for Employment Visa only and that grant of Employment Visa would be subject to strict
adherence of following norms:
i) Employment Visa is granted only for the skilled and qualified professionals or to a person
who is being engaged or appointed by a Company, Organisation, Industry or Undertaking
etc. in India on contract or employment basis at a senior level, skilled position such as
technical expert, senior executive or in managerial position etc.

ii) Request for Employment Visa for jobs for which large number of qualified Indians are
available, is not considered.
iii) Under no circumstances an Employment Visa is granted for routine, ordinary secretarial /
clerical jobs.

Bidders are advised in their own interest to check latest Visa rules from Indian Embassy /
High Commission in their country in case foreign nationals are required to be deputed to
India during execution of the Contract.

Page 346 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – I TO SCC
HRRL Page 1 of 2

TIME SCHEDULE
[ANNEXURE- I TO SPECIAL CONDITIONS OF CONTRACT]

Page 347 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – I TO SCC
HRRL Page 2 of 2

DESCRIPTION OF WORK TIME FOR COMPLETION

INTERMEDIATE & PRODUCT STORAGE For Part-A: The Time Schedule for the
TANKS INCLUDING TANK PADS AND subject work shall be 24 (Twenty Four)
ASSOCIATED CIVIL WORKS AT Months for Mechanical Completion from the
RAJASTHAN REFINERY COMPLEX AT date of issue of Letter of Acceptance (LOA)
PACHPADRA (PACKAGE-6)” FOR plus 3 (Three) Months for Commissioning.
RAJASTHAN REFINERY PROJECT OF M/S For Part-B: The Time Schedule for the
HPCL RAJASTHAN REFINERY LIMITED. subject work shall be 24 (Twenty Four)
BIDDING DOCUMENT NO. : Months for Mechanical Completion from the
date of issue of Letter of Acceptance (LOA)
DC/B224-323-MA-T-6003/3003 plus 3 (Three) Months for Commissioning.

Note:

The time of completion shall be reckoned from the date of notification of award, i.e. date of Fax
of Acceptance (FOA).

_______________________________
(STAMP & SIGNATURE OF BIDDER)

Page 348 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – II TO SCC
HRRL Page 1 of 2

LOADING AND GUARANTEES


[ANNEXURE- II TO SPECIAL CONDITIONS OF CONTRACT]

Page 349 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – II TO SCC
HRRL Page 2 of 2

NOT APPLICABLE

Page 350 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – III TO SCC
HRRL Page 1 of 3

FORMAT FOR CONSTRUCTION SUB-


CONTRACTOR'S APPROVAL
[ANNEXURE- III TO SPECIAL CONDITIONS OF CONTRACT]

Page 351 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – III TO SCC
HRRL Page 2 of 3

(APPROVAL OF CONSTRUCTION SUB-CONTRACTOR)

SL.No. Description Contractor’s Response

1. NAME OF MAIN CONTRACTOR

2. NAME OF WORK, LOCATION

3. NAME OF PROPOSED SUB-CONTRACTOR

4. SCOPE OF WORK PROPOSED TO BE SUB- CONTRACTED


(BRIEF)

5. ESTIMATED VALUE OF THE PROPOSED WORK TO BE SUB-


CONTRACTED (INR)

6. QUALIFYING CRITERIA FOR SUB-CONTRACTOR:

i. Similar Work experience

One Contract, each of 80% of estimated value of proposed


a) work to be sub-contracted (or)

Two Contracts, each of 50% of estimated value of proposed


b) work to be sub-contracted (or)

Three Contracts, each of 40% of estimated value of


c) proposed work to be sub-contracted (or)

ii. Annual Turnover

The average annual financial turnover during the last 3 years,


a) ending 31st March /31st December of the previous financial
year, should be at least 30% of estimated cost.
7.
EXPERIENCE AND FINANCIAL DETAILS OF PROPOSED SUB-
CONTRACTOR

Contract Value of similar work executed (as evidenced by work


I. Order & Completion Certificate) during the last 7 years.

The average annual financial turnover during the last 3 years (as
evidenced by Balance Sheets)
II.

Page 352 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – III TO SCC
HRRL Page 3 of 3

Concurrent Commitments (including the works proposed to be sub-


III. contracted)

8.
CRITERIA FOR QUALIFICATION OF SUB-CONTRACTOR

i) Sl.no.7(i) ≥ 6(i) YES / NO

ii) Sl.no.7(ii) ≥ 6 (ii) YES / NO

iii) Sl.no.7(iii) ≥ 2 x Sl.No.7(ii) YES / NO

9.
Based on above information, we M/s. (Name of Main Contractor)
propose M/s. (Name of Sub-Contractor) as our sub-
contractor for the above mentioned works. We understand that notwithstanding above approval,
we shall remain fully responsible for the performance of the said sub-contractor and any failure of
the sub-contractor shall not absolve/relieve us of our responsibility to complete the works as
per the terms of conditions of the Contract.

NOTE: Bidders to fill all the details in the above proforma. Further Bidder shall also fill- in the
details at Sl.no.5 above based on the estimated value of the proposed work to be
subcontracted.

(SIGNATURE AND SEAL OF CONTRACTOR)

QUALIFICATION STATUS (TO BE STAMPED BY OWNER)

Page 353 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – IV TO SCC
HRRL Page 1 of 1

QUALIFICATION AND EXPERIENCE OF KEY


SUPERVISORY CONSTRUCTION PERSONNEL
[ANNEXURE- IV TO SPECIAL CONDITIONS OF CONTRACT]

Page 354 of 3856


QUALIFICATION & EXPERIENCE STANDARD No.
fry NGINEERS REQUIREMENT OF KEY CONSTRUCTION 7-82-0003 Rev. 0
INDIAA LIMITED PERSONNEL AND PENALTY FOR THEIR
(A Govt of India Undertaking)

NON-MOBILIZATION Page 1 of 5

Infer Wgrur chliA4 31-4Wa


d vi 3Tra 311-{ amit-n rr-{

QUALIFICATION & EXPERIENCE


REQUIREMENT OF KEY CONSTRUCTION
PERSONNEL AND PENALTY FOR THEIR NON-
MOBILIZATION

0 12.06.2015 Issued as Standard RK MD SC


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 355 of 3856


QUALIFICATION & EXPERIENCE STANDARD No.
k31'=1 ENGINEERS
Og aiElf5reg INDIA LIMITED
REQUIREMENT OF KEY CONSTRUCTION
7-82-0003 Rev. 0
(viwn rirave maJoura) (A Govt. India Undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 2 of 5

Abbreviations:

CV : Curriculum Vitae
EPC : Engineering, Procurement & Construction
EPCC : Engineering, Procurement, Construction & Commissioning
ISO : International Organization for Standardization
NDT : Non Destructive Testing
QA/QC : Quality Assurance /Quality Control
RT : Radiography Testing
UT Ultrasonic Testing

Construction Standards Committee

Convenor: Sh. M Deshpande, ED (Construction)

Members: Sh. S N Bhatnagar, GM (Construction)


Sh. Rakesh Nanda, GM (Piping)
Sh. Rajeev Jain, DGM, (C&P)
Sh. Janak Kishore , DGM (Projects)
Sh. Ravindra Kumar, AGM (Construction)
Sh. D Jana, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 356 of 3856


QUALIFICATION & EXPERIENCE STANDARD No.
t31
9-ae..1e-IMENGINEERS REQUIREMENT OF KEY CONSTRUCTION
III ttileg 4110"; INDIA LIMITED 7-82-0003 Rev. 0
GON of Intim undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 3 of 5

CONTENTS

1. QUALIFICATION & EXPERIENCE (POST QUALIFICATION) 4

2. PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL 5

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 357 of 3856


QUALIFICATION & EXPERIENCE STANDARD No.
0-11aeleiffAH ENGINEERS
-
REQUIREMENT OF KEY CONSTRUCTION
Et5leg 1410 INDIA LIMITED 7-82-0003 Rev. 0
(A Govt of India Undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 4 of 5

1. QUALIFICATION & EXPERIENCE (POST QUALIFICATION)

CATEGORY QUALIFICATION & EXPERIENCE (POST QUALIFICATION) REQUIRED


Degree or Diploma in Engineering with minimum following relevant experience in
construction:
Resident Construction
Manager/ Resident Contract value (Rs) --• < 5 Cr. works 5-20 Cr. works > 20 Cr. works
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, Electrical, Contract value (Rs) • < 20 Cr. works > 20 Cr. works
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) and possessing valid Level-II certificate in the
relevant NDT methodology (RT/UT)
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 also):
Contract value (Rs) lo < 20 Cr. Works > 20 Cr. Works
Lead QA/QC Engineer
5 yrs of construction 10 yrs of construction
Experience experience of which 2 years in experience of which 3 years
QA/QC in QA/QC.
Degree in Engineering with following experience in Planning & Scheduling:

Lead Planning Engineer Contract value (Rs) < 20 Cr. works


_ > 20 Cr. works

Experience 5 yrs. 8 yrs.

Safety Officer/ Supervisor As per specification for HSE Management at construction sites 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 Management:
Warehouse- In- Charge/
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 measuremen , 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.

Discipline Engineer (Including Degree in relevant Engineering Discipline with minimum 2 years of relevant experience in
construction or Diploma in relevant Engineering Discipline with minimum 4 years of relevant
welding/ NDT, QA/QC and
Planning) experience in Construction. Welding /NDT engineer shall possess valid Level-II certificate in
the relevant NDT methodology (RT/UT)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 358 of 3856


QUALIFICATION & EXPERIENCE STANDARD No.
1f kit ENGINEERS REQUIREMENT OF KEY CONSTRUCTION
Sift!' kiltift INDIA LIMITED 7-82-0003 Rev. 0
1.1P,1 eircnie ANOITA) (A Govt of lode Undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 5 of 5

Notes: (for Table on previous page)

1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20 crores, the
Lead QA/QC Engineer shall be a qualified internal auditor for ISO 9001.
2. 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.

2. PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL

Penalty for non-mobilization per day per person after the contractual mobilisation period /
mobilisation schedule agreed during Kick off Meeting / jointly agreed between contractor
and PMC / owner based on front availability etc.

- Rs. 5000/- for Resident Construction Manager/ Resident Engineer/ Site-in-Charge;

- Rs. 3000/- for Lead QA/QC Engineer, Lead Planning Engineer, Warehouse In-charge Lead
Discipline Engineer, Lead Welding/ NDT Engineer and the Quantity Surveyor

- Safety Officer (As per HSE Specification)

Notes: (for Penalty clauses)


a) All intervening off days (Sundays etc.) and holidays will be counted for levy of penalty
b) Mobilised personnel shall not be demobilised 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 with respect to
penalties.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 359 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – IX TO SCC
HRRL Page 1 of 3

WORK DURING MONSOON


[ANNEXURE- IX TO SPECIAL CONDITIONS OF CONTRACT]

Page 360 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – IX TO SCC
HRRL Page 2 of 3

WORK DURING MONSOON

1. Contractor must take due cognizance of the presence of rainy season / days in
his scheduled completion period and accordingly, shall take all necessary actions
to protect, reorganize and progress the work , uninterruptedly during the monsoon
period.

2. Contractor to collect all meteorological data from the local authority and collect
necessary information about the intensity, frequency and period of rainy season.

3. No extension of time due to interruption/suspension of work, water logging, reduced

/slowing down of progress , non-availability of manpower etc. , whatsoever may


be the reason, shall be tenable on account of monsoon and further no claim for
stand-by of manpower and equipment, other resources etc shall be paid for.

4. The successful bidder shall be required to submit within 15 days of Letter of


Acceptance of offer / award of work, to the Engineer-in-Charge / HRRL his
contingency plan for work during monsoon clearly stating their methodology /
strategy to progress uninterruptedly during monsoon mentioning the deployment
of resources viz, numbers, capacity, category of equipment and manpower on a
weekly basis for approval. The contingency plan shall include all provisions for
constructing and maintaining temporary infrastructure like approach road
,temporary drains in and around work area , dewatering whether natural or
forced to keep the work area free from water logging so as to maintain the same
always in a state worthy of vehicular, human and equipment movement. The work
area shall be so isolated as to restrict run-of from the adjacent areas in the work
area /site.

5. Contractor shall put up temporary sheds for fabrication of formwork and


reinforcement. For fabrication of steelwork / piping proper rainproof shed with
concretized floor of adequate area shall be made.

6. Additionally, localized (structure wise) monsoon protection shall be provided in


order to facilitate work.

7. The contractor must indicate the structures / areas that he would like to progress
(as per the project schedule and priority) particularly during the monsoon clearly
indicating the sub-phases of construction like foundation / sub structure, super
structure etc.

8. Contractor shall procure and stock sufficient quantities of materials (if required,
outside the plant premises, the land for which is to be arranged by the contractor
at his cost and expenses) viz. coarse and fine aggregates, bricks etc. adequate
for the planned volume of the work during the monsoon, well in advance of the
onset of same so that progress of work is not affected on this account. The
Engineer-in-charge shall be free to inspect such storing arrangement (particularly
at places outside of the pant areas), at any appropriate time as deemed fit by him.

Page 361 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – IX TO SCC
HRRL Page 3 of 3

9. All electrical installations, equipment shall be placed on plinths above ground


under proper rain shed to avoid any inundation, short circuit and hazards of
electrocution.

10. Contractor shall organize his work particularly for the underground activities in
foundation, excavation in a way that instead of opening up fronts everywhere and
in scattered locations (provided there is no priority concern) only those many
structures and/or areas should be worked where concerted and continuous effort
and resources could be engaged to bring the work up to the desired level
expeditiously to minimize any rework resulting from water accumulation /rain.

11. To maintain the standard welding quality and progress, localized welding booth in
sufficient numbers as per instruction of Engineer- in charge shall be installed for
protection against wind and rain.

12. Contractors item rates shall be include all costs and expenses including supply of
materials required for monsoon protection like tarpaulins, shed, structural, GI
sheet etc. for the above provisions and no separate payment shall be made on
this account.

Page 362 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – VI TO SCC
HRRL Page 1 of 1

LIST OF MAJOR TAGGED EQUIPMENTS


[ANNEXURE- VI TO SPECIAL CONDITIONS OF CONTRACT]

Page 363 of 3856


Rajasthan Refinery Project (Job No. B224)
PACKAGE-6 Intermediate & Product Tank Detail (Part-A)
(B224-323-80-43-MA-T-6003)
Pumpable
ID & HT Stored Volume
S.NO. Tag No. MOC Qty Service Volume per
(in Mtrs) (in m3)
Tank (m3)

Package-6 Part-A
External Floating Roof
1 323-T-1019 CS 1 Reformate 19.5 X 14.5 2728 3793

2 323-T-1021A/B/C/D CS 4 DFCU Feed (Naphtha) 57 X 16.6 33975 37767

3 323-T-1035A/B CS 2 Light Dry Slop 21.9 X 13.5 4000 4407

4 323-T-1037A/B CS 2 Flushing Oil 23.9 X 14 5000 5475


Internal Floating Roof
5 323-T-1012 A-E CS 5 NHT Feed 46 X 19 23040 25760

6 323-T-1013 A/B/C CS 3 DHDT Feed 46 X 18.6 22534 25095

7 323-T-1014 CS 1 HGU Feed 29.4 X 18 6678 9844

8 323-T-1020 A/B CS 2 FCC GTU Feed 37 X 16 12296 13440

9 323-T-1034A/B CS 2 C6+ Oligomer 10.5 X 8 300 390


Offspec Benzene
10 323-T-1042 CS 1 /Offspec Tolune 16.6 X 15 2275 2673
11 323-T-1053 CS 1 Wash Oil Tank 13 X 11.2 878 1022
Fixed Cone Roof Tanks 2 VGO HDT Feed 40 X 20 19917 23250
12 323-T-1016A/B CS

13 323-T-1036A/B CS 2 Heavy Dry Slop 18.9 X 13.5 3000 3366

14 323-T-1038A/B CS 2 Fuel Oil 20.7 X 17.5 5000 5385


Fixed Dome Roof Tanks
15 323-T-1018 CS 1 Isomerate 30 X 15.5 8321 10250

16 323-T-1022 CS 1 DFCU Feed (C5) 20 X 15 3516 4400

17 323-T-1033A/B CS 2 RPG 30 X 18.7 11165 12158


Package-6 part-A Total 34

Major Tagged Items-PKG-6-Part-A 1 of 1


Page 364 of 3856
Rajasthan Refinery Project (Job No. B224)
PACKAGE-6 Intermediate & Product Tank Detail (Part-B)
(B224-323-80-43-MA-T-6003)
Pumpable
ID & HT Stored Volume
S.NO. Tag No. MOC Qty Service Volume per
(in Mtrs) (in m3)
Tank (m3)

Package-6 Part-B
External
1 323-T-1044A-G CS 7 MS BS-VI 35 X 15 11688 12700
Floating
2 Roof Tanks 323-T-1045A-E CS 5 ULS Diesel 66 X 17 47234 52002

3 323-T-1049 A/B CS 2 Alkylate 35 X 13.2 9985 10968


Internal
4 Floating 323-T-1026A/B CS 2 BTX Extraction Feed 18 X 17.5 3289 3562
Roof Tanks
5 323-T-1047 CS 1 Hexene 18 X 14.5 2500 2800

6 323-T-1048 CS 1 nHexane 12 X 8.5 500 566


Fixed Cone
7 323-T-1015 A-G CS 7 PFCCU Feed 44 X 20 25804 28130
Roof Tanks
8 323-T-1017A/B CS 2 DCU Feed 45 X 20 27290 29425
Package-6 part-B-Total 27

Major Tagged items-PKG-6-Part-B (1) 1 of 1


Page 365 of 3856
B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – VII TO SCC
HRRL Page 1 of 2

FREE ISSUE MATERIAL DETAILS


[ANNEXURE- VII TO SPECIAL CONDITIONS OF CONTRACT]

Page 366 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – VII TO SCC
HRRL Page 2 of 2

NOT APPLICABLE

Page 367 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – X TO SCC
HRRL Page 1 of 1

TERMS OF PAYMENT
[ANNEXURE- X TO SPECIAL CONDITIONS OF CONTRACT]

Page 368 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 13

1.0 TERMS OF PAYMENT


1.1 The billing of the entire price of materials and price of services shall be done from and to a
single point only or as mentioned in the SOP.
2.0 MOBILISATION ADVANCE

If requested, the Contractor shall be paid recoverable interest bearing Mobilisation


Advance equivalent to 10% (Ten percent) of the Lumpsum Contract Price in the
currency of quotation. GST as applicable on mobilisation advance shall be borne by the
bidder. Mobilization Advance shall be paid to the Contractor in two equal instalments after
signing the contract agreement/Acknowledgment of Purchase Order & submission of PBG
in the following manner.
2.1 FIRST INSTALLMENT

5% (Five percent) of Lumpsum Contract Price shall be payable as the first instalment of
mobilization advance after fulfilling the following formalities by the Contractor:

a) Signing of the formal Contract between the OWNER and the CONTRACTOR and
completion of kick off meeting.

b) Submission of Bank Guarantee(s) equivalent to 110% of advance i.e. 11% of


Lumpsum Contract Price of the said advance(s), valid for 3 months beyond
scheduled date of commissioning of the UNIT(s), from a Scheduled Bank (other
than co-operative banks) in India recognised by RBI and in a format acceptable to
the OWNER. The CONTRACTOR shall at the request of the OWNER suitably
extend the validity of the Bank Guarantee (s) for such period or periods as may be
required failing which, without prejudice to any other right or remedy available to the
OWNER, the OWNER shall be entitled to encash the Bank Guarantee (s). However,
Contractor may submit Bank Guarantee of 11% as above in two stages of
5.5% each for availing advance against sub-clause 2.2 below.

c) Submission of Bank Guarantee(s) by way of CPBG as stipulated in Clause 4.0 of the


SCC. The CONTRACTOR shall at the request of the OWNER extend the validity of
the Bank Guarantee(s), where it is necessary to do so for the interest of the Project,
for such further period or periods as may be required failing which, without prejudice
to any other right or remedy available to the OWNER, the OWNER shall be entitled
to encash the Bank Guarantee(s).
2.2 SECOND INSTALLMENT
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 and on submission of Bank Guarantees
equivalent to another 5.5% of the Lump sum Contract price in case contractor has
provided Bank Guarantee equivalent to 5.5% of lump sum Contract price against 1st
instalment of mobilisation advance.”.

Page 369 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 2 of 13

2.3 The advance paid to the CONTRACTOR shall be used only for execution of this Contract
and the CONTRACTOR shall satisfy the OWNER/Engineer-in-Charge in this regard
whenever required. If it is found that the said advance has been utilised by the
CONTRACTOR in whole or part for any other purpose, the OWNER may at its discretion
forthwith recall the entire advance and without prejudice to any other right or remedy
available to the OWNER, recover the same by recourse to any Bank Guarantee(s).

2.4 The Indian Rupee advance(s) shall carry interest at the rate of [SBI PLR + 1%] per
annum as on the date of payment of mobilisation advance calculated on the
reducing unadjusted balance(s) of the Indian Rupee advance(s) and the advance(s)
shall, without prejudice to any other mode of recovery available to the OWNER, be
recovered from the Running Account Bills and Final Bill of the CONTRACTOR @ 10%
(Ten percent) of the Certified Bill amount. The interest accrued thereon shall be
additionally deducted from the amount payable.

2.5 Deleted.

2.6 All recoveries against advances shall first be apportioned to interest (along with
GST applicable on Interest) and then to principal. At the request of the
CONTRACTOR, the Engineer-in-Charge shall certify the mobilization advance repaid and
the Bank Guarantee, issued on behalf of the CONTARCTOR to secure the mobilization
advance, shall be allowed to be reduced by the amount and the currency of the repayment
certified. Such reduction shall be allowed not more than 06 (six) occasions during the
currency of Bank Guarantee
2.7 TDS on interest recovered on mobilization advance will be deposited by the Contractor
and same would be reimburse by the Owner against submission of Form-16.
2.8 The Contractor to ensure the validity of all bank guarantee as stipulated elsewhere in the
contract and no payment shall be released to the Contractor's if the validity of the bank
guarantee is less than 30 days unless otherwise specifically intimated to the Contractor.
2.9 The CONTRACTOR shall note that the rating of bank sanctioning the Bank Guarantee(s)
should at least be ‘AA’ from CRISIL or equivalent (from other rating agency) in case of
Indian banks during the tenor of the Bank Guarantee(s). In case the rating falls below
threshold level at any time during the tenor of the Bank Guarantee(s), the CONTRACTOR
will arrange to replace the Bank Guarantee(s), at its cost, through a bank acceptable to
OWNER. In case of non-submission of replaced Bank Gurantee (s), without prejudice to
any other right or remedy available to the OWNER, the OWNER shall be entitled to en-
cash the Bank Guarantee(s).
2.10 The unadjusted balance of the Mobilisation Advance shall be adjusted in full against
payments due on Mechanical Completion
2.11 In case GST is applicable on Mobilization advance as per prevailing GST Law, such GST on
mobilization advance shall be borne & paid by CONTRACTOR only

Page 370 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 3 of 13

3.0 ON ACCOUNT PAYMENTS

The CONTRACTOR, if so required, shall submit further breakup for various activities
through a billing schedule for Design and Engineering, Procurement and Supplies and
Construction which will be reviewed and approved by Engineer-In –Charge within 30 days
of submission of complete document in this regard by CONTRACTOR. For the purpose of
billing for each discipline under Construction, further break up such as Civil and Structural,
Mechanical, Piping, Electrical, Instrumentation, Insulation, Painting, etc. shall be made
which will be reviewed and approved by Engineer-in-charge. The CONTRACTOR shall be
paid monthly running account bills at stages of completion of individual item/work, based
on the value assessment by Engineer-in-charge in the following manner after deductions
of necessary dues payable by CONTRACTOR to the OWNER in accordance with various
provisions made elsewhere in the Bidding document.

At any given point of time, the cumulative percent payment made shall not exceed the
cumulative percent of actual physical progress of the PLANT.

Subject to the other provisions of the Contract documents, on account payments shall be
made as follows:

3.1 DESIGN & ENGINEERING SERVICES (as per FORM SP-1) (Maximum limit for quoted
prices shall be as per “Preamble to Schedule of Prices” )

i) 55% on submission of drawings and P&IDs (defined for review category in tender
document) and their approval under Code II on pro- rata basis. The breakup of 55%
shall be as given below:
o 8 % on P&IDs approval
o 5 % on Equipment Layout approval
o 2% on Completion of HAZOP meeting and finalization of report
o 1% on submission of compliance report of HAZOP and its acceptance
by PMC/OWNER
o 5 % on balance residual basic engineering (related with Process,
Thermal, Hydraulic, etc.) documents approval
o 10 % on Civil/ Structural Engineering drawings/ documents approval
o 5% on piping related drawings- documents approval
o 10 % on Mechanical equipment drawings/ documents approval
o 4% on Electrical Engineering drawings/ documents approval
o 5 % on Instrumentation Engineering drawings/ documents approval

Note: The payment is applicable even for all “Information” category documents. For
all “Information” category documents, the payment milestone shall be the cumulative
of Code-2 and Code-1.

Page 371 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 4 of 13

ii) 15% submission of drawings and P&IDs (defined for review category in tender
document) and their approval under Code I on pro- rata basis.
o 2 % on P&IDs approval
o 1 % on Equipment Layout approval
o 1 % on balance residual basic engineering documents approval
o 4 % on Civil/ Structural Engineering drawings/ documents approval
o 1% on piping related drawings- documents approval
o 4% on Mechanical equipment drawings/ documents approval
o 1% on Electrical Engineering drawings/ documents approval
o 1 % on Instrumentation Engineering drawings/ documents approval

Note: The payment is applicable even for all “Information” category documents. For all
“Information” category documents, the payment milestone shall be the cumulative of Code-2
and Code-1.

iii) 5 % on submission and approval of 3D model at 30%, 60%, 90% stages and final
issuance to site.
o 1.5% against 30% 3-D Model Review
o1.5% against 60% 3-D Model Review
o1.5% against 90% 3-D Model Review
o0.5% against submission of 3-D Model Review after incorporation of
all accepted resolutions.
iv) 5% on Completion of “project documentation & data handover system”:
o 1.5% against submission of all Code-2 approved/information category
drawings in the designated Project Documentation system
o 1.5% against submission of all Code-1 approved/information category
drawings in the designated Project Documentation system
o 2% against submission of all the As-Built drawings in the designated
Project Documentation system .

Note: The payment is applicable even for all “Information” category documents. For
all “Information” category documents, the payment milestone shall be the cumulative
of Code-2 and Code-1.
v) 10 % on submission of As Built drawings for the Unit(s) along-with its electronic files
against the CONTRACTOR’s certified Running Account Bill(s) along with operation
and instruction manuals

vi) 5% on Mechanical Completion of the Unit(s) against the CONTRACTOR’s certified


Running Account Bill(s).

vii) 2% on Commissioning of the Unit(s) against the CONTRACTOR’s certified Running


Account Bill(s).

viii) 2% on completion of Performance Guarantee Test Run of the Unit(s) against the
CONTRACTOR’s certified Running Account Bill(s).

Page 372 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 5 of 13

ix) 1% on completion of all work in all respect and acceptance thereof and submission
of all final documents against contractor’s certified Final bill.

3.2 SUPPLIES (as per FORM SP-2) (Maximum limit for quoted prices shall be as per
“Preamble to Schedule of Prices”)

3.2.1 SUPPLIES INCLUDING MANDATORY SPARES

Subject to the other provisions of Contract documents, on account payments for the
supplies will be made as follows:

i) 10% (Ten percent) of total supply value (including mandatory spares) on placement
of Purchase Order for major tagged items as per Annexure –VI on pro-rata basis.
This payment shall be released after submission of Bank Guarantee for equivalent
value. This bank guarantee shall be valid up to the Contractual Date of Completion
plus 1 month. However, this bank guarantee shall be released after receipt of all
materials at site and issue of Certificate of Verification and Good Condition in respect
thereof in accordance with the provisions of SCC.

Bank Guarantee issued on behalf of CONTRACTOR to secure the advance paid


against placement of order for major tagged items shall stand reduced, on quarterly
basis, based on the value of receipt of material at site and on issue of certificate of
verification and good condition.
ii) 25% (Twenty five percent) or 35% (thirty five percent) (in case 3.2.1 (i) is not
applicable) of the price of materials as indicated in the Bill of Materials on “Proof of
Despatch of Materials”
Payment against Proof of Despatch of Materials, shall be released on pro rata basis
on submission of the following documents with the CONTRACTOR’s invoice
A IMPORTED MATERIALS

a) Signed invoice(s)

b) A full set of certified copies of clear on-board bills of lading/ airway


and 4 (four) non-negotiable copies.

c) Certificate of country of origin issued by a competent authority.

d) Packing list and Phytosanitary Certificate for packing material as


per international norms

e) Inspection Release Note as per QAP approved by OWNER/ PMC or


waiver certificate issued by OWNER/ PMC.
f) Bank Guarantee of equivalent value, valid till the same is received
inside the Refinery.
g) Any Other document as specified in clause No. 20 of SCC

B INDIGENOUS MATERIALS

Page 373 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 6 of 13

a) Signed Invoice(s)

b) Packing list.

c) Inspection Release Note as per QAP approved by OWNER/ PMC or


waiver certificate issued by OWNER/ PMC.

d) Photocopy of Railway Receipt/LR.

e) Bank Guarantee of equivalent value, valid till the same is received


inside the Refinery.
f) Any other document as specified in clause no. 21 of SCC

iii) On Issue of Certificate of Verification and Good Condition at Refinery Site, against
Contractor's Certified Running Account Bill(s) :

45% (Forty Five percent) of price of materials as indicated in the Bill(s) of Materials
on submission of:

(a) Verification of Third Party Inspection certificate as per QAP approved by


OWNER/PMC;
(b) Certificate of Verification and Good Condition after receipt of material at
Project Site or Refinery Site.
This payment shall be released on pro-rata basis.

iv) 10% (ten percent) of price of materials as indicated in the Bill(s) of Materials issue
on fabrication and erection/installation, alignment and grouting as required including
testing where involved and required CONTRACTOR’s certified running Accounts
Bill(s).

v) 5% (five percent) of price of material as indicated in the Bill of Materials on


Mechanical Completion of the plant/works against the CONTRACTOR’s certified
Running Account Bill(s); and

vi) 2% (two percent) of price of materials as indicated in the Bill of Materials on issue of
Commissioning Certificate against the CONTRACTOR’s certified Running Account
Bill(s).(Applicable for Equipment / systems)

vii) Deleted

viii) 3% (Three percent) of price of materials as indicated in the Bill of Materials on


completion of all jobs against the CONTRACTOR’s certified Final Bill.

3.2.2 (C) INLAND TRANSPORTATION WITHIN INDIA

I. Payment of the amount payable against inland transportation shall be paid as


follows:

Page 374 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 7 of 13

a) 80% (Eighty percent) on issue of Certificate of Verification and Good


Condition at site on pro-rata basis against the CONTRACTOR’s certified
Running Account Bill(s);
b) 10% (ten percent) on issue of Mechanical Completion Certificate against
the CONTRACTOR’s certified Running Account Bill(s).
c) 3% (three percent) on commissioning of the plant/works against the
CONTRACTOR’s certified Running Account Bill(s); and
Note: In case Commissioning of the plant/works is not in scope of
Contractor or if it is not applicable, then this milestone payment shall be
released against issue of Mechanical Completion Certificate of the
plant/works.
d) 2% (two percent) on issue of Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Performance Guarantee Test Run is not in scope of
Contractor or if it is not applicable, then this milestone payment shall be
released on completion of all jobs against the CONTRACTOR’s certified
Final Bill.
e) 5% (five percent) on completion of all jobs against the CONTRACTOR’s
certified Final Bill.
Note:
i. The lumpsum amount indicated as payable for inland transportation within
India shall include the cost of all freight demurrage and penalties, clearing,
forwarding, loading, unloading, packing and handling of shipments and all
other overheads whatsoever involved in customs clearance and lifting
imported goods from the port of entry within India upto delivery at the
OWNER’s warehouse at site and transportation, site handling, loading and
unloading from godown to CONTRACTOR’s fabrication yard or to job site and
from CONTRACTOR’s fabrication yard to job site, and collection, loading,
transportation and unloading of surplus material to OWNER’s
warehouse/stockyard.
ii. While preparing the priced Bill of Materials the lumpsum payable for inland
transportation within India shall be split up and priced item-wise as
realistically as possible, and this split-up shall be reckoned for calculating pro-
rata amounts payable to the CONTRACTOR in terms of the payment
schedule specified above.
3.2.3 CONSTRUCTION/ SITE WORK (as per FORM SP-3)

3.2.3.1 CIVIL WORKS

i) 10% (ten percent) on completion of piling works on pro-rata basis as per


the approved Schedule of Activities against the CONTRACTOR’s
certified Running Account Bill(s).

Page 375 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 8 of 13

ii) 80% (eighty percent) on pro-rata basis against the CONTRACTOR’s


certified Running Account Bill(s) on completion of individual item of work
as per approved Schedule of Activities, provided that in case piling is not
involved then payment percentage shall be 90% (Ninety percent) on pro-
rata basis on completion of individual item(s) of Work as per Schedule of
Activities.
iii) 5% (five percent) on issue of Mechanical Completion Certificate against
the CONTRACTOR’s certified Running Account Bill(s).
iv) 2% (two percent) on issue of Commissioning Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Commissioning is not in scope of Contractor or if it is not
applicable, then this milestone payment shall be released against issue
of Mechanical Completion Certificate of the plant/works.
v) 2% (Two percent) on issue of Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Performance Guarantee Test Run is not in scope of
Contractor or if it is not applicable, then this milestone payment shall be
released on completion of all jobs against the CONTRACTOR’s certified
Final Bill .
vi) 1% (One percent) on completion of all jobs against the CONTRACTOR’s
certified Final Bill.
3.2.3.2 STRUCTURAL WORK

i) 5% (five percent) on finalisation of quantity, plan and submission of


fabrication drawings against the CONTRACTOR’s certified Running
Account Bill(s).
ii) 55% (fifty five percent) against supply & fabrication of materials on pro-
rata basis against the CONTRACTOR’s certified Running Account Bill(s).
iii) 30% (thirty percent) on erection, alignment, grouting and painting etc. on
pro-rata basis against the CONTRACTOR’s certified Running Account
Bill(s).
iv) 5% (five percent) on issue of Mechanical Completion Certificate against
the CONTRACTOR’s certified Running Account Bill(s).
v) 2% (two percent) on issue of Commissioning Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Commissioning is not in scope of Contractor or if it is not
applicable, then this milestone payment shall be released against issue
of Mechanical Completion Certificate of the plant/works.
vi) 2% (Two percent) on issue of Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Performance Guarantee Test Run is not in scope of
Contractor or if it is not applicable, then this milestone payment shall be
released on completion of all jobs against the CONTRACTOR’s certified
Final Bill.
vii) 1% (One percent) on completion of all jobs against the CONTRACTOR’s
certified Final Bill.
3.2.3.3 MECHANICAL WORK

Page 376 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 9 of 13

A. PIPING

i) 35% (thirty five percent) on completion of pre-fabrication, on pro-rata


basis against the CONTRACTOR’s certified Running Account Bill(s).
ii) 40% (forty percent) on completion of erection and welding, on pro-rata
basis against the CONTRACTOR’s certified Running Account Bill(s).
iii) 15% (fifteen percent) on completion of hydro-testing, on pro-rata basis
against the CONTRACTOR’s certified Running Account Bill(s)
iv) 5% (five percent) on issue of Mechanical Completion Certificate against
the CONTRACTOR’s certified Running Account Bill(s).
v) 2% (two percent) on issue of Commissioning Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Commissioning is not in scope of Contractor or if it is not
applicable, then this milestone payment shall be released against issue
of Mechanical Completion Certificate of the plant/works.
vi) 2% (Two percent) on issue of Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Performance Guarantee Test Run is not in scope of
Contractor or if it is not applicable, then this milestone payment shall be
released on completion of all jobs against the CONTRACTOR’s certified
Final Bill.
vii) 1% (One percent) on completion of all jobs against the CONTRACTOR’s
certified Final Bill.
B INSULATION

i) 90% (ninety percent) on completion of insulation works, on pro-rata basis


against the CONTRACTOR’s certified Running Account Bill(s)
ii) 5% (five percent) on issue of Mechanical Completion Certificate against
the CONTRACTOR’s certified Running Account Bill(s).
iii) 2% (two percent) on issue of Commissioning Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
iv) 2% (Two percent) on issue of Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
v) 1% (One percent) on completion of all jobs against the CONTRACTOR’s
certified Final Bill.
C PAINTING

i) 10% (ten percent) on pro-rata basis on surface preparation & primer


application against the CONTRACTOR’s certified Running Account
Bill(s).
ii) 80% (eighty percent) on pro-rata basis on Final Painting against the
CONTRACTOR’s certified Running Account Bill(s).
iii) 5% (five percent) on issue of Mechanical Completion Certificate against
the CONTRACTOR’s certified Running Account Bill(s).
iv) 2% (two percent) on issue of Commissioning Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Commissioning is not in scope of Contractor or if it is not
applicable, then this milestone payment shall be released against issue
of Mechanical Completion Certificate of the plant/works.

Page 377 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 10 of 13

v) 2% (Two percent) on issue of Performance Test Certificate against the


CONTRACTOR’s certified Running Account Bill(s).
Note: In case Performance Guarantee Test Run is not in scope of
Contractor or if it is not applicable, then this milestone payment shall be
released against issue of Mechanical Completion Certificate of the
plant/works.
vi) 1% (One percent) on completion of all jobs against the CONTRACTOR’s
certified Final Bill.
D EQUIPMENT

i) 45% (forty five percent) on completion of erection, on pro-rata basis


against the CONTRACTOR’s certified Running Account Bill(s).
ii) 45% (forty five percent) on completion of alignment & grouting, on pro-
rata basis against the CONTRACTOR’s certified Running Account Bill(s).
iii) 5% (five percent) on issue of Mechanical Completion Certificate against
the CONTRACTOR’s certified Running Account Bill(s).
iv) 2% (two percent) on issue of Commissioning Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Commissioning is not in scope of Contractor or if it is not
applicable, then this milestone payment shall be released against issue
of Mechanical Completion Certificate of the plant/works.
v) 2% (Two percent) on issue of Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Performance Guarantee Test Run is not in scope of
Contractor or if it is not applicable, then this milestone payment shall be
released on completion of all jobs against the CONTRACTOR’s certified
Final Bill.
vi) 1% (One percent) on completion of all jobs against the CONTRACTOR’s
certified Final Bill.
E Deleted
3.2.3.4 ELECTRICAL & FIRE ALARM SYSTEM WORKS

i) 45% (forty five percent) on erection/installation etc. on pro-rata basis


against the CONTRACTOR’s certified Running Account Bill(s).
ii) 45% (forty five percent) on testing loops and system on pro-rata basis
against the CONTRACTOR’s certified Running Account Bill(s).
iii) 5% (five percent) on issue of Mechanical Completion Certificate against
the CONTRACTOR’s certified Running Account Bill(s).
iv) 2% (two percent) on issue of Commissioning and Performance Test
Certificate against the CONTRACTOR’s certified Running Account
Bill(s).
Note: In case Commissioning is not in scope of Contractor or if it is not
applicable, then this milestone payment shall be released against issue
of Mechanical Completion Certificate of the plant/works.

Page 378 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 11 of 13

v) 2% (Two percent) on issue of Performance Test Certificate against the


CONTRACTOR’s certified Running Account Bill(s).
Note: In case Performance Guarantee Test Run is not in scope of
Contractor or if it is not applicable, then this milestone payment shall be
released on completion of all jobs against the CONTRACTOR’s certified
Final Bill.
vi) 1% (One percent) on completion of all jobs against the CONTRACTOR’s
certified Final Bill.
3.2.3.5 INSTRUMENTATION / IT

i) 45% (forty five percent) on erection/installation etc. on pro-rata basis


against the CONTRACTOR’s certified Running Account Bill(s).
ii) 45% (forty five percent) on testing loops and system on pro-rata basis
against the CONTRACTOR’s certified Running Account Bill(s).
iii) 5% (five percent) on issue of Mechanical Completion Certificate against
the CONTRACTOR’s certified Running Account Bill(s).
iv) 2% (two percent) on issue of Commissioning Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Commissioning is not in scope of Contractor or if it is not
applicable, then this milestone payment shall be released against issue
of Mechanical Completion Certificate of the plant/works.
v) 2% (Two percent) on issue of Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).
Note: In case Performance Guarantee Test Run is not in scope of
Contractor or if it is not applicable, then this milestone payment shall be
released on completion of all jobs against the CONTRACTOR’s certified
Final Bill.
vi) 1% (One percent) on completion of all jobs against the CONTRACTOR’s
certified Final Bill.
3.2.3.6 MECHANICAL COMPLETION
100% (hundred percent) on completion.
a)
3.2.3.7 COMMISSIONING
a) 100% (hundred percent) on Commissioning of equipments / systems.
3.2.3.8 PERFORMANCE GUARANTEE TEST RUN (PGTR)
a) DELETED

Page 379 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 12 of 13

3.2.3.9 PAYMENT TERMS FOR ASSISTANCE SERVICES DURING OPERATION


Payment: 100% against submission of bills and time sheets certified by the Engineer-in
Charge on Monthly basis. Engineer in charge for this work shall be HRRL designated
personnel. All the bills, claims related to payment for these services shall be directly
submitted to Engineer-In-charge designated by HRRL after the commissioning of the
unit
Note: Assistance during Operation is an additional activity after commissioning of the
said unit and Payment for the same shall be dealt separately without mutually affecting
the liabilities/Payment related to Execution of Contract such as Defect Liability Period/
PRS/ Payment Terms etc. as per requirement of SCC/GTC.

Assistance during operation being an additional activity after Commissioning of the unit
and the same shall not affect closure of the Contract of LSTK Work.

3.2.3.10 PAYMENT TERMS FOR MISCELLANEOUS WORKS:


a)
95% on completion of work as certified in progress bill.
b) 05% on completion of all works in all respects and issuance of completion
certificate.
Note:

I.All bank guarantees shall be submitted from Scheduled Bank in India as per RBI Act
on Non-Judicial Stamp Paper of appropriate value.
II. The unadjusted balance of the Mobilisation Advance, if any, shall be adjusted in full
against payments due on Mechanical Completion of entire work under this contract.
III. All payments other than the Mobilization Advance shall be released only after
finalization of the planning and monitoring documents and Progress Schedule.

IV. Payment of GST :

The Contractor shall always comply with the requirements of applicable laws and
provide necessary documents as prescribed under the Rules & Regulations, as
applicable from time to time. In particular, if any tax credit, refund or other benefit is
denied or delayed to Owner due to any non-compliance / delayed compliance by the
Supplier under the Goods & Service Tax Act (such as failure to upload the details of
the sale on the GST portal, failure to pay GST to the Government) or due to non-
furnishing or furnishing of incorrect or incomplete documents by the Contractor, the
Contractor shall be liable to reimburse Owner for all such losses and other
consequences including, but not limited to the tax loss, interest and penalty.
V. In case activities corresponding to Terms of Payment at Clause 3.2.3.2 (ii) , 3.2.3.3
A. (i) and 3.2.3.3 C. (i) & (ii) are being performed outside the refinery premises at
Contractor’s fabrication yard as per provisions of clasue 1.8.2 of Annexure-XXVI of
SCC, the respective payments shall be made against Bank Guarantee of equivalent
amount valid till receipt and acceptance of such works at site plus 3 months claim
period.

Page 380 of 3856


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 13 of 13

VI. For claiming payment against works being performed at Contractor’s fabrication yard
as per provisions of clause 1.8.2 of Annexure-XXVI of SCC, Contractor has option to
maintain with Owner a rolling BG of equivalent amount with validity upto mechanical
completion.”

Page 381 of 3856


ANNEXURE-XI TO SCC

EXTRACT OF INSURANCE COVERAGE AS PER TENDER DOCUMENT PUBLISHED FOR RRP BY OWNER

(I) Named Insured:

a) Principal - HPCL Rajasthan Refinery Ltd (HRRL)

b) HRRL’s Parents, their subsidiary and/ or associated and/or affiliated companies and/
or any owned, controlled joint venture, shareholder or any subsidiary companies or
corporation as now or may hereinafter be constituted as their respective rights and
interest may appear.

c) Lenders/ Security Trustees for HRRL

d) Project Management Consultants and/or Engineering Contractors and/or


Construction Contractors and/or Licensor and/ or Vendors and/ or any other
company, firm, person or party (including but not limited to Contractors and Sub-
Contractors of any tier) with whom the Named Insured(s) above, or in this paragraph
have, or in the past had, entered into written agreement(s) in connection with the
Project, and/or any works activities, and preparations connected therewith.

e) Together with their respective successors in title and assigns, for their respective
rights and interest in the project.

(II) Project: The Project Rajasthan Refinery Project (RRP) and its associates facilities
including: -

a) Refinery & Petrochemical complex along with its associated facilities and Township
site at Pachpadra
b) SPM & COT facilities near Mandvi (Gulf of Kutch) at Gujarat
c) Various Pipe lines (Onshore and offshore) with total estimated length of 1000 kms
as per the below details

(i) 20 Km pipeline from SPM to COT in Gujrat


(ii) 560 Km Crude oil Pipeline from COT in Gujrat to Refinery site at Pachpadra
(iii) 80 Km pipeline from Cairn oil field to Refinery site
(iv) 80 Km pipeline Natural Gas Pipe line from Rageshwari oil field to Refinery site
(v) 220 Km pipeline Water Pipe line from Nachna to Refinery site

d) Water reservoir at Nachna, Rajasthan


e) Corporate offices at Jodhpur, Barmer and Jaipur, Rajasthan

(III) Insurance Coverage:

a) Section 1: Erection All Risk (EAR):

Page 382 of 3856


ANNEXURE-XI TO SCC

All risks of Damage to the Insured Property (as defined below) forming part of or
intending to form part of the Project .

Insured Property: All materials, equipment, supplies, machinery forming part or


intending to form part of the Project including temporary works / structures, spare
parts, common facilities and facilities which are improvements, tie-ins, connections
and additions / modifications to existing facilities, pipelines and all other property
collectively known as the Project.

Coverage: The cover provided by this Section will indemnify the Named Insured
against: -
(i) All risk of damage to the insured property (as defined above) forming part or
intending to form part of the project.
(ii) All risk of damage to the existing property of the principal insured from a cause
arising out of the execution of the project.
(iii) Catalyst valued at Rs. 700 crores are covered for any loss or damage caused
by an indemnifiable loss or damage to the insured plant and/ or equipment.

Construction all Risk and damage to existing property - All amount upto 100 %

Extensions/ Add- on’s

1. All Acts of God like (but not limited to) Earthquake, Fire, Tsunami, cyclone,
storm etc.
2. Riots, Strike, and Malicious Damage (RSMD)
3. Storm Tempest, Flood and inundation (STFI)
4. Additional Customs Duty including duty on returnable Cargo: Up to Rs.15
crores per occurrence.
5. 72 hours’ clause
6. 50 :50 Clause
7. Accidental Pollution and Contamination Rs.5 cr AOA & in aggregate
8. Basis of claims settlement on reinstatement value basis
9. Clearance and Removal of Debris including slush removal dewatering and
excluding foreign debris: Rs.5 crores each and every loss.
10. Continuity of cover during operational phase for Unit/Plant tested but awaiting
integral testing (along with other units/Plants)
11. Cover for Plans & Documents: Rs. 5 Crores
12. Coverage for storage in open by the principal/contractor
13. Cover for Catalyst during hot Testing-Value of catalyst Rs.700 Crores in
aggregate.
14. Civil/public authority clause
15. Designation of property clause
16. Design Defect - DE 3 for Civil works and DE 4 for Mechanical works
17. Dismantling cover – upto Rs. 5 Crores

Page 383 of 3856


ANNEXURE-XI TO SCC

18. Environmental clean-up costs Rs.10 Crores


19. Escalation: Up to 30% of Sum Insured
20. Expediting Cost including airfreight and express freight: Up to 30% of claim
amount each and every loss
21. Extended Maintenance cover for 12 Months.
22. Free Automatic Reinstatement: Up to 10% of Sum Insured
23. Free issue material
24. Goods held in trust clause: Rs. 10 Crores at any time
25. Hydrocarbon Endorsement for Testing and Commissioning
26. Intermittent Test
27. Offsite Storage/ Fabricators Premises/ workshops (within India): Rs. 25 crores
each and every loss.
28. Professional Fees: 10% of admissible loss each and every loss
29. Loss Minimization Expenses – Rs. 10 Crores AOA & in aggregate
30. Leak search cost for pipeline INR 1 cr per testing section INR 5 cr during one
policy period.
31. Multiple Insured Clause
32. Nominated Loss adjuster’s clause
33. Provision for on-account payment-minimum 75%
34. Terrorism Cover.
35. Tests, Leak and Damage Search Costs – Rs. 10 Crores AOA & in Aggregate.
36. Temporary Repairs – Rs. 10 Crores per incident AOA & in aggregate
37. Third Party Liability with cross liability Rs.100 Crores AOA & in Aggregate
38. Temporary works including roads, camps for workers, material storage place,
Buildings/sheds/site offices/support structures porta-cabins.
39. Temporary works including roads, camps for workers, material storage place,
Buildings/sheds/site offices/support structures porta-cabins.
40. Unintentional Error and Omission clause Rs. 10 Crores
41. Vibration removal and weakening of support: Limit as per TPL.
42. Waiver of Contribution
43. Waiver of Subrogation excluding Suppliers.

b) Section 2: Marine Cargo – Inland and Overseas.

All Risks coverage of the goods insured as per the ITC(A) ICC(A), WAR, SRCC

Insured Property: All materials, equipment, machinery forming part or intending to


form part of the Project to the extent that the value thereof is included in the estimated
insurable value, including repair work, returned and rejected goods. ODC cargo to
be covered.

Voyage At and from ports or places anywhere in the world to ports or places
anywhere in the world but principally the Project Sites in India; direct shipment or via
ports or places in any order, including transits to or from and whilst at the premises

Page 384 of 3856


ANNEXURE-XI TO SCC

of the Assured, forwarders, packers, consolidators, hauliers, warehousemen and


other bailees, interim store and onward transit to site, via any route including
transshipment by land, water or air whether customary or otherwise and returned
shipments, reshipment, deviation, forced discharge including all loading and
unloading risks and periods of storage prior to dispatch or after arrival or at any
intermediate port or place if required. Notwithstanding the foregoing, in respect of
goods purchased by the Assured-on FOB, FAS, CFR, or similar terms where risk
passes to the Assured after transit has commenced, it is agreed that the insurance
cover commences from the attachment of the Assured's interest in the goods
purchased.

Interest Goods or merchandise or cargo of every description incidental to the


business of the Assured or otherwise, including duties and taxes if applicable and
increased value howsoever arising if required, the property of the Assured or for
which the Assured have or assume a responsibility to insure, whether contractually
or otherwise, or for which the Assured have or receive instructions to insure prior to
shipment or prior to known or reported loss or accident, consisting principally of but
not limited to Plant, Equipment, Materials, Machinery, Parts, Spare Parts, Buildings /
Structures, Supplies, Accessories, Process and General Consumables, Office and
Management Equipment and all interests in connection with the RRP at defined
project locations in India and/or all other ancillary or associated facilities.

• Shipments Clause: Shipments are covered hereunder whether containerized or


otherwise and whether on or under deck, all irrespective of Bill of Lading instructions

Packaging FCL or LCL or in break bulk with appropriate original packaging or


packed under the supervision of an approved Marine Warranty Surveyor (MWS)

Packaging: Standard and customary including ODC cargo

PSL: Rs.250 crores


PLL: Rs.500 crores

Applicable Clause/ Extensions / Add-on’s

1. All Risk +
2. Institute Cargo Clauses (A) CL.382 (1.1.09)
3. Institute Cargo Clauses (Air) CL.389 (1.1.09)
4. Institute War Clauses (Cargo) CL.385 (1.1.09)
5. Institute War Clauses (Sendings by Post) CL390 1/3/09
6. Institute Replacement Clause CL161 1/1/34
7. Institute War Clauses (Air Cargo) CL.388 (1.1.09)
8. Institute Strikes Clauses (Cargo) CL.386 (1.1.09)
9. Institute Strike Clauses (Air Cargo) CL.388 (1.1.09)
10. Institute Classification Clause CL.354 (1.1.01)
11. Inland Transit (Rail or Road or Air) Clause 'A' - 2010

Page 385 of 3856


ANNEXURE-XI TO SCC

12. Inland Strikes Clause – Strikes Riots Civil Commotions


13. Cargo ISM Endorsement (JC 98/019 1 May 1998)
14. Cargo ISM Forwarding Charges Clause (with no additional premium) 4/6/98
(JC1998/019)
15. Cargo ISPS Endorsement 4/11/04 (JC 2004/050)
16. Cargo ISPS Forwarding Charges Clause (with no additional premium) 4/11/04
(JC2004/050B)
17. Contracts (Rights of Third Parties) Act 1999 Exclusion Clause (Cargo) 18/02/2000
(JC
2000/002). –
18. Acceptance of Documents Clause –
19. 50/50 clause
20. Accumulation Clause -200% -
21. Additional Expenses Clause
22. Additional Customs Duty Clause – Rs. 25 Crores.
23. Attachment / Termination of Transit Clause
24. Buyer’s interest clause
25. Cancellation Clause –
26. Civil Authority Clause
27. Bill of Lading Clause
28. Cover for rejected shipments or damage cargo to be downgraded to ICC(C) unless
such cargo is surveyed by the MWS prior to the commencement of the insured transit
and such report found satisfactory by the lead (re)insurers.
29. Currency Conversion Clause
30. Debris removal clause – Rs. 5 crore
31. Deferred Unpacking Clause - not applicable to critical items (120 days)
32. Deliberate Damage - Pollution Hazard Clause – Rs. 10 Crores
33. Demurrage Charges Clause
34. Difference in Conditions / Guarantee of Collectability Clause -
35. Duty Insurance clause
36. Errors and Omission clause
37. Express/Emergency freight clause
38. Expediting Expenses / Airfreight Charges Clause – INR 65,000,000 or its equivalent
in INR or other currency
39. Extension of duration clause – 60 days
40. FOB clause – duration to be 30 days
41. Forwarding Expenses Clause
42. Fumigation Clause
43. Goods Purchased by The Assured on Insured or Delivered Terms
44. Import Duty and Collect Freight
45. Inspection of Record Clause
46. Insufficiency of packing clause – where the insured is not a party to it.
47. Intermediate storage - 6 months - All Risk
48. Items Sent for Repair Clause
49. Lenders/Assignment Clause
50. Letter of Credit Clause
51. Loss Payee Clause
52. Missing goods clause – 90 days
53. Multiple Assured Clause
54. Nominated loss adjusters clause

Page 386 of 3856


ANNEXURE-XI TO SCC

55. Nomination of Repairers Clause


56. Notification of Claims
57. Non-Delivery Losses Clause (90 days)
58. Non‐Vitiation Clause
59. No declaration clause
60. Overloading warranty deleted
61. Non-standard claim settlement – 90% of assessed claim amount.
62. Partial Loss Clause
63. Primary Insurance Clause
64. Payment on account – 75 %
65. Process Clause
66. Right of First Refusal Clause
67. Risk of loading and unloading till the layoff area.
68. Repacking clause
69. Returned shipments upto 10% per shipment value
70. Salvages Loss –
71. Sea/Air Worthiness Admitted Clause
72. Short landing Claims Clause
73. Shortage from containers / other modes of conveyance
74. Second hand Replacement Clause where applicable
75. Special Replacement Clause (Air Freight and Duty)
76. Stuffing/ De-stuffing/ re-stuffing/ allocation/ distribution at consolidators and/or
packers’ or at the assured’s premises or at bonded warehouse as attached
77. Subrogation Clause
78. Sue and Labour Clause
79. Survey Fees Clause
80. Tail end risk: ITC B + TPND. Cover will return to ITC-A if pre-dispatch survey done
81. Testing, Sorting and Segregation Clause
82. U.S.A. & CANADA ENDORSEMENT FOR THE INSTITUTE
83. RADIOACTIVE CONTAMINATION, CHEMICAL, BIOLOGICAL,
84. BIOCHEMICAL AND ELECTROMAGNETIC WEAPONS EXCLUSION
85. CLAUSE 10/11/03
86. Willful Misconduct Clause
87. Warranty/Conditions Precedent Clause
88. Waiver of subrogation

c) Deductibles for Section 1 & 2

As provided under clause 65.9 of SCC of Bidding Document replaced as per


Commercial Amendment No.1.

Note: Marine Coverage is subject to Survey Warranty.

Page 387 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XIII TO SCC
HRRL Page 1 of 1

QUALITY MANAGEMENT SYSTEM


[ANNEXURE- XIII TO SPECIAL CONDITIONS OF CONTRACT]

Page 388 of 3856


Page 389 of 3856
Specification For Quality Document No
Management System
B224-6-78-0001 Rev. 0
Requirements From Bidders For
Rajasthan Refinery Project Page 2 of 7

Abbreviations:

CV - Curriculum Vitae
ISO - International Organization for Standardization
MR - Material Requisition
PO - Purchase Order
PR - Purchase Requisition
QA - Quality Assurance
QMS - Quality Management System

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 390 of 3856


Specification For Quality Document No
Management System
B224-6-78-0001 Rev. 0
Requirements From Bidders For
Rajasthan Refinery Project Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE ........................................................................................................................................ 4
2.0 REFERENCE DOCUMENTS ...................................................................................................... 4
3.0 QUALITY MANAGEMENT SYSTEM – GENERAL ..................................................................... 4
4.0 QUALITY SYSTEM REQUIREMENTS ....................................................................................... 4
5.0 AUDITS........................................................................................................................................ 7
6.0 DOCUMENTATION REQUIREMENTS ....................................................................................... 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 391 of 3856


Specification For Quality Document No
Management System
B224-6-78-0001 Rev. 0
Requirements From Bidders For
Rajasthan Refinery Project Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be


met during contract execution by BIDDER (Suppliers / Contractors).

2.0 REFERENCE DOCUMENTS

6-78-0002 Specification for Documentation Requirements from


Contractors

6-78-0003 Specification for Documentation Requirements from Suppliers

3.0 QUALITY MANAGEMENT SYSTEM – GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system
shall fully satisfy all relevant requirements of ISO 9001 “Quality Management
Systems – Requirements.” Evidence of compliance shall be current certificate of
quality system registration to ISO 9001 or a recent compliance audit recommending
registration from a certification agency. The quality system shall provide the
planned and systematic control of all quality related activities for execution of
contract. Implementation of the system shall be in accordance with bidder’s
Organization Quality Management System documents and Contract specific
Quality requirements.

4.0 QUALITY SYSTEM REQUIREMENTS

4.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER’S Quality Plan shall
address all of the applicable elements of ISO 9001, identify responsible parties
within BIDDER’S organization, for the implementation / control of each area,
reference the applicable procedures used to control / assure each area, and verify
the documents produced for each area. The Project Quality Plan shall necessarily
define control or make reference to the relevant procedures, for design and
engineering, purchase, documentation, record control, bid evaluation, inspection,
production/manufacturing, preservation, packaging and storage, quality control at
construction site, pre-commissioning, commissioning and handing over (as
applicable) in line with contract requirement and scope of work.

4.2 BIDDER shall identify all specified or implied statutory and regulatory requirements
and communicate the same to all concerned in his organization and his sub
contractor’s organization for compliance.

4.3 BIDDER shall deploy competent and trained personnel for various activities for
fulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and work
environment to ensure that the specification and quality of the deliverable are
maintained.

4.4 BIDDER shall do the quality planning for all activities involved in execution of PO /
contract. The quality planning shall cover as minimum the following:

 Resources
 Product / deliverable characteristics to be controlled.
 Actions to address risks and opportunities.
 Process characteristics to ensure the identified product characteristics are
realized

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 392 of 3856


Specification For Quality Document No
Management System
B224-6-78-0001 Rev. 0
Requirements From Bidders For
Rajasthan Refinery Project Page 5 of 7

 Identification of any measurement requirements, acceptance criteria


 Records to be generated
 Need for any new / updated procedure

The quality planning shall result into the quality assurance plan, inspection and test
plans (ITPs) and job procedures for the project activities in the scope of bidder.
These documents shall be submitted to EIL/Owner for review/approval, before
commencement of work.

4.5 Requirements for sub-contracting / purchasing of services specified in contract /


tender shall be adhered to. In general all outsourced items will be from approved
vendors of EIL. Wherever requirements are not specified, or approved sub vendors
do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,
maintenance of purchasing data and verification of purchased product (sub-
contractor services), constitute important components of this requirement.

4.6 BIDDER shall plan and carry production and service provision under controlled
conditions. Controlled conditions shall include, as applicable

a) the availability of information that describes the characteristics of the product


b) the availability of work instructions
c) the use of suitable equipment
d) the availability and use of monitoring and measuring devices
e) the implementation of monitoring and measurement
f) the implementation of release, delivery and post-delivery activities

4.7 BIDDER shall validate any processes for production and service provision where
resulting output cannot be verified by subsequent monitoring and measurement.
This includes any process where deficiencies become apparent only after the
product is in use or service has been delivered.

4.8 BIDDER shall establish a system for identification and traceability of product /
deliverable throughout product realization. Product status with respect to inspection
and testing requirements shall be identified.

4.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL
property is lost, damaged or otherwise found to be unsuitable for use, this shall be
reported to the EIL / Owner.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 393 of 3856


Specification For Quality Document No
Management System
B224-6-78-0001 Rev. 0
Requirements From Bidders For
Rajasthan Refinery Project Page 6 of 7

4.10 BIDDER shall ensure the conformity of product / deliverable during internal
processing and delivery to the intended destination. Requirements mentioned in the
tender shall be adhered to.

4.11 BIDDER shall establish system to ensure that inspection and testing activities are
carried out in line with requirements. Where necessary, measuring equipments
shall be calibrated at specified frequency, against national or international
measurement standards; where no such standard exists, the basis used for
calibration shall be recorded. The measuring equipments shall be protected from
damage during handling, maintenance and storage.

4.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of
contract.

4.13 BIDDER shall monitor and measure the characteristics of the product /deliverable to
verify that product requirement has been met. The inspection (stage as well as
final) by BIDDER and EIL / Owner personnel shall be carried out strictly as per the
ITPs forming part of the contract. Product release or service delivery shall not
proceed until the planned arrangements have been satisfactorily completed, unless
otherwise approved by relevant authority and where applicable by Owner / EIL.

4.14 BIDDER shall establish and maintain a procedure to ensure that the product which
does not conform to requirements is identified and controlled to prevent its
unintended use or delivery

4.15 All non-conformities (NCs) / deficiencies found by the BIDDER’S inspection /


surveillance staff shall be duly recorded, including their disposal action shall be
recorded and resolved suitably. Effective corrective action shall be implemented by
the BIDDER so that similar NCs including deficiencies do not recur.

4.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the
BIDDER and appropriate corrective actions shall be implemented. BIDDER shall
intimate EIL / Owner of all such corrective action implemented by him.

4.17 BIDDER should follow the standards, specifications and approved drawings.
Concessions/Deviations shall be allowed only in case of unavoidable circumstances.
In such situations Concession/deviation request must be made by the BIDDER
through online vendor document management system of EIL, URL is
https://edocx.eil.co.in/vdm.

4.18 BIDDER shall have procedure for control of documents.

4.19 All project records shall be carefully kept, maintained and protected for any damage
or loss until the project completion, then handed over to EIL / Owner as per contract
requirement (Refer Specification Nos. 6-78-0002 - Specification for Documentation
Requirements from Contractors and 6-78-0003 - Specification for Documentation
Requirements from Suppliers), or disposed as per relevant project procedure.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 394 of 3856


Specification For Quality Document No
Management System
B224-6-78-0001 Rev. 0
Requirements From Bidders For
Rajasthan Refinery Project Page 7 of 7

5.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme
shall cover design, procurement, construction management and commissioning as
applicable including activities carried out by sub-vendors and sub-contractors. This
shall be additional to the certification body surveillance audits carried out under
BIDDER’S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny
by EIL / Owner. EIL or Owner’s representative reserves the right to attend, as a
witness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance
and access to their systems and sub-contractor / vendor systems as required for this
purpose. Any deficiencies noted shall be immediately rectified by BIDDER.

6.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work
(Within one week) for record / review by EIL / Owner.

 Organization chart (for complete organization structure and for the project)
 Project Quality Plan/Quality Assurance Plan
 Job specific Inspection Test Plans, if not attached with PR
 Job Procedures
 Inspection/Test Formats

In addition to above QMS documents, following documentation shall be maintained


by the BIDDER for submission to EIL / Owner on demand at any point of time during
execution of the project.

 Quality Management System document of their Organization


 Certificate of approval for compliance to ISO: 9001 standard
 Procedure for Control of Non-conforming Product
 Procedure for Control of Documents
 Sample audit report of the QMS internal and external audits conducted during
last one year
 Project QMS audit report
 Technical audit reports for the project
 Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit


any other document/data required for completion of the job as per EIL/Owner
instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 395 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XIV TO SCC
HRRL Page 1 of 1

OISD GUIDELINES-192, OISD GUIDELINE-207


AND
SPEC. FOR HEALTH, SAFETY AND
ENVIRONMENT (HSE) MANAGEMENT AT
CONSTRUCTION SITES
[ANNEXURE- XIV TO SPECIAL CONDITIONS OF CONTRACT]

Page 396 of 3856


Page 397 of 3856
JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 2 of 96
PROJECT SITES

Abbreviations:

AERB : Atomic Energy Regulatory Board


ANSI : American National Standards Institute
BARC : Bhabha Atomic Research Centre
BOCW : Building and other construction workers
BS : British Standard
EIL : Engineers India Limited
ELCB : Earth Leakage Circuit Breaker
EPC : Engineering, Procurement and Construction
EPCC : Engineering, Procurement, Construction and Commissioning
ESI : Employee State Insurance
GCC : General Conditions of Contract
GM : General Manager
GTAW : Gas Tungsten Arc Welding
RRP : Rajasthan Refinery Project
HOD : Head of Department
HSE : Health, Safety & Environment
HIRAC : Hazard, Identification Risk Assessment & Control
HV : High Voltage
IS : Indian Standard
IE : Indian Electricity
JSA : Job Safety Analysis
LOTO : Lock Out & Tag Out
LPG : Liquefied Petroleum Gas
LSTK : Lump Sum Turn Key
MV : Medium Voltage
PPE : Personal Protective Equipment
RCM : Resident Construction Manager or Site-in-Charge, as applicable
ROW : Right of Way
SCC : Special Conditions of Contract
SLI : Safe Load Indicator
TBT : Tool Box Talks

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 398 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 3 of 96
PROJECT SITES

CONTENTS
CLAUSE TITLE PAGE NO.
1.0 Scope 5
2.0 References 5
3.0 Requirement of Health, Safety and Environmental (HSE) 5
Management System to be complied by Bidders
3.1 Management Responsibility 5
3.1.1 HSE Policy & Objective 5
3.1.2 HSE Management System 5
3.1.3 Indemnification 6
3.1.4 Deployment & Qualification of Safety 6
Personnel
3.1.5 Implementation, Inspection& Monitoring 8
3.1.6 Behavior Based Safety 9
3.1.7 Awareness 10
3.1.8 Fire prevention & First-Aid 10
3.1.9 Documentation 10
3.1.10 Audit 11
3.1.11 Meetings 11
3.1.12 Intoxicating drinks & drugs and smoking 12
3.1.13 Penalty 12
3.1.14 Accident/Incident investigation 15
3.2 House Keeping 15
3.3 HSE Measures 16
3.3.1 Construction Hazards 16
3.3.2 Accessibility 17
3.3.3 Personal Protective Equipment’s (PPEs) 18

3.3.4 Working at height 18


3.3.5 Scaffoldings 20
3.3.6 Electrical installations 20
3.3.7 Welding/Gas cutting 22
3.3.8 Ergonomics and tools & tackles 23
3.3.9 Occupational Health 24
3.3.10 Hazardous substances 25
3.3.11 Slips, trips & falls 25
3.3.12 Radiation exposure 25
3.3.13 Explosives/Blasting operations 26
3.3.14 Demolition/Dismantling 26
3.3.15 Road Safety 26
3.3.16 Welfare measures 28
3.3.17 Environment Protection 28
3.3.18 Rules & Regulations 29
3.3.19 Weather Protection 29
3.3.20 Communication 29
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 399 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 4 of 96
PROJECT SITES

3.3.21 Confined Space Entry 30


3.3.22 Heavy Lifts 30
3.3.23 Key performance indicators 30
3.3.24 Unsuitable Land Conditions 31
3.3.25 Under Water Inspection 31
3.3.26 Excavation 31
3.4 Tool Box talks 32
3.5 Training & Induction Programme 32
3.6 Additional safety requirements for working Inside a running plant 34
3.7 Self Assessment and Enhancement 35
3.8 HSE Promotion 35
3.9 LOTO for isolation of energy source 35
4.0 Details of HSE Management System by Contractor
4.1 On Award of Contract 36
4.2 During Job Execution 36
4.3 During short listing of the sub-contractors 37
5.0 Records 37
6.0 Worksite Display Board 38
Appendices
1. Standards/Codes on HSE Appendix-A
2. Details of First AID Box Appendix-B
3. Types of Fire Extinguishers & their Application Appendix-C
4. Indicative List of statutory Appendix-D
5. Construction Hazards and their mitigation Appendix-E
6. Training subjects / topics Appendix-F
7. Construction Power Board (Typical) Appendix-G
8. List of HSE procedures Appendix-H
Attachments (Reporting Formats)
I. Safety Walk through Report HSE-1 Rev.0
II. Accident/Incident Report HSE-2 Rev.0
III. Suppl. Accident/Incident Investigation Report HSE-3 Rev.0
IV. Near Miss Incident Report/Dangerous occurrence HSE-4 Rev.0
V. Monthly HSE Report HSE-5 Rev.0
VI. Permit for Working at height HSE-6 Rev.0
VII. Permit for Working in Confined Space HSE-7 Rev.0
VIII. Permit for Radiation work HSE-8 Rev.0
IX. Permit for Demolishing/ Dismantling HSE-9 Rev.0
X Daily Safety Checklist HSE-10 Rev.0
XI Housekeeping assessment & compliance HSE-11 Rev.0
XII Inspection of temporary electrical booth / installation HSE-12 Rev.0
XIII Inspection for scaffolding HSE-13 Rev.0
XIV Permit for erection / modification & dismantling of HSE-14 Rev.0
scaffolding
XV Permit for heavy lift/critical erection HSE-15 Rev.0
XVI Permit Energy Isolation & De-Isolation HSE-16 Rev 0
XVII Permit for Excavation HSE-17 Rev 0
XVIII Environmental Aspect Impact Register HSE-18 Rev 0
XIX HIRAC Register HSE-19 Rev 0
XX Hot Work Permit HSE-20 Rev 0

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 400 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 5 of 96
PROJECT SITES

1.0 SCOPE

This specification establishes the Health, Safety and Environmental (HSE) management
requirement to be complied by Contractors/Vendors including their sub-contractors/sub vendors
during construction for project site.

This specification is not intended to replace the necessary professional judgment needed to
design & implement an effective HSE system for construction activities and the contractor is
expected to fulfill HSE requirements in this specification as a minimum. It is expected that
contractor shall implement best HSE practices beyond whatever are mentioned in this
specification.

Requirements stipulated in this specification shall supplement the requirements of HSE


Management given in relevant Act(s)/legislations, General Conditions of Contract (GCC) &
Special Conditions of Contract (SCC).

2.0 REFERENCES
The document should be read in conjunction with following:
- General Conditions of Contract (GCC)
- Special Conditions of Contract (SCC)
- Building and other construction workers Act,
- Indian Factories Act
- AP Factories Rules 1950
- OISD GDN 192 & GDN 207
- Job (Technical) specifications
- Relevant International/ National Codes (refer Appendix-A for standards/codes on HSE)
- Relevant State & National Statutory requirements.
- Operating Manuals Recommendation of Manufacturer of various construction Machineries
- Occupation Health and Safety Management System (OHSAS 18001:2007)/ ISO
45001:2018 (In case of conflict in requirement, stringent shall be followed)
- Environmental Management System (IS/ISO 14001:2015)

3.0 REQUIREMENTS OF HEALTH, SAFETY & ENVIRONMENTAL (HSE)


MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS

3.1 Management Responsibility

3.1.1 HSE Policy & Objectives

The Contractor should have a documented and duly approved latest HSE policy & objectives to
demonstrate commitment of their organization to ensure health, safety and environmental
aspects in their line of operations.
HSE Policy of the contractor shall be made available to Owner / EIL at the place of execution of
specific contract works.

3.1.2 HSE Management System

The HSE management system of the Contractor shall cover the HSE requirements &
commitments to fulfill them, including but not limited to what have been specified under
clauses 1.0 and 2.0 above. The Contractor shall obtain the approval of its site specific HSE Plan
from EIL / Owner prior to commencement of any site works. Corporate as well as Site

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 401 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 6 of 96
PROJECT SITES

management of the Contractor shall ensure compliance of their HSE Plan at work sites in its
entirety in true spirit.

3.1.3 Indemnification

Contractor shall indemnify & hold harmless, Owner/EIL & their representatives, free from any
and all liabilities arising out of non-fulfillment of HSE requirements or its consequences.

3.1.4 Deployment & qualifications of Safety personnel

The Contractor shall designate and deploy various categories of HSE personnel at site as
indicated below in sufficient number. In no case, deployment of safety Supervisor / Safety
Steward shall substitute deployment of Safety Officer / Safety Engineer what is indicated in
relevant statute of BOCW Act i.e. deployment of safety officer/Safety Engineer is compulsory
at project site. The Safety supervisors, Safety stewards/Observer etc. would facilitate the HSE
tasks at grass root level for construction sites and shall assist Safety Officer /Engineers.

Contractor shall appoint safety personnel as given below for every work shift:

Safety Observer/Steward: At all times minimum one observer for workers not exceeding 50 in
numbers. That means contractors are expected to deploy additional safety observers when
number of workers crosses beyond 50 and thereon.

Safety Supervisor: In addition to above, contractor shall depute one Safety Supervisor for every
125 workers.
Safety Engineer: In addition to above, one safety engineer/ officer for every 500
workers.

Requirements of safety personnel for every shift


No of workers Safety Safety
deployed Safety Observer/steward Supervisor Eng./Officer
1. - 50 1 1
51 - 100 2 1
101 - 150 3
151 - 200 4 2
201 - 250 5
251 - 300 6 4
301 - 350 7
351 - 400 8
401 - 450 9
451 - 500 10
501 -550 11 6 2
551 - 600 12
601 - 650 13
651 - 700 14
701 -750 15
751 -800 16 8
801 - 850 17
851 - 900 18
901- 950 19

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 402 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 7 of 96
PROJECT SITES

951 - 1000 20
UP to 2000 40 16 4

In case any of the safety personnel leave the contractor the same shall be intimated to the
owner/ EIL. The contractor shall recruit new personnel and fill up the vacancy immediately.

a) Safety Steward/Observer
As a minimum, he shall preferably possess School leaving Certificate (of Class XII with
Physics & Chemistry etc.) and trained in fire-fighting as well as in safety/occupational
health related subjects, with minimum two year of practical experience in construction
work environment and preferably have adequate knowledge of the language spoken by
majority of the workers at the construction site.

b) Safety Supervisor

As a minimum, he shall possess a recognized Degree in Science (with Physics &


Chemistry) or a diploma in Engg. (Or higher Tech. qualification) with minimum Two years
of practical experience in construction work environment and should possess requisite
skills to deal with construction safety & fire related day-to-day issues.

c) Safety Officer / Safety Engineer

Safety officer/Engineer Should Possess the following Qualification &Experience:

(i) Recognized degree in any branch of Engg. or Tech. or Architecture with


practical experience of working in a building or other construction work in
supervisory capacity for a period of not less than three years, or

possessing recognized diploma in any branch of Engg. or Tech with


practical experience of building or other construction works in supervisory
capacity for a period of not less than five years, or .

(ii) Recognized degree or diploma in Industrial safety with one paper in Construction
Safety

(iii) Preferably have adequate knowledge of the language spoken by majority of the
workers at the construction site.

Alternately

(i) Person possessing Graduation Degree in Science with Physics & Chemistry and
degree or diploma in Industrial Safety (from any Indian institutes recognized by
AICTE or State Council of Tech. Education of any Indian State) with practical
experience of working in a building, plant or other construction works (as Safety
Officer, in line with Indian Factories Act, 1958) for a period of not less than five
years, may be considered as Safety Officer, in case Owner/Client of the project
agrees for /approves the same.

d) HSE In-Charge

In case there is more than one Safety Officer at any project construction site, one of them,
who is senior most by experience (in HSE discipline), may be designated as HSE In-

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 403 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 8 of 96
PROJECT SITES

Charge. Duties & responsibilities of such person shall be commensurate with that of
relevant statute and primarily to coordinate with top management of Client and contractors.

In case the statutory requirements i.e. State or Central Acts and / or Rules as applicable like
the Building and Other Construction Workers’ Regulation of Employment and Conditions
of Service- Act,1996 or State Rules (wherever notified), the Factories Act, 1948 or Rules
(wherever notified), etc. are more stringent than the requirement mentioned in para-1 above
, the same shall be followed.

Contractors shall ensure physical availability of safety personnel at the place of specific
work location, where Hot Work Permit is required /granted. No work shall be started at any
of the project sites until above safety personnel & concerned Site Engineer of Contractor
are physically deployed at site. The Contractor shall submit a HSE organogram clearly
indicating the lines of responsibility and reporting system and elaborate the responsibilities
of safety personnel in their HSE Plan.

The Contractor shall verify &authenticate credentials of such safety personnel and furnish
Bio-Data/Resume/Curriculum Vitae of the safety personnel as above for EIL/Owner’s
approval, at least 1 month before the mobilization. The Contractor, whenever required,
shall arrange submission of original testimonials/certificates of their Safety personnel, to
EIL/Owner (for verification/scrutiny, etc.)

Imposition / Realization of penalty shall not absolve the Contractor from his/her
responsibility of deploying competent safety officer at site.
Adequate planning and deployment of safety personnel shall be ensured by the Contractor
so that field activities do not get affected because of non-deployment of competent &
qualified safety people in appropriate numbers.

3.1.5 Implementation, Inspection/Monitoring


• The Contractor shall be fully responsible for planning, reporting, implementing and
monitoring all HSE requirements and compliance of all laws & statutory requirements.
• The Contractor shall also ensure that the HSE requirements are clearly understood &
implemented conscientiously by their site personnel at all levels at site.
• The Contractor shall ensure physical presence of their field engineers / supervisors, during
the continuation of their contract works / site activities including all material transportation
activities. Physical absence of experienced field engineers / supervisors of Contractor at
critical work spot, during the course of work, may invite severe penalization as per the
discretion of EIC, including halting / stoppage of work.
• Contractor shall furnish their annual Inspection Plan, with regard to project issues /subjects,
frequency and performers to EIL/Owner.
• The Contractor shall regularly review inspection report internally and implement all
practical steps / actions for improving the status continuously.
• The Contractor shall ensure important safety checks right from beginning of works at every
work site locations and to this effect format No: HSE-10 “Daily Safety Check List” shall be
prepared by field engineer & duly checked by safety personnel for conformance.
• The Contractor shall carry out inspection to identify various unsafe conditions of work
sites/machinery/equipment’s as well as unsafe acts on the part of
workmen/supervisor/engineer while carrying out different project related works.
• Adequate records for all inspections shall be maintained by the Contractor and the same
shall be furnished to EIL/Owner, whenever sought.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 404 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 9 of 96
PROJECT SITES

• The Contractor shall not carry-out work by engaging single worker anywhere without any
supervisor anytime during day or night.
• To demonstrate involvement/commitment of site management of Contractor, at least one
Safety Walk through in a month shall be carried out by Contractor’s head of site (along
with his area manager/field engineers) and a report shall be furnished to EIL/Owner as per
format No: HSE-1” Safety walk through report” followed by compliance for unsatisfactory
remarks.
• As a general practice lifting tools/tackles, machinery, accessories etc. shall be inspected,
tested and examined by competent people (approved by concerned State authorities) before
being used at site and also at periodical interval (e.g. during replacement, extension,
modification, elongation/reduction of machine/parts, etc.) as per relevant statutes. Lifting
machinery, mobile equipment’s / machinery / vehicles, etc. shall be inspected regularly by
only competent / experienced personnel at site and requisite records for such inspections
shall be maintained by every contractor. Contractor shall also maintain records of
maintenance of all other site machinery (e.g. generators, rectifiers, compressors, cutters,
etc.) & portable tools/equipments being used at project related works (e.g. drills, abrasive
wheels, punches, chisels, spanners, etc.).The Contractor shall not make use of arbitrarily
fabricated ‘derricks’ at project site for lifting / lowering of construction materials.
• Site facilities /temporary installations, e.g. batching plant, cement godown, DG-room,
temporary electrical panels/distribution boards, shot-blasting booth, fabrication yards, etc.
and site welfare facilities, like labour colonies, canteen/pantry, rest-shelters, motor
cycle/bicycle-shed, site washing facilities, First-aid centers, urinals/toilets, etc. should be
periodically inspected by Contractor (preferably utilizing HR/Admn. personnel to inspect
site welfare facilities) and records to be maintained.
3.1.6 Behaviour Based Safety
• The contractor shall develop a system to implement Behaviour-Based Safety (BBS)
through which work groups can identify, measure and change the behaviours of employees
and workers
• The BBS process shall include the following:
- Identify the behaviours critical to obtaining required safety performance.
- Communicate the behaviours and how they are performed correctly to all
- Observe the work force and record safe/at risk behaviours. Intervene with workers to
give positive reinforcement when safe behaviours are observed. Provide
coaching/correction when at risk behaviours are observed
- Collect and record observation data
- Summarize and analyze observation data
- Communicate observation data and analysis results to all employees
- Provide recognition or celebrate when safe behaviour improvements occur
- Change behaviours to be observed or change activators or change consequences as
appropriate.
- Communicate any changes to workforce
• Contractor through its own HSE committee shall implement the above process.
• The necessary procedures and reporting formats shall be developed by the contractor for
approval by EIL/Owner.
• The HSE committee of contractor shall observe individual’s behavior for safe practices
adapted for utilization/execution of work for following as a minimum:-
- PPE
- Tools & equipment

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 405 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 10 of 96
PROJECT SITES

- Hazard Identification & control


- House keeping
- Confined space entry
- Hot works
- Excavation
- Loading & unloading
- Work At height
- Stacking & storage
- Ergonomics
- Procedures

3.1.7 Awareness and Motivation

• The Contractor shall promote and develop awareness on Health, Safety and Environmental
protection among all personnel working for the Contractor.
• Regular awareness programs and fabrication shop/work site meetings at least on monthly
basis shall be arranged on HSE activities to cover hazards/risks involved in various
operations during construction.
• Contractor to motivate & encourage the workmen & supervisory staff by issuing/ awarding
them with tokens/ gifts/ mementos/ monetary incentives/ certificates, etc.
• Contractor shall assess & recognize the behavioral change of its site engineers / supervisors
periodically and constantly motivate / encourage them to implement HSE practices at
project works
3.1.8 Fire prevention & First-Aid

• The Contractor shall arrange suitable First-aid measures such as First Aid Box (Refer
Appendix-B for details), stand-by Emergency Vehicle .Additionally separate ambulance
with trained personnel/nurse (male) to administer First Aid shall be provided by the
Contractor beyond deployment of 400 workmen.
• The Contractor shall arrange installation of fire protection measures such as adequate
number of steel buckets with sand & water and adequate number of appropriate portable
fire extinguishers (Refer Appendix-C for details) to the satisfaction of EIL/Owner.
• The Contractor shall deploy trained supervisory personnel / field engineers to cater to any
emergency situation.
• In case the number of workers exceeds 500, the Contractor shall position an Ambulance/
vehicle and nurse on round the clock basis very close to the worksite.
• The Contractor shall arrange FIRE DRILL/Evacuation Drill at each site at least once in
three months, involving site workmen and site supervisory personnel & engineers. The
Contractor shall maintain adequate record of such fire drills at project site
• List of trained first aider available at the site to be displayed at the site office.

3.1.9 Documentation
The Contractor shall develop a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the
same shall be submitted for approval by owner/EIL.
- HSE Organogram
- Site specific HSE Plan

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 406 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 11 of 96
PROJECT SITES

- Safety Procedures, forms and Checklist. Indicative list of HSE procedures is attached as
Appendix :H
- Inspections and Test Plan
- Risk Assessment & Job Safety Analysis for critical works.
- HIRAC Register as per Format no: HSE-19 to identify, assess, analyze & mitigate the
construction hazards& incorporate relevant control measures before actually executing site
works
- Environmental Aspect Impact Register as per Format no: HSE-18 (identify, assess, analyze
& mitigate the environmental impact & incorporate relevant control measures)
- Legal Register to identify and comply to all applicable HSE related legal requirements
The monitoring for implementation shall be done by regular inspections and compliance of the
observations thereof. The Contractor shall get similar HSE requirements implemented at his
sub-contractor(s) work site/office. However, compliance of HSE requirements shall be the
responsibility of the Contractor. Any review/approval by EIL/Owner shall not absolve
contractor of his responsibility/liability in relation to fulfilling all HSE requirements.

3.1.10 Audit

The Contractor shall submit an Audit Plan to EIL/Owner indicating the type of audits and
covering following as minimum:

• Internal HSE audits regularly at least on quarterly basis by engaging internal qualified
auditors(viz. safety officers/Construction personnel having 5years experience in
construction safety and Lead Auditor Course :OSHA 18001certification).
• External HSE audits regularly at least on every six months by engaging qualified external
auditors (viz. safety officers/Construction personnel having 10years experience in
construction safety and Lead Auditor Course: OHSAS 18001certification).

All HSE shortfalls/ non-conformances on HSE matters brought out during review/audit, shall be
resolved forthwith(generally within a week)by Contractor& compliance report shall be
submitted to EIL/Owner.

In addition to above audits by contractor, the contractor’s work shall be subjected to HSE audit
by EIL/Owner at any point of time during the pendency of contract. The CONTRACTOR shall
take all actions required to comply with the findings of the Audit Report and issue regular
Compliance Reports for the same to OWNER/ EIL till all the findings of the Audit Report are
fully complied.

Failure to carry-out HSE Audits& its compliance (internal & external)by Contractor, shall invite
penalization.

3.1.11 Meetings

• The Contractor shall ensure participation of his top most executive at site (viz. Resident
Construction Manager / Resident Engineer/ Project Manager / Site-in-Charge) in Safety
Committee/HSE Committee meetings arranged by EIL/Owner usually on monthly basis or
as and when called for. In case Contractor’s top most executive at site is not in a position
to attend such meeting, he shall inform EIL/Owner in writing before the commencement of
such meeting indicating reasons of his absence and nominate his representative – failure to
do so may invite very stringent penalization against the specific Contractor, as deemed fit
in Contract. The obligation of compliance of any observations during the meeting shall be

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 407 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 12 of 96
PROJECT SITES

always time bound. The Contractor shall always assist EIL/Owner to achieve the targets
set by them on HSE management during the project implementation.
• In addition, the Contractor shall also arrange internal HSE meetings chaired by his top most
executive at site on weekly basis and maintain records. Such internal HSE meetings shall
essentially be attended by field engineers / supervisors (& not by safety personnel only) of
the Contractor and its associates. Records of such internal HSE meetings shall be
maintained by the Contractor for review by EIL/Owner or for any HSE Audits.
• Agenda of internal HSE meeting should broadly cover: -

a) Confirmation of record notes /minutes of previous meeting


b) Discussion on outstanding subjects of previous points / subjects, if any
c) Incidents / Accidents (of all types) at project site, if any
d) Current topics related to site activities / subjects of discussion
e) House keeping
f) Behavioral Safety
g) Information / views / deliberations of members / site, sub-Contractors
h) Report from Owner / Client
i) Status of Safety awareness, Induction programs & Training programs
The time frame for such HSE meeting shall be religiously maintained by one and all.
3.1.12 Intoxicating drinks & drugs and Smoking

• The Contractor shall ensure that his staff members & workers (permanent as well casual)
shall not be in a state of intoxication during working hours and shall abide by any law
relating to consumption & possession of intoxicating drinks or drugs in force.
• The Contractor shall not allow any workman to commence any work at any locations of
project activity who is/are influenced / effected with the intake of alcohol, drugs or any
other intoxicating items being consumed prior to start of work or working day.
• Awareness about local laws on this issue shall form part of the Induction Training and
compulsory work-site discipline.
• The Contractor shall ensure that all personnel working for him comply with “No-Smoking”
requirements of the Owner as notified from time to time. Cigarettes, lighters, auto ignition
tools or appliances as well as intoxicating drugs, dry tobacco powder, etc. shall not be
allowed inside the project / plant complex.
• Smoking is not permitted inside Refinery.
3.1.13 Penalty
The Contractor shall adhere consistently to all provisions of HSE requirements. In case of non-
compliances and also for repeated failure in implementation of any of the HSE provisions,
EIL/Owner may impose stoppage of work without any cost & time implication to the Owner
and / or impose a suitable penalty.
The amount of penalty to be levied against defaulted Contractor awarded by Owner / EIL shall
be limited to 2.5% (Two point five percent) of the contract value for various type of contracts
viz:
• EPC contract
• LSTK Package contract
• Item Rate or Composite contracts

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 408 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 13 of 96
PROJECT SITES

• Vendor wherein site work is covered in their scope of work


This penalty for HSE violation shall be in addition to all other penalties specified elsewhere in
the contract viz. PRS for delay, etc.. The decision of imposing stop-work-instruction and
imposition of penalty shall rest with EIL/Owner. The same shall be binding on the Contractor.
Imposition of penalty does not make the Contractor eligible to continue the work in unsafe
manner.
The Contractor shall ensure that Safety Incident Rate in any case should not exceed 0.04.The
safety incident rate shall be calculated in accordance with the formula (Safety Incident Rate=
No. of Recordable incidents x 200,000 divided by the total number of man hours worked).For
the purpose of above formula, a recordable incident is an incident which results in work loss of
24 hours or more (excluding the day of incident).
The amount of penalty applicable for the Contractor on different types of HSE violations is
specified below:
Sl.
Violation of HSE norms Penalty Amount
No.
1. For not using personal protective equipment Rs500/- per day/Item / Person.
(Helmet, Shoes, Goggles, Gloves, Full body harness,
Face shield, Boiler suit, etc.)
2. Working without Work Permit/Clearance Rs20000/- per occasion
3 Execution of work without deployment of requisite Rs. 5000/- per violation per day
field engineer / supervisor at work spot
4. Unsafe electrical practices (not installing ELCB, Rs10000/- per item per day.
using poor joints of cables, using naked wire without
top plug into socket, laying wire/cables on the roads,
electrical jobs by incompetent person, etc.)
5. Working at height without full body harness, using Rs.10000/- per case per day.
non-standard/ rejected scaffolding and not arranging
fall protection arrangement as required, like hand-
rails, life-lines, Safety Nets etc.
6. Unsafe handling of compressed gas cylinders (No Rs500/- per item per day.
trolley, jubilee clips double gauge regulator, and not
keeping cylinders vertical during storage/handling,
not using safety cap of cylinder).
7. Use of domestic LPG for cutting purpose / not using Rs. 3000/- per occasion.
flash back arresters on both the hoses/tubes on both
ends.
8. No fencing/barricading of excavated areas / Rs. 3000/- per occasion.
trenches.
9. Not providing shoring/strutting/proper slope and not Rs.5,000/- per occasion.
keeping the excavated earth at least 1.5M away from
excavated area.
10. Non display of scaffold tags, caution boards, list of Rs.1000/- per occasion per day
hospitals, emergency services available at work
locations.
11. Traffic rules violations like over speeding of Rs. 2000/- per occasion per day
vehicles, rash driving, talking on mobile phones
during vehicle driving, wrong parking, not using seat
belts, vehicles not fitted with reverse horn / warning
alarms / flicker lamps during foggy weather.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 409 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 14 of 96
PROJECT SITES

Sl.
Violation of HSE norms Penalty Amount
No.
12. Absence of Contractor’s RCM/SIC or his Rs10000/- per meeting.
nominated representative (prior approval must be
taken for each meeting for nomination) from site
HSE meetings whenever called by EIL/Owner&
failure to nominate his immediate deputy (in the site-
organogram) for such HSE meetings.
13. Failure to maintain HSE records by Contractor Rs10000/- per month.
Safety personnel, in line with approved HSE
Plan/Procedures/Contract specifications..
14. Failure to conduct daily site safety inspection (by Rs.10000/- per occasion.
Contractor’s safety engineers/safety officers),
internal HSE meeting, internal HSE
Awareness/Motivation Program, Site HSE Training
and HSE audit at predefined frequencies (as
approved in HSE Plan).
15. Failure to submit the monthly HSE report by 5th of Rs. 10000/- per occasion and Rs.
subsequent month to Project’s Engineer-in-Charge/ 1000/- per day of further delay.
Owner
16. Poor House Keeping Rs. 5000/- per occasion per subject
17. Failure to report &follow-up accident (including Rs. 20000/- per occasion
Near Miss) reporting system within specific time-
frame.
18. Degradation of environment (not confining toxic Rs10000/- per occasion
spills, spilling oil/lubricants onto ground)
19. Not medically examining the workers before Rs5000/- per occasion per worker
allowing them to work at height / to work in
confined space / to work in shot-blasting / to work
for painting / to work in bitumen or asphalt works,
not providing ear muffs while allowing them to work
in noise polluted areas, made them to work in air
polluted areas without respiratory protective devices,
etc.
20. Violation of any other safety condition as per job Rs. 5000/- per occasion
HSE plan / work permit and HSE conditions of
contract (e.g. using crowbar on cable trenches,
improper welding booth, not keeping fire
extinguisher ready at hot work site, unsafe rigging
practices, non-availability of First-Aid box at site,
not using hood with respiratory devices by blaster
for shot//grit blasting, etc.)
21. Failure to carry-out Safety audit in time (internal & Rs. 20,000/- per occasion
external),close-out of identified shortfalls of
Observations of Safety Aspects(OSA),etc
22. Carrying out sand blasting instead of grit/shot Rs. 50,000/- per day
blasting
23. Failure to deploy adequately qualified and Rs. 10000/- per day per Officer
competent Safety Officer
24. Utilization of hydra/back-hoe loader for material Rs 25,000/- per occasion
shifting or any other unauthorized /unsafe lifting
works

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 410 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 15 of 96
PROJECT SITES

Sl.
Violation of HSE norms Penalty Amount
No.
25 Any Reportable Physical Injury (Lost Time Injury) Maximum
(0.1% of awarded contract price ), Rs 1,00,000/-*per injury
{Accident injured a man & keep him away from
work for 48 hours or more(excluding the day of
accident)}
26. Any Fatal Accident Maximum
(0.5% of awarded contract price) Rs 2,50,000/-*per fatality
27. Any violation not covered above To be decided by EIL/Owner.
28 Unauthorized dumping of scrap in Refinery Rs 5000/- per occasion
*For EPC/LSTK Package Contracts asterisk marked penalties shall be doubled if the Safety
Incident Rate goes higher than 0.04.
• The Contractor shall make his field engineers/supervisors fully aware of the fact that they
keep track with the site workmen for their behavior and compliance of various HSE
requirements. Safety lapses / defects of project construction site shall be attributable to the
concerned job supervisor / engineer of the Contractor, (who remains directly responsible
for safely executing field works). For repeated HSE violations, concerned job supervisor /
engineer shall be reprimanded or appropriate action, as deemed fit, shall be initiated (with
information to EIL & Owner) by the concerned Contractor.
Contractor shall initiate verbal warning shall be given to the worker/employee during his first
HSE violation. A written warning shall be issued on second violation and specific training shall
be arranged / provided by the Contractor to enhance HSE awareness/skill including feedback on
the mistakes/ flaws. Any further violation of HSE stipulations by the erring individuals shall call
for his forthright debar from the specific construction site. A record of warnings for each
worker/employee shall be maintained by the Contractor, like by punching their cards / Gate
passes or by displaying their names at the Project entry gate. Warnings, penalizations,
appreciations etc. shall be discussed in HSE Committee meetings by site Head of the
Contractor.

3.1.14 Accident/ Incident investigation

All accidents/incidents shall be informed to EIL/Owner at least telephonically by Contractor


immediately and in writing within 24 hours on Format No. HSE-2, as applicable. Thereafter, a
Supplementary Accident / Incident investigation Report on Format No. HSE-3 shall be
submitted to EIL/Owner within 72 hours. Near Miss incident(s), Dangerous accidents/incident
shall also be reported on Format No. HSE-4 within 24 hours. The accident/ incident shall be
investigated by a team of Contractor’s senior Site personnel (involving Site-in-Charge or at least
by his deputy) for establishing root-cause and recommending corrective & preventive actions.
Findings shall be documented and suitable actions taken to avoid recurrences shall be
communicated to EIL/Owner. Owner/EIL shall have the liberty to independently investigate
such occurrences and the Contractor shall extend all necessary help and cooperation in this
regard. EIL/Owner shall have the right to share the content of this report with the outside world.

3.2 House Keeping

The Contractor shall ensure that a high degree of housekeeping is maintained and shall ensure
interalia; the followings:

a) All surplus earth and debris are removed/disposed off from the working areas to designated
location(s).

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 411 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 16 of 96
PROJECT SITES

b) Unused/surplus cables, steel items and steel scrap lying scattered at different places within
the working areas are removed to identify location(s).
c) All wooden scrap, empty wooden cable drums and other combustible packing materials,
shall be removed from work place to identified location(s).
d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips and
bricks etc shall not be allowed on the roads to obstruct free movement of men &
machineries.
e) Fabricated steel structural, pipes & piping materials shall be stacked properly for erection.
f) Water logging on roads shall not be allowed.
g) No parking of trucks/trolleys, cranes and trailers etc. shall be allowed on roads, which may
obstruct the traffic movement.
h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working
areas.
i) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.
j) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate matter like dust, sand, etc. by keeping the top surface wet for ease in breathing.
k) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits / trench excavation / elevated work platforms/ confined spaces
etc.
l) Welding cables and the power cable must be segregated and properly stored and used .The
same shall be laid away from the area of movement and shall be free from obstruction.
m) Schedule for upkeep/cleaning of site to be firmed up and implemented on regular basis

The Contractor shall carry-out regular checks (minimum one per fortnight) as per format No:
HSE-11 for maintaining high standard of housekeeping and maintain records for the same. The
Contractor shall provide supervisor for housekeeping exclusively for management of day-to-day
housekeeping activities with barricading.

3.3 HSE Measures

3.3.1 Construction Hazards

The Contractor shall ensure identification of all Occupational Health, Safety & Environmental
hazards in the type of work he is going to undertake and enlist mitigation measures. Contractor
shall carry out Job Safety Analysis (JSA)/Risk Analysis specifically for high risk jobs/critical
jobs like (format No.HSE-19 shall be used for HIRAC).

a) Working at height (+2.0 Meter height) for cold (incl. colour washing, painting, insulation
etc.) & hot works.
b) Work in confined space,
c) Deep excavations &trench cutting (depth > 2.0 meter)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of structural steel members / roof-trusses / pipes at height more than 2.0 Meter
with or without crane.
h) Erection of pipes (full length or fabricated) at height more than 2.0 Meter height with
Crane of 100T capacity.
i) All lifts using 100T Crane plus mechanical pulling.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 412 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 17 of 96
PROJECT SITES

j) All lifts using two cranes in unison (Tandem Lifting).


k) Any lift exceeding 80% capacity of the lifting equipment’s( crane etc.).
l) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or
mechanically.
m) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.
n) Erection of any item at >2.0 Meter height using 100T crane or of higher capacity
o) Hydrostatic test of pipes, vessels & columns and water-flushing.
p) Radiography jobs (in-plant & open field)
q) Work in Live Electrical installations / circuits
r) Handling of explosives &Blasting operations
s) Demolishing/ dismantling activities
t) Welding/ gas cutting jobs at height (+2.0 Meter)
u) Lifting/placing roof-girders at height(+2.0 Meter)
v) Lifting & laying of metallic / non-metallic sheet over roof/structures.
w) Lifting of pipes, gratings, equipments/vessels at heights (+2.0 Meter) with & without using
cranes
x) Calibration of equipment, instruments and functional tests at yards / work-sites.
y) Operability test of Pump, Motors (after coupling) & Compressors.
z) Cold or Hot works inside Confined Space.
aa) Transportation & shifting of ODC consignments into project areas.
bb) Working in “charged/Live” elect. Panels
cc) Stress Relieving works (Electrically or by Gas-burners).
dd) Pneumatic Tests
ee) Card board blasting
ff) Chemical cleaning
gg) Connecting new OWS lines to existing OWS system

And take feedback from EIL/Owner. The necessary HSE measures devised shall be put in to
place, prior to start of an activity &also shall be maintained during the course of works, by the
Contractor. Copies of such JSAs shall be kept available at work sites by the Contractor to enable
all concerned carrying out checks / verification.
A list of typical construction hazards along with their effects & preventive measures is given in
Appendix-E.

3.3.2 Accessibility

• The Contractor shall provide safe means of access(in sufficient numbers)& efficient exit to
any working place including provisions of suitable and sufficient scaffolding at various
stages during all operations of the work for the safety of his workmen and EIL/Owner.

• The Contractor shall implement use of all measures including use of “life line”, “fall-
arresters”, “retractable fall arresters”, “safety nets” etc. during the course of using all safe
accesses& exits, so that in no case any individual remains at risk of slip & fall during their
travel.

• The access to operating plant / project complex shall be strictly regulated. Any person or
vehicle entering such complex shall undergo identification check, as per the procedures in
force / requirement of EIL/Owner.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 413 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 18 of 96
PROJECT SITES

• Accessibility to ‘confined space’ shall be governed by specific system / regulation, as


established at project site.
3.3.3 Personal Protective Equipment (PPEs)
• The Contractor workmen shall be permitted entry inside the project premises only with
proper PPEs.

• The Contractor shall ensure that all their staff, workers and visitors including their sub-
contractor(s) have been issued (records to be kept) & wear appropriate PPEs like nape strap
type safety helmets preferably with head &sweat band with ¾” cotton chin strap (made of
industrial HDPE), safety shoes with steel toe cap and antiskid sole, full body harness (CЄ
marked and conforming to EN361), protective goggles, gloves, ear muffs, respiratory
protective devices, etc. All these gadgets shall conform to applicable IS Specifications/CE
or other applicable international standards. The Contractor shall implement a regular
regime of inspecting physical conditions of the PPEs being issued / used by the workmen
of their own & also its sub-agencies and the damaged / unserviceable PPEs shall be
replaced forthwith.

• Boiler suit with florescent strip and with the name of the contractor displayed on the back
side is mandatory while working inside refinery.

• The helmets used by the contractor employees/workers at site shall be of any color other
than White and Yellow.

• For shot blasting, the usage of protective face shield and helmets, gauntlet and vortex
cooler with slag /shot blasting face shield is mandatory, protective clothing is mandatory.
Such protective clothing should conform relevant IS Specification.

• An indicative list of HSE standards/codes is given under Appendix-A.

• Contractor shall ensure procurement & usage of following safety equipment’s/ accessories
(conforming to applicable IS mark / CE standard) by their staff, workmen & visitors
including their subcontractors all through the span of project construction / pre-
commissioning/ Commissioning:-‘
a. PPEs (Helmet, Spectacle, Ear-muff, Face shield, Hand gloves, Safety Shoes, Gum
boot)
b. Barricading tape / warning signs
c. Rechargeable Safety torch (flame-proof)
d. Safety nets (with tie-chords)
e. Fall arresters
f. Portable ladders (varying lengths)
g. Life-lines (steel wire-rope, dia not less than 8.0 mm)
h. Full body harness (double lanyard)
i. Lanyard
j. Karabiner
k. Retractable fall arresters (various length)
l. Portable fire extinguishers (DCP type) – 5 kg capacity
m. Portable Multi Gas detector
n. Sound level meter
o. Radiography survey meter
p. Digital Lux meter
q. Fire hoses & flow nozzles
r. Fire blankets / Fire retardant cloth (with eyelets)

3.3.4 Working at height

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 414 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 19 of 96
PROJECT SITES

• The Contractor shall issue permit for working (PFW) at height after verifying and
certifying the checkpoints as specified in the attached permit (Format No. HSE-6). He shall
also undertake to ensure compliance to the conditions of the permit during the currency of
the permit including adherence of personal protective equipment’s. Contractor’s Safety
Officer shall verify compliance status of the items of permit document after
implementation of action is completed by Contractor’s execution / field engineers at work
site. Job Safety Analysis (JSA) for specific works at height duly commented by
EIL/Owner, shall be kept attached with particular Permit for Work (PFW) at site for ready
reference & follow-up.

• Such PFW shall be initially issued for one single shift or expected duration of normal work
and extended further for balance duration, if required. EIL/Owner can devise block-permit
system at any specific area, in consultation with project specific HSE Committee to specify
the time-period of validity of such PFW or its renewal. This permit shall be applicable in
areas where specific clearance from Owner’s operation Deptt./Safety Deptt. is not required.
EIL / Owner’s field Engineers/Safety Officers/Area Coordinators may verify and counter
sign this permit (As an evidence of verification) during the execution of the job.

• All personnel shall be medically examined & certified by registered doctor, confirming
their ‘medical fitness for working at height. The fitness examination shall be done once in
six months.

• In case work is undertaken without taking sufficient precautions as given in the permit, EIL
/Owner Engineers may exercise their authority to cancel such permit and stop the work till
satisfactory compliance/rectification is arranged made. Contractors are expected to
maintain a register for issuance of permit and extensions thereof including preserving the
used permits for verification during audits etc.

• The Contractor shall arrange (at his cost) and ensure use of Fall Arrester Systems by his
workers. Fall arresters are to be used while climbing/descending tall structures or vessels /
columns etc. These arresters should lock automatically against the anchorage line,
restricting free fall of the user. The device is to be provided with a double security opening
system to ensure safe attachment or release of the user at any point of rope. In order to
avoid shock, the system should be capable of keeping the person in vertical position in case
of a fall.

• The Contractor shall ensure that Full body harnesses conforming IS 3521 and having
authorized CЄ marking is used by all personnel while working at height. The lanyards and
life lines should have enough tensile strength to take the load of the worker in case of a fall.
One end of the lanyard shall be firmly tied with the harnesses and the other end with life
line. The harness should be capable of keeping the workman vertical in case of a fall,
enabling him to rescue himself.

• The Contractor shall provide Roof Top Walk Ladders for carrying out activities on sloping
roofs in order to reduce the chances of slippages and falls.
• The Contractor shall ensure that a proper Safety Net System is used wherever the hazard of
fall from height is present. The safety net, preferably a knotted one with mesh ropes
conforming to IS 5175/ ISO 1140 shall have a border rope & tie cord of minimum 12mm
dia. The Safety Net shall be located not more than 6.0 meters below the working surface
extending on either side up to sufficient margin to arrest fall of persons working at different
heights.
• In case of accidental fall of person on such Safety Net, the bottom most portion of Safety
Net should not touch any structure, object or ground.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 415 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 20 of 96
PROJECT SITES

• The Contractor shall ensure positive isolation while working at different levels like in the
pipe rack areas. The working platforms with toe boards & hand rails shall be sufficiently
strong & shall have sufficient space to hold the workmen and tools& tackles including the
equipment’s required for executing the job. Such working platforms shall have mid-rails, to
enable people work safely in sitting posture.

3.3.5 Scaffoldings& Barricading

• Suitable steel scaffoldings only shall be provided to workmen for all works that cannot be
safely done from the ground or from solid construction except such short period work that
can be safely done using ladders or certified (by 3rd party competent person) man-basket.
When a ladder is used, an extra workman shall always be engaged for holding the ladder.

• The Contractor shall ensure that the scaffolds used during construction activities shall be
strong enough to take the designed load. Main Contractor shall always furnish duly
approved construction-design details of scaffold & SWL (from competent designers) free
of charge, before they are being installed / constructed at site. Owner/EIL reserves the right
to ask the Contractor to submit certification and or design calculations from his Head office
/ Design/Engineering expert regarding load carrying capacity of the scaffoldings.

• All scaffolds shall be inspected by a competent Scaffolding Inspector of the Contractor. He


shall paste a GREEN tag (duly signed by competent Scaffolding Inspector) on each
scaffold found safe and a RED tag (duly signed by competent Scaffolding Inspector) on
each scaffold found unsafe. Scaffolds with GREEN tag only shall be permitted to be used
and Scaffolds with RED ones shall immediately be made inaccessible. Work being found
continuing on scaffolds with RED tag shall be considered unauthorized work by Contractor
and may invite penalization from EIL/Owner. For every 120-125 m2 /m3 area / volume or
its parts thereof minimum one TAG shall be provided.
• The Contractor shall ensure positive barricading (indicative as well as protective) of the
excavated, radiography, heavy lift, high pressure hydrostatic & pneumatic testing and other
such areas. Sufficient warning signs shall be displayed along the barricading areas.

• Scaffolding shall be constructed using foot seals or base plates only.


3.3.6 Electrical installations

• All electrical installations/ connections shall be carried out as per the provisions of latest
revision of following codes/standards, in addition to the requirements of Statutory
Authorities and IE/applicable international rules& regulations:

- OISD STD 173 : Fire prevention & protection system for electrical installations
- SP 30 (BIS) : National Electric Code

• All electrical installations shall be approved by the concerned statutory authorities.

• All temporary electrical installations / facilities shall be regularly checked by the


licensed/competent electricians of the Contractor and appropriate records shall be
maintained in format no: HSE-12” Inspection of temporary electrical booth/installation at
project construction site”. Such inspection records are to be made available to EIL/Owner,
whenever asked for.

3.3.6.1 The Contractor shall meet the following requirements:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 416 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 21 of 96
PROJECT SITES

a. Shall make Single Line Diagram (SLD) for providing connection to each equipment’s&
machinery and the same (duly approved by EIL/Owner) shall be pasted on the front face of
DBs (distribution boards) or JBs (Junction boxes) at every site.(A typical Switch Board
Sketch is attached as Appendix -G)

b. Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per provisions
of the latest revision of the Indian Electrical/ applicable international regulations.

c. Shall deploy qualified & licensed electricians for proper & safe installation and for regular
inspection of construction power distribution system/points including their earthing. A
copy of the license shall be submitted to EIL / Owner for records. Availability of at least
one competent (ITI qualified) / licensed electrician (by State Elec. authorities) shall be
ensured at site round the clock to attend to the normal/emergency jobs.

d. All switchboards / welding machines shall be kept in well-ventilated & covered shed/ with
rain shed protection. The shed shall be elevated from the existing ground level to avoid
water logging inside the shed . Installation of electrical switch board must be done taking
care of the prevention of shock and safety of machine.

e. No flammable materials shall be used for constructing the shed. Also flammable materials
shall not be stored in and around electrical equipment / switchboard. Adequate clearances
and operational space shall be provided around the equipment.

f. Fire extinguishers and insulating mats shall be provided in all power distribution centers.

g. Temporary electrical equipment shall not be employed in hazardous area without obtaining
safety permit.

h. Proper housekeeping shall be done around the electrical installations.

i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.

j. All welders shall use leather hand gloves irrespective of holder voltage.

k. Multilingual (Hindi, English and local language) caution boards, shock treatment charts and
instruction plate containing location of isolation point for incoming supply, name &
telephone No. of contact person in emergency shall be provided in substations and near all
distribution boards / local panels.

l. Operation of earth leakage device shall be checked regularly by temporarily connecting


series test lamp (2 bulbs of equal rating connected in series) between phase and earth.
ELCB tester /test meter shall be used for testing ELCBs

m. Regular inspection of all installations at least once in a month. (Ref. Format HSE-12).

3.3.6.2 The following features shall also be ensured for all electrical installations during construction
phase by the contractor:

• Each installation shall have a main switch with a protective device, installed in an
enclosure adjacent to the metering point. The operating height of the main switch shall not
exceed 1.5 M. The main switch shall be connected to the point of supply by means of
armoured cable.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 417 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 22 of 96
PROJECT SITES

• The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads in a
three phase circuit shall be balanced as far as possible and load on neutral should not
exceed 20% of load in the phase.

• The installation shall be adequately protected against overload, short circuit and earth
leakage by the use of suitable protective devices. Fuses wherever used shall be HRC type.
Use of re-wirable fuses shall be strictly prohibited. The earth leakage device shall have an
operating current not exceeding 30 mA.

• All connections to the hand tools / welding receptacles shall be taken through proper
switches, sockets and plugs.

• All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be
provided with socket caps.

• Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor size of 1.5
mm2 copper shall be used for all single phase hand tools.

• Only metallic distribution boxes with double earthing shall be used at site. No wooden
boxes shall be used.

• All power cables shall be terminated with compression type cable glands. Tinned copper
lugs shall be used for multi-strand wires / cables.

• Cables shall be free from any insulation damage.

• Minimum depth of cable trench shall be 750 mm for MV & control cables and 900 mm for
HV cables. These cables shall be laid over a sand layer and covered with sand, brick & soil
for ensuring mechanical protection. Cables shall not be laid in waterlogged area as far as
practicable. Cable route markers shall be provided at every 25 M of buried trench route.
When laid above ground, cables shall be properly cleated or supported on rigid poles of at
least 2.1 M high. Minimum head clearance of 6 meters shall be provided at road crossings.

• Underground road crossings for cables shall be avoided to the extent feasible. In any case
no underground power cable shall be allowed to cross the roads without pipe sleeve.

• All cable joints shall be done with proper jointing kit. No taped/temporary joints shall be
used.

• An independent earthing facility should preferably be established within the temporary


installation premises. All appliances and equipment shall be adequately earthed. In case of
armoured cables, the armour shall be bonded to the earthing system.
• All cables and wire rope used for earth connections shall be terminated through tinned
copper lugs.
• In case of local earthing, earth electrodes shall be buried near the supply point and earth
continuity wire shall be connected to local earth plate for further distribution to various
appliances. All insulated wires for earth connection shall have insulation of green colour.
• Separate core shall be provided for neutral. Earth / Structures shall not be used as a neutral
in any case.
• ON/OFF position of all switches shall be clearly designated / painted for easy isolation in
emergency.
3.3.7 Welding/ Grinding/Gas cutting

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 418 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 23 of 96
PROJECT SITES

• The Contractor shall issue permit for working (PFW) at height after verifying and
certifying the checkpoints as specified in the attached permit (Format No. HSE-6).
• The Contractor shall issue permit for hot work (Format No. HSE-20) after verifying and
certifying the checkpoints as specified in the attached permit.
• Permit shall be extended for maximum one week only i.e. Monday to Sunday.
• Contractor shall ensure that flash back arrestors conforming to BS:6158 or equivalent are
installed on all gas cylinders as well as at the torch end of the gas hose, while in use.
• All cylinders shall be mounted on trolleys and provided with a closing key. Empty &
filled-up gas cylinders shall be stored separately with TAG, protecting them from direct
sun or rain. Minimum 2 nos. of Portable DCP type fire extinguishers (10 kg) shall be
maintained at the gas cylinder stores. Stacking & storing of compressed gas cylinders shall
be arranged away from DG set, hot works, Elect. Panels / Elec. boards, etc.
• The burner and the hose placed downstream of pressure reducer shall be equipped with
Flash Back Arrester/Non Return Valve device.
• The hoses for acetylene and oxygen cylinders must be of different colours. Their
connections to cylinders and burners shall be made with a safety collar.
• At end of work, the cylinders in use shall be closed and hoses depressurized.
• Cutting of metals using gases, other than oxygen &acetylene, shall require written
concurrence from Owner.
• Area preparation to be ensured before starting hot work.
• Soap solution test to be conducted at least once every week and leaky hoses to be
immediately rectified.
• The gas cylinder hoses to be connected using jubilee clamps and not with metal wires.
• The gas cutting hose & welding cable shall be ISI marked
• All welding machines shall have effective earthing at least at distinctly isolated two points.
• In order to help maintain good housekeeping, and to reduce fire hazard, live electrode bits
shall be contained safely and shall not be thrown directly on the ground.
• The hoses of Acetylene and Oxygen shall be kept free from entanglement & away from
common pathways / walkways and preferably be hanged overhead in such a manner which
can avoid contact with cranes or other mobile construction machinery.
• Hot spatters shall be contained / restricted appropriately (by making use of effective fire-
retardant cloth/fabric) and their flying-off as well as chance of contact with near-by
flammable materials shall be stopped.
• The Contractor shall arrange adequate systems & practices for accumulation / collection of
metal & other scraps and remnant electrodes and their safe disposal at regular interval so as
to maintain the fabrication and other areas satisfactorily clean & tidy.
• All gas cylinders must have a cylinder cap on at all times when not in use.

3.3.8 Ergonomics and tools & tackles

• The Contractor shall assign to his workmen, tasks commensurate with their qualification,
experience and state of health.
• All lifting tools, tackles, equipment, accessories including cranes shall be tested
periodically by statutory/competent authority for their condition and load carrying capacity.
Valid test & fitness certificates from the applicable authority shall be submitted to
Owner/EIL for their review/acceptance before the lifting tools, tackles, equipment,
accessories and cranes are used.
• The contractor shall not be allowed to use defective equipment or tools not adhering to
safety norms.
• Contractor shall arrange non-sparking tools for project construction works in operating
plant areas / hydrocarbon prone areas.
• Wherever required the Contractor shall make use of Elevated Work Platforms (EWP) or
Aerial Work Platforms (mobile or stationary) to avoid ergonomical risks and workmen

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 419 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 24 of 96
PROJECT SITES

shall be debarred to board such elevated platform during the course of their shifting /
transportation.
• Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in use)
to minimize overloading risk. SLI shall have capability to continuously monitor and
display the load on the hook, and automatically compare it with the rated crane capacity at
the operating condition of the crane. The system shall also provide visual and audible
warnings at set capacity levels to alert the operator in case of violations.
• The contractor shall be responsible for safe operations of different equipment’s mobilized
and used by him at the workplace like transport vehicles, engines, cranes, mobile ladders,
scaffoldings, work tools, etc.
• The Contractor shall arrange periodical training for the operators of crane, excavator,
mobile machinery, etc. at site by utilizing services from renowned manufacturers

3.3.9 Occupational Health

• The contractor shall identify all operations that can adversely affect the health of its
workers and issue & implement mitigation measures.

• For surface cleaning operations, sand blasting shall not be permitted even if not explicitly
stated elsewhere in the contract.

• To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding
shall not contain Thorium.

• Appropriate respiratory protective devices(hood with respiratory devices) shall be used to


protect workmen from inhalation of air borne contaminants like silica, asbestos, gases,
fumes, etc.

• Contractor workers carrying slag blasting operation shall use slag blasting hood with vortex
cooling system, airline supply and face shields. The workers assisting in slag blasting
operation shall be provided with respiratory protection.

• Pre-employment and periodic medical examination on every six months to be carried out
for workers engaged in slag blasting operations. Record of medical examination to be
maintained.

• As per OISD GDN 192 & GDN 207 for all contractor workers, pre-employment and
periodic medical examinations to be conducted. Record of the medical examinations to be
maintained

• Workmen shall be made aware of correct methods for lifting, carrying, pushing & pulling
of heavy loads. Wherever possible, manual handling shall be replaced by mechanical lifting
equipment’s.

• For jobs like drilling/demolishing/dismantling where noise pollution exceeds the specified
limit of 85decibels, ear muffs shall be provided to the workers.

• To avoid work related upper limb disorders (WRULD) and backaches, Display Screen
Equipments' workplace stations shall be carefully designed & used with proper sitting
postures. Power driven hand-held tools shall be maintained in good working condition to
minimize their vibrating effects and personnel using these tools shall be taught how to
operate them safely & how to maintain good blood circulation in hands.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 420 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 25 of 96
PROJECT SITES

• The Contractor shall arrange health check up(by registered medical practitioner) for all the
workers at the time of induction. Health check may have to be repeated if the nature of duty
assigned to him is changed necessitating health check or doubt arises about his wellness.
EIL/Owner reserves the right to ask the contractor to submit medical test reports. Regular
health check-ups are mandatory for the workers assigned with Welding, Radiography,
Blasting, Painting, Heavy Lift and Height (>2m) jobs. All the health check-ups shall be
conducted by registered Medical practitioner and records are to be maintained by the
Contractor.

• The Contractor shall ensure vaccination of all the workers including their families, during
the course of entire project span.

3.3.10 Hazardous substances


• Hazardous, inflammable and/or toxic materials such as solvent coating, thinners, anti-
termite solutions, water proofing materials shall be stored in appropriate containers
preferably with lids having spillage catchment trays and shall be stored in a good ventilated
area. These containers shall be labeled with the name of the materials highlighting the
hazards associated with its use and necessary precautions to be taken. Respective MSDS
(Material Safety Data Sheet) shall be made available at site &may be referred whenever
problem arises.

• Where contact or exposure of hazardous materials are likely to exceed the specified limit or
otherwise have harmful effects, appropriate personal protective equipment’s such as
gloves, goggles/face-shields, aprons, chemical resistant clothing, respirator, etc. shall be
used.

• The work place shall be checked prior to start of activities to identify the location, type and
condition of any asbestos materials which could be disturbed during the work. In case
asbestos material is detected, usage of appropriate PPEs by all personnel shall be ensured
and the matter shall be reported immediately to EIL/ Owner.

3.3.11 Slips, trips & falls

The contractor shall establish a regular cleaning and basic housekeeping programme that covers
all aspects of the workplace to help minimize the risk of slips, trips & falls. The contractor shall
take positive measures like keeping the work area tidy, storing waste in suitable containers &
harmful items separately, keeping passages, stairways, entrances & exits especially emergency
ones clear, cleaning up spillages immediately and replacing damaged carpet/ floor tiles, mats &
rugs at once to avoid slips, trips & falls.

3.3.12 Radiation exposure

• All personnel exposed to physical agents such as ionizing &non-ionizing radiation,


including ultraviolet rays or similar other physical agents shall be provided with adequate
shielding or protection commensurate with the type of exposure involved.

• For Open Field Radiography works, requirements of Bhabha Atomic Research Centre
(BARC)/ Atomic Energy Regulatory Board (AERB) shall be followed.

• The Contractor shall implement an effective system of control (as described in the AERB
regulations) at site for handling radiography-sources & for avoiding its misuse & theft.

• The contractor shall generate the Format No: HSE-8 “Permit for radiation work” before
start of work

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 421 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 26 of 96
PROJECT SITES

• Radiography shall be carried out at designated places only.

• In case the radiography work has to be carried out at day time, suitable methodology to be
used so that other works, people are not affected.

3.3.13 Explosives/Blasting operations

• Blasting operations shall be carried out as per latest Explosive Rules (Indian/ International)
with prior permission. The Contractor shall obtain license from The Petroleum and
Explosives Safety Organisation -PESO (formerly known as Chief Controller of Explosives-
CCoE) for collection, transportation, storage of explosives as well as for carrying out
blasting operations.
• The Contractor shall prepare exclusive method statement (in cognizance with statutory
requirements) for diffusing unfired explosives, if any, at project site before carrying out
actual task. Nowhere blasting shall be carried out by the Contractor or its agency without
the involvement of competent supervisor and licensed blaster / shot blaster.

3.3.14 Demolition/ Dismantling

• The contractor shall adhere to safe demolishing/ dismantling practices at all stages of work
to guard against unsafe working practices.
• The contractor shall disconnect service lines (power, gas supply, water, etc.)/ make
alternate arrangements prior to start of work and restore them, if required as directed by
EIL/ Owner at no extra cost.
• Before carrying out any demolition/dismantling work, the contractor shall take prior
approval of EIL/Owner and generate the Format No.HSE-9. For revamp jobs in operating
plants where location of underground utilities is not known with certainty, the contractor
shall depute an experienced engineer for supervision and shall make adequate arrangements
for Firefighting& First-Aid during the execution of these activities.
• The Contractor shall arrange approved Job Safety Analysis (JSA) / Method Statement for
the specific demolition / dismantling task and corresponding action plan commensurate
with hazards / risks associated therein. In no case any activity related to demolition /
dismantling shall be carried out by the Contractor without engaging own supervision / field
engineer.

3.3.15 Road Safety


• The Contractor shall ensure adequately planned road transport safety management system.
• The vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights and
usage of seat belts shall be ensured.
• The Contractor shall also ensure a separate pedestrian route for safety of the workers and
comply with all traffic rules & regulations, including maintaining speed limit of 20 km per
hour indicated by owner for all types of vehicles / mobile machinery. The maximum
allowable speed shall be adhered to.
• In case of an alert or emergency, the Contractor must arrange clearance of all the routes,
roads, access. The Contractor shall deploy sufficient number of traffic controllers at project
site routes / roads/ accesses, to alert reversing movement of vehicles & machinery as well
as pedestrians.

• Dumpers, Tippers, etc. shall not be allowed to carry workers to & from the labour colony to
& from project sites.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 422 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 27 of 96
PROJECT SITES

In place of hydra, Hydraulic mobile cranes have following facilities are permitted to work inside
the refinery.

• Front Mounted wide-view cabin with steering wheel.


• Dashboard instrument indicators.
• Safe load indicator with hydraulic cutoff.
• Audio over hoisting indication.
• Hose protection failure device.
• Safety brakes on hoist.
• Power steering ( Hydraulic or Electronic).
• Rear view camera.
• Front and rear work lights.
• Reflectors and rear view mirrors.
• Beacon light and additional hooter during operation of the vehicle.
• Fire extinguisher and First aid kit
• CCOE approved spark arrestor(For Battery limit area).
• Front and rear tyre guards.
• Reverse movement buzzer.
• Fluorescent paint on front and back guards.

To safe operation of mobile cranes following additional guidelines shall be strictly followed.

• Valid driving license should be available with driver/ equipment operator.


• One trained helper with red flag, whistle and orange colour jacket should guide the
vehicle all the time.
• The above trained helper should place himself at a safe distance and accompany during
movement of the vehicle as well as during the vehicle operation.
• For safe operation of the equipment, safety pep talk to be conducted daily by the
owner/contractor of the vehicle using it.
• Riding on the crane is prohibited except for the drive during operation.
• No material movement is allowed on the vehicle.

• Mobile cranes shall only be allowed for handling the materials at fabrication/storage yards
and in no case shall be allowed to transport the materials over project/ plant roads.

• The Contractor shall not deploy any such mobile machinery / equipment’s, which do not
have competent operator and / or experienced banks-man/signal-man. Such
machinery/equipment’s shall have effective limit-switches, reverse-alarm, front & rear-end
lights etc. and shall be maintained in good working order.

• The Contractor shall not carry-out maintenance of vehicles / mobile machinery occupying
space on project / plant roads and shall always arrange close supervision for such works.
Also vehicle drivers and helpers shall not carry out repairs on the vehicles.

• Eye testing / vision test is mandatory for drivers of vehicles, crane drivers, forklift
operators and riggers

• For pipeline jobs, the contractor shall submit a comprehensive plan covering transportation,
loading / unloading of pipes, movement of side booms, movement of vehicles on the ROW,
etc.

• Contractor’s shall arrange /install visible road signs, diversion boards, caution boards, etc
on project roads for safe movement of men and machinery.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 423 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 28 of 96
PROJECT SITES

3.3.16 Welfare measures

Contractor shall, at the minimum, ensure the following facilities at work sites:

• A crèche at site where 10 or more female workers are having children below the age of 6
years.
• Adequately ventilated / illuminated rooms at labour camps & its hygienic up-keeping.
• Reasonable canteen facilities at site and in labour camps at appropriate location depending
upon site conditions. Contractor shall make use of “industrial” variety of LPG cylinder &
satisfactory illumination at the canteens. Necessary arrangement for efficient disposal of
wastes from canteens & urinals /toilets shall also be made and regular review shall be made
to maintain the ambience satisfactorily hygienic &shall also comply with all applicable
statutory requirements.
• Adequately lighted & ventilated Rest rooms at site (separate for male workers and female
workers).
• Provision for suitable mobile toilets to be made available by Contractor for remote/scattered
job locations.
• Urinals, Toilets, drinking water, washing facilities, adequate lighting at site and labour
camps, commensurate with applicable Laws/ Legislation.

3.3.17 Environment Protection

Contractor shall ensure proper storage and utilization methodology of materials that are
detrimental to the environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected and emphasize on recycling of waste materials,
such as metals, plastics, glass, paper, oil & solvents. The waste that cannot be minimized,
reused or recovered shall be stored and disposed of safely. In no way, toxic spills shall be
allowed to percolate into the ground. The contractor shall not use the empty areas for dumping
the wastes.

Contractor to submit Environmental Aspect Impact Register detailing the list of activities in his
scope, the respective environmental impact and the actions taken to minimize the impact.
Environmental Aspect Impact Register to be prepared as per Format HSE-18 and to be updated
and maintained till job completion.

The contractor shall strive to conserve energy and water wherever feasible.

The contractor shall ensure dust free environment at workplace by sprinkling water on the
ground at frequent intervals. The air quality parameters for dust, poisonous gases, toxic releases,
harmful radiations, etc. shall be checked by the contractor on daily basis and whenever need
arises.

The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be
submitted to EIL/Owner for approval.

For pipeline jobs, top soil shall be stacked separately while making ROW through fields. This
fertile soil shall be placed back on top after backfilling.

For offshore construction barges, arrangements shall be made for safe disposal of human, food
& other wastes and applicable laws in this regard shall be followed.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 424 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 29 of 96
PROJECT SITES

3.3.18 Rules & Regulations

All persons deployed at site shall be knowledgeable of and comply with the environmental laws,
rules & regulations relating to the hazardous materials, substances and wastes. Contractor shall
not dump, release or otherwise discharge or disposes off any such materials without the express
authorization of EIL/Owner. An indicative list of Statutory Acts & Rules relating to HSE is
given under Appendix-D.

3.3.19 Weather Protection

Contractor shall take appropriate measures to protect workers from severe storms, rain, solar
radiations, poisonous gases, dust, etc. by ensuring proper usage of PPEs like Sun glasses, Sun
screen lotions, respirators, dust masks, etc. and rearranging/ planning the construction activities
to suit the weather conditions. Effective arrangement (without creating inconvenience to project
facilities & permanent installations) for protecting workmen from hailstorm, drizzle in the form
of temporary shelter shall be made at site.

3.3.20 Communication

All persons deployed at the work site shall have access to effective means of communication so
that any untoward incident can be reported immediately and assistance sought by them.

All health & safety information shall be communicated in a simple & clear language easily
understood by the local workforce.

For information to all, typical subjects that should be communicated are: -

Inside the company (Top to down)

a. Quality Policy
b. HSE Policy contents
c. Environment Policy
d. HSE Objectives
e. Safety Cardinal Rules
f. HSE Target – reached or missed
g. Praises & Warnings to personnel for HSE Management
h. Safety Walk Through Reports and safety defects / shortfalls (by management)
i. HSE Audit results
j. Revised Statutory Health & Safety provisions, if any
k. H & S publicity
l. Suggestions
m. Action to be taken in case of emergency siren-The contractor is to immediately stop the job
safely, in case of work at height the workers are required to get down from elevated places
to ground and move in orderly fashion to designated assembly point
n. Emergency exits and site evacuation procedure

Inside the Company (Bottom to up)

a. Complaints
b. Compliances on safety defects / shortfalls
c. Suggestions
d. Proposals for changes & improvements
e. HSE Reports (including near-miss reports)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 425 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 30 of 96
PROJECT SITES

3.3.21 Confined Space Entry

The contractor shall generate a work permit (Format No. HSE -7) before entering a confined
space. People, who are permitted to enter into confined space, must be medically examined &
certified by registered doctor, confirming their ‘medical fitness for working in confined space’.
All necessary precautions mentioned therein shall be adhered to. An attendant shall be
positioned outside a confined space for extending help during an emergency. All appropriate
PPEs and air quality parameters shall be checked before entering a confined space. It shall be
ensured that the piping of the equipment which has to be opened is pressure- free by checking
that blinds are in place, vents are open and volume is drained. Inside confined space works, only
electrical facilities / installations of 24V shall be permitted. Contactor shall ensure usage of safe
& suitable arrangement of oxygen supply for individual workmen (during the course of work in
confined space), if oxygen concentration is found to be less than 19.5% (v/v)there. The
personnel working in confined spaces shall be trained.

3.3.22 Heavy Lifts

• The contractor shall submit detailed rigging studies plan for EIL/ Owner approval prior to
lifting equipment which cannot be erected with a crane of approx. 100 MT capacity due to
constraints of its dimensions, location of foundation height, approach & weight.
• Contractor shall generate the format no:HSE-15 “Permit for heavy lift/critical erection”
• Prior to actual lifting activities, contractor shall check the validity of the crane inspection
certificate issued by statutory/ competent authority. This requirement shall also apply to all
rigging equipment’s utilized for the job.
• The contractor shall, at all times, be responsible for all rigging activities.

• The Contractor shall ensure medical fitness of all workmen who are engaged / involved in
erection of equipment’s, vessels etc. and such fitness checks shall be carried-out every six
months interval with the help of a registered medical practitioner & record shall be
maintained

• Adequate safety measures such as positive barricading, usage of appropriate PPEs, permit
to work, etc. shall be taken during all heavy or critical lifts.

• For lifting any material (irrespective of shape, size or volume), at any height, it is always
advisable to prepare a Plan of Erection (PoE) taking into consideration hazards & risks
associated therein – this can enable people to put their own experiences of various natures
& side-by-side establish a practical method for risk-free erection / lifts. The contractor shall
prepare PoE& shall document the same, when risks are identified as “medium” or “high”
and the same shall be approved by its competent / qualified engineer.

3.3.23 Key Performance Indicators

The contractor shall measure an activity in both leading & trailing indicators for statistical and
performance measurement. The activities pertaining to key performance indicators are covered
in Monthly HSE Report (Format No. HSE-5). The contractor shall try to achieve a statistically
fair record and strive for its continual improvement.
Leading Indicators viz:-

- Number of Safety Inductions carried-out at site (for workmen & staff members)
- Number of HSE inspections carried out
- Number of “Safety Walk Through” carried-out by site-head.
- Number of HSE shortfalls / lapses identified per contractor& closed-out in time.
- Number of Safety Meetings conducted (in-house / with contractors)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 426 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 31 of 96
PROJECT SITES

- Number of HSE Audits made (internal & external) vis-à-vis non-conformances raised
- Number of HSE Awareness / Motivational program conducted by contractors
- Number of HSE Trainings conducted at site for supervisors & workmen
- Study of Near miss case reported
- Encouragements / Awards / Recognitions to workmen, job supervisors & field engineers.
- Suggestions for improvement

Trailing Indicators viz:-:

- Calculation of HSE statistics viz frequency rate, severity rate, LTA free manhours etc
- Analysis of incidents / accidents (nature, severity, types etc.)
- Study of Incident / Accident with respect to :-

 Variety
 Period of the year / project span
 Timings of the incident / accident
 Age profile of victims
 Body parts involved
 Penalty levied for causing incident / accident

3.3.24 Unsuitable Land Conditions


Contractor shall take appropriate measures and necessary work permits/clearances if work is to
be done in or around marshy areas, river crossings, mountains, monuments, etc. The Contractor
shall make right assessment and take all necessary action for developing work areas to make
them safe & suitable for crane operations or other vehicular movement before carrying out any
project related activity / operation. Contractor shall take all necessary actions to make the
surroundings of its site establishments (site office, stores, lay-down area etc.) work-worthy
safe and secure.

3.3.25 Under Water Inspection


Contractor shall ensure that boats and other means used for transportation, surveying &
investigation works shall be certified seaworthy by a recognized classification society. It shall
be equipped with all life saving devices like life jackets, adequate fire protection arrangements
and shall posses communication facilities like cellular phones, wireless, walkie-talkie. All
divers used for seabed surveys, underwater inspections shall have required authorized license,
suitable life saving kit. Number of hours of work by divers shall be limited as per regulations.
EIL/ Owner shall have the right to inspect the boat and scrutinize documents in this regard.

3.3.26Excavation
The Contractor shall obtain permission from competent authorities prior to excavation wherever
required.

The Contractor shall locate the position of buried utilities (water line, cable route, etc.) by
referring to project / plant drawing / in consultation with EIL/Owner. The Contractor shall start
digging manually to locate the exact position of buried utilities & thereafter use mechanical
means.

The Contractor shall keep soil heaps at least 1.5 M away from edge or a distance equal to depth
of pit (whichever is more)

The Contractor shall maintain sufficient “angle of repose” during excavation – shall also
provide slope or suitable bench as decided by EIL / Owner.

The Contractor shall arrange “battering” or “benching” wherever required for preventing
collapse of edge of excavations.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 427 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 32 of 96
PROJECT SITES

The Contractor shall identify & arrange de-watering pump or well-point system to prevent earth
collapse due to heavy rain / influx of underground water.

The Contractor shall arrange protective fencing / barricading with warning signal around
excavated pits, trenches, etc. along with minimum 2 (two) entries, exits / escape ladders.

The Contractor must avoid “underpinning” / under-cutting to prevent collapse of chunk of earth
during excavation
The Contractor shall use “stoppers” to prevent over-run of vehicle wheels at the edge of
excavated pits / trenches.

The Contractor shall arrange strengthening of “shoring” & “strutting” proactively to avoid
collapse of earth / edges due to vehicular movement in close proximity of excavated areas / pits
/ trenches, etc.

3.4 Tool Box Talks (TBT)

Contractor shall conduct daily TBT with workers prior to start of work and shall maintain
proper record of the meeting. A suggested format is given below. The TBT is to be conducted
by the immediate supervisor of the workers
The Contractor shall conduct TBT before start of every morning or evening shift or night shift
activities, for alerting the workers on specific hazards and their appropriate dos & don’ts. The
Contractor shall provide sufficient rests to the site workmen and their foremen to avert fatigue
& thereby endangering their lives during the course of site works.

TOOLBOX TALK RECORDING SHEET


Date & Time
Work Location
Subject (Nature of work)
Presenter
Hazards involved
Precautions to be taken
Worker's Name Signature Section

Remarks, in any

The topics during TBT shall include

- Hazards related to work assigned on that day and precautions to be taken.


- Any forthcoming HSE hazards/events/instruction/orders, etc.

The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.

3.5 Training & Induction Programme

• Initial induction of workers into Construction oriented activities and appraising them about
the methodology of works and how to carry-out safely and the same should not be inter
mixed with Tool Box Talks or HSE Training. In this regard careful action should be
made& maintained for imparting HSE induction to every individual, irrespective of his

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 428 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 33 of 96
PROJECT SITES

task/designation/level of employment, whereas, HSE Training should be imparted to


specific person/group of people who are to carry-out that specific task more than once – for
example, Riggers must be trained for working at heights, welders must be trained for work
in confined space, fitters/carpenters, mesons must be trained for work at heights, etc.

• Contractor shall conduct Safety induction programme on HSE for all his workers and
maintain records. The Gate Pass shall be issued only to those workers who successfully
qualify the Safety induction programme.

• The Contractor shall brief the visitors about the HSE precautions which are required to be
taken before their proceeding to site and make necessary arrangements to issue appropriate
PPEs like Aprons, hard hats, ear-plugs, goggles & safety shoes etc., to his visitors. The
Contractor shall always maintain relevant acknowledgement from visitor on providing him
brief information on HSE actions.

• Contractor shall ensure that all his personnel possess appropriate training to carry out the
assigned job safely. The training should be imparted in a language understood by them and
should specifically be trained about
- Potential hazards to which they may be exposed at their workplace
- Measures available for prevention and elimination of these hazards

The topics during training shall cover, at the minimum: -

- Why safety should be considered during work - explanation


- Education about hazards and precautions required
- Employees’ duties & responsibilities
- Emergency and evacuation plan
- HSE requirements during project activities
- Fire fighting and First-Aid
- Use of PPEs
- Occupational health issues – dos & don’ts
- Local laws on intoxicating drinks, drugs, smoking in force
- Common environmental subjects – lighting, ventilation, vibration, smoke/fumes etc.

• Records of the training shall be kept and submitted to EIL/ Owner.


.
• The Contractor shall arrange specialized safety trainings for Welders, gas cutters,
Electricians, personnel working in confined spaces, confined space attendants, fire watch
personnel etc. on periodic basis.

• The contractor shall ensure the participation of their workers, supervisors, executives etc.
for HSE Training program whenever conducted by HRRL.

• The Contractor shall make regular program for conducting Safety Training on various
topics related to various activities & their safe-guarding utilizing experienced persons /
outside agency / faculty. A program for Safety Training (indicative list as per Appendix –F)
shall be furnished by the Contractor in its HSE Plan .

• For offshore and jetty jobs, contractor shall ensure that all personnel deployed have
undergone a structured sea survival training including use of lifeboats, basket landing, use
of radio communication etc. from an agency acceptable to Owner/EIL.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 429 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 34 of 96
PROJECT SITES

3.6 ADDITIONAL SAFETY REQUIREMENTS FOR WORKING INSIDE A RUNNING


PLANT

As a minimum, the contractor shall ensure adherence to following safety requirements while
working in or in the close vicinity of an operating plant:

a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.

b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.

c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to
enter units' area, tanks area, pump rooms, etc. without work authorization permit.

d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.

e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.

f) Specific training on working in a hydrocarbon plant shall be imparted to the work force and
mock drills shall be carried out for Rescue operations/First-Aid measures.

g) Proper barricading/cordoning of the operational units/plants shall be done before starting


the construction activities. No unauthorized person shall be allowed to trespass. The height
and overall design of the barricading structure shall be finalized in consultation with the
Owner and shall be got approved from the Owner.

h) Care shall be taken to prevent hitting underground facilities such as electrical cables,
hydrocarbon piping during execution of work.

i) Barricading with water curtain shall be arranged in specific/critical areas where


hydrocarbon vapors are likely to be present such as near Horton spheres or tanks.
Positioning of fire tenders (from owner) shall also be ensured during execution of critical
activities.

j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.

k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with
flame retardant tarpaulin.

l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of
Gas/Hydrocarbon shall be done.

m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.

n) The vehicle exhausts shall be fitted with PESO approved spark arrestors

o) Positive isolation of line/equipment by blinding for welding/cutting/grinding shall be done.


Closing of valve will not be considered sufficient for isolation.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 430 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 35 of 96
PROJECT SITES

p) Welding spatters shall be contained properly and in no case shall be allowed to fall on the
ground containing oil. Similar care shall be taken during cutting operations.

q) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.

r) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.

s) Gas detectors should be installed in gas leakage prone areas as per requirement of Owner's
plant operation personnel.

t) Experienced full time safety personnel shall be exclusively deployed to monitor safety
aspects in running plants.
3.7 Self Assessment And Enhancement

The contractor shall develop a method of check & balance through self assessment&
enhancement techniques and shall explore the opportunities for continual improvement in the
HSE system.
3.8 HSE Promotion

The contractor shall encourage his workforce to promote HSE efforts at workplace by way of
organizing workshops/seminars/training programmes, celebrating HSE awareness weeks
&National Safety Day, conducting quizzes & essay competitions, distributing pamphlets,
posters & material on HSE, providing incentives for maintaining good HSE practices and
granting incentives / bonus for completing the job without any lost time accident.

3.9 Lock Out and Tag Out(LOTO) for isolation of energy source

• Contractor shall follow the LOTO/Isolation procedure of owner for all energy source
isolations installed/under purview by /of owner ie. “Brown field”
• For all the other energy source (not under purview of client/owner) i.e. “Green field”
Contractor shall develop a system to ensure the isolation of equipments, pipelines, Vessel,
electrical panels from the energy source covering following as minimum:-

- Identification of all energy source viz electrical, mechanical, hydraulic, pneumatic,


chemical, thermal, gravitational, radiation and other forms of stored or kinetic
energy.
- Establishing the energy isolation devices viz: manually operated electrical circuit
breakers, disconnection switches, blind flanges, etc
- Installation of Lock Out devices for preventing the inadvertent release of stored
energy and Tag Out devices (“Danger”, “Do Not operate” or Do not Remove” tags)
to indicate that testing, maintenance or servicing is underway and the device cannot
be operated until the tag out device is removed.
- Lock Out and Tag out log book
- Permit for isolation and de-isolation of energy source as per format NO: HSE-16
- Availability of competent persons like experienced operators /supervisors at
substations, pump house, units, etc.
• Contractor shall ensure that all the sources are locked out and tagged properly before giving
clearance to start the job.
• After the completion of job, contractor shall ensure all tools and tackles are removed
and nobody is present in the working area and signing on LOTO log book.
• Only on confirmation of above the contractor will remove their lock and tag from the
isolation points and give instructions for energizing the same. Only the person carrying out
the task shall himself carry the key for the lock in /Lock out.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 431 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 36 of 96
PROJECT SITES

4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR

4.1 On Award of Contract

The Contractor shall submit a comprehensive Health, Safety and Environmental Plan or
programme for approval by EIL/Owner prior to start of work. The Contractor shall participate in
the pre-start meeting with EIL/Owner to finalize HSE Plans which shall including the
following:

- HSE policy & Objectives


- Job procedure to be followed by the Contractor for construction activities including
handling of equipment’s, scaffolding, electric installations, etc. describing the risks
involved, actions to be taken and methodology for monitoring each activity. Indicative list
of procedures is enclosed as Annexure-H
- EIL/Owner review/audit requirement.
- Organization structure along with responsibility and authority, on HSE activities.
- Administrative & disciplinary steps involving implementation of HSE requirements
- Emergency evacuation plan/ procedures for site and labour camps
- Job Safety Analysis for high risk jobs
- Procedures for reporting & investigation of accidents and near misses.
- HSE Inspection
- HSE Training programmes at project site
- HSE Awareness programmes, at project site
- Reference to Rules, Regulations and statutory requirements.
- HIRAC
- Environment Aspect Impact Register
- Legal Register
- HSE documentation viz reporting, analysis & record keeping.

4.2 During Job Execution


Contractor shall implement approved Health, Safety and Environment management programme
including but not limited to as brought out under Para 3.0. Contractor shall also ensure:

• to arrange workmen compensation insurance, registration under ESI Act, third party
liability insurance, registration under BOCW Act etc, as applicable.

• To arrange all HSE permits before start of activities (as applicable), like permits for hot
work, working at heights (Refer Format No. HSE-6), confined space (Refer Format No.
HSE-7), Radiation Work Permit (Refer Format No. HSE-8), Demolishing/ Dismantling
Work Permit (Refer Format No. HSE-9),Permit for erection/modification & dismantling of
scaffolding(Refer Format No:HSE-14),Permit for heavy lift/critical erection (Refer Format
No:HSE-15) ,Permit for energy Isolation & De-isolation” (HSE-16) ,storage of chemical
/explosive materials & its use and implement all precautions mentioned therein. In this
regard, requirements of Oil industry Safety Directorate Standard No. Std -105 "Work
Permit Systems” shall be complied with while working in existing Oil or Gas processing
plants. List of the persons involved shall be maintained as annexure to the work permit
issued for a particular activity.

• to submit, timely, the completed checklist on HSE activities in Format No.HSE-1, Monthly
HSE report in Format No.HSE-5 (use of web based package (www.eil.co.in/conthse) is
compulsory wherever the facility is available else a hard copy is to be submitted), accident/
incident reports, investigation reports etc. as per EIL/Owner requirements. Compliance of
instructions on HSE shall be done by Contractor and informed urgently to EIL/Owner.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 432 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 37 of 96
PROJECT SITES

• that his top most executive at site attends all the Safety Committee/HSE meetings arranged
by EIL/Owner and carries out safety walk through regularly. Only in case of his absence
from site that a second senior most person shall be nominated by him, in advance, and
communicated to EIL/Owner for performing the above tasks.

• Emergency Assembly points to be earmarked for each construction site and the same to be
prominently displayed at every worksite. The location of the emergency assembly point is
to be explained to the workers during daily safety pep-talk

• display at site office and at prominent locations HSE Policy, caution boards, list of
hospitals, emergency services available, safety signs like Men at work, Speed Limits,
Hazardous Area, various do’s & don’ts, etc.

• provide posters, banners for safe working to promote safety consciousness.

• identify, assess, analyze & mitigate the construction hazards& incorporate relevant control
measures before actually executing site works. (HIRAC = Hazard Identification, Risk
Analysis and Control).

• identify, assess, analyze & mitigate the environmental impact & incorporate relevant
control measures through Environmental Aspect Impact Register

• Identify and comply to all applicable HSE related legal requirements by preparing and
maintaining a Legal register
• arrange testing, examination, inspection of own as well as borrowed construction
equipment’s / machinery (stationary &mobile) before being used at site and also at
periodical interval, through own resources and also by 3rd party competent agencies (as
deemed fit in statutes). Records of such test, examination etc. shall be maintained & shall
be submitted to EIL/Owner as & when asked for.
• carryout audits/inspection (internal & external) at his works as well as sub contractor works
as per approved HSE plan/procedure/programme& submit the compliance reports of
identified shortfalls for EIL/Owner review.
• arranging HSE training for site workmen (of his own &subcontractors) through internal or
external faculty at periodical intervals.
• Assistance& cooperate during HSE audits by EIL/Owner or any other 3rd party and submit
compliance report.
• Generate &submit HSE records/report as per this specification.
• Apprise EIL/Owner on HSE activities at site regularly.
• Carry-out all dismantling activities safely, with prior approval of EIL/Owner
representative.
• The Contractor shall ensure that “Hot works” and painting works do not continue at the
same place / location at project site for which chance or probability of “fire” incident
exists.
4.3 During Short Listing of the Sub-Contractors
The contractor shall review the HSE management system of the sub-contractors in line with the
requirements given in this specification. The contractor shall be held responsible for the
shortcomings observed in the HSE management system of the sub-contractor(s) during
execution of the job.
5.0 RECORDS
At the minimum, the contractor shall maintain/ submit HSE records in the following reporting
formats/:
Safety Walk Through Report HSE-1
Accident/ Incident Report HSE-2

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 433 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 38 of 96
PROJECT SITES

Supplementary Accident/ Incident Investigation report HSE-3


Near Miss Incident Report HSE-4
Monthly HSE Report HSE-5
Permit for working at height HSE-6
Permit for working in confined space HSE-7
Permit for radiation work HSE-8
Permit for demolishing/ dismantling HSE-9
Daily Safety checklist HSE-10
Housekeeping Assessment & compliance HSE-11
Inspection of temporary electrical booth/installation HSE-12
Inspection for scaffolding HSE-13
Permit for erection/modification &dismantling of scaffolding HSE-14
Permit for heavy lift/critical erection. HSE-15
Permit for Energy isolation and de-isolation. HSE-16
Permit for Excavation HSE-17
Inspection reports of Equipment/tools/tackles *
Report of Toolbox talks As indicated in
specification
PPE issue report/register *
Site inspection reports *
Training records *
Permit for hot work HSE-20
(*) The formats shall be developed in consultation with EIL/Owner.
6.0 Work site display board
Contractor must provide and maintain display boards at the respective worksite specifying the
following minimum information-
1) Company name, contract number, title, period of contract
2) Daily workmen attendance at worksite
3) No of safe working days
4) No of Safe million man hours worked
5) Name of HPCL Job engineer and contact number
6) Name of Contractor RCM and contact details
7) Date of Last accident

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 434 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 39 of 96
PROJECT SITES

APPENDIX-A
(Sheet 1 of 2)
A. IS CODES ON HSE

SP: 53 Safety code for the use, Care and protection of hand operated tools.
IS: 838 Code of practice for safety & health requirements in electric and gas welding
and cutting operations
IS: 1179 Eye & Face precautions during welding, equipment etc.
IS: 1860 Safety requirements for use, care and protection of abrasive grinding wheels.
IS: 1989 (Pt -II) Leather safety boots and shoes
IS: 2925 Industrial Safety Helmets
IS: 3016 Code of practice for fire safety precautions in welding & cutting operation.
IS: 3043 Code of practice for earthing
IS: 3764 Code of safety for excavation work
IS: 3786 Methods for computation of frequency and severity rates for industrial injuries
and classification of industrial accidents
IS: 3696 Safety Code of scaffolds and ladders
IS: 4083 Recommendations on stacking and storage of construction materials and
components at site
IS: 4770 Rubber gloves for electrical purposes
IS: 5121 Safety code for piling and other deep foundations
IS: 5216 (Pt-I) Recommendations on Safety procedures and practices in electrical works
IS: 5557 Industrial and Safety rubber lined boots
IS: 5983 Eye protectors
IS: 6519 Selection, care and repair of Safety footwear
IS: 6994 (Pt-I) Industrial Safety Gloves (Leather & Cotton Gloves)
IS: 7293 Safety Code for working with construction Machinery
IS: 8519 Guide for selection of industrial safety equipment for body protection
IS: 9167 Ear protectors
IS: 11006 Flash back arrestor (Flame arrestor)
IS: 11016 General and safety requirements for machine tools and their operation
IS: 11057 Specification for Industrial safety nets
IS: 11226 Leather safety footwear having direct moulded rubber sole
IS: 11972 Code of practice for safety precaution to be taken when entering a sewerage
system
IS: 13367 Code of practice-safe use of cranes
IS: 13416 Recommendations for preventive measures against hazards at working place

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 435 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 40 of 96
PROJECT SITES

APPENDIX-A
(Sheet 2 of 2)

B. INTERNATIONAL STANDARDS ON HSE

Safety Glasses : ANSI Z 87.1, ANSI ZZ 87.1, AS 1337, BS 2092,


BS 1542, BS 679, DIN 4646/ 58311

Safety Shoes : ANSI Z 41.1, AS 2210, EN 345

Hand Gloves : BS 1651

Ear Muffs : BS 6344, ANSI S 31.9

Hard Hat : ANSI Z 89.1/89.2, AS 1808 , BS 5240, DIN 4840

Goggles : ANSI Z 87.1

Face Shield : ANSI Z 89.1

Breathing Apparatus : BS 4667, NIOSH

Welding & Cutting : ANSI Z49.1

Safe handling of compressed:P-1 (Compressed Gas Association Gases in cylinders 1235


Jefferson Davis Highway,
Arlington VA 22202 - USA)

Full body harness : EN-361

Lanyard : EN-354

Karabiner : EN-362 and EN-12275

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 436 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 41 of 96
PROJECT SITES

APPENDIX-B
DETAILS OF FIRST AID BOX
------------------------------------------------------------------------------------------------------------------------
SL. DESCRIPTION QUANTITY
NO.
------------------------------------------------------------------------------------------------------------------------

1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniquet 1 No.
13. Safety Pins 1 Dozen
14. Tincture Iodine/ Betadin (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tincture Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/Moov(25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.
23. Sodium Bicarbonate (20 gms.) 1 Pkt.
24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English& Local Language) 1 No. each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Note Book 1 No.
33. Splints 4 Nos.
34. Snake-Bite Lancet 1 No.
35. Lock 1 Piece
36. Life Saving/Emergency/Over-the counter Drugs As decided at site

-----------------------------------------------------------------------------------------------------------------
Box size: 14" x 12" x 4"
-----------------------------------------------------------------------------------------------------------------

Note : The medicines prescribed above are only indicative. Equivalent medicines can also be used.
A prescription, in this regard, shall be required from a qualified Physician.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 437 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 42 of 96
PROJECT SITES

APPENDIX-C

TYPE OF FIRES VIS-À-VIS FIRE EXTINGUISHERS

Fire
Extinguisher
Multi purpose
Fire Water Foam CO 2 Dry Powder
(ABC)

Originated from can control can control


  minor surface 
paper, clothes, wood minor surface
fires fires

Inflammable liquids
like alcohol, diesel,
    
petrol, edible oils,
bitumen
Originated from
gases like LPG,     
CNG, H 2

Electrical fires     

LEGEND :  : CAN BE USED

: NOT TO BE USED

Note: Fire extinguishing equipment must be checked at least once a year and after every use by an
authorized person. The equipment must have an inspection label on which the next inspection date
is given. Type of extinguisher shall clearly be marked on it.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 438 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 43 of 96
PROJECT SITES

APPENDIX-D

List of Statutory Acts & Rules Relating to HSE

- The Indian Explosives Act and Rules


- The Motor Vehicle Act and Central Motor Vehicle Rules
- The Factories Act and concerned Factory Rules
- The Petroleum Act and Petroleum Rules
- The Workmen Compensation Act
- The Gas Cylinder Rules and the Static & Mobile Pressure Vessels Rules
- The Indian Electricity Act and Rules
- The Indian Boiler Act and Regulations
- The Water (Prevention & Control & Pollution) Act
- The Water (Prevention & Control of Pollution) Cess Act
- The Mines & Minerals (Regulation & Development) Act
- The Air (Prevention & Control of Pollution) Act
- The Atomic Energy Act
- The Radiation Protection Rules
- The Indian Fisheries Act
- The Indian Forest Act
- The Wild Life (Protection) Act
- The Environment (Protection) Act and Rules
- The Hazardous Wastes (Management & Handling) Rules
- The Manufacturing, Storage & import of Hazardous Chemicals Rules
- The Public Liability Act
- The Building and Other Construction Workers (Regulation of Employment and Condition of service)
Act
-Other statutory acts Like EPF, ESIS, and Minimum Wage Act.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 439 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 44 of 96
PROJECT SITES

APPENDIX-E(Sheet 1 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(A) Falling into pit Personal injury Provide guard rails/ barricade with warning
EXCAVATION signal
Provide at least two entries/ exits.
Pit Excavation Provide escape ladders.
up to 3.0m Earth Collapse Suffocation/ Provide suitable size of shoring and strutting, if
Breathlessness required.
Buried Keep soil heaps away from the edge equivalent to
1.5m or depth of pit whichever is more.
Don't allow vehicles to operate too close to
excavated areas. Maintain at least 2m distance
from edge of cut.
Maintain sufficient angle of repose. Provide
slope not less than 1:1 and suitable bench of 0.5m
width at every 1.5m depth of excavation in all
soils except hard rock.
Battering/benching the sides.
Contact with Electrocution Obtain permission from competent authorities,
buried electric Explosion prior to excavation, if required.
cables Locate the position of buried utilities by referring
Gas/ Oil to plant drawings.
Start digging manually to locate the exact
Pipelines position of buried utilities and thereafter use
mechanical means.
Pit Excavation Same as above Can cause Prevent ingress of water
beyond 3.0m plus drowning situation Provide ring buoys
Flooding due to Identify and provide suitable size dewatering
excessive rain/ pump or well point system
underground
water
Digging in the Building/Structure Obtain prior approval of excavation method from
vicinity of may collapse local authorities.
existing Building/ Loss of health & Use under-pining method
Structure wealth Construct retaining wall side by side.
Movement of May cause cave-in Barricade the excavated area with proper lighting
vehicles/ or slides. arrangements
equipment’s close Persons may get Maintain at least 2m distance from edge of cut
to the edge of cut. buried. and use stop blocks to prevent over-run
Strengthen shoring and strutting

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 440 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 45 of 96
PROJECT SITES

APPENDIX-E: (Sheet 2 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Narrow deep Same as above May cause severe Battering/benching of sides
excavations for plus injuries or prove Provide escape ladders
pipelines, etc. Frequent cave-in fatal
or slides
Flooding due to May arise drowning Same as above plus
Hydro- static situation Bail out accumulated water
testing Maintain adequate ventilation.
Rock by Improper May prove fatal Ensure proper storage, handling & carrying of
excavation handling of explosives by trained personnel.
blasting explosives Comply with the applicable explosive acts &
rules.
Uncontrolled May cause severe Allow only authorized persons to perform
explosion injuries or prove blasting operations.
fatal Smoking and open flames are to be strictly
prohibited
Scattering of Can hurt people Use PPE like goggles, face mask, helmets etc.
stone pieces in
atmosphere
Rock excavation Entrapping of May cause severe Barricade the area with red flags and blow siren
by blasting persons/ animals. injuries or prove before blasting.
(Contd) fatal
Misfire May explode Do not return to site for at least 20 minutes or
suddenly unless announced safe by designated person.
Piling Work Failure of pile- Can hurt people Inspect Piling rigs and pulley blocks before the
driving beginning of each shift.
equipment
Noise pollution Can cause deafness Use personal protective equipment’s like ear
and psychological plugs, muffs, etc.
imbalance.
Extruding Can hurt people Barricade the area and install sign boards
rods/casing Provide first-aid
Working in the Can cause Keep sufficient distance from Live-Electricity as
vicinity of 'Live- electrocution/ per IS code.
Electricity' Asphyxiation Shut off the supply, if possible
Provide artificial/rescue breathing to the injured
(B) Air pollution by May affect Wear respirators or cover mouth and nose with
CONCRETING cement Respiratory System wet cloth.
Handling of Hands may get Use gloves & other PPE.
ingredients injured
Protruding Feet may get Use Provide platform above reinforcement for
reinforcement injured movement of workers.
rods.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 441 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 46 of 96
PROJECT SITES

APPENDIX-E :(Sheet 3 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Earthing of Can cause Ensure earthing of equipment’s and proper
electrical electrocution/ functioning of electrical circuit before
mixers, asphyxiation commencement of work.
vibrators, etc.
not done.
Falling of Persons may get Use hard hats
materials from injured Remove surplus material immediately from work
height place.
Ensure lighting arrangements during night hours
Continuous Cause tiredness of Insist on shift pattern
pouring by same workers and may Provide adequate rest to workers between
gang lead to accident. subsequent pours.
Revolving of Parts of body or Allow only mixers with hopper
concrete mixer/ clothes may get Provide safety cages around moving motors
vibrators entrapped. Ensure proper mechanical locking of vibrator
Super-structure Same as above Shuttering/props Avoid excessive stacking on shuttering material
plus may collapse and Check the design and strength of shuttering
Deflection in prove fatal material before commencement of work
props or Rectify immediately the deflection noted during
shuttering concreting.
material
Passage to work Improperly tied and Ensure the stability and strength of passage
place designed before commencement of work.
props/planks may Do not overload and stand under the passage.
collapse
(C) Curtailment and Persons may get Use PPE like gloves, shoes, helmets, etc.
REINFOR- binding of rods injured Avoid usage of shift tools
CEMENT Carrying of rods Workers may get Provide suitable pads on shoulders and use safety
for short injured their hands gloves.
distances/at and shoulders. Tie up rods in easily liftable bundles
heights Ensure proper staging.
Checking of Rods may cut or Use measuring devices like tape, measuring rods,
clear distance/ injure the fingers etc.
cover with hands
Hitting projected Persons may get Use safety shoes and avoid standing
rods and injured and fell unnecessarily on cantilever rods
standing on down Avoid wearing of loose clothes
cantilever rods.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 442 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 47 of 96
PROJECT SITES

APPENDIX-E:(Sheet 4 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


(…Contd.)

ACTIVITY TYPE OF EFFECT OF


PREVENTIVE MEASURES
HAZARD HAZARD
Falling of material May prove fatal Use helmets
from height Provide safety nets

Transportation of Protruded rods may Use red flags/lights at the ends


rods by trucks/ hit the persons Do not protrude the rods in front of or by the side
trailers of driver's cabin.
Do not extend the rods 1/3rd of deck length or
1.5m whichever is less
(D)WELDING Welding radiates Radiation can Use specified shielding devices and other PPE of
AND GAS invisible damage eyes and correct specifications.
CUTTING ultraviolet and skin. Avoid thoriated tungsten electrodes for GTAW
infra-red rays
Improper Explosion may occur Move out any leaking cylinder
placement of Keep cylinders in vertical position
oxygen and Use trolley for transportation of cylinders and
acetylene cylinders chain them
Use flashback arrestors
Leakage/ cuts in May cause fire Purge regulators immediately and then turn off
hoses Never use grease or oil on oxygen line
connections and copper fittings on acetylene lines
Inspect regularly gas carrying hoses
Always use red hose for acetylene & other
fuel gases and black for oxygen
Opening-up of Cylinder may burst Always stand back from the regulator while
cylinder opening the cylinder
Turn valve slowly to avoid bursting
Cover the lug terminals to prevent short
circuiting
Welding of tanks, Explosion may occur Empty & purge them before welding
container or pipes Never attach the ground cable to tanks, container
storing flammable or pipe storing flammable liquids
liquids Never use LPG for gas cutting

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 443 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 48 of 96
PROJECT SITES

APPENDIX-E:(Sheet 5 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


…(Contd.)

ACTIVITY TYPE OF EFFECT OF


PREVENTIVE MEASURES
HAZARD HAZARD
(E) Ionizing Radiations may react Ensure Safety regulations as per BARC/AERB
RADIOGRAPHY radiation with the skin and can before commencement of job.
cause cancer, skin Cordon off the area and install Radiation warning
irritation, dermatitis, symbols
etc. Restrict the entry of unauthorized persons
Wear appropriate PPE and film badges issued by
BARC/AERB
Transportation Same as above Never touch or handle radiography source with
and Storage of hands
Radiography Store radiography source inside a pit in an
source exclusive isolated storage room with lock and
key arrangement. The pit should be approved by
BARC/AERB.
Radiography source should never be carried
either in passenger bus or in a passenger
compartment of trains.
BARC/AERB has to be informed before source
movement.
Permission from Director General of Civil
Aviation is required for booking radio isotopes
with airlines.
Loss of Radio Same as above Try to locate with the help of Survey Meter
isotope Inform BARC/AERB (*)
(F) ELECTRICAL Short circuiting Can cause Use rubberized hand gloves and other PPE
INSTALLATION Electrocution or Fire Don't lay wires under carpets, mats or doorways.
ANDUSAGE Allow only licensed electricians to perform on
electrical facilities
Use one socket for one appliance
Ensure usage of only fully insulated wires or
cables
Don't place bare wire ends in a socket
Ensure earthing of machineries and equipment’s
Do not use damaged cords and avoid temporary
connections
Use spark-proof/flame proof type field
distribution boxes.

(*) Atomic Energy Regulatory Board (AERB),


Bhabha Atomic Research Centre (BARC)
Anushakti Nagar, Mumbai – 400 094

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 444 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 49 of 96
PROJECT SITES

APPENDIX-E:(Sheet 6 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


(…Contd.)

TYPE OF EFFECT OF
ACTIVITY
HAZARD HAZARD
PREVENTIVE MEASURES
Do not allow open/bare connections
Provide all connections through ELCB
Protect electrical cables/equipment's from water
and naked flames
Check all connections before energizing
Overloading of Bursting of system Display voltage and current ratings prominently
Electrical can occur which with 'Danger' signs.
System leads to fire Ensure approved cable size, voltage grade and
type
Switch off the electrical utilities when not in use
Do not allow unauthorized connections.
Ensure proper grid wise distribution of Power
Improper laying Can cause Do not lay unarmoured cable directly on ground,
of overhead and electrocution and wall, roof of trees
underground prove fatal Maintain at least 3m distance from HT cables
transmission All temporary cables should be laid at least 750
lines/cables mm below ground on 100 mm fine sand
overlying by brick soling
Provide proper sleeves at crossings/ inter-
sections
Provide cable route markers indicating the type
and depth of cables at intervals not exceeding
30m and at the diversions/termination
(G) FIRE Small fires can Cause burn injuries In case a fire breaks out, press fire alarm system
PREVENTION become big ones and may prove fatal and shout "Fire, Fire"
AND and may spread Keep buckets full of sand & water/ fire
PROTECTION to the extinguishing equipment near hazardous
surrounding locations
areas Confine smoking to 'Smoking Zones' only.
Train people for using specific type of fire
fighting equipments under different classes of fire
Keep fire doors/shutters, passages and exit doors
unobstructed
Maintain good housekeeping and first-aid boxes
(for details refer Appendix-B)
Don't obstruct assess to Fire extinguishers.
Do not use elevators for evacuation during fire.
Maintain lightening arrestors for elevated
structures
Stop all electrical motors with internal
combustion

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 445 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 50 of 96
PROJECT SITES

APPENDIX-E :(Sheet 7 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


(…Contd.)

ACTIVITY TYPE OF EFFECT OF


PREVENTIVE MEASURES
HAZARD HAZARD
Move the vehicles from dangerous locations
Remove the load hanging from the crane booms
Remain out of the danger areas.
Improper It may not Ensure usage of correct fire extinguisher meant
selection of Fire extinguish the fire for the specified fire (for details refer Appendix-
extinguisher C).
Do not attempt to extinguish Oil and electric
fires with water. Use foam cylinders/CO 2 /sand
or earth.
Improper storage Same as above Maintain safe distance of flammable substances
of highly from source of ignition
inflammable Restrict the distribution of flammable materials
substances to only min. necessary amount
Construct specifically designed fuel storage
facilities
Keep chemicals in cool and dry place away from
heat. Ensure adequate ventilation
Before welding operation, remove or shield the
flammable material properly
Store flammable materials in stable racks,
correctly labeled preferably with catchment
trays.
Wipe off the spills immediately
Short circuiting Same as above Don't lay wires under carpets, mats or door ways
of electrical Can cause Use one socket for one appliance.
system Electrocution Use only fully insulated wires or cables
Do not allow open/bare connections
Provide all connections through ELCB
Ensure earthing of machineries and equipment’s
(H) Crossing the Personal injury Obey speed limits and traffic rules strictly
VEHICULAR Speed Limits Always expect the unexpected and be a
MOVEMENT (Rash driving) defensive driver
Use seat belts/helmets
Blow horn at intersections and during
overtaking operations.
Maintain the vehicle in good condition
Do not overtake on curves, bridges and slopes
Adverse weather Same as Above Read the road ahead and ride to the left
condition Keep the wind screen and lights clean
Do not turn at speed.
Recognize the hazard, understand the defense
and act correctly in time.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 446 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 51 of 96
PROJECT SITES

APPENDIX-E :(Sheet 8 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


(…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Consuming Same as above Alcohol and driving do not mix well. Either
alcohol before choose alcohol or driving.
and during the If you have a choice between hitting a fixed
driving object or an on-coming vehicle, hit the fixed
operation object
Quit the steering at once and become a passenger.
Otherwise take sufficient rest and then drive.
Do not force the driver to drive fast and round the
clock.
Do not day dream while driving
Falling objects/ May prove fatal Ensure effective braking system, adequate
Mechanical visibility for the drives, reverse warning alarm..
failure Proper maintenance of the vehicle as per
manufacturer instructions
(I) PROOF Bursting of May cause injury Prepare test procedure & obtain EIL/owner's
TESTING piping and prove fatal approval
(HYDROSTATI Collapse of Provide separate gauge for pressurizing pump
C/PNEUMATIC tanks and piping/equipment
TESTING) Tanks flying off Check the calibration status of all pressure
gauges, dead weight testers and temperature
recorders
Take dial readings at suitable defined intervals
and ensure most of them fall between 40-60% of
the gauge scale range
Provide safety relief valve (set at pressure
slightly higher than test pressure) while testing
with air/ nitrogen
Ensure necessary precautions, stepwise increase
in pressure, tightening of bolts/nuts, grouting, etc.
before and during testing
Keep the vents open before opening any valve
while draining out of water used for hydro-testing
of tanks.
Pneumatic testing involves the hazard of released
energy stored in compressed gas. Specific care
must therefore be taken to minimize the chance
of brittle failure during a pneumatic leak test.
Test temperature is important in this regard and
must be considered when the designer chooses
the material of construction.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 447 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 52 of 96
PROJECT SITES

APPENDIX-E :(Sheet 9 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


(…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
A pressure relief device shall be provided, having
a set pressure not higher than the test pressure
plus the lesser of 345 KPa (50 psi) or 10% of the
test pressure.
The gas used as test fluid, if not air, shall be
nonflammable and nontoxic.
(J) Person can fall May sustain severe Provide guard rails/barricade at the work place
WORKING AT down injuries or prove Use PPE like full body harness, life line, helmets,
HEIGHTS fatal safety shoes, etc.
Obtain a permit before starting the work at height
above 3 meters
Fall arrest and safety nets, etc. must be installed
Provide adequate working space(min. 0.6 m)
Tie/weld working platform with fixed support
Use roof top walk ladder while working on a
slopping roofs
Avoid movement on beams
May hit the Keep the work place neat and clean
scrap/material Remove the scrap immediately
stacked at the
ground or in
between
Material can fall May hit the workers Same as above plus
down working at lower Do not throw or drop materials or equipment
levels and prove from height. I.e. do not bomb materials
fatal All tools to be carried in a tool-kit
Bag or on working uniform
Remove scrap from the planks
Ensure wearing of helmet by the workers
working at lower levels
(K) CONFINED Suffocation/ Unconsciousness, Use respiratory devices, if reqd.
SPACES drowning death Avoid overcrowding inside a confined space
Provide Exhaust fans for ventilation
Do not wear loose clothes, neck ties, etc
Fulfill conditions of the permit

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 448 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 53 of 96
PROJECT SITES

APPENDIX-E:(Sheet 10 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


(…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Check for presence of hydrocarbons, O 2 level
Obtain work permit before entering a confined
space
Ensure that the connected piping of the
equipment which is to be opened is pressure
free, fluid has been drained, vents are open and
piping is positively isolated by a blind flange

Presence of Inhalation can pose Same as above plus


foul smell and threat to life Check for hydrocarbon and Aromatic compounds
toxic before entering a confined space
substances Depute one person outside the confined space for
continuous monitoring and for extending help in
case of an emergency
Ignition/ flame Person may sustain Keep fire extinguishers at a hand distance
can cause fire burn injuries or Remove surplus material and scrap immediately
explosion may occur Do not smoke inside a confined space
Do not allow gas cylinders inside a confined
space
Use low voltage (24V) lamps for lighting
Use tools with air motors or electric tools with
max. voltage of 24V
Remove all equipment’s at the end of the day
(L) Failure of load Can cause accident Avoid standing under the lifted load and within
HANDLING lifting and and prove fatal the operating radius of cranes
AND moving Check periodically oil, brakes, gears, horns and
LIFTING equipment’s tyre pressure of all moving machinery
EQUIPMENTS Check quality, size and condition of all chain
pulley blocks, slings, U-clamps, D-shackles, wire
ropes, etc.
Allow crane to move only on hard, firm and
leveled ground.
Allow lifting slings as short as possible and
check gunny packings at the friction points
Do not allow crane to tilt its boom while moving
Install Safe Load Indicator
Ensure certification by applicable authority

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 449 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 54 of 96
PROJECT SITES

APPENDIX-E :(Sheet 11 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


(…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Overloading of Same as above Safe lifting capacity of derricks and winches
lifting written on them shall be got verified
equipment’s The max. safe working load shall be marked on
all lifting equipment’s
Check the weight of columns and other heavy
items painted on them and accordingly decide
about the crane capacity, boom and angle of
erection
Allow only trained operators and riggers during
crane operation.
Overhead Can cause Do not allow boom or other parts of crane to
electrical wires electrocution and come within 3m reach of overhead HT cables
fire Hook and load being lifted shall preferably
remain in full visibility of crane operators.
(M) Person can fall Person May sustain Provide guard rails for working at height
SCAFFOLDI down severe injuries and Face ladder while climbing and use both hands.
NG, prove fatal Ladders shall extend about 1m above landing for
FORMWOR easy access and tying up purpose
K Do not place ladders against movable objects and
AND maintain base at 1/4 unit of the working length of
LADDERS the ladder.
Suspended scaffolds shall not be less than 500
mm wide and tied properly with ropes
No loose planks shall be allowed
Use PPE, like helmets, safety shoes etc
Failure of Same as above Inspect visually all scaffolding materials for
scaffolding stability and anchoring with permanent
material structures.
Design scaffolding for max. load carrying
capacity.
Scaffolding planks shall not be less than 50X250
mm full thickness lumber or equivalent. These
shall be cleated or secured and must extend over
the end supports by at least 150mm and not more
than 300mm
Don't overload the scaffolds
Do not splice short ladders to make a longer one.
Vertical ladders shall not exceed 6m.
Material can Persons working at Remove excess material and scrap immediately
fall down lower level gets Carry the tools in a tool-kit bag only
injured Provide safety nets

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 450 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 55 of 96
PROJECT SITES

APPENDIX-E:(Sheet 12 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


(…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(N) Personal Can cause injury or Do not take rest inside rooms built for welding
STRUCTUR negligence and casualty machines or electrical distribution system.
AL WORKS danger of fall Avoid walking on beams at height
Wear helmet with chin strap and full body
harness while working at height.
Use hand gloves and goggles during grinding
operations
Cover or mark the sharp and projected edges
Do not stand within the operating radius of
cranes
Lifting/ slipping Same as above Do not stand under the lifted load
of material Stack properly all the materials. Avoid slippage
during handling
Control longer pieces lifted up by cranes from
both ends
Remove loose materials from height
Ensure tightening of all nuts & bolts
(O)PIPELIN Erection/ Can cause injury Do not stand under the lifted load
E WORKS lowering failure Do not allow any person to come within the
radii of the side boom handling pipes
Check the load carrying capacity of the lifting
tools & tackles
Use safe Load Indicators
Use appropriate PPEs
Other Same as above Wear gum boots in marshy areas
Allow only one person to perform signaling
operations while lowering of pipes
Provide night caps on pipes
Provide end covers on pipes for stoppage of pigs
while testing/ cleaning operations
(P) Pollution in Can cause personal Ensure the blasting is done in enclosed shed.
GRIT neighboring injury Keep safe distance while blasting operations.
BLASTING area, hit by grits Wear positive pressure blast hood or helmet
and high with view –window, ear-muff/plug, gloves,
pressure air overall or leather coat /apron, rubber shoes.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 451 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 56 of 96
PROJECT SITES

TRAINING SUBJECTS / TOPICS


(For contractors’ personnel)

1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer / employee
2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at project
site / Effect of incentive on accident prevention
3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision / Who should be held
responsible for site accidents?
4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs
5. Hazard Identification / Type of hazards / HIRAC
6. Behavioural Safety & Motivation
7. Housekeeping – Storage / Stacking / Handling of materials
8. Occupational Health in Construction sector
9. Personal Protective Equipments – Respiratory & Non- respiratory
10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination
11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention
12. Machine Safety – Machine guarding / Maintenance
13. Transportation – Hazards & risks in transp. of materials / ODC consignments
14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety requirements.
15. Communication – HSE Induction / TBTs / Safety Committee / Safety meeting / Safety
propaganda / Publicity.
16. Excavation – Risks & Dangers / Safety measures
17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyards / Life-
line / Fall arrester / Safety Nets / Floor openings
18. Hazards in Welding & important safety precautions
19. Gas Cutting – Hazards & safety measures
20. Fire prevention & fire protection

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 452 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 57 of 96
PROJECT SITES

APPENDIX - G
CONSTRUCTION POWER BOARD(typical)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 453 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY B224/B229-6-82-0001
&ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 58 of 96
PROJECT SITES

APPENDIX-H

LIST OF PROCEDURES (MINIMUM) TO BE FORMING PART OF HSE PLAN:-

A. HSE Management Procedures:

• HSE Risk Management (including JSA/HIRA)


• HSE Legal Compliance and Other Requirements
• HSE Objectives & Performance
• HSE Training and Competence (including Induction)
• HSE Motivation &Award Scheme
• HSE Audits
• HSE Meetings
• HSE Sub Contractor Management
• HSE Emergency Management
• HSE Incidents Reporting and Management
• HSE Reports
• HSE Management System Review
• HSE Change Management
• HSE procedure for Behaviour based Safety
• First Aid & Management
• Roles, Responsibility, accountabilities and Authorities

B. Job procedures/Safe Operating procedures

• Setting Up Site & Signage’s


• Handling of Electrical Appliances
• Working at Height
• Confined Space Entry
• Permit to Work (including hot works)
• Housekeeping
• Lifting Operations
• Transportation of materials including Manual Handling
• Compressed Air Tools and Units
• Earthmoving Operations & excavation
• Scaffolding
• Fire Prevention/Protection
• Hazardous Substance handling & Storage
• Radiation Hazard
• Personal Protective Equipment

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 454 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 59 of 96
PROJECT SITES

FORMAT NO. : HSE-1 REV 0


(Sheet 1 of 6)
SAFETY WALK-THROUGH REPORT
(Name & signature of walk through performer to be inserted at the bottom of each page)
Project : _____________ Report no. : ___________
Date : _____________ Contractor : ___________
Inspection by :_____________ Owner : ___________
Frequency : Monthly Job no. : ___________
Note : Write ‘NA’ wherever the item is not applicable
Non
SL. Satisfactory
ITEM satisfactory/ Remarks Action
NO. /Yes
No
1. HOUSEKEEPING
a) Waste containers provided and used
b) Sanitary facilities adequate and Clean

c) Passageways and Walkways Clear

d) General neatness of working areas


e) Other
2. PERSONNEL PROTECTIVE EQUIPMENT

a) Goggles; Shields
b) Face protection

c) Hearing protection

d) Foot protection DRAFT

e) Hand protection
f) Respiratory Masks etc.

g) Full body harness conforming to CЄ, EN 361

h) Hard hat (HDPE)

i) Other
3. EXCAVATIONS/OPENINGS
a) Openings properly covered or barricaded
b) Excavations shored

c) Excavations barricaded
d) Overnight lighting provided

e) Other

Safety walk-through performer (Name & Signature)……………………………………………..

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 455 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 60 of 96
PROJECT SITES

FORMAT NO. : HSE-1 REV 0


(Sheet 2 of 6)

Non
SL. Satisfactory
ITEM satisfactory/ Remarks Action
NO. / Yes
No
4. WELDING & GAS CUTTING

a) Gas cylinders chained upright

b) Cables and hoses not obstructing

c) Screens or shields used

d) Flammable materials protected

e) Live electrode bits contained properly

f) Fire extinguisher (s) accessible

g) Other

5. SCAFFOLDING & BARRICADING

a) Fully decked platforms

b) Guard and intermediate rails in place

c) Toe boards in place


DRAFT

d) Adequate shoring

e) Adequate access

f) Positive barricading for critical activities

g) Installation of warning signs

h) Other

6. LADDERS

a) Extension side rails 1 m above

b) Top of landing

c) Properly secured

d) Angle + 700 from horizontal

e) Other

Safety walk-through performer (Name & Signature)……………………………………………..

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 456 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-
ENVIRONMENT MANAGEMENT 0001Rev.0
AT RAJASTHAN REFINERY
Page 61 of 96
PROJECT SITES

FORMAT NO. : HSE-1 REV 0


(Sheet 3 of 6)

Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
7. HOISTS, CRANES AND DERRICKS

a) Condition of cables and sheaves OK

b) Condition of slings, chains, hooks and eyes


O.K.
c) Inspection and maintenance log-books
maintained
d) Outriggers used

e) Reverse horn installed / active / coupled with


gear
f) Signs/barricades provided

g) Signals observed and understood

h) Qualified operators

i) Other

8. MACHINERY, TOOLS AND EQUIPMENT

a) Proper instruction

b) Safety devices

c) Proper cords

d) Inspection and maintenance

e) Other

9. VEHICLE AND TRAFFIC

a) Rules and regulations observed

b) Inspection and maintenance

c) Licensed drivers

d) Other

Safety walk-through performer (Name& Signature)………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 457 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 62 of 96
PROJECT SITES

FORMAT NO. : HSE-1 REV 0


(Sheet 4 of 6)

Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
10. TEMPORARY FACILITIES

a) Emergency instructions posted

b) Fire extinguishers provided

c) Fire-aid equipment available

d) Secured against storm damage

e) General neatness

f) In accordance with electrical requirements

g) Other

11. FIRE PREVENTION

a) Personnel trained & instructed to make use


of facility
b) Fire extinguishers checked periodically &
record maintained
c) No smoking in Prohibited areas.
d) Fire Hydrants not obstructed

e) Regular fire drill conducted

12. ELECTRICAL

a) Use of 3-core armored cables everywhere

b) Usage of 'All insulated' or 'double-insulated'


electrical tools
c) All electrical connection are routed through
ELCB
d) Natural Earthing at the source of power
(Main DB)
e) Continuity and tightness of earth conductor

f) Effective covering of junction boxes, panels


and other energized wiring places
g) Ground fault circuit interrupters provided

h) Prevention of tripping hazards maintained

f) DCP extinguishers arranged & licensed


electrician engaged at site

Safety walk-through performer (Name& Signature)…………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 458 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001Rev.
ENVIRONMENT MANAGEMENT 0
AT RAJASTHAN REFINERY
Page 63 of 96
PROJECT SITES

FORMAT NO. : HSE-1 REV 0


(Sheet 5 of 6)
Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
13. HANDLING AND STORAGE OF
MATERIALS
a) Safely stored or stacked
b) Passageways clear / free from obstructions
c) Fire fighting facility in place
14. FLAMMABLE GASES AND LIQUIDS
a) Containers clearly identified / protected from
fire
b) Safe storage & transportation arrangement
made
c) Fire extinguishers positioned nearby
d) Facilities kept away from electric spark, hot
spatters & ignition source.
15. WORKING AT HEIGHT
a) Approved Erection plan and work permit in
place
b) Safe access, Safe work platform & Safety
nets provided
c) Life lines, Fall arrester, Full body harness
with double lanyards used;
d) Health Check record available for workers
going up?
e) Protective handrails arranged around floor
openings
16. CONFINED SPACE
a) Work Permit obtained from requisite
authority
b) Test for toxic gas and sufficient availability
of oxygen conducted & status
c) Supervisor present at site & at least one
person outside the confined space for
monitoring deputed
d) Availability of safe means of entry, exit and
ventilation (register for entry & exit
maintained)
e) Fire extinguisher and first-aid facility
ensured
f) Lighting provision made by using 24V Lamp
g) Proper usage of PPEs ensured
17. RADIOGRAPHY
a) Proper storage and handling of source as per
BARC/ AERB guidelines (authorized
radiographer available)
b) Work permit obtained

Safetywalk-through performer (Name& Signature)…………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 459 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001Rev.
ENVIRONMENT MANAGEMENT 0
AT RAJASTHAN REFINERY
Page 64 of 96
PROJECT SITES

FORMAT NO. : HSE-1 REV 0


(Sheet 6 of 6)

Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
c) Cordoning of the area done
d) Use of appropriate PPE's ensured
e) HSE training to workers/supervisors
imparted during the fortnight (indicate topic)
f) Minimum occupancy of workplace ensured

18. HEALTH CHECKS

a) All Workers medically examined and found


be fit for working at heights (slinging,
rigging, painting etc.)
in confined space
in excavation / trenching
in shot blasting
b) Availability of First Aid box with contents
c) Proper sanitation at site, office and labour
camps
d) Arrangement of medical facilities.
e) Measures for dealing with illness at site
&labour camps.
f) Availability of Potable drinking water for
workmen & staff.
g) Provision of crèches for children.

h) Stand by vehicle / ambulance available for


evacuation of injured
19. ENVIRONMENT
a) Chemical and Other Effluents properly
disposed
b) Cleaning liquid of pipes disposed off
properly
c) Seawater used for hydro-testing disposed off
as per agreed procedure
d) Lubricant Waste/Engine oils properly
disposed
e) Waste from Canteen, offices, sanitation etc
disposed properly
f) Disposal of surplus earth, stripping materials,
Oily rags and combustible materials done
properly
g) Green belt protection

Safety walk-through performer (Name& Signature)…………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 460 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-
ENVIRONMENT MANAGEMENT 0001Rev.0
AT RAJASTHAN REFINERY
Page 65 of 96
PROJECT SITES

FORMAT NO. : HSE-2 REV 0


(Sheet 1 of 3)

ACCIDENT / INCIDENT REPORT

(To be submitted by Contractor after every Incident / Accident within 24 hours to EIL/ Owner)

Report No.: ____________________________ Date: ______________________


Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid

Name of the injured:_______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:………..Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c. operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 461 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 66 of 96
PROJECT SITES

FORMAT NO. : HSE-2 REV 0


(Sheet 2 of 3)

Activity / Works that were continuing during incident / accident: -


Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 meter) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 462 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 67 of 96
PROJECT SITES

FORMAT NO. : HSE-2 REV 0


(Sheet 3 of 3)

Medical Aid provided:-(indicate specific aids / treatment etc.)-


………………………………………………………………………………………………………….
…………………………………………………………………………………………………………..
-------------------------------------------------------------------------------------------------------------------------
Actions taken to prevent recurrence of similar incident / accident:………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...

_____________________________________________________________________________

Intimation to local authorities (Dist Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/Site-in-charge EIL (3 copies)

Divisional Head (Constn) through RCM


Project Manager, EIL, through RCM

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 463 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 68 of 96
PROJECT SITES

FORMAT NO. : HSE-3 REV 0


(Sheet 1 of 5)

SUPPLEMENTARY INCIDENT / ACCIDENT INVESTIGATION REPORT


TICK THE APPROPRIATE ONEAS APPLICABLE (furnish within 72 hours)
Supplementary to Incident / Accident Report No: ______ (Copy enclosed)
Report No.: ____________________________ Date: ______________________
Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid

Name of the injured: _______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:……….. Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c. operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 464 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 69 of 96
PROJECT SITES

FORMAT NO. : HSE-3 REV 0


(Sheet 2 of 5)
Activity / Works that were continuing during incident / accident: -
Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 meter) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….

Particular of tools & tackles being used and condition of the same after incident/accident:
…………………………………………………………………………….........................................
………………………………………………………………………………………………………
Description of Incident/Accident (How the incident was caused):
……………………………………………………………………………………….
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 465 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 70 of 96
PROJECT SITES

FORMAT NO. : HSE-3 REV 0


(Sheet 3 of 5)
Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

Name & Designation of person who provided First-Aid to the victim: ---------------------------------------

Name & Telephone number of Hospital where the victim was treated_________________________

Mode of transport used for transporting victim – Ambulance / Private car / Tempo / Truck / Others

How much time taken to shift the injured person to Hospital________________________________

In case of FATAL incident, indicate clearly the BOCW Registration No. of the victim
/Company……………………………………………………………………………………………

Comments of Medical Practitioner, who treated / attended the victim/injured (attached / described
here)_____________________________________________________________________

What actions are taken for investigation of the incident, please indicate clearly – (Video film /
Photography / Measurements taken etc……………………………………………………………..)

Immediate cause (Please tick the right applicable) –


Hazardous methods or Poor housekeeping Inadequate or improper
procedures inadequately PPE
guarded
Environmental hazards improper Working on dangerous
(excess noise/ space illumination/Moving on oval equipment
constraint/ inadequate surface
ventilation

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 466 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 71 of 96
PROJECT SITES

FORMAT NO. : HSE-3 REV 0


(Sheet 4 of 5)

Failure to secure Horse-play Failure to use PPE

Inattention to surroundings Improper use of hands & By-passing safety devices


body-parts
Unsafe mixing or placement Bypassing standard Failure in communication
of tools & tackles procedures
Operating without authority Improper use of equipment drug or alcoholic
or tools & tackles influence
excessive haste Others(specify)

Basic cause

Over confidence Impulsiveness over-exertion


Faulty judgement or poor Failing to keep attention Nervousness & Fear
understanding constantly
Fatigue Defective vision Ill health or sickness

Slow reaction Others(specify)

Root cause

Inadequate Engg Improper Design Inadequate Planning &


organization
Inadequate knowledge Inadequate skill Inadequate training
Inadequate supervision Improper work procedure Inadequate compliance
with standard
Substandard performance Inadequate maintenance Improper inspection

Others(specify)

Loss of man days and impact on site works, (if any) –

Remarks from Contractor’s Safety Officer/ Engineer –

Was the victim performing relevant tasks for which he was engaged /employed? Yes / No
Was the Supervisor present on work-site during the incident? Yes / No
Have the causes of incident rightly identified? Yes / No
Cause of Accident was_____________________________________________________________

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 467 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 72 of 96
PROJECT SITES

FORMAT NO. : HSE-3 REV 0


(Sheet 5 of 5)

Remedial measures recommended by Safety Officer of Contractor for avoiding similar incident in
future
: ………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...

Intimation to local authorities (Dist Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
_____________________________________________________________________________

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/ Site-in-charge of EIL (3 copies)
Divisional Head (Constn) through RCM
Project Manager EIL, through RCM

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 468 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev. 0
AT RAJASTHAN REFINERY
Page 73 of 96
PROJECT SITES

FORMAT NO. : HSE-4 REV 0

NEAR MISS INCIDENT/ DANGEROUS OCCURRENCE SUGGESTED PROFORMA


(to be submitted within 24 hours)

• Near Miss : Human injury escaped & no damage to property, equipment


or interruption to work.
• Dangerous Occurrence: Damage to property, equipment or interruption of work, but not
resulting in personal injury/illness, e.g. Fire incident, collapse of structure, crane failure,
etc
Report No.: _________________

Name of Site: _________________________ Date: ______________________

Name of work: __________________________ Contractor: __________________

__________________________________________________________________________________

Incident reported by :

Date & Time of Incident :

Location :
__________________________________________________________________________________

Brief description of incident

__________________________________________________________________________________

Probable cause of incident

__________________________________________________________________________________

Suggested corrective action

__________________________________________________________________________________

Steps taken to avoid recurrence Yes No

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/Site-in-charge EIL (3 copies)

Divisional Head (Constn) through RCM


Project Manager EIL, through RCM

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 469 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev.0
AT RAJASTHAN REFINERY
Page 74 of 96
PROJECT SITES

FORMAT NO. : HSE-5 REV 0


MONTHLY HEALTH, SAFETY & ENVIRONMENTAL(HSE) REPORT
(To be submitted by each Contractor)
Actual work start Date: _______________ For the Month of: __________________
Project: ____________________________ Report No: ________________________
Name of the Contractor: ______________ Status as on : ______________________
Name of Work : _____________________ Job No : __________________________
(Contractor in consultation with EIL shall generate the reports through web based
package(www3.eil.co.in/eilhse)only.
UPTO
THIS
ITEM PREVIOUS CUMULATIVE
MONTH
MONTH
1) Average number of Staff & Workmen
(average daily headcount, not man days)
2) Man-hours worked
3) Number of Induction programmes conducted
4) Number of HSE meetings organized at site
5) Number of HSE awareness programmes conducted at site
6) Number of Tool Box Talks conducted
7) Number of Lost Time Accidents (LTA) Fatal
Other LTA
8) Number of Loss Time Injuries (LTI) Fatalities
Other LTI
9) Number of Non-Loss Time Accidents
10) Number of First Aid Cases
11) Number of Near Miss Incidents
12) No. of unsafe acts/ practices detected
13) No. of disciplinary actions taken against staff/ workmen
14) Man-days lost due to accidents
15) LTA Free man-hours i.e. LTA free man-hours counted from the
Last LTA (enter date: ……….)
16) Frequency Rate (No. of LTA per 2 lakhs man-hours worked)
17) Severity Rate (No. of man days lost per 2 lakhs man-hours
worked)
18) Loss Time Injury Frequency (No. of LTI per 2 lakhs man-hours
worked)
19) No. of activities for which Job Safety Analysis (JSA) completed
20) No. of incentives/ awards given
21) No. of occasions on which penalty imposed by EIL/ Owner
22) No. of Audits conducted
23) No. of pending NCs in above Audits
24) Compensation cases raised with Insurance
25) Compensation cases resolved and paid to workmen
26) Whether workmen compensation policy taken Yes No
27) Whether workmen compensation policy is valid Yes No
28) Whether workmen registered under ESI Act, as applicable Yes No
29) Whether HIRAC Register prepared and updated Yes No
30) Whether Environment Aspect Impact Register prepared and Yes No
updated
31) Whether Legal Register prepared and updated Yes No
Remarks, if any
Date:
Prepared by Safety Officer Approved by Site Head / Resident Construction Manager
(Signature and Name) (Signature and Name)
To : - OWNER
- RCM EIL (2 copies)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 470 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-
ENVIRONMENT MANAGEMENT 0001Rev.0
AT RAJASTHAN REFINERY
PROJECT SITES Page 75 of 96

FORMAT NO. : HSE-6 REV 0


PERMIT FOR WORKING AT HEIGHTS (ABOVE 2.0 METER)
(In duplicate to be issued daily for site and for office)
Permit No…………….. Name of Main Contractor……………………
Name of work executing agency / sub agency / vendor:…………………………………………………...
Date……………… Exact Location of work……………………………………
Nature of work ……………………………………..Duration of work (from) ………… (to) ……….......
Number of workers covered within this permit……………………………………………………………
(List enclosed with name & gate pass numbers.)

Sl. Status of compliance


Items / Subjects
No. (Yes / No)
1 Work areas / Equipment’s inspected
2 Work area cordoned off
3 Adequate lighting is provided
4 Precautions against public traffic taken
5 Concerned persons in & around have been alerted & cautioned
Hazards / risks involved in routine / non-routine task assessed and control
6
measures have been implemented at specific task
7 ELCB provided for electrical connection & found working
8 Ladder safely attached / fixed
9 Scaffoldings are checked and TAGs are found used correctly
10 Working platforms are provided and are found sound /safe for use
Safe access & egress arrangements (e.g. ladders, fall arresters, life-lines etc.)
11
are satisfactorily incorporated
a. Openings on platform / floors are effectively cordoned / covered
12
b. Safety Nets are provided wherever required
Use of following safety gadgets by people working at area under this permit, is
checked and found satisfactory -
Safety helmet
13 Safety harness (full body) with double lanyard
Safety Shoes
Safety gloves
Safety goggles
14 Housekeeping of work area found satisfactorily tidy / clean & clear
Adequate measures have been taken for works being continued at the ground
15
level, when simultaneous works are permitted overhead at that very location.
16 Materials are not thrown from heights on to ground
17 Medical examination of workers are made & found satisfactory
Responsible job engineer / supervisor found physically present at work spot for
18
overall administration of work as well as safety of people.

Above items have been checked & compliance has been found in place. Hence work is permitted to
start / continue at the above-mentioned location. Work shall not start till identified lapses are rectified.

Additional Precautions, if any …………………………………………………………….


……………………………………………………………………………………………..

Work Permit issued by Verification By Review by EIL


Contractor Engineer/RCM Contractor Safety Officer Field Engineer/Safety officer

AT THE END OF THE DAY/WORK:

All works at height are completed & workmen have returned safely from work location at
(time)………….. (date)……………

(Sig. Contractor Engineer)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 471 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev.0
AT RAJASTHAN REFINERY
PROJECT SITES Page 76 of 96

GRANT OF PERMIT AND EXTENSIONS

Time Reviewer
Issued By
Verification by (EIL / Owner)
Date (Site Engr./RCM (Safety Officer of
From To of Main Main Contractor)
Contractor)
Remarks with date

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 472 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev.0
AT RAJASTHAN REFINERY
PROJECT SITES Page 77 of 96

FORMAT NO. : HSE-7 REV 0

CONFINED SPACE ENTRY PERMIT


Project site ___________________________ Sr. No. _________________________
Name of the work ______________________ Date ___________________________
Name of Contractor ____________________ Nature of work ___________________
Exact location of work _____________

Safety Requirements POSITIVE ISOLATION OF THE VESSEL IS MANDATORY


(A) Has the equipment been?
Y NR Y NR Y NR
 Isolated from  water flushed &/or  radiation sources
power/steam/air steamed removed
 isolated from liquid or  Man ways open &  proper lighting
gases ventilated provided
 depressurized &/or  cont. inert gas flow 
drained arranged
 blanked/ blinded/  adequately cooled 
disconnected
(B) Expected Residual Hazards
 lack of O 2  combustible gas/ liquid  H 2 S / toxic gases
 corrosive chemicals  pyrophoric iron / scales  electricity / static
 heat/ steam / frost  high humidity  ionizing radiation
  
(C) Protection Measures
 gloves  ear plug / muff  goggles / face shield
 protective clothing  dust / gas / air line mask  personal gas alarm
 grounded air duct/blower  attendant with SCBA/air  rescue
/AC mask equipment/team
 Fire fighting arrangements  safety harness & lifeline  communication
equipment
  
Authorization / Renewal (It is safe to enter the confined space)
Signature Time Signature
No. of Contractor's Contractor's Review From To Workman
Name of persons
persons Supervisor Safety by EIL
allowed
allowed Officer Field
Engineer

Permit Closure :
(A) Entry  was closed  stopped  will continue on ...

(B) Site left in a safe condition  Housekeeping done

(C)Multilock removed  key transferred


 Ensured all men have come out  Man-ways barricaded

Remarks, if any:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 473 of 3856


JOB SPECIFICATION FOR JOB SPECIFICATION No.
HEALTH, SAFETY & B224/B229-6-82-0001
ENVIRONMENT MANAGEMENT Rev.0
AT RAJASTHAN REFINERY
PROJECT SITES Page 78 of 96

FORMAT NO. : HSE-8 REV 0

RADIATION WORK PERMIT


Project : Sr. No. :
Name of the work : Date :
Name of site contractor : Job No. :

Location of work :

Source strength :

Cordoned distance (m) :

Name of Radiography agency : Approved by Owner/EIL

No. of workers engaged :


(List enclosed with name & gate pass numbers.)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. No. Item description Done


Safety regulations as per BARC/AERB ensured while source in use/in transit & during
storage
Area cordoned off / safe working platform provided
Lighting arrangements for working during nights ensured
Warning signs/ flash lights installed
Cold work permit taken (if applicable)
PPEs like film badges, dosimeters used

Additional precautions, if any ______________________________________________________

(Radiography Agency’s BARC/AERB authorized Supervisor)

Permission is granted.

Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date

(Signature of permit issuing authority of site contractor)


Name :Designation: Date:
Permit renewal:
Sign of issuing Review by EIL Field
Additional precautions
Permit extended up to authority with date (of Engineer
required, if any
site contractor)
Date Time

Work completed/ stopped/ area cleared at ________ Hrs of Date ______________


(Sign. of permit issuing authority)
Name& Signature of site contractor:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 474 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT B224/B229-6-82-0001
MANAGEMENT Rev.0
AT RAJASTHAN REFINERY
Page 79 of 96
PROJECT SITES

FORMAT NO. : HSE-9 REV 0


DEMOLISHING/DISMANTLING WORK PERMIT
Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :

Name of sub-contractor : No. of workers to be engaged:


(List enclosed with name & gate pass numbers.)

Line No./ Equipment No./ Structure to be dismantled :


Location details of dismantling/ demolition with sketch : (clearly indicate the area)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. Item description Done Not


No. Applicable

Services like power, gas supply, water, etc. disconnected

Dismantling/ Demolishing method reviewed & approved

Usage of appropriate PPEs ensured

Precautions taken for neighbouring structures

First-Aid arrangements made

Fire fighting arrangements ensured

Precautions taken for blasting

(Contractor’s Supervisor) (Contractor’s Safety Officer)

Review by EIL Permission is granted.

Field Engineer/Safety officer (Permit issuing authority)

Name:
Date:
Completion report :

Dismantling/ Demolishing is completed on _____________ Date at ____________ Hrs.

Materials/ debris transported to identified location Tagging completed (as applicable)

Services like power, gas supply, water, etc. restored

(Permit issuing authority)


CONTRACTOR’s NAME

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 475 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 80 of 96

FORMAT NO. : HSE-10 REV 0

DAILY SAFETY CHECKLIST


(To make use of before start of day’s work)

Project : Sr. No. :


Name of the work : Date :
Name of contractor : Job No. :
Description of Job decided to perform : -

• Use of PPE / Safety Gadgets

Sl. Compliance Sl. Compliance (Yes


PPEs PPEs
No (Yes / No) No / No)
1 Safety Helmets 6 Face Shield
2 Safety Shoes 7 Full body harness
3 Hand Gloves 8 Fall Arrest System
4 Dust Musk 9 Safety net
Horizontal life-line made
5 Safety Goggles 10 of steel wire, (dia not
less than 8.0 mm.)
(Serial No. 1 & 2 are compulsory for everyone. Specify & ensure use of other safety gadgets as required for the job)

• Identify following important unsafe conditions: -

Sl. No Conditions Yes / No


1 Access to work site / emergency escape clear
2 Soil / Loose earth kept away from excavated pit / slope / ladder provided
Electrical wire / welding lead lying entangled on ground / welding m/c. booth
3
accessible
4 Elevated work platform / open ends are protected
Ground area cordoned off before lifting works or erection at height / ground
5
area checked & cordoned-off before start of height works
Structural members / erected pipes / wooden boards/pieces etc. are safely
6 anchored at heights and are not likely to fall down on people when working
beneath
Rope ladders tied-up on tall steel structures, long before are removed to get
7
rid of their use
8 Any Other
• Indicate actions taken, if status of any of the above items is found “No”
………………………………
……………………………………………………………………………………………………………….

• Specific Safety guidelines / precautions, if any (communicated thro’ TBT)


……………………………
………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
• Above conditions and PPE compliances are checked by undersigned and correct status are indicated after
verification

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 476 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 81 of 96

FORMAT NO. : HSE-11 REV 0


(Sheet 1 of 2)
HOUSEKEEPING ASSESSMENT& COMPLIANCE
Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Name of contractor : Fortnightly
Sl Satisfactory/ Non
No.
Subjects of Review Remarks Action
Yes satisfactory/No
1. Cleanliness at the Main entry / access of site
2. Ground condition / floor areas free from water-
logging / oil spillage
3. Ground & elevated floors free from rubbish /
wastes / accumulated debris / scraps.
4. Manholes / openings are covered / fenced
5. Trenches are barricaded / walkways are in place
6. Drains are cleaned / not choked / not occupied
by dumped materials
7. Sufficient CAUTION boards / instructions
displayed
8. Construction machinery are maintained &
parked in orderly manner.
9. Movement of site people are not obstructed
because of dumping / storing of construction
materials
10. Access / egress to Electrical Distribution Boards
/ Panels clear from wires / cables / earth-strips
etc.
11. Electrical panel rooms / sheds / MCC / Control
rooms / Substations etc. are clean & tidy and not
used for storing dress / clothes, tiffin-box or
bicycles.
12. Passage behind Elec. panels are free for access
13. Fire extinguishers / fire-buckets are accessible
without any difficulty.
14. Stair-steps, platforms & landings are clear & tidy
15. Sheds / rooms & work areas have got sufficient
illumination as well as ventilation
16. Cables / Wires / welding leads are routed /
hanged appropriately & are not creating unsafe
condition.
17. Stacking / storing of insulation materials or their
packing.
18. Removal or cleanliness of left-over sand,
concrete, brick-bats, insulation-materials, excess
earth, wastes etc.
19. Storing / stacking of sand, metal chips, re-bars,
steel pipes, valves, fittings etc.
20. One escape route at ground & minimum two
escape routes at elevation available,

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 477 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 82 of 96

FORMAT NO. : HSE-11 REV 0


(Sheet 2 of 2)

Sl Satisfactory/ Non
No.
Subjects of Review Remarks Action
Yes satisfactory/No
21. Captions / Posters / Slogans on various safety
instructions are displayed legibly in local
language
22. Cable trenches are water-free or regular
arrangement for taking out accumulated water
exists.
23. Windows of rooms / offices are regularly
cleaned
24. Facilities for cycle sheds, drinking water,
washing, rest-rooms etc. are maintained in tidy
manner.
25. Toilet, Urinals, Canteen / kitchen / pantry etc.
are maintained & free from obnoxious smell.
26. Construction tools / tackles are stored
systematically - the items are tagged / tested /
certified by competent third party.
27. Sufficient numbers of Dust-bins / Waste-bins
found at site and are regularly emptied.

Additional remarks, if any -


………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
……………………………………

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 478 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 83 of 96

FORMAT NO. : HSE-12 REV 0

INSPECTION OF TEMPORARY ELECTRICAL BOOTH / INSTALLATION


Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Sub Station No:/Booth No Location:

SL
SUBJECTS OBSERVATION (YES /NO) ACTION TAKEN
NO
Switchboards installed properly are in order and
1
protected from rain & water-logging.
Adequate illumination provided for switchboard
2 operation during night hours & the lamps are protected
from direct human contact.
Voltage ratings, DANGER signs, Shock-Treatment-
3
Chart displayed in the installation / booth
Fire extinguisher (DCP or CO 2 ) & Sand Bucket kept in
4
close vicinity of Switchboards
Valid License & Competent Electrician / Wireman
5 available & name/ license no. displayed at booth /
installation.
General housekeeping in & around booth / installation
6
found in order.
7 Cable-route-markers for U/G cables provided.
Monthly inspection report of Electrical hand tools
8
available in booth / installation.
9 Insulated Mat provided in front of Elec. Panels.
10 Rubber hand gloves used by Electricians
Availability of CAUTION boards for shutdown & / or
11
repairing works.
All incoming & outgoing feeders have proper MCCB /
12
HRC fuses / Switches.
Switchboards “earthed” at two distinctly isolated
13
locations.
Switchboards have adequate operating space at the front
14
face & at the rear face too.
15 All connections provided through 30mA ELCB.
16 Testing records of all ELCBs available at site
17 Only industrial type plugs & sockets are used.
Temporary connections are 3-core double insulated &
18 free from cuts & joints and 3rd core is earthed at both
ends
Socket boards are properly mounted on stand &
19
protected from water ingress.
Electrical equipment’s operating above 250V have two
20
earthing / double earthing.
All incoming / outgoing cables are properly glanded &
21
terminated with “lugs”.
22 Switch-boards are of industrial variety / type.
Sketch for installation / connection (SLD) made &
23
pasted& other safety labels/display boards
24 Labeling of incoming / outgoing feeders made.
25 All hand lamps are protected from direct contact.
26 All electrical cable / joints are in safe condition

Inspected by Verification By Review by EIL


Contractor Engineer Contractor Safety Officer Field Engineer/Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 479 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 84 of 96

FORMAT NO. : HSE-13 REV 0


(Sheet 1 of 2)
INSPECTION FOR SCAFFOLDING
Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Sl. Actions
Description Yes No N.A
No taken
Whether work permit is obtained to take up work at height above 1.5
1
meter?
Whether atmospheric condition is “stormy” or “raining” and works at
2
heights have been permitted?
3 Whether steel pipes scaffoldings are used for units /off-site areas?
Whether scaffolding has been erected on rigid/firm/leveled surfaces /
4 ground? Whether “foot-seals” or “base-plates” are used beneath the up-
rights (vertical steel pipes)
Whether scaffold construction is as per IS specification with toe-board and
5
hand-rails (top-rail as well as mid-rail)?
Whether distance between two successive up-rights are less than 2.5 meter
6 (height of scaffold & load carrying capacity governs the distance between
two uprights)
Whether all uprights are extended at least 900 mm above the top most
7
working platform (to enable fitting of handrails)?
Whether vertical distance of two successive ledgers is satisfactory?
8
(varying between 1.3 meter To 2.1 meter)
Whether the peripheral areas of working at height are cordoned-off? (for
9
avoiding accident to people arising out of dropped / deflected materials)
10 Whether platform is provided? Is it safely approachable?
Whether end of scaffold platform / board are extended beyond transoms?
11
(125mm to 150 mm)
Whether CE / IS approved quality and worthy conditioned full-body safety
12 harness (with double lanyard & karabiners) are used while working at
heights?
Whether life-line of safety harness is anchored to an independent secured
13
support capable of withstanding load of a falling person?
Whether the area around the scaffold is cordoned off to prohibit the entry of
14
unauthorized person / vehicle?
Whether clamps used are of good condition, of adequate strength and free
15
from defects?
16 Whether ladder is placed at secured and leveled surface?
17 Whether water-pass and oil-spills are avoided around the scaffold structure?
18 Whether ladder is extended 1.5meter above the landing point at height?
19 Whether more than one access/egress provided to the scaffold?
Whether ladder used are of adequate length and overlapping of short
20
ladders avoided?
Whether metallic ladders are placed much away from near-by electrical
21
transmission line?
22 Whether rungs of ladder are inspected and found in good order?
23 Whether fall-arresters provided on both the access/egress routes?
Whether diagonal (cross) bracings are provided at regular interval on the
24
scaffold?
Whether working platform on the scaffold has been made free from “jolt”
25
or “gap”?
Whether tools or materials are removed after completion of the day’s job at
26
heights?
Whether a valid Permit for Work (PFW) is obtained before taking up work
27
over asbestos or fragile roof?
28 Whether sufficient precaution is taken while working on fragile roof?

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 480 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 85 of 96

FORMAT NO. : HSE-13 REV 0

(Sheet 2 of 2)

Sl. Actions
Description Yes No N. A
No taken
Whether provision is made to arrange duck ladder, crawling board for
29
working on fragile roof?
Whether scaffold has been inspected by qualified civil engineers prior to
30
their use?
Whether the scaffolding has been designed for the load to be borne by the
31
same?
Whether the erection and dismantling of the scaffolding is being done by
32
trained persons and under adequate supervision?
Whether safety net with proper working arrangement and life-line has
33
been provided?
Whether TAGS (Green for acceptable and Red for incomplete/unsafe
34
scaffolds) are used on scaffolds?
Whether sufficient illumination is provided in and around the scaffold
35
and access?
Whether emergency rescue / response arrangements are made in place
36

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 481 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 86 of 96

FORMAT NO. : HSE-14 REV 0


(sheet 1 of 2)
PERMIT FOR ERECTION / MODIFICATION & DISMANTLING OF SCAFFOLDING
Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
SL. NOT
SUBJECTS / ITEMS DONE REMARKS
No. DONE
Specific task of Erection / Modification / Dismantling of scaffolds,
1 identified & TAGGED accordingly (before as well as after carrying-
out jobs).
People engaged in doing the job are identified & are certified by Job Names to be
2
Engineer of Main Contractor as experienced / trained. noted
Concerned persons are alerted by the Job Engineer of Main Contractor
3 in connection with possible hazards & what the workmen MUST do /
MUST not do.
Verification by Job Engineer of Main Contractor made for confirming
that all persons permitted to carry-out the jobs are making use of
4
Helmet, Safety Shoes, Goggles, Gloves & Double lanyard safety
harness and other relevant PPEs.
5 Area of work is effectively cordoned-off / barricaded / illuminated.
For taking-up / lowering down Scaffolding members / clamps /
couplings etc. appropriate ropes / pulleys/ chains etc. have been
6
arranged for use (not to throw any item) & the same have been
verified as “fit for purpose”.
Items / members of scaffold, being lowered are removed from the area
7
& stacked correctly.
Ropes, chains, pulley blocks etc. being used for lifting or lowering
scaffold items, are inspected by the Job Engineer & their certifications
8
as well as physical conditions have been found O.K, before signing
this PERMIT.
Safety Net / Life-line / Fall Arresters etc. are arranged in position and
9 Job Engineer has found working conditions favourable for activities to
start.
Scaffold erection or dismantling tasks are being supervised by
10
Experienced Engineer / Competent person.
Only competent & experienced people have been selected / engaged in
11
Scaffolding erection, modification or dismantling tasks.
Adequate & effective actions for traffic and movement of people
12
around the cordoned-off area taken to avoid inadvertent incident
13 Working platforms are protected with handrails & toe-boards.
14 Access & Exit (for reach & escape) are safe for use by people.
Tools, tackles to be used for above jobs are verified by job Engineers
15 of Main contractor as genuinely good and tied-up at height (to prevent
their fall).
16 Site important Telephone Nos. are made known to everyone
SOP (Safe Operating Procedure) for the specific task is made &
17
followed too.
18 Emergency vehicle has been arranged at work locations.
• This permit for work shall be available at specific work location all the time.
• After completion of work, permit shall be returned to safety cell of main contractor, without fail.
• This Permit shall be issued maximum up to (Monday to Sunday).
• Additional Precautions, if any
…………………………………………………………………………………………………………………
• ACCORD OF PERMISSION (to be ticked) - YES ( ) / NO ( )

Inspected by Verification By
Contractor Engineer Contractor Safety Officer]

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 482 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 87 of 96

FORMAT NO. : HSE-14 REV 0


(sheet 2of 2)

Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same .

Name / Sign. MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAY


Site
Engr.
Safety
Off.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 483 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 88 of 96

FORMAT NO. : HSE-15 REV 0

PERMIT FOR HEAVY LIFT/CRITCAL ERECTION

Project : Sr. No. :


Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
Location of work : Name /Type of crane :
Equipment/Structure to be erected: Wt. of equipment/ structure to be erected :
SL. COMPLIANCE STATUS
Description of Item
NO. Remarks
Yes No Not applicable
1) Is the crane type suitable for lift or as per erection
procedure?
2) Is the crane having the correct number of counterweights
fitted?
3) Availability of Load Certification of crane from
authorized agency.
4) Is the load chart of crane available in carne cabin/or with
Crane operator?
5) Is the device to check the Wind speed in crane is working?
Is the safety features in crane are working?
6) Availability of Load certification of slings and other
accessories from authorized agency
7) Availability of Licensee/certificate for crane operator from
authorized agency.
8) Availability of approved JSA for the subject activities.
9) Availability of approved erection/rigging procedures.
10) Availability of temporary gratings/ platforms for critical
lifting(as applicable)
11) Tool Box conducted before erection?
12) Has the area been cordoned off?
13) Are the authorized persons during erection are identified?
14) Does each person identified for erection understand their
roles and responsibilities?
15) Is the ground on which crane will rest or outrigger support
are correct?
16) Is hard stand requirement (if any) complied?
17) Is the communication system (viz walkie talkies etc are
working properly?
18) If more than one crane is lifting the load, is an
Intermediate rigger will supervise the lift?
19) If there is other obstruction within the operating radius of
the crane, have correct precautions been taken to prevent
collision?
20)
All the persons are wearing the requisite PPE?

Inspected & Issued by Verification By Review by EIL


Contractor Engineer/RCM Contractor Safety Officer Field Engineer/Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 484 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 89 of 96

FORMAT NO. : HSE-16 REV 0

PERMIT FOR ENERGY ISOLATION & DE-ISOLATION

Project : Sr. No. :


Name of the work : Date :
Name of contractor : Job No. :
ENERGY ISOLATION PERMIT
• Clearance required from:…..Hrs ………Date To …. ..Hrs ….Date
• Name of equipment/ energy source etc………………………………………………………………….
• Nature of job to be done: ……………………………………………………………………………….
• Area………………………….Location:…………………………………………………………………..

PERMIT VALIDATION PERFORMING AUTHORITY


I hereby authorize the …………..personnel(performer) The work and precautions will be carried out under my
to isolate the above equipment/energy source from all overall responsibility.(Testing/execution engineer)
sources of power and handover the equipment/energy
source for maintenance/repair.
Signature: Date:
Issuing authority Name:
Area –Incharge/RCM
Signature: Date:
Name:

SAFETY PRECAUTIONS FOR CLEARANCE NORMALISING AFTER CLEARANCE


1. Notify workers of intent to de- energize 1. Notify workers of intent to re- energize
2. Obtain lock,tag or locking/tagging devices 2. Conduct visual inspection to confirm that the
3. Shut down ,de energize, dissipate any danger zone is clear of workers
residual energies. 3. Conduct visual inspection to confirm that tools
4. Apply lock ,tag and locking and/or tagging ,equipment’s danger zone is clear of workers
devices 4. Reposition the safety devices(interlocks,
5. *Any other job specific precautions valves, guards, covers ,sensors, as applicable, etc)
6. Verify effectiveness of lockout by 5. *Any other job specific normalizing details
attempting to restart. 6. Remove lock,tag and locking and/or tagging
7. Proper PPE is ensured devices.
7. Re energize.
I certify that the energy source mentioned above is 8. Confirm system is operating properly& safely
isolated from all sources and is safe to start the work. I certify that the energy source mentioned above is
isolated from all sources and is safe to start the work.
Tag No:…… Lock No:………….
Tag No:…… Lock No:………….
Issuing authority Issuing authority
Area –Incharge/RCM Area –Incharge/RCM
Signature: Date: Signature: Date:
Name: Name:
(*to be included by contractor in consultation with (*to be included by contractor in consultation with
EIL/owner) EIL/owner)
ENERGY DE-ISOLATION PERMIT
PERMIT VALIDATION PERFORMING AUTHORITY
I hereby authorize the …………..personnel(performer) I herby certify that the equipment/energy source
to de- isolate the above equipment/energy source from mentioned above has been de-isolated and is ready for
all sources of power and handover the equipment/energy normal operation.(Testing/execution engineer)
source for normal operation..

Issuing authority Signature: Date:


Area –Incharge/RCM Name:
Signature: Date:
Name: Countersigned by Issuing authority

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 485 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 90 of 96

FORMAT NO. : HSE-17 REV 0

PERMIT FOR EXCAVATION (depth 2m and above)


(Sheet 1of 2)
Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Job Description : Location:
Size of excavation :

SL. COMPLIANCE STATUS Remarks


Description of Item
NO. Yes No Not
applicable
1) Suitable and sufficient risk assessments and method statements
has been carried to ensure that the work shall be undertaken in
accordance with specification and standard.
2) Are plans/details of underground services available and the
same has been reviewed?
3) Has survey done to locate the services/obstacles etc.
4) Has the live services (electrical, water line, air line,
telephoneline etc)has been disabled for carrying out the job.
5) Is adequate barriers/fences to protect the excavation are in
place?
6) Is Adequate warning signs are in place?
7) Is Assessment of ground conditions done and remedial action(if
any) taken?
8) Safe access / egress (e.g. ramp / steps / ladders etc.) provided for
site workmen & supervisors.
9) Is the excavation work being undertaken in proximity of
structure etc ?If Yes, it’s effect is considered?
10) Availability of competent person for supervising the excavation
work?
11) Adequate safe arrangement to prevent collapse of edges (e.g.
shoring / strutting / benching / sloping etc.) made at site.
12) Hard barricades (at least 1.0M away from edge & for excavation
near site access roads) with warning signs/caution boards are
provided
13) Accumulation / passage-ways of water at periphery of
excavation / trench stopped/ restricted.
14) Is the equipment being used for excavation has been checked for
adequacy and is in good working condition having all the safety
features?
15) Age & fitness of workmen ensured by medical test before
engagement in job ?
16) Arrangement of Monitoring of possible oxygen deficiency or
obnoxious gases done & action taken?

PERMIT GRANTED - Yes / No

(List enclosed with name & gate pass numbers.)

Name & Signature of Site Engr Name & Signature of Safety Officer Review by EIL
Contractor (Issuing authority) Contractor (Verification) Field Engineer/Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 486 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001 Rev. 0
FOR
RAJASTHAN REFINERY PROJECT SITES Page 91 of 96

FORMAT NO. : HSE-17 REV 0

PERMIT FOR EXCAVATION


(Sheet 2of 2)

NOTES: -
1. Slopes or benches for excavation beyond 2.0M depth shall be designed & approved by Contractor’s site
head.
2. Excavated earth to be kept at least 1.5M away from edges
3. Safety helmets, Safety shoes or gum-boots, gloves, goggles, Face shield, Safety Harness shall be essential
PPEs.
4. Permit shall be made in duplicate and original shall be available at site of work.
5. Permit shall be issued for maximum one week only (Monday to Sunday)
6. After completion of works, permit shall be closed & preserved for record purpose

GRANT OF PERMIT AND EXTENSIONS

Verification by
Issuing authority Review by EIL /
Sl. Validity period Working Time (Safety Officer
(site Engr. of Owner (Remarks
No. From ____To ____ From _____To _____ of Main
Main Contractor) with date
Contractor)

1.

2.

3.

4.

5.

6.

7.

Additional safety instructions if any: -


1.
2.
3.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 487 of 3856


JOB SPECIFICATION FOR HEALTH, SAFETY & JOB SPECIFICATION No.
ENVIRONMENT MANAGEMENT B224/B229-6-82-0001Rev. 0
AT RAJASTHAN REFINERY PROJECT SITES Page 92 of 96

FORMAT NO. : HSE-18 REV 0 (Sheet 1of 2)

IDENTIFICATION OF ENVIRONMENTAL ASPECTS, IMPACT ASSESSMENT AND CONTROL MEASURES

Risk Signific
Environmental Environme Control Consequences Gaps/
S. No Activity N/A/E Level ant
Aspect nt Impact Measures Recommendations
A B C D E F G Yes/No

Format No. 8-00-0001-F1 Rev. 0 Copyright


Copyright EIL – AllEIL – Allreserved
rights rights reserved

Page 488 of 3856


JOB SPECIFICATION FOR HEALTH, SAFETY & JOB SPECIFICATION No.
ENVIRONMENT MANAGEMENT B224/B229-6-82-0001Rev. 0
AT RAJASTHAN REFINERY PROJECT SITES Page 93 of 96

(Sheet 2 of 2)

INITIAL ENVIRONMENT REVIEW TECHNIQUE


DNR =
WP =
Environmental AP = Air LC = Land Depletion of
Water NP = Noise Pollution
Impacts Pollution Contamination Natural
Pollution
Resources

Quantity Occurrence Severity of Impact Legal and other


Scale Detection (D) Control (E)
(A) (B) (C) requirements (F)
Negligible visual Available & In compliance or
1 Negligible Very Rare Immediately
impact effective at place not applicable
Once a Has in-built
Causes Discomfort
2 Low month or Within 1 hour Secondary
or Nuisance
less control
Resource Needs human
3 Moderate Once a day Within 8 hours
Depletion Intervention
Affects Aquatic Mechanism in
Several Within 24
4 High Life, flora, fauna or place but not
times a Day hours
global issue reliable
Human health More than 24 Absent or no
5 Excessive Continuous Not in compliance
effect hours effective control

Risk Level - G : A x B x C x D x Ex F

Aspects with score of 100 and above are considered as significant.


Also, Irrespective of the score, all legal noncompliance’s to be considered as significant

Condition
N NORMAL
A ABNORMAL
E EMERGENCY

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 489 of 3856


JOB SPECIFICATION FOR HEALTH, SAFETY & JOB SPECIFICATION No.
ENVIRONMENT MANAGEMENT B224/B229-6-82-0001Rev. 0
AT RAJASTHAN REFINERY PROJECT SITES Page 94 of 96

FORMAT NO. : HSE-19 REV 0 HIRAC

RISK IDENTIFICATION DESIRED CONTROLS & RISK ASSESSMENT RECOMENDED ACTION REMARKS
EXISTING GAPS, IF ANY CONTROL BY
ACTIONs TO
REDUCE THE
RISK LEVEL

SN Activity Activit Hazard Condition(N/ Associ Desired Gaps If Any proba Impa Risk Risk
AN/E) bility( ct R= P*I Classifi
y type s ated Control
P) (I) cation
(R/NR) Risk Measures

Likelihood – Possibility of occurrence of risks based on present gaps (technological / operational / competence / measurement and monitoring);
UL: Unlikely, L: Likely, VL: Very Likely, FR: Frequent, C: Continuous
Impact –
SI: Slight Injury, MI: Minor Injury, MJ: Major Injury, SF: Single Fatality, MF: Multiple Fatalities
Level of consequence – Refer Guidance criteria for this i.e. possible degree of damage;
Condition- N: Normal, AN: Abnormal, E-Emergency
Activity Type: R- Routine, NR- Non Routine
RISK –
L: Low Risk, M: Moderate Risk, H: High Risk

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 490 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT
B224/B229-6-82-0001Rev. 0
AT RAJSTHAN REFINERY PROJECT
SITES Page 95 of 96

FORMAT NO. : HSE-20 REV 0

HOT WORK PERMIT

Permit No…………….. Exact Location of work……………………………………………………


Name of Main Contractor………. Name of work executing agency/sub agency/vendor……………….
Date…………………… Duration of work (from) …………..…hrs (to) ………............hrs.
Nature of work ……………………………………..……………………………………………………………..

SL. Compliance Status


Description of Item
No. Yes No NA

1) Are water hoses or fire extinguishers available and in good repair?

2) Is hot work equipment in good repair?

3) Have flammable liquids, combustible materials & oily deposits within


10m been removed?

4) Have explosive atmosphere been eliminated? Test results:

5) Has the work surface area been cleaned of grease, paint, etc.?

6) Have combustible floors been wet down, covered with damp sand or
covered with fire resistant sheets?

7) Have surface areas below work area been protected?

8) Have access ways below work area been barricaded?

9) Are UV shields in place?

10) Has enclosed equipment been cleansed of all combustibles?

11) Have all containers been purged of flammable liquids and vapors?

12) Will fire watch be provided during and for 60 minutes after work,
including coffee and/or lunch breaks?

13) Has fire watch been provided with suitable fire extinguishing
devices?

14) Has the fire watch person been trained in use of fire extinguishing
devices & in sounding alarm or other emergency communications?

15) Has additional fire watch been assigned to adjoining areas, above
and below?

16) Hot work area will be monitored for 4 hours after completion of
work?

17) Dangerous simultaneous operations like painting, etc. are prohibited


near-by?

18) Sprinkler heads and smoke detectors in close proximity to the hot
work are covered.

19) Any other precaution:

20) Any other precaution:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 491 of 3856


JOB SPECIFICATION FOR HEALTH, JOB SPECIFICATION No.
SAFETY & ENVIRONMENT MANAGEMENT B224/B229-6-82-0001Rev. 0
AT RAJASTHAN REFINERY PROJECT
SITES Page 96 of 96

Above items have been checked & compliance has been found in place. Hence work is permitted to
start / continue at the above-mentioned location. Work shall not start till identified lapses rectified.

Work Permit issued by Verification by Review by EIL

Contractor Engineer/RCM Contractor Safety Officer Field Engineer/Safety officer

GRANT OF PERMIT AND EXTENSIONS

Time Reviewer
Issued By
Verification by (EIL / Owner)
Date (Site Engr./RCM (Safety Officer of
From To of Main Main Contractor)
Contractor)
Remarks with date

CLOSING OF PERMIT

Certified that the subject work has been completed / stopped and area cleared.

Signature

Name
Date
Time
Designation Engineer/RCM of Main Contractor Safety Officer of Main Contractor

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 492 of 3856


OISD/DOC/2018/26

Page No. I

OISD - GDN - 192

FOR RESTRICTED
CIRCULATION ONLY

d
Lt
a
SAFETY PRACTICES DURING CONSTRUCTION

di
In
rs

OISD-GDN-192
Second Edition, April, 2016
e

First Edition, July, 2000


ne
gi
En

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

Page 493 of 3856


OISD/DOC/2018/26

Page No. II

OISD - GDN - 192


Second Edition, April, 2016
First Edition, July, 2000

FOR RESTRICTED
CIRCULATION ONLY

d
Lt
a
di
SAFETY PRACTICES DURING CONSTRUCTION
In
rs

Prepared by
e

COMMITTEE ON
SAFETY PRACTICES DURING CONSTRUCTION
ne
gi
En

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

Page 494 of 3856


OISD/DOC/2018/26

Page No. III

Preamble

Indian petroleum industry is the energy lifeline of the nation and its continuous performance is
essential for sovereignty and prosperity of the country. As the industry essentially deals with
inherently inflammable substances throughout its value chain – upstream, midstream and
downstream – Safety is of paramount importance to this industry as only safe performance at all
times can ensure optimum ROI of these national assets and resources including sustainability.

While statutory organizations were in place all along to oversee safety aspects of Indian petroleum
industry, Oil Industry Safety Directorate (OISD) was set up in 1986 Ministry of Petroleum and Natural
Gas, Government of India as a knowledge centre for formulation of constantly updated world-scale
standards for design, layout and operation of various equipment, facility and activities involved in this

d
industry. Moreover, OISD was also given responsibility of monitoring implementation status of these
standards through safety audits.

Lt
In more than 25 years of its existence, OISD has developed a rigorous, multi-layer, iterative and
participative process of development of standards – starting with research by in-house experts and
iterating through seeking & validating inputs from all stake-holders – operators, designers, national

a
level knowledge authorities and public at large – with a feedback loop of constant updation based on
ground level experience obtained through audits, incident analysis and environment scanning.

di
The participative process followed in standard formulation has resulted in excellent level of
compliance by the industry culminating in a safer environment in the industry. OISD – except in the
In
Upstream Petroleum Sector – is still a regulatory (and not a statutory) body but that has not affected
implementation of the OISD standards. It also goes to prove the old adage that self-regulation is the
best regulation. The quality and relevance of OISD standards had been further endorsed by their
adoption in various statutory rules of the land.
rs

Petroleum industry in India is significantly globalized at present in terms of technology content


requiring its operation to keep pace with the relevant world scale standards & practices. This matches
e

the OISD philosophy of continuous improvement keeping pace with the global developments in its
target environment. To this end, OISD keeps track of changes through participation as member in
ne

large number of International and national level Knowledge Organizations – both in the field of
standard development and implementation & monitoring in addition to updation of internal knowledge
base through continuous research and application surveillance, thereby ensuring that this OISD
Standard, along with all other extant ones, remains relevant, updated and effective on a real time
gi

basis in the applicable areas.

Together we strive to achieve NIL incidents in the entire Hydrocarbon Value Chain. This, besides
En

other issues, calls for total engagement from all levels of the stake holder organizations, which we, at
OISD, fervently look forward to.

Jai Hind!!!
Executive Director
Oil Industry Safety Directorate

Page 495 of 3856


OISD/DOC/2018/26

Page No. IV

FOREWORD

At the time of development of this document, 113 OISD standards, recommended practices
and guidelines are applicable to the Oil and Gas installations of Public sector Oil
Companies in India. 11 of these standards have been adopted by Petroleum and
Explosives Safety Organisation (PESO) in various rules administered by them and thus the
provisions of these standards are mandatory for entire Oil & Gas sector to that extent.

A few serious accidents have occurred in the recent past in India and abroad including
vapour cloud explosion and fire at Oil terminal near Jaipur emphasised the need for the
industry to review the existing provisions of various guidelines and statutory requirements.

With the above in view the Government of India directed the Oil Industry Safety directorate
to develop a comprehensive document covering all the facets of Safety in Design,

d
Operation and Maintenance, of depots and terminals being run by marketing divisions of
Oil companies with an objective to strengthen the existing system.

Lt
The present guideline on “Safety Practices During Construction” has been prepared by the
functional committee based on, existing standards, guidelines & recommended practices of

a
OISD, the recommendations arising out of recent major accidents and their analysis, the
accumulated knowledge and experience of industry members in India and updation of

di
National and International codes and practices.

The provisions of this document, if implemented objectively, may go a long way in


In
enhancing overall safety standard and reduce accidents in Oil Installations.

Users are cautioned that no standard can be substitute to the “judgment and experience of
Engineers”
rs

This document will be reviewed periodically for improvements based on the new
experiences and better understanding. Suggestions are also invited from the users after it
e

is put into practice to improve the document further. Suggestions may be addressed to:
ne

The Co-ordinator
gi

Committee on “Safety Practices during Construction”


Oil Industry Safety Directorate
En

Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

This document in no way supersedes the statutory regulations of Chief Controller


of Explosives (CCE), Factory Inspectorate or any other statutory body, which must
be followed as applicable.

Page 496 of 3856


OISD/DOC/2018/26

Page No. V

NOTE

Oil Industry Safety Directorate (OISD)


publications are prepared for use in the Oil and Gas
Industry under Ministry of Petroleum & natural Gas.
These are the property of Ministry of Petroleum & Natural
Gas and shall not be reproduced or copied and loaned or
exhibited to others without written consent from OISD.

d
Though every effort has been made to assure
the accuracy and reliability of the data contained in these

Lt
documents, OISD hereby expressly disclaims any liability
or responsibility for loss or damage resulting from their
use.

a
di
These documents are intended to supplement
rather than replace the prevailing statutory requirements.
In
e rs
ne
gi
En

Page 497 of 3856


OISD/DOC/2018/26

Page No. VI

SECOND FUNCTIONAL COMMITTEE ON CONTRACTOR SAFETY

LIST OF MEMBERS

Name Organization Status

S/Shri

A K Gupta DGM (HSE), IOCL Leader

Dharmvir Addl. Director, OISD Member Coordinator

d
Ashok Dashputre Vice President, RIL Member

Lt
P K Agarwal CM (HSE), IOCL Member

D Jana AGM-Construction, EIL Member

a
Udoay Payyadi Sr. Manager-Maintenance, HPCL Member

Vijay Mohan

B K Rabha
di
Addl. Director, CHT

Dy. CE(Instrumentation), OIL


Member

Member
In
Sankar Raman V CM-E&C, BPCL - Kochi Refineries Ltd. Member

Yogesh J Nakhare Manager-F&S, HPCL. Member


rs

Pushp Khetarpal Sr. Vice President (O&M), Petronet LNG Member


e

Upinder Kumar Petronet LNG Member


ne

A K Arora Addl. Director, OISD Member


gi

In addition to the above, several other experts from Industry contributed in the
preparation, review and finalisation of this Guideline.
En

Page 498 of 3856


OISD/DOC/2018/26

Page No. VII

FIRST FUNCTIONAL COMMITTEE ON


SAFETY PRACTICES DURING CONSTRUCTION

NAME ORGANISATION

LEADER
Shri A.K. Tandon EIL, New Delhi.
MEMBERS
1. Shri U.M. Rao GAIL, Noida.

d
2. Shri K.N. Ravindran CRL, Cochin

Lt
3. Shri P.K. Anand ONGC, Mumbai.

4. Shri H.N. Das ONGCL, Nazaria.

a
5. Shri Jagnandan Tyagi IOC(PL) Nodia.

6. Shri M.C Lohar di IBP Co. Ltd., Calcutta.


In
7. Shri J.C. Agrawal IOC, Mktg, New Delhi.

8. Shri S.M. Ghotavadekar HPCL, Mumbai.


rs

9. Shri Sanjoy Ghose BPCL, Mumbai.

10. Shri H. C Jha “Hari” IOC-Panipat Refinery.


e

11. Shri Suhas Kate HPCL, Visakh.


ne

Member-Coordinator
Shri A.K. Ranjan OISD, New Delhi
gi
En

Page 499 of 3856


OISD/DOC/2018/26

Page No. VIII

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

d
4.2 General Duties Of Owners 4

Lt
5.0 Safety Practices At Work Places 4

5.1 General Provisions 4

a
5.2 Means Of Access And Egress 5

5.3 Housekeeping di 5
In
5.4 Precautions against The Fall Of Materials and Persons
and Collapse Of Structures 6

5.5 Prevention Of Unauthorised Entry 6


rs

5.6 Fire Prevention And Fire Fighting 6


e

5.7 Lighting 7

5.8 Plant, Machinery, Equipment and Hand Tools 7


ne

6.0 Construction Activities 9


gi

6.1 Excavation 10

6.2 Scaffolding, Platforms & Ladders 12


En

6.3 Structural Work, Laying of Reinforcement & Concreting 22

6.4 Road Work 26

6.5 Cutting/Welding 27

6.6 Working in Confined Spaces 29

6.7 Proof / Pressure Testing 31

6.8 Working at Heights 31

6.9 Handling and Lifting Equipment 34

Page 500 of 3856


OISD/DOC/2018/26

Page No. IX

6.10 Vehicle Movement 39

6.11 Electrical 40

6.12 Offshore 43

6.13 Demolition 48

6.14 Radiography 49

6.15 Sand/Shot Blasting / Spray Painting 50

6.16 Work above Water 51

7.0 Additional Safety Precaution for Units with Hydrocarbons 52

d
8.0 Environment Protection 53

Lt
9.0 Occupational Health 55

10.0 Documentation 56

a
11.0 Safety Awareness & Training 56

12.0 References di 57
In
Annexure I 58
e rs
ne
gi
En

Page 501 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 1


SAFETY PRACTICES DURING CONSTRUCTION

SAFETY PRACTICES DURING CONSTRUCTION

1.0 INTRODUCTION

Safety in Construction Management deserves utmost attention especially in the


hydrocarbon industry, such as Exploration, Refineries, Pipelines and Marketing
installations, Gas Processing units etc. Construction is widely recognised as one
of the accident prone activities. Most of the accidents are caused by inadequate
planning, failure during the construction process and/or because of design
deficiencies. Besides property loss, accidents also result in injuries and fatalities
to the personnel, damage to environment which needs to be prevented.

d
The reasons for accidents during construction activities are related to unique
nature of the industry, human behaviour, difficult work-site conditions, extended

Lt
odd duty hours, lack of training & awareness and inadequate safety
management. Unsafe working methods, lack of proper JSA (Job Safety Analysis)
and use of improper / inadequate PPEs, equipment failure and improper
housekeeping also tend to increase the accident rate in construction.

a
Ensuring good quality of materials, equipment and competent supervision along
with compliance of standard engineering practices shall go a long way to in built
safety into the system.
di
The objective of this document is to provide practical guidance on technical and
educational framework for health, safety and environment in construction with a
In
view to:
(a) prevent accidents and harmful effects on the health of workers arising
from employment in construction;
(b) ensure appropriate safety during implementation of construction;
rs

(c) provide safety practice guidelines for appropriate measures of planning,


control and enforcement.
(d) protect environment.
e
ne

2.0 SCOPE

This document specifies broad guidelines on HEALTH, SAFETY AND


ENVIRONMENT practices to be adhered to during construction activities
gi

including green field projects in oil industry. However, before commencing any
job, specific hazards and its effects should be assessed and necessary
corrective/preventive actions should be taken by all concerned. The document is
En

intended only to supplement and not to replace or supersede the prevailing


statutory requirements, which shall also be followed as applicable. For Personal
Protective Equipment, OISD-STD-155 (Part I&II) shall be referred to. The scope
of this document does not include the design aspects and quality checks during
construction.

3.0 DEFINITIONS

Definitions of various terminology are given below:

 Adequate, appropriate or suitable are used to describe qualitatively or


quantitatively the means or method used to protect the men, machinery,
material, property and enviroment.

 By hand: The work is done without the help of a mechanised tool.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 502 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 2


SAFETY PRACTICES DURING CONSTRUCTION

 Competent Authority: A stautory agency having the power to issue


regulations, orders or other instructions having the force of law.

 Competent person: A person possessing adequate qualifications, such as


suitable training and sufficient knowledge, experience and skill for the safe
performance of the specific work. The competent authorities may define
appropriate criteria for the designation of such persons and may determine
the duties to be assigned to them.

 Construction site:
A worksite involving new construction, modification or maintenance of
existing facility, shutdown related activity, demolition, housekeeping etc.

d
 Environment:
Environment includes water, air and land and the interrelationship which

Lt
exists among and between water, air and land and human beings, other
living creatures, plants, microorganisms and property.

 Execution agency:

a
Any entity / person, having contractual obligation with the owner and who


di
employs one or more workers on a construction site.

Hazard: A condition or a set of conditions which has potential of causing


In
injury to person, damage to property or environment.
 Health: Soundness of body covering Physical, Emotional, Psychological and
Intellectual conditions of a worker which assists the attainment of the
objectives.
rs

 Means of access or egress: Passageways, corridors, stairs, platforms,


ladders and any other means for entering or leaving the workplace or for
escaping in case of danger.
e

 Owner: Any entity / person for whom construction job is carried out.
ne

It shall also include owner's designated representative/ consultant/ nominee/


agent, authorised from time to time to act for and on its behalf for supervising/
coordinating the activities of the execution agency.
gi

 Scaffold: Any fixed, suspended or mobile temporary structure supporting


workers and material or to gain access to any such structure and which is not
En

a lifting appliance.
 Safety : Prevention & protection from exposure to Hazard.

 Worker: Any person engaged in construction activity.

 Workplace: Owner’s designated premises where workers need to be


present by virtue of their involvement in the construction activity.

4.0 GENERAL DUTIES


4.1 GENERAL DUTIES OF EXECUTION AGENCIES

4.1.1 Execution agency should:


i) provide means and organisation to comply with the Health, safety
and environment protection measures required at the workplace.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 503 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 3


SAFETY PRACTICES DURING CONSTRUCTION

ii) provide and maintain workplaces, plant, equipment, tools and


machinery and organise construction work so that, there is no risk
of accident or injury to health of workers. In particular,
construction work should be planned, prepared and undertaken
so that:
(a) dangers liable to arise at the workplace, are prevented;
(b) excessively or unnecessarily strenuous work positions and
movements are avoided;

 organisation of work takes into account the safety and


health of workers and also environment protection;

 materials and products used are suitable from Health

d
safety and environment protection point of view;
(c) working methods are adopted to safeguard workers against

Lt
the harmful effects of chemical, physical and biological
agents.
iii) establish committees with representatives of workers and

a
management or make other arrangement for the participation of
workers in ensuring safe working conditions.
iv)
di
arrange for periodic safety inspections by competent persons of
all buildings, plant, equipment, tools, machinery, workplaces and
review of systems of work, regulations, standards or codes of
In
practice. The competent person should examine and ascertain the
safety of construction machinery and equipment.
v) provide such supervision to ensure that workers perform their
work with due regard to safety and health of theirs as well as that
rs

of others.
vi) employ only those workers who are qualified, trained and suited
e

by their age, physique, state of health and skill.


vii) satisfy themselves that all workers are informed and instructed in
ne

the hazards connected with their work and environment and


trained in the precautions necessary to avoid accidents and injury
to health.
gi

viii) ensure that buildings, plant, equipment, tools, machinery or


workplaces in which a dangerous defect has been found should
not be used until the defect has been rectified.
En

ix) organise for and remain always prepared to take immediate steps
to stop the operation and evacuate workers as appropriate, where
there is an imminent danger to the safety of workers.
x) establish a checking system by which it can be ascertained that
all the members of a shift, including operators of mobile
equipment, have returned to the camp or base at the close of
work on dispersed sites and where small groups of workers
operate in isolation.

 provide appropriate first aid, training and welfare facilities to


workers as per various statutes like the Factories Act 1948,
Building & Construction Workers Regulation (BOCWR), etc.
and, whenever collective measures are not feasible or are
insufficient, provide and maintain personal protective
equipment and clothing in line with the requirement as per
OISD-STD-155 (Part I & II) on Personnel Protective
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 504 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 4


SAFETY PRACTICES DURING CONSTRUCTION

Equipment. They should also provide access to workers to


occupational health services.

 educate workers about their right and the duty at any


workplace to participate in ensuring safe working conditions to
the extent of their control over the equipment and methods of
work and to express views on working procedures adopted as
may affect health, safety and environment.
xi) ensure that except in an emergency, workers unless duly
authorised, should not interfere with, remove, alter or displace any
safety device or other appliance furnished for their protection or
the protection of others, or interfere with any method or process
adopted with a view to avoiding accidents and injury to health.

d
xii) ensure that workers do not operate or interfere with plant and
equipment that they have not been duly authorised to operate,

Lt
maintain or use.
xiii) ensure that workers do not sleep, rest or cook etc in dangerous
places such as scaffolds, railway tracks, garages, confined

a
spaces or in the vicinity of fires, dangerous or toxic substances,
machines or vehicles and heavy equipment etc.
xiv)
di
obtain the necessary clearance/permits as required and specified
by owner.
In
Arrangement for drinking water, toilet facilities, a creche and
transport arrangement etc. to be provided as per statutory
requirement.
xv) deploy a safety officer at site as per the requirement of Factory
rs

Act 1948/ Building & Construction Workers Regulation (BOCWR)/


Criticality of the job.
xvi) ensure that all employees/workmen undergo medical examination
e

as required under the law or under the contract provision and


keep a record of the same.
ne

xvii) obtain the police verification of the workers/ supervisors arranged


by him and the same is to be submitted to the owner.
xviii) not permit any employee/workmen/visitor to enter the work area
gi

under the influence of alcohol or any drugs.


En

4.2 GENERAL DUTIES OF OWNERS

4.2.1 Owners should:


i) co-ordinate or nominate a competent person to co-ordinate all activities
relating to HEALTH, SAFETY AND ENVIRONMENT on their construc-
tion projects;
ii) inform all contractors on the work site / project of special risks to
HEALTH, SAFETY AND ENVIRONMENT;
iii) ensure that executing agency is aware of the owner's requirements and
the executing agency's responsibilities with respect to HEALTH,
SAFETY AND ENVIRONMENT practices before starting the job.

5.0 SAFETY PRACTICES AT WORK PLACES


5.1. GENERAL PROVISIONS

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 505 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 5


SAFETY PRACTICES DURING CONSTRUCTION

5.1.1 All openings and other areas likely to pose danger to workers should be
clearly indicated and accident prevention measures taken as required.
The working area should be clearly de-marketed to keep the workers in
that area only.
5.1.2 Workers & Supervisors should use the safety helmet and other
requisite Personal Protective Equipment according to job & site
requirement as per OISD-STD-155 (Part I & II). They should be trained
to use personal protective equipment including their limitations.
5.1.3 Never use solvents, alkalis and other oils to clean the skin.

5.1.4 Lift the load with back straight and knees bent. The contractor shall
ensure at his construction site, no worker lifts by hand or carries

d
overhead or over his back or shoulders any material, article, tool or
pipelines exceeding in weight as per The Factory Act 1948 / Rule 38 of

Lt
Building & Construction Workers Regulation (BOCWR), unless aided by
another worker or device.
5.1.5 Ensure the usage of correct and tested tools and tackles. Don't allow
the make shift tools and tackles. Also the tools should be suitable for a

a
particular job and rated accordingly.
5.1.6
5.1.7
di
No loose clothing should be allowed while at construction site.
Start work only after proper authorization viz Work permit etc.
In
5.1.8 Job safety analysis to be done for all critical works.
5.1.9 Hydra should not be used for transportation of hook loaded materials.
5.1.10 Rope ladders should not be used at construction sites.
rs

5.2 MEANS OF ACCESS AND EGRESS


e

Adequate and safe means of access (atleast two, differently located) to and
ne

egress from all workplaces should be provided. Same should be displayed and
maintained. Escape routes should be marked prominently in workers friendly
language. The escape routes should not be blocked at any point of time and
same to be made understand to the workers.
gi

5.3 HOUSEKEEPING
En

5.3.1 General Housekeeping shall be carried out by the contractor and he will
ensure;
i) proper storage of materials and equipment;
ii) removal of scrap, inflammable material, waste and debris at
appropriate intervals including slippery materials. (construction
sand on road, oil/ lubricants, resins, etc.).
iii) to provide containers for segregation of disposal of debris at
required places and regular cleaning of the same.
5.3.2 Removal of loose materials, which are not required for use, to be
ensured. Accumulation of these at the site can obstruct means of
access to and egress from workplaces and passageways.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 506 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 6


SAFETY PRACTICES DURING CONSTRUCTION

5.3.3 Workplaces and passageways, that are slippery owing to oil, grease or
other causes, should be cleaned up or strewn with sand, sawdust, ash
etc.
5.3.4 All surplus earth and debris are removed/disposed off from the working
areas to officially designated dumpsites. The debris like plastics,
packing material, rubber items should not be allowed to burn. Trucks
carrying sand, earth and any pulverized materials etc. in order to avoid
dust or odour impact, shall be covered while moving.

5.4 PRECAUTIONS AGAINST THE FALL OF MATERIALS & PERSONS AND


COLLAPSE OF STRUCTURES

d
5.4.1 Precautions should be taken such as the provision of fencing, look-out
men or barriers to protect any person against injury by the fall of

Lt
materials, or tools or equipment being raised or lowered.
5.4.2 Where necessary to prevent danger, guys, stays or supports should be
used or other effective precautions should be taken to prevent the
collapse of structures or parts of structures that are being erected,

a
maintained, repaired, dismantled or demolished.
5.4.3

5.4.4
di
All openings through which workers are liable to fall should be kept
effectively covered or fenced and displayed prominently.
SOP of crane operation should be adhered to. The crane jacks/legs
In
should be parked on compacted surface to avoid tilting.

5.5 PREVENTION OF UNAUTHORISED ENTRY


rs

5.5.1 Construction sites located in built-up areas and alongside vehicular and
pedestrian traffic routes should be fenced to prevent the entry of
e

unauthorised persons.
ne

5.5.2 Visitors should not be allowed access to site(s) unless accompanied by


or authorised by a competent person. All authorized visitors should
report at the site office. Contractor shall provide visitor’s helmet (helmet
with visitor sticker) and other PPEs like Safety Shoe, reflective jacket,
respiratory protection etc. as per requirement of the site. All the workers
gi

to have photo IDs including the staff of vehicles used in the job.
En

5.6 FIRE PREVENTION AND FIRE FIGHTING

5.6.1 All necessary measures should be taken by the executing agency and
owner to:
i) avoid the risk of fire;
ii) control quickly and efficiently any outbreak of fire;
iii)bring out a quick and safe evacuation of persons.
iv)Inform unit/fire station control room, where construction work is
carried out within existing operating area.
v) DMP should be in place for the same.
5.6.2 Combustible materials such as packing materials, sawdust, greasy/oily
waste and scrap wood or plastics should not be allowed to accumulate
in workplaces but should be kept in closed metal containers in a safe
place. To be disposed periodically away from site at designated place
and assigned manner.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 507 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 7


SAFETY PRACTICES DURING CONSTRUCTION

5.6.3 Places where workers are employed on works prone to danger of fire
should be provided with:
i) suitable and sufficient fire-extinguishing equipment, which should be
easily visible and accessible;
ii) an adequate water supply at sufficient pressure meeting the
requirements of various OISD standards.
iii) required PPEs.
5.6.4 To guard against danger at places having combustible material, workers
should be trained in the action to be taken in the event of fire, including
the use of means of escape.
5.6.5 At sites having combustible material, suitable visual sign boards should
be provided to indicate clearly the direction of escape in case of fire.

d
5.6.6 Means of escape should be kept clear at all times. Escape routes
should be frequently inspected and if possible marked in fluorescent

Lt
colours particularly in high structures and where access is restricted.

5.7 LIGHTING

a
5.7.1 Where natural lighting is not adequate, working light fittings or portable
di
hand-lamps should be provided at workplace on the construction site
where a worker will do a job.
In
5.7.2 Emergency lighting should be provided for personnel safety during night
time to facilitate standby lighting source, if normal system fails.
5.7.2 Artificial lighting should not produce glare or disturbing shadows.
rs

5.7.3 Lamps should be protected by guards against accidental breakage.


5.7.4 The cables of portable electrical lighting equipment should be of
e

adequate size & characteristics for the power requirements and of


adequate mechanical strength to withstand severe conditions in
ne

construction operations.
5.7.5 For temporary lighting connection, mostly neutral and phases are
connected and insulation tapes are provided. It is better to stagger the
neutral and phase connection so that even if the tape gets removed from
gi

the joints, there will be no short circuit/ spark between neutral and phase
due to staggering of neutral and phase.
En

5.7.6 All the temporary lighting/ machine connections are to be provided from
a three core cable for better safety.

5.8 PLANT, MACHINERY, EQUIPMENT AND HAND TOOLS

5.8.1 General Provisions

i) Plant, machinery and equipment including hand tools, both manual and
power driven, should:
a) be of proper design and construction, taking into account health,
Safety and ergonomic principles.
b) be maintained in good working order;
c) be used only for work for which they have been designed.
d) be operated only by workers who have been authorised and given
appropriate training.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 508 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 8


SAFETY PRACTICES DURING CONSTRUCTION

e) be provided with protective guards, shields or other devices


as required.

ii) Adequate instructions for safe use should be provided.

iii) Standard operating procedures should be established and used for all
plant, machinery and equipment.

iv) Operators of plant, machinery and equipment should not be distracted


while work is in progress.

v) Plant, machinery and equipment should be switched off when not in use
and isolated before any adjustment, clearing or maintenance is done.

d
vi) Where trailing cables or hose pipes are used they should be kept as

Lt
short as practicable and not allowed to create a hazard.

vii) All moving parts of machinery and equipment should be enclosed or


adequately guarded.

a
viii) Every power-driven machine and equipment should be provided with
di
adequate means, immediately accessible and readily identifiable to the
operator, of stopping it quickly and preventing it from being started again
inadvertently.
In
ix) Operators of plant, machinery, equipment and tools should be provided
with PPEs, including where necessary, suitable ear protection.
rs

5.8.2 Hand tools


e

i) Hand tools should be repaired by competent persons.


ne

ii) Heads of hammers and other shock tools should be dressed or ground to
a suitable radius on the edge as soon as they begin to mushroom or crack.
iii) When not in use and while being carried or transported, sharp tools should
be kept in sheaths, shields, chests or other suitable containers.
gi

iv) Only insulated or non-conducting tools should be used on or near live


electrical installations.
En

v) Only non-sparking tools should be used near or in the presence of


flammable or explosive dusts or vapours.

5.8.3 Pneumatic Tools

i) Operating triggers on portable pneumatic tools should be:


a) so placed as to minimise the risk of accidental starting of the
machine.
b) so arranged as to close the air inlet valve automatically when the
pressure of the operator's hand is removed.

ii) Hose and hose connections for compressed air supply to portable
pneumatic tools should be:

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 509 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 9


SAFETY PRACTICES DURING CONSTRUCTION

a) designed and tested for the pressure and service for which they
are intended;
b) fastened securely on the pipe outlet and equipped with the safety
chain, as appropriate.
iii) Pneumatic shock tools should be equipped with safety clips or retainers to
prevent dies and tools from being accidentally expelled from the barrel.
iv) Pneumatic tools should be disconnected from power and the pressure in
hose lines released before any adjustment or repair is made.

5.8.4 Electrical Tools


i) Low voltage portable electrical tools should generally be used.

d
ii) All electrical tools should be earthed, unless they are "all insulated" or
"double insulated" tools which do not require earthing.

Lt
iii) All electrical tools should get inspected and maintained on a regular basis
by a competent electrician and complete records kept.
iv) No temporary connected appliance shoud be left connected in the socket.
Its plug should be immediately removed after use.

a
5.8.5 Engines
i) Engines should:
di
In
a) be installed so that they can be started safely and the maximum
safe speed cannot be exceeded.
b) have controls for limiting speed.
c) have devices to stop them from a safe place in an emergency.
rs

d) have their batteries top covered with insulating material.


e) have radiator fan covers in place.
e

ii) IC engines should not be run in confined spaces unless adequate


exhaust ventilation is provided or the exhaust should be installed outside
ne

the confined place at suitable height.

iii) When IC engines are being fuelled:


gi

a) the engine should be shut off.


b) care should be taken to avoid spilling fuel.
c) no person should smoke or have an naked light in the vicinity.
En

d) a fire extinguisher should be kept readily available.


iv) Secondary fuel reservoir should be placed outside the engine room.

6.0 CONSTRUCTION ACTIVITIES

The various common activities in construction are as under:


 Excavation
 Scaffolding, Platforms & Ladders
 Structural Work, Laying of Reinforcement & Concreting
 Road Work (Laying of roads)
 Cutting /Welding
 Working in Confined Space

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 510 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 10


SAFETY PRACTICES DURING CONSTRUCTION

 Proof/Pressure Testing
 Working at Heights
 Handling & Lifting Equipment
 Vehicle Movement
 Electrical
 Offshore
 Demolition
 Radiography
 Shot blasting/ spray painting
 Work above water

d
Work permit system as per requirement of OISD-STD-105 shall be followed for

Lt
various construction activities. As regards the activities at work places including
grass root project sites if not covered under OISD-STD-105, owner shall develop
a suitable methodology for execution of various construction activities under work
permit system for safe execution of the works.

a
The safe practices to be followed during the implementation of above construction
activities are given below:

6.1 EXCAVATION
di
In
6.1.1 All excavation work should be planned and the method of excavation and
the type of support work required should be decided considering the
following:
rs

i) the stability of the ground including the chances of seepage of water;


ii) the excavation will not affect adjoining buildings, structures or
e

roadways;
iii) to prevent hazard, the Hydrocarbon lines, water, electrical and other
ne

above ground & underground public utilities should be shut off, re-
routed or disconnected, if necessary; If such a presence is envisaged,
clearance to be taken from respective competent authority/ person.
iv) the position of culvert/bridges, temporary roads and spoil heaps
should be determined;
gi

v) a signed rough sketch of the excavation site to be prepared and made


the workers understand
En

6.1.2 Before digging begins on site, all excavation work should be planned and
the method of excavation and the type of support work required should be
decided based on good engineering practices and recorded.
6.1.3 All excavation work should be supervised by a competent person.
6.1.4 Sites of excavations should be thoroughly inspected:
i) daily, prior to each shift and after interruption in work of more than one
day;
ii) after every blasting operation;
iii) after an unexpected fall of ground;
iv) after substantial damage to supports;
v) after a heavy rain, frost or snow;
vi) when boulder formations are encountered.
vii) for cracks in the nearby buildings or area as the excavation
progresses and the same to be reviewed.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 511 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 11


SAFETY PRACTICES DURING CONSTRUCTION

6.1.5 Safe angle of repose while excavating trenches exceeding 1.5m depth
upto 3.0m should be maintained. Based on site conditions, provide
0
proper slope, usually 45 ,and suitable bench of 0.5m width at every 1.5m
depth of excavation in all soils except hard rock or provide proper shoring
and strutting to prevent cave-in or slides.
6.1.6 As far as possible, excavated earth should not be placed within one
meter of the edge of the trench or depth of trench whichever is greater.
6.1.7 Don't allow vehicles to operate too close to excavated area. Maintain
atleast 2m distance from edge of excavation or depth of trench whichever
is greater. No load, plant or equipment should be placed or moved near
the edge of any excavation where it is likely to cause its collapse and
thereby endanger any person unless precautions such as the provision of
shoring or piling are taken to prevent the sides from collapsing.

d
6.1.8 Adequately anchored stop blocks and barriers should be provided to

Lt
prevent vehicles being driven into the excavation. Heavy vehicles should
not be allowed near the excavation unless the support work has been
specially designed to permit it.
6.1.9 If an excavation is likely to affect the stability of a structure on which

a
persons are working, precautions should be taken to protect the structure
from collapse.
di
6.1.10 Barricade at 1m height (with red & white band/self glowing caution board)
should be provided for excavations beyond 1.0 m depth. Provide two
In
entries/exits for such excavation through proper means. Lighting
arrangements to be made to avoid any accidental fall in the excavated
portion even when work is not in progress.
6.1.11 Necessary precautions should be taken for underground utility lines like
rs

cables, sewers etc. and necessary approvals/clearances from the


concerned authorities shall be obtained before commencement of the
excavation job.
e

6.1.12 Water shall be pumped/ bailed out, if any accumulates in the trench.
Necessary precautions should be taken to prevent entry of surface water
ne

in trenches.
6.1.13 During / after rains, the soil becomes loose. Take additional precaution
against collapse of side wall. During rains excavation should be avoided.
gi

6.1.14 In hazardous areas, air should be tested to ascertain its quality. No one
should be allowed entry till it is suitable for breathing.
En

6.1.15 In case of mechanised excavation, precaution shall be taken to not to


allow anybody to come within one meter of extreme reach of the
mechanical shovel. This area of reach of mechanical shovel should be
marked / barricaded suitably. The mechanised excavator shall be
operated by a well-trained experienced operator. When not in operation,
the machine shall be kept on firm leveled ground with mechanical shovel
resting on ground. Wheel or belt shall be suitably jammed to prevent any
accidental movement of the machine. Suitable precautions as per
manufacturer guidelines should be taken for dozers, graders and other
heavy machines.
6.1.16 In case of blasting, follow strictly IS:4081-1986 & Indian Explosive Act
and rules for storage, handling and carrying of explosive materials and
execution of blasting operation.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 512 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 12


SAFETY PRACTICES DURING CONSTRUCTION

6.2 SCAFFOLDING, PLATFORMS & LADDERS


System of tagging shall be followed to indicate status of `Fit-for-Purpose’
certification by a competent person for the scaffoldings. Green Tag shall indicate
`Fit-for-Purpose’ whereas Red Tag shall indicate `Unfit-for-purpose’. Accordingly
only Red Tag shall be displayed during Erection & Dismantling.
All personnel engaged in erecting, using, dismantling scaffolds shall use full body
safety harness with double lanyard with shock absorber connected with personal
fall arrestor which should be secured to a properly designed anchor.

6.2.1 Scaffold related guidelines

d
General Requirements

Lt
Categories and Classification

Most scaffolds fall into one of the four primary categories:

a
 Tube and coupler scaffold
di
 System scaffolds e.g. Cup lock, Ring lock, H frame scaffold
 Suspension(or Suspended) scaffold
In
 Mobile scaffold
 Special scaffold

Scaffolds are classified according to their intended use as:


rs

 Light duty
 Medium duty (General Purpose)
e

 Heavy duty
ne

Type of Scaffolding Load duty Light Medium Heavy/Special

Maximum Safe load in 75 150 225 300 450 600


2
gi

Kg/m
Tubular with clamps Max. bay length (distance 2.7 2.2 1.8 1.4 1.0 0.8
between two verticals) in
En

Cup / Ring lock 2.5 2.0 1.5 1.25 1.0 NA


Meter

Conditions where special scaffolding procedure is required:

1. Height of the scaffolding is more than 30 meters.

2. Scaffolding is special in nature/ type: cantilever more than 1 .5


meters, bridge more than 4 meters, scaffolding for machine/
equipment maintenance requiring frequent modifications, offshore
scaffold, hanging scaffold; wooden scaffold (for specific use e.g.
cooling tower), etc.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 513 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 13


SAFETY PRACTICES DURING CONSTRUCTION

For all such cases, but not limited to, in addition to checklist, a plant
specific procedure cum checklist based on additional risk is to be
prepared & validated by a competent person (example: procedure for

d
erection/ dismantling shall be prepared and followed. If need felt, help
from Engineering Cell/Third Party may be taken for checking proposed

Lt
scaffold in respect of design and load carrying capacity etc.).

Specifications of Scaffolds

a
Applicable to all Scaffolds

di
1. All elevated structures/ working platform areas should be guarded on
all sides.
In
2. Railings and toe boards should be provided on the platform.

3. Scaffolds shall be designed to support at least 4 times the anticipated


rs

weight of Men, material and wind force.

4. Make certain that all scaffolds are in plumb and level at all times.
e

5. Scaffolds shall be secured from tipping when the scaffold height


ne

exceeds four times its minimum base dimension.

6. Scaffolds must be constructed at least 3 planks wide unless location


gi

makes this physically impossible.

7. Landing platform should be provided at every 9 meter of height or


En

less.

8. The members of scaffolds should extend at least 6" on either ends but
not more than 12". They should be fastened on both ends and laid
tight by clamps.

9. All scaffoldings having height to base ratio more than 4 shall be


secured firmly with permanent structure in X and Y direction at least
every 6 meters.

10. Scaffold which spread to 20 meter or more should have two accesses
preferably opposite side.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 514 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 14


SAFETY PRACTICES DURING CONSTRUCTION

11. Plastic Checklist holder with red marked to be used as a “Not Fit-for-
Purpose” warning signboard and Green colour combined checklist to
be used as “Fit-for-Purpose” signboard.

12. Keep distance of at least 150mm between high temp Pipelines or


equipment and scaffolding.

13. Safe distance from overhead electrical lines to be maintained as per


Site electrical safety procedures.

Applicable to Tube-and-coupler scaffold

d
1. Tube and coupler scaffolds over 30 meter in height must be Designed
by a competent professional engineer (who by extensive knowledge,

Lt
training, and experience have successfully demonstrated his ability to
carry out scaffold design and load calculations).
2. Maximum height of first horizontal member (Ledger) of scaffolds from
the Ground shall be 2.2 meters. Lower lift can be considered for heavy

a
loads depending upon the scaffold design. When scaffold is more than
6 meter height for carrying heavy load, kicker lift should be provided at
a height of 150mm from ground.
di
3. The top rail shall be at height of 900-1200 mm and Mid rails must be
In
installed approximately halfway between the top rail and the platform
surface. Toe boards (150mm) should be securely attached to the
working platform. Toe boards are generally applicable to working
rs

platform and not for landing platforms.

4. The bay length & width depends on the height and the load to be
e

carried by the scaffold.


ne

5. Bracings shall be fitted up to full height of scaffold.

6. Standards should be joined having overlap of min 600 mm using three


equally spaced swivel clamps or end to end using sleeve/pin type
gi

coupler.
En

7. Ledgers should be joined having overlap of min 600 mm using three


equally spaced swivel clamps or end to end using sleeve coupler.

8. Base plate 150 x 150 x 6mm shall be used to support all vertical pipes
of Scaffolds.

9. Sole plate shall be used at all unpaved area to support base late.

10. Scaffolding platform Grating shall be tied with clamp at both ends, and
scaffolding platform Grating shall not overhang more than 150 mm
and shall be at least 150 mm away from hot surface.

11. Every scaffold shall be provided with certified ladder and extending its
free end shall be above platform by 1000 mm/ four rungs.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 515 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 15


SAFETY PRACTICES DURING CONSTRUCTION

Applicable to Mobile scaffolds

1. Attach castors with plain stems to the panel or adjustment screw by


pins or other suitable means.

2. Apply castor brakes/lock at all times when scaffolding is not being


moved.

3. Do not ride rolling scaffoldings.

4. Remove all material and equipment from platform before moving


scaffolding.

d
5. Do not try to move rolling scaffolding without sufficient help. Watch

Lt
out for holes protrusions in the floor and for overhead obstructions.

6. Do not use brackets on rolling scaffoldings without first considering


the overturning effect.

a
Design Criteria


di
All types of scaffolds shall be strong enough of carrying and
In
transmitting all types of loads to the ground. All scaffolds shall be
adequately secured, stiffened, both longitudinally and transversely.

 Scaffolding determines as per the requirement and use of scaffold


rs

such as:

o Purpose of scaffolding
e

o Loading on scaffold platform


ne

o Required height

o Sufficient work place


gi

o Surrounding environment
En

Storage and inspection of materials

 All scaffolding material shall be stored at designated location to


protect them from adverse environment conditions such as corrosion,
weather.

 Storage racks/ Locations/ areas shall be clearly identified.

 Storage facility of scaffold material shall be properly constructed for its


stability and load bearing capability.

 Steel pipes and scaffolding platform Grating shall be stacked


horizontally according to length. Fittings, Couplers shall be stored in
separate bins.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 516 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 16


SAFETY PRACTICES DURING CONSTRUCTION

 Defective material shall be removed from site.

 Scaffolding material such as tubular, planks, clamps etc. shall be


inspected annually for contractor owned material by contractor. The
visual inspection shall cover 100% scaffold materials.

Transportation and handling of scaffolding material

 Make sure that scaffold pipe shifting done in vehicle of appropriate


length.

d
 Special safety care to be taken while shifting or lifting pipes manually.

Lt
 Rope and pulley should be used to lift pipe from height.

a
Safety requirements

di
A risk assessment to access scaffold hazards through inspection and work
method statement for relevant work activities shall be made before erecting,
In
dismantling, moving, or modifying scaffold. Examples of hazards to be
considered include the following:

 Working at/from heights.


rs

 The presence of nearby electrical lines or process equipment (e.g. hot line,
e

vents, drains, etc.). Necessary safety distances shall be maintained as


specified in site level electrical safety procedure.
ne

 Possible emergency scenario, escape routes and responses.

 The condition and loading of working surfaces /platform /scaffold pipes and
other components or loose material such as clamps/ bolts on the working
gi

platforms.
En

 The presence and activity of other people and equipment in the vicinity of
the work.

 The weather (Heavy rain, high wind velocity-more than 20 knots, etc).

 Erection during dark hours.

 Scaffold collapse.

 Manual task (Manual Material Handling).

 Access and egress during normal and emergency condition.

 The effect of heavy equipment movement in close vicinity such as within 4


meters to be considered for direct hit and sagging of land in case of
unpaved area.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 517 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 17


SAFETY PRACTICES DURING CONSTRUCTION

This assessment is a part of the work permit process but should also be
extended to the specific job planning of the crew performing the work.
Appropriate actions shall be taken to mitigate the hazards identified during the
assessment.

Fall protection when erecting, dismantling, and modifying scaffolds shall be


under the direction of a competent person (Scaffold Supervisor). Scaffold
erectors (Scaffolder) shall use personal fall-protection systems that provide
continuous fall protection while erecting, dismantling or modifying scaffolds
unless the determination is made by a competent person that fall protection is
not feasible or it creates a greater hazard. Fall protection can be
accomplished through the use of adequate anchorages that are independent

d
of the scaffold or by using scaffold systems and components that are

Lt
approved by the manufacturer as adequate anchorages. Employees/workmen
shall use appropriate fall-arrest equipment.

The footing for supported scaffolds shall be sound, rigid, and capable of

a
supporting the maximum intended load, including the weight of the scaffold.

di
Scaffold platform grating shall be fastened on both ends and laid tight by
In
scaffold clamps/couplers.

Manufacturer’s guidelines for proprietary scaffolds (e.g. Cup lock, ring lock, H
frame, Insulating modular scaffolds) shall be followed unless a competent
rs

person approves the variance and provided the variance complies with
applicable regulations and generally accepted scaffold engineering practices.
e

Proprietary/special scaffold manufacturer’s guidelines for erection and


ne

inspection should be available with users, and with plant maintenance


engineer for reference.

The following safe practices with respect to scaffolds shall be followed:


gi

 There shall be firm foundation for all scaffoldings. All scaffolding shall be
En

made of sound material. Scaffolding material shall be inspected and used,


only if found in good condition. Avoid using equipment whose strength is
not known.

 Provide adequate Base for scaffolding posts. Metal base plate is used
under all upright or standard scaffoldings. Correct type of couplers shall be
used for all connections. Use right angle couplers for joining vertical to
horizontal members and swivel type couplers for joining bracing with
ledgers. For joining vertical load bearing members (standards), “joint pin”
type couplers can also be used. The couplers shall be of a structural
metal, such as drop-forged steel, malleable iron, or structural grade
aluminum (use of gray cast iron is prohibited).

 Plumb and level scaffoldings as erection proceeds, so that braces will fit
without forcing. Fasten all braces securely.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 518 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 18


SAFETY PRACTICES DURING CONSTRUCTION

 Where scaffoldings are erected above walkways or work areas, the space
between toe board and railing should be screened (e.g. Safety net, Metal
sheets).

 Whenever work is being done over men who are working on scaffolding,
overhead protection should be provided on the scaffolding.

 Restrain free-standing scaffolding towers from tipping by guying or other


means.

 A safe and convenient means of access shall be provided to the platform


level. Means of access may be a portable ladder, fixed ladder, ramp or

d
runway or stairway. The ladder shall be so installed that there supporting
member (pipe) is just below ladder rung. This is to avoid tripping hazard,

Lt
especially while using the ladder.

 During erection, the ladder shall be installed as early as practicable, but

a
not later than first two horizontal members (Ledgers). This is to facilitate
Scaffolder while erecting the scaffold.

 di
During erection/ dismantling, scaffolder shall use ‘T’ steps to minimize risk
of accidental fall/ slip.
In
 Ladder should be provided with tie rods/studs at top and bottom rungs and
secured to scaffolding with ladder clamps, at least 2 locations for a ladder
of length up to 4 m & at 3 locations for more than 4 m long ladder.
rs

 The horizontal member/ ledger on which ladder is to be fixed, must be


e

clamped to two subsequent standard using fixed clamps.


ne

 Do not cantilever or extend putlogs / trusses as side brackets, without


thoroughly considering the loads to be applied.

 Do not climb scaffold using cross braces.


gi

 Do not use ladders or makeshift devices on top of scaffoldings to increase


En

the height.

 Have at least 12” overlap and 6” extension beyond centerline of support or


cleat at both ends to prevent sliding.

 Do not allow unsupported ends of planking to extend an unsafe distance


beyond supports.

 Planks shall be non-greasy and free from defects.

 Access to working platform shall be suitably protected against inadvertent


fall by providing swing members/ swing gate or chains.

 When scaffolding is no longer required, request for dismantling of scaffold


shall be sent to scaffolding supervisor through work permit.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 519 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 19


SAFETY PRACTICES DURING CONSTRUCTION

 Scaffold shall be removed from top bracings. Ties, rackers etc. should not
be removed from section lower than the one which is being dismantled.

 Do not throw or allow falling to ground any scaffold member, board or


fittings.

 Dismantled scaffold material shall be neatly stacked, away from the site
until whole of scaffold has been dismantled.

6.2.2 Metal as material of construction

i) A scaffold should be provided and maintained or other equally safe

d
and suitable provision should be made where work cannot safely
be done on or from the ground or from part of a building or other

Lt
permanent structure.
ii) Scaffolds should be provided with safe means of access, such as
stairs, ladders or ramps. Ladders should be secured against
inadvertent movement.

a
iii) Every scaffold should be constructed, erected, properly secured/

di
tied and maintained so as to prevent collapse or accidental
displacement during erection, while in use, in idle state or
dismantling.
In
iv) Every scaffold and part thereof should be constructed :
(a) in such a way so as not to cause hazards for workers during
erection and dismantling;
rs

(b) in such a way so as guard rails and other protective devices,


platforms, ladders, stairs or ramps can be easily put
together;
e

(c) with sound material and of requisite size and strength for the
purpose for which it is to be used and maintained in a proper
ne

condition.
v) Boards and planks used for scaffolds should be protected against
splitting.
gi

vi) Materials used in the construction of scaffolds should be stored


under good conditions and apart from any material unsuitable for
scaffolds.
En

vii) Couplers should not cause deformation in tubes. Couplers should


be made of drop forged steel or equivalent material.
viii) Tubes should be free from cracks, splits and excessive corrosion
and be straight to the eye, and tube ends cut cleanly square with
the tube axis.
ix) Scaffolds should be designed for their maximum load as per
relevant codes.
x) Scaffolds should be adequately braced.
xi) Scaffolds which are not designed to be independent should be
rigidly connected to the building at designated vertical and
horizontal places.
xii) A scaffold should never extend above the highest anchorage to an
extent which might endanger its stability and strength.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 520 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 20


SAFETY PRACTICES DURING CONSTRUCTION

xiii) Loose bricks, drainpipes, chimney-pots or other unsuitable material


should not be used for the construction or support of any part of a
scaffold.
xiv) Scaffolds should be inspected and certified:
(a) before being taken into use;
(b) at periodic intervals thereafter as prescribed for different
types of scaffolds;
(c) after any alteration, interruption in use, exposure to weather
or seismic conditions or any other occurrence likely to have
affected their strength or stability.
xv) Inspection should more particularly ascertain that:
(a) the scaffold is of suitable type and adequate for the job;

d
(b) materials used in its construction are sound and of sufficient
strength;

Lt
(c) it is of sound construction and stable;
(d) that the required safeguards are in position.
xvi) A scaffold should not be erected, substantially altered or

a
dismantled except by or under the supervision.
xvii) If out-rigger scaffolding is to be used, it should be specifically
di
designed and inspected before putting in use.
In
6.2.3 Lifting appliances on scaffolds (CHAIN PULLEY BLOCKS,
PULLERS)

i) When a lifting appliance is to be used on a scaffold:


rs

(a) the parts of the scaffold should be carefully inspected to


determine the additional strengthening and other safety
e

measures required;
(b) any movement of the scaffold members should be prevented;
ne

(c) if practicable, the uprights should be rigidly connected to a


solid part of the building at the place where the lifting appli-
ance is erected.
gi

6.2.4 Prefabricated scaffolds

i) In the case of prefabricated scaffold systems, the instructions


En

provided by the manufacturers or suppliers should be strictly


adhered to. Prefabricated scaffolds should have adequate
arrangements for fixing bracing.
ii) Frames of different types should not be intermingled in a single
scaffold.
iii) Scaffolding shall be erected on firm and level ground. In case of
loose or uneven terrain, care should be taken to see that the
scaffolding is on firm footing by leveling / compacting or other
means.
iv) All members of metal scaffolding shall be checked periodically to
screen out defective / rusted members. All joints should be
properly lubricated for easy tightening.
v) Entry to scaffolding should be restricted.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 521 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 21


SAFETY PRACTICES DURING CONSTRUCTION

vi) Erection, alteration and removal shall be done under supervision of


experienced personnel.
vii) Use of barrels, boxes, loose bricks etc., for supporting scaffolds
shall not be permitted.
viii) Each supporting member of platform shall be securely fastened
and braced.
ix) Where planks are butt-joined, two parallel putlogs shall be used,
not more than 100mm apart, to give support to each plank.
x) Platform plank shall not project beyond its end support to a
distance exceeding 4 times the thickness of plank, unless it is
effectively secured to prevent tipping. Cantilever planks should be
avoided. If it is unavoidable overhang should be effectively secured

d
to prevent tipping.

Lt
xi) The platform edges shall be provided with 150mm high toe board to
eliminate hazards of tools or other objects falling from platform.
xii) Erect ladders in the “four up-one out position”

a
xiii) Ladder shall be properly secured with the structure.
xiv) Use non-slip devices, such as, rubber shoes or pointed steel
di
ferules at the ladder foot, rubber wheels at ladder top, fixing
wooden battens, cleats etc.
In
xv) When ladder is used for climbing over a platform, the ladder must
be of sufficient length, to extend at least one meter above the
platform, when erected against the platform in “four up-one out
position.”
rs

xvi) Portable ladders shall be used for heights not more than 4mt.
Above 4mt flights, fixed ladders shall be provided with at least 600
mm landings at every 6mt or less.
e

xvii) The width of ladder shall not be less than 300mm and rungs shall
ne

be spaced not more than 300mm.


xviii) Every platform and means of access shall be kept free from
obstruction.
xix) If grease, mud, gravel, mortar etc., fall on platform or scaffolds,
gi

these shall be removed immediately to avoid slippage.


xx) Workers shall not be allowed to work on scaffolds during storms or
En

high wind. After heavy rain or storms, scaffolds shall be inspected


before reuse.
xxi) Don't overload the scaffolding. Remove excess material and scrap
immediately.
xxii) Dismantling of scaffolds shall be done in a pre-planned sequential
manner.

6.2.5 Suspended scaffolds/ boatwain's chair

In addition to the requirements for scaffolds in general as regards


soundness, stability and protection against the risk of falls, suspended
scaffolds should meet the following specific requirements.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 522 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 22


SAFETY PRACTICES DURING CONSTRUCTION

(a) platforms should be designed and built with dimensions that are
compatible with the stability of the structure as a whole, especially
the length;
(b) the number or anchorage should be compatible with the
dimensions of the platform;
(c) the safety of workers should be safeguarded by an extra rope
having a point of attachment independent of the anchorage
arrangements of the scaffold;
(d) the anchorage and other elements of support of the scaffold
should be designed and built in such a way as to ensure sufficient
strength;
(e) the ropes, winches, pulleys or pulley blocks should be designed,
assembled, used and maintained according to the requirements
established for lifting gear adapted to the lifting of persons

d
according to national laws and regulations;
(f) before use, the whole structure should be checked by a competent

Lt
person.

6.2.6 Bamboo Scaffolding

a
i) It should not be used in oil & gas installations and in the areas
where hot work is to be done.
ii) di
For construction and maintenance of low rise residential and office
buildings, situated outside explosive licensed area, bamboo
In
scaffold, if unavoidable, should conform to provisions given in lS-
3696 (Part 1)-1987.
rs

6.3 STRUCTURAL WORK, LAYING OF REINFORCEMENT & CONCRETING


6.3.1 General provisions
e

i) The erection or dismantling of buildings, structures, civil


engineering works, formwork, falsework and shoring should be
ne

carried out by trained workers only under the supervision of a


competent person.
ii) Precautions should be taken to guard against danger to workers
arising from any temporary state of weakness or instability of a
gi

structure.
iii) Formwork, falsework and shoring should be so designed,
En

constructed and maintained that it will safely support all loads that
may be imposed on it. Conformity with design during job execution
shall be certified by the competent person and the relevant records
shall be maintained.
iv) Formwork should be so designed and erected that working
platforms, means of access, bracing and means of handling and
stabilising are easily fixed to the formwork structure.
v) Proper methodology based on the design of the building /
structure to be developed and approved by competent person
before resorting to dismantling / modifications.
vi) All works / facilities should be certified for structural stabilities by a
competent person and on statutory requirement completed before
putting to use.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 523 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 23


SAFETY PRACTICES DURING CONSTRUCTION

6.3.2 Erection and dismantling of steel and prefabricated structures

i) The safety of workers employed on the erection and dismantling of


steel and prefabricated structures should be ensured by
appropriate means, such as provision and use of:
(a) ladders, gangways or fixed platforms;
(b) platforms, buckets, boatswain's chairs or other appropriate
means suspended from lifting appliances;
(c) safety harnesses and lifelines supported on properly
designed anchor, catch nets or catch platforms;
(d) Mechanical / Power-operated mobile working platforms;
(e) Proper Personal Protective Equipment.

d
ii) Steel and prefabricated structures should be so designed and
made that they can be safely transported and erected. Route
survey to be carried out from works to construction site route

Lt
considering the load bearing capacity of the bridges, height of the
bridges en-route and maximum width and length permissible
without causing any hazard to public, the route and the equipment.

a
iii) In addition to the need for the stability of the part when erected, the
design should explicitly take following into account:
(a) di
the conditions and methods of attachment in the operations of
transport, storing and temporary support during erection or
dismantling as applicable;
In
(b) Methods for the provision of safeguards such as railings and
working platforms, and, when necessary, for mounting them
easily on the structural steel or prefabricated parts.
rs

iv) The hooks and other devices built in or provided on the structural
steel or prefabricated parts that are required for lifting and
transporting them should be so shaped, dimensioned and
e

positioned as:
(a) to withstand with a sufficient margin the stresses to which
ne

they are subjected;


(b) Not to set up stresses in the part that could cause failures, or
stresses in the structure itself not provided for in the plans,
and be designed to permit easy release from the lifting appli-
gi

ance. Lifting points for floor and staircase units should be


located (recessed if necessary) so that they do not protrude
above the surface;
En

(c) To avoid imbalance or distortion of the lifted load.


v) Storeplaces should be so constructed that:
(a) there is no risk of structural steel or prefabricated parts falling
or overturning;
(b) storage conditions generally ensure stability and avoid
damage having regard to the method of storage and atmo-
spheric conditions;
(c) racks are designed and secured on firm ground so that units
cannot move accidentally.
vi) While they are being stored, transported, raised or set down,
structural steel or prefabricated parts should not be subjected to
stresses prejudicial to their stability.
vii) Every lifting appliance should:

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 524 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 24


SAFETY PRACTICES DURING CONSTRUCTION

(a) be suitable for the operations and not be capable of acci-


dental disconnection;
(b) be approved or tested as per statutory requirement.
viii) Lifting hooks should have safety latch (self closing type).
ix) Lifting hooks, Tongs, clamps and other appliances for lifting
structural steel and prefabricated parts should:
(a) be of such shape and dimensions as to ensure a secure grip
without damaging the part;
(b) be marked with the maximum permissible load in the most
unfavourable lifting conditions.
(c) be periodically inspected and certified to ensure further usage
as per requirement of factory act / Building & Construction

d
Workers Regulation (BOCWR).

Lt
x) Structural steel or prefabricated parts should be lifted only after
rigging plan approved by competent person to prevent them from
spinning, slipping or dropping accidentally.

a
xi) When necessary to prevent danger, before they are raised from the
ground, structural steel or prefabricated parts should be provided

xii)
prevent falls of persons. di
with safety devices such as railings and working platforms to

While structural steel or prefabricated parts are being erected, the


In
workers should be provided with appliances such as guiding ropes
for guiding them as they are being lifted and set down, so as to
avoid crushing of hands and to facilitate the operations. Use of
such appliances should be ensured.
rs

xiii) A raised structural steel or prefabricated part should be so secured


and wall units so propped that their stability cannot be affected,
even by external factors such as wind and passing loads before its
e

release from the lifting appliance.


ne

xiv) At work places, instruction should be given to the workers on the


methods, arrangements and means required for the storage,
transport, lifting and erection of structural steel or prefabricated
parts, and, before erection starts, a meeting of all those responsible
gi

should be held to discuss and confirm the requirements for safe


erection.
xv) During transportation within the construction area, attachments
En

such as slings and straps mounted on structural steel or


prefabricated parts should be securely fastened to the parts.
Vehicle loading should be such that the vehicle and the load remain
stable at all positions during transportation and unloading.
xvi) Structural steel or prefabricated parts should be so transported that
the conditions do not affect the stability of the parts or the means of
transport result in jolting, vibration or stresses due to blows, or
loads of material or persons.
xvii) When the method of erection does not permit the provision of other
means of protection against fall of persons, the workplaces should
be protected by guardrails, and if appropriate by toe-boards.
xviii) When adverse weather conditions such as snow, hailstorm, rain
and wind or reduced visibility, etc. entail risks of accidents, the
rigging work should be interrupted after taking necessary safety
precautions.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 525 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 25


SAFETY PRACTICES DURING CONSTRUCTION

xix) If necessary, to prevent danger, structural steel parts should be


equipped with attachments for suspended scaffolds, lifelines or
safety harnesses and other means of protection.
xx) The risks of falling, to which workers moving on high or sloping
girders are exposed, should be limited by all means of adequate
collective protection or, where this is impossible, by the use of a
safety harness that is well secured to a properly designed support.
xxi) Structural steel parts that are to be erected at a height should as far
as practicable be assembled on the ground.
xxii) When structural steel or prefabricated parts are being erected, a
sufficiently extended area underneath the workplace should be
barricaded or guarded

d
xxiii) Steel trusses that are being erected should be adequately shored,
braced or guyed until they are permanently secured in position.

Lt
xxiv) Load-bearing structural member should not be dangerously
weakened by cutting, holing or other means.
xxv) Structural members should not be forced into place by the hoisting

a
machine while any worker is in such a position that he could be
injured by the operation.
xxvi) di
Open-web steel joists that are hoisted singly should be directly
placed in position and secured against dislodgment.
In
xxvii) All structures should be designed for either permanent anchors or
provision for erection of anchors as and when required to support
life line during any Maintenance work etc. during life of the
structure. The point of provision of anchor should be indicated
rs

through suitable signage for ease of use as and when required.


e

6.3.3 Reinforcement
ne

i) Ensure that workers use Personnel Protective equipment like safety


helmet with chin straps, safety shoes, gloves, full body safety
harness, safety goggles, etc.
ii) Don't place the hand below the rods for checking clear distance.
gi

Use measuring devices.


iii) Don't wear loose clothes while checking the rods.
En

iv) Don't stand unnecessarily on cantilever rods.


v) To carry out welding/cutting of rods, safety procedures/precautions
as mentioned in Item No. 6.5 to be followed.
vi) For supplying of rods at heights, proper staging and/or bundling to
be provided.
vii) Ensure barricading and staging for supplying and fixing of rods at
height.
viii) For short distance carrying of materials on shoulders, suitable pads
to be provided.
ix) While transporting material by trucks/trailers, the rods shall not
protrude in front of or by the sides of driver's cabin. In case such
protrusion cannot be avoided behind the deck, then it should not

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 526 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 26


SAFETY PRACTICES DURING CONSTRUCTION

rd
extend 1/3 of deck length or 1.5 Meters whichever is less and tied
with red flags/lights.
x) Reinforcement rods, cut pieces etc. should be properly stored at
identified locations and the scrap should be disposed off promptly
on regular basis.

6.3.4 Concreting

i) Ensure stability of shuttering work before allowing concreting.


ii) Barricade the concreting area while pouring at height/depths.
iii) Keep vibrator hoses, pumping concrete accessories in healthy

d
conditions and mechanically locked.
iv) Pipelines in concrete pumping system shall not be attached to

Lt
temporary structures such as scaffolds and formwork support as
the forces and movements may affect their integrity.
v) Check safety cages & guards around moving motors/parts etc.

a
provided in concreting mixers.
vi) Use Personal Protective Equipment like gloves, safety shoes, full
di
body safety harness, safety goggles, etc. while dealing with
concrete and wear respirators for dealing with cement.
In
vii) Earthing of electrical mixers, vibrators, etc. should be done and
verified.
viii) Cleaning of rotating drums of concrete mixers shall be done from
outside. Lockout devices shall be provided where workers need to
rs

enter the drum for cleaning / inspection.


ix) Where concrete mixers are driven by internal combustion engine,
e

exhaust points shall be located away from the worker's workstation


so as to eliminate their exposure to obnoxious fumes.
ne

x) Don't allow unauthorised person to stand under the concreting


area.
xi) Ensure adequate lighting arrangements for carrying out concrete
work during night.
gi

xii) Don't allow the same workers to pour concrete round the clock.
Insist on shift pattern.
En

xiii) During pouring, shuttering and its supports should be continuously


watched for defects.
xiv) Never look into the drum mounted on truck (such as in case of
Ready Mix Concrete).

6.4 ROAD WORK

6.4.1 Site shall be barricaded and provided with warning signs, including night
warning lamps at appropriate locations for traffic diversion. This should
be done sufficiently advance as a warning to the approaching drivers for
the impending dander ahead.
6.4.2 Filled and empty bitumen drums shall be stacked separately at
designated places.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 527 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 27


SAFETY PRACTICES DURING CONSTRUCTION

6.4.3 Mixing aggregate with bitumen shall preferably be done with the help of
bitumen batch mixing plant, unless operationally non-feasible.
6.4.4 Road rollers, Bitumen sprayers, Pavement finishers shall be driven by
experienced drivers with valid driving license.
6.4.5 Workers handling hot bitumen sprayers or spreading bitumen aggregate
mix or mixing bitumen with aggregate shall be provided with PVC hand
gloves and rubber shoes with legging up to knee joints.
6.4.6 At the end of day's work, surplus hot bitumen in tar boiler shall be
properly covered by a metal sheet, to prevent anything falling in it,
6.4.7 If bitumen accidentally falls on ground, it shall be immediately covered by
sprinkling sand, to prevent anybody stepping on it. Then it shall be
removed with the help of spade.

d
6.4.8 For cement concrete roads, besides site barricading and installation of

Lt
warning signs for traffic diversion, safe practices mentioned in the
chapter on "Concreting", shall also be applicable.
6.4.9 Any excavation for road work should be done only after surveying
underground utilities and after taking suitable precautions. The

a
underground utilities to be rerouted as required after approval of
competent person / authority.
di
6.4.10 All the raw material for road construction/ maintenance to be stored on
designated place which should be away from the running road. The
In
running road should not be used for storing the sand, hot bitumen, etc..

6.4.11 Precaution should be taken that no construction material/ slab/ pre-


fabricated object can come on the running road accidently or due to
rs

slipping. In such case, an erection plan should be designed and got


approved from the competent authority.
e
ne

6.5 CUTTING / WELDING

6.5.1 Common hazards involved in welding/cutting are sparks, molten metal,


flying particles, harmful light rays, electric shocks , depletion in O2
gi

concentration due to generation of toxic gases, etc. Following


precautions should be taken: -
i) A dry chemical powder (DCP) type fire extinguisher shall be made
En

available in the work area.


ii) Adequate ventilation shall be ensured by opening manholes and
fixing a shield or forced circulation of air etc, while doing a job in
confined space.
iii) Ensure that only approved and well-maintained apparatus, such
as torches, manifolds, regulators or pressure reducing valves, and
acetylene generators, be used. Also their regular calibration
where ever necessary.
iv) All panels and covers shall be kept in place, when operating an
electric Arc welding machine. 30mA rating ELCB shall be ensured
in the power receptacle of the welding machine.
v) The work piece should be connected directly to Power supply, and
not indirectly through pipelines/ structures/ equipment etc.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 528 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 28


SAFETY PRACTICES DURING CONSTRUCTION

vi) The welding receptacles shall be rated for 63 A suitable for 415V,
3-Phase system with a scraping earth. Receptacles shall have
necessary mechanical interlocks and earthing facilities.
vii) All cables, including welding and ground cables shall be checked
for any worn out or cracked insulation before starting the job and
such cables shall not be used. Ground cable should be separate
without any loose joints.
viii) Cable coiling shall be maintained at minimum level, if not
avoidable. Criss-crossing of welding/electrical power supply
cables & gas cutting hoses shall be avoided. Care to be taken
against damage of gas cutting hoses.
ix) An energised electrode shall not be left unattended.

d
x) The power source shall be turned off at the end of job.

Lt
xi) All gas cylinders shall be properly secured in upright position.
xii) Acetylene cylinder shall be turned and kept in such a way that the
valve outlet points away from oxygen cylinder.

a
xiii) Acetylene cylinder key for opening valve shall be kept on valve
stem, while cylinder is in use, so that the acetylene cylinder could

xiv)
di
be quickly turned off in case of emergency. Use flash back
arrestors to prevent back-fire in acetylene/oxygen cylinder.
When not in use, valves of all cylinders shall be kept closed.
In
xv) All types of cylinders, whether full or empty, shall be stored at
cool, dry place under shed.
xvi) Forced opening of any cylinder valve should not be attempted.
rs

xvii) Lighted gas torch shall never be left unattended.


xviii) Store acetylene and oxygen cylinders separately.
e

xix) Store full and empty cylinders separately.


ne

xx) Avoid cylinders coming into contact with heat.


xxi) Cylinders that are heavy or difficult to carry by hand may be rolled
on their bottom edge but never dragged.
gi

xxii) If cylinders have to be moved, be sure that the cylinder valves are
shut off.
En

xxiii) Before changing torches, shut off the gas at the pressure reducing
regulators and not by crimping the hose.
xxiv) Do not use matches to light torches, use a friction lighter. Gas
torch should be ignited with the lighter only. It should not be
ignited by touching other hot surfaces.
xxv) Move out any leaking cylinder immediately and cap it. No hot work
should be permitted in the vicinity of such leaked cylinders.
xxvi) Use trolleys for oxygen & acetylene cylinder and chain them.
xxvii) Always use Red hose for acetylene and other fuel gases and
Black for oxygen, and ensure that both are in equal length.
xxviii) Ensure that hoses are free from burns, cuts and cracks and
properly clamped.
xxix) Avoid dragging hoses over sharp edges and objects

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 529 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 29


SAFETY PRACTICES DURING CONSTRUCTION

xxx) Do not wrap hoses around cylinders when in use or stored.


xxxi) Protect hoses from flying sparks, hot slag, and other hot objects.
Protect cylinders by covering welding blanket while hot work in the
vicinity.
xxxii) Lubricants shall not be used on Ox-fuel gas equipment.
xxxiii) During cutting/welding, use required PPEs like hand gloves, full
body clothing of fire retardant / suitable material, safety shoes, full
body safety harness, mask, goggles / face shields, welding screen
of required DIN glass as per approved Weld Preparation Scheme.
xxxiv) Hot work permit to be taken if working in hazardous area.

d
6.6 WORKING IN CONFINED SPACES

Lt
6.6.1 Following safety practices for working in confined space like towers,
columns, tanks and other vessels should be followed in addition to the
safety guidelines for specific jobs like scaffolding, cutting/welding etc.

a
i) Shut down, positively isolate, depressurise and purge the vessel
as per laid down procedures.
ii) di
Entry inside the vessel to carry out any job shall be done after
issuance of valid permit only in line with the requirement of OISD-
In
STD-105.
iii) Ensure proper and accessible means of exit before entry inside a
confined space.
rs

iv) The number of persons allowed inside the vessel should be limited
to avoid overcrowding. Record of entering person shall be
maintained with in and out time.
e

v) When the work is going on in the confined space, there should


always be two men standby at the nearby manway / manhole
ne

equipped with communication arrangement to contact seniors and


to evacuate the worker inside confined space in case of
emergency.
vi) Before entering inside the vessels underground or located at lower
gi

elevation, probability of dense vapours accumulating nearby


should also be considered in addition to inside the vessel and
En

corrective action should be ensured.


vii) Ensure requisite O2 level before entry in the confined space and
monitor level periodically or other wise use required respiratory
devices.
viii) Check for no Hydrocarbon or toxic substances before entry and
monitor level periodically or use requisite Personal Protective
Equipment.
ix) Ensure adequate ventilation or use respiratory devices.
x) Depending upon need, necessary respirator system, gas masks
and suit shall be worn by everyone entering confined space. In
case of sewer, OWS or in the confined area where there is a
possibility of toxic or inert gas, required respiratory device, shall be
used by everyone while entering.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 530 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 30


SAFETY PRACTICES DURING CONSTRUCTION

xi) Barricade the confined spaces during hoisting, radiography,


blasting, pressure testing etc.
xii) Use 24V flameproof lamp fittings only for illumination.
xiii) Use tools with air motors or electric tools with maximum voltage of
24V.
xiv) House keeping shall be well maintained.
xv) Required PPEs like Safety helmet, safety shoes and full body
harness shall be worn by everyone entering the confined space.
xvi) Don't wear loose clothing while working in a confined space.
xvii) In case of the vessels which are likely to contain pyropheric
substances (like Iron Sulphide), special care need to be taken

d
before opening the vessel. Attempt should be made to remove the
pyropheric substances. Otherwise, these should be always kept

Lt
wet by suitable means.
xviii) The cutting torches should also be kept outside the vessel
immediately after the cutting.

a
xix) The gas cylinders used for cutting/welding shall be kept outside.
Care to be taken for the integrity of gas hoses and welding cables

xx)
di
while work is in progress.
All cables, hoses, welding equipment etc., shall be removed from
In
confined space at end of each work day, even if the work is to be
resumed in the same space the next day.
xxi) To the extent possible sludge shall be cleared and removed from
outside before entering.
rs

xxii) No naked light or flame or hot work such as welding, cutting and
soldering should be permitted inside a confined space or area
e

unless it has been made completely free of the flammable


atmosphere, tested and found safe by a competent person. Only
ne

non-sparking tools and flameproof hand lamps protected with


guard and safety torches should be used inside such confined
space or area for initial inspection, cleaning or other work required
to be done for making the area safe.
gi

xxiii) Communication should be always maintained between the worker


and the attendant.
En

xxiv) Inside the confined space spray painting should be avoided. If


absolutely essential it should be done after ensuring adequate
precautions including exhaust of paint vapours and continuous
monitoring of concentration of oxygen and toxic gases.
xxv) Before issuing the vessel entry permit, it should be ensured that all
the incoming and outgoing lines to and from the vessel are
positively isolated. Where this is not applicable like dampers in
HRSG system, Sufficient time is to be allowed to observe the
leakage of hot gases from the dampers/ passing valves before
taking any decision on vessel entry permit.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 531 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 31


SAFETY PRACTICES DURING CONSTRUCTION

6.7 PROOF/PRESSURE TESTING

6.7.1 Review test procedure before allowing testing with water or air or any
other fluid. Testing should be done only after proper Job Safety Analysis
(JSA) and its approval.
6.7.2 Provide relief valves of adequate size while testing with air or other gases.
6.7.3 Ensure compliance of necessary precautions, step wise loading,
tightening of fasteners, grouting etc. before and during testing.
6.7.4 Inform all concerned in advance of the testing.
6.7.5 Keep the vents open before opening any valve for filling/draining of liquid
used for hydrotesting. The filling/draining should not exceed the designed
rate for pressure testing.

d
6.7.6 Provide separate gauges of suitable range for pressurising pump and the

Lt
equipment to be tested.
6.7.7 Provide gauges at designated locations for monitoring of pressures.
6.7.8 Check the calibration of all pressurising equipment and accessories and

a
maintain records.
6.7.9 Take readings at pre-defined intervals.
di
6.7.10 Arrangement to be made to ensure that the pressurizing system i.e.
motor-pump set is out of circuit so that the system under hydro testing is
In
not re-pressurized by the contractor due to pressure drop before a pre-
defined time.
rs

6.8 WORKING AT HEIGHTS


6.8.1 General Provision
e

i) While working at a height of more than 2.2 meters, ISI approved full
body harness shall be used.
ne

ii) While working at a height of more than 2.2 meters, permit should
be issued by competent person before commencement of the job.
iii) Worker should be well trained on usage of full body harness
gi

including its proper usage at the time of ascending/descending.


iv) All tools should be carried in tool bag/belt to avoid their falling.
En

v) If the job is on fragile/sloping roof, roof walk ladders shall be used.


vi) Provide lifeline properly designed, secured and anchored, wherever
required. Mock Drill of use of lifeline at regular intervals to be
carried out.
vii) Additional safety measures like providing Fall Arrestor type full
body harness, safety net should be provided depending upon site
conditions, job requirements.
viii) Keep working area neat and clean. Remove scrap material
immediately.
ix) Don't throw or drop material/equipment from height.
x) Avoid jumping from one member to another. Use proper
passageway.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 532 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 32


SAFETY PRACTICES DURING CONSTRUCTION

xi) Keep both hands free while climbing. Don't try to bypass the steps
of the ladder. Same to be followed while climbing down. Further on
climbing down, front of the body to be towards the ladder.
xii) Try to maintain calm at height. Avoid over exertion.
xiii) Avoid movements on any structural member without fall protection.
xiv) Elevated workplaces including roofs should be provided with safe
means of access and egress such as stairs, ramps or ladders.
xv) Fall protection hierarchy to be followed as below:
(a) Elimination: Explore possibility whether job can be done
avoiding work at height.
(b) Prevention: Prevent fall of a worker by providing appropriate

d
fall prevention system.

Lt
(c) Fall arrest system: Arrest the fall using suitable fall arrest
system. Ensure to have a strong suitably designed anchor
point.
(d) Warning Lines: Use a warning line using a rope or wire barrier

a
around roof to warn workers that they are getting close to the
roof edge.
(e)
(f)
di
Safety Monitoring: Use a safety monitor to warn the workers.
Administration: Prepare a written administrative procedure to
In
ensure workers are doing the best that they can.

6.8.2 Roof Work


rs

i) All roof-work operations should be pre-planned and properly


supervised.
e

ii) Roof work should only be undertaken by workers who are


ne

physically and psychologically fit and have the necessary


knowledge and experience for such work.
iii) Work on roofs shouldn't be carried on in weather conditions that
threaten the safety of workers.
gi

iv) Crawling boards, walkways and roof ladders should be securely


fastened to a firm structure.
En

v) Roofing brackets should fit the slope of the roof and be securely
supported.
vi) Where it is necessary for a person to kneel or crouch near the edge
of the roof, necessary precautions should be taken.
vii) On a large roof where work have to be carried out at or near the
edge, a simple barrier consisting of crossed scaffold tubes
supporting a tubing guardrail may be provided.
viii) All covers for openings in roofs should be of substantial
construction and be secured in position.
ix) Roofs with a pitch of more than 10 should be treated as sloping.
x) When work is being carried out on sloping roofs, sufficient and
suitable crawling boards or roof ladders should be provided and
firmly secured in position.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 533 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 33


SAFETY PRACTICES DURING CONSTRUCTION

xi) During extensive work on the roof, strong barriers or guardrails and
toe-boards should be provided to stop a person from falling off the
roof.
xii) Where workers are required to work on or near roofs or other
places covered with fragile material, through which they are liable
to fall, they should be provided with suitable roof ladders or
crawling boards strong enough and when spanning across the
supports for the roof covering to support those workers.
xiii) A minimum of two boards should be provided so that it is not
necessary for a person to stand on a fragile roof to move a board or
a ladder, or for any other reason.

d
6.8.3 Work on tall chimneys

Lt
i) For the erection and repair of tall chimneys, scaffolding should be
provided. A safety net should be maintained at a suitable distance
below the scaffold.

a
ii) The scaffold floor should always be at least 65 cm below the top of
the chimney.
iii)
di
Under the working floor of the scaffolding the next lower floor
should be left in position as a catch platform.
In
iv) The distance between the inside edge of the scaffold and the wall
of the chimney should not exceed 20 cm at any point.
v) Catch platforms should be erected over:
rs

(a) the entrance to the chimney;


(b) Passageways and working places where workers could be
endangered by falling objects.
e

vi) For climbing tall chimneys, access should be provided by:


ne

(a) stairs or ladders;


(b) a column of iron rungs securely embedded in the chimney
wall;
(c) Other appropriate means.
gi

vii) When workers use the outside rungs to climb the chimney, a
securely fastened steel core rope looped at the free end and
hanging down at least 3 m should be provided at the top to help the
En

workers to climb on to the chimney.


viii) While work is being done on independent chimneys the area
surrounding the chimney should be enclosed by fencing at a safe
distance.
ix) Workers employed on the construction, alteration, maintenance or
repair of tall chimneys should not:
a) work on the outside without a safety harness attached by a
lifeline to a rung, ring or other secure anchorage;
b) put tools between the safety harness and the body or in
pockets not intended for the purpose;
c) haul heavy materials or equipment up and down by hand to or
from the workplace on the chimney;
d) fasten pulleys or scaffolding to reinforcing rings without first
verifying their stability;
e) work alone;

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 534 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 34


SAFETY PRACTICES DURING CONSTRUCTION

f) climb a chimney that is not provided with securely anchored


ladders or rungs;
g) Work on chimneys in use unless the necessary precautions to
avoid danger from smoke and gases have been taken.
Ensure that the outside surface temperature of the chimney is
at
h) room temperature before taking up any job after shut down of
the (system) chimney.

x) Work on independent chimneys should not be carried on in high


winds, icy conditions, fog or during electrical storms.

d
6.9 HANDLING AND LIFTING EQUIPMENT:
6.9.1 General Provisions

Lt
Following are the general guidelines to be followed with regard to all types
of handling and lifting equipment in addition to the guidelines for specific
type of equipments dealt later on.

a
i) There should be a well-planned safety programme to ensure that
di
all the lifting appliances and lifting gear are selected, installed,
examined, tested, maintained, operated and dismantled with a
view to preventing the occurrence of any accident;
In
ii) All lifting appliances shall be examined by competent persons at
frequencies as specified in "The Factories act".
rs

iii) Check thoroughly quality, size and condition of all lifting tools like
chain pulley blocks, slings, U-clamps, D-shackles etc. before
putting them in use.
e

iv) Safe lifting capacity of all lifting & handling equipment, tools and
ne

shackles should be got verified and certificates obtained from


competent authorities before its use. The safe working load shall
be marked on them.
gi

v) Check periodically the oil, brakes, gears, horns and tyre pressure,
lighting fixtures of all moving equipments like cranes, forklifts,
trailers, etc. as per manufacturer's recommendations.
En

vi) Check the weights to be lifted and accordingly decide about the
crane capacity, boom length and angle of erection.

vii) Allow lifting slings as short as possible and check packing at the
friction points.

viii) While lifting/placing of the load, no unauthorised person shall


remain within the radius of the boom and underneath the load.

ix) While loading, unloading and stacking of pipes, proper wedges


shall be placed to prevent rolling down of the pipes.

x) Control longer jobs being lifted up from both ends.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 535 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 35


SAFETY PRACTICES DURING CONSTRUCTION

xi) Only trained operators and riggers should carry out the job. While
the crane is moving or lifting the load, the trained rigger should be
there for keeping a vigil against hitting any other object.

xii) During high wind conditions and nights, lifting of heavy


equipments should be avoided. If unavoidable to do erection in
night, operator and rigger should be fully trained for night
signaling. Also proper illumination should be there.

xiii) Allow crane to move on hard, firm and leveled ground. Ensure that
all the crane pedestals/ hydraulic jacks taking weight of the crane
and load are on a firm compacted surface.

xiv) When crane is in idle condition for long periods or unattended,

d
crane boom should either be lowered or locked as per
manufacturer's guidelines.

Lt
xv) Hook and load being lifted shall remain in full visibility of crane
operators, while lifting, to the extent possible.

a
xvi) Don't allow booms or other parts of crane to come within 3 meters
reach of overhead electrical cables.

xvii)
di
No structural alterations or repairs should be made to any part of
a lifting appliance, which may affect the safety of the appliance
In
without the permission and supervision of the competent person.

6.9.2 Hoists
rs

i) Hoist shafts should be enclosed with rigid panels or other adequate


fencing at:
e

(a) ground level on all sides;


ne

(b) all other levels at all points at which access is provided;


(c) all points at which persons are liable to be struck by any
moving part.
ii) The enclosure of hoist shafts, except at approaches should extend
gi

where practicable at least 2 meters above the floor, platform or


other place to which access is provided except where a lesser
height is sufficient to prevent any person falling down the hoistway
En

and there is no risk of any person coming into contact with any
moving part of the hoist, but in no case should the enclosure be
less than 1 meter in height.
iii) The guides of hoist platforms should offer sufficient resistance to
bending and, in the case of jamming by a safety catch, to buckling.
iv) Where necessary to prevent danger, adequate covering should be
provided above the top of hoist shafts to prevent material falling
down them.
v) Outdoor hoist towers should be erected on firm foundations, and
securely braced, guyed and anchored.
vi) A ladderway should extend from the bottom to the top of outdoor
hoist towers, if no other ladderway exists within easy reach.
vii) Hoisting engines should be of ample capacity to control the
heaviest load that they will have to move.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 536 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 36


SAFETY PRACTICES DURING CONSTRUCTION

viii) Hoists should be provided with devices that stop the hoisting
engine as soon as the platform reaches its highest stopping place.
ix) Winches should be so constructed that the brake is applied when
the control handle is not held in the operating position.
x) It should not be possible to set in motion from the platform a hoist,
which is not designed for the conveyance of persons.
xi) Winches should not be fitted with pawl and ratchet gears on which
the pawl must be disengaged before the platform is lowered.
xii) Hoist platforms should be capable of supporting the maximum load
that they will have to carry with a safety factor.
xiii) Hoist platforms should be equipped with safety gear that will hold

d
the platform with the maximum load if the hoisting rope breaks.
xiv) If workers have to enter the cage or go on the platform at landings

Lt
there should be a locking arrangement preventing the cage or
platform from moving while any worker is in or on it.
xv) On sides not used for loading and unloading, hoist platforms should

a
be provided with toe-boards and enclosures of wire mesh or other
suitable material to prevent the fall of parts of loads.
xvi)
di
Where necessary to prevent danger from falling objects, hoist
platforms should be provided with adequate covering.
In
xvii) Counterweights consisting of an assemblage of several parts
should be made of specially constructed parts rigidly connected
together.
xviii) Counterweights should run in guides.
rs

xix) Platforms should be provided at all landings used by workers.


xx) Following notices should be posted up conspicuously and in very
e

legible characters:
ne

(a) on all hoists:

 on the platform: the carrying capacity in kilograms or


other appropriate standard unit of weight;
gi

 on the hoisting engine: the lifting capacity in


kilograms or other appropriate standard unit of
weight;
En

(b) on hoists authorised or certified for the conveyance of


persons:

 on the platform or cage: the maximum number of


persons to be carried at one time;
(c) on hoists for goods only:

 on every approach to the hoist and on the platform:


prohibition of use by persons.
xxi) Hoists intended for the carriage of persons should be provided with
a cage so constructed as to prevent any person from falling out or
being trapped between the cage and any fixed part of the structure
when the cage gate is shut, or from being struck by the
counterbalance weight or by articles or materials tailing down the
hoistway.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 537 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 37


SAFETY PRACTICES DURING CONSTRUCTION

xxii) On each side in which access is provided, the cage should have a
gate fitted with devices which ensure that the gate cannot be
opened except when the cage is at a landing and that the gate
must be closed before the cage can move away from the landing.
xxiii) Every gate in the enclosure of the hoist shaft which gives access
from a landing place to the cage should be fitted with devices to
ensure that the gate cannot be opened except when the cage is at
that landing place, and that the cage cannot be moved away from
that landing place until the gate is closed.

6.9.3 Derricks

d
Stiff-leg derricks

i) Derricks should be erected on a firm base capable of taking the

Lt
combined weight of the crane structure and maximum rated load.
ii) Devices should be used to prevent masts from lifting out of their
seating.

a
iii) Electrically operated derricks should be effectively earthed from the
sole plate or framework.
iv) di
Counterweights should be so arranged that they do not subject the
backstays, sleepers or pivots to excessive strain.
In
v) When derricks are mounted on wheels:
a) a rigid member should be used to maintain the correct
distance between the wheels;
rs

b) they should be equipped with struts to prevent them from


dropping if a wheel breaks or the derrick is derailed.
vi) The length of a derrick jib should not be altered without consulting
e

the manufacturer.
ne

vii) The jib of a scotch derrick crane should not be erected within the
backstays of the crane.
gi

Guy derricks

i) The restraint of the guy ropes should be ensured by fitting stirrups


En

or anchor plates in concrete foundations.


ii) The mast of guy derricks should be supported by six top guys
spaced approximately equally.
iii) The spread of the guys of a guy derrick crane from the mast should
0
not be more than 45 from the horizontal.
iv) Guy ropes of derricks should be equipped with a stretching screw
or turnbuckle or other device to regulate the tension.
v) Gudgeon pins, sheave pins and fool bearings should be lubricated
frequently.
vi) When a derrick is not in use, the boom should be anchored to
prevent it from swinging.

6.9.4 Gin poles

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 538 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 38


SAFETY PRACTICES DURING CONSTRUCTION

i) Gin poles should:


(a) be straight;
(b) consist of steel or other suitable metal;
(c) be adequately guyed and anchored;
(d) be vertical or raked slightly towards the load;
(e) be of adequate strength for the loads that they will be
required to lift/move.
ii) Gin poles should not be spliced and if a gin pole is composed of
different elements, they should be assembled in conformity with
their intrinsic material strength.
iii) Gin poles should be fastened at their feet to prevent displacement
in operation.

d
iv) Gin poles, which are moved from place to place and re-erected,
should not be taken into use again before the pole, lifting ropes,

Lt
guys, blocks and other parts have been inspected, and the whole
appliance has been tested under load.
v) When platforms or skips are hoisted by gin poles, precautions

a
should be taken to prevent them from spinning and to provide for
proper landing.

6.9.5 Tower cranes


di
In
i) Where tower cranes have cabs at high level, persons, capable and
trained to work at heights, should only be employed as crane
operators.
rs

ii) The characteristics of the various machines available should be


considered against the operating requirements and the
surroundings in which the crane will operate before a particular
e

type of crane is selected.


ne

iii) Care should be taken in the assessment of wind loads both during
operations and out of service. Account should also be taken of the
effects of high structures on wind forces in the vicinity of the crane.
iv) The ground on which the tower crane stands should have the
gi

requisite bearing capacity. Account should be taken of seasonal


variations in ground conditions.
En

v) Bases for tower cranes and tracks for rail-mounted tower cranes
should be firm and level. Tower cranes should only operate on
gradients within limits specified by the manufacturer. Tower cranes
should only be erected at a safe distance from excavations and
ditches.
vi) Tower cranes should be sited where there is clear space available
for erection, operation and dismantling. As far as possible, cranes
should be sited so that loads do not have to be handled over
occupied premises, over public thoroughfares, other construction
works and railways or near power cables.
vii) Where two or more tower cranes are sited in positions where their
jibs could touch any part of the other crane, there should be direct
means of communication between them and a distinct warning
system operated from the cab so that one driver may alert the other
of impending danger.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 539 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 39


SAFETY PRACTICES DURING CONSTRUCTION

viii) The manufacturers' instructions on the methods and sequence of


erection and dismantling should be followed. The crane should be
tested before being taken into use.
ix) The climbing operation of climbing tower cranes should be carried
out in accordance with manufacturers' instructions. The free-
standing height of the tower crane should not extend beyond what
is safe and permissible in the manufacturers' instructions.
x) When the tower crane is left unattended, loads should be removed
from the hook, the hook raised, the power switched off and the
boom brought to the horizontal. For longer periods or at times when
adverse weather conditions are expected, out of service
procedures should be followed. The main jib should be slewed to
the side of the tower away from the wind, put into free slew and the

d
crane immobilised.

Lt
xi) A windspeed measuring device should be provided at an elevated
position on the tower crane with the indicator fitted in the drivers'
cab.
xii) Devices should be provided to prevent loads being moved to a

a
point where the corresponding safe working load of the crane
would be exceeded. Name boards or other items liable to catch the
di
wind should not be mounted on a tower crane other than in
accordance with the manufacturers' instructions.
In
xiii) Tower cranes should not be used for magnet, or demolition ball
service, piling operations or other duties, which could impose
excessive loading on the crane structure.
rs

6.9.6 Lifting ropes


e

i) Only ropes with a known safe working capacity should be used as


lifting ropes.
ne

ii) Lifting ropes should be installed, maintained and inspected in


accordance with manufacturers' instructions.
iii) Repaired steel ropes should not be used on hoists.
gi

iv) Where multiple independent ropes are used, for the purpose of
stability, to lift a work platform, each rope should be capable of
carrying the load independently.
En

6.10 VEHICLE MOVEMENT


6.10.1 Park vehicles only at designated places. Don't block roads to
create hindrance for other vehicles.
6.10.2 Don't overload the vehicle.
6.10.3 Obey speed limits and traffic rules.
6.10.4 Always expect the unexpected and be a defensive driver.
6.10.5 Drive carefully during adverse weather and road conditions.
6.10.6 Read the road ahead and ride to the left.
6.10.7 Be extra cautious at nights. Keep wind screens clean and lights in
working condition.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 540 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 40


SAFETY PRACTICES DURING CONSTRUCTION

6.10.8 All vehicles used for carrying workers and construction materials
must undergo predictive/preventive maintenance and daily checks
6.10.9 Driver with proper valid driving license shall only be allowed to
drive the vehicle
6.10.10 Routes shall be leveled marked and planned in such a way so as
to avoid potential hazards such as overhead power lines and
sloping ground etc.
6.10.11 While reversing the vehicles, help of another worker should be
ensured at all times
6.10.12 An unattended vehicle should have the engine switched off
6.10.13 Wherever possible one-way system shall be followed

d
6.10.14 Barriers/fixed stops should be provided for excavation/openings to
prevent fall of vehicle

Lt
6.10.15 Load should be properly secured
6.10.16 The body of the tipper lorry should always be lowered before
driving the vehicle off.

a
6.10.17 Signs/signals/caution boards etc. should be provided on routes.

di
6.10.18 All vehicles in a running process plants to use spark arrester on
the exhaust.
In
6.10.19 No material should be protruding outside the vehicle for the safety
of the public. If necessary, same to be marked as per RTO
regulations.
6.10.20 Proper caution tag should be available on the vehicle for
rs

hazardous material like oil,.LPG, explosives, nuclear material,


toxic fluids etc and the vehicle staff should be well informed about
the potential danger of the material being transported by them.
e

6.10.21 An earth chain for the discharge of static electricity generated


ne

during transportation of specific material with the vehicle to be


provided.
6.10.22 Drunken driving should be prohibited.
gi

6.11 ELECTRICAL
En

6.11.1 General Provisions

i) Only persons having valid licenses shall be allowed to work


on electrical facilities as per prevailing IE Act and rules
thereunder including CEA rules/regulations.
ii) No person should be allowed to work on live circuit. The
same, if unavoidable, special care and written authorisation
need to be taken.
iii) Treat all circuits as "LIVE" unless ensured otherwise.
iv) Electrical " Lock Out - Tag Out (LOTO)" procedure "MUST"
be followed for work on electrical system.
v) Display voltage ratings prominently with "Danger" signs in
local language also.
vi) Put caution/notice signs before starting the repair works.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 541 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 41


SAFETY PRACTICES DURING CONSTRUCTION

vii) All electrical equipment operating above 250V shall have


two separate and distinct connections to earth grid.
viii) Proper grounding to be ensured for all switch boards and
equipment including Portable ones prior to taking into
service.
ix) Make sure that electrical switch boards, portable tools,
equipment (like grinding machine etc.) don't get wet during
their usage. If it happens, stop the main supply, make the
tools dry, check for specified insulation value and then only
use them. Check proper earthing.
All temporary switch boards/ KIOSKS put up at work site
should be suitably protected from rain and the level of

d
same should be high enough to avoid contact with water
due to water logging.

Lt
x) Don't work wet on electrical system.
xi) Don't overload the electrical system.
xii) Use only proper rated HRC fuses / ELCB / MCB.

a
xiii) Only ISI marked or equivalent industrial type extension

xiv)
di
boards and Plug sockets are to be used.
ELCB for all temporary connections must be provided
using 3 pin plug.
In
xv) All power supply cables should be laid properly and neatly
so that they don't cause hindrance to persons working and
no physical damage also takes place to the cables during
rs

various construction activities.


xvi) All Power cables to be properly terminated using glands
and lugs of proper size, type and crimped.
e

xvii) Use electrical fittings in Hazard zones as per area


ne

classification under OISD-STD-113.


xviii) Ensure pipe sleeve / conduit to protect underground cables
at crossings.
xix) Don't lay unarmored cable directly on ground, wall, roof or
gi

trees. All temporary cables should be laid at least 750 mm


below ground and cable markers should be provided.
En

Proper sleeves should be provided at road crossings. In


case temporary cables are to be laid on wooden
poles/steel poles, the minimum cable heights should be 4.5
M.
xx) Maintain safe overhead distance of HT transmission lines
as per latest CEA Safety Regulation.
xxi) Don't use pipelines/structures for earthing.
xxii) Don't make any unsafe temporary connections, e.g. naked
joints etc.
xxiii) Ensure that temporary cables are free from cuts, damaged
insulation, kinks or improper insulated joints.
xxiv) Check at periodic intervals that pins of sockets and joints
are not loose.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 542 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 42


SAFETY PRACTICES DURING CONSTRUCTION

xxv) Protect electrical wires/equipment from water and naked


flames.
xxvi) Illuminate level in all the work areas should be in line with
OISD-RP-149.
xxvii) All switchboards should be of MS structure only and
incoming/outgoing feeders should be marked.
xxviii) Hand lamps/ Torch should not be of more than 24V rating,
and E’x’ type should be in line with hazardous area
classification.
xxix) Fire extinguishers (DCP/CO2/Sand buckets) should be kept
near temporary switch boards being used for construction
purposes. Don't use water for fighting electrical fires.

d
xxx) ISI marked Insulating mats shall be provided in the front

Lt
and back end of switch boards.
xxxi) All parts of electrical installations should be so constructed,
installed and maintained as to prevent danger of electric
shock, fire and explosion.

a
Periodic checking of electrical safety appliances such as

di
gloves, insulating mats, hoods etc. to be done/witnessed in
line with OISD-STD-137, and records to be maintained duly
endorsed by the concerned.
In
xxxii) A notice displaying following, should be kept exhibited at
suitable places in local language also:
a) prohibiting unauthorized persons from entering electrical
rs

equipment rooms or from handling or interfering with


electrical apparatus;
b) containing directions as to procedures in case of fire,
e

rescue of persons in contact with live conductors and


the restoration of persons suffering from electric shock;
c) specifying the person to be notified in case of electrical
ne

accident or dangerous occurrence, and indicating how


to communicate with him.
xxxiii) No other cables/pipes to be laid in trench used for electrical
gi

cables.
xxxiv) Utmost care should be taken while excavating Earth from
cable trench to avoid damage or any accident.
En

xxxv) Sub-station floor cut-outs meant for switch board


installations to be covered wherever installation is
incomplete.
xxxvi) Flameproofness integrity of all flameproof equipment /
fittings/fixtures to be ensured at all times.
NOTE: A Residual Current Operated Circuit Breaker (RCCB) or
Earth Leakage Circuit Breaker (ELCB), when installed,
protects a human being to the widest extent. RCCB or
ELCB should be provided as per latest CEA Safety
Regulation.

6.11.2 Inspection and maintenance

i) All electrical equipment should be inspected before taking


into use to ensure suitability for its proposed use.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 543 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 43


SAFETY PRACTICES DURING CONSTRUCTION

ii) At the beginning of every shift, the person using the


electrical equipment should make a careful external
examination of the equipment and conductors, especially
the flexible cables.
iii) Apart from some exceptional cases subject to work
permits, work on or near live parts of electrical equipment
should be forbidden.
Before starting any work on conductors and/or equipment,
it is to be ensured that: power supply should be isolated by
an authorized person following the concept of LOTO;
iv) After work has been done on conductors and/or equipment,
the power supply should only be switched on again after

d
work permit is returned back, lock/tag on isolated feeder
are removed and the workplace is reported safe.

Lt
v) Electricians should be provided with approved and tested
tools and personal protective equipment such as rubber
gloves, arc flash suit etc.

a
vi) All conductors and equipment should be considered to be
live unless there is a proof of the contrary.
vii)
di
When work has to be done in dangerous proximity to live
parts the power supply should be cut off. If for operational
reasons this is not possible, the live parts should be fenced
In
off or enclosed by qualified staff from the sub-station
concerned.
rs

6.11.3. Testing

i) Electrical installations should be inspected and tested as


e

per approved plan and the results recorded.


ne

ii) Periodic testing for proper functioning of the earth leakage


protective devices should be carried out.
iii) Particular attention should be paid to the earthing of
apparatus, the continuity of protective conductors, polarity
gi

and insulation resistance, protection against mechanical


damage and condition of connections at points of entry.
En

6.12 OFFSHORE
6.12.1 General

The isolated nature of offshore installations are hazardous. They


call for greater need for health safety and survival at offshore.
Safety at offshore is safety of installations and safety of personnel.
Safety problems and accidents at offshore have high risks due to
limited space, helicopter operation, sea transport etc. Following
are the general health and safety guidelines to be followed in
addition to the safety guidelines stipulated for specific jobs dealt
later on:
i) Workers should be well trained to do their job
independently with high degree of self-control and self-
discipline.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 544 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 44


SAFETY PRACTICES DURING CONSTRUCTION

ii) On arrival at offshore, everyone should be briefed about


the safety rules to be followed at offshore, evacuation
system etc. All personnel should wear overall (dangri),
helmet and shoes for personnel protection.
iii) In case of emergency, workers should follow instruction of
Field Production Superintendent (F.P.S.). In certain cases
instructions may be given to abandon the offshore
installation and evacuate the persons to safe location.
iv) To overcome above problems, offshore personnel must
receive training for using life saving appliances and other
personal survival techniques.
v) Any person working at offshore should have one person

d
as standby for any eventuality.
vi) Periodical health check-up of all personal on platforms

Lt
shall be ensured and remedial measures shall be taken
as per statutory and other requirements.

a
6.12.2 Drilling Rigs

i)
di
Location of jack up rigs should not be less than 5 Kms from
shipping route. Orientation of the rig, wind direction, etc.
are required for safe landing of helicopter. Information w.r.t.
In
sea currents, wind speed, Hi- Low tide, etc. are required for
mooring of supply vessels.
ii) Sea bed condition at every location should be ensured for
rs

safety of rig.
iii) Radio and other communication facilities should be such to
maintain contact with base all times.
e

iv) During toeing of rig, the rig deck should be clear of load,
ne

toeing lines should be in good condition and tensions in


various toeing lines should be constantly monitored.
v) Few steps during toeing are:
a) crane booms should be secured to their vesta,
gi

b) all hatches and water tight doors should be closed,


c) number of personnel on board should be restricted,
En

d) evacuate in case of emergency and operation should be


completed preferably in day light.

6.12.3 Drilling

i) In view of CO2 and H2S gas cut from well, effective


ventilation should be provided where drilling is in progress.
ii) Safety alarm shall be checked in advance in view of failure
of ventilation system.
iii) Suitable sensors for H2S and Methane should be function
tested time to time and suitable colour code should be
given.
iv) Working areas of the crane should be illuminated during
night to avoid accident.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 545 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 45


SAFETY PRACTICES DURING CONSTRUCTION

v) Clear space should be available for despatch and receipt


of load and, in particular, basket transfer of passengers.
Persons engaged in loading/unloading of materials should
be protected from falling into the sea.
vi) Signal light should be fitted at the top of the jib.
vii) Crane hook should be fitted with safety latches.
viii) Experienced person should be engaged in operation of
specific equipment like winches, cranes etc.
ix) At least three cable turns shall always be there on the
winch drum.
x) Adequate communication like walkie talkie, round robin

d
phone should be available between the crane operator,
supervisor and helper.

Lt
xi) Crane operation should be completely stopped during
helicopter landing/ taking off.
xii) Except for helicopter landing deck, all decks, platforms,

a
bridges, ladders should have rigid and fixed guard rails
atleast one meter high and should have one intermediate

xiii)
di
rail midway between the handrail and 100 mm toe board.
Wooden ladders shall not be used at offshore.
In
xiv) Flow sensor in the flow line should be ensured for safe
working and to avoid blow out.
xv) Hydrogen sulphuide gas In offshore is of great risk and at
10 ppm (0.001%) concentration in air, a person should not
rs

be exposed for more than 8 hours, If concentration is


more, then breathing apparatus should be used. Corrosion
of equipment is also caused by H2S.
e

xvi) Portable H2S gas detector should be continously used.


ne

6.12.4 Production Platforms

i) In case hydrocarbon Is released due to overpressure, leak,


gi

overflow, gas blow etc., shut down process to stop flow of


hydrocarbon. Prevent ignition of released hydrocarbon and
En

in case of fire shut in the process complex and follow


emergency contigency plan.
ii) Sub surface safetv valve (SSSV)) below the well head
should be actuated during uncontrolled well -flow and they
should be regularly checked.
iii) Surface safety valve or SDV should be checked for no gas
leakage from bleed port / flange etc., in the well head area.
It should not be in "mechanical override" or bypassed from
panel.
iv) High pressure gas lift lines - blowdown system should be
O.K.

 Auto actuation of SDVs in the inlet of pressure vessels


should be O.K. and in "normal position" from shutdown
panels. A record of status of switches normal/bypassed

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 546 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 46


SAFETY PRACTICES DURING CONSTRUCTION

in auto-con* panels (PSH, PSL, LSL, ILSL) should be


maintained.

 Shut Down Panels


v) Welders rectifier set and electrical connections to it should
be checked and approved by electrical-in- charge for
proper electrical safely.
vi) “SCADA" telementry system if available should be
operational for remote opening and closing of wells at
unmanned platforms (through RPMC).
vii) Local ESD/FSD (near the work site) should be provided for
jobs of very critical nature, so that the persons working can

d
access it immediately in emergency for safety. Safety
officer should judge the requirement & inform FPS for the

Lt
same.
viii) Railings and Gratings etc. in and around work area should
be O.K. and inspected to avoid slippage of man into sea.

a
ix) Emergency Shut Down (ESD) system is initiated when an
abnormal condition is detected. ESD should be checked

x)
di
once in six months.
Platform should be manned round the clock.
In
xi) Welding and cutting work should be regulated by hot work
permit.
xii) All detectors should be calibrated as per recommendation
rs

of the manufacturer.
xiii) No system should be by-passed which affects the system
of platform.
e

xiv) In H2S field platforms, due care shall be taken as per


ne

recommendations.
xv) Follow the instructions of F.P.S. during stay at platform
gi

6.12.5 Fire Prevention And Control

i) Provision be made for safe handling and storage of dirty


En

rags, trash, and waste oil. Flammable liquids and


chemicals applied on platform should be immediately
cleaned.
ii) Paint containers and hydrocarbon samples, gas cylinders
for welding and cutting should be stored properly.
Cylinders should be transported in hand-cart.
iii) Smoking should be restricted and no smoking area should
be identified.
iv) Special attention should be given to crude oil pump seals;
diesel and gas engines which are potential source of
ignition in the event of failure.
v) Fire and smoke detectors i.e. ultraviolet heat, thermal and
smoke detector should be function tested once in three
months.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 547 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 47


SAFETY PRACTICES DURING CONSTRUCTION

vi) Fire is controlled in offshore by water spraying, Halon, CO2


flooding, DCP and sprinkler system.
vii) Foaming agent is applied for controlling fire in liquid
hydrocarbon. The system is not effective in gas fire.
viii) Light weight breathing system should be used.
ix) The fire control plan at offshore should reveal control
station, fire alarms and fire detectors, deluge valves and
sprinkler, fire extinguishing appliances, fireman outfit and
ventilation system.
x) Fire fighting equipment should be maintained in ready to
use condition.

d
Lt
6.12.6 Life Saving Appliances

i) Life boats with a speed of 6 knots and carrying capacity


upto 50 persons are used in offshore.

a
ii) No. of life boats on one installation should have a capacity
to accommodate twice the number of persons onboard

iii)
installation.
di
Launching appliances and life boat equipment should be
checked every week.
In
iv) Boat landing areas should be adequately illuminated.
v) Life raft has no power and they rely on drift.
rs

vi) Life jacket lifts the wearer after entering water.


vii) Life buoys are used to rescue persons if any person
accidentally falls in the sea.
e

viii) All life saving appliances should be inspected by the MMD


ne

surveyor /sr. officials once a year.


ix) Every life boat shall be inspected once a week.
x) Every life boat and life raft should be serviced once a year
by a competent authority.
gi
En

6.12.7 Safety Precautions during Helicopter


Transportation

i) Passenger briefing regarding safety rules while travelling in


helicopter should be carried out before boarding the
helicopter.
ii) Emergency procedure should be briefed to all the
passengers in case helicopter is to ditch into the sea.
iii) Heli-pad should have a non-skid surface. Nylon rope net
should be stretched on the deck.
iv) Proper drainage should be available on helideck.
v) There should be no obstruction on the helideck itself and
within 3 meters of its perimeter. Closest super structure
above the helideck should have red obstruction light.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 548 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 48


SAFETY PRACTICES DURING CONSTRUCTION

vi) While landing on helicopter, fire crew of two persons


should be standby adjacent to helideck.
vii) Heli-deck should be properly illuminated for night landing.
viii) During switching off helicopter, persons should not be
allowed to go out/ towards helicopter

6.13 DEMOLITION
6.13.1. General provisions

i) When the demolition of any building or structure might


present danger to workers or to the public:

d
(a) necessary precautions, methods and procedures
should be adopted, including those for the disposal of

Lt
waste or residues;
(b) the work should be planned and undertaken only
under the supervision of a competent person.

a
ii) Before demolition operations begin:
(a) structural details and builders' drawings should be
di
obtained wherever possible;
(b) details of the previous use should be obtained to
identify any possible contamination and hazards from
In
chemicals, flammables, etc.;
(c) an initial survey should be carried out to identify any
structural problems and risks associated with
flammable substances and substances hazardous to
rs

health. The survey should note the type of ground on


which the structure is erected, the condition of the
roof trusses, the type of framing used in framed
e

structures and the load-bearing walls;


(d) a method of demolition should be formulated after the
ne

survey and recorded in a method statement having


taken all the various considerations into account and
identifying the problems and their solutions;
iii) All electric, gas, water and steam service lines should be
gi

shut off and, as necessary, capped or otherwise controlled


at or outside the construction site before work commences.
En

iv) If it is necessary to maintain any electric power, water or


other services during demolition operations, they should be
adequately protected against damage.
v) As far as practicable, the danger zone round the building
should be adequately fenced off and sign posted. To
protect the public a fence 2m high should be erected
enclosing the demolition operations and the access gates
should be secured outside working hours.
vi) The fabric of buildings contaminated with substances
hazardous to health should be decontaminated. Protective
clothing and respiratory devices should be provided and
worn.
vii) Where plant has contained flammable materials, special
precautions should be taken to avoid fire and explosion.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 549 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 49


SAFETY PRACTICES DURING CONSTRUCTION

viii) The plant to be demolished should be isolated from all


other plant that may contain flammable materials. Any
residual flammable material in the plant should be rendered
safe by cleaning, purging or the application of an inert
atmosphere as appropriate.
ix) Care should be taken not to demolish any parts, which
would destroy the stability of other parts.
x) Demolition activities should not be continued under
adverse climatic conditions such as high winds, which
could cause the collapse of already weakened structures.
xi) To prevent hazards parts of structures should be
adequately shored, braced or otherwise supported.

d
xii) Structures should not be left in a condition in which they
could be brought down by wind pressure or vibration.

Lt
xiii) Where a deliberate controlled collapse technique is to be
used, expert engineering advice should be obtained, and:
(a) it should only be used where the whole structure is to

a
come down because it relies on the removal of key
structural members to effect a total collapse;
di
(b) it should only be used on sites that are fairly level and
where there is enough surrounding space for all
operatives and equipment to be withdrawn to a safe
In
distance.
xiv) When equipment such as power shovels and bulldozers
are used for demolition, due consideration should be given
rs

to the nature of the building or structure, its dimensions, as


well as to the power of the equipment being used.
xv) If a swinging weight is used for demolition, a safety zone
e

having a width of at least one-and-a-half times the height of


the building or structure should be maintained around the
ne

points of impact.

6.13.2. Demolition of structural steelwork


gi

i) All precautions should be taken to prevent danger


from any sudden twist, spring or collapse of
En

steelwork, ironwork or reinforced concrete when it


is cut or released.
ii) Steel construction should be demolished tier by
tier.
iii) Structural steel parts should be lowered and not
dropped from a height.

6.14 RADIOGRAPHY

6.14.1 All radiography jobs shall be carried out as per BARC Safety
Regulations
6.14.2 During field radiography, nearby area around the radiation source
should be cordoned off.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 550 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 50


SAFETY PRACTICES DURING CONSTRUCTION

6.14.3 If the field radiography is to be done at the same location


repeatedly, it is advisable to provide either a wire fencing around
or a temporary brick enclosure.
6.14.4 Special permission/permit should be taken for radiography from
area-in-charge.
6.14.5 As far as possible, field radiography should be done only during
night time when there is little or no occupancy there.
6.14.6 Radiation warning signals should be pasted all along the
cordoned off area.
6.14.7 Entry into the restricted area by unauthorised persons should be
strictly prohibited during exposure.

d
6.14.8 The radiation level alongwith the cordon should be monitored by a
suitable and well-calibrated radiation survey meter.

Lt
6.14.9 All personnel working with radiography sources should wear
appropriate protective equipment and film badges issued by
BARC.

a
6.14.10 Protection facilities such as manipulator rod, remote handling
tongs, lead pots, radiation hazard placards and means of cordon

di
off shall be available at each site.
6.14.11 The radiography source shall never be touched or handled directly
with hands.
In
6.14.12 The package containing radiography cameras and sources should
never be carried by public transport like bus, train etc.
6.14.13 Radiography sources and cameras, when not in use, should be
rs

stored inside a source pit with lock and key arrangement as


approved by BARC. The storage room should preferably be
located in an isolated area of minimum occupancy and radiation
e

level outside the storage room should not exceed 0.25 mR/hr as
per BARC Regulations.
ne

6.14.14 In case of an accident (due to loss or of damage to radiography


source), action should be taken in line with BARC Safety
Rules/Guidelines.
gi

6.14.15 Technologically advance methods should be preferred for reduced


radiation effect wherever safety so warrants.
En

6.15 GRIT SHOT/ SLAG BLASTING/ SPRAY PAINTING

6.15.1 Blasting for surface preparation should be used only after approval
from competent person.
6.15.2 Air Compressor used for grit/shot/slag blasting/painting should
have guard and positioned away from the work place.
6.15.3 Exhaust of the prime mover, if IC engine is used, should be fitted
with PESO approved spark arrester (in case of work in hazardous
area) and directed away from the work place.
6.15.4 In case of motor driven compressor, the body of the motor as well
as the compressor to be properly earthed.
6.15.5 The hoses used for compressed air should be of proper quality,
and health of the same to be ensured through regular check/ test.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 551 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 51


SAFETY PRACTICES DURING CONSTRUCTION

6.15.6 The operator of grit/shot/slag blasting/painting should wear


suitable PPE's including mask and the area should be cordoned
off.
6.15.7 Adequate measures to be taken to suppress dust/spray particle.
6.15.8 When these activities are done in confined places, adequate
measure to be taken including monitoring Oxygen level and
ensuring proper ventilation.
6.15.9 Proper fire fighting arrangements are to be made where spray
painting is in progress.
6.15.10 Some paints and their supplements are toxic also and emit
offensive smell. PPE to workers should be suitable to address this
issue.

d
6.15.11 “No Smoking Zone” boards should be displayed prominantly in

Lt
paints shop/ spray paint area.

6.16 WORK ABOVE WATER

a
6.16.1 General Provisions
i)
di
Where work is done over or in close proximity to water &
where possibility of drowning exists, provision should be
made for:
In
a) preventing workers from falling into water;
b) the rescue of workers in danger of drowning;
c) safe and sufficient transport.
d) deputation of lifeguards/divers.
rs

e) preventing of persons suffering from hydrophobia on


deputation to work above water.
e

ii) Provisions for the safe performance of work over or in


close proximity to water should include, where
appropriate, the provision and use of suitable and
ne

adequate:
a) fencing, safety nets and safety harnesses;
b) lifebuoys, life jackets and manned boats;
c) protection against such hazards as reptiles
gi

bushes/ polluted water and other animals.


d) deputation of lifeguards/divers.
En

iii) Gangways, pontoons, bridges, footbridges and other


walkways or work places over water should:
a) possess adequate strength and stability;
b) be sufficiently wide to allow safe movement of
workers;
c) have level surfaces free from tripping hazards;
d) be adequately lit when natural light is insufficient;
e) where practicable and necessary, to prevent
danger, be provided with toe-boards, guard rails,
hand ropes etc.
f) be secured to prevent dislodgment by rising
water or high winds;
g) if necessary, be equipped with ladders which should
be sound, of sufficient strength and length and be
securely lashed to prevent slipping.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 552 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 52


SAFETY PRACTICES DURING CONSTRUCTION

iv) All deck openings including those for buckets should be


fenced.
v) All the employees (owner, contractor and contractor
workers) working above and under the water should
comply with the requirements of Standards of Training,
Certification and Watchkeeping 95 (STCW 95).

6.16.2 Rescue & Emergency procedures

i) Persons who work over water should be provided with


some form of buoyancy aid. Life jackets should be
provided for sufficient freedom of movement, have

d
sufficient buoyancy to bring persons to the surface and
keep them afloat face upwards, be easily secured to the

Lt
body, be readily visible by way of self luminous paint/strip.
ii) Nobody should work alone on or above water.
iii) Each worker should be trained in the procedure to be
followed in the event of an emergency.

a
iv) Necessary rescue arrangements like divers, rescue boats
etc to be in place.
v)

vi)
di
Persons to be trained for CPR/ Artificial resuscitation as
an first aid to the rescued person.
Also for off shore operations. Speed of water current and
In
water temperature to be considered.
rs

7.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS


In addition to general safety precautions as outlined above for the activities in
Clause 6.0, following additional safety precautions need to be taken for the sites
e

within the operating area or nearby, where presence of Hydrocarbons cannot be


ruled out.
ne

i) No job shall be carried out without a valid permit. Permit should be in line
with OISD-STD-105 "Work Permit System".
ii) Smoking should be prohibited in all places containing readily combustible
gi

or flammable materials and "No Smoking" notices be prominently


displayed.
En

iii) In confined spaces and other places where flammable gases, vapours or
dusts can cause danger, following measures should be taken:
(a) only approved type electrical installations and equipment,
including portable lamps, should be used;
(b) there should be no naked flames or source of ignition;
(c) oily rags, waste and clothes or other substances liable to
spontaneous ignition should be removed without delay to a safe
place;
(d) Air operated ventilation system should be provided.
iv) Regular inspections should be made of places where there are fire risks.
These include the vicinity of heating appliances, electrical installations and
conductors, stores of flammable and combustible materials, welding and
cutting operations.
v) Welding, flame/gas cutting and other hot work should only be done after
issuance of work permit in line with the requirement of OISD-STD-105

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 553 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 53


SAFETY PRACTICES DURING CONSTRUCTION

after appropriate precautions, as required, are taken to reduce the risk of


fire. For carrying out other jobs also, OISD-STD-105 should be followed
strictly.
vi) Fire-extinguishing equipment should be well maintained and inspected at
suitable intervals by a competent person. Access to fire-extinguishing
equipment such as hydrants, portable extinguishers and connections for
hoses should be kept clear at all times.
vii) All supervisors and workers should be trained in the use of fire-
extinguishing equipment, so that adequate trained personnel are readily
available during all working periods.
viii) Audio means to give warning in case of fire should be provided where this
is necessary to prevent danger. Such warning should be clearly audible in

d
all parts of the site where persons are liable to work. There should be an
effective evacuation plan so that all persons are evacuated.

Lt
ix) Notices should be posted at conspicuous places indicating:
(a) the nearest fire alarm;
(b) the telephone number and address of the nearest emergency

a
services.
x) The work site shall be cleared of all combustible materials, as Sparks and
di
molten metal coming from the welding job can easily ignite combustible
materials near or below the welding site. If the combustible materials
cannot be removed from the area, the same shall be properly shielded.
In
xi) A dry chemical type fire extinguisher (DCP) shall be made available in the
work area. Also fire protection facilities like running hoses etc. as per
permit should be complied with.
rs

xii) Wherever required, welding screens shall be put up to protect other


equipment in adjoining areas against flying sparks. Material used should
be metal/ fire proof blanket/water curtain.
e

xiii) Welding or cutting of vessels/ equipments used in Hydrocarbon/


hazardous flammable chemicals shall be done after ensuring hydrocarbon
ne

free area and verifying the same with the suitable hydrocarbon detector.
xiv) The confined space/equipment shall be made gas free (hydrocarbon and
toxic) and cleaned and shall be ensured, with the help of suitable gas
gi

detectors.
xv) Used and hot electrode stubs shall be discarded in a metal bucket.
En

xvi) Use PESO approved and certified spark arrestors for vehicles, wherever
applicable.
xvii) Relevant work permit ( hot work, cold work, vessel entry etc. as the case
maybe) to be obtained, if construction work is carried out within existing
operating area.
xviii) Precaution against pyrophoric material shall be ensured.

8.0 Environment Protection

8.1 Waste

The contractor is required to develop, institute and maintain a Waste


Management Programme (WMP) during the construction of the project for
his works and obtain approval of the owner. WMP may include: -

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 554 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 54


SAFETY PRACTICES DURING CONSTRUCTION

i) Identification of disposal sites.


ii) Identification of waste/surplus quantities to be disposed off.
iii) Identification of amounts intended to be stored temporarily on site
location of such storage.
iv) Use of proper PPEs.
v) Identification of intended transport means and route.
vi) Obtaining permission, where required, for disposal.

Such a mechanism is intended to ensure that the designation of areas for


the segregation and temporary storage of reusable and recyclable
materials are incorporate into the WMP. The WMP should be prepared
and submitted to the Engineer for approval.

d
The Contractor shall handle waste in a manner that ensures they are held
securely without loss or leakage thus minimizing potential for pollution

Lt
and fire. The Contractor shall maintain and clean waste storage areas
regularly.

The Contractor shall make arrangement to stack the metal scrap at

a
designated location and maintain the site free from obstruction. The scrap
to be disposed as per owner instruction at regular interval.

8.2 Hazardous Waste Management


di
In
If encountered or generated as a result of Contractor’s activity, then
waste classified as hazardous under the “Hazardous Wastes
(Management & Handling) Rules, 1989, and amendments thereunder
rs

time to time” shall be disposed off in a manner in compliance with the


procedure given in the rules under the aforesaid act.
e

Chemicals classified as hazardous chemicals under “Manufacture,


Storage and Import of Hazardous Chemical Rules, 1989 of Environment
ne

(Protection) Act, 1986 (latest) shall be disposed off in a manner in


compliance with the procedure given in the rules under the aforesaid act.

8.3 Air Quality


gi

The Contractor shall take all necessary precautions to minimise fugitive


En

dust emissions from operations involving excavation, grading, and


clearing of land and disposal of waste. He shall not allow emissions of
fugitive dust from any transport, handling, construction or storage activity
to remain visible in atmosphere beyond the property line of emission
source for any prolonged period of time without notification to the
Employer.

The Contractor shall use construction equipment designed and equipped


to minimise or control air pollution. He shall maintain evidence of such
design and equipment and make these available for inspection by
Employer.

If after commencement of construction activity, Employer believes that the


contractor’s equipment or methods of working are causing unacceptable
air pollution impacts then these shall be inspected and remedial
proposals shall be drawn up by the Contractor, submitted for review to the
Employer and implemented.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 555 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 55


SAFETY PRACTICES DURING CONSTRUCTION

The Contractor shall maintain the MSDS of the chemicals used / stacked
at site and same shall be handled as per the standard prescribed
procedure. The quantity shall be stored strictly as per the norms and
emergency handling procedure shall be known and displayed
prominently.

8.4 Noise

The Contractor shall consider noise as an environmental constraint in his


design, planning and execution of the Works and provide demonstrable
evidence of the same. The Contractor shall, take all appropriate
measures to ensure that work carried out by the Contractor, whether on

d
or off the Site, will not cause any unnecessary or excessive noise.

Lt
8.5 Occupational Noise

i) Protection against the effects of occupational noise exposure should


be provided when the sound levels exceed the threshold values as

a
prescribed.
ii) When employees are subjected to expose the sound levels beyond

should be ensured. di
the prescribed limit, feasible administrative or engineering controls

iii) If such controls fail to reduce sound levels within the levels, personal
In
protective equipment shall be provided and used to reduce sound
levels within the prescribed limit.
rs

9.0 OCCUPATIONAL HEALTH


e

9.1 Medical Examination


ne

The contractor shall arrange a medical examination of all his employees


before employing, after illness or injury, if it appears that the illness or
injury might have affected his fitness and, thereafter, at periodicity
stipulated under Factories Act / Building & Construction Workers
gi

Regulation (BOCWR).

The Contractor shall maintain the confidential records of medical


En

examination by the physician authorized by the Employer.

9.2 Occupational Health Centre

The contractor shall ensure at a construction site an occupational health


centre, mobile or static is provided and maintained in good order. Services
and facilities as per the scale lay down under Factories Act / Building &
Construction Workers Regulation (BOCWR). A construction medical officer
appointed in an occupational health centre possess the qualification as
laid down under Factories Act / Building & Construction Workers
Regulation (BOCWR).

9.3 First Aid

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 556 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 56


SAFETY PRACTICES DURING CONSTRUCTION

First aid facilities should be provided in line with various statutory


regulations like The Factory Act etc. However following care should be
taken:

i) First aid, including the provision of trained personnel should be


ensured at work sites. Arrangement should be made for ensuring
the medical attention of the injured workers.
ii) Suitable rescue equipment, like stretchers should be kept readily
available at the construction site.
iii) First-aid kits or boxes, as appropriate and as per statutory
requirements, should be provided at workplaces and be protected
against contamination by dust, moisture etc.

d
iv) First-aid kit or boxes should not contain anything besides material
for first aid in emergencies.

Lt
v) First-aid kits and boxes should contain simple and clear
instructions to be followed, be kept under the charge of a
responsible person qualified to render the first aid and be regularly
inspected and replenished.

a
vi) Where the work involves risk of drowning, asphyxiation or electric

di
shock, first-aid personnel should be proficient in the use of
resuscitation and other life saving techniques as specified in
rescue procedures.
In
vii) Emergency telephone numbers of nearby Hospitals, Police, Fire
Station and Administration should be prominently displayed.
rs

10.0 DOCUMENTATION

The intention of keeping documentation of all types of accident(s) is to prevent


e

recurrence of similar accident(s). All accidents should be reported as per OISD


Guidelines and The Factories Act, 1948/ BOCWR.
ne

All accidents (major, minor or near miss) should be investigated, analysed and
recommendations should be documented along with implementation status.
All related data should be well-documented and further analysis highlighting the
gi

major cause(s) of accidents be done. This will help in identifying thrust areas and
training needs for prevention of accidents.
En

11.0 SAFETY AWARENESS & TRAINING

Safety awareness to all section of personnel ranging from site-in-charge to


workmen helps not only preventing the risk but also build up the confidence. Time
and expenditures also get saved as a result.
Safety awareness basically seeks to persuade/inform people on safety besides
supplementing skill also. Awareness programme may include followings:
i) Poster: Posters with safety slogan in humorous, gruesome demonstrating
manner may be used to discourage bad habits attributable to accidents by
appealing to the workers' pride, self-love, affection curiosity or human
aspects. These should be displayed in prominent location(s).

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 557 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 57


SAFETY PRACTICES DURING CONSTRUCTION

ii) Safety Sign Boards: Different type of message of cautioning, attention,


notice etc. should be displayed at the appropriate places for learning/
awareness of the workmen while working at site.
iii) Films & Slides: Film(s) narrating the accident case study including the
causes and possible remedial ways of preventing the recurrence of a similar
accident should be displayed at regular intervals. Slides consisting main
points of the film show may also be shown to workers.
iv) Talks, lectures & conferences: The success of these events would depend
much on audience’s understandings of the speaker (s). The speakers are to
be knowledgeable and good presenter. Speakers should know to hold the
attention and to influence the audiences.
v) Competitions: Organise competition(s) between the different

d
deptts/categories of workers. The sense of reward/recognition also will
improve safety awareness and result in enhancing safety levels.

Lt
vi) Exhibitions: Exhibitions also make the workers acquainted with hazards and
means of preventive measures.
vii) Safety Publication: Safety publications including pocket books dealing with

a
ways of investigation and prevention in the field of safety and so on, may be
distributed to workers to promote the safety awareness.

di
viii) Safety Drives: From time to time, an intensive safety drive by organising a
safety day or a safety week etc. should be launched.
In
ix) Training: Training for covering the hazards for different trade should be
imparted. Training should also include the specific hazards related to a job in
addition to the general safety training as has been dealt in various chapters
and should include all workers. Reference may be drawn from OISD-STD-
rs

154.

12.0 REFERRENCES
e

i) Factory Act, 1948


ne

ii) Indian Electricity Rules


iii) Safety & Health in Construction by ILO
iv) The Building & Other Construction Workers (Regulation, Employment and
gi

Conditions of Service) Act 1996 and Central Rules 1998


v) CSB guidelines
En

vi) IS 1161: 2006 or latest edition - Steel tubes for structural purposes —
specification
vii) IS 2750: 1964 or latest edition - Specification for steel scaffolding.
viii) IS : 3696 (Part 1) – 1987 (Scaffolds) Safety code of scaffolds and ladders
ix) IS : 3696 (Part 2) – 1987 (Ladders)Safety code of scaffolds and ladders
x) IS 4014 Part I: 2006 or latest edition - Code of practice for steel tubular
scaffolding - definitions and materials.
xi) IS 4014 Part II: 2005 or latest edition - Code of practice for Steel tubular
scaffolding - Safety regulations for scaffolding.
xii) Building & Other Construction Workers(Regulation on employment
&conditions of service) central rules, 1998 (Provision related to Scaffold).
xiii) OHSA Standard on Scaffold (CFR 1926.452)

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 558 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 58


SAFETY PRACTICES DURING CONSTRUCTION

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.

d
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow

Lt
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 –

a
Second Revision.
08. IS : 2361 Specification for Building Grips – First Revision.
09. IS : 2750
10. IS : 2925
di
Specification for Steel Scaffoldings.
Specification for Industrial Safety Helmets – First Revision.
In
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision.
12. IS : 3521 Industrial safety belts and harnesses
rs

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.
e

15. IS : 3764 Safety Code for Excavation Work.


ne

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
gi

materials at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
En

20. IS : 4138 Safety Code Working in Compressed Air-First Revision


21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 559 of 3856


OISD/DOC/2018/26

OISD – GDN – 192 Page No. 59


SAFETY PRACTICES DURING CONSTRUCTION

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.

d
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material

Lt
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre rope slings

a
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 – Part I

40. IS :10386 – Part II


River Valley Projects. di
Safety Code for Construction, Operation and Maintenance for

Safety Code for Construction, Operation and Maintenance of


In
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
rs

building
43. IS : 13416 Recommendations for preventive measures against hazards at
e

working places
ne
gi
En

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 560 of 3856


OISD/DOC/2018/26

Page No. I

OISD – GDN – 207

FOR RESTRICTED
CIRCULATION ONLY

d
Lt
CONTRACTOR SAFETY

a
di
In
OISD – GUIDELINES – 207

Second Edition, April, 2016


s
First Edition, October, 2002
er
ne
gi
En

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

Page 561 of 3856


OISD/DOC/2018/26

Page No. II

OISD – GDN – 207


Second Edition, April, 2016
First Edition, October, 2002

FOR RESTRICTED
CIRCULATION ONLY

d
Lt
CONTRACTOR SAFETY

a
di
In
Prepared by
s
FUNCTIONAL COMMITTEE ON CONTRACTOR SAFETY
er
ne
gi
En

OIL INDUSTRY SAFETY DIRECTORATE


8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

Page 562 of 3856


OISD/DOC/2018/26

Page No. III

Preamble

Indian petroleum industry is the energy lifeline of the nation and its continuous performance is essential for
sovereignty and prosperity of the country. As the industry essentially deals with inherently inflammable
substances throughout its value chain – upstream, midstream and downstream – Safety is of paramount
importance to this industry as only safe performance at all times can ensure optimum ROI of these national
assets and resources including sustainability.

While statutory organizations were in place all along to oversee safety aspects of Indian petroleum industry,

d
Oil Industry Safety Directorate (OISD) was set up in 1986 Ministry of Petroleum and Natural Gas,
Government of India as a knowledge centre for formulation of constantly updated world-scale standards for

Lt
design, layout and operation of various equipment, facility and activities involved in this industry. Moreover,
OISD was also given responsibility of monitoring implementation status of these standards through safety
audits.

a
In more than 25 years of its existence, OISD has developed a rigorous, multi-layer, iterative and participative
process of development of standards – starting with research by in-house experts and iterating through

di
seeking & validating inputs from all stake-holders – operators, designers, national level knowledge
authorities and public at large – with a feedback loop of constant updation based on ground level experience
obtained through audits, incident analysis and environment scanning.
In
The participative process followed in standard formulation has resulted in excellent level of compliance by
the industry culminating in a safer environment in the industry. OISD – except in the Upstream Petroleum
Sector – is still a regulatory (and not a statutory) body but that has not affected implementation of the OISD
s
standards. It also goes to prove the old adage that self-regulation is the best regulation. The quality and
relevance of OISD standards had been further endorsed by their adoption in various statutory rules of the
er

land.

Petroleum industry in India is significantly globalized at present in terms of technology content requiring its
operation to keep pace with the relevant world scale standards & practices. This matches the OISD
ne

philosophy of continuous improvement keeping pace with the global developments in its target environment.
To this end, OISD keeps track of changes through participation as member in large number of International
and national level Knowledge Organizations – both in the field of standard development and implementation
& monitoring in addition to updation of internal knowledge base through continuous research and application
gi

surveillance, thereby ensuring that this OISD Standard, along with all other extant ones, remains relevant,
updated and effective on a real time basis in the applicable areas.
En

Together we strive to achieve NIL incidents in the entire Hydrocarbon Value Chain. This, besides other
issues, calls for total engagement from all levels of the stake holder organizations, which we, at OISD,
fervently look forward to.

Jai Hind!!!
Executive Director
Oil Industry Safety Directorate

Page 563 of 3856


OISD/DOC/2018/26

Page No. IV

FOREWORD
At the time of development of this document, 113 OISD standards,
recommended practices and guidelines are applicable to the Oil and Gas
installations of Public sector Oil Companies in India. 11 of these standards have
been adopted by Petroleum and Explosives Safety Organisation (PESO) in
various rules administered by them and thus the provisions of these standards
are mandatory for entire Oil & Gas sector to that extent.

A few serious accidents have occurred in the recent past in India and abroad
including vapour cloud explosion and fire at Oil terminal near Jaipur emphasised

d
the need for the industry to review the existing provisions of various guidelines
and statutory requirements.

Lt
With the above in view the Government of India directed the Oil Industry Safety
directorate to develop a comprehensive document covering all the facets of

a
Safety in Design, Operation and Maintenance, of depots and terminals being run
by marketing divisions of Oil companies with an objective to strengthen the

di
existing system.

The present guideline on “Contractor Safety” has been prepared by the functional
In
committee based on, existing standards, guidelines & recommended practices of
OISD, the recommendations arising out of recent major accidents and their
analysis, the accumulated knowledge and experience of industry members in
s
India and updation of National and International codes and practices.
er

The provisions of this document, if implemented objectively, may go a long way


in enhancing overall safety standard and reduce accidents in Oil Installations.
ne

Users are cautioned that no standard can be substitute to the “judgement and
experience of Engineers”
gi

This document will be reviewed periodically for improvements based on the new
experiences and better understanding. Suggestions are also invited from the
users after it is put into practice to improve the document further. Suggestions
En

may be addressed to:


The Coordinator
Committee on “Contractor Safety”
Oil Industry Safety Directorate
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

This guideline in no way supercedes the statutory regulations of Chief Controller of Explosives
(CCE), Factory Inspectorate or any other statutory body, which shall be followed as applicable.

Page 564 of 3856


OISD/DOC/2018/26

Page No. V

NOTE

OISD (Oil Industry Safety Directorate) publications are prepared for use in the Oil
and Gas Industry under Ministry of Petroleum & Natural Gas. These are the
property of Ministry of Petroleum & Natural Gas and shall not be reproduced or
copied and loaned or exhibited to others without written consent from OISD.

Though every effort has been made to assure the accuracy and reliability of the

d
data contained in these documents, OISD hereby expressedly disclaims any
liability or responsibility for loss or damage resulting from their use.

Lt
These documents are intended to supplement rather than replace the prevailing
statutory requirements.

a
di
In
s
er
ne
gi
En

Page 565 of 3856


OISD/DOC/2018/26

Page No. VI

SECOND FUNCTIONAL COMMITTEE ON CONTRACTOR SAFETY

LIST OF MEMBERS

Name Organization Status

S/Shri

Ashok Dashputre Vice President, RIL Leader

d
Dharmvir Addl. Director, OISD Member Coordinator

Lt
A K Gupta DGM (HSE), IOCL Member

P K Agarwal CM (HSE), IOCL Member

a
S Mukharjee DGM (C), EIL Member

di
Udoay Payyadi Sr. Manager-Maintenance, HPCL Member

Vijay Mohan Addl. Director, CHT Member


In
Manish Pandey Sr. Manager (Mech), BORL Member

B K Rabha Dy. CE(Instrumentation), OIL Member


s
Bimal Raj V L Manager (F&S), BPCL – KR Member
er

Yogesh J Nakhre Manager-F&S, HPCL. Member


ne

Upinder Kumar Petronet LNG Member

A K Arora Addl. Director, OISD Member


gi

In addition to the above, several other experts from Industry contributed in the preparation,
En

review and finalisation of this Guideline.

Page 566 of 3856


OISD/DOC/2018/26

Page No. VII

FIRST FUNCTIONAL COMMITTEE ON CONTRACTOR SAFETY

LIST OF MEMBERS

Name Organization Status

S/Shri

R N Biswas Indian Oil Corporation Ltd. Leader

S K Bag Indian Oil Corporation Ltd. Member

d
K Prakash Bharat Petroleum Corporation Ltd. Member

Lt
A Tilwankar Bharat Petroleum Corporation Ltd. Member

A D Ghorpade Hindustan Petroleum Corporation Ltd. Member

a
Thomas Chacko Kochi Refineries Ltd. Member

di
R Chakravarty Numaligarh Refineries Ltd.
In Member

N R Adsul Bharat Petroleum Corporation Ltd. Member

M P Jain Engineers India Ltd. Member


s
C M Sharma Oil Industry Safety Directorate Member
er

A K Ranjan Oil Industry Safety Directorate Member Coordinator


ne

In addition to the above, several other experts from Industry contributed in the preparation,
review and finalisation of this Guideline.
gi
En

Page 567 of 3856


OISD/DOC/2018/26

Page No. VIII

CONTRACTOR SAFETY

CONTENTS

SECTION DESCRIPTION PAGE NO.

1.0 INTRODUCTION 1

2.0 SCOPE 1

3.0 DEFINITIONS 1

d
4.0 DUTIES / RESPONSIBILITIES 2

Lt
4.1 Owner 2

4.2 Contractor 5

a
4.3 Consultant 8

di
4.4 Designer 9

5.0 SAFETY MANAGEMENT 9


In
5.1 Job Safety Analysis (JSA) 9

5.2 Criteria of a Selection of a Contractor 9


s
5.3 Site Planning and Layout 10
er

5.4 Gate Entry Procedure 11

5.5 Training 13
ne

5.6 Inspection / Audit 17

5.7 Penalties for non-compliance 17


gi

5.8 Incident Reporting and Investigation System 20


En

5.9 Safety Committee Meetings 20

5.10 Safety Equipment / Personnel Protective Equipment 23

6.0 REFERENCES 24

ANNEXURE I List of BIS codes / Statutory Regulations 25

ANNEXURE II Checklist for Safety Inspection / Audit 28

Page 568 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 1


CONTRACTOR SAFETY

CONTRACTOR SAFETY

1.0 INTRODUCTION

Oil and Gas operations like Drilling, Production, Refining, Storage, Transportation and
Distribution, etc. are inherently hazardous. A large number of contractor workforce is
deployed to carry out construction, maintenance and other jobs. The analysis of the
incidents in the Petroleum Sector indicates that a large number of incidents involved
contractor workforce and have resulted in either casualty or injury besides leading to
property damage and operational interruptions and environmental degradation.

d
In order to improve the safety levels of hydrocarbon installations, the contractor safety

Lt
is of utmost importance and there is a need to institute a good contractor safety
system.

2.0 SCOPE

a
This document covers broadly the guidelines on the HSE management system for

di
enhancing the safety levels of the contractor workforce deployed in construction,
maintenance and operation activities in the hydrocarbon industry.
In
The safety precautions to be taken while carrying out different activities during
construction / maintenance have separately been covered in OISD-GDN-192 on
"Safety Practices during Construction".

3.0 DEFINITIONS
s
er

Work station / Work site

A place / unit where the job is carried out by contractor/executing agency in specified
manner with safety, during construction phase or in operation phase.
ne

Owner
Any physical or legal person/entity for whom prescribed job is carried out.
gi

It shall also include owner's designated representative / consultant /nominee / agent,


authorised from time to time to act for and on its behalf, for supervising / co-ordinating
the activities of the contractor/execution agency.
En

Contractor / Executing Agency

A physical or legal person/entity having contractual obligation with the owner, and who
deploys one or more worker on the site.

Contractor Worker

It covers all workmen who are either self-employed or employed through contractor,
the casual workers and includes contractor’s supervisor, working at a location / site
employed directly by Owner or through their contractor.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 569 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 2


CONTRACTOR SAFETY

Incident

An incident is an unplanned, uncontrolled, unintended or unforeseen event, caused by


unsafe acts and / or unsafe conditions, resulting in or having the potential to result in
personal injury and/or property damage.

Consultant

Consultant is a physical or legal person/entity engaged by owner to provide the


consultancy services to owner for management of the contract on their behalf or as
specified.

d
Designer

Lt
Designer is a physical or legal person / entity engaged by owner to provide design
services of a work site.

a
Owner's Representative / Engineer In Charge

di
The Owner’s representative/Engineer-in-charge is the one, who has been designated
by the owner to manage the contract. In
Owner's Safety Officer

A properly trained person designated by owner who ensures safety at work site.
s
4.0 DUTIES/ RESPONSIBILITIES
er

4.1 OWNER

4.1.1 Owner’s Management


ne

The commitment to safety has to be emphasized by the owner by practice by its own
management and employees at all levels. The duties and responsibilities of owner
should include:
gi

i) To institute a mechanism for identification and compliance of all applicable


statutory rules & regulations (Refer Annexure I for a list of few important Bureau
En

of Indian Standards & statutory regulations).

ii) To provide specific information to contractors and make workers aware on the
hazards associated with job assigned.

iii) To provide information about Risk Mitigation measures available at the place of
work.

iv) To provide the contractor with information on Owners Safety Plan & Regulations,
Emergency Management Plan, lockout / tag out procedure, confined space entry,
work permit system, excavation / trench permit system etc.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 570 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 3


CONTRACTOR SAFETY

v) To specify rules (e.g. for security including access arrangements) and safety rules
such as fire protection, first aid arrangements, Work Permit systems etc.

vi) To provide comprehensive list of statutory regulations / standards and


specification, to be complied with during execution of contract, in the tender
document itself.

vii) To ensure training of the contractor workforce, medical examination, and proper
usage of safety equipment.

viii) To specify the requirements of Health, Safety and Environment (HSE)

d
(commensurate with the nature of job) in Pre- Qualification criteria.

Lt
ix) To designate Engineer-in-charge and safety officer.

x) To arrange for a multi-disciplinary safety audit team to conduct surprise / regular


safety audits and monitor the implementation of the recommendations.

a
xi) To introduce suitable schemes for motivation of the contractor worker to adhere to

di
safety guidelines.

xii) To review safety practices & their implementation through periodic surprise visit of
In
the work sites and monthly review meeting.

xiii) To develop the HSE plans and incorporate the same in the tender document.

xiv) To liaise with external agencies like press, public etc and with law enforcement,
s
regulatory, statutory agencies etc.
er

xv) To report to statutory agencies on safety compliance and accidents, if any.

4.1.2 Owner's Representative/Engineer-in-charge


ne

The duties & responsibilities of engineer-in-charge should include:

i) To ensure that all Contract requirements including Health, Safety, Environment &
gi

Security are complied with.

ii) To ensure that contractor workforce deployed is adequately qualified, trained and
En

in state of health to commensurate with the requirements of the job.

iii) To ensure that the Tools / Tackles and Machinery being used are properly tested
and are in sound working conditions and necessary resources proposed for
providing safe place of work and necessary PPE are being used.

iv) To take the required necessary corrective action immediately upon noticing or
receipt of a report on noncompliance or any such condition which poses a threat
to health, safety or environment. If during the course of execution of the contract,
any situation of non-compliance with the contractor's safety and health plan are
noticed / reported, the same will be taken up with the contractor for correction. In
the event of repeated non compliance, suitable action to be initiated as per the
contract.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 571 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 4


CONTRACTOR SAFETY

v) To ensure that the incidents are reported to all concerned within stipulated time
frame.

vi) To ensure submission of a plan for safe working (Method Statement) from
contractor and approval of the same by competent person / department.

vii) To ensure that Work Permit System in line with OISD-STD-105 is adhered to.

viii) To ensure availability of all the documentation needed for the execution of
contract.

d
ix) To ensure that the quality controls have been maintained during

Lt
fabrication/erection and all jobs required for safe commissioning have been
carried out.

x) To ensure safe dismantling of all temporary facilities/connections put up by the

a
contractor, after completion of work.

di
xi) To compile a report on the safety performance (at the conclusion of each contract
or periodically such as annually for renewable and long-term contracts), which is
to be considered in future when selecting contractors.
In
xii) To ensure that the Consultant, contractor and sub-contractor employ / designate
qualified & trained Safety Engineer / Officer commensurate with requirement of
the job.
s
xiii) To comply with all applicable safety and health standards, rules, regulations and
orders issued by competent authority pertaining to the assigned activities.
er

4.1.3 Owner's Safety Officer


ne

The duties & responsibilities of the Owner's Safety Officer should include:

i) To assess the hazards associated with jobs in consultation with all concerned and
gi

establish safe working procedure including identification of the escape routes.


ii) To establish a written record of factors which can cause injuries and illnesses and
maintain statistical information for use in analysing all types of incidents and
En

events involving contract personnel.


iii) To undertake routine/surprise inspections of all work sites and identify unsafe
conditions & practices, if any. Check for compliance of the safety practices being
followed with approved HSE Plan.
iv) To investigate promptly the incidents (including near-miss) in order to advise
corrective and/or preventive action and assist management for its compliance.
v) To ensure periodic internal audits, review meetings, monitor and analyse HSE
performance, nonconformities and suggest its corrective & preventive action.
vi) To encourage contractor and contract workers for reporting requirements for of
occupational injuries and illnesses.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 572 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 5


CONTRACTOR SAFETY

vii) To advise whether the proposed working arrangements are safe and satisfactory,
particularly at the interface between the contractor's planned work and owner’s
existing facilities.

viii) To communicate to the Contractor the imposed restrictions which may affect the
work/personnel such as the temporary closure of a corridor or electrical isolation
of equipment.

ix) To review and monitor the contractor's adherence to approved HSE plan and
compliance thereof.

d
x) To design and conduct either independently or in collaboration with the training
department, suitable HSE training programme for the prevention of personal

Lt
injuries to Consultant, Contractor’s Managers, Supervisors and workmen at all
levels

xi) To identify areas of operations where specialized training is required to deal with

a
potential dangers.

di
xii) To document and to bring to the attention of the Owner's Supervisor and
Contractor any non-compliance/violation of the safety norms against approved
safety and health plan or safety and health requirements and also raise these
issues in the Safety Committee Meetings.
In
xiii) To take part in Tool Box Meetings at random and to ensure maintenance of
records.
s
I. Establish, implement, maintain and review HSE objectives and programs
er

including responsibility, authority, means & time frame at all relevant


functions and levels.
II. Apprise the management about HSE status & help formulate appropriate
ne

policies for continual improvement.


III. Standardize PPE & Safety Devices, identify and develop approved vendors
wherever required.
To organise campaigns, competitions, contests and other activities in association
gi

with the concerned departments, which will develop and maintain the interest of
the contractor and contractor workers in establishing and maintaining safe
conditions of work and procedures;
En

4.2 CONTRACTOR

4.2.1 Contractor's Management

Duties & responsibilities of the contractor should include the following:

i) To implement safe methods and practices, deploy appropriate machinery, tools &
tackles, experienced supervisory personnel and skilled work force etc. required
for execution.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 573 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 6


CONTRACTOR SAFETY

ii) To prepare a comprehensive and documented plan for implementation,


monitoring and reporting of Health, Safety and Environment (HSE) and implement
the same after its approval.

iii) To nominate qualified & trained Safety Engineers / Officers reporting to the Site in
charge, for supervision, co-ordination and, liaison for the implementation of the
safety plan.

Similar HSE Plan should be implemented at the sub- contractor’s or supplier’s site
/office. However the compliance with the HSE Plan is to be the sole responsibility
of the Contractor.

d
iv) To arrange facilities at suitable location in liaison with the owner for drinking

Lt
water, toilets, lighting, canteen, lunch shelter, crèche etc. as applicable as per
Laws/ Legislation at site and also arrange for workmen compensation insurance,
third party liability insurance, registration under ESI / PF act etc as applicable.

a
v) To arrange for fire protection equipment as per the advice of owner.

di
vi) To ensure that its employees have completed appropriate health and safety
training as required by the statute / regulation and also as per requirements of the
Owner / Consultant. The documentation of such training imparted to all its
In
employees should be maintained and produced for verification as required.

vii) To comply with all the security arrangements of owner.

viii) To ensure that the plant and equipment used on-site by contractor / employees is
s
correctly registered, controlled and maintained in sound working condition.
er

ix) To ensure availability of First Aid boxes and First Aid trained attendant and other
facilities as per requirement of factory Act / Building & Construction Workers
Regulation (BOCWR).
ne

x) To ensure that all incidents including near misses are reported immediately.
Investigated with corrective and preventive action and learning are shared with all
workers and all concerned at the earliest.
gi

xi) To have HSE policy


En

xii) Maintain HSE performance data on yearly basis and submit to owner for
evaluation

In construction projects where sub-contractors are engaged, the contractor should set
out the responsibilities, duties and safety measures that are expected of the sub-
contractor’s workforce. These measures should include the provision and use of
specific safety equipment, methods of carrying out specific tasks on safety and the
inspection and appropriate use of tools.

The responsibilities indicated separately under contractor’s Supervisor, Safety Officer


and contract worker are contractually that of the Contractor and legally binding on the

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 574 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 7


CONTRACTOR SAFETY

Contractor only. However the specific detailing as above has been given separately for
guidance and operational convenience.

The selection of sub contractors, if employed, should be approved by the owner. Sub-
contractor should comply fully with all safety rules and conditions applicable to the
main contractor.

4.2.2 Contractor’s Supervisor / Safety Officer

Duties & responsibilities of the Contractor’s supervisor/Safety Officer should include


the following:

d
Lt
i) To ensure strict compliance with work permit system by carrying out work only
with appropriate work permits and after ensuring that all safety precautions /
conditions in the permit are complied with and closing the same after job
completion.

a
ii) To ensure that required guards and standard personal protective equipment are

di
provided, used, and properly maintained including contingency requirement.

iii) To ensure inspection, tested, certification and maintenance of all tools and ensure
removal of defective tools.
In
iv) To plan the workload and assign workers to jobs in commensuration with their
qualification, experience and state of health.
s
v) To ensure that all the preventive measures for identified hazards (e.g. Job Safety
Analysis, Job Hazard Analysis, HIRA, etc.) are in place and communicated to
er

workers

vi) To take immediate corrective action against the violation of safety rules observed
ne

or reported.

vii) To ensure that the workers likely to be exposed to hazardous chemicals/materials


have access to appropriate Material Safety Data Sheets (MSDS), and provide
gi

necessary mitigation measures.

viii) To ensure that appropriate warning signboards or tags are displayed.


En

ix) To ensure that all workers have proper training for their job assignments,
including use of appropriate PPE, first aid and fire fighting equipment.

x) To ensure that only medically fit person shall be engaged in work and also ensure
that sick / or injured workers during course of work should receive timely and
appropriate first aid and/or medical attention.

xiii) To report each incident and/or injury in accordance with established procedures
and assist in investigation.

I. Maintain Daily HSE observation log book at site


II. Conduct Tool Box talks along with Site Engineers/ supervisors.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 575 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 8


CONTRACTOR SAFETY

Maintain the published HSE literature, HSE regulations, codes and other
communications. Advise management of compliance and conditions requiring
attention.

A fulltime / dedicated Safety Officer should be assigned, where more than 100 workers
are employed at site. For smaller jobs, the supervisor should assume the role of the
safety officer also.

4.2.3 Contract workers

The duties & responsibilities of the contractor worker should include the following:

d
i) To perform work safely as per the job requirement and instructions.

Lt
ii) To inform all concerned regarding unsafe conditions / and unsafe acts.

iii) To wear PPE as stipulated and necessary for the job.

a
iv) To inform promptly to their supervisor regarding all work related incidents resulting

di
in personal injury, illness and/or property damage.

v) To take all necessary and appropriate safety precautions to protect themselves,


other personnel and the environment.
In
4.3 CONSULTANT
s
The activities and responsibilities covered under the scope of the Owner may be
delegated to the consultant in those cases as applicable, based on the respective
er

contract conditions. The primary responsibility of Consultant is to ensure compliance


with agreed HSE plan for the contract by the Contractor. However those
responsibilities conferred on Owner as Principal employer cannot be delegated to
consultant.
ne

Where the consultant‘s scope involves Engineering and Design, those factors under
Designer (Para 4.4) should also be applicable.
gi

In all cases, the Consultant's scope should include submission of latest HSE plans for
work under his and Contractor's purview and implementing the same till job
completion. It should conform to owner's overall HSE plan. This should include
En

Guidelines and Implementation and Reporting Methodology to be followed with


required report formats.

Adequate number of Safety Officers shall be provided by the Consultant with


necessary skills required for the work to be performed.

The Consultant shall review the documents submitted by the contractor and advise
owner on acceptance as well as advise suitability and number of Contractor's safety
officers / supervisors.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 576 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 9


CONTRACTOR SAFETY

4.4 DESIGNER

The Process Designer should identify all hazards and risks likely to be encountered
during fabrication, erection including dismantling, Pre-commissioning, commissioning
and Performance run to meet the Guarantees and advise the risk mitigation measures.

All the hazards and safety measures to be adopted while handling Dangerous
chemicals and Catalysts should be detailed by the Process Licensor and the same
should be again included in the scope of the suppliers. Specific write ups/MSDS
should be obtained from Patented single source suppliers also.

d
Designs should recognize, include and apply safe practice during preparation,
construction and subsequent operational use and maintenance after completion of the

Lt
Project.

All documents including drawings and calculations are to be originated, checked and
approved in accordance with latest international codes, standards, specifications and

a
design basis philosophy.

di
Use of low risk materials, non hazardous substances, use of low noise and dust-
suppressed equipment etc. should be encouraged.
In
5.0 SAFETY MANAGEMENT

5.1 JOB SAFETY ANALYSIS (JSA)

Job safety analysis (JSA) provides a mechanism by which the contractor / owner,
s
safety officer(s) and job supervisor(s) take a detailed look at how an individual task is
performed , and its inherent hazards and preventive measures. This procedure helps
er

in integrating accepted safety and health principles and practices into a particular
operation. In a JSA, each step of the job is examined to identify potential hazards and
to determine the safest way to do the job.
ne

A job safety analysis includes five steps as below:

 Select a job
gi

 Break the job down into a sequence of steps


 Identify the hazards against each of these steps (based on knowledge of accident,
causes of injuries and personal experience) and determine the preventive
En

measures to overcome these hazards


 Apply the controls to the hazards
 Evaluate the controls measures and revisit JSA if necessary

5.2 CRITERIA OF SELECTION OF A CONTRACTOR & SAFETY PERFORMANCE


REVIEW

“Contractor Safety” can be ensured to a large extent if competent agency for execution
of assignment or job, based on HSE system agreed upon by owner, is selected. It is
necessary to assess his capabilities and competencies to perform work safely.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 577 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 10


CONTRACTOR SAFETY

A databank should be developed for all the contractors for their past performance on
HSE aspects. An attempt should also be made to get similar data from other similar
industries.

The data required will depend upon complexity involved in the job and type / size of
resources required. Format needs to be suitably developed depending upon size,
nature of the job & hazard associated therein. The format designed should also take
care of the skill required to carry out the job.

Performance review is essential for all type of contractors. It helps in recording actual
performance/experience with contractors while the contract is in progress. It is

d
essential that resources agreed as per the contract are reviewed at mobilization stage
for ensuring compliance from the day one and thorough effective supervision /

Lt
monitoring system are at place.

This activity also helps in taking timely action in case of unsatisfactory performance to
correct the situation and ensure safe work during execution period and deciding about

a
suitability of the contractor for future jobs.

di
The periodicity of such performance review will depend upon size/type/complexity of
contract. However, the performance should be reviewed periodically from mobilisation
stage till the demobilization stage. Appropriate corrective action should be ensured.
In
5.3 SITE PLANNING AND LAYOUT

Before starting the construction/maintenance job at existing workplace in operation or


green field locations, following should be ensured: -
s

i) Details regarding location of workshop/ fabrication yard, site office, stores,


er

laboratory, electrical installations, placement of construction machinery, medical


and welfare facilities, lighting underground and above ground piping route, cable
route etc. should be decided prior to commencement of the work in consultation
ne

with owner / Consultants and implementation should be ensured. Layout should


be displayed at strategic locations.

ii) The resources required to meet any emergency situations like fire fighting, first
gi

aid etc. should be planned and mobilized as per the job requirement.

iii) The sequence or order in which work to be done and any hazardous operations
En

or processes should be identified.

iv) Free access to site shall be provided with clear roads, passage, gangways,
staircases etc. Access to construction site should be leveled, open and free from
any obstructions like construction material or scrap/waste, exposure to hazards
such as falling materials, material handling equipment and vehicles. Any pit or
ditch shall be covered or barricaded.

v) Arrangements should be made to maintain good housekeeping at site. Scrap and


debris generated out of construction work should be removed/disposed off at a
regular interval as directed. Emergency exit should be provided in case of
blockade of primary exit.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 578 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 11


CONTRACTOR SAFETY

vi) Suitable warning notices and also the routes to and from welfare facilities should
be displayed prominently.

vii) Pedestrian pathways and routes for vehicular traffic (light/heavy vehicles including
material handling equipment) should be earmarked.

viii) Artificial lighting to be provided at places where work continues or workers pass
by after sunset or in case natural light is insufficient like confined spaces.

ix) Keep all equipment /machines under cover to prevent them from dust, rain/flood
water, heat etc. and follow storage instructions as applicable for each of them.

d
5.4 GATE ENTRY PROCEDURE

Lt
Gate entry at any site / workplace / unit is to be restricted to ensure entry of only
authorised persons / vehicles.

a
5.4.1 Entry procedure for all contractor workers should be as follows:

di
A. Issuance of Pass

i) The passes are to be issued after the owner’s representative/engineer-in-charge


In
forwards the application of the contractor providing complete details of the workers
being engaged. The contractor should be asked to submit Character & Antecedents
(C&A) verification of individual worker from concerned authorities.

ii) The actual deployment of the workers at the construction site should be done after
s
imparting the necessary safety induction training.
er

iii) With regard to issuance of passes for all vehicles including material handling
equipment, owner’s representative / engineer-in-charge should forward the application
only after ensuring that all documents pertaining to the fitness of the vehicle/equipment
ne

and valid driving license of the driver, PUC of the vehicle, insurance of vehicle, etc. are
available.

iv) The passes should be serially numbered with address, contractor name, identification
gi

mark, signature of the worker etc.

v) Special colour code for passes should be used for persons entering different areas like
En

Administrative Block, Unit area, Project Area (wherever applicable).

vi) Contractor workers engaged on routine basis for long periods should be provided with
monthly photo pass.

vii) Special permit is required separately for working beyond normal working hours and
holidays.

B. Gate Entry

i) Entry of the contractor’s employees should be permitted with valid gate passes only.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 579 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 12


CONTRACTOR SAFETY

ii) Entry of contractor’s workers should be allowed in presence of authorized


representative of contractor.

iii) Records of persons at the time of entry/exit should be maintained.

iv) At the entry gate of the location, a physical checking for non-carrying of lighter,
matchboxes, explosives etc. should be carried out.

v) Gate passes/Identity Cards should be displayed on persons at all the times.

vi) For Mega-projects at existing / operating installations, it is preferable to have a

d
separate gate for entry of contractor workers and also the project areas should be
segregated fencing from operational area by fencing / other physical means.

Lt
vii) No vehicle should be allowed to enter in an operational area without proper flame
arrestor.

a
viii) Awareness on Safety through training / posters etc. highlighting Do's and Don'ts
should be spread within entire contractor workforce. Video/Audio tapes on Safety

di
Topics should be played preferably.

ix) For occasionally engaged workers such as for material handling etc., spot photograph
In
should preferably take with two copies (one for preparing the pass and other for
attachment with gate register). Specific advice and recommendation of User
Department should be given due cognizance. Relevant details are to be written. The
pass should be collected back at the gate after day’s work.
s
5.4.2 Tank Truck Loading (TTL) Operation :
er

At the loading / unloading location, a large no. of Tank Trucks of petroleum products
enter the installation. Crew members are generally not regular entrants. The
procedure should be as follows:
ne

i) The gate pass should be issued to the individual crew members on written
request of the transporter mentioning TT registration nos., License and certificate
of training as per MV rule 9.
gi

ii) Character & Antecedent (C & A) verification of the TTL crew through local police
is to be done preferably and record maintained.
En

iii) For loading/unloading purpose, register entry at security gate is made before
allowing entry into the premises with recording of names of crew members, time
of entry, pass Sr. No., TT no. etc.

iv) For loading/unloading, crew is allowed entry alongwith TT only, after checking of
TT from explosive/security point of view.

v) Out time, invoice no., Destination etc., are recorded while TTs go out of the
security gate.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 580 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 13


CONTRACTOR SAFETY

5.5 TRAINING

Training is to educate contractor workforce on various hazards associated with the


job/workplace and on the respective preventive / mitigation measures to avoid
untoward incidents.

i) Workers should be adequately and suitably:

(a) informed of potential safety and health hazards to which they may be
exposed to at their workplace;

d
(b) instructed and trained in the measures available for the prevention, control
and protection against those hazards.

Lt
ii) No person should be employed in any work at a workplace unless that person
has received the necessary information, instruction and training so as to be able
to do the work competently and safely. The competent authority should, in

a
collaboration with employers, promote training programs to enable all the workers
to read and understand the information / instructions related to safety and health

di
matters.

iii) The information, instruction and training should be given in a language


In
understood by the worker and written, Oral, visual and participative approaches
should be used to ensure that the worker has assimilated the information.

iv) Every worker should receive instruction and training regarding the general safety
and health measures common to the workplace. This should include:
s

(a) general rights and duties of workers at the workplace;


er

(b) means of access and egress both during normal working and in an
emergency;
ne

(c) measures for good housekeeping;

(d) location and proper use of welfare amenities and first aid facilities
gi

provided;

(e) proper use and care of the items of personnel protective equipment and
En

protective clothing provided to the worker;

(f) general measures for personal hygiene and health protection;

(g) fire precautions to be taken;

(h) action to be taken in case of an emergency;

(i) requirements of relevant safety and health rules and regulations.

(j) training on hazards and mitigation measures for specific area where
worker is assigned to work shall be given as part of entry procedure

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 581 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 14


CONTRACTOR SAFETY

(k) Job specific training / refresher course shall also be given at regular
intervals.

(l) It is also expected that behaviour based safety culture shall be encouraged
and all the workers will be involved.

Copies of the relevant safety and health rules, regulations and procedures should be
available to workers upon the commencement of and upon any change of employment.

5.5.1 Training Techniques

d
a) Lectures

Lt
This technique should be applied when it is required to transfer information in local
language to a large contractor workforce with controlled content and time.

a
b) Case Study

di
This is an effective technique based on the presentation of case of real events by Trainer
to highlight probable causes like Human Error, ignorance about the job etc.
In
c) Videos

Videos, an effective technique of communication, should be used to display the right


techniques of performing a task in a safe manner and hazards associated with a job.
s
d) Demonstration at site
er

Right way to do a job should invariably be demonstrated to workers at the site itself. The
right way is also a safe way. Hazards due to wrong procedures, short cuts and their
adverse effects etc. should also be highlighted.
ne

5.5.2 Training/Awareness Module and Frequency

A. General Safety Training to all categories of contractor employees should be


gi

imparted before induction and annually thereafter. No person should be allowed to


enter the installation without undergoing this training. This training program should
cover:
En

i) Mandatory uses of PPE like Cotton clothes, Helmet, Safety Shoes, Full Body
Safety harness, dust masks, safety goggles, etc.

ii) Probable Hazards related to industry

iii) Job specific hazards

iv) Important Telephone No / Escape route

v) First Aid

vi) Use of Fire extinguisher

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 582 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 15


CONTRACTOR SAFETY

vii) Location of assembly points

viii) Procedure of calling fire crew in case of any emergency

ix) Wind direction

The contractor workers, if engaged in operation of the plants/facilities, should be


trained in line with Clause No. 4.6 of OISD-GDN-206 on “Safety Management
System”. For other categories of contractor workers, training modules for different
category employees are as follows:

d
B. Contractor Supervisor

Lt
Contractor Supervisor should be trained in accordance with the provision of clause
no. 5.1.1.2, 5.2.7, 5.3.10, 5.6.12 and 5.7.8 of OISD-STD-154 on 'Safety Aspects in
Functional Training'

a
C. Contractor Worker

di
Yearly training programme should be carried out for contractor worker and the
records should be maintained. The training programme should cover at least the
following:
In
i) Worker responsibility for safety of himself and work area.

ii) Associated hazards with the job and job area including electrical shock hazards.
s

iii) Importance of First Aid fire fighting equipment, their use & operations
er

iv) Communication system at the installation


ne

v) Fire / Accident Reporting procedure

vi) General Safety rules


gi

vii) Safety Measures during execution of job such as:

- Welding / Cutting / Grinding


En

- Working at height
- Confined space entry
- X ray / radiation
- Erection / Dismantling of scaffolding
- Tank construction and repairs
- Handling of chemicals etc.
- Hydrojetting
- Leak testing of pipelines and equipment (hydro and pneumatic testing)
- Grit / other methods of blasting for surface preparation blasting etc.
- Chemical cleaning & pickling
- Catalyst loading & storage
- ELCB

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 583 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 16


CONTRACTOR SAFETY

viii) Importance & use of PPE

ix) Emergency Routes

x) Assembly Points

xi) Job Specific Training

D. Consultant / Contractor

Awareness program should be carried out for demarketed Consultant / Contractor at

d
the time of induction. This program should cover at least the following:

Lt
i) Responsibility of contractor for safety of their personnel and work area

ii) Hazardous property of Petroleum products and chemical used

a
iii) Communication system

di
iv) Fire / Accident Reporting procedure

v) Medical facility available


In
vi) Statutory requirements

vii) Importance of First Aid equipment and required at the site


s
viii) Work Permit system
er

ix) Direct/ Indirect losses due to accident

x) Safety Measures while executing the jobs such as:


ne

- Welding / Cutting / Grinding


- Working at height
- Confined space entry
gi

- X ray / radiation
- Erection / Dismantling of scaffolding
- Tank construction and repairs
En

- Handling of chemicals etc.


- electrical jobs
- Hydrojetting
- Leak testing of pipelines and equipment (hydro and pneumatic testing)
- Grit / other methods of blasting for surface preparation blasting etc.
- Chemical cleaning & pickling
- Catalyst loading & storage
- ELCB

xi) Safety training needs of their supervisors and workers

xii) Importance & Use of PPE at the site

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 584 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 17


CONTRACTOR SAFETY

xiii) General Safety rules at the installation –

General points:

Workers should not be allowed to take meals or take rest inside the construction / plant
area.

E Security Personnel

Training program should be carried out for Security personnel at the time of induction and
annually thereafter and the records should be maintained. The training program should

d
cover at least the following:

Lt
i) Layout of Plant and Facilities
ii) Vulnerable locations
iii) Safety regulations (Statutory and in company)
iv) Fire Protection Facilities and Locations

a
v) Role in case of Fire / Disaster
vi) Emergency Procedure and Drills

di
vii) Industrial First Aid
viii) Use of Personnel Protective Equipment
ix) Disaster Management Plan
In
5.6 INSPECTION / AUDIT

Inspection / Audit is a tool to evaluate compliance of all safety requirements. Most of


the information could be gathered through site inspection using ready-made check
s
lists to ensure that contractors / agencies abide by the safety rules and norms while
working at operating / construction sites.
er

A checklist, while carrying out different type of jobs, should be developed based on
hazards associated with the job being performed and requirements as per OISD-GDN-
ne

192 on "Safety Practices during Construction". Typical format is enclosed at Annexure II,
which should be modified to suit the requirement of the site / job to be done.

Before starting the work and at regular intervals thereafter, Contractor’s Supervisor/safety
gi

Officer and Owner's representative / Engineer-in charge/safety Officer should inspect as


per the checklist so prepared to ensure that contractor has prepared to start the work with
all safety precaution required for safe execution of job.
En

5.7 FINANCIAL DETERRENTS FOR NON-COMPLIANCE OF SAFETY RULES/


PROCEDURES

Financial or other type of penalties like seizure of gate passes, stoppage of work for a
limited period etc. should be levied on the contractors or their workers for non-compliance
of safety rules. A provision of suitable accident severity based penalty clause for
contractor should be incorporated to ensure adherence of systems and procedures.

The financial deterrent clauses shall be included in the general terms and conditions of
the contract. The violators of the clauses shall be suitably punished. Following list shall
be taken as a guide while preparing the financial deterrent clauses but need not be
limited to these conditions only.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 585 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 18


CONTRACTOR SAFETY

A few of the usual non-compliance are as follows:

I. Working without valid work permit/ Violation of any of the conditions specified
in the permit.
II. Throwing up/down any material from height or not making proper provision to
bring down material safely from height
III. Non standard/unsafe platform/ladder, Non standard/unsafe Scaffolding

d
IV. Non-usage of PPEs like Safety helmet / Safety shoes / Safety goggles /
Welding Shield / Respiratory protection etc. by the contractor personnel

Lt
V. Non use of ELCB , using poor joints of cable, using naked wire without top
plug into the socket, laying wire/cables on the roads without sleeve.
VI. Carrying out electrical jobs by un-authorised person

a
VII. Non deployment of the licensed electricians for electrical job.

di
VIII. Unsatisfactory fencing / barricading of excavated areas, Not providing
proper shoring /strutting /proper slope and Not keeping the excavated earth
In
at least one meter away from excavated area
IX. Over speeding of vehicles, rash driving, wrong side parking & parking in front
of any fire-fighting equipment.
s
X. Riding on material handling vehicles or trolleys or hydra.
er

XI. Non-deployment of safety supervisor / supervisor responsible for safety at


work site
XII. Failure to maintain safety register and record by Contractor Safety
ne

Supervisor or Supervisor responsible for safety.


XIII. Acting in contravention to any of the provision mentioned in Factories Act
gi

1948 and/or the rules framed there under including all amendments thereto.
XIV. Failure to furnish a first information report (FIR) as per prescribed Pro-Forma
En

within 4 hours of the incident.


XV. Keep and maintain proper records of all incidents occurred at work site.
XVI. Working beyond statutory limits by contractor’s workers.
XVII. Deployment of child or adolescent labour.
XVIII. Use of untested and uncertified pressure vessel. Use of untested and
uncertified lifting tools/tackle.
XIX. Unsafe handling of compressed gas cylinders No trolley or jubilee clips or
double gauge regulator or flash back arrestor on both gas lines & both ends
or improper storage / handling or cylinders without caps when not in

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 586 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 19


CONTRACTOR SAFETY

use/damaged hoses). Keeping compressed gas cylinders in horizontal


position.
XX. Transporting metallic items below overhead lines, without isolation.
XXI. Damage to fire equipment like hydrant & monitors, fire extinguishers
including non return of fire equipment
XXII. Horseplay at work site.
XXIII. Non-provision of basic safety requirement such as 24 V lamp for working in

d
confined space, uncertified / non standard lifting tools, earth leakage
protection & earthing connections for electrical appliances as per Indian

Lt
Electricity Rules, emergency isolation switches etc.
XXIV. Keeping gas cylinders inside the confined spaces.
XXV. Non-usage of the full body safety harness and fall back arrester with life line

a
properly anchored by the workers while working at height

di
XXVI. Violation of Safety Permit conditions like Firefighting equipment.
XXVII. Non-barricading of area while rigging, digging etc.
XXVIII.
In
Working without valid work permit.
XXIX. Un-authorised road closure/blockage.
XXX. Not clearing the work site on regular basis.
s
XXXI. Leaving contractor owned leftover material at site at the time of
er

demobilization.

5.7.1 REWARDS AND RECOGNITIONS


ne

The contract employees should be suitably rewarded as per a scheme, with monetary
benefits/ prizes for timely reporting of the Near miss incidents/ Unsafe conditions/ Unsafe
Acts based on the accident potential if it could have occurred.
gi

The compliance to safety procedures by the contractors shall be evaluated annually as


per the scheme based on different leading and lagging indicators and shall be awarded
En

during the safety week celebrations.

The best safety conscious worker as recommended by the safety officers of different
contractors during short term jobs such as the turnaround maintenance activities shall be
suitably rewarded for motivating the workers to comply with safety requirements.

The best safety officer/supervisors of the contractor shall be recognized and shall be
suitably rewarded during the safety week celebrations.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 587 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 20


CONTRACTOR SAFETY

5.8 INCIDENT REPORTING AND INVESTIGATION SYSTEM

All the incidents including near-miss should be reported immediately by contractor’s


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.

All accidents regardless of the extent of injury or damage should be investigated in order
to find probable causes, lessons learnt thereof and remedial measures required to
prevent its recurrence.

d
The incident investigation should be done as per provision of clause no. 4.12 of OISD-
GDN-206 on 'Safety Management System'.

Lt
All the recommendations of investigation / Enquiry Report need to be monitored closely
for its implementation. A proper record should be maintained to ensure implementation of
all the recommendations and same should be reviewed from time to time.

a
5.9 SAFETY COMMITTEE MEETINGS

di
Following three type of safety committee meetings should be held aiming at raising the
level of safety consciousness at the site:
In
5.9.1 Toolbox meeting

To maintain awareness, update training and convey important safety and health
information, contractor supervisors should conduct tool box meetings at least weekly and
s
also prior to start of any work. All the contractor workers should attend this meeting. The
owner’s supervisor/Engineer-in-charge and safety officers should also attend these
er

meetings on random basis. Tool box meeting should be conducted more frequently
depending upon circumstances. Record of the same can be maintained in the following
typical format.
ne

TOOL BOX MEETING FORM

A Toolbox Talk is a safety meeting allowing open environment for discussion with the
gi

work force. It focuses on safety topics related to the specific job, such as workplace
hazards and safe work practices. It is aimed to refresh workers' knowledge, cover last
minute safety checks, to raise workers’ awareness of specific problems on site. Toolbox
En

Talks are also intended to facilitate health and safety discussions on the job site and
promote safety culture. It also helps to remind workers that health and safety are an
important part of the working day.

Toolbox talk should be short in duration and conducted at the job site prior to the
commencement of a new job or work shift. Toolbox Talks can be used for post-accident
communications / accident case study, re-enforcement of safe work practice and pre-task
planning etc.

Contractor supervisors should conduct tool box meetings at least weekly and also prior to
start of any work. All the contractor workers should attend this meeting. The owner’s
supervisor/Engineer-in-charge and safety officers should also attend these meetings on

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 588 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 21


CONTRACTOR SAFETY

random basis. Tool box meeting should be conducted more frequently depending upon
circumstances.

A toolbox talk should cover following topics;

 Review of the hazards related to job being done. What safety equipment and
PPEs should be used? What procedures should be followed?

 Review and analyse recent safety violations— What was the violation? What
hazard did it create? What injury could have occurred?

d
 Review and analyse recent injuries— What happened? Why did it happen? What
should have been done?

Lt
 Ergonomics and behaviour related tips.

 Importance of PPEs and proper tool for specific jobs.

a
 Housekeeping

di
Records of such talks should be maintained. Following information should be included
when completing a Toolbox Talk Form:
In
 Names and signatures of all persons present,
 Topics discussed,
s
Any job specific training or instructions that have been given in the meeting and who
raised the issue or added to the discussion, to show that there has been active
er

consultation with all persons attending the meeting and that all parties have had a chance
to raise issues.
ne
gi
En

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 589 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 22


CONTRACTOR SAFETY

TOOL BOX TALK RECORD

DATE___________ TIME:_____________ LOCATION:___________________________


DELIVERED BY:_____________WITNESSED B Y: ________________________________
JOB DISCRIPTION:_________________________________________________________
NAME OF THE CONTRACTOR:________________________________________________

Toolbox Talk – Topics / Issues discussed

d
Lt
a
Other points or issues raised by attendees

di
In
s
NAME SIGNATURE NAME SIGNATURE
er
ne
gi

5.9.2 Site Safety Committee Meeting


En

Primary purpose of this safety committee is to enable owner, contractor and workers to
work together to monitor the site safety and health plan so as to prevent accidents and
improve working condition on site. Its size and membership will depend on the size and
nature of job.

The safety committee should include representatives of owner, consultant, contractor


identified as safety officer / supervisor. It should be headed by Engineer-in-charge.

The safety committee should have regular and frequent meetings, atleast fortnightly, to
discuss the safety and health program on site and to make suggestions for improvement.
The meetings should be documented with a time bound action plan. The functions carried
out by safety committee should include:

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 590 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 23


CONTRACTOR SAFETY

i) Review compliance of pending items of last Safety meetings. All critical items
should be identified and their compliance ensured.

ii) Consideration of the reports of safety personnel.

iii) Discussion of accident/near-miss and illness reports in order to make appropriate


recommendation for prevention.

iv) Examination/evaluation of suggestions made by workers.

d
v) Dissemination of acquired knowledge through training programs and information
sharing sessions.

Lt
vi) Discussion & review of Fire Prevention & Disaster Management Plan.

vii) To send recommendation to Apex Body for consideration / approvals.

a
5.9.3 Safety Review Meeting by Location Head

di
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
In
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.
s
5.10 SAFETY EQUIPMENT / PERSONNEL PROTECTIVE EQUIPMENT
er

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
ne

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
gi

and must be available for inspection. 10 to 20 % of PPE in excess of actual requirement


to meet contingency requirement should be maintained at site.
En

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 591 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 24


CONTRACTOR SAFETY

REFERENCES

1) OISD-GDN-206 on “Safety Management System”

2) OISD-GDN-192 on “Safety During Construction”

3) OISD-STD-155 Part (I & II) on “Personnel Protective Equipment”

4) Building & Other Construction workers (Regulation of Employment & Condition of


Service) Act 1996 & Rules thereof

d
Lt
a
di
In
s
er
ne
gi
En

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 592 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 25


CONTRACTOR SAFETY

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

d
3 IS: 933 Specification for Portable Chemical Fire Extinguisher, Foam

Lt
Type – Second Revision.

4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision

a
5 IS: 1904 Code of practice for Structural safety of buildings: Shallow
foundations

di
6 IS: 1905 Code of practice for Structural safety of buildings: Masonry
walls
In
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
s
– Second Revision
er

9 IS: 2361 Specification of Building Grips – First Revision

10 IS: 2750 Specification for Steel Scaffoldings


ne

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
gi

13 IS: 3521 Industrial Safety Belts and harnesses


En

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

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 593 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 26


CONTRACTOR SAFETY

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

d
25 IS: 5121 Safety code for piling and other deep foundations

Lt
26 IS: 5916 Safety Code for Construction involving use of Hot Bituminous
materials

a
27 IS: 6994 – Part I Specifications for safety gloves: Part I – Leather and Cotton
gloves

di
28 IS: 5983 Specification for Eye Protectors – First Revision
In
29 IS: 6922 Criteria for safety and design of structures subject to
underground blasts

30 IS: 7155 Code of recommended practices for conveyor safety


s
31 IS: 7205 Safety Code for Erection on Structural Steel Works
er

32 IS: 7069 Safety Code for Handling and Storage of Building Materials

33 IS: 7293 Safety Code for Working with Construction Machinery


ne

34 IS: 7323 Guidelines for operation of Reservoirs

35 IS: 7969 Safety Code for handling and storage of building materials
gi

36 IS: 8758 Recommendation for Fire Precautionary Measures in


construction of Temporary Structures and Pandals
En

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

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 594 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 27


CONTRACTOR SAFETY

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

d
46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building

Lt
47 IS: 13416 Recommendations for preventive measures against hazards at
working places

a
di
Statutory Regulations
In
Latest Statutory Acts and Rules, as given below, should be referred:-

1. The Petroleum Acts 1934 and Petroleum Rules 2002


s
2. The Factory Act, 1948 (As amended by Factory Amendment Act 1987) and concerned
er

Factory Rules
3. The Water (Prevention and Control of Pollution) Act 1974 & Rules 1975
4. The Environment (Protection) Act 1986 and rules thereunder
ne

5. The Manufacturing, Storage and Import of Hazardous Rules 1989


6. The Hazardous Wastes Management (Management & Handling) Rules 1989
gi

7. The Indian Electricity Act 1901 and Rules 1956


8. The Indian Explosive Acts, 1884 & The Indian Explosive Rules 1983
En

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.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 595 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 28


CONTRACTOR SAFETY

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

d
1.0 PERSONNEL PROTECTIVE EQUIPMENT (PPE):
Are following PPEs being used as per the job requirements?

Lt
A. Minimum mandatory PPEs

A1 Safety Helmets (with chin strap)

a
A2 Safety Shoes

di
A3 Safety Goggles In
A4 Safety hand gloves

B. Job specific PPEs


Whether need of specialised safety PPE
s
identified and documented?
B1 Full body safety harness with double
er

lanyard

B2 Fall arrester
ne

B3 Ear Plug / Ear Muff

B4 Gum Boots
gi

B5 Face shield

B6 Shot/Grit/Slag blasting hood


En

B7 Breathing Apparatus

B8 Gas Filter Mask / Dust Mask

B9 Hand Gloves (Chemical/ Welding/


Electrical/ anti-vibration/ High
temperature/ cold burn etc.)

B10 Boiler Suit / Fire-retardant suit / Electrical


flash fire retardant suit /High pressure
water cleaning (Hydrojetting-Turtle) suit /

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 596 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 29


CONTRACTOR SAFETY

Chemical suit / Low temperature suit etc.

B11 Others

C. Whether workers are trained / briefed to


use the PPEs?
D. Whether system of checking the quality /
quantity of PPEs provided by contractor
exists and in practice?
E. Whether as per contract the contractor is
obliged to arrange the required PPEs to

d
its workmen and the same is being
complied with ?

Lt
2.0 HOUSE KEEPING

2.1 Whether Standards of housekeeping are


defined in contract and housekeeping is

a
being maintained accordingly?
2.2 Whether areas are identified and marked

di
for stacking of material like scrap, pipes,
plates, cement, sand, loose excavated
material etc.?
2.3 Whether surplus excavated material,
In
debris and scrap material is being
removed and disposed on regular basis
as per contract?
s
2.4 Whether path ways, roads, stairs etc. in
the vicinity of work place are maintained
er

free from obstructions?


2.5 Whether appropriate actions are taken to
avoid the slippery area due to water
logging / oil spillage?
ne

2.6 Whether system for collecting and


disposal of small size scraps like welding
buds, small size metal pieces, insulation
material in place.
gi

2.7 Whether area is maintained free from


vegetation, garbage etc. and the work
place is kept clean and free of any
En

hazard?
2.8 Others

3.0 EXCAVATION

3.1 Whether detailed plan of excavation


including soil stability is made and
approved by competent authority?

3.2 Whether excavation hot work permit is


taken?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 597 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 30


CONTRACTOR SAFETY

3.3 Whether the workplace is thoroughly


inspected before issuance of work permit,
as stipulated in OISD-STD-105?
3.4 Whether special conditions mentioned in
the permit are clearly explained to the
supervisor and in turn to the contractor
workers and documented?
3.5 Whether proper shoring for the excavation
is provided to prevent cave-in for side of
slope more than the safe angle of repose
(generally around 45 degrees) of the soil

d
being excavated?

Lt
3.6 Whether proper precautions have been
taken if the excavation is adjoining to
heavy structure like building, street and
roadways?

a
3.7 While excavating whether proper slope

di
0
usually 45 & suitable benches of 0.5 m
width at each 1.5 m depth are provided? In
3.8 Whether barricading of 1m height with
glowing caution board is provided for
excavation beyond 1.5m depth?
s
3.9 Whether excavating earth is placed
beyond 1m or depth of the excavation
er

whichever is more, from the edge of the


trench?

3.10 Whether heavy vehicle movement is


ne

restricted to come too close (minimum 2


M from the edge of excavation) to the
excavating area?
gi

3.11 Whether adequately anchored stop blocks


and barriers are provided to prevent
vehicles being driven into the excavation?
En

Heavy vehicles should not be allowed


near the excavation unless the support
work has been specially designed to
permit it.
3.12 Whether necessary precaution is taken
for underground pipes, sewers, cables by
contractors?

3.13 Whether extra precaution is taken for


bailing out water properly while
excavating?

3.14 During rains whether the excavation is

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 598 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 31


CONTRACTOR SAFETY

done with extra precaution to prevent


caving in?

3.15 Whether two separate entry/ exit points


with necessary ladders / steps, as per
requirement, have been provided?

3.16 Whether required no. of persons are


available (as per OISD-STD-105) at all
the time to communicate any hazards
noticed with workers working in deep

d
trenches or excavation?

Lt
3.17 Whether necessary precautions like
regular gas testing are being taken in
areas having hydrocarbons and toxic
gases so that no gas accumulation takes

a
place in the trenches.

di
3.18 Whether IS: 4081-1986 & Indian
Explosive act & rules for storage, handling
& carrying of explosive material and
execution of blasting operation is
In
followed?

3.19 Whether in case of mechanised


s
excavation, caution board is provided for
do’s and don’ts like ‘Nobody to enter’
er

within one meter of the extreme reach?

3.20 Whether the following observations are


being documented during excavation
ne

work and corrective actions taken :-


a) Boulder formation encountered
b) Collapsing / development of cracks of
sides
gi

c) Marked damage to support


d) Unexpected fall of ground
e) Inspection of site after each blast.
En

f) Water logging
g) Unexpected utility/cabling

3.21 Others

4.0 PERMITS

4.1 Whether valid work permit is issued in


compliance to OISD-STD-105 to start any
work?

4.2 Whether before issuing the permit, JSA


carried out and mitigation measures made

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 599 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 32


CONTRACTOR SAFETY

part of work permit?

4.3 Whether personnel working at site were


given tool box talk about the hazards and
emergency procedure with important do’s
and don’ts and record maintained?

4.4 Whether all conditions of the permit are


fulfilled before starting the job?

4.5 As noted in the permit, whether

d
compliance of all the recommendations
are ensured during entire duration of the

Lt
job?

4.6 Whether permits are available at work site


all the times?

a
4.7 Whether hot work permit registered in fire

di
station / designated safety officer?

4.8 Whether permits are being closed after


the completion of job?
In
4.9 Others
s
5.0 SAFETY IN CUTTING / WELDING/GRINDING
er

5.1 Whether LPG / Oxygen / Acetylene/ Gas


cylinders are kept outside only while
working in confined space?
ne

5.2 Are Acetylene/ O2 / LPG cylinders kept in


upright position with required valve cap
and secured at designated places under
shed – wet fire retardant clothes gunny
gi

bags wrapped around it if the same is


under sun at designated place?
En

5.3 Check cylinder and cylinder valves for


approved quality & any kind of damage?

5.4 Whether protective valve s caps are kept


on cylinders 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

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 600 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 33


CONTRACTOR SAFETY

kept away from combustible materials and


/ free from oil and grease?

5.7 Whether all hoses are of approved quality


and found to be free of any damage or
crack?

5.8 Whether oxygen and acetylene cylinders


are stored separately at a distance of at
least 5 feet from each other and kept
under shade as per Gas Cylinder rules

d
2002?

Lt
5.9 Whether gas cylinders are kept at safe
location particularly in case job is being
done at different elevations while in use?
5.10 Whether color coding is being used for

a
easy identification of different type of
cylinders and hoses?

di
5.11 Whether cylinder keys are available near
the cylinder?
In
5.12 Whether gas torches with flash back
arrestors of approved make are only
being used?
s
5.13 Whether pressure gauges are in working
er

condition and checked from time to time?

5.14 Whether welding shields are used while


welding?
ne

5.15 Whether proper earthing for welding


machines are provided?
gi

5.16 Whether power is taken from approved


sources (welding receptacles)?
En

5.17 Whether welding receptacles are properly


grounded?

5.18 Whether welding cables are maintained in


good condition and without any joints/
cuts?

5.19 Whether to avoid short circuit, welding


machines are protected against rain?

5.20 Whether earth connectors are securely


connected to the job and not to the

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 601 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 34


CONTRACTOR SAFETY

adjoining pipeline or structure?

5.21 Whether flame arrestor of DG set is of


approved make and quality?

5.22 Whether 30mA rating ELCB is provided


on power supply.

5.23 Whether separate power supply


arrangement is provided for portable
oven?

d
5.24 Others

Lt
6.0 ABRASIVE (SHOT/GRIT/SLAG) BLASTING

6.1 Whether abrasive blasting is used only


after getting approval from competent

a
authority / work permit?

di
6.2 Whether air compressor used for abrasive
blasting are positioned away from work
place?
In
6.3 Whether exhaust of the prime mover is
directed away from the work place?
s
6.4 Whether in case of motor driven
compressor, the body of the motor as well
er

as the compressor is properly earthed?

6.5 Whether line operator of abrasive blasting


wear suitable PPEs including mask?
ne

6.6 Whether adequate measures are adopted


to confine dust / flying particles?
gi

6.7 Whether adequate measures are taken


for proper ventilation while the work is
done in confined space?
En

6.8 Whether the Air receiver vessel of the


compressor is pressure tested.
6.9 Others

7.0 SAFETY WHILE WORKING AT HEIGHTS / SCAFFOLDING / LADDERS

7.1 Whether work permit is obtained to take


up work at height above 2.2 meters?

7.2 Whether steel pipes scaffoldings are used


in unit/off site areas?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 602 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 35


CONTRACTOR SAFETY

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 ISI approved quality and good


condition full body safety harness with

d
shock absorber are used while working at
heights?

Lt
7.6 Whether life line of full body safety
harness with shock absorber is anchored
to an independent secured support

a
capable of withstanding load of a falling
person?

di
7.7 Whether the area around the scaffold is
cordoned off to prohibit the entry of
unauthorized person?
In
7.8 Whether lifeline ropes used are of good
condition and adequate strength free of
s
defects?
er

7.9 Whether ladder is placed at secured and


leveled surface?

7.10 Whether it is extended 1.0 Meters above


ne

the landing point?


7.11 Whether ladder used are of adequate
length and tying short ladder is avoided?
gi

7.12 Whether metallic ladders are placed away


from electrical system?
En

7.13 Whether tools or materials are removed


after completion of the day’s job at
heights?

7.14 Whether a valid permit is obtained before


taking up work on asbestos or fragile
roof?

7.15 Whether sufficient precaution like roof


ladders, nets, lifeline, full body harness,
etc. is taken while working on fragile roof?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 603 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 36


CONTRACTOR SAFETY

7.16 Whether provision is made to arrange


duck ladder, crawling board for working at
fragile roof?

7.17 Whether scaffolding has been erected on


rigid / firm / leveled surfaces only?

7.18 Whether scaffold has been inspected by


competent person & tagged accordingly
prior to being put in use?

d
7.19 Whether the scaffolding has been
designed for the load to be borne?

Lt
7.20 Whether the erection and dismantling of
the scaffolding is being done only by
trained persons and under competent

a
supervision?

di
7.21 Whether safety net with proper working
arrangement and life line has been
provided?
In
7.22 Others

8.0 SAFETY IN CONFINED SPACE


s
8.1 Whether positive isolation is done as per
er

approved blind list and crossed checked


by competent person?
8.2 Whether a permit is obtained to enter a
confined space?
ne

8.3 Whether gas test for hydrocarbon, toxic


gas, oxygen level is checked for
acceptable limits before entering any
gi

confined space and recorded?

If levels are beyond permissible limit,


En

whether required PPE like BA, Gas Mask


are used.

8.4 Whether adequate oxygen level is


ensured in confined space before
entering? If not, whether all precaution
like using of Breathing Apparatus set is
ensured?

8.5 In case of chance of ingress of


hydrocarbon gases / toxic gases, whether
Personnel Monitoring System (PMS) is
used ?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 604 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 37


CONTRACTOR SAFETY

8.6 Whether only in presence of a supervisor,


worker enters in confined space?

8.7 Whether provision of sufficient means of


entry and exit is available?

8.8 Whether provision of ventilation to remove


welding fumes, dust, exhaust gases are
made?

d
8.9 Whether provision of 24V (Hand lamps
with cage as per OISD-STD-155) light for

Lt
working inside space is made?

8.10 Is it strictly ensured that stand-by trained


persons (2 nos.) are standing outside

a
before a person enters a confined space
and communication is being maintained

di
all the time with workers working inside?

8.11 Whether life belt with one end under


control of stand-by person outside is kept
In
while working in confined space?

8.12 Whether Personnel protective Equipment


s
as specified in the permit are in good
condition?
er

8.13 Whether boxing up is done only as per


the approved procedures and under the
supervision of competent persons?
ne

8.14 Whether all the safety precautions listed


in OISD-GDN-192 are taken while
working in sewers, OWS etc.?
gi

8.15 Whether proper house keeping is being


maintained inside the confined space?
En

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

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 605 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 38


CONTRACTOR SAFETY

maintained in good condition?

9.2 Whether lifting tools & tackles are tested


as per norms and 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?

d
9.4 Whether all parts including the working
gears fixed or movable of every lifting

Lt
machine, chain, rope, tackles specify the
following condition:

a) Thoroughly examined by competent

a
person at least once a year or such
interval as required by statutory

di
authority.

b) Document of such examination are


maintained and produced to owner
In
supervisor before use of particular
equipment?
s
9.5 Whether chain blocks and cables are
inspected before each use to assure their
er

sound condition?

9.6 Whether hoist and lift, if used are:


ne

a) Properly maintained and thoroughly


examined by competent authority at
least once in every year.
gi

b) A register to be maintained to record


particulars of such examination in
prescribed forms and shall be
En

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 In crane handling area whether it is


ensured that crew of truck, leave the truck
before starting loading / unloading?

9.9 Whether transporting material from one


place to another is done by suitable

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 606 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 39


CONTRACTOR SAFETY

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 signaling if required?

9.12 Whether permission of authorized person

d
is obtained before working on or near an
overhead crane?

Lt
9.13 Whether trained riggers are available all
the time along with crane?

a
9.14 Whether barricading has been done to
ensure no unauthorised person enters in

di
the working area of the crane?

9.15 Whether lifting (rigging) plan has been


prepared and approved before start of the
In
work?

9.16 Whether route of crane movement has


s
been planned before the crane moves out
of the garage?
er

9.17 Whether it has been ensured that no


electrical cable comes within 3 meters or
safe distance from the boom of the
ne

crane?

9.18 Whether boom is being kept in the


horizontal position or locked while idling?
gi

9.19 Whether material is being stacked /


destacked in trucks with the help of
En

wedges to ensure no slippage while


loading / unloading takes place?

9.20 Whether the forklift / crane is being


operated only by trained / authorized
person?

9.21 Others

10.0 ELECTRICAL SAFETY

10.1 Has the Electrical Line Clearance

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 607 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 40


CONTRACTOR SAFETY

procedure been followed involving


electrical and other concerned Dept. and
filling of formats?

Whether the “LOTO” system is defined


properly and all personnel are aware with
the procedure?
Whether “LOTO” system is being used in
all electrical isolation jobs, by all
departments?
10.2 Have Danger Signs with Voltage rating/

d
Men at work signboards been displayed
at both Sub Station as well as the work

Lt
site?

10.3 Has the contractor worker understood the


electrical circuit on which he is going to

a
work with probable electrical hazards and
mitigation measures to be adopted?

di
10.4 Whether contractor has engaged
electrician (s) having valid electrical
license in line with provisions in Indian
In
Electricity Rules?

10.5 Have all checks prior to switching


s
operation been carried out and
authorisation of owner/ user section
er

obtained subsequently?

10.6 Have all earthing links on electrical


conductors removed before charging the
ne

line/ apparatus?

10.7 Are PPE as prescribed under Indian


Electricity Rules available, kept healthy
gi

and being used?

10.8 Are earthing and bonding arrangement of


En

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-STD-173 been
understood and followed wherever
applicable?

10.10 Are flexible wires having voltage of 240


volts above earth potential taken through

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 608 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 41


CONTRACTOR SAFETY

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?

d
10.13 Has Earth Leakage Circuit Breaker
(ELCB) been used on the incoming side

Lt
to protect against leakage of current? Is
the device tested every time the work is
started?

a
10.14 Whether all portable appliances are
provided with insulated Three pin plugs

di
and socket arrangement?

10.15 Whether industrial type extension boards


and plug sockets are used?
In
10.16 Has the electrical equipment brought to
site by contractor been inspected by
s
owner’s supervisor/ safety officer for
damage/cuts/abrasion etc? Is record of
er

Insulation Resistance, wherever required


being kept?
10.17 Have standard practices for termination of
conductors/ cables been followed (e.g.
ne

use of proper lugs, crimping tool, cable


glands etc)? Is cable armour in continuity
from feeding point to load?
gi

10.18 Are the Contractor supervisor and


workmen well acquainted with first aid for
electrical shock?
En

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?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 609 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 42


CONTRACTOR SAFETY

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?

d
11.4 Whether the worker handling hot bitumen
sprayers or spreading bitumen aggregate

Lt
mix or mixing bitumen with aggregate are
provided with PVC hood, hand gloves
rubber shoes (gum boot) with pegging
upto knee joints?

a
11.5 Others

di
12.0 FORM WORK, REINFORCEMENT In
12.1 Whether form work, shuttering, shoring
etc. are adequately designed and
provided to erect the structure and to
support the expected load?
s
12.2 Whether staging (support) for shuttering is
er

designed for loads like worker movement,


impact load and other incidental loads
during construction?
ne

12.3 Whether workers use PPEs at work site


like safety shoes, gloves, helmet with chin
strap, goggles and dust masks etc.?
12.4 Whether all safety procedures are
gi

adopted while cutting rod?

12.5 Whether proper staging and bundling is


En

provided for supplying rods at height?

12.6 Whether sufficient cross bracings are


provided for high staging works as per
design requirement?

12.7 Others

13.0 CONCRETING

13.1 Whether the concreting area is


barricaded?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 610 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 43


CONTRACTOR SAFETY

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

d
around moving parts are provided in
concrete mixer/ machines?

Lt
13.5 Whether earthing of electrical mixers,
vibrator etc. are provided?

a
13.6 Whether entry of unauthorised person in
the concreting area is restricted?

di
13.7 Whether adequate lighting arrangement is
made in the concreting area if working
during night?
In
13.8 Whether PPEs like gum boots, gloves,
helmet with chin strap, goggles and dust
s
masks etc. are being used?
er

13.9 For overhead or underground work,


whether form work and shuttering have
been checked with respect to design?
ne

13.10 Whether boom placers are properly


secured?
13.11 Others
gi

14.0 DEMOLISHING (DEMOLISHING BY BLAST NOT CONSIDERED)

14.1 Whether an initial survey carried out to


En

identify any structural problems and risks


associated with flammable substances
and substances hazardous to health?
14.2 Whether sequence of demolition is
formulated and approved by competent
person after the survey and recorded in a
method statement having taken all the
various considerations into account and
identifying the problems and their
solutions?
14.3 Are non-sparking tools being used, if
required?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 611 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 44


CONTRACTOR SAFETY

14.4 Is intermittent clearing operation being


done to keep the area reasonably tidy and
clean?

14.5 Whether effective barricading has been


provided?

14.6 Whether Electrical and other facilities like


water, oil, gas pipelines, etc. have been
isolated / protected?

d
14.7 Whether required PPEs like helmet with

Lt
chin strap, goggles, ear plug/muff, hand
gloves, safety shoes, dust mask, etc.
used?
14.8 Others

a
di
15.0 RADIOGRAPHY

15.1 Are safety precautions for handling of


source as per guidelines of BARC being
In
followed?

15.2 Is the potency of the source being used


s
within acceptable limits as per the BARC
regulations?
er

15.3 Is the area being cordoned with proper


signs during radiography as per
guidelines of BARC?
ne

15.4 Does proper place exist as per BARC


regulations for storage of source /
Personnel safety equipment?
gi

15.5 Does the radiographer have valid


certificate of radiography from competent
En

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 Whether Radiation Safety Officer is

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 612 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 45


CONTRACTOR SAFETY

available at site?
15.10 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

d
materials and "No Smoking" notices
prominently displayed?

Lt
16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?

a
16.4 Are oily rags, waste, wooden materials

di
and clothes or other substances liable to
spontaneous ignition being removed?
In
16.5 Are the combustible materials properly
shielded in case same cannot be
removed from the area?
s
16.6 Has welding screens (like metal/ fire
retardant cloth/ water curtain) been put up
er

to protect other equipment / facilities/


OWS cement ceiling/ drains in adjoining
areas against flying sparks, as may be
ne

required?

16.7 Is Gas-testing being done with the means


of a calibrated Gas detection Meter prior
gi

to start of Hot work and being done


subsequently at regular intervals as per
the requirement and recorded?
En

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?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 613 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 46


CONTRACTOR SAFETY

16.10 Are accesses 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

d
site where persons are liable to work?

Lt
16.13 Is there an effective evacuation plan in
place so that all persons are evacuated
speedily without panic?

a
16.14 Others

di
17.0 EMERGENCY PROCEDURES

17.1 Is signaling / siren system effective?


In
17.2 Is arrangement for rescuing affected
person adequate?
s
17.3 Are signs showing emergency exit route
installed?
er

17.4 Is emergency exit route clear of


obstacles?
ne

17.5 Is communication system adequate?

17.6 Whether emergency vehicle with driver


has been provided to meet any
gi

emergency situation?

17.7 Does any tie-up with hospitals or local


En

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 Emergency procedure and telephone


numbers are known to all and same are
prominently displayed at site? (Sample

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 614 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 47


CONTRACTOR SAFETY

compliance check)

17.11 Whether emergency mock drills are being


regularly done?
17.12 Others

18.0 WELFARE FACILITIES

18.1 Are hygienic conditions prevailing at


labour camps?

d
18.2 Are First Aid facilities available?

Lt
18.3 Does proper sanitation exist at site office
and labour camps?

18.4 Does any arrangement of medical

a
facilities like tie ups with nearby hospital
exist?

di
18.5 Is proper drinking water facility available
for workmen & staff?
In
18.6 Are crèches provided for children (if
applicable)?
s
18.7 Is any proper place/canteen/restroom
provided for eating food and taking rest?
er

18.8 Is any place earmarked for storing /


keeping clothing?
ne

18.9 Is adequate washing facility available?

18.10 Does proper ventilation at working place


exist?
gi

18.11 Others
En

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?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 615 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 48


CONTRACTOR SAFETY

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

d
intended purpose and not for any other
purpose?

Lt
19.9 Are only proper clothes and not loose
clothes being used while working around
machinery?

a
19.10 Are nails or other sharp objects being

di
removed or bent?

19.11 Are machine guards over moving parts of


machinery such as coupling, pulley, wheel
In
etc. installed?

19.12 Whether after maintenance of machinery


s
the guards are securely fitted before
putting into operation?
er

19.13 Are working platforms / gangways


provided with hand rails & toe guards?
ne

19.14 Are swing platforms provided with chains


& secured adequately when not in use?
gi

19.15 Are the approaches to work sites being


maintained & kept clear of obstacles?
En

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?

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 616 of 3856


OISD/DOC/2018/26

OISD – GDN – 207 Page No. 49


CONTRACTOR SAFETY

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?

d
19.22 Others

Lt
a
Signature of the Auditor

di
In
s
er
ne
gi
En

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 617 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XIX TO SCC
HRRL Page 1 of 2

PRICE ADJUSTMENT FOR SLIPPAGE IN


COMPLETION
[ANNEXURE- XIX TO SPECIAL CONDITIONS OF CONTRACT]

Page 618 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XIX TO SCC
HRRL Page 2 of 2

PRICE ADJUSTMENT FOR SLIPPAGE IN COMPLETION

The Clause No. 10. of GTC (General terms and condition of Work Contract) stand partially modified to
following extent:
a) Time is the essence of the Contract. The Parties agree and acknowledge that it is of paramount
importance that the Works are executed strictly in accordance with the Time Schedule as mentioned in
Annexure-I to SCC. The Lumpsum Price shall be subject to adjustment by way of discount as hereinafter
specified, if the Unit(s)/Work(s) is/are not completed by the CONTRACTOR or if the Unit(s)/Work(s) is/are
completed subsequent to the date of Completion specified in the Time Schedule.

b) In case of any delay in completion (for the reasons not attributable to the Owner) of work beyond the
Time schedule as mentioned in Annexure-I of SCC, the Owner shall be entitled to a discount in the
Lumpsum Price (Form SP-0). The discount shall be applicable at the rate of 0.5% (half percent) of the
Lumpsum Price (Form SP-0) for every week of the delay or part thereof subject to a maximum of 5% of the
Lumpsum Price (Form SP-0). The above discount shall be recovered by the Owner out of the amounts
payable to the Contractor or from any Bank Guarantees or Deposits furnished by the Contractor or the
Retention Money retained from the Bills of the Contractor, either under this contract or any other
contract.
c) Clause no. 10 iii) & 10 iv) of GTC stands deleted.

Page 619 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XV TO SCC
HRRL Page 1 of 6

CONTRACTOR’s LABOUR REGULATIONS


[ANNEXURE- XV TO SPECIAL CONDITIONS OF CONTRACT]

Page 620 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XV TO SCC
HRRL Page 2 of 6

CONTRACTOR’S LABOUR REGULATIONS

1. These regulations may be called Model Contractors Labour Regulations.


2. Definition : In these regulations, unless otherwise expressed or indicated, the following words and
expressions shall have the meaning hereby assigned to them :
(a) "Labour" means workers employed by a CONTRACTOR, directly or indirectly through a sub-
contractor, or by an agent on his behalf to do any skilled, semi-skilled or unskilled manual,
supervisory, technical or clerical work.
(b) "Fair Wage" means wages, which shall include wages for weekly day of rest and other
allowances, whether for time or piece work, after taking into consideration prevailing
market rates for similar employments in the neighborhood but shall not be less than the
minimum rates of wages fixed under the payment of Minimum Wages Act.
(c) "Wages" shall have the same meaning as defined in the Payment of Wages Act.
(d) "CONTRACTOR" for the purpose of these regulations shall include an agent or subcontractor
employing labour on the work taken on the contract.
(e) "Inspecting Officer" means any Labour Enforcement Officer or Assistant Labour
Commissioner of the Chief Labour Commissioner's Organisation.
(f) "Prescribed" means prescribed under the Contract Labour (Regulation and Abolition) Act,
1970 and Rules framed thereunder.
3. Notice of commencement : The CONTRACTOR, shall within SEVEN days of commencement of the
work, furnish in writing, to Inspecting Officer of the area concerned the following information:
(a) Name and Situation of the work
(b) CONTRACTOR's name and address.
(c) Particulars of the Department for which the work is undertaken.
(d) Name and address of sub-contractors as and when they are appointed.
(e) Commencement and probable duration of the work.
(f) Number of workers employed and likely to be employed.
(g) "Fair wages" for different categories of workers.
(i) Number of hours of work to constitute a normal working day: The number of hours
which shall constitute a normal working day for an adult shall be NINE hours. The
working day of an adult worker shall be so arranged that it is inclusive of intervals, if
any, for rest, it shall not spread over more than twelve hours on any day. When a
worker is made to work for more than NINE hours on any day or for more than FORTY
EIGHT hours in a week, he shall, in respect of overtime work, be paid wages at double
the ordinary rate of wages.
(ii) Weekly day of rest: Every worker shall be given a weekly day of rest which shall
normally be a Sunday unless otherwise fixed and notified at least TEN days in
advance. A worker shall not be required or allowed to work on the weekly rest day
unless he has or will have a substituted rest day, on one of the five days immediately
before or after the rest day, provided that no substitution shall be made which will
result in the worker working for more than ten days consecutively without a rest day
for a whole day.
4. Where, in accordance with the foregoing provisions, a worker works on the rest day and has been
given a substituted rest day, he shall be paid wages for the work done on the weekly rest day at
the overtime rate of wages.

Page 621 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XV TO SCC
HRRL Page 3 of 6

(NOTE: The expression "ordinary rate of wages" means the fair wage the worker is entitled to.)

5. Display of notice regarding Wages, Weekly Day of Rest etc. : The CONTRACTOR shall, before the
commencement of his work on the Contract, display and correctly maintain and continue to
display and correctly maintain in a clean and legible condition in conspicuous places on the works,
notice in English and in the local Indian language, spoken by majority of workers, giving the rate of
fair wages, the hours of work for which such wages are payable, the weekly rest days workers are
entitled to and name and address of the Inspecting Officer. The CONTRACTOR shall send a copy
each of such notices to the Inspecting Officers.

6.1 Fixation of Wage Periods: The CONTRACTOR shall fix wage periods in respect of which wages shall
be payable. No wage period shall normally exceed one month.

6.2 Payment of wages:


(i) Wages due to every worker shall be paid to him direct. All wages shall be paid in current
coins or currency or in both. The wages shall be paid without deductions of any kind except
those specified by Central Government by General Order or Special Order in this behalf or
permissible under the Payment of Wages Act.
(ii) Wages of every worker employed as contract labour in an establishment or by
CONTRACTOR are less than one thousand, such workers shall be paid within SEVEN days
from the end of the Wage period; and before the expiry of the 10th day from the end of the
wage period accordingly as the number of workers exceed 1,000.
(iii) When employment of any worker is terminated by or on behalf of the CONTRACTOR, the
wages earned by him shall be paid before expiry of the second working day from the date
on which his employment is terminated.
(iv) All payment of wages shall be made at the work site on a working day except when the
work is completed before expiry of the wage period, in which case final payment shall be
made at the work site within 48 hours of the last working day and during normal time.

(NOTE: The term "working day" means a day on which labour is employed, and the work is
in progress)

7. Register for Workmen: A register of workmen shall be maintained in the prescribed form and
kept at the work site or as near to it as possible, and the relevant particulars of every workmen
shall be entered therein within THREE days of his employment.
8. Employment Card: The CONTRACTOR shall issue an employment card in the Form appended to
these regulations to each worker on the day of work or entry into his employment. If a worker
already has any such card with him issued by the previous employer, the CONTRACTOR shall
merely endorse that Employment Card with relevant entries. The CONTRACTOR may,
alternatively, issue an attendance-cum-wage slip to each worker in the form appended. This card
shall be valid for a wage period. The CONTRACTOR shall mark attendance on the cards twice each
day and again after the rest interval, before he actually starts the work. On termination of
employment, the Employment Card shall again be endorsed by the CONTRACTOR, service
certificate issued and returned to the Worker.
9. Register of Wages etc.:
(i) A register of Wages-cum-Muster Roll in the prescribed Form shall be maintained and kept
at the work site or as near to it as possible.

Page 622 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XV TO SCC
HRRL Page 4 of 6

(ii) A wage slip in the prescribed Form shall be issued to every worker employed by the
CONTRACTOR at least a day prior to disbursement of wages.
10. Fines and deductions which may be made from Wages:
(i) Wages of a worker shall be paid to him without any deduction of any kind except the
following:
(a) Fines ;
(b) Deduction for absence from duty, i.e. from the place of his employment he is
required to work. The amount of deductions shall be in proportion to the period for
which he was absent;
(c) Deduction for damage to or loss of goods expressly entrusted to the employed
person for custody, or for loss of money which he is required to account for, where
such damage or loss is directly attributable to his neglect or default ;
(d) Deductions for recovery of advances or for adjustment of overpayment of wages.
Advance granted shall be entered in a register ; and
(e) Any other deduction which the Corporation may from time to time allow.
(ii) No fines shall be imposed on any worker say in respect of such acts and omissions on his
part as have been approved by the Chief Labour Commissioner or Competent Authority.
(iii) No fine shall be imposed on a worker and no deductions for damage or loss shall be made
from his wages until the worker has been given an opportunity of showing cause against
such fines or deductions.
(iv) The total amount of fines which may be imposed in any one wage period on a worker shall
not exceed an amount equal to three paise in a rupee of the wages payable to him in
respect of that wage period.
(v) No fine imposed on a worker shall be recovered from him in installments, or after expiry of
sixty days from the date on which it was imposed. Every fine shall be deemed to have been
imposed on the day of the act or commission in respect of which it was imposed.
(vi) The CONTRACTOR shall maintain both in English and the local Indian language, a list
approved by the Chief Labour Commissioner or Competent Authority clearly stating the acts
and commissions for which penalty or fine may be imposed on a workman and display it in
good condition in a conspicuous place on the work site.
(vii) The CONTRACTOR shall maintain a register of fines and the register of deductions for
damage or loss in the prescribed Forms which should be kept at the place of work.
(viii) The CONTRACTOR shall display in a conspicuous place of work the list of acts and omissions
for which the fines can be imposed. They are as under :
a. Willful insubordination or disobedience, whether alone or in combination with other.
b. Theft, fraud or dishonest in connection with the CONTRACTORs beside a business or
property of Corporation.
c. Taking or giving bribes or any illegal gratification.
d. Habitual late attendance.
e. Drunkenness, fighting, riotous or disorderly or indifferent behaviour.
f. Habitual negligence.
g. Smoking near or around the area where combustible or other materials are locked.
h. Habitual indiscipline

Page 623 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XV TO SCC
HRRL Page 5 of 6

i. Causing damage to work in the progress or to property of the Corporation or of the


CONTRACTOR.
j. Sleeping on duty.
k. Malingering or slowing down work.
l. Giving of false information regarding name, age, father's name etc.
m. Habitual loss of wage cards supplied by the employers.
n. Unauthorised use of employer's property of manufacture or making of unauthorised
articles at the work place.
o. Bad workmanship in construction and maintenance by skilled workers which is not
approved by the Corporation and for which the CONTRACTOR is compelled to
undertake rectification.
p. Making false complaints and/or misleading statements.
q. Engaging trade within the premises of the establishments.
r. Any unauthorised divulgence of business affairs of the employers.
s. Collection or canvassing for the collection of money within the premises of an
establishment unless authorised by the employer.
t. Holding meeting inside the premises without previous sanction of the employers.
u. Threatening or intimidating any workmen or employer during the working hours
within the premises.
v. Non-observance of Safety norms/practices applicable to the Worksite.
11. Register of Accidents : The CONTRACTOR shall maintain a register of accidents in such form as
may be convenient at the work place but the same shall include the following particulars :
(a) Full particulars of the labourers who met with accident.
(b) Rate of wages.
(c) Sex
(d) Age
(e) Nature of accident and cause of accident
(f) Time and date of accident
(g) Date and time when admitted in hospital
(h) Date of discharge from the hospital
(i) Period of treatment and result of treatment
(j) Percentage of loss of earning capacity and disability as assessed by Medical Officer.
(k) Claim required to be paid under Workmen's Compensation Act.
(l) Date of payment of compensation
(m) Amount paid with details of the person to whom the same was paid.
(n) Authority by whom the compensation was assessed
(o) Remarks
12. Preservation of Registers: The Register of Workmen and the Register of Wages cum-Muster Roll
required to be maintained under these Regulation shall be preserved for 3 years after the date on
which the last entry is made therein.
13. Enforcement: The Inspecting Officer shall either, on his own motion or on a complaint received by
him, carry out investigations and send a report to the Engineer-in-charge specifying the amounts

Page 624 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XV TO SCC
HRRL Page 6 of 6

representing Workers' dues and amount of penalty to be imposed on the CONTRACTOR for
breach of these Regulations, that have to be recovered from the CONTRACTOR, indicating full
details of the recoveries proposed and the reasons therefor. It shall be obligatory on the part of
the Engineer in-charge on receipt of such a report to deduct such amounts from payments due to
the CONTRACTOR.
14. Disposal of amounts recovered from the CONTRACTOR: The Engineer-in-charge shall arrange
payment to workers concerned within FORTY FIVE days from receipt of a report from the
Inspecting Officer. In cases where there is an appeal, payment of workers dues would be
arranged by the Engineer-in-charge wherever such payments arise, within THIRTY days from the
date of receipt of the decision of the Regional Labour Commissioner (RLC).
15. Appeal against decision of Inspecting Officer: Any person aggrieved by a decision of the
Inspecting Officer may appeal against such decision to the RLC concerned within THIRTY days from
the date of decision, forwarding simultaneously a copy of his appeal to the Engineer-in-charge.
The decision of the RLC shall be final and binding upon the CONTRACTOR and the workmen.
16. Representation of parties:
(i) A workman shall be entitled to be represented in any investigation or enquiry under these
Regulations by an officer of a registered trade union of which he is a member or by an
officer of a Federation of Trade Unions to which the said trade union is affiliated or where
the workman is not a member of any registered trade union, by an officer of a registered
trade union, connected with, or by any other workman employed in the industry in which
the worker is employed.
(ii) A CONTRACTOR shall be entitled to be represented in any investigation of enquiry under
these Regulations by an officer of an Association of Contractors of which he is a member or
by an officer of a Federation of Association of Contractors to which the said association is
affiliated or where the CONTRACTOR is not a member of any Association of Contractors, by
an officer of association of employers, connected with, or by any other employer engaged
in the industry in which the CONTRACTOR is engaged.
(iii) No party shall be entitled to be represented by a legal practitioner in any investigation or
enquiry under these Regulations.
17. Maternity benefits for female employees: The CONTRACTOR shall extend the leave, pay and
other benefits as admissible to the female employees. No maternity benefits shall be admissible
to a female worker unless she has been employed for a total period of not less than 6 months
immediately proceeding the date on which she proceeds on leave. The CONTRACTOR shall
maintain a register of maternity benefits in prescribed form, and shall be kept in all places of
work.
18. Inspection of Books and other documents : The CONTRACTOR shall allow inspection of the
Registers and other documents prescribed under these Regulations by Inspecting Officers and the
Engineer-in-Charge or his authorised representative at any time and by the worker or his agent on
receipt of due notice at the convenient time.
19. Submission of Returns: The CONTRACTOR shall submit periodical returns as may be specified
from time to time.
20. Amendments: The Corporation may, from time to time, add to or amend these Regulations, and
issue such directions as it may consider necessary for the proper implementation of these
Regulations or for the purpose of removing any difficulty which may arise in the administration
thereof.

Page 625 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVI TO SCC
HRRL Page 1 of 5

MODEL RULES FOR LABOUR WELFARE


[ANNEXURE- XVI TO SPECIAL CONDITIONS OF CONTRACT]

Page 626 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVI TO SCC
HRRL Page 2 of 5

MODEL RULES FOR LABOUR WELFARE

1. Definitions
(a) "Workplace" means a place at which, on an average, twenty or more workers are
employed on any day during which the Contract work is in progress.
(b) "Large Workplace" means a place at which, on an average 500 or more workers are
employed.
2. First Aid
i) At every workplace, there shall be provided and maintained in a readily accessible
place First Aid appliances including an adequate supply of sterilized dressings and
sterilized cotton wool as prescribed in the Factory Rules of the State in which the
work is carried on. The appliances shall be kept in good order and in large work
places, they shall be placed under the charge of a responsible person who shall be
trained in First Aid treatment and who shall also be readily available during working
hours. The First Aid boxes at the rate of not less than one box for 150 contract
labour or part thereof shall be ordinarily employed. Adequate arrangement shall be
made for immediate recoupment of items/equipment when necessary.
ii) At large work places, where hospital facilities are not available within easy distance
of the Works, First Aid posts shall be established and be run by a trained
compounder.

Where large work places are remotely situated far away from regular hospitals, an
indoor ward shall be provided with one bed for every 250 employees.

Where large work places are situated in cities, towns or in their suburbs and no beds
are considered necessary owing to proximity of city or town hospitals, suitable
transport shall be provided to facilitate removal of urgent cases to these hospitals.
At other workplaces, some conveyance shall be kept readily available to take injured
person or persons suddenly taken seriously ill to the nearest hospital.

At large work places, there shall be provided and maintained an ambulance room of
the prescribed sizes, containing the prescribed equipment and in the charge of such
medical and nursing staff as may be prescribed. For this purpose, the relevant
provisions of the Factory Rules of the State Government area where the work is
carried on may be taken as the prescribed standard.
3. Accommodation for labour : The CONTRACTOR shall during the progress of the
Works, provide, erect and maintain necessary temporary living accommodation and
ancillary facilities for labour at his own expense and to standard and scales as approved
by the Engineer-in-charge. However, following specifications shall be followed :
(a) (i) The minimum height of each hut at the eaves level shall be 2.10m (7ft) and the
floor area to be provided will be at the rate of 2.7 sq.m (30sq.ft.) for each member of
the worker's family staying with the labourer.
(ii) The CONTRACTOR shall in addition construct suitable cooking places having
a minimum area of 1.80mX 1.50m (6' x 5') adjacent to the hut for each family.
(iii) The CONTRACTOR shall also construct temporary latrines and urinals for the
use of the labourers, each on the scale of not less than four per each one
hundred of the total strength. Separate latrines and urinals shall be provided
for women.

Page 627 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVI TO SCC
HRRL Page 3 of 5

(iv) The CONTRACTOR shall construct sufficient number of bathing and washing
places, one unit for every 25 persons residing in the camp. These washing
and bathing places shall be suitably screened.
(b) (i) All the huts shall have walls of sun-dried or burnt-bricks laid in mud mortar or
other suitable local material as may be approved by the Engineer-in-Charge. In
case of sun-dried bricks, the walls should be plastered with mud gobri on both sides.
The floor may be katcha, but plastered with mud gobri and shall be at least 15cm.
(6") above the surrounding ground. The roofs shall be laid with thatch or any other
materials as may be approved by the Engineer-in-Charge and the CONTRACTOR
shall ensure that throughout the period of their occupation, the roofs remain water-
tight.
(ii) The CONTRACTOR shall provide each hut with proper ventilation.
(iii) All doors, windows and ventilators shall be provided with suitable leaves for
security purposes.
(iv) There shall be kept an open space at least 7.2m (8 yards) between the rows of
huts which may be reduced to 6m (20ft) according to the availability of site with
the approval of the Engineer-in-charge. Back to back construction will be
allowed.
4. Drinking Water : In every workplace, there shall be provided and maintained at suitable
places, easily accessible to labour, a sufficient supply of cold water fit for drinking.

Where drinking water is obtained from an intermittent public water supply, each workplace
shall be provided with storage where drinking water should be stored.

Every water supply storage shall be at a distance of not less than 15 meters from any
latrine, drain or other source of pollution. Where water has to be drawn from an existing
well, which is within such proximity of latrine, drain or any other source of pollution, the
well shall be properly chlorinated before water is drawn for drinking. All such wells shall
be entirely closed in and be provided with a trap door which shall be dust and water proof.

A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and
opened only for cleaning or inspection which shall be done at least once a month.

5. Washing and Bathing Places : Adequate washing and bathing places shall be provided
separately for men and women. Such places shall be kept in clean and drained conditions.
6. Scale of accommodation in latrines and urinals : There shall be provided within the
precincts of every workplace, latrines and urinals in an accessible place and the
accommodation separately for each of these, shall not be less than at the following scales
:

No. of seats

(a) Where number of persons does not exceed 50 - 2


(b) Where number of persons exceeds 50 but does not exceed 100 - 3
(c) For additional persons (per 100 or part thereof) - 3
In particular cases, the Engineer-in-Charge shall have the power to increase the
requirement, where necessary.
7. Latrines and Urinals : Except in workplaces provided with water-flushed latrines
connected with a water-borne sewage systems, all latrines shall be provided with

Page 628 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVI TO SCC
HRRL Page 4 of 5

receptacies on dry earth system which shall be cleaned at least four times daily and at
least twice during working hours and kept in strictly sanitary condition. Receptacies shall
be tarred inside and outside at least once a year.

If women are employed, separate latrine and urinals screened from those for men and
marked in the vernacular in conspicuous letters "For Women Only" shall be provided on
the scale laid down in Rule 6. Those for men shall be similarly marked "For Men Only". A
poster showing the figure of a man and a woman shall also be exhibited at the entrance to
latrines for each sex. There shall be adequate supply of water close to latrines and urinals.

8. Construction of latrines: Inside walls shall be constructed of masonry or other non-


absorbent materials and shall be cement-washed inside and outside at least once a year.
The dates of cement washing shall be noted in a register maintained for the purpose and
kept available for inspection. Latrines shall have at least thatched roof.
9. Disposal of excreta: Unless otherwise arranged for by the local municipal authority,
arrangement for proper disposal of excreta by incineration at the workplace shall be made
by means of a suitable incinerator approved by the local medical, health and medical or
cantonment authorities. Alternatively, excreta may be disposed off by putting a layer of
night soils at the bottom of pucca tank prepared for the purpose and covering it with a 15
c.m. Layer of waste or refuse and then covering it with a layer of earth for a fortnight
(when it will turn into manure).

The CONTRACTOR shall, at his own expense, carry out all instructions issued to him by
the Engineer-in-charge to effect proper disposal of soil and other conservancy work in
respect of CONTRACTOR's work people or employees at the site. The CONTRACTOR
shall be responsible for payment of any charges which may be levied by municipal or
cantonment authority for execution of such work on his behalf.
10. Provision of shelters during rest : At every workplace shall be provided, free of cost,
four suitable sheds, two for meals and two others for rest, separately for use of men and
women labour. Height of each shelter shall not be less than 3 meters from the floor level
to lowest part of roof. Sheds shall be kept clean and the space provided shall be on the
basis of at least 0.5 sq.m per head.
11. Creches : At a place at which 20 or more women workers are ordinarily employed, there
shall be provided at least one hut for use of children under the age of 6 years belonging to
such women. Huts shall not be constructed to a standard lower than that of thatched roof,
mud floor and wall with wooden planks spread over mud floor and covered with matting.

Huts shall be provided with suitable and sufficient openings for light and ventilation. There
shall be adequate provision of sweepers to keep the places clean. There shall be two
dais in attendance. Sanitary utensils shall be provided to the satisfaction of local medical,
health and municipal or cantonment authorities. Use of huts shall be restricted to children,
their attendants and mothers of children.

Where the number of women workers is more than 25 but less than 50, the
CONTRACTOR shall provide at least one hut and one Dai to look after the children of
women workers.

Size of creche(s) shall vary according to the number of women workers employed.

Creche(s) shall be properly maintained and necessary equipment like toys etc. provided.

Page 629 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVI TO SCC
HRRL Page 5 of 5

12. Canteen : A cooked food canteen on a moderate scale shall be provided for the benefit of
workers wherever it is considered necessary.
13. Planning, setting and erection of the above mentioned structures shall be approved by the
Engineer-in-charge and the whole of such temporary accommodation shall at all times
during the progress of the works be kept tidy and in a clean and sanitary condition as per
requirements of the local bodies and to the satisfaction of the Engineer-in-charge and at
the CONTRACTOR's expense. The CONTRACTOR shall conform generally to sanitary
requirements of local medical, health and municipal or cantonment authorities and at all
time adopt such precautions as may be necessary to prevent soil pollution of the site.

On completion of the Work, the whole of such temporary structures shall be cleared away,
all rubbish burnt, excreta or other disposal pits or trenches filled in and effectively sealed
off and the whole of site left clean and tidy to the entire satisfaction of the Engineer-in-
Charge and at the CONTRACTOR's expense.
14. Anti-malarial precautions: The CONTRACTOR shall, at his own expense, conform to all
anti-malarial instructions given to him by the Engineer-in-Charge, including filling up any
burrow pits which may have been dug by him.
15. Enforcement: The Inspecting Officer mentioned in the Contractors' Labour Regulations or
any other officer nominated in his behalf by the Engineer-in-charge shall report to the
Engineer-in-charge all cases of failure on the part of the CONTRACTOR and or his sub-
contractors to comply with the provisions of these Rules either wholly or in part and the
Engineer-in-charge shall impose such fines and other penalties as are prescribed in the
conditions.
16. Interpretations etc: On any question as to the application, interpretation of effect of these
Rules, the decision of the Chief Labour Commissioner or Deputy Chief Labour
Commissioner (Central) shall be final and binding.
17. Amendments: Government/Corporation may, from time to time, add to or amend these
rules and issue such directions as it may consider necessary for the proper
implementation of these Rules or for the purpose of removing any difficulty which may
arise in the administration thereof.

Page 630 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVII TO SCC
HRRL Page 1 of 5

FORM OF CONTRACT
[ANNEXURE- XVII TO SPECIAL CONDITIONS OF CONTRACT]

Page 631 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVII TO SCC
HRRL Page 2 of 5

FORM OF CONTRACT

CONTRACT NO.:

THIS CONTRACT made at New Delhi/Jaipur this ………….. day of 20__ BETWEEN HPCL RAJASTHAN
REFINERY LIMITED, which was incorporated on 18th September, 2013, as a Joint Venture between
Hindustan Petroleum Corporation Limited (HPCL) and Government of state of Rajasthan, India with an
equity participation of 74% and 26% respectively, having its registered Office at Tel Bhavan, Sahkar Marg,
Lal Kothi Vistar Jyoti Nagar, Jaipur Rajasthan, India, PIN - 302005 (hereinafter referred to as the
“OWNER” which expression shall include its successors and assigns) of the One Part;

AND

____________________, a Company registered in India under the Indian Companies Act 1913/1956
having its registered office at ___________________ (hereinafter referred to as the “CONTRACTOR”) of
the other part:

WHEREAS

WHEREAS the OWNER issued Tender No.__________ for Residual Process Design, Detailed Engineering,
Procurement, Supply, Transportation, Storage, Fabrication, Construction, Installation, Testing, Pre-
commissioning, Commissioning, Performance, Guarantee Test Run and handing over of Unit for the
__________________________ of HPCL RAJASTHAN REFINERY LIMITED at ________________.

AND WHEREAS the Contract with respect to the said Tender has been awarded to the CONTRACTOR,
pursuant whereto, the CONTRACTOR has to make supplies of materials and to execute works and to
undertake services with the use of the said material as more specifically mentioned and described in the
Contract Documents as hereinafter defined.

AND WHEREAS it is desirable to have a formal Document setting out the documents which comprise the
Contract and determining certain other aspects as hereinafter appearing.

NOW, THEREFORE, THIS CONTRACT WITNESSETH as follows:

ARTICLE 1 CONTRACT DOCUMENTS

1.1 The Contract Document shall comprise the following:


(i) Letter Inviting Bid/Invitation to Bidder
(ii) Instructions to Bidder
(iii) General Conditions of Contract
(iv) Special Conditions of Contract (including the Scope of Work and Time Schedule)
(v) Specifications
(vi) Plans Exhibits _______ to _______
(vii) Drawings Exhibits _______to ________
(viii) Form of Contract
(ix) Form of Bid, including formats attached to the Form of Bid as embodied in the
CONTRACTOR’s final bid.
(x) Form of Schedule of Payment as embodied in the CONTRACTOR’s final bid.

Page 632 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVII TO SCC
HRRL Page 3 of 5

(xi) Addendum/Addenda to the Bid Documents


(xii) Notification of Acceptance of Bid
(xiii) Detailed Letter of Acceptance (including Statement of Agreed Variations and other
enclosures/annexures to the Detailed Letter of Acceptance).

1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have been
collectively marked Annexure ‘A’ while a copy of the Detailed Letter of Acceptance of Tender
alongwith Annexures thereto and a copy of Notification of Acceptance of Bid dated……………….are
annexed hereto & said copies have been collectively marked as Annexure-‘B’.

1.3 Where the CONTRACTOR is a Consortium of one or more entities or persons, all members of the
Consortium shall be jointly and severally liable for the performance of the Contract and of all
obligations of the CONTRACTOR arising under the Contract and for the discharge of all the
CONTRACTOR’s liabilities to the OWNER under or in respect of the Contract and any claim of the
OWNER without any limitation of liability as between the OWNER and the members aforesaid,
notwithstanding the existence of any agreement between the said members inter se limiting the
liability of any member for or in the performance of any duties or obligations under the Contract.

ARTICLE 2: SERVICES, SUPPLIES AND WORK

2.1 The CONTRACTOR shall make the Supplies specified in the Contract Documents upon the terms
and conditions and within the time specified in the Contract Documents.

2.2 The CONTRACTOR shall undertake the works and perform the services specified in the Contract
Documents upon the terms and conditions and within the time specified in the Contract
documents.
ARTICLE 3: PRICE AND COMPENSATION

3.1 Subject to and upon the terms and conditions contained in the Contract Documents, the OWNER
shall pay CONTRACTOR the price for the said supplies and Compensation for the said works and
services as specified in respect to each in the Contract Documents upon the satisfactory
completion of the said supplies and satisfactory performance of the services and/or otherwise as
may be specified in this behalf in the Contract Documents.

ARTICLE 4: JURISDICTION & GOVERNING LAW

4.1 Notwithstanding any other Court or Courts having jurisdiction to decide the question(s) forming
the subject matter of the reference if the same had been the subject matter of a suit, any and all
actions and proceeding arising out of or relative to the contract or any award arising therefrom,
shall lie only in the Court of competent civil jurisdiction in this behalf at New Delhi/Jaipur (where
this Contract has been signed on behalf of OWNER) and only the said Court(s) shall have
jurisdiction to entertain and try any such action(s) and/or proceeding(s) to the exclusion of all
other Courts.

4.2 The Contract shall be governed in all aspects by the law of the Republic of India, without
application of the doctrine of Renvoi.

Page 633 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVII TO SCC
HRRL Page 4 of 5

ARTICLE 5: ENTIRE CONTRACT

The Contract Documents mentioned in Article-1 hereof embody the entire Contract between the parties
hereto, and the parties declare that in entering this Contract they do not rely upon any previous
representation, whether express or implied and whether written or oral, or any inducement,
understanding or agreements of any kind not included within the Contract Documents and all prior
negotiations, representations, contracts and/or agreements and understandings are hereby cancelled.

ARTICLE 6: NOTICES

6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or
communication sought to be served by the CONTRACTOR on the OWNER with reference to the
CONTRACT shall be deemed to have been sufficiently served upon the OWNER notwithstanding
any enabling provisions under any law to the contrary, only if delivered by hand or by Courier to
the Engineer-in-Charge as defined in the General Conditions of Contract.

6.2 Without prejudice to any other mode of service provided for in the Contract Documents or
otherwise available to the OWNER, any notice, order or other communication sought to be served
by the OWNER on the CONTRACTOR with reference to the CONTRACT, shall be deemed to have
been sufficiently served if delivered by hand or through Courier to the principal office of the
CONTRACTOR at ______________________ or other address for service subsequently notified by
CONTRACTOR to the OWNER in this behalf in writing.
ARTICLE 7: WAIVER

No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in terms of the
CONTRACT or any obligation or liability of the CONTRACTOR in terms thereof, shall be deemed to be a
waiver of such right, remedy, obligation or liability, as the case may be, by the OWNER and
notwithstanding such failure or delay, the OWNER shall be entitled at any time to enforce such right,
remedy, obligation or liability, as the case may be.

ARTICLE 8: NON-ASSIGNABILITY

The Contract and benefits and obligations thereof shall be strictly personal to the CONTRACTOR and shall
not on any account be assignable or transferable by the CONTRACTOR.

ARTICLE 9: LANGUAGE OF CONTRACT AND COMMUNICATION

The language of the Contract shall be English and all communications, drawings, design, data, information,
codes specifications and other document whatsoever supporting the bid or otherwise exchanged under
the Contract shall be in English. In the event that any technical documentation is in any language other
than English, the document should be translated and presented to the OWNER/Engineer-in-Charge in
English and English document/translated document shall be regarded as the only authentic document.

ARTICLE 10: GOVERNMENT OF INDIA NOT LIABLE

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, obligations or rights thereunder. It is expressly understood and agreed
that the OWNER is an independent legal entity with power and authority to enter into contracts, solely in

Page 634 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XVII TO SCC
HRRL Page 5 of 5

its 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 the Government of India on any matter, claim,
cause of action or thing whatsoever arising out of or under this Contract.

ARTICLE 11: NO LIABILITY ON DIRECTOR AND EMPLOYEE

No Director, employee, consultant or agent of the OWNER or other person representing the OWNER or
acting on behalf of the OWNER in or pursuant to the Contract or in the discharge of any obligation to the
OWNER under the Contract or otherwise in relation to the Contract shall have any personal liability to the
CONTRACTOR or any Sub-Contractor, agent, representative, director or employee of the CONTRACTOR or
to any other person acting for or on behalf of the CONTRACTOR and the CONTRACTOR on its own behalf
and on behalf of its Sub- Contractors, directors, employees, agents and representatives hereby waives
and disclaims any and all right of action which it or they may have whether under tort or Contract or
otherwise against the OWNER or any director, employee, agent, consultant or representative of the
OWNER for act of omission or commission done or omitted to be done.

IN WITNESS WHEREOF THE PARTIES hereto have executed this Contract in duplicate at the place, day and
year first above written.

SIGNED & DELIVERED SIGNED & DELIVERED

FOR & ON BEHALF OF FOR AND ON BEHALF OF

HPCL RAJASTHAN REFINERY LTD. ___________________

(CONTRACTOR)

BY________________________ BY___________________________

(THIS DAY OF _______ 20___)

IN THE PRESENCE OF: IN THE PRESENCE OF :

1. 1.

2. 2.

Page 635 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XXIV TO SCC
HRRL Page 1 of 1

TAXES & DUTIES


[ANNEXURE- XXIV TO SPECIAL CONDITIONS OF CONTRACT]

Page 636 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XXIV TO SCC
HRRL Page 1 of 1

MODIFICATIONS TO “TAXES AND DUTIES” (Dated. 01/03/2019)

(I) Clause No. B.2.(a) stands replaced as under:-

“As per notification 50/2017 dt. 30th June 2017 (Sr. No. 409), the goods specified
in list 13 required for setting up crude petroleum refinery can be imported at
concession custom duty @ 5 %.

The project rate duty benefit of 5% custom duty can also be utilized under CTH
9801 (SL no. 601 of the notification) for imported goods and material. For this
purpose bidder are required to furnish the details like Description, Custom Tariff
Code (HSN Code), Value, quantity, country of origin, currency, port of discharge
etc.”

(II) Clause No. B.2.(j) stands replaced as under:-

“Owner will be providing Essentiality Certificate from Sponsoring Authority to the


Contractor for registering the contracts with Customs authorities under Project
Import Regulations. The Owner’s responsibility shall be limited to providing
Essentiality Certificate from Respective Authority only. It shall be the
responsibility of the contractor to get the project registered at the Port with the
Custom Authorities and obtain the project import certificate (PIC). Any
documentation or attestation required for the purposes of registering the contract
by the contractor shall be the responsibility of the Owner. In order to issue
Essentiality Certificate by Owner to contractor, the contractor shall furnish in
advance all necessary information/documentation / contract / purchase order
including documentation / contract / purchase order entered into with the sub –
contractors by the contractor, if any required for issuance of Essentiality
Certificate and accordingly the benefit of the project rate of custom duty shall also
be available to the sub -contractor of the contractor, provided the trail of all the
contracts / purchase orders amongst vendor, sub–contractor, contractor and
project owner is submitted with the Respective authority.”

Page 637 of 3856


Page 638 of 3856
Page 639 of 3856
Page 640 of 3856
Page 641 of 3856
Page 642 of 3856
Page 643 of 3856
Page 644 of 3856
Page 645 of 3856
B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XXV TO SCC
HRRL Page 1 of 2

TERMS & CONDITIONS FOR POST WARRANTY


COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (PWCAMC)
[ANNEXURE- XXV TO SPECIAL CONDITIONS OF CONTRACT]

Page 646 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XXV TO SCC
HRRL Page 2 of 2

NOT APPLICABLE

Page 647 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XXVI TO SCC
HRRL Page 1 of 1

LAND, POWER, WATER AND OTHER FACILITIES


[ANNEXURE- XXVI TO SPECIAL CONDITIONS OF CONTRACT]

Page 648 of 3856


Annexure-XXVI TO SCC

LAND, POWER, WATER AND OTHER FACILITIES

1.1 Land for Construction of project facilities, fabrication yard, and field office
/Warehouse shall be provided FREE OF COST to a maximum of 60,000 Sq.M by
Owner within HRRL’s Project site as per Instruction of Engineer In-Charge based
on assessment of quantum of work. Land shall not be provided for Labour colony
and other residential purpose. The CONTRACTOR shall be responsible to arrange
at his own cost and initiation within the scope of work, all facilities necessary for
performance of the work including (but not limited to) water, power, transportation,
handling and construction equipment, vehicles, etc. If contractor need more land
than the land allotted by Engineer In-Charge , same shall arrange at their own cost.

1.2 The OWNER does not warrant or undertake the provisions of any facility
aforesaid or otherwise whatsoever to the CONTRACTOR or assistance in
obtaining, procuring the same or other assistance whatsoever for or in the
performance or testing the work(s) and the CONTRACTOR shall not imply by
conduct, expression or assurance or by any other means any promise or obligation
on the part of the OWNER contrary to the provisions hereof, and any such promise
or obligation understood by the CONTRACTOR shall not be binding upon the
OWNER.
1.3 Any assistance which the OWNER renders to the CONTRACTOR, in terms
hereof or otherwise relative to the work by provision of any facility, water, power,
transportation, tools, vessels, vehicles, construction and/or testing equipment and
machinery, provision of land for quarries or borrow areas or for CONTRACTOR’s
Office, godown(s), workshop(s) or accommodations and/or access road(s) or
otherwise howsoever in the performance or testing of the work(s), shall be, without
any attendant obligation upon the OWNER or liability on the OWNER for any failure,
omission, delay or refusal in providing or continuing to provide the same, and shall
not for any cause afford a basis of defence to the CONTRACTOR for any breach
by the CONTRACTOR of any of his obligations under the Contract or a ground for
extension of time for completion.
1.4 After the completion of the works, certain areas shall be declared as Restricted
Areas by the OWNER. If the CONTRACTOR is still in location or occupation of any
such Restricted Area, the CONTRACTOR shall vacate the same forthwith on
being required to do so by the OWNER, and meanwhile shall at all times comply

Page 649 of 3856


with and ensure strict compliance with all regulations as the OWNER may from
time to time issue with reference to such Restricted Area(s).

1.5 The CONTRACTOR shall, at his own costs and initiative, on completion
or prior determination of work or otherwise during execution of the work, if required
by the Engineer- in-Charge because of hindrance caused thereby or for any other
cause, forthwith remove or re-route the distribution lines, installations and/or works
or part(s) thereof, as the case may be required to be removed or re-routed.

1.6 POWER

1.6.1 Without prejudice the provisions of clause No. 1.1 to 1.5 above, subject to availability,
construction power shall be supplied by OWNER on chargeable basis at single point
near the battery limit. All onward power distribution from the locations of issue of power
shall be by the CONTRACTOR. However, non-availability of construction power due
to delay in commissioning of OWNER’s construction power system or due to any other
reasons shall not entitle the CONTRACTOR for any claim on OWNER on account of
time and cost implications. Contractor shall make his own back-up arrangement for
continuous power supply.

1.6.2 The cost of power supply shall be recovered by the OWNER every month at the rate
of Rs. 12.5 per KW Hour (without prejudice to any other mode of recovery available to
the OWNER) by deduction from the CONTRACTOR’s bills along with any applicable
Taxes. The energy meter to be installed by the CONTRACTOR shall be tested and
certified by State Electricity Board or any other agency approved by the OWNER. The
Construction power as above shall be made available to the CONTRACTOR and no
time extension or compensation shall be payable on account of grid disturbance.
Therefore, the CONTRACTOR shall within the price of services make alternate
arrangement to cope with such eventuality. Additional power, if required, to meet the
contractual requirements, shall be arranged by the CONTRACTOR at its own cost.
Contractor shall install Capacitor Bank for improving the Power Factor.”

1.6.3 Construction power and its distribution as required, including power for owner / PMC’s
offices shall be arranged by contractor and cost of the same shall be deemed to be
inclusive in the Lumpsum Price. Non-availability of construction power due to any -
reasons shall not entitle the CONTRACTOR for any claim on OWNER on account of

Page 650 of 3856


time and cost implications. Contractor shall make his own back-up arrangement for
continuous power supply.
1.6.4 The CONTRACTOR shall, at his own costs and initiative, on completion or prior
determination of work or otherwise during execution of the work, if required by the
Engineer-in-Charge because of hindrance caused thereby or for any other cause,
forthwith remove or re-route the distribution lines, installations and/or works or part(s)
thereof, as the case may be required to be removed or re-routed.
1.6.5 All arrangements for the distribution or power from source and the work relative there
to shall be made, performed and/or installed in conformity with Indian Electricity Act
and other applicable Laws and Regulations governing the supply and transmission,
distribution of electricity and shall be subject to prior approval by the Engineer-in-
Charge.
1.6.6 Power arranged by CONTRACTOR shall be entirely at the risk of the CONTRACTOR
with respect to continuity and regularity of supply, maintenance of voltage and
adequacy of load and frequency and CONTRACTOR shall not be entitled for any
compensation, damages, extension of time or otherwise on ground of grid
disturbances, discontinuance, fluctuation of voltage or inadequacy of load or frequency
or any other cause whatsoever.

1.7 WATER

1.7.1 Construction water / Potable water shall be arranged by contractor, including the water
required for HRRL / EIL site office. Contractor shall make his own arrangement for
adequate supply, transportation through tankers, storage and distribution of the same
to avoid any stoppage of work. CONTRACTOR shall make their own arrangement for
construction water and cost of the same shall be deemed to be inclusive in the
Lumpsum Price.
1.7.2 The CONTRACTOR shall, at CONTRACTOR’s own cost and initiative provide suitable
pumping installations and piping for the transportation of water to and distribution at
the CONTRACTOR’s place or work.
1.7.3 Such installations, pipes and other equipment shall be laid out / installed by the
CONTRACTOR only with the prior approval of the Engineer-in-Charge so as not to
interfere with the layout and progress of the other construction work at the site and
access to or about the job site.
1.7.4 The CONTRACTOR shall forth with on completion of the work or earlier determination
of the Contract or during the execution of the work(s), if so required by the Engineer-

Page 651 of 3856


in-Charge, on grounds of hindrance or obstruction caused thereby or other cause
whatsoever at his/its own cost and initiative remove or re-route, as the case may be,
any installation, pipes and / or other equipment put up or erected by the
CONTRACTOR for the transportation and / or distribution of water, and fill any
trenches, ditches or other excavations done by the CONTRACTOR for the purpose
thereof and restore the site to the same condition in which it was prior to the
installation.

1.7.5 Drinking Water for the contract labour, sub-contractors and employees of the
CONTRACTOR, HRRL / EIL officials and their supporting staff shall be in the
scope of Contractor and cost of the same shall be deemed to be inclusive in the
Lumpsum Price.
1.7.6 Without prejudice the provisions of clause No. 1.1 to 1.5 above, the Water
Required for, Hydro testing of feed water pipeline may be provided by OWNER
based on the availability. Further Owner does not guarantee the supply of above
water and this does not relieve CONTRACTOR of his responsibility in making his
own arrangement and for the timely completion of the various works as stipulated.
1.7.7 In case water provided by Owner to contactor, the Charges of Water shall be recovered
from the LSTK Contractor’s bills @ Rs. 26.62 per M3 plus applicable Taxes. Water will
be available at water tanker filling facility, at Nagna about 50 km from Project site,
established by M/s PHED’s on behalf of HRRL. Above facility is already operational.
Contractor shall make his own arrangement for transportation through tankers, storage
and distribution of the same up to point of use to carrying out his scope of work. Cost of
construction water, including transportation etc shall be deemed to be inclusive in the
Lumpsum Price.

In case water is not available from above facility during execution of contract,
CONTRACTOR shall arrange requisite quality water on his own during such interim
period with prior approval of Engineer-in-charge for timely completion of the various
works as stipulated.

CONTRACTOR shall remove all temporary installation / construction, if any, for bringing
construction water up to point of use and restore the site to the same condition in which
it was prior to the installation / construction.

1.8 LAND FOR FABRICATION YARD & WAREHOUSE FOR MATERIALS

Page 652 of 3856


1.8.1 LAND ARRANGED BY THE CONTRACTOR

i. The additional land as required by CONTRACTOR shall have to be arranged by the


CONTRACTOR The land shall be leased/subleased by the CONTRACTOR in their
name. Any applicable Taxes shall be borne by the CONTRACTOR and shall be directly
paid to concerned authorities. Any claim to OWNER by concerned authorities shall be
recovered from the LSTK Contractor’s bills. All applicable taxes shall be included in
the quoted lumpsum price by the CONTRACTOR.
ii. The land so arranged by the CONTRACTOR to meet their additional requirement
needs any development shall be carried out by the Contractor without any Cost to
Owner, Contractor shall be responsible for arranging water, power, and security of this
land and payment of bills of these utilities.
iii. Material received in the subject area shall be deemed to be received at Project site for
availing payment as per Payment Terms Annexure X in clause 3.2.1(ii) & 3.2.1(iii).
iv. The CONTRACTOR shall be providing Bank Guarantee against invoices raised by the
CONTRACTOR for the services and material receipt outside the Project Site. Detailed
procedure for the same shall be provided to the successful bidder on award of contract.
v. Contractor shall be responsible for maintaining the terms and condition of agreement
of lease during usages of this land and shall be responsible for payment of all utilities
including power, water and taxes for usages of land if applicable. In case of any dispute
during the leased period, the same shall be settled by the CONTRACTOR of their own.
The CONTRACTOR shall submit proof of payment of taxes, water charges, electricity
charges, lease rentals to the land owner, on a periodic basis, at least every 6 months.
vi. CONTRACTOR after leaving the land and handing over the land back to landowner as
per the terms of agreement shall be required to submit all clearance certificate as
issued by the Land Owner / Municipal authority/ Electricity supplier/Water supplier. Any
dues if reported by the Landowner / Municipal authority / Electricity supplier / Water
supplier / tax authorities shall be deducted by CLIENT from the final bill.
vii. And the final payment against this contract shall be released only after obtaining no
dues / no claims from the land owner, and other statutory authorities.
viii. Leased agreement before being signed off with the land owner shall be required to be
reviewed by OWNER and shall require concurrence of OWNER.
ix. The CONTRACTOR shall indemnify OWNER and their Consultants for any dispute,
claim from any statutory authority or others.
x. The cost of development of such land making suitable for the intended use shall be
deemed inclusive in the Lumpsum Price.

Page 653 of 3856


1.8.2 Notwithstanding anything herein provided, the provisions of clause hereof and related
Clauses applicable consequent upon termination of contract, shall apply to any breach
by the CONTRACTOR of his obligations, within the provisions of Clauses 1.4, 1.5,
1.7.4 hereof as to a breach of clause 40.5 of SCC.

1.8.3 LAND FOR SITE OFFICE AND RESIDENTIAL ACCOMMODATION


i. No land shall be provided by Owner for Site office and Residential accommodation.
The CONTRACTOR shall at its own cost and initiative arrange land for residential
accommodation for its staff and workers and the price of services shall be deemed
inclusive of the same.
ii. Office set-up for 8 representatives of OWNER / PMC shall be provided by
CONTRACTOR
iii. HSE for Labour considering Labour colony including sanitation, drinking water,
Lighting, Roads, dispensary, canteen, Power supply, cleaning, Toilets etc. shall be in
CONTRACTOR’S Scope, and the CONTRACTOR shall adhere to all safety norms / all
statutory requirements as per the Government / Statutory guidelines and the provisions
of the Bidding Documents

1.9 ACCESS TO SITE


1.9.1 The CONTRACTOR shall at his own cost and initiative arrange for and provide any
access to the work area and stringing or other yards for labour, equipment and material
as may be necessary for any cause in addition to the ingress and egress available
through public highways. Any arrangements in respect thereof as may be entered
into by the CONTRACTOR with any person interested in the land through which
access is sought, shall be in writing and a copy of the writing (certified by or on behalf
of the CONTRACTOR to be true copy thereof) shall forthwith be lodged with the
OWNER. Such a writing shall specifically stipulate that the OWNER shall not be
responsible for any claims under the Contractor for any damage, loss or injury to the
workers or land/any material, item or thing there on or in, and the CONTRACTOR shall
keep the OWNER / Consultant indemnified from and against any claim, action or
proceedings in respect thereof.
1.9.2 The CONTRACTOR shall at his own cost and initiative arrange for and obtain all
necessary permissions, permits, E-way bills, if applicable, consents, and licenses as
may be necessary to transport the materials, tools, equipment, machinery and labour
along or across any highway, roadway, or other way, or railway, tramway, bridge,
dyke, dam or embankment, or lake, pond, canal, river, state terminal, or other line,
border or barrier.

Page 654 of 3856


STANDARD No.

311 ENGINEERS CONDITIONS FOR ISSUE AND
$fg-ar INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
,>iwn Jw9.-11 IA Govt ot Intlia UndertakIng)
Page 1 of 9

ffl"ilaT V"4'
2Tg'

CONDITIONS FOR ISSUE AND


RECONCILIATION OF MATERIALS

j .04"
XN"fr..
1 24.01.2014 Reaffirmed & Issued as Standard SM DJ RKD SC
Doc. No. 6-10-0001 Rev 0 has been revised
0 21.05.2008 AS GKI SCB VC
and issued as Standard
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 655 of 3856


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
011eg INDIA LIMITED RECONCILIATION OF MATERIALS
IA Govt of Indta Undertakingt
7-82-0001 Rev. 1
Page 2 of 9

Abbreviations:

MS Mild Steel

OFC Optical Fibre Cable

OTDR Optical Time Domain Report

Construction Standards Committee

Convenor: Sh. RK Das, ED (Construction)

Members : Sh. M Deshpande, GM (Construction)


Sh. M Natarajan, GM (C&P)
Sh. Rakesh Nanda, GM (Piping)
Sh. S Mukherjee, DGM (Construction)
Sh. Janak Kishore, DGM (Projects)
Sh. D Jana, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 656 of 3856


STANDARD No.
01 ENGINEERS CONDITIONS FOR ISSUE AND
INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
* IA Govt ol Indo Undertakmg)
Page 3 of 9

CONTENTS

1.0 CONDITIONS FOR ISSUE OF MATERIALS 4

2.0 RETURN OF UNUSED MATERIAL/ SCRAP 4

3.0 CEMENT 5

4.0 REINFORCEMENT BARS /STRUCTURAL STEEL/PLATES 5

5.0 PIPING MATERIALS 6

6.0 EQUIPMENTS 7

7.0 CABLES 7

8.0 LINE PIPES 7

9.0 OPTICAL FIBRE CABLE 8

10.0 OFC JOINTING KITS 9

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 657 of 3856


STANDARD No.
J11 ENGINEERS CONDITIONS FOR ISSUE AND
$g-
arfffl
1.12,1
Erdg INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
IA Govt of Indo Underlakingt
Page 4 of 9

1.0 CONDITIONS FOR ISSUE OF MATERIALS

Whenever any material is issued by Owner, following conditions for issue of material in
addition to other conditions specified in the contract shall be applicable:

1.1 Necessary indents shall be raised by the Contractor as per procedure laid down by the
Engineer-in-Charge from time to time, when the materials are required for incorporation in
permanent works.

1.2 Materials shall be issued only for permanent works and not for temporary works, enabling
works etc. unless specifically approved by the Engineer-in-Charge.

1.3 The Contractor shall bear all other cost including lifting, carting from issue points to work
site/Contractor's store, custody and handling etc. and return of surplus/serviceable scrap
materials to Owner's storage points to be designated by the Engineer-in-Charge. No separate
payment for such expenditure shall be made.

1.4 No material shall be allowed to be taken outside the plant without a gate pass.

1.5 The Contractor shall be responsible for proper storage, preservation and watch & ward of
the materials.

2.0 RETURN OF UNUSED MATERIAL/ SCRAP

2.1 All unused/scrap materials shall be the property of the Owner and shall be returned in good
and acceptable condition category wise by the Contractor at his own cost to Owner's Store(s).

2.2 No credit shall be given to the Contractor for return of scrap. The Contractor should quote the
rates accordingly. Contractor shall make his own arrangements for weighing the cut offs to be
returned to Owner's stores.

2.3 In case the Contractor fails to return unused materials/ accountable scrap, then recovery for
such quantity of materials, not returned by the Contractor shall be affected at following penal
rates from the Contractor's bilis or from any other dues of the Contractor to the Owner:

S.
Material Penal Rates
No.

(a) Penal rate for non return of accountable scrap


1. Issue Rate + 25%
Penal rate for return of serviceable materials in or
(b)
excess of permitted % allowances Landed Rate + 25%
(in case issue rate are not
Penal rate for issuance of unplanned OFC jointing indicated in the contract)
(c)
kits

Penal rates for non return of Unused material and Twice the Issue Rates
(a) or penal rate for generating scrap in excess of or
2. permitted % allowances Twice the Landed Rates
(in case Issue Rates are
Penal rate for using excess amount of materials not indicated in the
(b)
like cement than permitted % allowances Contract)

NOTE : 1) Landed Rate shall be arrived from the latest Purchase Order of respective
material received at site by Owner/EIL.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 658 of 3856


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
5fg-ar 2154--cg INDIA LIMITED
IA GoN of Ind■O Undenak.g)
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
Page 5 of 9

2) In case more stringent penal rates have been indicated elsewhere in the
Contract (based on Project requirement), the same shall supersede the above
rates.

3.0 CEMENT

3.1 Cement as received from cement Manufacturer/Stockists shall be issued to the Contractor.
The theoretical weight of cement in each bag for issue purpose shall be considered as 50 Kg or
20 bags per MT. However, cement bags weighing upto 4% less shall be accepted by the
Contractors and charged for as full bag.

3.2 The Contractor is required to submit the design mix for different grades of concrete, keeping
in view the requirements stipulated in IS:456 and IS 10262, specifically regarding durability,
slump and water cement ratio and specific gravity of materials brought to site as analyzed in
the laboratories. The design shall be based upon absolute volume method and theoretical
consumption of cement shall be worked out on this basis. For other than concrete items, the
coefficients for consumption of cement shall be adopted as per CPWD practice.

3.3 The permissible variation between Cement actually used on the job and theoretical
consumption worked out on the basis stipulated in above para 3.2 and as determined by
Engineer-in-Charge shall be 3% (Three percent only).

If the actual consumption is more than 103% of the theoretical consumption, then recovery at
the penal rates for the quantity of cement beyond the limit of 103% of theoretical consumption
shall be affected as per clause 2.3 above.

3.4 Unused quantity of cement shall be returned by the Contractor to the Owner's stores in good
condition only.

3.5 The Contractor shall maintain a good store for storing cement issued to him. The flooring of
the storage house, the clearances of cement bags from the side walls/ floor & stack height etc.
shall be as instructed by the Engineer-in-Charge.

3.6 The contractor shall maintain a Cement Register in prescribed format and update the entries
on daily basis.

3.7 The cement store shall be offered for inspection and verification by the Engineer-in-Charge or
his authorized representative at any time when the Engineer-in-Charge feels the need to do so.

3.8 Empty cement bags shall be the property of the Contractor and shall have to be disposed off
by him.

4.0 REINFORCEMENT BARS / STRUCTURAL STEEL / PLATES

4.1 The scrap allowance for the reinforcement bars/structural steel including steel plate issued by
the Owner, shall be total 3% (2.5% accountable and 0.5% unaccountable) of the actual
consumption as incorporated in the works.

4.2 All serviceable reinforcement bars/structural steel/steel plates shall be issued in available
length/shapes/sizes and no claims for extra payment on account of issue of non-standard
lengths/shapes/sizes and bending etc. shall be entertained. Reinforcement bars and structural
steel shall be issued on weighment basis as per normal warehousing practice. In exceptional
circumstances, the reinforcement bars/ structural steel, if issued on linear measurement, the IS
coefficients for unit weight shall be considered. For the purpose of billing and accounting,
only linear measurements shall be taken and weight shall be calculated as per IS coefficients
in three decimals. The difference in unit weight as per IS and actual as issued, if any, shall be

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 659 of 3856


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
--,112-
$Igu g INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
-„„,,„-„, (A Govt ot Ind(o Itoeonotoo9)
Page 6 of 9

to Contractor's account and Contractor is deemed to have considered the same at the time of
bidding.

4.3 Reinforcement bars/structural steel/steel plates shall be issued only for those items where
Owner's supply has been specifically mentioned in Schedule of Rates/ Scope of Supply. The
storage of these items shall be done in such a way so as to avoid rusting/ damage to any kind
to the materials.

4.4 All reinforcement bars/structural steel (except M.S. Plates) in length of 2 meters and above
shall be considered as serviceable materials provided the material is in good and acceptable
condition. Reinforcement bars/structural steel section (except M.S. Plates) in lengths less than
2M shall be treated as scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

4.5 For the purpose of accounting of the plates, all plates measuring not less than 1 Sq.m in area
and having any dimensions not less than 200mm when returned to Owner's store, shall be
considered as serviceable material. All other pieces shall be treated as wastage/scrap. The
Contractor shall prepare a plate cutting diagram in such a way that the minimum scrap is
generated. Also the cut plates should be used at proper places to reduce the scrap.

4.6 The serviceable cut pieces as mentioned in 4.4 & 4.5 above shall be considered as unused
material for reconciliation purpose.

4.7 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

5.0 PIPING MATERIALS

5.1 All serviceable pipes shall be issued in available lengths/shapes and no claims for extra
payments on account of issue of non-standard length & shape shall be entertained. Pipes shall
be issued on linear measurement basis. All valves, flanges, fittings etc. shall be issued on
number(s) basis. Contractor shall store the materials in such a way so as to avoid mixing of
different types of material and shall maintain complete identification and traceability at all
times.

5.2 The scrap allowance for pipes issued by the Owner shall be 3% (2.5% accountable + 0.5%
unaccountable) of the actual consumption as incorporated in the works.

5.3 All pipes in length of 2 meters and above shall be considered as serviceable material provided
the material is in good and acceptable condition and has clear identification and traceability
(Manufacturer's name, heat number/batch number and test certificates). Pipes in lengths less
than 2M shall be treated as scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

5.4 All unused/scrap pipes, valves, flanges, forged fittings like elbows, reducers tees shall be
returned by the Contractor category wise duly cleaned, greased and spec. marked at his own
cost to Owner's stores.

5.5 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 660 of 3856


STANDARD No.
,31 --1 ENGINEERS CONDITIONS FOR ISSUE AND
fêt2s
(~ C1,01,,
1,
1 .345n.
INDIA LIMITED
(A Govt of Indo undertakmg)
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
Page 7 of 9

6.0 EQUIPMENTS

Various equipment/materials intended for the installation shall be received by Owner in


unpacked, skid mounted, crated, packed or loose condition and shall be stored in the
warehouses and open yards. In general, materials shall be issued to the Contractor in `as
received' condition. It shall be the Contractor's responsibility to draw, load and transport all
materials from Owner's designated places of issue to the point of installation and return all
packing materials like steel frames, wooden boxes/scrap etc. to Owner's stores.

All materials supplied by the Owner shall be duly protected by the Contractor at his own cost
with appropriate preservative like primer, lacquer coating, grease etc. as required.

7.0 CABLES

Appropriation of cables shall be done as follows:

7.1 Al1 the surplus and serviceable cables out of the cables quantity(ies) issued by the Owner to
the Contractor shall be returned by the Contractor to the Owner's store in good condition and
as directed by the Engineer-in-Charge.

7.2 The Contractor shall be allowed a cutting/wastage allowance (accountable scrap) of 1.5% for
power cables and 3% for the control cables. This cutting/wastage allowance shall be
computed on the length of cables actually laid, measured and accepted.

7.3 All cables being returned to store should carry Aluminium sheet tags indicating the size &
type of cable. Cables of less than 15 meters length shall be termed as scrap. Cables of lengths
15M and above shall be termed as serviceable material & shall be returned size wise and
category wise to the Owner's store in wooden drums. Cables of serviceable length being
returned to stores in drum(s) shall be accepted only after Megger value continuity test and
physical measurement is carried out by the Contractor to the satisfaction of Engineer-in-
Charge. Empty cable drums and major packing material (as decided by Engineer-in-charge)
shall be Owner's property and shall be returned to Owner's Store/designated place without
any additional cost.

The contractor shall strive to avoid generation of cut pieces of length 15m and above, as far as
practicable, by effectively planning & executing the construction works.

7.4 While carrying out material appropriation with the Contractor, the above points shall be taken
into account. All serviceable materials returned by the Contractor (size wise & category wise)
shall be deducted from the quantity(ies) issued to the Contractor for the respective sizes.
Scrap generated for power cable and control cable shall also be returned to Owner's store on
Lot basis. Wherever applicable, the recovery at penal rates as per clause 2.3 above shall be
affected from the contractor.

8.0 LINE P1PES

8.1 All bare/ coated line pipes as per Line Pipe specifications shall be issued on linear
measurement basis. The serviceable line pipes shall be issued in available lengths and shapes
and no claim for extra payment on account of issue of non-standard length and shape shall be
entertained. Contractor shall store and maintain the line pipes in proper manner to avoid
mixing of different classes of pipes. Contractor shall maintain complete identification and
traceability at all times. Al1 cut pieces when returned to Owner's storage points after beveling,
shall be considered as serviceable material provided:

a) Corrosion Protection Coating is intact.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 661 of 3856


STANDARD No.
k5-1
1 2,zi& ENGINEEFZS CONDITIONS FOR ISSUE AND
$1g-ar 22-
rt~dg-
Nyry INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
Govt ol Indo Undettakingt
Page 8 of 9

b) Pipe pieces have pipe specifications, manufacturer's logo/name and heat number duly
authenticated with hard stamp of the authorized inspector as per approved procedure.

A11 cut pieces of pipes measuring less than 2 M shall be treated as wastage/scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

8.2 For the purpose of accounting of bare/ coated line pipes, following allowances shall be
permitted:

a) Unaccountable wastage
- upto 100 Km 0.1%
- 101 to 500 Km 0.07%
- beyond 500 Km 0.05%

b) Scrap (All cut pieces of pipes measuring 0.25%


less than 2 Meter)

c) Serviceable materials (All cut pieces of pipe 0.5%


measuring 2 Meter and above)

The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.

8.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

9.0 OPTICAL FIBRE CABLE

9.1 For the purpose of accounting of optical fibre cable, all cut pieces measuring in length of 40 m
and above when retumed to Owner's storage points shall be treated as serviceable materials.
All cut pieces of cable measuring less than 40 M shall be treated as scrap.

For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be
permitted:

a) Unaccountable wastage 0.5%


b) Scrap (A11 cut pieces of cables measuring less than 40 M) 0.25%
c) Serviceable material (measuring 40m to 750m) 0.25%

The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.

Cables returned in original drum (measuring 750m and above) with Optical Time Domain
Report (OTDR) shall be considered as unused material.

9.2 The contractor shall strive to avoid generation of cut pieces of length 40m and above, as far as
practicable, by effectively planning & executing the construction works.

9.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 662 of 3856


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
IA Govt of Indo Undertaking)
Page 9 of 9

10.0 OFC JOINTING KITS

The Contractor shall make a schedule for use of Cable jointing kits and get the same approved
from Engineer-in-charge. The quantity mentioned in this schedule shall be termed as
`planned' usage quantity which shall be issued to the Contractor. However, any jointing based
on site requirements as decided by Engineer-in-charge shall be included in planned quantity.

Any unplanned jointing required to be carried out by the Contractor due to reasons not
attributable to Owner/EIL shall be issued from spare quantity, if available with Owner. Such
unplanned OFC Jointing Kits shall be charged from the contractor at penal rates as per clause
2.3 above.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 663 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XXVII TO SCC
HRRL Page 1 of 1

CONDITIONS FOR ISSUE AND RECONCILIATION


OF MATERIALS
[ANNEXURE- XXVII TO SPECIAL CONDITIONS OF CONTRACT]

Page 664 of 3856


B224 : RAJASTHAN REFINERY PROJECT (RRP) ANNEXURE – XXVIII TO SCC
HRRL Page 1 of 1

PRICE REDUCTION FOR DELAY IN ACHIEVING


INTERMEDIATE MAJOR MILESTONE
[ANNEXURE- XXVIII TO SPECIAL CONDITIONS OF CONTRACT]

Page 665 of 3856


PRS Milestones for Package -6: Intermediate, Product, Slop oil Tank Dyke
(Duration- 24 Months)

PART-A

Description Duration from Max. PRS in % (Percent of


Date of Award total lumpsump price s per
of Contract SOP format, SP-0
Completion of Tank Pads / 12 Month 0.24
Foundations
Commencement of Tank plate 08 Month 0.24
fabrication
Commencement of Tank plate 10 Month 0.24
erection / Welding
Commencement of hydro-test 16 Month 0.24
Completion of fire fighting system 22 Month 0.24
Total 1.2

PART-B

Description Duration from Max. PRS in % (Percent of


Date of Award total lumpsump price s per
of Contract SOP format, SP-0
Completion of Tank Pads / 12 Month 0.24
Foundations
Commencement of Tank plate 08 Month 0.24
fabrication
Commencement of Tank plate 10 Month 0.24
erection / Welding
Commencement of hydro-test 16 Month 0.24
Completion of fire fighting system 22 Month 0.24
Total 1.2

Page 666 of 3856


HPCL Rajasthan Refinery Limited

GENERAL TERMS & CONDITIONS


OF WORKS CONTRACT
For EPCC/LSTK Works

B224-GCC-LSTK-Rev.0
25-FEB-2019

Page 667 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

GENERAL TERMS & CONDITIONS OF WORKS CONTRACT


1 PRELIMINARY

1.1 This is a Contract for execution of job as defined in tender document at the specified
location

1.2 The tenderer for the abovementioned item of work is the company/ proprietary
concern/ individual (as per details & address mentioned in the unpriced bid) and
undersigned (digitally) is authorized to submit the bid on behalf of tenderer.

1.3 The terms and conditions mentioned hereunder are the terms and conditions of the
Contract for the execution of the work mentioned under item 1.1 above.

1.4 It is the clear understanding between Hindustan Petroleum Corporation


Limited and the tenderer that in case the bid of tenderer is accepted by
Hindustan Petroleum Corporation Limited and an intimation to that effect is so
issued and also a Procurement Order is on the tenderer this document shall
form part of the Contract between the parties and terms and conditions hereunder
would govern the parties interest.

1.5 Interpretation of Contract Documents: All documents forming part of the Contract are
to be taken mutually explanatory. Should there be any discrepancy,
inconsistency, error or omission in the contract, the decision of the Owner/Engineer-
in-Charge/Site-in-Charge shall be the final and the contractor
shall abide by the decision. The decision shall not be arbitrable. Works shown
upon the drawings but not mentioned in the specification or described in the
specifications without being shown on the drawings shall nevertheless be deemed to
be included in the same manner as if they are shown in the drawings and
described in the specifications.

1.6 Special conditions of Contract : The special conditions of contract, if any


provided and whenever and wherever referred to shall be read in conjunction with
General Terms and Conditions of contract, specifications, drawings, and any other
documents forming part of this contract wherever the context so requires.
Notwithstanding the subdivision of the documents into separate sections, parts
volumes, every section, part or volume shall be deemed to be supplementary or
complementary to each other and shall be read in whole. In case of any
misunderstanding arising the same shall be referred to decision of the Owner/ Engineer-
in-Charge/Site-in-Charge and their decision shall be final and binding and the
decision shall not be arbitrable.

It is the clear understanding that wherever it is mentioned that the Contractor shall
do/perform a work and/or provide facilities for the performance of the work, the doing
or the performance or the providing of the facilities is at the cost and expenses of
the Contractor not liable to be paid or reimbursed by the Owner.

1|Page
Procurement Manual HPCL, Mumbai

Page 668 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

® 1.7 The Order of Precedence of documents shall be as follows with document at level 1 having the
highest precedence (Refer Annexure 22 – Govt. Guideline Sr. No. 12)

1. Contract Agreement
2. Detailed Letter of Acceptance along with its enclosures
3. Letter of Award / Fax of Acceptance
4. Job Specifications (specific to particular job only)
5. Drawings
6. Special Conditions of Contract
7. Technical Specifications
8. Instructions to Bidders
9. General Conditions of Contract
10. Other Documents

Any amendment / change order issued after signing of formal contract shall take precedence
over respective clauses of the formal contract and its annexures

2. DEFINITIONS
In this contract unless otherwise specifically provided or defined and unless a contrary intention
appears from the contract the following words and expressions are used in the following
meanings;

2.1 The term "Agreement" wherever appearing in this document shall be read as
"Contract".
2.2 The "Authority" for the purpose of this Contract shall be the Chairman and
Managing Director or any other person so appointed or authorised.
2.3 The "Chairman and Managing Director" shall mean the Chairman and Managing
Director of HINDUSTAN PETROLEUM CORPORATION LIMITED or any person so
appointed, nominated or designated and holding the office of Chairman &
Managing Director.
2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge or by
Owner to effect additions to or deletion from or alterations into the Work.
2.5 The "Construction Equipment" means all appliances and equipment of
whatsoever nature for the use in or for the execution, completion, operation or
maintenance of the work except those intended to form part of the Permanent
Work.
2.6 The "Contract" between the Owner and the Contractor shall mean and include all
documents like enquiry, tender submitted by the contractor and the procurement
order issued by the owner and other documents connected with the issue of the
procurement order and orders, instruction, drawings, change orders, directions
issued by the Owner/Engineer-in-Charge/Site-in-Charge for the execution, completion
and commissioning of the works and the period of contract mentioned in the Contract
including such periods of time extensions as may be granted by the owner at the
request of the contractor and such period of time for which the work is continued by
the contractor for purposes of completion of the work.
2.7 "The Contractor" means the person or the persons, firm or Company whose tender has
been accepted by the Owner and includes the Contractor's legal heirs,
representative, successor(s) and permitted assignees.

® REVISION: PROC-021/01.07.2017

2|Page
Procurement Manual HPCL, Mumbai

Page 669 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

2.8 The "Drawings" shall include maps, plans and tracings or prints thereof with any
modifications approved in writing by the Engineer-in-Charge and such other
drawings as may, from time to time, be furnished or approved in writing by the
Engineer-in-Charge.
2.9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or
designated as such by the Owner and shall include those who are expressly authorised
by the owner to act for and on its behalf.
2.10 "The Owner" means the HINDUSTAN PETROLEUM CORPORATION LIMITED
incorporated in India having its Registered office at PETROLEUM HOUSE, 17,
JAMSHEDJI TATA ROAD, BOMBAY - 400020 and Marketing office at the
address mentioned for this purpose in the tender header or their successors or assignees.
2.11 The "Permanent Work" means and includes works which form a part of the work to
be handed over to the Owner by the Contractor on completion of the contract.

2.12 The "Project Manager" shall mean the Project Manager of HINDUSTAN
PETROLEUM CORPORATION LIMITED, or any person so appointed, nominated or
designated.

2.13 The "Site" means the land on which the work is to be executed or carried out and
such other place(s) for purpose of performing the Contract.
2.14 The "Specifications" shall mean the various technical and other specifications attached
and referred to in the tender documents. It shall also include the latest editions,
including all addenda/corrigenda or relevant Indian Standard Specifications and
Bureau Of Indian Standards.
2.15 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
prior written consent of the Owner/Engineer-in-Charge/Site-in- Charge and their
legal heirs, representatives, successors and permitted assignees of such person,
firm or Company.
2.16 The "Temporary Work" means and includes all such works which are a part of the
contract for execution of the permanent work but does not form part of the
permanent work confirming to practices, procedures applicable rules and
regulations relevant in that behalf.
2.17 The "Tender" means the document submitted by a person or authority for carrying out
the work and the Tenderer means a person or authority who submits the tender
offering to carry out the work as per the terms and conditions.
2.18 The "Work" shall mean the works to be executed in accordance with the
Contract or part thereof as the case may be and shall include extra, additional,
altered or substituted works as maybe required for the purposes of completion of the
work contemplated under the Contract.

3. SUBMISSION OF TENDER

3.1 Before submitting the Tender, the Tenderer shall at their own cost and
expenses visit the site, examine and satisfy as to the nature of the existing roads,
means of communications, the character of the soil, state of land and of the
excavations, the correct dimensions of the work facilities for procuring
various construction and other material and their availability, and shall obtain
information on all matters and conditions as they may feel necessary for the
execution of the works as intended by the Owners and shall also satisfy of the

availability of suitable water for construction of civil works and for drinking purpose and
power required for fabrication work etc. Tenderer, whose tender may3 be | P accepted
age
Procurement Manual HPCL, Mumbai

Page 670 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

and with whom the Contract is entered into shall not be eligible and be able to make
any claim on any of the said counts in what so ever manner for what so ever reasons
at any point of time and such a claim shall not be raised as a dispute and shall not
be arbitrable.

A pre-bid meeting may be held as per the schedule mentioned in the tender.

3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices
quoted in the schedule of quantities which rates and prices shall except as
otherwise provided cover all his obligations under the contract.
3.3 It must be clearly understood that the whole of the conditions and specifications are
intended to be strictly enforced and that no work will be considered as extra work
and allowed and paid for unless they are clearly outside the scope, spirit, meaning
of the Contract and intent of the Owner and have been so ordered in writing by
Owner and/or Engineer-in-Charge/Site-in-Charge, whose decision shall be final and
binding.

3.4 Before filling the Tender the Contractor will check and satisfy all drawings and materials
to be procured and the schedule of quantities by obtaining clarification from the
Owner on all the items as may be desired by the Tenderer. No claim for any alleged
loss or compensation will be entertained on this account, after submission of Tender
by the Tenderer/Contractor and such a claim shall not be arbitrable.

3.5 Unless specifically provided for in the tender documents or any Special Conditions, no
escalation in the Tender rates or prices quoted will be permitted throughout
the period of contract or the period of actual completion of the job whichever is later
on account of any variation in prices of materials or cost of labour or due to any
other reasons. Claims on account of escalation shall not be arbitrable.

3.6 The quantities indicated in the Tender are approximate. The approved schedule of
rates of the contract will be applicable for variations upto plus or minus 25% of the
contract value. No revision of schedule of rates will be permitted for such variations in
the contract value, including variations of individual quantities, addition of new items,
alterations, additions/deletions or substitutions of items, as mentioned above.
Quantities etc. mentioned and accepted in the joint measurement sheets shall alone
be final and binding on the parties.
3.7 Owner reserve their right to award the contract to any tenderer and their decision in
this regard shall be final. They also reserve their right to reject any or all
tenders received. No disputes could be raised by any tenderer(s) whose tender has
been rejected.
3.8 The Rates quoted by the Tenderer shall include Costs and expenses on all counts viz.
cost of materials, transportation of machine(s), tools, equipments, labour, power,
Administration charges, price escalations, profits, etc. except to the extent of the
cost of material(s), if any, agreed to be supplied by Owner and mentioned
specifically in that regard in condition of Contract, in which case, the cost of such
material if taken for preparation of the Contractor's Bill(s) shall be deducted
before making payment of the Bill(s) of the Contractor. The description given in the
schedule of quantities shall unless otherwise stated be held to include wastage
on materials, carriage and cartage, carrying in and return of

empties, hoisting, setting, fitting and fixing in position and all other expenses
necessary in and for the full and complete execution and completion of works and in
accordance with good practice and recognised principles in that regard.
4|Page
Procurement Manual HPCL, Mumbai

Page 671 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

3.9 Employees of the State and Central Govt. and employees of the Public Sector
Undertakings, including retired employees are covered under their respective
service conditions/rules in regard to their submitting the tender. All such persons
should ensure compliance to the respective/applicable conditions, rules etc. Any
person not complying with those rules etc. but submitting the tender in violation
of such rules, after being so noticed shall be liable for the forfeiture of the Earnest
Money Deposit made with the tender, termination of Contract and sufferance on
account of forfeiture of Security Deposit and sufferance of damages arising as
a result of termination of Contract.
3.10 In consideration for having a chance to be considered for entering into a
contract with the Owner, the Tenderer agrees that the Tender submitted by him
shall remain valid for the period prescribed in the tender conditions, from the date
of opening of the tender. The Tenderer shall not be entitled during the
said validity period, to revoke or cancel the tender without the consent in
writing from the Owner.

In case the tenderer revokes or cancels the tender or varies any of terms of the
tender without the Consent of the Owner, in writing, the Tenderer forfeits the right to
the refund of the Earnest Money paid along with the tender.
3.11 The prices quoted by the Tenderer shall be firm during the validity period of the
bid and Tenderer agrees to keep the bid alive and valid during the said period. The
Tenderers shall particularly take note of this factor before submitting their
tender(s).
3.12 The works shall be carried out strictly as per approved specifications. Deviations, if any,
shall have to be authorised by the Engineer-in-Charge/Site-in-Charge in writing
prior to implementing deviations. The price benefit, if any, arising out of the accepted
deviation shall be passed on to the Owner. The decision of Engineer- in-Charge shall
be final in this matter.

3.13 The contractor shall make all arrangements at his own cost to transport the
required materials outside and inside the working places and leaving the premises in a
neat and tidy condition after completion of the job to the satisfaction of Owner. All
materials except those agreed to be supplied by the Owner shall be supplied by the
contractor at his own cost and the rates quoted by the Contractor should be inclusive
of all royalties, rents, taxes, duties, statutory levies, if any, etc.
3.14 The Contractor shall not carry on any work other than the work under this Contract
within the Owner’s premises without prior permission in writing from the Engineer- in-
Charge/Site-in-charge.

3.15 The Contractor shall be bound to follow and ensure compliance to all the safety and
security regulations and other statutory rules applicable to the area. In the event of
any damage or loss or sufference caused due to non-observance of such rules and
regulations, the contractor shall be solely responsible for the same and shall keep the
Owner indemnified against all such losses and claims arising from the same.

3.16 At any time after acceptance of tender, the Owner reserves the right to add,
amend or delete any work item, the bill of quantities at a later date or reduce the
scope of work in the overall interest of the work by prior discussion and intimation to
the Contractor. The decision of Owner, with reasons recorded therefor, shall be final
and binding on both the Owner and the Contractor. The Contractor shall not have right
to claim compensation or damage etc. in that regard. The Owner reserves the
right to split the work under this contract between two or more contractors
without assigning any reasons.

3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work
under this Contract without the prior consent of the Owner obtained in writing.
5|Page
Procurement Manual HPCL, Mumbai

Page 672 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

3.18 All signatures in tender document shall be dated as well as all the pages of all
sections of the tender documents shall be initialed at the lower position and signed,
wherever required in the tender papers by the Tenderer or by a person holding
Power of Attorney authorising him to sign on behalf of the tenderer before
submission of tender.

3.19 The tender should be quoted in English, both in figures as well as in words. The rates and
amounts tendered by the Tenderer in the Schedule of rates for each item and in such a
way that insertion is not possible. The total tendered amount should also be indicated
both in figures and words with the signature of tenderer.

If some discrepancies are found between the rates given in words and figures of the
amount shown in the tender, the following procedure shall be applied :

(a) When there is a 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 tallies 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 in the manner
prescribed above the rate as quoted in words shall be adopted.

3.20 All corrections and alterations in the entries of tender paper will be signed in full by
the tenderer with date. No erasures or over writings are permissible.

3.21 Transfer of tender document by one intending tenderer to the another one is not
permissible. The tenderer on whose name the tender has been sent only can
quote.

3.22 The Tender submitted by a tenderer if found to be incomplete in any or all


manner is liable to be rejected. The decision of the Owner in this regard is final and
binding.

4. DEPOSITS

a) EARNEST MONEY DEPOSIT (EMD)

The tenderer will be required to pay a sum as specified in the covering letter, as
earnest money deposit along with the tender either thru a crossed demand draft or a
non-revokable Bank Guarantee in favour of Hindustan Petroleum Corporation Limited, from
any Scheduled Bank (other than a Co-Operative Bank) payable at Mumbai in favour of
Hindustan Petroleum Corporation Limited, Mumbai in the proforma enclosed
® or through e-payment. The earnest money deposit will be refunded after finalisation of the
contract.

Note: Public sector enterprises and small scale units registered with National Small Scale
Industries are exempted from payment of Earnest Money Deposit. Small scale units
registered with National Small Scale Industries should enclose a photocopy of their registration
certificate with their quotation to make their quotation eligible for consideration. The Registration
Certificate should remain valid during the period of the contract that may be entered into with
such successful bidder. Such tenderers should ensure validity of the Registration Certificate for the
purpose.
® REVISION: PROC-020/02/12/2016
6|Page
Procurement Manual HPCL, Mumbai

Page 673 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

b) SECURITY DEPOSIT:
The tenderer, with whom the contract is decided to be entered into and intimation is so
given will have to make a security deposit of one percent (1%) of the total contract
value in the form of account payee crossed demand draft drawn in favour of the
Owner, within 15 days from the date of intimation of acceptance of their tender, failing
which the Owner reserves the right to cancel the Contract and forfeit the EMD.
1% of PO/Contract value as Security deposit will be acceptable in the form of Demand
® draft or through e-payment upto r 50,000/- and in the form of Demand draft / Bank
guarantee or through e-payment beyond r 50,000/-.

Composite Performance Bank Guarantee (CPBG) valid upto a period of 3 months


beyond the expiry of defect liability period. Demand Draft should be drawn on
Scheduled Banks, other than co-operative bank.
Quantum of Performance Bank Guarantee inclusive of Security Deposit should be
as follows:
- All items (other than CVR items) : 10% of PO value
- For CVR items: r 10.0 lakhs or 5% of the order value whichever is lower. Composite
PBG of above value towards Performance Bank Guarantee inclusive of Security
Deposit shall be accepted (in lieu of deduction of retention money of 10% from each
bill); Such composite PBG shall be valid upto a period of 3 months beyond the
expiry of defect liability period. Demand Draft should be drawn on Scheduled
Banks (other than cooperative banks).

5. EXECUTION OF WORK
All the works shall be executed in strict conformity with the provisions of the contract
documents and with such explanatory details, drawings, specifications and instructions as
may be furnished from time to time to the Contractor by the Engineer-in-Charge/ Site-
in-Charge, whether mentioned in the Contract or not. The Contractor shall be responsible
for ensuring that works throughout are executed in the most proper and workman- like
manner with the quality of material and workmanship in strict accordance with the
specifications and to the entire satisfaction of the Engineer-in- Charge/Site-in-Charge.

The completion of work may entail working in monsoon also. The contractor must
maintain the necessary work force as may be required during monsoon and plan to
execute the job in such a way the entire project is completed within the contracted time
schedule. No extra charges shall be payable for such work during monsoon. It shall
be the responsibility of the contractor to keep the construction work site free from water
during and off the monsoon period at his own cost and expenses.

For working on Sundays/Holidays, the contractor shall obtain the necessary permission
from Engineer Incharge/Site Incharge in advance. The contractor shall be permitted to
work beyond the normal hours with prior approval of Engineer-In-Charge/Site-In-Charge and
the contractors quoted rate is inclusive of all such extended hours of working and no extra
amount shall be payable by the owner on this account.

5.a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS


5.a.1. The Engineer-in-Charge/Site-in-Charge shall furnish the Contractor with only the four
corners of the work 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.

® REVISION: PROC-020/02.12.2016

7|Page
Procurement Manual HPCL, Mumbai

Page 674 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of all
necessary 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 consequences of such removal or disturbance should
the same take place and for their efficient and timely reinstatement. The
Contractor shall also be responsible for the maintenance of all existing survey
marks, either existing or supplied and fixed by the Contractor. The work shall
be set out to the satisfaction of the Engineer-in-Charge/Site-in-Charge. The
approval thereof or joining in setting out the work shall not relieve the Contractor
of his responsibility.
5.a.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 work in accordance with the
scheme, for bearing marks acceptable to the Engineer-in-Charge/Site-in-
Charge. The Centre longitudinal or face lines and cross lines shall be marked by
means of small masonary pillars. Each pillar shall have distinct marks 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/Site-in-
Charge in writing. But such approval shall not relieve the contractor of any of
his responsibilities. The Contractor shall also provide all labour, materials and
other facilities, as necessary, for the proper checking of layout and inspection of
the points during construction.
5.a.4. Pillars bearing geodetic marks located at the sites of units of works under
construction should be protected and fenced by the Contractor.
5.a.5. On completion of works, the contractor shall submit the geodetic documents
according to which the work was carried out.
5.a.6. The Engineer-in-Charge/Site-in-Charge shall communicate or confirm his
instructions to the contractor in respect of the executions of work in a "work site
order book" maintained in the office having duplicate sheet and the authorised
representative of the contractor shall confirm receipt of such instructions by
signing the relevant entries in the book.
5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in writing.
The Contractor shall be liable to carry out the instructions without fail.
5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/
Site-in-Charge requiring compliance within seven days fails to comply with such
drawings or 'instructions' or both as the Engineer-in-Charge/Site-in-Charge may
issue, owner may employ and pay other persons to execute any such work
whatsoever that may be necessary to give effect to such drawings or
`instructions' and all cost and expenses incurred in connection therewith as
certified by the Engineer-in-Charge/ Site-in-Charge shall be borne by the contractor
or may be deducted from amounts due or that may become due to the contractor
under the contract or may be recovered as a debt.
5.a.9. The Contractor shall be entirely and exclusively responsible for the horizontal
and vertical alignment, the levels and correctness of every part of the work and
shall rectify effectually any errors or imperfections therein. Such
rectifications shall be carried out by the Contractor, at his own cost.
5.a.10. In case any doubts arise in the mind of the Contractor in regard to any
expressions, interpretations, statements, calculations of quantities, supply of
material rates, etc. the contractor shall refer the same to the Site-in-Charge/
Engineer-in-Charge for his clarification, instructions, guidance or clearing of

8|Page
Procurement Manual HPCL, Mumbai

Page 675 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

doubts. The decision of the Engineer-in-Charge/Site-in-Charge shall be final and the


contractor shall be bound by such a decision.

5.a.11."The Contractor shall take adequate precautions, to ensure that his operations
do not create nuisance or misuse of the work space that shall cause
unnecessary disturbance or inconvenience to others at the work site".

5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains
of geological or archaeological discovered on the site of works shall be
declared to be the property of the Owner and Contractor shall take reasonable
precautions to prevent his workmen or any other persons from removing or
damaging any such articles or thing and shall immediately inform the Owner/
Engineer-in-Charge/Site-in-Charge."

5.a.13. "Contractor will be entirely and exclusively responsible to provide and


maintain at his expenses all lights, guards, fencing, etc. when and where even
necessary or/as required by the Engineer-in-Charge/Site-in-Charge for the
protection of works or safety and convenience to all the members employed at the
site or general public."

5.b. COMMENCEMENT OF WORK

The contractor shall after paying the requisite security deposit, commence work
within 15 days from the date of receipt of the intimation of intent from the Owner
informing that the contract is being awarded. The date of intimation shall be the
date/day for counting the starting day/date and the ending day/date will be accordingly
calculated. Penalty, if any, for the delay in execution shall be calculated accordingly.

Contractor should prepare detailed fortnightly construction programme for approval


by the Engineer-in-Charge within one month of receipt of Letter Of Intent. The work shall
be executed strictly as per such time schedule. The period of Contract includes the
time required for testing, rectifications, if any, re-testing and completion of work in all
respects to the entire satisfaction of the Engineer-in-Charge.

A Letter of Intent is an acceptance of offer by the Owner and it need not be accepted by
the contractor. But the contractor should acknowledge a receipt of the purchase order
within 15 days of mailing of Purchase Order and any delay in acknowledging the receipt
will be a breach of contract and compensation for the loss caused by such breach will be
recovered by the Owner by forfeiting earnest money deposit/bid bond.

5.c. SUBLETTING OF WORK

5.c.1. No part of the contract nor any share or interest thereof shall in any manner or
degree be transferred, assigned or sublet, by the Contractor, directly or
indirectly to any firm or corporation whatsoever, without the prior consent in
writing of the Owner.

5.c.2. At the commencement of every month the Contractor shall furnish to the Engineer-
in-charge/Site-in-Charge list of all sub-contractors or other persons or firms
engaged by the Contractor.

5.c.3 The contract agreement will specify major items of supply or services for which the
Contractor proposes to engage sub-Contractor/sub-Vendor. The contractor may

9|Page
Procurement Manual HPCL, Mumbai

Page 676 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

from time to time propose any addition or deletion from any such list and will submit
the proposals in this regard to the Engineer-in-charge/Designated officer-in-
charge for approval well in advance so as not to impede the progress of work.
Such approval of the Engineer-in-charge/Designated officer-in-charge will not relieve
the contractor from any of his obligations, duties and responsibilities under the
contract.

5.c.4. Notwithstanding any sub-letting with such approval as resaid and notwithstanding
that the Engineer-in-Charge shall have received copies of any sub-contract, the
Contractor shall be and shall remain solely to be responsible for the quality and
proper and expeditious execution of the works and the performance of all the
conditions of the contract in all respects as if such subletting or sub-contracting had
not taken place and as if such work had been done directly by the
Contractor.

5.c.5 Prior approval in writing of the Owner shall be obtained before any change is made
in the constitution of the contractor/Contracting agency otherwise contract shall be
deemed to have been allotted in contravention of clause entitled “sub-letting of
works” and the same action may be taken and the same consequence shall ensue
as provided in the clause of “sub- letting of works”.

5.d EXTENSION OF TIME

1) If the Contractor anticipates that he will not be able to complete the work
within the contractual delivery/ completion date (CDD), then the Contractor
shall make a request for grant of time extension clearly specifying the reasons
for which he seeks extension of time and demonstrating as to how these
reasons were beyond the control of the contractor or attributable to the Owner.
This request should be made well before the expiry of the Contractual Delivery/
Completion Date (CDD).

2) If such a request for extension is received with a Bank Guarantee for the full
Price Reduction amount calculated on the Total Contract Value, the concerned
CGM of the Owner shall grant a Provisional extension of time, pending a
decision on the request.

3) The concerned CGM of the Owner shall expeditiously decide upon the request
for time extension and decide the levy of price reduction within a maximum
period of 6 months fom the CDD or date of receipt of the request, whichever
is earlier.

4) Grant of any extension of time shall be by means of issuance of a Change


Order.

5) In order to avoid any cash crunch to the Contractor, a Bank Guarantee could
be accepted against Price Reduction, as stated above. Once a decision is
taken, the Price Reduction shall be recovered from any pending bills or by
encashment of the BG. Any balance sum of Contractor or the BG (if Price
Reduction is fully recovered from the bills) shall be promptly
refunded/returned to the Contractor.

5.e. SUSPENSION OF WORKS

10 | P a g e
Procurement Manual HPCL, Mumbai

Page 677 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

5.e.1. Subject to the provisions of this contract, the contractor shall if ordered in
writing by the Engineer- in-Charge/Site-in-Charge for reasons recorded suspend
the works or any part thereof for such period and such time so ordered and
shall not, after receiving such, proceed with the work therein ordered to suspended
until he shall have received a written order to re-start. The Contractor shall be
entitled to claim extension of time for that period of time the work was ordered to
be suspended. Neither the Owner nor the Contractor shall be entitled to claim
compensation or damages on account of such an extension of time.

5.e.2. In case of suspension of entire work, ordered in writing by Engineer-in-


Charge/Site-in-Charge, for a period of 30 days, the Owner shall have the option
to terminate the Contract as provided under the clause fortermination. The
Contractor shall not be at liberty to remove from the site of the works any
plant or materials belonging to him and the Employer shall have lien upon all
such plant and materials.

5.e.3. The contractor shall, in case of suspension have the right to raise a dispute
and have the same arbitrated but however, shall not have the right to have the
work stopped from further progress and completion either by the owner or
through other contractor appointed by the owner.

5.f. OWNER MAY DO PART OF WORK

Not withstanding anything contained elsewhere in this contract, the owner upon failure of
the Contractor to comply with any instructions given in accordance with the provisions
of this contract, may instead of Contract and undertaking charge of entire work,
place additional labour force, tools, equipment and materials on such parts of the work,
as the Owner may decide or engage another Contractor to carryout the balance of
work. In such cases, the Owner shall have the right to deduct from the amounts payable
to the Contractor the difference in cost of such work and materials with ten percent
overhead added to cover all departmental charges. Should the total amount thereof
exceed the amount due to the contractor, the Contractor shall pay the difference to the
Owner within 15 days of making demand for payment failing which the Contractor shall
be liable to pay interest at 24% p.a. on such amounts till the date of payment.

5.g. INSPECTION OF WORKS

5.g.1. The Engineer-in-Charge/Site-in-Charge and Officers from Central or State


Government will have full power and authority to inspect the works at any time
wherever in progress, either on the site or at the Contractor's
premises/workshops of any person, firm or corporation where work in connection
with the contract may be in hand or where the materials are being or are to be
supplied, and the Contractor shall afford or procure for the Engineer-in-
Charge/Site-in-Charge every facility and assistance to carryout such inspection.
The Contractor shall, at all times during the usual working hours and at all other
times at which reasonable notice of the intention of the Engineer-in-Charge/Site-in-
Charge or his representative to visit the works shall have been given to the
Contractor, either himself be present to 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/Site-in-Charge
before covering up or otherwise placing beyond reach of inspection and

11 | P a g e
Procurement Manual HPCL, Mumbai

Page 678 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

measurement 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 and/or inspection.

5.g.2. No material shall be removed and despatched by the Contractor from the site
without the prior approval in writing of the Engineer-in-charge. The contractor is
to provide at all times 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 adapt as directed for inspection or measurements of
the works by the Engineer-in-Charge/Site-in-Charge.

5.h. SAMPLES

5.h.1. The contractor shall furnish to the Engineer-in-charge/Site-in-Charge for


approval when requested or required adequate samples of all materials and
finishes to be used in the work.
5.h.2. Samples shall be furnished by the Contractor sufficiently in advance and
before commencement of the work so as the Owner can carry out tests and
examinations thereof and approve or reject the samples for use in the works. All
material samples furnished and finally used/applied in actual work shall fully be of
the same quality of the approved samples.

5.i. TESTS FOR QUALITY OF WORK

5.i.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 /
Site-in- Charge and shall be subjected from time to time to such tests at
Contractor's cost as the Engineer-in-Charge/Site-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/Site-in-Charge.
5.i.2. All the tests that will be necessary in connection with the execution of the work
as decided by the Engineer-in- charge/Site-in-Charge shall be carried out at the
contractors cost and expenses.
5.i.3. If any tests are required to be carried out in connection with the work or
materials or workmanship to be supplied by the owner, such tests shall be carried
out by the Contractor as per instructions of Engineer-in-Charge/Site-in-Charge and
expenses for such tests, if any, incurred by the contractor shall be reimbursed
by the Owner. The contractor should file his claim with the owner within 15
(fifteen) days of inspection/test and any claim made beyond that period shall
lapse and be not payable.

5.j. ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS AND


WORKS

5.j.1. The Engineer-in-Charge/Site-in-Charge shall have powers to make any alterations,


additions and/or substitutions to the schedule of quantities, the original

12 | P a g e
Procurement Manual HPCL, Mumbai

Page 679 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

specifications, drawings, designs and instructions that may become necessary


or advisable or during the progress of the work and the Contractor shall be
bound to carryout such altered/extra/new items of work in accordance with
instructions which may be given to him in writing signed by the Engineer-in-
Charge/Site- in-Charge. Such alterations, omissions, additions or substitutions
shall not invalidate the contract. The altered, additional or substituted work which
the Contractor may be directed to carryon in the manner as part of the work shall
be carried out by the Contractor on the same conditions in all respects on which
he has agreed to do the work. The time for completion of such altered added
and/or substituted work may be extended for that part of the particular job. The
rates for such additional altered or substituted work under this Clause shall, be
worked out in accordance with the following provisions:
5.j.2. If the rates for the additional, altered or substituted work are specified in the contract
for similar class of work, the Contractor is bound to carryout the additional,
altered or substituted work at the same rates as are specified in the contract.
5.j.3. 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. In the opinion of the
Engineer-in- Charge/Site-in-Charge as to whether or not the rates can be
reasonably so derived from the items in this contract, will be final and binding on
the Contractor.
5.j.4. If the rates for the altered, additional or substituted work cannot be determined in
the manner specified above, then the Contractor shall, within seven days of the
date of receipt of order to carry out the work, inform the Engineer-in-Charge/
Site-in-Charge of the rate at which he intends to charge for such class of work,
supported by analysis of the rate or rates claimed and the Engineer-In-Charge/
Site-in-Charge shall determine the rates on the basis of the prevailing market
rates for both material and labour plus 10% to cover overhead and profit of labour
rates and pay the Contractor accordingly. The opinion of the Engineer-in-
Charge/Site-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.
5.j.5. In case of any item of work for which there is no specification supplied by the
Owner and is 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/
Site-in-Charge.

5.k. PROVISIONAL ACCEPTANCE

Acceptance of sections of the works for purposes of equipment erection, piping,


electrical work and similar usages by the Owner and payment for such work or parts of
work shall not constitute a waiver of any portion of this contract and shall not be
construed so as to prevent the Engineer from requiring replacement of defective
work that may become apparent after the said acceptance and also shall not absolve the
Contractor of the obligations under this contract. It is made clear that such an
acceptance does not indicate or denote or establish to the fact of execution of that work
or the Contract until the work is completed in full in accordance with the provisions
of this Contract.

13 | P a g e
Procurement Manual HPCL, Mumbai

Page 680 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

5.l. COMPLETION OF WORK AND COMPLETION CERTIFICATE


As soon as the work is completed in all respects, the contractor shall give notice of such
completion to the site in charge or the Owner and within thirty days of receipt of such
notice the site in charge shall inspect the work and shall furnish the contractor with a
certificate of completion indicating:
a) defects, if any, to be rectified by the contractor
b) items, if any, for which payment shall be made in reduced rates
c) the date of completion.

5.m. USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS


5.m.1. Notwithstanding anything contained to the contrary in any or all of the clauses of
this contract, where any materials for the execution of the contract are
procured with the assistance of Government either by issue from Government
stocks or procurement made under orders or permits or licences issued by
Government, the contractor shall use the said materials economically and solely
for the purpose of the contract and shall not dispose them of without the
permission of the Owner.
5.m.2. All surplus(serviceable) or unserviceable materials that may be left over after
the completion of the contract or at its termination for any reason
whatsoever, the Contractor shall deliver the said product to the Owner without
any demur. The price to be paid to the Contractor, if not already paid either in
full or in part, however, shall not exceed the amount mentioned in the Schedule
of Rates for such material and in cases where such rates are not so mentioned,
shall not exceed the CPWD scheduled rates. In the event of breach of the
aforesaid condition the contractor shall become liable for contravention of the
terms of the Contract.
5.m.3. The surplus (serviceable) and unserviceable products shall be determined by joint
measurement. In case where joint measurement has failed to take place, the
Owner may measure the same and determine the quantity.
5.m.4. It is made clear that the Owner shall not be liable to take stock and keep
possession and pay for the surplus and unserviceable stocks and the Owner may
direct the Contractor to take back such material brought by the Contractor and
becoming surplus and which the Owner may decide to keep and not to pay for the
same.

5.n. DEFECT LIABILITY PERIOD


The contractor shall guarantee the work executed for a period of 12 months from the date
of completion of the job. Any damage or defect that may arise or lie undiscovered at
the time of completion of the job shall be rectified or replaced by the contractor at his
own cost. The decision of the Engineer In-charge/Site-Incharge/Owner shall be the
final in deciding whether the defect has to be rectified or replaced.
Equipment or spare parts replaced under warranty/guarantees shall have further warranty
for a mutually agreed period from the date of acceptance.
The owner shall intimate the defects noticed in writing by a Registered A.D. letter or
otherwise and the contractor within 15 days of receipt of the intimation shall start the
rectification work and complete within the time specified by the owner failing which the
owner will get the defects rectified by themselves or by any other contractor and the
expenses incurred in getting the same done shall be paid by the Contractor under the
provision of the Contract.
Thus, defect liability is applicable only in case of job/works contract (civil, mechanical,
electrical, maintenance etc. ) where any damage of defect may arise in future (i.e.
within 12 months from the date of completion of job) or lie undiscovered at the time of
completion of job. 14 | P a g e
Procurement Manual HPCL, Mumbai

Page 681 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

In other words, in case of service contracts (like car hire etc.) where there is no
question of damage or defect arising in future, the defect liability clause is not
applicable.

® Equipment or spare parts replaced under warranty/guarantees shall have further


warranty for 12 months from the date of acceptance. However, in no case will the
warranty exceed 24 months from the date of start of the original warranty. (Refer Annexure
22 – Govt. Guideline Sr. No. 14)

5.o. DAMAGE TO PROPERTY

5.o.1. Contractor shall be responsible for making good to the satisfaction of the Owner
any loss of and any damage to all structures and properties belonging to the Owner
or being executed or procured by the Owner or of other agencies within the
premises of the work of the Owner, 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.

5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for
damage to Owner's property arising under or by reason of this contract.

® 5.p. LIMITATION OF LIABILITY

Notwithstanding anything contrary contained herein, the aggregate total liability of


Seller, excluding his liability towards infringement of patent, trade mark or industrial
design rights under the contract or otherwise shall be limited to 100% of value of
Purchase order. However, neither party shall be liable to the other party for any
indirect and consequential damages, loss of profits or loss of production. (Refer
Annexure 22 – Govt. Guideline Sr. No. 13)

6. DUTIES AND RESPONSIBILITIES OF CONTRACTOR

6.a. EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THE


CONTRACTOR

6.a.1 The Contractor shall be solely and exclusively responsible for engaging or
employing persons for the execution of work. All persons engaged by the
contractor shall be on Contractor's payroll and paid by Contractor. All disputes or
differences between the Contractor and his/their employees shall be settled by
Contractor.
6.a.2. Owner has absolutely no liability whatsoever concerning the employees of the
Contractor. The Contractor shall indemnify Owner against any loss or damage or
liability arising out of or in the course of his/their employing persons or relation
with his/their employees. The Contractor shall make regular and full payment of
wages and on any complaint by any employee of the Contractor or his sub
contractor regarding non-payment of wages, salaries or other dues, Owner
reserves the right to make payments directly to such employees or sub-
contractor of the Contractor and recover the amount in full from the bills of the

® REVISION: PROC-021/01.07.2017

15 | P a g e
Procurement Manual HPCL, Mumbai

Page 682 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

Contractor and the contractor shall not claim any compensation or


reimbursement thereof. The Contractor shall comply with the Minimum Wages
Act applicable to the area of work site with regard to payment of wages to his
employees and also to employees of his sub contractor.
6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his
employees and employees of sub-contractors and any other person engaged by
him that their appointment/employment is not by the Owner but by the
Contractor and that their present appointment is only in connection with the
construction contract with Owner and that therefore, such an
employment/appointment would not enable or make them eligible for any
employment/appointment with the Owner either temporarily or/and permanent
basis.

6.b. NOTICE TO LOCAL BODIES

The contractor shall comply with and give all notices required under any Government
authority, instruction, rule or order made under any act of parliament, state laws or
any regulations or by-laws of any local authority relating to the works.

6.c. FIRST AID AND INDUSTRIAL INJURIES

6.c.1 Contractor shall maintain first aid facility for his employees and those of his
sub-contractors.
6.c.2. Contractor shall make arrangements for ambulance service and for the
treatment of all types of injuries. Names and telephone numbers of those
providing such services shall be furnished to Owner prior to start of
construction and their name board shall be prominently displayed in Contractor's
field office.
6.c.3. All industrial injuries shall be reported promptly to owner and a copy of
contractor's report covering each personal injury requiring the attention of a
physician shall be furnished to the Owner.

6.d. SAFETY CODE

6.d.1. The Contractor shall at his own expenses arrange for the Safety provisions
as may be necessary for the execution of the work or as required by the
Engineer-in-Charge in respect of all labours directly or indirectly employed for
performance of the works and shall provide all facilities in connections
therewith. In case the contractor fails to make arrangements and provide
necessary facilities as aforesaid, the Owner shall be entitled to do so and
recover the cost thereof from the Contractor.
6.d.2. From the commencement to the completion of the works, the contractor shall
take full responsibility for the care thereof and of all the temporary works (defined
as meaning all temporary works of every kind required in or for the execution,
completion or maintenance of the works). In case damage, loss or injury shall
happen to the works or to any part thereof or to temporary works or to any
cause whatsoever repair at his (Contractor's) own cost and make good the
same so that at the time of completion, the works shall be in good order and
condition and in conformity in every respect with the requirement of the contract
and Engineer-in-Charge's instructions.

16 | P a g e
Procurement Manual HPCL, Mumbai

Page 683 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

6.d.3. In respect of all labour, directly or indirectly employed in the work for the
performance of the Contractor's part of this agreement, the contractor shall
at his own expense arrange for all the safety provisions as per relevant Safety
Codes of C.P.W.D Bureau of Indian Standards, the Electricity Act/I.E. Rules.
The Mines Act and such other Acts as applicable.
6.d.4. The Contractor shall observe and abide by all fire and safety regulations of
the Owner. Before starting construction work, the Contractor shall consult
with Owner's Safety Engineer or Engineer-in-Charge/Site-in-Charge and must
make good to the satisfaction of the Owner 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 Owner's existing property.
6.d.5. The Contractor will be fully responsible for complying with all relevant provisions
of the Contract Labour Act and shall pay rates of Wages and observe hours
of work/conditions of employment according to the rules in force from time to
time.
6.d.6. The Contractor will be fully responsible for complying with the provision
including documentation and submission of reports on the above to the
concerned authorities and shall indemnify the Corporation from any such
lapse for which the Government will be taking action against them.
6.d.7. Owner shall on a report having been made by an inspecting Office as
defined in the Contract Labour Regulations 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(s) by reasons of non-fulfillment of
conditions of contract for the benefit of workers no-payment of wages or of
deductions made from his or their wages which are not justified by the terms of
contract or non observance of the said contractor's labour Regulation.

6.e. INSURANCE AND LABOUR


Contractor shall at his own expense obtain and maintain an insurance policy with a
Nationalised Insurance Company to the satisfaction of the Owner as provided
hereunder.

6.e.1. EMPLOYEES STATE INSURANCE ACT

i. The Contractor agrees to and does hereby accept full and exclusive
liability for the compliance with all obligations imposed by Employees State
Insurance Act, 1948, and the Contractor further agrees to defend
indemnify and hold Owner harmless from 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 proceedings that
may be brought against the Owner arising under, growing out of or by
reason of the work provided for by this contract whether brought by
employees of the Contractor, by third parties or by Central or State
Government authority or any political sub-division thereof.
ii. The Contractor agrees to file with the Employees State Insurance
Corporation, the Declaration forms and all forms which may be required
in respect of the Contractor's or sub-contractor's employee whose
aggregate emuneration is within the specified limit and who are employed
in the work provided or those covered by ESI Act under any amendment to
the Act from time to time.
17 | P a g e
Procurement Manual HPCL, Mumbai

Page 684 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

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 employee's
contribution cards at wages payment intervals. The Contractor shall remit
and secure the agreement of the 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.

ii. The Contractor agrees to maintain all 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 contribution or maintaining records
shall be to the Contractor's or sub-contractor's account.

iv. The Owner shall retain such sum as may be necessary from the total
contract value until the Contractor shall furnish satisfactory proof that all
contributions as required by the Employees State Insurance Act, 1948, have
been paid.

v. WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITY


INSURANCE
Provide Insurance for all the Contractor's employees engaged in the
performance of this contract. If any of the work is sublet, the Contractor shall
ensure that the sub contractor provides workmen's compensation and
Employer's Liability Insurance for the latter's employees who are not
covered under the Contractor's insurance.

vi. AUTOMOBILE LIABILITY INSURANCE

Contractor shall take out an Insurance to cover all risks to Owner for each
of his vehicles plying on works of this contract and these insurances shall
be valid for the total contract period. No extra payment will be made for this
insurance. Owner shall not be liable for any damage or loss not made good
by the Insurance Company, should such damage or loss result from
unauthorised use of the vehicle. The provisions of the Motor Vehicle Act
would apply.

vii. FIRE INSURANCE

Contractor shall within two weeks after award of contract insure the
Works, Plant and Equipment and keep them insured until the final
completion of the Contract against loss or damage by accident, fire or any
other cause with an insurance company to be approved by the
Employer/Consultant in the joint names of the Employer and the Contractor
(name of the former being placed first in the Policy). Such Policy shall
cover the property of the Employer only.

6.e.2. ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR BY


OWNER

i. Contractor shall also provide and maintain any and all other insurance which
may be required under any law or regulations from time to time. He shall
18 | P a g e
Procurement Manual HPCL, Mumbai

Page 685 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

also carry and maintain any other insurance which may be required by the
Owner.

ii. The aforesaid insurance policy/policies shall provide that they shall not be
cancelled till the Engineer-in-Charge has agreed to their cancellation.

iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge


from time to time that he has taken out all insurance policies referred to
above and has paid the necessary premium for keeping the policies alive till
the expiry of the defects liability period.

iv. The contractor shall ensure that similar insurance policies are taken out
by his sub-contractor (if any) and shall be responsible for any claims or
losses to the Owner resulting from their failure to obtain adequate
insurance protections in connection thereof. The contractor shall produce or
cause to be proceed by his sub-contractor (if any) as the case may be, the
relevant policy or policies and premium receipts as and when required by the
Engineer-in-Charge/Site-in-Charge.

® v. Contractor shall at his own expense cover all the workmen engaged
under him under “Pradhan Mantri Surksha Bima Yojana (PMSBY)” and
submit proof of the same to HPCL.

6.e.3. LABOUR AND LABOUR LAWS

i. The contractor shall at his own cost employ persons during the period of
contract and the persons so appointed shall not be construed under
any circumstances to be in the employment of the Owner.

ii. All payments shall be made by the contractor to the labour employed by
him in accordance with the various rules and regulations stated above.
The contractor shall keep the Owner indemnified from any claims
whatsoever inclusive of damages/costs or otherwise arising from injuries
or alleged injuries to or death of a person employed by the contractor or
damages or alleged damages to the property.

iii. No labour below the age of eighteen years shall be employed on the
work. The Contractor shall not pay less than what is provided under the
provisions of the contract labour (Regulations and Abolition) Act, 1970 and
the rules made thereunder and as may be amended from time to time. He
shall pay the required deposit under the Act appropriate to the number of
workman to be employed by him or through sub contractor and get himself
registered under the Act. He shall produce the required Certificates to the
Owner before commencement of the work. The Owner recognises only the
Contractor and not his sub contractor under the provisions of the Act. The
Contractor will have to submit daily a list of his workforce. He will also keep
the wage register at the work site or/and produce the same to the Owner,
whenever desired. A deposit may be taken by the Owner from the
Contractor to be refunded only after the Owner is satisfied that all
workmen employed by the Contractor have been fully paid for the period of
work in Owner's premises at rates equal to or better than wages provided
for under the Minimum Wages Act. The contractor shall be responsible and
liable for any complaints that may arise in this regard and the
consequences thereto.
® REVISION : PROC-009/07.03.2016
19 | P a g e
Procurement Manual HPCL, Mumbai

Page 686 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

iv. The Contractor will comply with the provisions of the Employee's Provident
Fund Act and the Family Pension Act as may be applicable and as
amended from time to time.

v. The Contractor will comply with the provisions of the payment of Gratuity
Act, 1972, as may be applicable and as amended from time to time.

vi. IMPLEMENTATION OF APPRENTICES ACT, 1961


The Contractor shall comply with the provisions of the 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 provision of the Act.

vii. MODEL RULES FOR LABOUR WELFARE

The Contractor shall at his own expenses comply with or cause be complied
with Model rules for Labour Welfare as appended to those conditions or rules
framed by the Government from time to time for the protection of health
and for making sanitary arrangements for worker employed directly or
indirectly on the works. In case the contractor fails to make arrangements as
aforesaid the Engineer-in-Charge/Site-in-Charge shall be entitled to do so
and recover the cost thereof from the contractor.

6.f. DOCUMENTS CONCERNING WORKS

6.f.1. All documents including drawings, blue prints, tracings, reproducible models,
plans, specifications and copies, thereof furnished by the Owner as well as all
drawings, tracings, reproducibles, plans, specifications design calculations
etc. prepared by the contractor for the purpose of execution of works
covered in or connected with this contract shall be the property of the Owner and
shall not be used by the contractor for any other work but are to be delivered
to the Owner at the completion or otherwise of the contract.

6.f.2. The Contractor shall keep and maintain secrecy of the documents, drawings
etc. issued to him for the execution of this contract and restrict access to such
documents, drawings etc. and further the Contractor shall execute a SECRECY
agreement from each or any person employed by the Contractor having access
to such documents, drawings etc. The Contractor shall not issue drawings and
documents to any other agency or individual without the written approval by
the Engineer-in-Charge/Site-in- Charge.

6.f.3. Contractor will not give any information or document etc. concerning details of
the work to the press or a news disseminating agency without prior written
approval from Engineer-in-charge/Site-in-Charge. Contractor shall not take
any pictures on site without written approval of Engineer-in-Charge/Site-in-
Charge.

20 | P a g e
Procurement Manual HPCL, Mumbai

Page 687 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

7. PAYMENT OF CONTRACTOR'S BILLS


7.1. Payments will be made against Running Accounts bills certified by the Owner's
Engineer-in-Charge/Site-in-Charge within 15 days from the date of receipt of the
bill..

7.2. Running Account Bills and the final bill shall be submitted by the Contractor together
with the duly signed measurements sheet(s) to the Engineer-in-Charge/ Site-in-
Charge of the Owner in quadruplicate for certification.

The Bills shall also be accompanied by quantity calculations in support of the


quantities contained in the bill along with cement consumption statement,
actual/theoretical, wherever applicable duly certified by the Engineer-in-Charge/ Site-in-
Charge of the Owner.

7.3. All running account payments shall be regarded as on account payment(s) to be finally
adjusted against the final bill payment. Payment of Running Account Bill(s) shall not
determine or affect in any way the rights of the Owner under this Contract to make
the final adjustments of the quantities of material, measurements of work and
adjustments of amounts etc. in the final bill.

7.4. The final bill shall be submitted by the Contractor within one month of the date of
completion of the work fully and completely in all respects. If the Contractor fails to
submit the final bill accordingly Engineer-in-Charge/Site-in-Charge may make the
measurement and determine the total amount payable for the work carried out by the
Contractor and such a certification shall be final and binding on the Contractor.
The Owner/Engineer- in-Charge/Site-in-Charge may take the assistance of an outside
party for taking the measurement, the expenses of which shall be payable by the
Contractor.

7.5. Payment of final bill shall be made within 30 days from the date of receipt of the certified
bill by the Disbursement Section of the owner.

7.6 Wherever possible, payment shall be tendered to the contractor in electronic mode
(e-payment) through any of the designated banks. The contractor will comply by
furnishing full particulars of Bank acount (mandate) to which the payments will be
routed. Owner reserves the right to make payment in any alternate mode also.

7.a. MEASUREMENT OF WORKS


7.a.1. All measurements shall be in metric system. All the works will be jointly
measured by the representative of the Engineer-in-Charge/Site-in-Charge and
the Contractor or their authorised agent progressively. Such measurement will
be recorded in the Measurement Book/Measurement Sheet by the Contractor
or his authorised representative and signed in token of acceptance by the
Owner or their authorised representative.
7.a.2. For the purpose of taking joint measurement, the Contractor/representative
shall be bound to be present whenever required by the Engineer-in-Charge/Site-
in-Charge.
If, however, they are absent for any reasons whatsoever, the measurement will
be taken by the Engineer-in-Charge/Site-in-Charge or his representative and the
same would be deemed to be correct and binding on the Contractor.
7.a.3. In case of any dispute as to the mode of measurement for any item of work,
the latest Indian Standard Specifications shall be followed. In case of any
further dispute on the same the same shall be as per the certification of an
21 | P a g e
Procurement Manual HPCL, Mumbai

Page 688 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

outside qualified Engineer/ Consultant. Such a measurement shall be final and


binding on the Owner and the Contractor.

7.b. BILLING OF WORKS EXECUTED


The Contractor will submit a bill in approved proforma in quadruplicate to the Engineer-
in-Charge/Site-in-Charge of the work giving abstract and detailed measurement for
the various items executed during a month, before the expiry of the first week of the
succeeding month. The Engineer-in-Charge/Site-in-Charge shall take or cause to be
taken the requisite measurements for the purpose of having the bill verified and/or
checked before forwarding the same to the disbursement office of the Owner for further
action in terms of the Contract and payment thereafter. The Engineer-in-Charge/Site-in-
Charge shall verify the bills within 7 days of submission of the Bill by the
Contractor.

7.c. RETENTION MONEY

10% of the total value of the Running Account and Final Bill will be deducted and retained
by the Owner as retention money on account of any damage/defect liability that
may arise for the period covered under the defect liability period clause of the Contract
free of interest. 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 contractor or in workmanship shall be rectified or replaced by the contractor
at his own expense failing which the Owner shall be entitled to rectify the said
damage/defect from the retention money. Any excess of expenditure incurred by the
Owner on account of damage or defect shall be payable by the Contractor. The decision
of the Owner in this behalf shall not be liable to be questioned but shall be final and
binding on the Contractor.

Thus, deduction towards retention money is applicable only in case of job/works contracts
(civil, mechanical, electrical, maintenance etc.) where any damage or defect may arise
in future (i.e. within 12 months from the date of completion of job) or lie undiscovered at
the time of issue of completion certificate.

7.d. STATUTORY LEVIES

7.d.1 The Contractor accepts full and exclusive liability for the payment of any and all
taxes, duties, cess, levies and statutory payments payable under all or any of
the statutes etc.

Variations of taxes and duties arising out of the amendments to the Central / State
enactments, in respect of sale of goods / services covered under this bid shall be to
HPCL’s account, so long as :

 They relate to the period after the opening of the price bid, but before the
contracted completion period ( excluding permitted extensions due to delay on
account of the contractors, if any) or the actual completion period, whichever is
earlier; and
 The vendor furnishes documentary evidence of incurrence of such variations, in
addition to the invoices/documents for claiming Cenvat /Input Tax credit,
wherever applicable.

22 | P a g e
Procurement Manual HPCL, Mumbai

Page 689 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

All contributions and taxes for unemployment compensation, insurance and old
age pensions or annuities now or hereafter imposed by Central or State
Governmental 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 laws, and regulations and requirements of any
Central, State or Local Government agency or authority.

Contractor further agrees to defend, indemnify and hold 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 sub-contractor of such
laws, regulations or requirements and also from all claims, suits or proceedings
that may be brought against the Owner arising under, growing out of, or by
reasons of the work provided for by this contract by third parties, or by Central
or State Government authority or any administrative sub-division thereof. The
Contractor further agrees that in case any such demand is raised against the
Owner, and Owner has no way but to pay and pays/makes payment of the same,
the Owner shall have the right to deduct the same from the amounts due and
payable to the Contractor. The Contractor shall not raise any demand or
dispute in respect of the same but may have recourse to recover/receive
from the concerned authorities on the basis of the Certificate of the Owner issued
in that behalf.

7.d.2. The rates quoted should be inclusive of all taxes. However, wherever a
tax to be deducted at source the same will be deducted from the bills of
the Contractor and paid to the concerned authorities. The proof of such
payments of tax on works contract will be furnished to the contractor.

The vendor shall comply with all the provisions of the GST
Act/Rules/requirements like providing of tax invoices, payment of taxes to the
authorities within the due dates, filing of returns within the due dates etc. to
enable HPCL to take Input Tax Credit. In case of imports, vendor shall
provide import documents and invoice fulfilling the requirement of Customs
Act and Rules. Vendor will be fully responsible for complying with the
Customs provisions to enable HPCL to take Input Tax Credit.

In case, HPCL is not able to take Input Tax Credit due to any
noncompliance/default/negligence of the seller of goods/service provider, the
same shall be recovered from the pending bills/dues (including security
deposit, BG etc.)

Vendor shall be responsible to indemnify the Corporation for any loss, direct
or implied accrued to the Corporation on account of supplier/service provider
failure to discharge his statutory liabilities like paying taxes on time, filing
appropriate returns within the prescribed time etc.

7.d.3. Income tax will be deducted at source as per rules at prevailing rates, unless
certificate, if any, for deduction at lesser rate or nil deduction is submitted by the
Contractor from appropriate authority.

23 | P a g e
Procurement Manual HPCL, Mumbai

Page 690 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

7.d.4 The contractor shall provide accurate particulars of PAN number as required, under
Section 206AA of Income Tax Act 1961.

7.d.5 The contractors having their ‘tax residency status’ outside India shall provide
Tax Residency Certificate (TRC), issued by Government of the Country or the
specified territory where the Contractor is a Resident. Rule 21AB of the
Income Tax Rules, 1962 has prescribed the contents of a TRC. This would
enable the Corporation to deduct tax at source by duly considering the ‘treaty
relief’, if any, under Double Taxation Avoidance Agreement (DTAA) entered
into between GOI and the respective country/specified territory in which the
Contractors’ ‘tax residency status’ is currently in force.

7.d.6 Anti-Profiteering Clause – GST Act anti-profiteering provisions mandates that


any reduction in tax rates or benefits of input tax credits be passed on to the
consumer by way of commensurate reduction in prices. Vendors to take note
of the same and pass such benefits while quoting their price.

7.e. MATERIALS TO BE SUPPLIED BY CONTRACTOR


7.e.1. The Contractor shall procure and provide the whole of the materials required for
construction including tools, tackles, construction plant and equipment for the
completion and maintenance of the works except the materials viz. steel and
cement which may be agreed to be supplied as provided elsewhere in the contract.
The contractor shall make arrangement for procuring such materials and for the
transport thereof at their own cost and expenses.

7.e.2. The Owner may give necessary recommendation to the respective authority if
so desired by the Contractor but assumes no responsibility of any nature.
The Contractor shall procure materials of ISI stamp/certification and
supplied by reputed suppliers borne on DGS&D list.

7.e.3. All materials procured should meet the specifications given in the tender
document. The Engineer-in-charge may, at his discretion, ask for samples and
test certificates for any batch of any materials procured. Before procuring, the
Contractor should get the approval of Engineer-in-Charge/Site-in-Charge for
any materials to be used for the works.

7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the
Contractor. If, however, in the opinion of the Engineer-in-Charge/Site-in-Charge
any tests are required to be conducted on the material supplied by the
Contractor, these will be arranged by the Contractor promptly at his own cost.

7.f. MATERIALS TO BE SUPPLIED BY THE OWNER

7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against
payment by Contractor from either godown or from the site or within work
premises itself and the contractor shall arrange for all transport to actual work
site at no extra cost.

7.f.2. The contractor shall bear all the costs including loading and unloading, carting
from issue points to work spot storage, unloading, custody and handling and
stacking the same and return the surplus steel and cement to the Owner's
storage point after completion of job.
24 | P a g e
Procurement Manual HPCL, Mumbai

Page 691 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

7.f.3. The contractor will be fully accountable for the steel and cement received from the
Owner and contractor will give acknowledgement/receipt for quantity of steel and
cement received by him each time he uplifts cement from Owner's custody.

7.f.4. For all computation purposes, the theoretical cement consumption shall be
considered as per CPWD standards.

7.f.5. Steel and Cement as received from the manufacturer/stockists will be


issued to the contractor. Theoretical weight of cement in a bag will be
considered as 50 Kg. Bags weighing upto 4% less shall be accepted by the
contractor and considered as 50 Kg. per bag. Any shortage in the weight of
any cement bag by more than 4% will be to the Owner's account only when
pointed out by the Contractor and verified by Engineer-in-Charge/Site in Charge
at the time of Contract or taking delivery.

7.f.6. The contractor will be required to maintain a stock register for receipt, issuance
and consumption of steel and cement at site. Cement will be stored in a
warehouse at site. Requirement of cement on any day will be taken out of the
warehouse. Cement issued shall be regulated on the basis of FIRST RECEIPT
to go as FIRST ISSUE.

7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall
be penalised for any excess/under consumption of cement. The penal rate
will be twice the rate of issue of cement for this work.

7.f.8. All the running bills as well as the final bills will be accompanied by cement
consumption statements giving the detailed working of the cement used,
cement received and stock-on-hand.

7.f.9. The Contractor will be fully responsible for safe custody of cement once it is
received by him and during transport. Owner will not entertain any claims of the
contractor for theft, loss or damage to cement while in their custody.

7.f.10. The contractor shall not remove from the site any cement bags at any time.

7.f.11. The Contractor shall advise Engineer-in-charge/Site-in-charge in writing atleast 21


days before exhausting the Cement stocks already held by Contractor to ensure
that such delays do not lead to interruptions in the progress of work.

7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles,
precast cement jali and any other bought out items which consume cement and
for temporary works.

7.f.13. Cement in bags and in good usable condition left over after the completion of
work shall be returned by the contractor to the Owner. The Owner shall make
payment to the Contractor at the supply rate for such stocks of cement they
accept and receive. Any refused stock of cement shall be removed by the
Contractor from the site at his cost and expenses within 15 days of completion of
the work.

8. PAYMENT OF CLAIMS AND DAMAGES

8.1. Should the Owner have to pay money in respect of claims or demands as aforesaid the
amount so paid and the costs incurred by the Owner shall be charged to and paid by
the Contractor and the Contractor shall not be entitled to dispute or question the right of
25 | P a g e
Procurement Manual HPCL, Mumbai

Page 692 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

the Owner to make such payments notwithstanding the same may have been without
his consent or authority or in law or otherwise to the contrary.

8.2. In every case in which by virtue of the provisions of Workmen's Compensation Act,
1923, or other Acts, the Owner is obliged to pay Compensation to a Workman
employed by the Contractor in execution of the works, the Owner will recover from the
Contractor the amount of compensation so paid and without prejudice to the rights
of Owner under the said Act. Owner shall be at liberty to recover such amount or any
part thereof by deducting it from the security deposit or from any sum due to the
Contractor whether under this contract or otherwise. The Owner shall not be
bound to contest any claim made under Section 12 sub section (1) of the said Act,
except on the written request of the Contractor and upon his giving to the Owner full
security for all costs for which the owner might become liable in consequence of
contesting such claim.

8.a. ACTION AND COMPENSATION IN CASE OF BAD WORK


If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been
executed with bad, imperfect or unskilled workmanship, or with materials, or that any
materials or articles provided by the Contractor for execution of the work are not of
standards specified/inferior quality to that contracted for, or otherwise not in accordance
with the contract, the CONTRACTOR shall on demand in writing from the Engineer-in-
Charge/Site-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 at his own charge and cost and expenses and in the event of
failure to do so within a period of 15 days of such intimation/ information/knowledge,
the Contractor shall be liable to pay compensation equivalent to the cost of
reconstruction by the Owner. On expiry of 15 days period mentioned above, the Owner
may by themselves or otherwise rectify or remove and re-execute the work or remove
and replace with others, the materials or articles complained of as the case may be at
the risk and expenses in all respects of the Contractor. The decision of the Engineer-
in- Charge/ Site-in-Charge as to any question arising under this clause shall be final and
conclusive and shall not be raised as a dispute or shall be arbitrable.

8.b. INSPECTION AND AUDIT OF CONTRACT AND WORKS

This project is subject to inspection by various Government agencies of Government


of India. The contractor shall extend full cooperation to all the Government and other
agencies in the inspection of the works, audit of the Contract and the documents of
Contract Bills, measurements sheets etc. and examination of the records of works and
make enquiries interrogation as they may deem fit, proper and necessary.
Upon inspection etc. by such agencies if it is pointed out that the contract work has not
been carried out according to the prescribed terms and conditions as laid down in the
tender documents and if any recoveries are recommended, the same shall be
recovered from the contractors running bills/final bill/from ordered/suggested Security
Deposit/retention money. The Contractor shall not rise any dispute on any such account
and the same shall not be arbitrable.

9. CONTRACTOR TO INDEMNIFY THE OWNER

The Contractor shall indemnify the Owner and every member, officer and employee
of the Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all the
actions, proceedings, claims, demands, costs, expenses, whatsoever arising out of or in
connection with the works and all actions, proceedings, claims, demands, costs,
expenses which may be made against the Owner for or in respect of or arising out of
any failure by the Contractor in the performance of his obligations under the contract.
26 | P a g e
Procurement Manual HPCL, Mumbai

Page 693 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

The Contractor shall be liable for or in respect of or in consequence of any accident or


injury to any workmen or other person in the employment of the Contractor or his sub
contractor and Contractor shall indemnify and keep indemnified the Owner against all
such damages, proceedings, costs, charges and expenses whatsoever in respect thereof
or in relation thereto.

10. Price reduction

i) In case of any delay in completion of the work beyond the CDD, the Owner
shall be entitled to be paid Price Reduction by the Contractor. The price
reductionshall be initially at the rate of 0.5% (half percent) of the total contract
value for every week of the delay subject to a maximum of 5% of the total
contract value. The price reductionshall be recovered by the Owner out of
the amounts payable to the Contractor or from any Bank Guarantees or
Deposits furnished by the Contractor or the Retention Money retained from the
Bills of the Contractor, either under this contract or any other contract.

ii) The Contractor shall be entitled to give an acceptable unconditional Bank


Guarantee in lieu of such a deduction if Contractor desires any decision on
a request for time extension.

iii) Once a final decision is taken on the request of the Contractor or otherwise, the
price reduction shall be applicable only on the basic cost of the contract and on
each full completed week(s) of delay (and for part of the week, a pro-rata price
reduction amount shall be applicable).

iv) This final calculation of price reduction shall be only on the value of the
unexecuted portion/quantity of work as on the CDD.

v) Contractor agrees with the Owner, that the above represents a genuine pre-
estimate of the damages which the Owner will suffer on account of delay in the
performance of the work by Contractor. The Contractor further agrees that the
price reduction amount is over and above any right which owner has to risk
purchase under Clause 12.4 and any right to get the defects in the work rectified
at the cost of the contractor.

11. DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACT BY


OWNER

The Contractor shall remain responsible and liable to make good all losses or damages
that may occur/appear to the work carried out under this Contract within a period of 12
months from date of issue of the Completion Certificate and/or the date of Owner
taking over the work, whichever is earlier. The Contractor shall issue a Bank Guarantee
to the Owner in the sum of 10% of the work entrusted in the Contract, from any
Scheduled Bank (other than a Co-Operative Bank) acceptable to the Owner and if
however, the Contractor fails to furnish such a Bank Guarantee the Owner shall have
right to retain the Security Deposit and Retention Money to cover the 10% of the
Guarantee amount under this clause and to return/refund the same after the expiry of the
period of 12 months without any interest thereon. (Please refer to clause 4. Deposits)

12. TERMINATION OF CONTRACT

12.1 The owner may terminate the contract at any stage of the construction for reasons to
be recorded in the letter of termination.

12.2 The Owner inter alia may terminate the Contract for any or all of the following reasons
27 | P a g e
Procurement Manual HPCL, Mumbai

Page 694 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

that the contractor

a) has abandoned the work/Contract.

b) has failed to commence the works, or has without any lawful excuse under these
conditions suspended the work for 15 consecutive days.

c) has failed to remove materials from the site or to pull down and replace the work
within 15 days after receiving from the Engineer written notice that the said
materials or work were condemned and/or rejected by the Engineer under specified
conditions.

d) has neglected or failed to observe and perform all or any of the terms acts, matters
or things under this Contract to be observed and performed by the Contractor.

e) has to the detriment of good workmanship or in defiance of the Engineer's instructions


to the contrary sub-let any part of the Contract.

f) has acted in any manner to the detrimental interest, reputation, dignity, name or
prestige of the Owner.

g) has stopped attending to work without any prior notice and prior permission for a
period of 15 days.

h) has become untraceable.

i) has without authority acted in violation of the terms and conditions of this contract
and has committed breach of terms of the contract in best judgement of the owner.

j) has been declared insolvent/bankrupt.

k) in the event of sudden death of the Contractor.

12.3 The owner on termination of such contract shall have the right to appropriate the
Security Deposit, Retention Money and invoke the Bank Guarantee furnished by the
contractor and to appropriate the same towards the amounts due and payable by the
contractor as per the conditions of Contract and return to the contractor excess
money, if any, left over.

12.4 In case of Termination of the contract, Owner shall have the right to carry out the
unexecuted portion of the work either by themselves or through any other
contractor(s) at the risk and cost of the Contractor. In view of paucity of time,
Owner shall have the right to place such unexecuted portion of the work on any
nominated contractor(s). However, the overall liability of the Contractor shall be
restricted to 100 % of the total contract value.

12.5 The contractor within or at the time fixed by the Owner shall depute his authorised
representative for taking joint final measurements of the works executed thus far and
submit the final bill for the work as per joint final measurement within 15 days of the
date of joint final measurement. If the contractor fails to depute their representative
for joint measurement, the owner shall take the measurement with their Engineer-in-
Charge/Site-in-Charge or any other outside representatives. Such a
measurement shall not be questioned by the Contractor and no dispute can be
raised by the Contractor for purpose of Arbitration.

28 | P a g e
Procurement Manual HPCL, Mumbai

Page 695 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

12.6 The Owner may enter upon and take possession of the works and all plant, tools,
scaffoldings, sheds, machinery, power operated tools and steel, cement and other
materials of the Contract at the site or around the site and use or employ the same for
completion of the work or employ any other contractor or other person or persons to
complete the works. The Contractor shall not in any way object or interrupt or do
any act, matter or thing to prevent or hinder such actions, other Contractor or
other persons employed for completing and finishing or using the materials and
plant for the works. When the works shall be completed or as soon thereafter the
Engineer shall give a notice in writing to the Contractor to remove surplus
materials and plant, if any, and belonging to the Contractor except as provided
elsewhere in the Contract and should the Contractor fail to do so within a period of 15
days after receipt thereof the Owner may sell the same by public auction and shall
give credit to the contractor for the amount realised. The Owner shall thereafter
ascertain and certify in writing under his hand what (if anything) shall be due or
payable to or by the Owner for the value of the plant and materials so taken
possession and the expense or loss which the Owner shall have been put to in
procuring the works, to be so completed, and the amount if any, owing to the
Contractor and the amount which shall be so certified shall thereupon be paid by the
Owner to the Contractor or by the Contractor to the Owner, as the case may, and the
Certificate of the Owner shall be final and conclusive between the parties.

12.7 When the contract is terminated by the Owner for all or any of the reasons mentioned
above the Contractor shall not have any right to claim compensation on account of
such termination.

® 13. FORCE MAJEURE

Circumstances leading to force majeure

(a) act of terrorism;

(b) riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or
not), civil war, rebellion, revolution, insurrection of military or usurped power;

(c) ionising radiation or contamination, radio activity from any nuclear fuel or from
any nuclear waste from the combustion of nuclear fuel, radioactive toxic
explosive or other hazardous properties of any explosive assembly or nuclear
component;

(d) epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical


natural disaster, but excluding weather conditions regardless of severity; and

(e) freight embargoes, strikes at national or state-wide level or industrial disputes at


a national or state-wide level in any country where Works are performed, and
which affect an essential portion of the Works but excluding any industrial
dispute which is specific to the performance of the Works or the Contract.

For the avoidance of doubt, inclement weather, third party breach, delay in supply
of materials (other than due to a nationwide transporters’ strike) or commercial
hardship shall not constitute a Force Majeure event.

29 | P a g e
Procurement Manual HPCL, Mumbai

Page 696 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

• Notification of Force Majeure

Contractor shall notify within [10(ten)] days of becoming aware of or the date it
ought to have become aware of the occurrence of an event of Force Majeure giving
full particulars of the event of Force Majeure and the reasons for the event of Force
Majeure preventing the Affected Party from, or delaying the Affected Party in
performing its obligations under the Contract.

• Right of either party to terminate

If an event of Force Majeure occurs and its effect continues for a period of 180
(one hundred eighty days) or more in a continuous period of 365 (three hundred
sixty-five) days after notice has been given under this clause, either Party may
terminate the Contract by issuing a written notice of 30 (thirty) days to the other
Party.

• Payment in case of termination due to Force Majeure

The Contract Price attributable to the Works performed as at the date of the
commencement of the relevant event of Force Majeure.

The Contractor has no entitlement and Owner has no liability for:

a) any costs, losses, expenses, damages or the payment of any part of the Contract
Price during an event of Force Majeure; and
b) any delay costs in any way incurred by the Contractor due to an event of Force
Majeure.
Time extension for such cases will be worked out appropriately.

14. ARBITRATION

14.1 All disputes and differences of whatsoever nature, whether existing or which shall at any
time arise between the parties hereto touching or concerning the agreement, meaning,
operation or effect thereof or to the rights and liabilities of the parties or arising out of or in
relation thereto whether during or after completion of the contract or whether before after
determination, foreclosure, termination or breach of the agreement (other than those in
respect of which the decision of any person is, by the contract, expressed to be final and
binding) shall, after written notice by either party to the agreement to the other of them
and to the Appointing Authority hereinafter mentioned, be referred for adjudication to the
Sole Arbitrator to be appointed as hereinafter provided.

14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominate some
officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as owner or
HPCL) or a retired officer of any other Government Company in the Oil Sector of the rank
of Ch. Manager & above or any retired officer of the Central Government not below the
rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes and differences
between the parties. The contractor/vendor shall not be entitled to raise any objection to
the appointment of such person as the Sole Arbitrator on the ground that the said person
is/was an officer and/or shareholder of the owner, another Govt. Company or the
Central Government or that he/she has to deal or had dealt with the matter to which the
contract

30 | P a g e
Procurement Manual HPCL, Mumbai

Page 697 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

® REVISION: PROC-021/01.07.2017

relates or that in the course of his/her duties, he/she has/had expressed views on all
or any of the matters in dispute or difference.

14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the
appointment, or is unable or unwilling to act or resigns or vacates his office for any
reasons whatsoever, the Appointing Authority aforesaid, shall nominate another person
as aforesaid, to act as the Sole Arbitrator.

14.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed with
the arbitration from the stage at which it was left by his predecessor. It is expressly
agreed between the parties that no person other than the Appointing Authority or a
person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator.
The failure on the part of the Appointing Authority to make an appointment on time shall
only give rise to a right to a Contractor to get such an appointment made and not to
have any other person appointed as the Sole Arbitrator.

14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the
Agreemen
t.

14.6 The work under the Contract shall, however, continue during the Arbitration
proceedings and no payment due or payable to the concerned party shall be withheld
(except to the extent disputed) on account of initiation, commencement or pendency of
such proceedings.

14.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute
or difference referred to him and may also make interim award(s) if necessary.

14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by
the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The
lumpsum fees of the Arbitrator shall be R 40,000/- per case for transportation
contracts and R 60,000/- for engineering contracts and if the sole Arbitrator
completes the arbitration including his award within 5 months of accepting his
appointment, he shall be paid R 10,000/- additionally as bonus. Reasonable actual
expenses for stenographer, etc. will be reimbursed. Fees shall be paid stage wise i.e.
25% on acceptance, 25% on completion of pleadings/documentation, 25% on
completion of arguments and balance on receipt of award by the parties

14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996
or any statutory modification or re-enactment thereof and the rules made thereunder,
shall apply to the Arbitration proceedings under this Clause.

14.10 The Contract shall be governed by and constructed according to the laws in force in
India. The parties hereby submit to the exclusive jurisdiction of the Courts situated
at “location given in tender header” (say Mumbai*) for all purposes. The Arbitration
shall be held at “location mentioned for such purpose in Tender header” (say Mumbai*)
and conducted in English language.

14.11 The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation
Limited.

(Note:- * = While printing the GTCs, each Procurement Authorities at various location,
31 | P a g e
Procurement Manual HPCL, Mumbai

Page 698 of 3856


GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT

may mention the correct place before printing the GTC and not leave Clause 14.10 blank
or as stated above. Bracketed portion is to be removed.

15. GENERAL

15.1. Materials required for the works whether brought by the or supplied by the Owner
shall be stored by the contractor only at places approved by Engineer-in-
Charge/Site-in-Charge. Storage and safe custody of the material shall be the
responsibility of the Contractor.

15.2. Owner and/or Engineer-in-Charge/Site-in-Charge connected with the contract,


shall be entitled at any time to inspect and examine any materials intended to be
used in or on the works, either on the site or at factory or workshop or at other
place(s) manufactured or at any places where these are laying or from which these
are being obtained and the contractor shall give facilities as may be required for such
inspection and examination.

15.3. In case of any class of work for which there is no such specification supplied by the
owner as is 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/Site-in-
Charge.

15.4. Should the work be suspended by reason of rain, strike, lockouts or other cause the
contractor shall take all precautions necessary for the protection of the work
and at his own expense shall make good any damages arising from any of these
causes.

15.5 The contractor shall cover up and protect from injury from any cause all new work
also for supplying all temporary doors, protection to windows and any other
requisite protection for the whole of the works executed whether by himself or
special tradesmen or sub- contractors and any damage caused must be made
good by the contractors at his own expense.

15.6 If the contractor has quoted the items under the deemed exports, then it will be the
responsibility of the contractor to get all the benefits under deemed exports from the
Government. The Owner’s responsibility shall only be limited to the issuance of
required certificates. The quotation will be unconditional and phrases like “subject to
availability of deemed exports benefit” etc. will not find place in it.

16. Integrity Pact : Effective 1st September, 2007, all tenders and contracts shall comply with
the requirements of the Integrity Pact (IP) if the value of such tenders or contracts is ` 1
crore & above. Failure to sign the Integrity Pact shall lead to outright rejection of bid.

32 | P a g e
Procurement Manual HPCL, Mumbai

Page 699 of 3856


-,
GENERALTERMS &
.• I
CONDITIONS OF WORKS CONTRACT

17. Grievances of parties participating or intend to participate in the tender shall


be addressed in writing to the officer designate of the Grievance
Redressal Cell where the tenders have to be submitted within the stipulated
period. Detailed mechanism of Grievance Redressal is available on the
HPCL website.

® 18. The guidelines for Holiday Listing as adopted and available on HPCL website
shall be applicable to all tenders floated and all Purchase Orders/Contracts
placed by HPCL.

® REVISION : PROC-019/02.11.2016

32 | Page
Procurement Manual HPCL, Mumbai

Page 700 of 3856


BANK GUARANTEE FOR
MOBILISATION ADVANCE

BANK GUARANTEE FOR MOBILISATION ADVANCE

(On Non-Judicial stamp paper of appropriate value)

Hindustan Petroleum Corporation Ltd.,

(Address as applicable)

1. In consideration of M/s Hindustan Petroleum Corporation Ltd., Government of India


Company registered under the Companies Act, 1956 having its Registered Office at
17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called the "Corporation" which
expression shall include its successors in business and assigns having placed an order
on M/s a partnership firm/sole proprietor/a
Company registered under the Companies Act 1956, having its office at
(complete address) (hereinafter called "the
supplier/contractor" (which expression shall include its successors in business and
assigns) vide Purchase Order No. dated
for (specify nature of job) (hereinafter called "the Order" which
expression shall include any amendments / alterations thereto as issued by "the
Corporation") for the supply of goods to/the execution of service for "the Corporation"
and having agreed to pay the suppliers as and by way of advance upto a sum of
Rupees being % of the value of "the Order" in terms
of "the order" on production of an acceptable Bank Guarantee for an amount of `
.

2. We, Bank (hereinafter referred to as "the Bank") , do at the request


and on behalf of "The Suppliers / Contractor" hereby agree to pay to "the Corporation"
without any demur on first demand an amount not exceeding ` (in words)
against any loss or damage, costs, to or suffered by "the Corporation" by reason of any
breach on the part of "the Supplier/Contractor" of any of the terms and conditions of the
said "Order".

3. We, Bank, further agree that "the Corporation" shall be the


sole judge whether the said "Supplier/Contractor" has committed breach of any of the
terms and conditions of "the Order" and the extent of loss, damage, cost, charges and
expenses suffered or incurred or would be suffered or incurred by "the Corporation" on
account thereof and we waive in favour of "the Corporation" all the rights and defense to
which we as guarantors and/or the supplier may be entitled to.

4. We, Bank, further agree that the amount demanded by "the


Corporation" as such shall be final and binding on "the Bank" as to "the Bank's" liability to
pay the amount demanded and "the Bank" undertake to pay "the Corporation" the amount
so demanded on first demand without any demur notwithstanding any dispute raised by
"the Supplier/Contractor" or any suit or other legal proceedings including arbitration

1|Page
Procurement Manual HPCL, Mumbai

Page 701 of 3856


BANK GUARANTEE FOR
MOBILISATION ADVANCE

pending before any court, tribunal or arbitrator relating thereto, our liability under this
guarantee being absolute and unconditional.

5. We, Bank, further agree that the guarantee herein contained shall
remain in full force and continue to have full effect so long as the said amount
remains unadjusted.

6. We, Bank, further agree with "the Corporation" that "the


Corporation" shall have the fullest liberty without any consent and without affecting in any
manner our obligations hereunder to vary any of the terms and condition of the said
"Order" or to extended time of performance by "the Supplier/Contractor" from time to
time or to postpone for any time or from time to time any of the powers exercisable by
"the Corporation" against "the Supplier / Contractor" and to forbear to enforce any of the
terms and conditions relating to "the Order" and we shall not be relieved from our liability
by reason of any such variation or extension being granted to "the Corporation" or for
any forbearance, act or omission of "the Supplier/Contractor" or any such matter
of things, whatsoever which under the law relating to sureties would, but for these
provisions, have the effect of relieving us.

7. We, Bank, hereby lastly undertake not to revoke this guarantee


during its currency except with the previous consent of "the Corporation" in writing.

8. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed ` ..........


ii. This Bank Guarantee shall be valid upto and including .......; and
iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or # before
the expiry of 30 days from the date of expiry of this guarantee.

9. This guarantee shall not be determined or affected by the liquidation or winding up,
dissolution or change of constitution or insolvency of "the Supplier/Contractor", but shall
in all respects and/for all purposes be binding and operative on "the Bank" until payment
of all moneys payable by "the Supplier/Contractor" in terms thereof.

10. "The Bank" has power to issue this guarantor in favour of "the Corporation" in terms of
the documents and/or the agreement/contract or MOU entered into between "the
Supplier/Contractor" and "the Bank" in this regard.

IN WITNESS whereof, Bank of , has executed this document at


on 199 .

(FOR BANK)
(by its constituted attorney)
(signature of a person authorized
to sign on behalf of "the Bank")

2|Page
Procurement Manual HPCL, Mumbai

Page 702 of 3856


BANK GUARANTEE FOR
ADVANCES

BANK GUARANTEE FOR ADVANCES

(on non-judicial stamp paper of appropriate value)

To,
Hindustan Petroleum Corporation Ltd.,

(Address as applicable)

In CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED,


a Government of India Company registered under the Companies Act 1956, having its
registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the
Corporation" which expression shall include its successors in business and assigns) having
placed an order on Messrs a partnership firm/sole proprietor
business/ a company registered under the Companies Act, 1956 having its office at
(hereinafter called "the Supplier" which expression shall
include its successors and assigns) vide Order No. dated
(hereinafter called "the Order" which expression shall include any amendments/alterations
thereto as issued by "the Corporation") for the supply of goods/to the execution of Service for
"the Corporation" and having agreed to pay the supplier as and by way of advance upto a
sum of ` (Rupees only )
being % of the value of the order in terms of "the Order" on production of an
acceptable Bank Guarantee for an amount of ` (Rupees
only)

1. We, Bank having office at


(hereafter referred to as "the Bank") do at the request and on behalf of "the Supplier's"
hereby agree to pay "the Corporation" without any demur on first demand an amount
not exceeding ` (Rupees only) against any
loss or damage, costs, charges and expenses caused to or suffered or would be
caused to or suffered by "the Corporation" by reason of any
breach on the part of "the Supplier" of any of the terms and conditions of the said order.

2. We, Bank further agree that "the Corporation" shall be sole judge
whether the said "Supplier" has committed breach of any of the terms and conditions of
"the Order" and the extent of loss, damage, cost charges and expenses suffered or
incurred or would be suffered or incurred by "the Corporation" on account thereof and
we waive in favour of "the Corporation" all the rights and defences to which we as
guarantors and/or "the Supplier" may be entitled to.

3. We, Bank further agree that the amount demanded by "the


Corporation" as such shall be final and binding on "the Bank" as to "the Bank's" liability to
pay and amount demanded and "the Bank" undertake to pay "the Corporation" the
amount so demanded on first demand and without any demur notwithstanding any
dispute raised by "the Supplier" or any suit or other legal proceedings including
arbitration pending before any court tribunal or arbitrator relating thereto, our liability under

1|Page
Procurement Manual HPCL, Mumbai

Page 703 of 3856


BANK GUARANTEE FOR
ADVANCES

this guarantee being absolute and unconditional. (We Bank


further agree that the guarantee herein contained shall remain in full force and
continue to have full effect so long as the said amount remains unadjusted,
provided, however, the value of the guarantee shall progressively reduce upon any
adjustments being made by "the Corporation" against the said advance and "the
Corporation" rights shall extend only to the value of the unadjusted amount.

4. We, Bank further agree with "the Corporation" that "the


Corporation" shall have the fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said
"order"/or to extend time of performance by "the Supplier" from time to time or to
postpone for any time or from time to time any of the powers exercisable by "the
Corporation" against "the Supplier" and to forbear to enforce any of the terms and
conditions relating to "the Order" and we shall not be relieved from our liability by
reason of any such variation or extension being granted to "the Supplier" or for any
forbearance, act or omission on "the Supplier" or by any such matter or things
whatsoever which under the law relating to sureties would be for this provisions have the
effect of relieving us.

5. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed ` ..........


ii. This Bank Guarantee shall be valid upto and including .......; and
iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or # before
the expiry of 30 days from the date of expiry of this guarantee

6. We, Bank further undertake not to revoke this guarantee during its
currency except with the previous consent of "the Corporation" in writing.

7. We, Bank lastly agree that "the Bank" liability under this
guarantee shall not be affected by any change in the constitution of "the Supplier".

8. We, Bank has power to issue this guarantee in favour of "the


Corporation" in terms of the documents and/or the agreement/contract or MOU
entered into between"the supplier" and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this


day of

(FOR BANK)
(by its constituted attorney)
(signature of a person authorized
to sign on behalf of "the Bank")

2|Page
Procurement Manual HPCL, Mumbai

Page 704 of 3856


BANK GUARANTEE FOR
PERFORMANCE

BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF


SUPPLIER / CONTRACTOR

(on non-judicial stamp paper of appropriate value)

To,

Hindustan Petroleum Corporation Ltd.,


(Address as applicable)

IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. a

Government of India Company registered under the Companies Act, 1956, having its
registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the
Corporation" which expression shall include its successors and assigns) having awarded to
M/s a partnership firm/sole
proprietor business/a company registered under the Companies Act, 1956 having its
office at (hereinafter referred to as "the Supplier"
which expression shall wherever the subject or context so permits includes its successors and
assigns) a supply contract in terms inter alia, of "the Corporation's" Order
No. dated and the General procurement conditions of
"the Corporation" and upon the condition of "supplier's" furnishing security for the
performance of "the Supplier's" obligations and/or discharge of "the supplier's" liability under
and/or in connection with the said supply contract upto a sum of `
(Rupees_ ) amounting to 10% (ten percent) of the
total contract value.

We, (hereinafter called "the Bank" which expression shall include


its successors and assigns) hereby jointly and severally undertake and guarantee to pay to
"the Corporation" in rupees forthwith on demand in writing and without protest or demur of any
and all moneys anywise payable by "the Supplier" to "the Corporation" under, in respect of
or in connection with the said supply contract inclusive of all the Corporation's losses and
damage and costs, (inclusive between attorney and client) charges, and expenses and other
moneys anywise payable in respect of the above as specified in any notice of demand
made by "the Corporation" to the Bank with reference to this Guarantee upto and
aggregate limit of ` (Rupees ) and "the

Bank" hereby agrees with "the Corporation" that:

1. This Guarantee/Undertaking shall be a continuing Guarantee /Undertaking and shall remain


valid and irrecoverable for all claims of "the Corporation" and liabilities of "the Supplier"
arising upto and until midnight of

2. This Guarantee/Undertaking shall be in addition to any other guarantee or security


whatsoever that "the Corporation" may now or any time anywise have in relation to "the

1|Page
Procurement Manual HPCL, Mumbai

Page 705 of 3856


BANK GUARANTEE FOR
PERFORMANCE

Supplier's obligation/liabilities under and/or connection with the said supply contract,
and "the Corporation" shall have full authority to take recourse to or enforce this security
in preference to the other security(ies) at its sole discretion and no failure on the part of
"the Corporation" to enforcing or requiring enforcement to any other security shall have
the effect of releasing "the Bank" from its full liability hereunder.

3. "The Corporation" shall be at liberty without reference to "the Bank" and without affecting
the full liability of "the Bank" hereunder to take any other security in respect of "the
Supplier's" obligation and/or liabilities under or in connection with the said supply contract
and to vary the term vis-a-vis "the supplier" of the said supply contract or to grant time
and/or indulgence to "the Supplier" or to reduce or to increase or otherwise vary the prices
of the total contract value or to release or to forebear from enforcement of all or any of
the obligations of "the supplier" under the said supply contract and/or the remedies of "the
Corporation" under any other security(ies) now or hereafter held by "the Corporation" and
no such dealing(s), variation(s) or other indulgence(s) or agreement(s) with "the supplier"
or release of forbearance whatsoever shall have the effect of releasing "the Bank" from
its full
liability to "the Corporation" hereunder or of prejudicing rights of "the Corporation" against
"the Bank".

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or


winding up, dissolution or change of constitution or insolvency of "the supplier" but shall in
all respects and for all purposes be binding and operative until payment of all moneys
payable to "the Corporation" in terms hereof.

5. "The Bank" hereby waives all rights at any time inconsistent with the terms of this
Guarantee/Undertaking and the obligations of "the Bank" in terms hereof shall not be
anywise affected or suspended by reason of any dispute having been raised by "the
suppliers" (whether or not pending before any arbitrator, officer, tribunal or court) or any
denial of liability by "the supplier" or any other order of communication whatsoever by "the
supplier" stopping or preventing or purporting to stop or prevent any payment by "the
Bank" to "the Corporation" in terms hereof.

6. The amount stated in any notice of demand addressed by "the Corporation" to "the Bank"
as liable to be paid to "the Corporation" by "the supplier" or as suffered or incurred by "the
Corporation" on account of any losses or damages or costs, charges/and/or expenses
shall be as between "the Bank" and "the Corporation" be conclusive of the amount soliable
to be paid to "the Corporation" or suffered or incurred by "the Corporation", as the case
may be, and payable by "the Bank" to "the Corporation", in terms hereof.

7. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed ` .........

ii. This Bank Guarantee shall be valid upto and including .......; and

iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or # before
the expiry of 30 days from the date of expiry of this guarantee.

2|Page
Procurement Manual HPCL, Mumbai

Page 706 of 3856


BANK GUARANTEE FOR
PERFORMANCE

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of
the documents and/or the agreement/contract or MOU entered into between "the
supplier" and "the Bank" in this regard.

IN WITNESS Where of Bank, has executed this document at


on 199 .

Bank
(by its constituted attorney) (signature of
a person authorized to sign on behalf of "the
Bank")

3|Page
Procurement Manual HPCL, Mumbai

Page 707 of 3856


COMPOSITE BANK
GUARANTEE FOR MOBILISATION

COMPOSITE BANK GUARANTEE FOR MOBILISATION ADVANCE,


SECURITY DEPOSIT/RETENTION MONEY/PERFORMANCE GUARANTEE

(On Non-Judicial stamp paper of appropriate value)

TO : Hindustan Petroleum Corporation Limited


(Address as applicable)

IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION


LIMITED, a Government of India Company registered under the Companies Act, 1956,
having its registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called
"The Corporation" (which expression shall include its successor in business and assigns)
having placed an order on Messers ............................ a partnership firm/sole
proprietor business/a company registered under the Companies Act, 1956 having its office at
.............. (hereinafter called "the supplier" (which expression shall include executors,
administrators and assigns) vide order No....................... dated.............. (hereinafter called
"the order" which expression shall include any amendments/alterations to "the order"
issued by "the Corporation") for the supply of goodsto/execution of services for "the
Corporation" and "the Corporation" having agreed :
a. not to insist upon immediate payment of Security deposit for the fulfilment and performance
of the said order
b. to pay "the supplier" as and by way of advance upto a sum of Rupees (Rupees
only) being % of the value of "the order";
c. that "the supplier" shall furnish a security for the performance of "the supplier's"
obligations and/or discharge of "the supplier's" liability in connection with the said "order";
and "the Corporation" having agreed with "the supplier" to accept a composite Bank
Guarantee for the mobilisation advance, security deposit, retention money and
performance guarantee

We, .................................................... Bank having office at ............................................


(hereinafter referred to as "the Bank" which expression shall includes its successors and
assigns) at the request and on behalf of "the supplier" hereby agree to pay to "the Corporation"
without any demur on first demand an amount not exceeding `...........
(Rupees.............................only) against any loss or damage, costs, charges and expenses
caused to or suffered by "the Corporation" by reason of non performance and fulfilment or for
any breach on the part of "the supplier" of any of the terms and conditions of the said "order".

2. We, ............................. Bank further agree that "the Corporation" shall be sole judge
whether the said "Supplier" has failed to perform or fulfill the said "order"in terms thereof
or committed breach of any terms and conditions of "the order" and the extent of loss,
damage, cost, charges and expenses suffered or incurred or would be suffered or incurred
by "the Corporation" on account thereof and we waive in the favour of "the Corporation" all
the rights and defences to which we as guarantors and/or "the Supplier" may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability
to pay and the amount demanded and "the Bank" undertake to pay "the Corporation" the

1|Page
Procurement Manual HPCL, Mumbai

Page 708 of 3856


COMPOSITE BANK
GUARANTEE FOR MOBILISATION

amount so demanded first demand and without any demur notwithstanding dispute
raised by "the Supplier" or any suit or other legalproceedings including arbitration pending
before any court, tribunal or arbitrator relating thereto, our liability under this guarantee
being absolute and unconditional.

4. We, .................................. Bank further agreewith "the Corporation" that "the Corporation"
shall have the fullest liberty without our consent and without affecting inany manner our
obligations hereunder to vary any of the termsand conditions of the said "order"/or to
extend time of performance by "the Supplier" from time to time or to postpone for any
time to time any of the powers exercisable by "the Corporation" against "the Supplier" and to
forbear to enforce any of the terms and conditions relating to "the order" and we shall not
be relieved from our liability by reason of any such variation or extension being granted to
"the Supplier" or for any forbearance, act or ommission on the part of "the Corporation" or
any indulgence by "the Corporation" to "the Supplier" or by any such matter or things
whatsoever which under the law relating to sureties would but for this provision have the
effect of relieving us.

5. However, it has been agreed between "the Supplier" and "the Corporation" that there shall
be only one Composite Bank Guarantee for both the advance and security deposit
performance guarantee/Retention Money @ of % valid till the end of the defects
liability period as per the terms of the P.O. No. dated
and that in proportion with the recovery of advance @ % per bill the same
amount/value automatically stands credited to the defects liability account/security deposit
or retention money as the case may be and will continue to be credited/treated till the
entire advance of ` is fully recovered from the running bills
and from the date of full recovery of the advance of ` this guarantee
automatically, shall stand valid towards the % retention money/defects liability, fully
valid in all
respects unto a further period of 3 (three) months, as per the Purchase Order of
"the Corporation".

6. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed R ..........


ii. This Bank Guarantee shall be valid upto and including .......; and
iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or before the
expiry of 30 days from the date of expiry of this guarantee.

7. We, ........................................ Bank furtherundertake not to revoke this guarantee during


its currency except with the previous consent of "the Corporation" in writing.

8. We, ......................................... Bank lastly agree that "the Bank"'s liability under this
guarantee shall not be affected by any change in the constitution of "the Supplier".

9. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of
the documents and/or the Agreement/Contract or MOU entered into between "the
Supplier" and "the Bank" in this regard.

2|Page
Procurement Manual HPCL, Mumbai

Page 709 of 3856


COMPOSITE BANK
GUARANTEE FOR MOBILISATION

IN WITNESS WHEREOF the Bank has executed this document on this .............................
day of ...........................

For ........................ Bank

(by its constituted attorney)

(Signature of a person authorised

to sign on behalf of "the Bank")*

3|Page
Procurement Manual HPCL, Mumbai

Page 710 of 3856


BANK GUARANTEE IN LIEU OF EARNEST MONEY
(On Non-Judicial stamp paper of appropriate value)

TO : HPCL Rajasthan Refinery Limited

(Address as applicable)

IN CONSIDERATION OF MESSRS. HPCL Rajasthan Refinery Limited, incorporated on 18th


September, 2013, as a Joint Venture between Hindustan Petroleum Corporation Limited (HPCL)
and Government of Rajasthan (GOR), having its registered office at Tel Bhavan, Sahkar Marg, Lal
Kothi Vistar Jyoti Nagar, Jaipur Rajasthan, India (hereinafter called "The Corporation" which
expression shall include its successor in business and assigns) issued a tender on Messrs.
................................................ a partnership firm/sole proprietor business/a company registered
under the Companies Act, 1956 having its office at (hereinafter called "the Tenderer" which
expression shall include its executors, administrators and assigns) against Tender
no....................................................... dated .................... (hereinafter called "the tender" which
expression shall include any amendments/ alterations to "the tender" issued by "the Corporation")
for the supply of goods to/execution of services for "the Corporation" and "the Corporation" having
agreed not to insist upon immediate payment of Earnest Money for the fulfilment of the said tender
in terms thereof on production of an acceptable Bank Guarantee for an amount of `.........................
(Rupees ................................. only).

1. We, ................................... Bank having office at ..................................................... Bombay


(hereinafter referred to as "the Bank" which expression shall include its successors and
assigns) at the request and on behalf of "the Tenderer" hereby agree to pay to the Corporation
without any demur on first demand an amount not exceeding `........................ (Rupees
...................................... only) against any loss or damage, costs, charges and expenses
caused to or suffered by "the Corporation" by reason of non-performance and fulfilment or for
any breach on the part of "the Tenderer" of any of the terms and conditions of the said
"tender".

2. We, ........................................ Bank further agree that "the Corporation" shall be sole Judge
whether the said "Tenderer" has failed to perform or fulfill the said "tender" in terms thereof or
committed breach of any of the terms and conditions of "the order" and the extent of loss,
damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by
"the Corporation" on account thereof and we waive in favour of "the Corporation" all the rights
and defences to which we as guarantors and/or "the Tenderer" may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by "the Corporation"
as such shall be final and binding on "the Bank" as to "the Bank" 's liability to pay and the
amount demanded and "the Bank" to undertake to pay "the Corporation" the amount so
demanded on first demand and without any demur notwithstanding any dispute raised by "the
Tenderer" or any suit or other legal proceedings including arbitration pending before any court,
tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and
unconditional.

4. We, ....................................... Bank further agree with "the Corporation" that "the Corporation"
shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said "tender"/or to extend
time of performance by "the Tenderer" from time to time or to postpone for any time to time any
of the powers exercisable by "the Corporation" against "the Tenderer" and to forbear to enforce
any of the terms and conditions relating to "the tender" and we shall not be relieved from our
liability by reason of any such variation or extension being granted to "the Tenderer" or for any
forbearance, act or ommission on the part of "the Corporation" or any indulgence by "the
Corporation" to "the tenderer" or by any such matter or things whatsoever which under the law
relating to sureties would but for this provision have the effect of relieving us.

Page 711 of 3856


5. NOTWITHSTANDING anything hereinbefore contained, our liability under this Guarantee is
restricted to ` ......... (Rupees....................................... only). Our liability under this guarantee
shall remain in force until expiration of six months from the due date of opening of the said
"tender". Unless a demand or claim under this guarantee is made on us in writing within said
period, that is, on or before .................................... all rights of "the Corporation" under the said
guarantee shall be forfeited and we shall be relieved and discharged from all liabilities
thereunder.

6. We, ........................................ Bank further undertake not to revoke this guarantee during its
currency except with the previous consent of "the Corporation" in Writing.

7. We, ......................................... Bank lastly agree that "the Bank” 's liability under this guarantee
shall not be affected by any change in the constitution of "the Tenderer".

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the
documents and/or the Agreement/Contract or MOU entered into between "the Tenderer" and
"the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this .......................... day of
........................

For ........................ Bank

(by its constituted attorney)

(Signature of a person authorised

to sign on behalf of "the Bank")

Page 712 of 3856


BANK GUARANTEE FOR
SECURITY DEPOSIT

BANK GUARANTEE FOR SECURITY DEPOSIT

BANK GUARANTEE FOR SECURITY DEPOSIT

(On Non-Judicial stamp paper of appropriate value)

TO : Hindustan Petroleum Corporation Limited


(Address as applicable)

IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED,


a Government of India Company registered under theCompanies Act, 1956, having its
registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called "The
Corporation" (which expression shall include its successor in business and assigns)
having placed an order on Messers ............................ a partnership firm/sole
proprietor business/a company registered under the Companies Act, 1956 having its office at
.............. (hereinafter called "the supplier") (which expression shall include executors,
administrators and assigns) vide order No....................... dated.............. (hereinafter called
"the order" which expression shall include any amendments/alterations to "the order"
issued by "the Corporation") for the supply of goods to/execution of services for "the
Corporation" and "the Corporation" having agreed :

a) not to insist upon immediate payment of Security Deposit for the fulfilment and performance
of the said order

b) that "the supplier" shall furnish a security for the performance of "the supplier's"
obligations and/or discharge of "the supplier's" liability in connection with the said "order";
and "the Corporation" having agreed with "the supplier" to accept Bank Guarantee for
the security deposit.
We, .................................................... Bank having office at ............................................
(hereinafter referred to as "the Bank" which expression shall includes its successors and
assigns) at the request and on behalf of "the supplier" hereby agree to pay to "the
Corporation"without any demur on first demand an amount not exceeding `...........
(Rupees.............................only) against any loss ordamage, costs, charges and expenses
caused to or suffered by "the Corporation" by reason of non performance and fulfilment or for
any breach on the part of "the supplier" of any of the terms and conditions of the said "order".

2. We, ............................. Bankfurther agree that “the Corporation" shall be sole judge
whether the said "Supplier" has failed to perform or fulfill the said "order" in terms
thereof or committed breach of any terms and conditions of "the order" and the extent of
loss, damage, cost, charges and expenses suffered or incurred or would be suffered or
incurred by "the Corporation" on account thereof and we waive in the favour of "the
Corporation" all the rights and defences to which we as guarantors and/or "the Supplier"
may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank's” liability
to pay and the amount demanded and "the Bank"undertake to pay "the Corporation" the
amount so demanded on first demand and without any demur notwithstanding any

1|Page
Procurement Manual HPCL, Mumbai

Page 713 of 3856


BANK GUARANTEE FOR
SECURITY DEPOSIT

dispute raised by "the Supplier" or any suit or other legal proceedings including arbitration
pending before any court, tribunal or arbitrator relating thereto, our liability under this
guarantee being absolute and unconditional.

4. We, .................................. Bank further agree with "the Corporation" that "the Corporation"
shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said "order"/or to
extend time of performance by "the Supplier" from time to time or to postpone for any
time to time any of the powers exercisable by "the Corporation" against "the Supplier" and to
forbear to enforce any of the terms and conditions relating to "the order" and we shall not
be relieved from our liability by reason of any such variation or extension being granted to
"the Supplier" or for any forbearance, act or ommission on the part of "the Corporation"
or any indulgence by "the Corporation" to "the Supplier" or by any such matter or
things whatsoever which under the law relating to sureties would but for this provision have
the effect of relieving us.

5. However, it has been agreed between "the Supplier" and "the Corporation" Bank
Guarantee for security deposit is Valid upto a period of 3 (Three) months beyond the
expiry of the defects liability period as per the terms of the Order No.
dated .
6. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed ` ..........

ii. This Bank Guarantee shall be valid upto and including .......; and
iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or # before
the expiry of 30 days from the date of expiry of this guarantee.
7. We, ........................................ Bank further undertake not to revoke this guarantee during
its currency except with the previous consent of "the Corporation" in writing.

8. We, ......................................... Bank lastly agree that "the Bank"'s liability under this
guarantee shall not be affected by any change in the constitution of "the Supplier".

9. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of
the documents and/or the Agreement/Contract or MOU entered into between "the
Supplier" and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this

............................. day of ...........................

For ........................ Bank (by its

constituted attorney) (Signature of

a person authorised to sign on

behalf of "the Bank")*

2|Page
Procurement Manual HPCL, Mumbai

Page 714 of 3856


BANK GUARANTEE
IN LIEU OF LIQUIDATED DAMAGES

# BANK GUARANTEE IN LIEU OF LIQUIDATED DAMAGES


(On Non-Judicial stamp paper of appropriate value) (Clause B.11.1 of Chapter IV)

To: Hindustan Petroleum Corporation Limited


(Address as applicable)

IN CONSIDERATION OF MESS. HINDUSTAN PETROLEUM CORPORATION LIMITED


a Government of India Company registered under the Companies Act, 1956, having its
registered office at 17, Jamshedji Tata Road, Churchgate, Mumbai – 400 020 (hereinafter
called "The Corporation" which expression shall include its successor in business and
assigns) agreeing to grant a provisional extension of time in respect of the contract entered into
with Mess. ................................................ a sole proprietorship business/ partnership firm/
a company registered under the Companies Act, 1956 having its office at
........................................................... (hereinafter called "the Contractor", which expression shall
include its executor, administrator and assigns) against Purchase Order No. .......... dated
.................... (hereinafter called "the Contract" which expression shall include any
amendments/ alterations to "the contract" issued by "the Corporation") for
………………………………………. (state the purpose of the Contract), and the Contractor
having requested for extension of time without deduction of any Liquidated Damages from the
bills in terms of the Contract and "the Corporation" having agreed to grant provisional extension
of time pending a decision on the request for extension of time and not to insist upon immediate
deduction/payment of Liquidated Damages upon receipt of this unconditional irrevocable Bank
Guarantee for an amount of ....... ………………..(Rupees .......................................................
only).

We, ................................... Bank having our office at .....................................................


Bombay (hereinafter referred to as "the Bank" which expression shall include its successor and
assigns) at the request and on behalf of "the Contractor" hereby agree to pay to the Corporation
without any demur and on fit demand an amount not exceeding …………….......... (Rupees
...................................... only) against any loss or damage, costs, charges and expenses caused to
or suffered by or likely to be caused to or suffered by "the Corporation" by reason of the delay
in performance of work or the Corporation agreeing to grant such provisional extension of time
without insisting on deduction of Liquidated Damages.

2. We, ........................................ Bank further agree that "the Corporation" shall be sole
Judge whether the said "Contractor" has failed to perform or fulfill the said "Contract"
in terms thereof or committed breach of any of the terms and conditions of "the purchase

order/Contract" or was not entitled to any extension of time and also the extent of loss,
damage, cost, charges and expenses suffered or incurred or would be suffered or
incurred by "the Corporation" on account thereof and we waive in favour of "the
Corporation" all the rights and defenses to which we as guarantor and/or "the
Contractor" may be entitled to.

1|Page
Procurement Manual HPCL, Mumbai

Page 715 of 3856


BANK GUARANTEE
IN LIEU OF LIQUIDATED DAMAGES

3. We, ................................. Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability
to pay the amount demanded and "the Bank" undertakes to pay to "the Corporation" the
amount so demanded on fit demand without further proof or conditions and without any
demur, reservation, contest, recourse or protest and without any enquiry of you or the
Contractor, forthwith and in full without any deductions or set-offs or counterclaim
whatsoever, the sum claimed by you in such Demand, notwithstanding any dispute raised
by "the Contractor" or the pendency of any suit or other legal proceedings including
arbitration pending before any court, tribunal or arbitrator relating thereto, our liability
under this guarantee being absolute and unconditional. We further agree that the
Corporation shall not be bound to disclose any reasons while demanding any amount
under the Bank Guarantee.

4. We, ....................................... Bank further agree with "the Corporation" that "the
Corporation" shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder, to vary any of the terms and conditions of the said
"Contract"/or to extend time of performance by "the Contractor" from time to time or
to postpone for any time or from time to time any of the power exercisable by "the
Corporation" against "the Contractor" and to forbear to enforce any of the terms and
conditions relating to "the Contract" and we shall not be relieved from our liability by
reason of any such variation or extension being granted to "the Contractor" or for any
forbearance, act or omission on the part of "the Corporation" or any indulgence by
"the Corporation" to "the Contractor" or by any such matter or things whatsoever which
under the law relating to sureties would, but for this provision, have the effect of
relieving us. Any waive or other forbearance given or variations required under the
Contract or any invalidity, unenforceability or illegality of the whole or any part of the
Contract or rights of any party thereto, or amendment or other modification of the
Contract or any other fact, circumstance, provision of statute or law which might, were our
liability to be secondary and not primary, entitle us to be released in whole or in part from
our undertaking, shall not in any way release us from our obligations under this
Guarantee. Our obligations hereunder in respect of the sum or sums demanded by the
Corporation under this Guarantee are primary, independent and absolute and not by way
of surety only. The Corporation may make an unlimited number of Demands under this
Guarantee provided that the aggregate of all sums paid shall not exceed the entire
Guarantee Amount.

5. Notwithstanding anything hereinbefore contained, our liability under this Guarantee


is restricted to . ......... ……. (Rupees....................................... only). Our
liability under this guarantee shall remain in force until expiration of six months from
the expiry of the said "Contract". Unless a demand or claim under this guarantee is made
on us in writing within said period, that is, on or before .................................... all rights
of "the Corporation" under the said guarantee shall be forfeited and we shall be relieved
and discharged from all liabilities thereunder.

6. We, ........................................ Bank further undertake not to revoke this guarantee


during its currency except with the previous consent of "the Corporation" in Writing.

2|Page
Procurement Manual HPCL, Mumbai

Page 716 of 3856


BANK GUARANTEE
IN LIEU OF LIQUIDATED DAMAGES

7. We, ......................................... Bank lastly agree that "the Bank" 's liability under this
guarantee shall not be affected by any change in the constitution of "the Contractor" or
its insolvency winding up, reorganization, amalgamation or liquidation (including any
appointment of a receiver, administrator, administrative receiver or supervisor of the
Contractor or any of its assets) nor in case of any dispute or disagreement whatsoever
under the Agreement. We shall indemnify you immediately on demand against any cost,
loss or liability suffered by you as a result of our this obligation being or becoming
unenforceable, invalid or contrary to the laws of India (except in the case of a fraud by
you).

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms
of the documents and/or the Agreement/Contract or MOU entered into between "the
Contractor" and "the Bank" in this regard. This Guarantee shall be governed by and
construed in accordance with the laws of the Republic of India.

9. Any demand, notice or other communication given in connection with or required by this
Guarantee shall be made in writing in English be delivered by hand to, or sent by pre-paid
registered post, or facsimile transmission to:

IN WITNESS WHEREOF the Bank has executed this document on this ..........................
day of ........................

For ........................ Bank (by its constituted


attorney) Signature of a peon authorised to
sign on behalf of the bank")

3|Page
Procurement Manual HPCL, Mumbai

Page 717 of 3856


HPCL RAJASTHAN REFINERY LIMITED (HRRL)
RAJASTHAN REFINERY PROJECT (RRP)

AT

PACHPADRA TEHSIL, BARMER DISTRICT,


RAJASTHAN, INDIA

BIDDING DOCUMENT

PART – II: PRICE PART

FOR
INTERMEDIATE & PRODUCT STORAGE TANKS
INCLUDING TANK PADS AND ASSOCIATED
CIVIL WORKS (PACKAGE-6) AT RAJASTHAN
REFINERY COMPLEX AT PACHPADRA

(BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003)

PREPARED BY:

Page 718 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD
AND ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE
(PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

SCHEDULE OF PRICES (PART-A)


(SOP)
(Rev. 0)

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 1 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK


PAD AND ASSOCIATED CIVIL WORKS WITH ALL FACILITIES
WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

INDEX TO SCHEDULE OF PRICES

Sr. No. Description Form No.

1. PREAMBLE 5 Sheets

2. LUMPSUM PRICE SP-0

Break up of LUMPSUM PRICE of SP-0 SP-0A

A. Schedule of Price for Design and Detailed Engineering. SP-1


2.1
B. Schedule of Price for Supply Portion. SP-2

C. Schedule of Price for Construction / Installation Portion SP-3

Further Breakup of Prices of SP-1, SP-2 and SP-3

A. Breakup Price for Design and Detailed Engineering SP-4


2.2
B. Breakup of price for Supply Portion. SP-5

C. Breakup of price for Construction / Installation Portion SP-6

3. 2 Year O & M spares SP-7

4. Details of Goods And Service Tax (GST) SP-8A

5. Details of Custom Duty& Custom related duties SP-9

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 2 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

PREAMBLE TO SCHEDULE OF PRICES

1. Bidder’s quoted prices shall be strictly as per various FORMS included under Schedule of Prices. Bidder shall
quote LUMPSUM PRICE for entire scope of work as per provisions of the Bidding Document in FORM SP-‘0’.
This LUMPSUM PRICE may also be referred to as Lumpsum Price or Contract Price. Bidder shall also quote
break up of LUMPSUM PRICE separately for Design and Detailed Engineering (FORM SP-1), Supply (FORM
SP-2) and Construction/Installation (FORM SP-3). Bidder shall furnish further break-up of lumpsum prices as
per FORM SP-4, SP-5 and SP-6.

These Break-up of Prices (i.e. FORM SP-1, SP-2, SP-3 and further break-up in FORMs SP-4, SP-5 and SP-6)
are only meant for the purpose of Milestone Payment and finalization of Billing Break-up during the execution
of the Contract.
2. Bidder to note that break-up of lump sum price is for reference only and total price payable under the Contract
shall be restricted to the Lump sum Price / Contract Price indicated in Schedule of Price FORM SP-0. The
Price evaluation shall be based on the Lump sum Price quoted in FORM SP-0, in line with provisions of
Bidding Document.

The above Lumpsum Price (FORM SP-0) shall be considering entire Contract as “Works Contract
Service”.

3. The quoted price shall be deemed to be inclusive of all the taxes & duties except GST (i.e. IGST or CGST and
SGST/UTGST applicable in case of interstate supply or intra state supply respectively and GST Compensation
cess, if applicable). It is clarified that prices, taxes, duties including GST on any transaction between
Contractor and their sub-contractor/ sub-supplier shall be included in the Lumpsum price quoted by the
Contractor.

4. The quoted price shall also include the insurance, all applicable taxes, Duties, Cesses, Royalty and Levies as
per Bidding Documents.
5. The price quoted shall be lumpsum price for the entire scope of work, whether specifically mentioned or not, to
be executed on Lumpsum turnkey (LSTK) basis. Unless the basic parameter changes or additional/ extra
requirements (scope of work and/or supply and/or services) are made, total payments to be made to the
Contractor shall be limited to lumpsum price indicated/finally accepted as per FORM SP-0 only.

6. Obligation of the Contractor is not limited to the quantities that the Contractor may either indicate in the Break-
up of Lumpsum Prices along with his bid or in further detailed break-up of lumpsum prices furnished after
award of Work during billing break-up finalization. Contractor shall carry out entire scope of
work/supplies/Services as detailed in various sections/volumes of the Bidding Document within the quoted
Lumpsum Price.

Break-up of LUMPSUM PRICE is required to be submitted in FORM SP -1, SP-2, SP-3, SP-4, SP-5 and SP-
6 which shall be used for milestones payment purpose only. Further Break-up of these forms as required shall
be submitted and got approved from Engineer-in-charge/Owner in the billing schedule after award of Contract.
Billing schedule shall be allowed to revise two times only, one after achieving 50% overall Project progress and
second time after achieving 90% Overall progress.

7. Lumpsum price shall be deemed to be inclusive of the cost of any other supplies/work(s)/Services not
specifically mentioned in the Bidding Document but are essentially required for the efficient, trouble free
operation of the complete package, irrespective of whether the above unspecified supplies/work(s)/services
are specifically mentioned in the bidder’s bid or not.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 3 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

8. The Bidder shall carefully examine the various clauses of Bidding document inclusive of Scope of Enquiry,
General Terms and Conditions for Works Contract, Special Conditions of Contract, Tender Specifications,
Technical and Commercial Amendment( if any) etc. The bidder shall include in his prices any sum he may
consider necessary to cover the fulfilment of the various clauses contained therein. The items of work
described and the Lumpsum Price stated in the Schedule of Price shall be inclusive of everything necessary to
complete the said items of work within the contemplation of the Contract.

9. General directions and descriptions of work and materials given in the specifications are not necessarily
repeated in the Schedule of Price.
10. Bidder to note that break-up of Lumpsum Price is for interim payment purposes only and total price payable
under the Contract shall be restricted to the Lumpsum Price/Contract Price mentioned in FORM SP-0.

11. The Price for Design and Detailed Engineering quoted in FORM SP-1 shall not exceed 5% (Five Percent)of
the Lumpsum Price of FORM SP-0.
12. The Price of Supply quoted in FORM SP-2 shall not exceed 35 % (Thirty five Percent) of the Lumpsum Price
of FORM SP-0.
13. In case the prices are beyond the limits mentioned under Sl. Nos. 11, 12, then such additional amount shall be
raised by Contractor in the final bill and shall be paid to the Contractor in the final bill/invoice only. Billing
schedule shall be prepared as per above clause no.11 & 12 only.

14. In case of any contradiction between Lumpsum Price mentioned in FORM SP-0 and subsequent Break-up of
price mentioned in FORMs SP-1, SP-2, SP-3, SP-4, SP-5, SP-6, the Prices indicated in FORM SP-0 shall be
final & binding and shall be considered as “Lumpsum Price” for complete Scope of Work and break-up of
Prices shall be reworked to match with Price as per FORM SP-0.

15. In case of contradiction between Break up of Prices as per FORM SP-1, SP-2 and SP-3 and further Breakup
of prices as per FORM SP-4, SP-5 and SP-6, following order of precedence shall apply :

SP-1, SP-2, SP-3.


SP-4, SP-5, SP-6.
16. Following Forms of Schedule of Price are also enclosed.
i) FORM SP-7, indicating Recommended spares for 2 years Operation and Maintenance (O&M spares). Prices
as per FORM SP-7 shall be submitted within 03 Months of award of work as per provision of SCC clauses.

ii) FORM SP-8A, indicating the details of Goods and Service Tax (GST) in respect of Lumpsum Price quoted
under FORM SP-0.

iii) FORM SP-9 indicating details of Custom and Custom related duties for the Built-in import content directly
imported by the Contractor in his name.
17. Currency of Bid

Bidders are allowed to quote in currency(ies) as under:

i) INR and/or
ii) Any one Foreign currency out of USD and EURO
Bidder to carefully mention the applicable foreign currency in the specified columns.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 4 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

18. It shall be the sole responsibility of the CONTRACTOR to duly observe and perform and fulfil all obligations of
all laws, rules, regulations, orders and formalities during the entire period/currency of the Contract, applicable
to Good and Service Tax (GST), Customs Duty, etc. on the import, manufacture, sale and/or supply of any
material(s)/equipment to the OWNER and performance of the works contract service under the Contract. The
CONTRACTOR shall keep the OWNER and its Project Management Consultant (PMC) indemnified from and
against any and all claims, demands, prosecutions, actions, proceedings, penalties, damages, demurrages
and/or other levies whatsoever made or levied by any Court, Tribunal or the Customs or other Authorities with
respect to any alleged breach, evasion or infraction of such duties, taxes, charges or levies or any breach or
infraction of any applicable laws, rules, regulations, orders or formalities concerning the same and from the
consequence thereof.

19. The Lumpsum Price of Works Contract Service shall be deemed to cover various factors including but not
limited to cost of materials/equipment/Services, overheads, bidding cost, financing costs, profits, mobilization &
demobilization cost, etc., as applicable. Unless the scope expressly excludes certain provisions from the
CONTRACTOR’s scope in the Bidding document/Contract, no additional payment on any such head expressly
not mentioned herein in the Bidding Document/Contract shall be entertained on a later date.

20. Bidder shall submit their Priced Bid duly filled in with prices, stamped & signed by Bidder on each page and
scanned & uploaded in the respective “PRICE BID” folder only on the e-Procurement Portal as mentioned in
the ITB/IFB in the following manner:
i) Lumpsum Price as per FORM SP-0.
ii) Break-up of Prices as per FORM SP-1,SP-2 &SP-3and further Break-Up of Prices as per FORM SP-4,SP-5 &
SP-6.
iii) Break-up of Goods and Service Tax (GST) in FORM SP-8A and Details of Custom Duty as per FORM SP-9.

21. Lump sum price shall be exclusive of Comprehensive Insurance (Marine cum transit cum storage and
erection) till handing over of the package, as per provision of the Bidding Document. However, all other
insurances to be taken by the Contractor, required, if any, as per provision of the Bidding Document shall be
included in the quoted Lumpsum price.

22. BREAK-UP OF DESIGN AND DETAILED ENGINEERING PRICE (SP-1) shall include, Design and Detailed
engineering and Training, if any, as per requirement of Technical Part of the Bidding Document for complete
work in accordance with the various provisions of the Bidding Document.

23. BREAK-UP OF SUPPLY PRICE (SP-2) shall include Supply of all Materials (except CIVIL AND
STRUCTURAL MATERIALS AND OTHER MATERIALS FOR CONSTRUCTION AS SPECIFIED IN FORM SP-
3) required for incorporation in the permanent Works as determined by Bidder, within the scope of work, to be
necessary to establish, commission and operate the Plant/Unit, delivered in respect of imported
materials/equipment and delivered for Indigenous materials/equipment, at the price of materials/equipment, as
specified in the Schedule of Prices. SUPPLY PRICE shall include price of all Materials/equipment required for
completion of the Works in all respects and also shall include all associated activities. The guidelines for
covering the material/equipment and associated activities under Supply Price is specified herein below:

a) SUPPLY PRICE (SP-2) shall include supply and transportation up to Project Site/ site Godown /Yard
/fabrication yard of all materials as mentioned under SP-2, and SP-5.
b) SUPPLY PRICE(SP-2) shall include supply of any other Material, not mentioned under SP-2 and SP-5, but
required as per provisions of the Bidding or Contract Documents, and as per the guidelines mentioned under
this clause 23.0

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 5 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

c) SUPPLY PRICE (SP-2) shall include the price of mandatory spare parts but exclude the price of 2 years
recommended spare parts.
d) SUPPLY PRICE(SP-2) shall include the price of spare parts for pre-commissioning, commissioning and the
price for such spares shall be included in the individual equipment.
e) SUPPLY PRICE(SP-2) shall include price for special tools and tackles, if any.

f) SUPPLY PRICE (SP-2) shall include first fill of lubricant, catalyst, chemicals etc. as applicable as per Bidding
document.
g) SUPPLY PRICE(SP-2) shall include prices for Built-In Import content billed to and shipped to in the name of
Contractor.
h) SUPPLY PRICE(SP-2) shall include the cost of all inspections including Third Party Inspection.

i) SUPPLY PRICE(SP-2) shall also include any incidental or auxiliary supplies which are not specified in the
Bidding Document specifically but which are required for completion of Works in all respects which could be
reasonably implied from the contents of the Bidding Document.
j) SUPPLY PRICE(SP-2) Price shall include all materials which are in the form of finished goods. Construction
materials such as civil, structural shall not be included under SP-2 and shall be included under the Price of
Construction.

24. BREAK-UP OF CONSTRUCTION PRICE (SP-3)

a) SP-3 Price shall include supply of all construction materials(excluding transportation) as required for
completion of the Work in all respects. Construction Materials, in general, shall include cement, Iron/Steel,
reinforcement bar, sand, M-sand, aggregates, stones, bricks, earth and clay, woods and boards of all kinds,
sanitary pipes and fittings, sewage pipes and fittings, drainage pipes and associated fixtures and fittings,
cisterns, toilets, toilet seats and other sanitary fittings of any kind whatsoever, water proofing compounds,
chemicals, paints, varnishes, white-washes, distempers, plaster of paris and other finishing materials
whatsoever, barricading materials of all kinds and welding and other electrodes, lead, alloys& other material,
compounds and consumables whatsoever involved for and / or incorporated in the permanent Works.

b) SP- 3 Price shall include prices of all type of construction services required for completing the Works in all
respects including construction, testing, pre-commissioning, commissioning and handing over to Owner. This
shall include all type of Services required for completing the works in all respects as per the scope of work
specified in the Bidding Document. The major services are specified here in below, without being limited to :

i) SP-3 Price shall include - Supply, procurement, mobilization and deployment of all Skilled/ Unskilled
Manpower/ labour, construction plant/equipment/machinery necessary for lifting, loading, handling, removing,
transporting, unloading or securing the materials.
ii) SP-3 Price shall include - The cost of mobilization including but not limited to mobilization of vehicles,
movements, machinery, equipment, gear, tools, tackles, Heavy lift cranes of different capacities for erection of
FIMs supplied by Owner and Contractor’s own scope of equipments& structural items, and other items and
goods and personnel necessary for or to perform the works contemplated under the Contract.

iii) SP-3 Price shall include - The cost of all construction plants and equipment, vehicles, movements, supply of
water and power, construction of temporary roads and access, temporary works, pumps, wiring, pipes,
scaffolding, piling, shuttering and other materials, supervision, labour, fuel, stores, geo technical investigation

iv) SP-3 Price shall include - All supervision charges, establishment charges, overheads, contingencies, site
organization, charges etc.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 6 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

v) SP-3 Price shall include - The cost of all indemnities under the Contract, and insurance premium for the
“Insurance” not covered under Owner’s Insurance policy but are required as per provisions of the Bidding
Document.
vi) SP-3 Price shall include - The cost of all rents, royalties, licenses, permits, permission and any other fee, duty,
penalty, levy payable on the excavation, removal of transportation of any material or acquisition or use of any
right of way or other right, licenses, permit, privilege, permission or uses required for the performance of work.
This provision shall apply for the construction materials.
vii) vii. SP-3 Price shall include - Assembly of sub-assemblies, installation, alignment, welding, and completion up
to Erection of all the disciplines – civil and structural, mechanical, pressure vessels, rotary equipment, package
equipment, HMTD equipment, piping, electrical, instrumentation, insulation, fire proofing, refractory, painting,
etc. as required according to the specifications and drawings.

viii) SP-3 Price shall include – All Testing works including Hydraulic /pneumatic testing at Site.
ix) SP-3 Price shall include - Pre-commissioning of the Complete Package

x) SP-3Price shall include - Commissioning of the Complete Package


xi) SP-3 Price shall include - Trail runs of Floating roof of Tanks

xiii) SP-3 Price shall include - The incidental cost arising out of Punch list/ check list issued by commissioning team
of licensor or owner or operations group of owner during pre-commissioning / commissioning for smooth and
trouble free operation of the system/ Package.

xiii) SP-3 Price shall include the cost of transportation from the factory or ware house or other places of delivery in
respect of construction materials and to transport these to the Contractor’s stockpiles, godowns or other
places of storage approved by the Owner, and to transport the same from the said godowns or places of
storage to the work site (including for SP-2 Material) for incorporation in the permanent work.

xiv) SP-3 shall also include any incidental or auxiliary works which are not specified above or in the specifications
or in the Conditions of Contract or in the Bidding Document specifically but which are required for completion
of Works in all respects and which could be reasonably inferred from the contents of the Contract Document.

25. The unpriced commercial bid shall contain the unpriced copy of price bid with the word “QUOTED” mentioned
in the Price Column. Also, the unpriced copy must indicate the GST percentage(%) along with correct SAC
codes in FORM-SP-8A of this Schedule of Prices (SOP). Bidder to ensure, filling correct applicable SAC codes
as the quoted Price shall be FIRM and binding for the capping of payment. In case of any ambiguity indicated
in SAC code, then the Owner reserves the right to evaluate the offers with applicable taxes under the relevant
SAC code of particular services.

Spares for start-up/commissioning and mandatory spares and any other Tools and Tackles as required are in
CONTRACTOR's scope and are deemed to be included in their quoted Lumpsum Price, irrespective of
whether such spares/items are categorically mentioned or not in the bidder’s bid. No claim on this issue shall
be entertained at a later date after award of work and at any stage during the faithful execution of the contract.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 7 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-0
LUMPSUM PRICE

FOREIGN CURRENCY COMPONENT INDIAN CURRENCY COMPONENT


S.
PRICE IN ………. PRICE IN
No. DESCRIPTION UNIT
(Indicate currency USD or Euro as applicable) INDIAN RUPEES (INR)

IN FIG. IN WORDS IN FIG. IN WORDS


1 Execution of complete scope of work on Lump sum turn Key basis within
Time schedule adhering to Quality and Safety guidelines for the complete
EPC LSTK package comprising of Floating(EFR/IFR),Dome/Cone roof
tanks with all associated within dyke wall with complete accessories and
auxiliaries for Rajasthan Refinery Project as per the scope of the bidding
documents which includes Project management, Residual Process
Design, updation of FEED Package, HAZOP Study, Detailed Design and
Engineering , Third party inspection, procurement, supply, transportation,
port handling, fabrication, construction, erection, obtaining statutory
approvals, installation, Inspection, Testing, supply of consumables, Hydro-
testing, Pre commissioning, Commissioning trial runs for 10 days of the
Floating roof storage Tanks along with Mixers and associated facilities,
including supply of commissioning and mandatory spares, chemicals,
Tools and tackles etc, Handing over LSTK Package to owner, post
commissioning assistance services for Intermediate & Product storage
tanks Package as per scope of work mentioned elsewhere in the Bidding
Document. The quoted price shall also include the insurance, all
applicable taxes, Duties, Royalty and Levies as per bidding documents.
Bidder to consider any other material/item also required for completion of
the plant works but not specifically identified and covered above for
completion of EPC-LSTK package works.

Lumpsum Price [SP-0] L.S.

Note: In case of any discrepancy between Prices quoted “In Fig.” and “In Words”, the Prices quoted “In Words” shall be considered for evaluation and award.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 8 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS WITH ALL
FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003
FORM-SP-0A
BREAKUP OF LUMPSUM PRICE BETWEEN LEADER AND OTHER MEMBER FOR CONSORTIUM BID

PRIME MEMBER (LEADER) OF CONSORTIUM CONSORTIUM MEMBER (OTHER THAN LEADER)


(A) (C)
(B) (D)
FOREIGN CURRENCY COMPONENT FOREIGN CURRENCY COMPONENT
INDIAN CURRENCY COMPONENT INDIAN CURRENCY COMPONENT
PRICE IN ………. PRICE IN ……….
PRICE IN PRICE IN
(Indicate currency USD or Euro as (Indicate currency USD or Euro as
INDIAN RUPEES (INR) INDIAN RUPEES (INR)
applicable) applicable)

In Fig. ………………………………. In Fig. ………………………………. In Fig. ………………………………. In Fig. ……………………………….

In Words …………………………….... In Words …………………………….... In Words …………………………….... In Words ……………………………....


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

a) In case of consortium bids, Bidder shall submit in the unpriced part, the certificate from any one out of CEO or CFO or Company Secretary or any Functional Director in Board of
Members of the Bidder of the Leader of consortium, certifying that each member of the consortium holds at least 25% stake in the consortium and the prices are quoted in the price bid
accordingly. The reference exchange rate for calculation of stake holding shall be the SBI Bill selling rate of the relevant Foreign Currency as on the last day of the month immediately
previous to one in which bid is invited.
b) In case separate payments to consortium members has been opted by the Bidder, then providing the break-up of price between Leader and the other Member is mandatory, else the
payment shall be made to the Leader of the consortium only.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 9 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS WITH ALL
FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003
FORM-SP-0A
c) Wherever, Bidder has provided break-up of Price between Leader and the other Member of the consortium, after opening of prices, for the purpose of ascertaining the stake of each
consortium member, the stakeholding of leader and the other member shall be arrived by converting the USD / EURO component to equivalent INR as per SBI Bill selling rate of the
relevant Foreign Currency as on the last day of the month immediately previous to one in which bid is invited.

In accordance with the above calculation methodology, Bidder to quote above “BREAKUP OF LUMPSUM PRICE BETWEEN LEADER AND OTHER MEMBER FOR CONSORTIUM
BID” such that the stake of each consortium member corresponds to the respective percentage of stake specified by the Bidder in the MoU as submitted in the Un-priced part.

In case, after opening of Price Bid it is noticed that the above quoted breakup, worked out as above, does not comply with the break-up of stakeholding declared in the MoU submitted
by Bidder, following methodology shall be adopted:-
- Both the quoted currencies shall be shifted proportionately (i.e. by same factor) from one member to another so as to comply with percentage stakeholding break-up specified in MoU.

- The amount hence shifted shall be withheld upfront and shall be paid in the final bill in equivalent INR only. The Foreign currency component shifted shall be converted into INR by
using the exchange rate which is lowest of the following :-

i) rate considered in (a) above or,


ii) rate considered for price bid evaluation as per ITB.
iii) TT buying rate of the concerned currency of State Bank of India, New Delhi prevailing on the date of payment.
d) In case, Bidder has opted for full payment to Leader of consortium only and have not indicated break-up of price between Leader & the other Member of the consortium and the Bidder
is awarded the Contract, the Leader of the consortium along with the final bill, shall submit another certificate from a practicing Chartered Accountant (not being an employee / Director
and not having any interest in the any of the consortium members), certifying that the contract has been executed by each member of the consortium as per the percentage break-up of
stakeholding specified in the MoU/Definite Agreement. The final bill shall be processed only upon receipt of this certificate.

e) On no account revision/change in the Lumpsum Price shall be allowed.


f) In case separate payment to consortium member is opted by the bidder, it shall be upto the consortium members claiming the separate payments to obtain such sanctions, consent
and/or permits required from Reserve Bank of India or other authorities concerned to authorize separate payments to and/or separate accounts of each consortium member, failing of
which all payments will be made only to the Leader of the consortium disregarding of any agreed distribution.

Note: In case of any discrepancy between Prices quoted “In Fig.” and “In Words”, the Prices quoted “In Words” shall be considered for evaluation and award.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 10 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-1
BREAK UP OF LUMPSUM PRICE
Schedule of Lump-sum Price for Design and Detailed Engineering

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


S. OF CONSORTIUM LEADER)
No. DESCRIPTION UNIT
INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
1 Design and Detailed Engineering of Floating roof (EFR/IFR),
tank foundation, along with mixer and associated facilities,
HAZOP Study, Specifications for Procurement, GADs, Smart
3D Model, engineering fabrication drawings, Procurement&
Construction schemes, Electrical & Instrumentation System
studies, RIM Seal Fire Protection, Statutory approval from
various Statutory state & central Government bodies,
approval of drawings &documents from OWNER/EIL, L.S.
submission of Final Technical documents, AS BUILTS
Documents and 3D Model, Pre-commissioning,
Commissioning and Operating manuals for package as per
Bidding Document requirements

NOTE: Indian Bidders shall quote their prices towards Design & Engineering portion in INR only. Indian Bidders quoting in Foreign Currencies towards
Design & Engineering shall be rejected.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 11 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-2
BREAK UP OF LUMPSUM PRICE
Schedule of Lump-sum Price for Supply

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT
INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT (IN
(IN INR) COMPONENT (IN
USD/EURO) INR)
USD/EURO)
1 Procurement, supply, Third Party Inspection, Transportation,
Port handling, Shop fabrication, Assembly, Testing of all
items, equipment’s, Components, Materials, bought out
items, Procurement of raw materials and sub-ordered
equipment, shop fabrication/assembly, inspection, Charges
for Third party inspection agency(TPIA), testing, supply of L.S.
all commissioning and mandatory spares, consumables,
lubricants, first-fill chemicals, special tools and tackles as
required for work as per Bidding Document requirements for
EPC-LSTK Package-6 (Part-A)

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 12 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-3
BREAK UP OF LUMPSUM PRICE
Schedule of Lump-sum Price for Construction/Installation

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
1 Construction, installation, Hook up & tie-ins, pre-commissioning,
etc., and completion of work in all respects for LSTK Package
including Transportation and site handling of material/equipments,
supply of consumables, tools and tackles, field engineering services,
Receipt, storage, conservation, preservation of contractor supplied
items. Fabrication, construction, assembly, erection at site for all
piping, civil, structural, architectural, mechanical, electrical and
instrumentation works within battery limit, refractory, insulation,
coating, painting, testing, etc. providing all temporary works/structures
and equipment for completion, obtaining statutory approvals, final L.S.
hook-up with owner facilities, Hydro-testing, pre-commissioning,
commissioning, performance testing if, applicable, trial runs,
completing all the work in all respects to make system smooth,
operable and handing over as per provision of the Bidding Document
requirements and instructions of the Engineer In Charge.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 13 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)

BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-4
FURTHER BREAK-UP OF PRICE FOR DESIGN & DETAILED ENGINEERING

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
Design and Detailed Engineering of Floating (EFR/IFR),Dome /Cone
roof storage Tanks, residual design of balance items, detailed
engineering, specifications for procurement, GAD & Layouts,
engineering & fabrication drawings / schemes, including review /
1. approval of drawings & documents from OWNER/ EIL, supply of L.S.
documents / manuals, at all stages as per Bidding Document
requirements, Smart 3-D modelling, AS BUILT and final
documentation.
Design and Detailed Engineering of Floating(EFR/IFR),Dome /Cone
a roof storage tank, Piping,CP system,Electrical, Instrumentation, Civil, L.S.
Structural & Fire & Safety Engineering
Residual Design & Detailed Engineering L.S.
b

c 3D model (30%, 60%, 90% & 100%) L.S.

d Final documentation & AS BUILT submission including P&IDs L.S.

e Vendors final documents for supply items duly certified by TPI L.S.

TOTAL OF ABOVE ( a+b+c+d+e) L.S.

NOTE: Indian Bidders shall quote their prices towards Design & Engineering portion in INR only. Indian Bidders quoting in Foreign Currencies towards
Design & Engineering shall be rejected.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 14 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED
CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-5
FURTHER BREAK-UP OF PRICE FOR SUPPLIES

SOLE BIDDER OR PRIME MEMBER CONSORTIUM MEMBER (OTHER THAN


(LEADER) OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT FOREIGN INDIAN CURRENCY FOREIGN
INDIAN CURRENCY
CURRENCY COMPONENT CURRENCY
COMPONENT (IN
COMPONENT (IN (IN INR) COMPONENT (IN
INR)
USD/EURO) USD/EURO)
1
Procurement, supply of materials (other than supply of materials for
Civil, Structural U/G General Civil, Refractory, Insulation, Painting etc.),
Third Party Inspection, Transportation, Port handling, Shop fabrication,
assembly, Testing of all items, Equipment’s, Components, Materials,
bought out items, Procurement of raw materials and sub-ordered
equipment, shop fabrication/assembly, inspection, Charges for Third
party inspection agency(TPIA), testing, supply of all commissioning
and mandatory spares, consumables, lubricants, first-fill chemicals,
special tools and tackles as required for work as per Bidding Document
requirements for LSTK PACKAGE-6 (Part-A).

Supply of all equipment and material.


i Steel plate for construction of tanks L.S
ii Electrical Motor for agitator Mixer L.S.
iii Steam coil for tanks heating L.S.
iv ROSOV, Flame arrestor L.S.
v CP system L.S.
External/Internal Floating, Dome/Cone Roof with all attachments,
nozzles, flanges, appurtenances, still well,Spiral Stairways,
vi L.S.
Platform,Hand railing, rolling ladder,and its track etc. as per
specification/ Engg data Sheets/Job specification.
vii Roof Drain System L.S.
Fire protection System (RIM Seal, Water Sprinkler Spray System &
viii L.S
Foam System)

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 15 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED
CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-5
FURTHER BREAK-UP OF PRICE FOR SUPPLIES

SOLE BIDDER OR PRIME MEMBER CONSORTIUM MEMBER (OTHER THAN


(LEADER) OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT FOREIGN INDIAN CURRENCY FOREIGN
INDIAN CURRENCY
CURRENCY COMPONENT CURRENCY
COMPONENT (IN
COMPONENT (IN (IN INR) COMPONENT (IN
INR)
USD/EURO) USD/EURO)
Supply of all required consumables including first fill if, required for
ix equipment & lubricants required during commissioning, Hydro-test of L.S.
Tanks.
x Mechanical seal (Primary & Secondary) L.S.

xi All Piping Materials (Including Pipes, Valves, Flanges, fittings, fasteners, L.S
gaskets and other material) as required for the entire package.
All Electrical Materials (Including all types of Cables and Cable trays,
Junction boxes, control stations, lighting system, fixtures, Earthing
xii L.S.
System, Plant communication system and accessories, etc ) as required
for the entire package.
All Instrumentation Materials (Including Control systems, Fire detection
system, all types control valves, safety valves, shutdown valves,
analyzers, monitoring equipment, all types of field instruments, orifice
plates, cables (Control, Alarm and Signal), cable ducts, cable trays,
xiii L.S.
Local Control Panels/Boards, Alarms, Power distribution boards, spares
etc. as required for the entire package and for RIM Seal Fireprotection
System including all supports, installation materials and painting..

xiv Mandatory Spares L.S.


xv Any Special Tools and Tackles L.S
ANY OTHER ITEM NOT MENTIONED ABOVE BUT REQUIRED FOR
xvi L.S.
COMPLETION OF WORK (BIDDERS TO SPECIFY)

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 16 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED
CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-5
FURTHER BREAK-UP OF PRICE FOR SUPPLIES

SOLE BIDDER OR PRIME MEMBER CONSORTIUM MEMBER (OTHER THAN


(LEADER) OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT FOREIGN INDIAN CURRENCY FOREIGN
INDIAN CURRENCY
CURRENCY COMPONENT CURRENCY
COMPONENT (IN
COMPONENT (IN (IN INR) COMPONENT (IN
INR)
USD/EURO) USD/EURO)

TOTAL OF ABOVE L.S.

NOTES:
i) The minor materials for Mechanical Equipment, Electrical, Instrumentation which are required in connection with site installation activities are included under construction – FORM SP-6 in
relevant items.

ii) Prices are inclusive of Third Party Inspection (TPI) charges and Ocean Freight charges and Air freight charges (If any).

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 17 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-6
FURTHER BREAK-UP OF PRICE FOR CONSTRUCTION / INSTALLATION

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
1 Construction, fabrication of Intermediate& Product storage tanks,
installation, of all work in Bidder’s scope in all respects including
Transportation and site handling of material / equipments, supply
of consumables, tools and tackles, field engineering services,
Receipt, storage, conservation, preservation of contractor
supplied items. Fabrication, construction, assembly, erection at
site for all piping, civil, structural, CP for Intermediate & Product
tanks, mechanical, electrical and instrumentation works within
battery limit, refractory, insulation, coating, painting, testing, etc.
providing all temporary works / structures and equipment for
completion, obtaining statutory approvals, hydro-testing of
Intermediate & product storage tanks & piping, completing all the
work in all respects to make system smooth, operable and
handing over as per Bidding Document requirements and
instructions of the Engineer In Charge,

i Civil & Structural Works inclusive of supply materials (As per Bid
Document)
a Confirmatory soil investigation for bore log data given in tender.
L.S.
b Construction of Tank pads/Ring wall concrete foundations, L.S.
dyke/fire wall, stroam water drain inside dyke, RCC sleepers/
pipe supports and traps, Under ground piping & pits for
CRWS/OWS system, area Paving (including HDPE sheeting)
etc. including all civil & structural works inside the dyke wall
including installation of Local control panel for Mixer motor and
TR Units required for CP of tanks for the complete package

ii TANKAGE WORKS (as per Bid Document)

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 18 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-6
FURTHER BREAK-UP OF PRICE FOR CONSTRUCTION / INSTALLATION

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
a Fabrication & erection of storage Tanks by hydraulic jacking L.S.
method including all accessories like floating roof with all
attachments, nozzles, flanges, appurtenances, still wells,steam
coil, spiral stair ways, platform,Handrailing,rolling ledder and its
treck etc., as per specification/ Engineering data sheets/ job
specifications.
b Installation of Roof Drain System L.S.
c Installation of Mechanical seals (Primary & secondary) L.S.
d Installation of Mixer (Propeller/ Jet/ Sacony) L.S.
e Installation of fire protection system (RIM seal, water sprinkler L.S.
spray system & Foam system)
f Supply and application of Refractory,Insulation & Painting L.S.
g Hydo-testing and calibration of Tanks L.S.
h Installation of all Electrical items (including motors, cables, Local L.S.
Control Panel,CP system for Tanks including TR Units, earthing
etc.)as required for entire package.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 19 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-6
FURTHER BREAK-UP OF PRICE FOR CONSTRUCTION / INSTALLATION

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
i Installation of all Instrumentation Materials (Including Control L.S.
systems, Fire detection system, all types control valves, safety
valves, shutdown valves, analyzers, monitoring equipment, all
types of field instruments, orifice plates, cables (Control, Alarm
and Signal), cable ducts, cable trays, Local Control
Panels/Boards, Alarms, Power distribution boards, spares etc.
as required for the entire package and for RIM Seal
Fireprotection System including all supports, installation
materials and painting.
j Installation of above ground piping as per bid doocument of L.S.
package.
k Installation of all under ground Piping work including coating and L.S.
Supply of all materials, as required for complete package

l Hydro-testing of tanks,assistance to Pre-commissioning & L.S.


commissioning , trail runs of Floating roof storage Tank and
associated Facilities including fire protection system of
intermediate & product storage tanks.
m MISCELLANEOUS - Any other item not covered above but L.S.
required for the completion of work.
TOTAL of ABOVE L.S.

NOTES:
1) The breakup of prices given above are exclusive of supply of materials covered in SP-5 but are inclusive of materials for Civil, Structural, General Civil, Architectural, Painting,
Insulation, consumables, etc.
2) Total price as per FORM SP-6 shall be inclusive of Construction/Erection, testing and commissioning of the materials supplied by Owner (if any, as specified in job specification)
including transportation of materials from Owner's storage point within the Refinery Complex to the Contractor's ware house/work site.
3) Indian Bidders shall quote their prices towards Construction/ Installation portion in INR only. Indian Bidder quoting in Foreign Curriencies towards Construction/Installation

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 20 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-6
FURTHER BREAK-UP OF PRICE FOR CONSTRUCTION / INSTALLATION

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
prices shall be rejected.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 21 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS
WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)

BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-7
PRICE SCHEDULE OF RECOMMENDED SPARES FOR TWO YEARS OPERATION AND MAINTENANCE

DESCRIPTION OF RECOMMENDED RATE


SL. NO. UNIT QTY. AMOUNT
SPARES CURRENCY IN FIGURES IN WORDS
1 2 3 4 5A 5B 5C 6

i) NO.

ii) NO.

iii) NO.

iv) NO.

v) NO.

NOTE :
1) Prices as per FORM SP-7 shall be submitted within 3 months of award of work as per provisions of SCC Cl. No. 34.8.3 (b).
2) Prices of two years Operation and Maintenance (O&M) spares shall not be considered for evaluation.
Prices of two years Operation and Maintenance (O&M) spares shall be kept valid for a period of 12 Months after Contractual Commissioning Owner reserves the right
3)
to place the Order for such O & M Spares.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 22 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS
WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-8A

DETAILS OF GOODS AND SERVICE TAX (GST) ON LUMPSUM PRICE QUOTED AT SP-0 CONSIDERING CONTRACT AS WORKS CONTRACT
SERVICE

Total Celling Amount Total Ceiling Amount out of Percentage (%)


GST compensation cess SAC CODE as
on which GST is (A), where ITC not available Rate of GST
SL. (Refer Note-4 below) per GST act
DESCRIPTION applicable to the OWNER Applicable on (A)
NO. (Refer Note-1 below)
(A) (B) (C) (D) (E)
CGST and SGST on Indian Currency As quoted in FORM-SP-
i)
component (INR) 0 in INR

CGST and SGST on Foreign Currency As quoted in FORM-SP-


ii)
component (USD/EURO) 0 in USD/EURO
NOTE :
Under column (B), Bidder to furnish the ceiling amount out of the Lump-sum Price quoted in FORM SP-0, on which GST is applicable but the input tax credit (ITC) of
1)
GST is not available to the owner for goods/ services mentioned in section 17 (5) of CGST Act.
2) Amount of Non – creditable GST shall be calculated as column (B) X column (C). For loading,100 % of Non-Creditable GST as calculated shall be considered.
3) Creditable GST shall be calculated as {column (A)- column (B)} X column (C). For loading, 60.23 % of Creditable GST as calculated shall be considered.
4) Bidder to ascertain the applicability of Cess on GST as per GST Act/rules. For loading, 100 % of Cess under GST as per column (D) shall be considered.

The GST shall be payable to the Contractor only upon submission of GST invoice in accordance with GST Act, subject to the ceiling mentioned in FORM- 8A. Bidder
5)
while submitting the Invoice shall clearly give the break-up of Creditable / Non-creditable GST, so that OWNER can avail Input credit as per GST Act/Rules.

For evaluation purposes, the foreign currency shall be converted to equivalent Indian Rupees by converting the Foreign Currency into Indian Rupees at the Bill selling
6) rate of State Bank of India, New Delhi prevailing on the day of opening of the price bid. In case the rate is not available as on the day of priced bid opening, the latest
available rate prior to the day of priced bid opening, shall be considered.
7) GST shall be paid in Indian rupees only as per the provisions of GST Act/Rules.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 23 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN
DYKE (PACKAGE-6, PART-A)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-9
DETAILS OF CUSTOM DUTY AND CUSTOM RELATED DUTIES
GST
Basic Custom
Other Custom Related Compensation Custom
CFR VALUE Duty based
CIF VALUE INCLUDED IN duties included in Cess, if Tariff
INCLUDED IN on Import
LumpsumPrice applicable Considered
included in IGST
LUMPSUM (Other than (included in (Bidder to
DESCRIPTION LUMPSUM the Lumpsum
PRICE IGST) Lump Sum indicate)
PRICE Price
Price)

Amount Amount Amount Amount Amount Amount


IN INR IN INR IN INR IN INR IN INR IN INR
(1) (2) (3) (4) (5) (6) (7) (8)

FOR BUILT IN IMPORT


CONTENT INCLUDED IN SP-0 Price

NOTE :

Under the column 2 CFR values of imports shall be indicated. The CIF value under column 3 shall be based on CFR value indicated in Column 2 plus marine insurance charges. Marine Insurance
1)
charges shall be considered @ 0.15% of the CFR value quoted by the Bidder.

2) The Customs Duty and other custom related duties as indicated above shall be included in the quoted price as per the provisions of the Bidding Document.

In column 6 of the above SP FORM, Bidder to indicate Total IGST Amount (Creditable/Non-creditable to contractor) on Built-in import content. The Lumpsum price quoted shall be inclusive of the
3) impact if any, towards the credit/non-credit applicable to the bidder for the IGST on built-in import content. No IGST and /or any variation thereof on such built-in import content shall be separately
payable by the OWNER.

B224-SOP-PKG-6 (PART-A)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 24 of 24


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD
AND ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE
(PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

SCHEDULE OF PRICES (PART-B)


(SOP)
(Rev. 0)

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 1 of 23

Page 720 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK


PAD AND ASSOCIATED CIVIL WORKS WITH ALL FACILITIES
WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

INDEX TO SCHEDULE OF PRICES

Sr. No. Description Form No.

1. PREAMBLE 5 Sheets

2. LUMPSUM PRICE SP-0

Break up of LUMPSUM PRICE of SP-0 SP-0A

A. Schedule of Price for Design and Detailed Engineering. SP-1


2.1
B. Schedule of Price for Supply Portion. SP-2

C. Schedule of Price for Construction / Installation Portion SP-3

Further Breakup of Prices of SP-1, SP-2 and SP-3

A. Breakup Price for Design and Detailed Engineering SP-4


2.2
B. Breakup of price for Supply Portion. SP-5

C. Breakup of price for Construction / Installation Portion SP-6

3. 2 Year O & M spares SP-7

4. Details of Goods And Service Tax (GST) SP-8A

5. Details of Custom Duty& Custom related duties SP-9

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 2 of 23

Page 721 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

PREAMBLE TO SCHEDULE OF PRICES

1. Bidder’s quoted prices shall be strictly as per various FORMS included under Schedule of Prices. Bidder shall
quote LUMPSUM PRICE for entire scope of work as per provisions of the Bidding Document in FORM SP-‘0’.
This LUMPSUM PRICE may also be referred to as Lumpsum Price or Contract Price. Bidder shall also quote
break up of LUMPSUM PRICE separately for Design and Detailed Engineering (FORM SP-1), Supply (FORM
SP-2) and Construction/Installation (FORM SP-3). Bidder shall furnish further break-up of lumpsum prices as
per FORM SP-4, SP-5 and SP-6.

These Break-up of Prices (i.e. FORM SP-1, SP-2, SP-3 and further break-up in FORMs SP-4, SP-5 and SP-6)
are only meant for the purpose of Milestone Payment and finalization of Billing Break-up during the execution
of the Contract.
2. Bidder to note that break-up of lump sum price is for reference only and total price payable under the Contract
shall be restricted to the Lump sum Price / Contract Price indicated in Schedule of Price FORM SP-0. The
Price evaluation shall be based on the Lump sum Price quoted in FORM SP-0, in line with provisions of
Bidding Document.

The above Lumpsum Price (FORM SP-0) shall be considering entire Contract as “Works Contract
Service”.

3. The quoted price shall be deemed to be inclusive of all the taxes & duties except GST (i.e. IGST or CGST and
SGST/UTGST applicable in case of interstate supply or intra state supply respectively and GST Compensation
cess, if applicable). It is clarified that prices, taxes, duties including GST on any transaction between
Contractor and their sub-contractor/ sub-supplier shall be included in the Lumpsum price quoted by the
Contractor.

4. The quoted price shall also include the insurance, all applicable taxes, Duties, Cesses, Royalty and Levies as
per Bidding Documents.
5. The price quoted shall be lumpsum price for the entire scope of work, whether specifically mentioned or not, to
be executed on Lumpsum turnkey (LSTK) basis. Unless the basic parameter changes or additional/ extra
requirements (scope of work and/or supply and/or services) are made, total payments to be made to the
Contractor shall be limited to lumpsum price indicated/finally accepted as per FORM SP-0 only.

6. Obligation of the Contractor is not limited to the quantities that the Contractor may either indicate in the Break-
up of Lumpsum Prices along with his bid or in further detailed break-up of lumpsum prices furnished after
award of Work during billing break-up finalization. Contractor shall carry out entire scope of
work/supplies/Services as detailed in various sections/volumes of the Bidding Document within the quoted
Lumpsum Price.

Break-up of LUMPSUM PRICE is required to be submitted in FORM SP -1, SP-2, SP-3, SP-4, SP-5 and SP-
6 which shall be used for milestones payment purpose only. Further Break-up of these forms as required shall
be submitted and got approved from Engineer-in-charge/Owner in the billing schedule after award of Contract.
Billing schedule shall be allowed to revise two times only, one after achieving 50% overall Project progress and
second time after achieving 90% Overall progress.

7. Lumpsum price shall be deemed to be inclusive of the cost of any other supplies/work(s)/Services not
specifically mentioned in the Bidding Document but are essentially required for the efficient, trouble free
operation of the complete package, irrespective of whether the above unspecified supplies/work(s)/services
are specifically mentioned in the bidder’s bid or not.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 3 of 23

Page 722 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

8. The Bidder shall carefully examine the various clauses of Bidding document inclusive of Scope of Enquiry,
General Terms and Conditions for Works Contract, Special Conditions of Contract, Tender Specifications,
Technical and Commercial Amendment( if any) etc. The bidder shall include in his prices any sum he may
consider necessary to cover the fulfilment of the various clauses contained therein. The items of work
described and the Lumpsum Price stated in the Schedule of Price shall be inclusive of everything necessary to
complete the said items of work within the contemplation of the Contract.

9. General directions and descriptions of work and materials given in the specifications are not necessarily
repeated in the Schedule of Price.
10. Bidder to note that break-up of Lumpsum Price is for interim payment purposes only and total price payable
under the Contract shall be restricted to the Lumpsum Price/Contract Price mentioned in FORM SP-0.

11. The Price for Design and Detailed Engineering quoted in FORM SP-1 shall not exceed 5% (Five Percent)of
the Lumpsum Price of FORM SP-0.
12. The Price of Supply quoted in FORM SP-2 shall not exceed 35 % (Thirty five Percent) of the Lumpsum Price
of FORM SP-0.
13. In case the prices are beyond the limits mentioned under Sl. Nos. 11, 12, then such additional amount shall be
raised by Contractor in the final bill and shall be paid to the Contractor in the final bill/invoice only. Billing
schedule shall be prepared as per above clause no.11 & 12 only.

14. In case of any contradiction between Lumpsum Price mentioned in FORM SP-0 and subsequent Break-up of
price mentioned in FORMs SP-1, SP-2, SP-3, SP-4, SP-5, SP-6, the Prices indicated in FORM SP-0 shall be
final & binding and shall be considered as “Lumpsum Price” for complete Scope of Work and break-up of
Prices shall be reworked to match with Price as per FORM SP-0.

15. In case of contradiction between Break up of Prices as per FORM SP-1, SP-2 and SP-3 and further Breakup
of prices as per FORM SP-4, SP-5 and SP-6, following order of precedence shall apply :

SP-1, SP-2, SP-3.


SP-4, SP-5, SP-6.
16. Following Forms of Schedule of Price are also enclosed.
i) FORM SP-7, indicating Recommended spares for 2 years Operation and Maintenance (O&M spares). Prices
as per FORM SP-7 shall be submitted within 03 Months of award of work as per provision of SCC clauses.

ii) FORM SP-8A, indicating the details of Goods and Service Tax (GST) in respect of Lumpsum Price quoted
under FORM SP-0.

iii) FORM SP-9 indicating details of Custom and Custom related duties for the Built-in import content directly
imported by the Contractor in his name.
17. Currency of Bid

Bidders are allowed to quote in currency(ies) as under:

i) INR and/or
ii) Any one Foreign currency out of USD and EURO
Bidder to carefully mention the applicable foreign currency in the specified columns.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 4 of 23

Page 723 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

18. It shall be the sole responsibility of the CONTRACTOR to duly observe and perform and fulfil all obligations of
all laws, rules, regulations, orders and formalities during the entire period/currency of the Contract, applicable
to Good and Service Tax (GST), Customs Duty, etc. on the import, manufacture, sale and/or supply of any
material(s)/equipment to the OWNER and performance of the works contract service under the Contract. The
CONTRACTOR shall keep the OWNER and its Project Management Consultant (PMC) indemnified from and
against any and all claims, demands, prosecutions, actions, proceedings, penalties, damages, demurrages
and/or other levies whatsoever made or levied by any Court, Tribunal or the Customs or other Authorities with
respect to any alleged breach, evasion or infraction of such duties, taxes, charges or levies or any breach or
infraction of any applicable laws, rules, regulations, orders or formalities concerning the same and from the
consequence thereof.

19. The Lumpsum Price of Works Contract Service shall be deemed to cover various factors including but not
limited to cost of materials/equipment/Services, overheads, bidding cost, financing costs, profits, mobilization &
demobilization cost, etc., as applicable. Unless the scope expressly excludes certain provisions from the
CONTRACTOR’s scope in the Bidding document/Contract, no additional payment on any such head expressly
not mentioned herein in the Bidding Document/Contract shall be entertained on a later date.

20. Bidder shall submit their Priced Bid duly filled in with prices, stamped & signed by Bidder on each page and
scanned & uploaded in the respective “PRICE BID” folder only on the e-Procurement Portal as mentioned in
the ITB/IFB in the following manner:
i) Lumpsum Price as per FORM SP-0.
ii) Break-up of Prices as per FORM SP-1,SP-2 &SP-3and further Break-Up of Prices as per FORM SP-4,SP-5 &
SP-6.
iii) Break-up of Goods and Service Tax (GST) in FORM SP-8A and Details of Custom Duty as per FORM SP-9.

21. Lump sum price shall be exclusive of Comprehensive Insurance (Marine cum transit cum storage and
erection) till handing over of the package, as per provision of the Bidding Document. However, all other
insurances to be taken by the Contractor, required, if any, as per provision of the Bidding Document shall be
included in the quoted Lumpsum price.

22. BREAK-UP OF DESIGN AND DETAILED ENGINEERING PRICE (SP-1) shall include, Design and Detailed
engineering and Training, if any, as per requirement of Technical Part of the Bidding Document for complete
work in accordance with the various provisions of the Bidding Document.

23. BREAK-UP OF SUPPLY PRICE (SP-2) shall include Supply of all Materials (except CIVIL AND
STRUCTURAL MATERIALS AND OTHER MATERIALS FOR CONSTRUCTION AS SPECIFIED IN FORM SP-
3) required for incorporation in the permanent Works as determined by Bidder, within the scope of work, to be
necessary to establish, commission and operate the Plant/Unit, delivered in respect of imported
materials/equipment and delivered for Indigenous materials/equipment, at the price of materials/equipment, as
specified in the Schedule of Prices. SUPPLY PRICE shall include price of all Materials/equipment required for
completion of the Works in all respects and also shall include all associated activities. The guidelines for
covering the material/equipment and associated activities under Supply Price is specified herein below:

a) SUPPLY PRICE (SP-2) shall include supply and transportation up to Project Site/ site Godown /Yard
/fabrication yard of all materials as mentioned under SP-2, and SP-5.
b) SUPPLY PRICE(SP-2) shall include supply of any other Material, not mentioned under SP-2 and SP-5, but
required as per provisions of the Bidding or Contract Documents, and as per the guidelines mentioned under
this clause 23.0

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 5 of 23

Page 724 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

c) SUPPLY PRICE (SP-2) shall include the price of mandatory spare parts but exclude the price of 2 years
recommended spare parts.
d) SUPPLY PRICE(SP-2) shall include the price of spare parts for pre-commissioning, commissioning and the
price for such spares shall be included in the individual equipment.
e) SUPPLY PRICE(SP-2) shall include price for special tools and tackles, if any.

f) SUPPLY PRICE (SP-2) shall include first fill of lubricant, catalyst, chemicals etc. as applicable as per Bidding
document.
g) SUPPLY PRICE(SP-2) shall include prices for Built-In Import content billed to and shipped to in the name of
Contractor.
h) SUPPLY PRICE(SP-2) shall include the cost of all inspections including Third Party Inspection.

i) SUPPLY PRICE(SP-2) shall also include any incidental or auxiliary supplies which are not specified in the
Bidding Document specifically but which are required for completion of Works in all respects which could be
reasonably implied from the contents of the Bidding Document.
j) SUPPLY PRICE(SP-2) Price shall include all materials which are in the form of finished goods. Construction
materials such as civil, structural shall not be included under SP-2 and shall be included under the Price of
Construction.

24. BREAK-UP OF CONSTRUCTION PRICE (SP-3)

a) SP-3 Price shall include supply of all construction materials(excluding transportation) as required for
completion of the Work in all respects. Construction Materials, in general, shall include cement, Iron/Steel,
reinforcement bar, sand, M-sand, aggregates, stones, bricks, earth and clay, woods and boards of all kinds,
sanitary pipes and fittings, sewage pipes and fittings, drainage pipes and associated fixtures and fittings,
cisterns, toilets, toilet seats and other sanitary fittings of any kind whatsoever, water proofing compounds,
chemicals, paints, varnishes, white-washes, distempers, plaster of paris and other finishing materials
whatsoever, barricading materials of all kinds and welding and other electrodes, lead, alloys& other material,
compounds and consumables whatsoever involved for and / or incorporated in the permanent Works.

b) SP- 3 Price shall include prices of all type of construction services required for completing the Works in all
respects including construction, testing, pre-commissioning, commissioning and handing over to Owner. This
shall include all type of Services required for completing the works in all respects as per the scope of work
specified in the Bidding Document. The major services are specified here in below, without being limited to :

i) SP-3 Price shall include - Supply, procurement, mobilization and deployment of all Skilled/ Unskilled
Manpower/ labour, construction plant/equipment/machinery necessary for lifting, loading, handling, removing,
transporting, unloading or securing the materials.
ii) SP-3 Price shall include - The cost of mobilization including but not limited to mobilization of vehicles,
movements, machinery, equipment, gear, tools, tackles, Heavy lift cranes of different capacities for erection of
FIMs supplied by Owner and Contractor’s own scope of equipments& structural items, and other items and
goods and personnel necessary for or to perform the works contemplated under the Contract.

iii) SP-3 Price shall include - The cost of all construction plants and equipment, vehicles, movements, supply of
water and power, construction of temporary roads and access, temporary works, pumps, wiring, pipes,
scaffolding, piling, shuttering and other materials, supervision, labour, fuel, stores, geo technical investigation

iv) SP-3 Price shall include - All supervision charges, establishment charges, overheads, contingencies, site
organization, charges etc.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 6 of 23

Page 725 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)

OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND
ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6,
PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

v) SP-3 Price shall include - The cost of all indemnities under the Contract, and insurance premium for the
“Insurance” not covered under Owner’s Insurance policy but are required as per provisions of the Bidding
Document.
vi) SP-3 Price shall include - The cost of all rents, royalties, licenses, permits, permission and any other fee, duty,
penalty, levy payable on the excavation, removal of transportation of any material or acquisition or use of any
right of way or other right, licenses, permit, privilege, permission or uses required for the performance of work.
This provision shall apply for the construction materials.
vii) vii. SP-3 Price shall include - Assembly of sub-assemblies, installation, alignment, welding, and completion up
to Erection of all the disciplines – civil and structural, mechanical, pressure vessels, rotary equipment, package
equipment, HMTD equipment, piping, electrical, instrumentation, insulation, fire proofing, refractory, painting,
etc. as required according to the specifications and drawings.

viii) SP-3 Price shall include – All Testing works including Hydraulic /pneumatic testing at Site.
ix) SP-3 Price shall include - Pre-commissioning of the Complete Package

x) SP-3Price shall include - Commissioning of the Complete Package


xi) SP-3 Price shall include - Trail runs of Floating roof of Tanks

xiii) SP-3 Price shall include - The incidental cost arising out of Punch list/ check list issued by commissioning team
of licensor or owner or operations group of owner during pre-commissioning / commissioning for smooth and
trouble free operation of the system/ Package.

xiii) SP-3 Price shall include the cost of transportation from the factory or ware house or other places of delivery in
respect of construction materials and to transport these to the Contractor’s stockpiles, godowns or other
places of storage approved by the Owner, and to transport the same from the said godowns or places of
storage to the work site (including for SP-2 Material) for incorporation in the permanent work.

xiv) SP-3 shall also include any incidental or auxiliary works which are not specified above or in the specifications
or in the Conditions of Contract or in the Bidding Document specifically but which are required for completion
of Works in all respects and which could be reasonably inferred from the contents of the Contract Document.

25. The unpriced commercial bid shall contain the unpriced copy of price bid with the word “QUOTED” mentioned
in the Price Column. Also, the unpriced copy must indicate the GST percentage(%) along with correct SAC
codes in FORM-SP-8A of this Schedule of Prices (SOP). Bidder to ensure, filling correct applicable SAC codes
as the quoted Price shall be FIRM and binding for the capping of payment. In case of any ambiguity indicated
in SAC code, then the Owner reserves the right to evaluate the offers with applicable taxes under the relevant
SAC code of particular services.

Spares for start-up/commissioning and mandatory spares and any other Tools and Tackles as required are in
CONTRACTOR's scope and are deemed to be included in their quoted Lumpsum Price, irrespective of
whether such spares/items are categorically mentioned or not in the bidder’s bid. No claim on this issue shall
be entertained at a later date after award of work and at any stage during the faithful execution of the contract.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 7 of 23

Page 726 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

LUMPSUM PRICE
FORM-SP-0

FOREIGN CURRENCY COMPONENT INDIAN CURRENCY COMPONENT


S.
PRICE IN ………. PRICE IN
No. DESCRIPTION UNIT
(Indicate currency USD or Euro as applicable) INDIAN RUPEES (INR)

IN FIG. IN WORDS IN FIG. IN WORDS


1 Execution of complete scope of work on Lump sum turn Key basis within
Time schedule adhering to Quality and Safety guidelines for the complete
EPC LSTK package comprising of Floating(EFR/IFR),Dome/Cone roof
tanks with all associated within dyke wall with complete accessories and
auxiliaries for Rajasthan Refinery Project as per the scope of the bidding
documents which includes Project management, Residual Process
Design, updation of FEED Package, HAZOP Study, Detailed Design and
Engineering , Third party inspection, procurement, supply, transportation,
port handling, fabrication, construction, erection, obtaining statutory
approvals, installation, Inspection, Testing, supply of consumables, Hydro-
testing, Pre commissioning, Commissioning trial runs for 10 days of the
Floating roof storage Tanks along with Mixers and associated facilities,
including supply of commissioning and mandatory spares, chemicals,
Tools and tackles etc, Handing over LSTK Package to owner, post
commissioning assistance services for intermediate & product storage
tanks Package as per scope of work mentioned elsewhere in the Bidding
Document. The quoted price shall also include the insurance, all
applicable taxes, Duties, Royalty and Levies as per bidding documents.
Bidder to consider any other material/item also required for completion of
the plant works but not specifically identified and covered above for
completion of EPC-LSTK package works.

Lumpsum Price [SP-0] L.S.

Note: In case of any discrepancy between Prices quoted “In Fig.” and “In Words”, the Prices quoted “In Words” shall be considered for evaluation and award.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 8 of 23

Page 727 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS WITH ALL
FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003
FORM-SP-0A
BREAKUP OF LUMPSUM PRICE BETWEEN LEADER AND OTHER MEMBER FOR CONSORTIUM BID

PRIME MEMBER (LEADER) OF CONSORTIUM CONSORTIUM MEMBER (OTHER THAN LEADER)


(A) (C)
(B) (D)
FOREIGN CURRENCY COMPONENT FOREIGN CURRENCY COMPONENT
INDIAN CURRENCY COMPONENT INDIAN CURRENCY COMPONENT
PRICE IN ………. PRICE IN ……….
PRICE IN PRICE IN
(Indicate currency USD or Euro as (Indicate currency USD or Euro as
INDIAN RUPEES (INR) INDIAN RUPEES (INR)
applicable) applicable)

In Fig. ………………………………. In Fig. ………………………………. In Fig. ………………………………. In Fig. ……………………………….

In Words …………………………….... In Words …………………………….... In Words …………………………….... In Words ……………………………....


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

a) In case of consortium bids, Bidder shall submit in the unpriced part, the certificate from any one out of CEO or CFO or Company Secretary or any Functional Director in Board of
Members of the Bidder of the Leader of consortium, certifying that each member of the consortium holds at least 25% stake in the consortium and the prices are quoted in the price bid
accordingly. The reference exchange rate for calculation of stake holding shall be the SBI Bill selling rate of the relevant Foreign Currency as on the last day of the month immediately
previous to one in which bid is invited.
b) In case separate payments to consortium members has been opted by the Bidder, then providing the break-up of price between Leader and the other Member is mandatory, else the
payment shall be made to the Leader of the consortium only.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 9 of 23

Page 728 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS WITH ALL
FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003
FORM-SP-0A
c) Wherever, Bidder has provided break-up of Price between Leader and the other Member of the consortium, after opening of prices, for the purpose of ascertaining the stake of each
consortium member, the stakeholding of leader and the other member shall be arrived by converting the USD / EURO component to equivalent INR as per SBI Bill selling rate of the
relevant Foreign Currency as on the last day of the month immediately previous to one in which bid is invited.

In accordance with the above calculation methodology, Bidder to quote above “BREAKUP OF LUMPSUM PRICE BETWEEN LEADER AND OTHER MEMBER FOR CONSORTIUM
BID” such that the stake of each consortium member corresponds to the respective percentage of stake specified by the Bidder in the MoU as submitted in the Un-priced part.

In case, after opening of Price Bid it is noticed that the above quoted breakup, worked out as above, does not comply with the break-up of stakeholding declared in the MoU submitted
by Bidder, following methodology shall be adopted:-
- Both the quoted currencies shall be shifted proportionately (i.e. by same factor) from one member to another so as to comply with percentage stakeholding break-up specified in MoU.

- The amount hence shifted shall be withheld upfront and shall be paid in the final bill in equivalent INR only. The Foreign currency component shifted shall be converted into INR by
using the exchange rate which is lowest of the following :-

i) rate considered in (a) above or,


ii) rate considered for price bid evaluation as per ITB.
iii) TT buying rate of the concerned currency of State Bank of India, New Delhi prevailing on the date of payment.
d) In case, Bidder has opted for full payment to Leader of consortium only and have not indicated break-up of price between Leader & the other Member of the consortium and the Bidder
is awarded the Contract, the Leader of the consortium along with the final bill, shall submit another certificate from a practicing Chartered Accountant (not being an employee / Director
and not having any interest in the any of the consortium members), certifying that the contract has been executed by each member of the consortium as per the percentage break-up of
stakeholding specified in the MoU/Definite Agreement. The final bill shall be processed only upon receipt of this certificate.

e) On no account revision/change in the Lumpsum Price shall be allowed.


f) In case separate payment to consortium member is opted by the bidder, it shall be upto the consortium members claiming the separate payments to obtain such sanctions, consent
and/or permits required from Reserve Bank of India or other authorities concerned to authorize separate payments to and/or separate accounts of each consortium member, failing of
which all payments will be made only to the Leader of the consortium disregarding of any agreed distribution.

Note: In case of any discrepancy between Prices quoted “In Fig.” and “In Words”, the Prices quoted “In Words” shall be considered for evaluation and award.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 10 of 23

Page 729 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-1
BREAK UP OF LUMPSUM PRICE
Schedule of Lump-sum Price for Design and Detailed Engineering

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


S. OF CONSORTIUM LEADER)
No. DESCRIPTION UNIT
INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
1 Design and Detailed Engineering of Floating roof (EFR/IFR),
tank foundation, along with mixer and associated facilities,
HAZOP Study, Specifications for Procurement, GADs, Smart
3D Model, engineering fabrication drawings, Procurement&
Construction schemes, Electrical & Instrumentation System
studies, RIM Seal Fire Protection, Statutory approval from
various Statutory state & central Government bodies,
approval of drawings &documents from OWNER/EIL, L.S.
submission of Final Technical documents, AS BUILTS
Documents and 3D Model, Pre-commissioning,
Commissioning and Operating manuals for package as per
Bidding Document requirements

NOTE: Indian Bidders shall quote their prices towards Design & Engineering portion in INR only. Indian Bidders quoting in Foreign Currencies towards
Design & Engineering shall be rejected.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 11 of 23

Page 730 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-2
BREAK UP OF LUMPSUM PRICE
Schedule of Lump-sum Price for Supply

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT
INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT (IN
(IN INR) COMPONENT (IN
USD/EURO) INR)
USD/EURO)
1 Procurement, supply, Third Party Inspection, Transportation,
Port handling, Shop fabrication, Assembly, Testing of all
items, equipment’s, Components, Materials, bought out
items, Procurement of raw materials and sub-ordered
equipment, shop fabrication/assembly, inspection, Charges
for Third party inspection agency(TPIA), testing, supply of L.S.
all commissioning and mandatory spares, consumables,
lubricants, first-fill chemicals, special tools and tackles as
required for work as per Bidding Document requirements for
EPC-LSTK Package-6 (Part-B)

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 12 of 23

Page 731 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-3
BREAK UP OF LUMPSUM PRICE
Schedule of Lump-sum Price for Construction/Installation

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
1 Construction, installation, Hook up & tie-ins, pre-commissioning,
etc., and completion of work in all respects for LSTK Package
including Transportation and site handling of material/equipments,
supply of consumables, tools and tackles, field engineering services,
Receipt, storage, conservation, preservation of contractor supplied
items. Fabrication, construction, assembly, erection at site for all
piping, civil, structural, architectural, mechanical, electrical and
instrumentation works within battery limit, refractory, insulation,
coating, painting, testing, etc. providing all temporary works/structures
and equipment for completion, obtaining statutory approvals, final L.S.
hook-up with owner facilities, Hydro-testing, pre-commissioning,
commissioning, performance testing if, applicable, trial runs,
completing all the work in all respects to make system smooth,
operable and handing over as per provision of the Bidding Document
requirements and instructions of the Engineer In Charge.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 13 of 23

Page 732 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)

BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-4
FURTHER BREAK-UP OF PRICE FOR DESIGN & DETAILED ENGINEERING

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
Design and Detailed Engineering of Floating (EFR/IFR),Dome /Cone
roof storage Tanks, residual design of balance items, detailed
engineering, specifications for procurement, GAD & Layouts,
engineering & fabrication drawings / schemes, including review /
1. approval of drawings & documents from OWNER/ EIL, supply of L.S.
documents / manuals, at all stages as per Bidding Document
requirements, Smart 3-D modelling, AS BUILT and final
documentation.
Design and Detailed Engineering of Floating(EFR/IFR),Dome /Cone
a roof storage tank, Piping,CP system,Electrical, Instrumentation, Civil, L.S.
Structural & Fire & Safety Engineering
Residual Design & Detailed Engineering L.S.
b

c 3D model (30%, 60%, 90% & 100%) L.S.

d Final documentation & AS BUILT submission including P&IDs L.S.

e Vendors final documents for supply items duly certified by TPI L.S.

TOTAL OF ABOVE ( a+b+c+d+e) L.S.

NOTE: Indian Bidders shall quote their prices towards Design & Engineering portion in INR only. Indian Bidders quoting in Foreign Currencies towards
Design & Engineering shall be rejected.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 14 of 23

Page 733 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-5
FURTHER BREAK-UP OF PRICE FOR SUPPLIES

SOLE BIDDER OR PRIME MEMBER CONSORTIUM MEMBER (OTHER THAN


(LEADER) OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT FOREIGN INDIAN CURRENCY FOREIGN
INDIAN CURRENCY
CURRENCY COMPONENT CURRENCY
COMPONENT (IN
COMPONENT (IN (IN INR) COMPONENT (IN
INR)
USD/EURO) USD/EURO)
1
Procurement, supply of materials (other than supply of materials for
Civil, Structural U/G General Civil, Refractory, Insulation, Painting etc.),
Third Party Inspection, Transportation, Port handling, Shop fabrication,
assembly, Testing of all items, Equipment’s, Components, Materials,
bought out items, Procurement of raw materials and sub-ordered
equipment, shop fabrication/assembly, inspection, Charges for Third
party inspection agency(TPIA), testing, supply of all commissioning
and mandatory spares, consumables, lubricants, first-fill chemicals,
special tools and tackles as required for work as per Bidding Document
requirements for LSTK PACKAGE-6 (Part-B).

Supply of all equipment and material.


i Steel plate for construction of tanks L.S
ii Electrical Motor for agitator Mixer L.S.
iii Steam coil for tanks heating L.S.
iv ROSOV, Flame arrestor L.S.
v CP system L.S.
External/Internal Floating, Dome/Cone Roof with all attachments,
nozzles, flanges, appurtenances, still well,Spiral Stairways,
vi L.S.
Platform,Hand railing, rolling ladder,and its track etc. as per
specification/ Engg data Sheets/Job specification.
vii Roof Drain System L.S.
Fire protection System (RIM Seal, Water Sprinkler Spray System &
viii L.S
Foam System)

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 15 of 23

Page 734 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-5
FURTHER BREAK-UP OF PRICE FOR SUPPLIES

SOLE BIDDER OR PRIME MEMBER CONSORTIUM MEMBER (OTHER THAN


(LEADER) OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT FOREIGN INDIAN CURRENCY FOREIGN
INDIAN CURRENCY
CURRENCY COMPONENT CURRENCY
COMPONENT (IN
COMPONENT (IN (IN INR) COMPONENT (IN
INR)
USD/EURO) USD/EURO)
Supply of all required consumables including first fill if, required for
ix equipment & lubricants required during commissioning, Hydro-test of L.S.
Tanks.
x Mechanical seal (Primary & Secondary) L.S.

xi All Piping Materials (Including Pipes, Valves, Flanges, fittings, fasteners, L.S
gaskets and other material) as required for the entire package.
All Electrical Materials (Including all types of Cables and Cable trays,
Junction boxes, control stations, lighting system, fixtures, Earthing
xii L.S.
System, Plant communication system and accessories, etc ) as required
for the entire package.
All Instrumentation Materials (Including Control systems, Fire detection
system, all types control valves, safety valves, shutdown valves,
analyzers, monitoring equipment, all types of field instruments, orifice
plates, cables (Control, Alarm and Signal), cable ducts, cable trays,
xiii L.S.
Local Control Panels/Boards, Alarms, Power distribution boards, spares
etc. as required for the entire package and for RIM Seal Fireprotection
System including all supports, installation materials and painting..

xiv Mandatory Spares L.S.


xv Any Special Tools and Tackles L.S
ANY OTHER ITEM NOT MENTIONED ABOVE BUT REQUIRED FOR
xvi L.S.
COMPLETION OF WORK (BIDDERS TO SPECIFY)

TOTAL OF ABOVE L.S.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 16 of 23

Page 735 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-5
FURTHER BREAK-UP OF PRICE FOR SUPPLIES

SOLE BIDDER OR PRIME MEMBER CONSORTIUM MEMBER (OTHER THAN


(LEADER) OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT FOREIGN INDIAN CURRENCY FOREIGN
INDIAN CURRENCY
CURRENCY COMPONENT CURRENCY
COMPONENT (IN
COMPONENT (IN (IN INR) COMPONENT (IN
INR)
USD/EURO) USD/EURO)

NOTES:
i) The minor materials for Mechanical Equipment, Electrical, Instrumentation which are required in connection with site installation activities are included under construction – FORM SP-6 in
relevant items.

ii) Prices are inclusive of Third Party Inspection (TPI) charges and Ocean Freight charges and Air freight charges (If any).

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 17 of 23

Page 736 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-6
FURTHER BREAK-UP OF PRICE FOR CONSTRUCTION / INSTALLATION

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
1 Construction, fabrication of Intermediate& Product storage tanks,
installation, of all work in Bidder’s scope in all respects including
Transportation and site handling of material / equipments, supply of
consumables, tools and tackles, field engineering services, Receipt,
storage, conservation, preservation of contractor supplied items.
Fabrication, construction, assembly, erection at site for all piping, civil,
structural, CP for Intermediate & Product tanks, mechanical, electrical
and instrumentation works within battery limit, refractory, insulation,
coating, painting, testing, etc. providing all temporary works /
structures and equipment for completion, obtaining statutory
approvals, hydro-testing of intermediate & product storage tanks &
piping, completing all the work in all respects to make system
smooth, operable and handing over as per Bidding Document
requirements and instructions of the Engineer In Charge,

i Civil & Structural Works inclusive of supply materials (As per Bid
Document)
a Confirmatory soil investigation for bore log data given in tender.
L.S.
b Construction of Tank pads/Ring wall concrete foundations, dyke/fire L.S.
wall, stroam water drain inside dyke, RCC sleepers/ pipe supports
and traps, Under ground piping & pits for CRWS/OWS system, area
Paving (including HDPE sheeting) etc. including all civil & structural
works inside the dyke wall including installation of Local control panel
for Mixer motor and TR Units required for CP of tanks for the
complete package
ii TANKAGE WORKS (as per Bid Document)

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 18 of 23

Page 737 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-6
FURTHER BREAK-UP OF PRICE FOR CONSTRUCTION / INSTALLATION

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
a Fabrication & erection of storage Tanks by hydraulic jacking method L.S.
including all accessories like floating roof with all attachments,
nozzles, flanges, appurtenances, still wells,steam coil, spiral stair
ways, platform,Handrailing,rolling ledder and its treck etc., as per
specification/ Engineering data sheets/ job specifications.

b Installation of Roof Drain System L.S.


c Installation of Mechanical seals (Primary & secondary) L.S.
d Installation of Mixer (Propeller/ Jet/ Sacony) L.S.
e Installation of fire protection system (RIM seal, water sprinkler spray L.S.
system & Foam system)
f Supply and application of Refractory,Insulation & Painting L.S.
g Hydo-testing and calibration of Tanks L.S.
h Installation of all Electrical items (including motors, cables, Local L.S.
Control Panel,CP system for Tanks including TR Units, earthing
etc.)as required for entire package.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 19 of 23

Page 738 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL
WORKS WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-6
FURTHER BREAK-UP OF PRICE FOR CONSTRUCTION / INSTALLATION

SOLE BIDDER OR PRIME MEMBER (LEADER) CONSORTIUM MEMBER (OTHER THAN


OF CONSORTIUM LEADER)
S.
No. DESCRIPTION UNIT INDIAN CURRENCY FOREIGN
FOREIGN CURRENCY INDIAN CURRENCY
COMPONENT CURRENCY
COMPONENT (IN COMPONENT
(IN INR) COMPONENT (IN
USD/EURO) (IN INR)
USD/EURO)
i Installation of all Instrumentation Materials (Including Control L.S.
systems, Fire detection system, all types control valves, safety
valves, shutdown valves, analyzers, monitoring equipment, all types
of field instruments, orifice plates, cables (Control, Alarm and Signal),
cable ducts, cable trays, Local Control Panels/Boards, Alarms, Power
distribution boards, spares etc. as required for the entire package
and for RIM Seal Fireprotection System including all supports,
installation materials and painting.
j Installation of above ground piping as per bid doocument of package. L.S.

k Installation of all under ground Piping work including coating and L.S.
Supply of all materials, as required for complete package
l Hydro-testing of tanks,assistance to Pre-commissioning & L.S.
commissioning , trail runs of Floating roof storage Tank and
associated Facilities including fire protection system of intermedite &
product storage tanks.
m MISCELLANEOUS - Any other item not covered above but required L.S.
for the completion of work.
TOTAL of ABOVE L.S.

NOTES:
1) The breakup of prices given above are exclusive of supply of materials covered in SP-5 but are inclusive of materials for Civil, Structural, General Civil, Architectural, Painting, Insulation,
consumables, etc.
2) Total price as per FORM SP-6 shall be inclusive of Construction/Erection, testing and commissioning of the materials supplied by Owner (if any, as specified in job specification) including
transportation of materials from Owner's storage point within the Refinery Complex to the Contractor's ware house/work site.
3) Indian Bidders shall quote their prices towards Construction/ Installation portion in INR only. Indian Bidder quoting in Foreign Curriencies towards Construction/Installation

prices shall be rejected.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 20 of 23

Page 739 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS
WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)

BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-7
PRICE SCHEDULE OF RECOMMENDED SPARES FOR TWO YEARS OPERATION AND MAINTENANCE

DESCRIPTION OF RECOMMENDED RATE


SL. NO. UNIT QTY. AMOUNT
SPARES CURRENCY IN FIGURES IN WORDS
1 2 3 4 5A 5B 5C 6

i) NO.

ii) NO.

iii) NO.

iv) NO.

v) NO.

NOTE :
1) Prices as per FORM SP-7 shall be submitted within 3 months of award of work as per provisions of SCC Cl. No. 34.8.3 (b).
2) Prices of two years Operation and Maintenance (O&M) spares shall not be considered for evaluation.
Prices of two years Operation and Maintenance (O&M) spares shall be kept valid for a period of 12 Months after Contractual Commissioning Owner reserves the right
3)
to place the Order for such O & M Spares.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 21 of 23

Page 740 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS
WITH ALL FACILITIES WITHIN DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-8A

DETAILS OF GOODS AND SERVICE TAX (GST) ON LUMPSUM PRICE QUOTED AT SP-0 CONSIDERING CONTRACT AS WORKS CONTRACT
SERVICE

Total Celling Amount Total Ceiling Amount out of Percentage (%)


GST compensation cess SAC CODE as
on which GST is (A), where ITC not available Rate of GST
SL. (Refer Note-4 below) per GST act
DESCRIPTION applicable to the OWNER Applicable on (A)
NO. (Refer Note-1 below)
(A) (B) (C) (D) (E)
CGST and SGST on Indian Currency As quoted in FORM-SP-
i)
component (INR) 0 in INR

CGST and SGST on Foreign Currency As quoted in FORM-SP-


ii)
component (USD/EURO) 0 in USD/EURO
NOTE :
Under column (B), Bidder to furnish the ceiling amount out of the Lump-sum Price quoted in FORM SP-0, on which GST is applicable but the input tax credit (ITC) of
1)
GST is not available to the owner for goods/ services mentioned in section 17 (5) of CGST Act.
2) Amount of Non – creditable GST shall be calculated as column (B) X column (C). For loading,100 % of Non-Creditable GST as calculated shall be considered.
3) Creditable GST shall be calculated as {column (A)- column (B)} X column (C). For loading, 60.23 % of Creditable GST as calculated shall be considered.
4) Bidder to ascertain the applicability of Cess on GST as per GST Act/rules. For loading, 100 % of Cess under GST as per column (D) shall be considered.

The GST shall be payable to the Contractor only upon submission of GST invoice in accordance with GST Act, subject to the ceiling mentioned in FORM- 8A. Bidder
5)
while submitting the Invoice shall clearly give the break-up of Creditable / Non-creditable GST, so that OWNER can avail Input credit as per GST Act/Rules.

For evaluation purposes, the foreign currency shall be converted to equivalent Indian Rupees by converting the Foreign Currency into Indian Rupees at the Bill selling
6) rate of State Bank of India, New Delhi prevailing on the day of opening of the price bid. In case the rate is not available as on the day of priced bid opening, the latest
available rate prior to the day of priced bid opening, shall be considered.
7) GST shall be paid in Indian rupees only as per the provisions of GST Act/Rules.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 22 of 23

Page 741 of 3856


PROJECT : RAJASTHAN REFINERY PROJECT (RRP)
OWNER : M/S. HPCL RAJASTHAN REFINERY LIMITED

NAME OF WORK: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PAD AND ASSOCIATED CIVIL WORKS WITH ALL FACILITIES WITHIN
DYKE (PACKAGE-6, PART-B)
BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003

FORM-SP-9
DETAILS OF CUSTOM DUTY AND CUSTOM RELATED DUTIES
GST
Basic Custom
Other Custom Related Compensation Custom
CFR VALUE Duty based
CIF VALUE INCLUDED IN duties included in Cess, if Tariff
INCLUDED IN on Import
LumpsumPrice applicable Considered
included in IGST
LUMPSUM (Other than (included in (Bidder to
DESCRIPTION LUMPSUM the Lumpsum
PRICE IGST) Lump Sum indicate)
PRICE Price
Price)

Amount Amount Amount Amount Amount Amount


IN INR IN INR IN INR IN INR IN INR IN INR
(1) (2) (3) (4) (5) (6) (7) (8)

FOR BUILT IN IMPORT


CONTENT INCLUDED IN SP-0 Price

NOTE :

Under the column 2 CFR values of imports shall be indicated. The CIF value under column 3 shall be based on CFR value indicated in Column 2 plus marine insurance charges. Marine Insurance
1)
charges shall be considered @ 0.15% of the CFR value quoted by the Bidder.

2) The Customs Duty and other custom related duties as indicated above shall be included in the quoted price as per the provisions of the Bidding Document.

In column 6 of the above SP FORM, Bidder to indicate Total IGST Amount (Creditable/Non-creditable to contractor) on Built-in import content. The Lumpsum price quoted shall be inclusive of the
3) impact if any, towards the credit/non-credit applicable to the bidder for the IGST on built-in import content. No IGST and /or any variation thereof on such built-in import content shall be separately
payable by the OWNER.

B224-SOP-PKG-6 (PART-B)-HRRL Rev.0 SIGN STAMP OF BIDDER Page 23 of 23

Page 742 of 3856


HPCL RAJASTHAN REFINERY LIMITED (HRRL)
RAJASTHAN REFINERY PROJECT (RRP)

AT

PACHPADRA TEHSIL, BARMER DISTRICT,


RAJASTHAN, INDIA

BIDDING DOCUMENT

PART – III: TECHNICAL SECTION


FOR
INTERMEDIATE & PRODUCT STORAGE TANKS
INCLUDING TANK PADS AND ASSOCIATED
CIVIL WORKS (PACKAGE-6) AT RAJASTHAN
REFINERY COMPLEX AT PACHPADRA

(BIDDING DOCUMENT NO.: DC/B224-323-MA-T-6003/3003)

PREPARED BY:

Page 743 of 3856


HPCL RAJASTHAN REFINERY LIMITED
RAJASTHAN REFINERY PROJECT AT
PACHPADRA, RAJASTHAN, INDIA

INTERMEDIATE & PRODUCT STORAGE


TANKS INCLUDING TANK PADS AND
ASSOCIATED CIVIL WORKS AT RAJASTHAN
REFINERY COMPLEX AT PACHPADRA
(PACKAGE-6)

TENDER NO: B224-323-80-43-MA-T-6003


(STATIC & MACHINERY EQUIPMENT)

Prepared & Issued By

Page 1 of 5

Page 744 of 3856


MASTER INDEX OF DOCUMENTS (TECHNICAL) MI-0001, REV A

TENDER NAME: INTERMEDIATE & PRODUCT STORAGE TANKS INCLUDING TANK PADS AND
ASSOCIATED CIVIL WORKS AT RAJASTHAN REFINERY COMPLEX AT PACHPADRA (PACKAGE-6)
TENDER NO: B224-323-80-43-MA-T-6003

SL NO DESCRIPTION DOCUMENT NO REMARKS


SECTION: A GENERAL
SUB SECTION: A-1 Technical Confirmation List
A-1.1 Piping Not Applicable
A-1.2 Equipment B224-323-80-43-TCL-6003 Rev. A
A-1.3 EWS B224-323-17-44-TCL-6000 Rev. A
A-1.4 Structural Not Applicable
A-1.5 Electrical B224-323-16-50-LL-6003 Rev. A
A-1.6 Instrumentation Refer Tender Documents
A-1.7 Process Not Applicable
A-1.8 Construction B224-00-323-19-41-TC02, Rev.0
B224-323-27-44-MA-6003
A-1.9 Planning

SUB SECTION: A-2 PROJECT EXECUTION AND ASSURANCE PLAN


A-2.1 Project Procedures B224-000-86-41-SP-21
A-2.2 Contractor’s organization B224-000-86-41-SP-22
Procedure for co-ordination and
A-2.3 B224-000-86-41-SP-23
communication
A-2.4 Meetings B224-000-86-41-SP-24
A-2.5 Reporting B224-000-86-41-SP-25
Procurement and Sub
A-2.6 B224-000-86-41-SP-26
Contracting
A-2.7 Project Cost Control B224-000-86-41-SP-32
A-2.8 Closing of Contract B224-000-86-41-SP-33
Documentation and software
A-2.9 B224-000-86-41-SP-34
Requirements
A-2.10 Inspection Methodology B224-5-18-42-0005
A-2.11 Concession/Deviation Permit B224-000-86-41-DP-7201
B224-323-86-41-SCT-SP-01 /
A-2.12 Special Technical Requirements
B224-STR-TANK
Project Planning, Scheduling,
A-2.13 Monitoring & Control System for B224-000-27-44-1003
EPC contract
Specification for Quality
B224-6-78-0001 /
A-2.14 Management System
QUALITY MANAGEMENT
requirements from bidders
Job spec for Safety, health and B224-B229-6-82-0001 /
A-2.15
Environment HSE MANAGEMENT
A-2.16 HAZOP PROCEDURE FOR EPC HAZOP-PRO-PKG-6

Page 2 of 5

Page 745 of 3856


SL NO DESCRIPTION DOCUMENT NO REMARKS
Construction (incl. Quality
A-2.17 B224-00-323-19-41-0002, Rev.0
Assurance)
SUB SECTION: A-3 MANDATORY SPARE PARTS
A-3.1 Piping Not Applicable
A-3.2 Equipment (SED) Refer Tender Documents
A-3.3 EWS Refer Tender Documents
A-3.4 Electrical Refer Tender Documents
A-3.5 Instrumentation Refer Tender Documents
SUB SECTION: A-4 ENGINEERING DOCUMENTS
A-4.1 Methodology
A-4.2 Documents / drawings for Owner’s`/ PMC’s review
A-4.2.1 Piping B224-323-16-43-VDR-6003, Rev A
A-4.2.2 Equipment (SED) B224-323-80-43-VDR-6003_Rev-A
A-4.2.3 EWS B224-323-17-44-VDR-6003 Rev. A
A-4.2.4 Structural (incl. GC) B224-323-81-41-VDR-6003 Rev. A
B224-323-16-50-VDR-6003 Rev. A /
A-4.2.5 Electrical
B224-323-16-50-VD-6003 Rev. A
A-4.2.6 Instrumentation B224-323-16-51-VDR-6003 Rev. A
BULK PDS Tanks, Steam traps,
A-4.2.7 Process Mixers Emergency Vents, ROSOV list
etc (Refer Tender Documents)
SUB SECTION: A-5 VENDOR LIST
A-5.1 VENDOR LIST EWS Vendor List PKG-6
A-5.2 VL-STRL-PKG-6 STRL Vendor List
A-5.3 VL-ARCHL-PKG-6 ARCH Vendor List
A-5.4 VL-INST-PKG6 Inst Vendor List
A-5.5 VL-PIPING-PKG-6 Piping Vendor List
A-5.6 VL-SME-PKG-6 SME Vendor List
SECTION: B PROCESS
B-1.1 P&ID Refer Tender Documents
SECTION: C
SUB SECTION: C-1 SCOPE OF SUPPLY / WORKS
B224-323-86-41-SP-01 Rev.0 /
C-1.1 Introduction, Brief Description
BRIEF-SP-01-PKG-6
C-1.2 Preamble Scope of Work B224-323-86-41-SP-02 Rev.0
Process Engineering / Residual
C-1.3 Not Applicable
Process Engineering Scope
C-1.4 Piping B224-323-16-43-SOW-6003, Rev. A
B224-323-80-43-SP-6003 Rev. A
C-1.5 Equipment (SED) B224-323-80-43-SP-0003 Rev. A
B224-323-80-43-ET-0002 Rev. 0
C-1.6 EWS B224-323-17-44-SOW-6000 Rev. B
C-1.7 Structural (incl. GC) B224-323-81-41-SOW-6003 Rev. B
B224-323-16-50-SP-6003 Rev. A
C-1.8 Electrical
B224-323-16-50-SP-00013_ Rev.0
Page 3 of 5

Page 746 of 3856


SL NO DESCRIPTION DOCUMENT NO REMARKS
C-1.9 Instrumentation B224-323-16-51-SP-6003 Rev.0
Pre-commissioning &
C-1.10 Refer the tender documents
Commissioning
SUB SECTION: C-2 BATTERY LIMIT INTERFACE
Ref. B224-323-81-41-04554
C- 2.1 Piping Refer the tender documents
Rev. C
C -2.2 EWS Not Applicable
C-2.3 Electrical Not Applicable
C-2.4 Instrumentation Not Applicable
SUB SECTION: C-3 ENGINEERING DESIGN BASIS / PHILOSOPHY
B224-999-16-43-EDB-1001, Rev 0
C-3.1 Piping
B224-999-16-43-ADD-1001, Rev 3
C-3.2 Packaged Equipment Not Applicable
C-3.3 Rotating Equipment Not Applicable
C-3.4 Static Equipment B224-999-80-43-EDB-1001
C-3.5 EWS B224-000-17-44-EDB-0001 Rev.0
C-3.6 Structural B224-999-81-41-EDB-1001 Rev.1
B068-999-16-50-EDB-1001_Rev. 1 /
C-3.7 Electrical
B224-999-16-50-DB-1001 Rev.1
C-3.8 Instrumentation Refer the tender documents
SUB SECTION: C-4 JOB SPECIFICATIONS AND ENGINEERING DATA SHEETS
B224-6-44-0005-6003, Rev A /
C-4.1 Piping B224-6-44-0006-6003, Rev A
B224-6-44-0016, Rev F
Ref. B224-323-80-43-SP-6003 Rev. A
C-4.2 Equipment (SED) Ref.B224-323-80-43-SP-0003 Rev. A
Ref.B224-323-80-43-ET-0002 Rev. 0
B224-323-80-44-SP-0002
C-4.3 FIRE EQUIPMENT-1 (Mech.) B224-323-80-44-IL-S001
B224-323-80-44-IL-S002
C-4.4 EWS B224-323-17-44-LL-6000 Rev. A
C-4.5 Structural (incl. GC) Refer the tender documents

C-4.6 Electrical Refer the tender documents

C-4.7 Instrumentation Refer the tender documents


Process (SMMS) – Painting / B224-000-79-41-WSC-01 Rev.4
C-4.8 Insulation B224-000-79-41-PLS-01 Rev.5
B224-000-79-41-PLS-04 Rev.0 &
C-4.8 ETD B224-000-16-54-DB-0001 Rev.0
SECTION: D ENGINEERING DRAWINGS
D-1 Piping B224-323-16-43-SK-6003
B224-323-80-43-SK-0002 Rev. A
B224-323-80-43-SK-3001 Rev. A
D-2 Equipment (SED)
B224-323-80-43-SK-3002 Rev. A
B224-323-80-43-SK-3003 Rev. A
D-3 EWS B224-323-17-44-LL-6001 Rev. A

Page 4 of 5

Page 747 of 3856


SL NO DESCRIPTION DOCUMENT NO REMARKS
B224-323-81-41-04554 Rev. C
B224-323-81-41-14555 Rev. A
B224-81-41-DI-6003
D-4 Structural (incl. GC)
SA/HPCL/EIL/TOPO SURVEY/2014- TOPO SURVEY
2015/01-Rev0
/CON SURVEY/2014-2015/02-Rev0 Contour Survey
D-5 Electrical Not Applicable

D-6 Instrumentation Refer tender Documents

SECTION: E STANDARD SPECIFICATIONS / LIST OF JOB SPEC / LIST OF DWGS


E-1 Piping Refer tender Documents
E-2 Equipment (SED) B224-323-80-43-LLC-6003 Rev. A
E-3 EWS B224-323-17-44-LL-6002 Rev. B

B224-323-81-41-SS-6003 Rev. A
E-4 Structural (incl. GC)
B224-323-81-41-TS-6003 Rev. A

E-5 Electrical Refer tender Documents

E-6 Instrumentation Refer tender Documents


SECTION: F ENGINEERING / INSTALLATION STANDARDS
F-1 Piping Refer tender Documents
F-2 Equipment (SED) Refer tender Documents
F-3 EWS B224-323-17-44-LL-6003 Rev. A
F-4 Structural (incl. GC) B224-323-81-41-IS-6003 Rev. A
F-5 Electrical Refer tender Documents

F-6 Instrumentation Refer tender Documents

SECTION: G SURVEY & SOIL INVESTIGATION REPORT


G-1 Geotechnical Data B224-323-81-41-GTD-6003

Page 5 of 5

Page 748 of 3856


DOCUMENT No.
TECHNICAL COMPLIANCE
B224-80-43-TCL-6003
FOR
Rev A
(STATIC & MACHINERY EQUIPMENT)
Page 1 of 2

TECHNICAL COMPLIANCE

FOR
INTERMEDIATE & PRODUCT STORAGE TANKS
INCLUDING TANK PADS AND ASSOCIATED CIVIL
WORKS AT RAJASTHAN REFINERY COMPLEX AT
PACHPADRA(PACKAGE-6 PART-A & B)

TENDER NO: B224-323-80-43-MA-T-6003


(STATIC & MACHINERY EQUIPMENT)

PROJECT : PMC SERVICES FOR RAJASTAN REFINERY PROJECT

OWNER : M/S HRRL

PMC : ENGINEERS INDIA LIMITED

UNIT : OFFSITE - 323

JOB NO : B224

A 22.06.2019 ISSUED FOR TENDER BVK RS IK/KJH


Rev. No. Date Purpose PPD. CHD. APPD.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 749 of 3856


DOCUMENT No.
TECHNICAL COMPLIANCE
FOR B224-80-43-TCL-6003
(STATIC & MACHINERY EQUIPMENT) REV A
Page 2 of 3

TECHNICAL COMPLIANCE FOR INETRMEDIATE & PRODUCT STORAGE


TANKAGE TENDER PART-A

PROJECT : RAJASTAN REFINERYPROJECT AT


PACHPADRA

UNIT: OFFSITES

OWNER : M/S HRRL


EIL JOB NO. : B224

TENDER NO. : B224-323-80-43-MA-T-6003

BIDDER CONFIRMS THAT HIS OFFER AGAINST THIS


TENDER IS IN TECHNICAL COMPLIANCE AND THERE ARE
‘NO TECHNICAL DEVIATIONS’.
BIDDER’s NAME:

DATE:

NOTE:

1) Offer shall not be evaluated if this sheet is not signed / stamped and
enclosed along with the Offer.

2) Offer shall be considered as technically not acceptable if anything else


(like bidder’s understanding, basis of quoting, clarification, deviation,
scope etc.) is mentioned on this sheet.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 750 of 3856


DOCUMENT No.
TECHNICAL COMPLIANCE
FOR B224-80-43-TCL-6003
(STATIC & MACHINERY EQUIPMENT) REV A
Page 2 of 3

TECHNICAL COMPLIANCE FOR INETRMEDIATE & PRODUCT STORAGE


TANKAGE TENDER PART-B

PROJECT : RAJASTAN REFINERYPROJECT AT


PACHPADRA

UNIT: OFFSITES

OWNER : M/S HRRL


EIL JOB NO. : B224

TENDER NO. : B224-323-80-43-MA-T-6003

BIDDER CONFIRMS THAT HIS OFFER AGAINST THIS


TENDER IS IN TECHNICAL COMPLIANCE AND THERE ARE
‘NO TECHNICAL DEVIATIONS’.
BIDDER’s NAME:

DATE:

NOTE:

3) Offer shall not be evaluated if this sheet is not signed / stamped and
enclosed along with the Offer.

4) Offer shall be considered as technically not acceptable if anything else


(like bidder’s understanding, basis of quoting, clarification, deviation,
scope etc.) is mentioned on this sheet.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 751 of 3856


TECHNICAL COMPLIANCE DOCUMENT NO.
(PLOT PLAN & WATER)
B224-323-17-44-TCL-6000
INTERMEDIATE STORAGE &
Rev. A
PRODUCT TANKAGES TENDER
(PACKAGE-06)
FOR RAJASTHAN REFINERY Page 1 of 4
PROJECT

TECHNICAL CONFIRMATION LIST


PLOT PLAN & WATER

INTERMEDIATE
STORAGE & PRODUCT TANKAGES TENDER
(PACKAGE-06)

TENDER No. B224-323-80-43-MA-T-6003

PROJECT : RAJASTHAN REFINERY PROJECT

UNIT No. : 323

OWNER : M/s HRRL

LOCATION : PACHPADRA, RAJASTHAN INDIA

PMC : M/s ENGINEERS INDIA LIMITED

EIL JOB No. : B224

A 21.06.19 ISSUED FOR BIDS JKU DDB SKN


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 752 of 3856


TECHNICAL COMPLIANCE DOCUMENT NO.
(PLOT PLAN & WATER)
B224-323-17-44-TCL-6000
INTERMEDIATE STORAGE &
Rev. A
PRODUCT TANKAGES TENDER
(PACKAGE-06)
FOR RAJASTHAN REFINERY Page 2 of 4
PROJECT

Notes:-
1. The Bidder shall indicate his reply in the space provided in the Technical
Questionnaire. In case space provided is not adequate, the reply may be furnished
separately under suitably numbered annexes / attachments duly referred against the
comment / query.
2. The Compliance Statements / Queries are required to be categorically confirmed/
answered by the bidder and the completely filled in Tech Questionnaire shall be
submitted together with the Bid.

S.NO COMPLIANCE STATEMENT / QUERY BIDDER’S CONFIRMATION /


ANSWER
1.0 Please confirm that the area has been
physically surveyed by bidder and well
acquainted with the area and collected
relevant site information.
2.0 Please note and confirm that all statutory
approvals within scope limit are in bidder’s
scope of work. Any modifications,
alterations/ additions required to meet
statutory regulations are in bidder’s scope
of work and no extra amount shall be paid
on this account.
3.0 Please note and confirm that entire fire
spray/foam system within battery limit in
bidder’s scope of work.
4.0 All fire fighting equipments shall be as per
attached data sheet. Confirm compliance.
5.0 Bidder shall design fire protection system
for the maximum discount on premium of
insurance.
6.0 Confirm that the entire work shall be
executed as per contract document. No
deviation is acceptable.
7.0 Bidder to confirm the following points for
Rim Seal Fire Protection System
7.1 Bidder to confirm that for filling the
modules with fire water in the event of
depletion of Foam, the contractor shall
provide minimum 32 NB GI pipe (Heavy)
confirming to IS: 1239 to the top of the
tank from outside dyke area including
taking tapping from nearest fire water lines
with Isolation valve for supply of fire water.
7.2 Bidder to confirm that Foam storage and
deployment will be arranged as a number
of stand-alone units able to rapidly apply
foam solution of their individual section.
Each unit shall be coupled to it’s dedicated
foam distribution pipe work, which shall be
mounted on the pontoon, concentric with

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 753 of 3856


TECHNICAL COMPLIANCE DOCUMENT NO.
(PLOT PLAN & WATER)
B224-323-17-44-TCL-6000
INTERMEDIATE STORAGE &
Rev. A
PRODUCT TANKAGES TENDER
(PACKAGE-06)
FOR RAJASTHAN REFINERY Page 3 of 4
PROJECT

S.NO COMPLIANCE STATEMENT / QUERY BIDDER’S CONFIRMATION /


ANSWER
the tank shell. The distribution pipe shall
run below the secondary seal/weather
guard and shall be fitted with an array of
foam spray nozzles, which deliver foam
solution directly to the tank risk area.
7.3 Bidder to confirm that the system shall be
connected to the central fire alarm panel
for display of “FIRE”, “FAULT” and
“MODULE PRESSURE LOW” signals.
7.4 Bidder to confirm that for monitoring the
health of each foam module, the system
shall be in a position to reflect the foam
vessel pressure. The signal for the same
shall also terminate in a junction box with
potential free contacts at SRR/Control
Room.
7.5 Bidder to confirm that the system shall
provide for fire alarm and fault of
communicate to the fire alarm panel.
7.6 Bidder to confirm that the system shall be
insensitive to environmental influences
such as high ambient temperature change
in humidity, electromagnetic interference,
aggressive vapour, UV radiation and
heavy rainfall.
7.7 Bidder to confirm that Linear heat
detection system (Metallic Tube Type)
shall have UL approval.
7.8 Bidder to confirm that The Rim Seal fire
extinguishing System shall include the
appropriate no. of units to protect the
entire Rim Seal Area. Foam vessel
(module) charged with pre-mixed foam
solution and pressurized with N2 as an
expelling gas shall be provided.
7.9 Bidder to confirm that Foam discharged
Manifold with spray nozzles evenly spaced
at a distance of 2.5 meters to cover one
segment of Rim Seals not more than 40
meters shall be designed to discharge
foam solution in approximately 40 sec.
7.10 Bidder to confirm that Canopy for the
whole foam module for protection from
radiant heat of sun shall be provided.
7.11 Bidder to confirm that the system shall be
designed to operate with AFFF low
expansion (UL Listed) premix Foam
Solution of 3% to 6% and the foam
module shall be provided with filling

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 754 of 3856


TECHNICAL COMPLIANCE DOCUMENT NO.
(PLOT PLAN & WATER)
B224-323-17-44-TCL-6000
INTERMEDIATE STORAGE &
Rev. A
PRODUCT TANKAGES TENDER
(PACKAGE-06)
FOR RAJASTHAN REFINERY Page 4 of 4
PROJECT

S.NO COMPLIANCE STATEMENT / QUERY BIDDER’S CONFIRMATION /


ANSWER
flushing and drainage facilities for
operation maintenance and sampling
purposes. The non-clogging type delivery
nozzles shall be provided to produce low
expansion foam.
7.12 Bidder to confirm that the material of
construction for nozzles shall be chrome
plated Brass and all the piping coming in
contact with foam shall be of SS 316.
7.13 Bidder to confirm that Each foam module
shall have a level indicator for monitoring
the quantity of foam solution in the vessel
7.14 Bidder to confirm that Aqueous film
forming foam (AFFF) 3% concentrate shall
have UL Listing. Also the bidder must
enclose copy of UL listing of AFFF along
with the offer. The said UL listing should
be in the name of the vendor.
7.15 Bidder to confirm that the complete line
shall be tested for satisfactory
performance as per design requirements.
Before testing of the system they shall be
cleaned by compressed air. Replacement
of AFFF solution after completion of
testing shall be the responsibility of the
contractor. Any modification required for
achieving performance shall be done
without any extra cost to the owner. The
system shall be deemed to be complete in
all respect to the satisfaction of Engineer-
in-Charge.

BIDDER’S NAME:
BIDDER’S SIGNATURE
(PART-A/PART-B)

WITH SEAL / STAMP:


DATE

Notes:-
1. The Bidder shall indicate his reply in the space provided in the Technical
Questionnaire. In case space provided is not adequate, the reply may be furnished
separately under suitably numbered annexes / attachments duly referred against the
comment / query.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 755 of 3856


TECHNICAL COMPLIANCE DOCUMENT NO.
(PLOT PLAN & WATER)
B224-323-17-44-TCL-6000
INTERMEDIATE STORAGE &
Rev. A
PRODUCT TANKAGES TENDER
(PACKAGE-06)
FOR RAJASTHAN REFINERY Page 5 of 4
PROJECT

2. The Compliance Statements / Queries are required to be categorically confirmed/


answered by the bidder and the completely filled in Tech Questionnaire shall be
submitted together with the Bid.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 756 of 3856


SECTION A-1.6.1
TECHNICAL CHECKLIST
DOCUMENT No.
(ELECTRICAL)
TANKAGE TENDER B224-323-16-50-LL-6003 Rev. A
Page 1 of 1

BIDDER’S
S.No. CHECK POINT / QUERY
CONFIRMATION/ANSWERS
1. Have you noted the scope of supply as per Electrical Job
specification (Doc. No. B224-323-16-50-SP-6003) and agree to
supply materials and services according to that.
Please confirm compliance.
2. Confirm that supply of all mandatory spares as per clause no. 8.3 of
Electrical Job specification (Doc. No. B224-323-16-50-SP-6003 has
been considered in your scope.
Please confirm compliance.
3. Confirm that supply of required tools and tackles for the offered
equipments have been considered in your scope. Furnish list of
same with the offer.
In case same are not required, bidder shall indicate the same.
4. Confirm that supply of required commissioning spares have been
considered in your offer.
Furnish list of spares with the offer.
In case same are not required, bidder shall indicate the same.
5. Confirm that separate itemised price for two years operation and
maintenance spares as per Cl. No. 8.2 of Electrical Job
Specification (Document No. B224-323-16-50-SP-6003) has been
considered in your offer.

A 21.06.19 Issued with Tender RS Rashmi MKS

Rev. No Date Purpose Prepared by Checked by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 757 of 3856


TECHNICAL COMPLIANCE FORMAT Document No.
CONSTRUCTION DIVISION
B224-00-323-19-41-TC-02
INTERMEDIATE STORAGE TANKS, TANK PADS &
ASSOCIATED CIVIL WORKS TENDER FOR RAJASTHAN Rev 0
REFINERY PROJECT Page 1 of 3

TECHNICAL COMPLIANCE FORMAT


(Construction)

INTERMEDIATE STORAGE TANKS, TANK


PADS & ASSOCIATED CIVIL WORKS
TENDER PART- A & Part- B
(PACKAGE-6)

PROJECT : RAJASTHAN REFINERY PROJECT

UNITS : 323

OWNER : HPCL RAJASTHAN REFINERY LTD. (HRRL)

PMC : ENGINEERS INDIA LIMITED (EIL)

JOB NO. : B224

0 21.06.2019 ISSUED FOR BIDS P K Rai R Kumar GGM(C)


Rev. Prepared Checked
Date Purpose Approved by
No by by

Copyright EIL – All rights reserved

Page 758 of 3856


TECHNICAL COMPLIANCE FORMAT Document No.
CONSTRUCTION DIVISION
B224-00-323-19-41-TC02
INTERMEDIATE STORAGE TANKS, TANK PADS &
ASSOCIATED CIVIL WORKS TENDER FOR RAJASTHAN Rev 0
REFINERY PROJECT Page 2 of 3

(A) TECHNICAL COMPLIANCE: PART-A

Bidder must furnish answers/clarifications/confirmations of all the following queries and submit
along with offer.

SL. BIDDER'S
COMMENT/QUERY
NO. CONFIRMATION/ANSWER
1. Bidder to confirm that requirement of Health, Safety and
Environment (HSE) as per specification B224/B229-6-82-0001
are taken into consideration.

2. Bidder to confirm that required construction equipments to meet


the contract schedule shall be mobilized by him without any time
& cost implications.

3. Bidder to confirm that required construction personnel for


supervision to meet the contract schedule shall be deployed by
him meeting the requirement of qualification and experience
(refer Doc. No 7-82-0003 in this regard) without any time & cost
implications.

4. Bidder to confirm that Construction Management of this job shall


be done by him and shall not be sub-contracted to any other
agency.

Bidders Name

Bidder’s Signature and Stamp (PART A)

Copyrights EIL – All rights reserved

Page 759 of 3856


TECHNICAL COMPLIANCE FORMAT Document No.
CONSTRUCTION DIVISION
B224-00-323-19-41-TC02
INTERMEDIATE STORAGE TANKS, TANK PADS &
ASSOCIATED CIVIL WORKS TENDER FOR RAJASTHAN Rev 0
REFINERY PROJECT Page 3 of 3

(B) TECHNICAL COMPLIANCE: PART-B

Bidder must furnish answers/clarifications/confirmations of all the following queries and submit
along with offer.

SL. BIDDER'S
COMMENT/QUERY
NO. CONFIRMATION/ANSWER
1. Bidder to confirm that requirement of Health, Safety and
Environment (HSE) as per specification B224/B229-6-82-0001
are taken into consideration.

2. Bidder to confirm that required construction equipments to meet


the contract schedule shall be mobilized by him without any time
& cost implications.

3. Bidder to confirm that required construction personnel for


supervision to meet the contract schedule shall be deployed by
him meeting the requirement of qualification and experience
(refer Doc. No 7-82-0003 in this regard) without any time & cost
implications.

4. Bidder to confirm that Construction Management of this job shall


be done by him and shall not be sub-contracted to any other
agency.

Bidders Name

Bidder’s Signature and Stamp (PART B)

Copyrights EIL – All rights reserved

Page 760 of 3856


                              TECHNICAL COMPLIANCE                                                Part‐A 
                                                        PLANNING DOCUMENT                                        Section – A.1 
                                                                    FOR PACKAGE ‐6                                      Sub section‐ A.1.6.9 
                                    RAJASTHAN REFINERY PROJECT, HRRL            B224‐323‐27‐44‐MA‐6003‐ Rev. 0   
                                                                                                                                        Page 1 of 1 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
 
  
BIDDER’S
Sl. No. COMPLIANCE STATEMENT/QUERY CONFIRMATION /
ANSWER
  BIDDERS TO GIVE SPECIFIC CONFIRMATION THAT FOLLOWING   
DOCUMENTS HAVE BEEN SUBMITTED ALONG WITH BID.
(PLEASE REFER DOC. NO 8-2744-1003 REV 3 FOR “PROJECT PLANNING,
SCHEDULING & CONTROL SYSTEM” “CLAUSE NO 4” “DOCUMENT
ALONGWITH BID”)
a. Bidder to submit proposed Overall Project Schedule in network form showing   
details of all Units / facilities identifying major / key milestones.
b. Write up on Project Planning, Scheduling, and Monitoring &   
Control system (proposed) in line with procedure 8-2744-1003 Rev.3 attached
with bid document.
c. Organizational set up for Planning, Scheduling, Monitoring & Control at   
Contractor’s design Office & Site Office
d. Progress Measurement Methodology with details such as weightage,   
milestones, frequency etc.
e. Project execution methodology   
f. Function wise Resource Deployment Schedule   
(manpower & construction equipment)
g. Software to be used for planning & material control   
- Bidder to use P6 Software for Planning & scheduling activities and to
identify software for material control. MS Office to be used for progress
calculation.
h. Statement confirming compliance to the   
“Planning, Scheduling, Monitoring and Control System” (Section A-3.10 of
Bidding Document) requirements regarding contents of the documents to be
submitted to Client/PMC.
 
  Note:-
1. The bidder shall indicate in his reply in this space in the Technical compliance. In case space provided is
not adequate, the reply may be furnished separately under suitable numbered annexure/attachments
duly referred against the comments/query.
  
2. The compliance Statement /Queries are required to be categorically confirmed/answered by the bidder
and the completely filled in Technical questionnaire shall be submitted together with the bid.
  
  

Template No. 5‐0000‐0001‐T2‐Rev.1    Copyrights‐All rights reserved 

Page 761 of 3856


Page 762 of 3856
Page 763 of 3856
Page 764 of 3856
Page 765 of 3856
Page 766 of 3856
Page 767 of 3856
Page 768 of 3856
Page 769 of 3856
Page 770 of 3856
Page 771 of 3856
Page 772 of 3856
Page 773 of 3856
Page 774 of 3856
Page 775 of 3856
Page 776 of 3856

Signature Not Verified


Digitally signed by Naveen kumar
Date: 2019.06.29 17:07:05 IST
Location: eProcure

Das könnte Ihnen auch gefallen