Fire Alarm System
Fire Alarm System
Table of Contents
Document Number Rev. Document Title Page
Number
A133-086-XN-MR- 0 ENQUIRY DOCUMENT 2
0480-64-RFQ
A133-086-XN-MR- C FA SYSTEM 289
0480
A133-086-16-50-TR- C INSTRUCTIONS TO VENDORS 297
0480
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 307
6-78-0003 0 Specification for Documentation Requirement from Suppliers 316
A133-086-16-50-VR- B VENDOR DATA REQUIREMENTS 328
0480
A133-086-16-50-DS- A DATA SHEET 331
0480
A133-086-16-50-DS- A DATA SHEET 333
0481
A133-086-16-50-DS- A DATA SHEET 334
0482
A133-086-16-50-DS- B DATA SHEET 335
0483
ANNEXURE 5 0 Specification for F & G system 336
44NC4600ESS063 0 FIRE ALARM SYSTEM 360
44NC-4600-R01- 4 VENDOR LIST 378
0005-A4
A133-086-16-50- A CABLE LAYOUT SUBSTATION 404
0101
A133-086-16-50- A FA system Block Diagram commented 405
3016
44NC4600ITP063 0 ITP FA SYSTEM 409
44NC4600ESS026 0 ELECTRICAL INSTALLATION 410
Page 1 of 442
Regd. Office: Engineers India Bhawan, 1-Bhikaiji Cama Place, New Delhi-110066, India
Phone No. : 00 91 11 26762121 ; Fax No. : 00 91 11 26191714, 26167664
REQUEST FOR QUOTATION (RFQ)-(INDIGENOUS / FOREIGN / GLOBAL)
(e-Tendering)
Date: 01-JULY-14
Gentlemen,
1. Chennai Petroleum Corporation Limited (CPCL), a subsidiary of Indian Oil Corporation Limited has existing
Refinery Facilities at Manali, Chennai, Tamil Nadu (India). The present capacity of CPCL at Manali
Refinery is 9.5 MMTPA. CPCL is currently implementing a Revamp of existing units to increase the crude
processing capacity by 1 MMTPA to take the overall complex capacity to 10.5 MMTPA unit.
Chennai Petroleum Corporation Limited (CPCL) has awarded the work of Resid Upgradation Project-Coker
Block to Engineers India Limited (EIL) and EIL is the CONTRACTOR for this Project.
2. Bids are requested for the captioned item in complete accordance with enquiry documents and its
attachments.
3. The complete RFQ can be downloaded from the EIL website (http://tenders.eil.co.in or from CPP Portal
(URL: http://eprocure.gov.in)
4. Bidders are requested to submit e-bids electronically on the CPP Portal (URL: http://eprocure.gov.in) only
in accordance with the instructions and terms & conditions enclosed with this RFQ Covering letter.
iii) Duly filled-in, signed & stamped Annexure I to Prefilled ATC giving basic details on
Page 1 of 4
Page 2 of 442
transportation charges, taxes/ duties etc.
iv) Bank Certified Mandate Form as per Annexure-II to Prefilled ATC, duly signed and
stamped with the Banker’s certification along with cancelled cheque.
v) Un-priced copy of Price Schedule (Excel file) (available in the RAR format which is
uploaded on EIL website (http://tenders.eil.co.in (Indicating ‘Q’ in place of price and
‘NQ’ for not quoted).
vi) Un-priced copy of 2 years recommended spares for Operation & Maintenance of
equipment in the format enclosed with RFQ
vii) Un-priced copy of unit rates required as per Sr. No 06.00 of MR.
x) Fresh Bank Solvency Certificate, date of issue of this certificate should not be earlier
than 1 year from the date of Opening of Techno-commercial part.
Containing only prices filled in the prescribed price schedule excel format and other formats provided in
the RFQ Document, consisting of the following priced documents:
i) Prices in Price Schedule Format (only as per Excel file available in the RAR format
which is uploaded on EIL website (http://tenders.eil.co.in.
ii) Prices for 2 years recommended spares for Operation & Maintenance of equipment, in
the format enclosed in the RFQ.
iii) Unit rates for addition / deletion as per MR s.no. 06.00 (Annexure-A to Price Schedule
format).
iv) Take off prices as per note 4 of MR page 7 of 7 (Annexure-B to Price Schedule format).
Note:
a) Deviations to terms and conditions, presumptions etc shall not be stipulated in Price part of bid
and price bids shall not contain any stapled slips. In case of any conditions stipulated in price
bids or the price bid containing any stapled slips, the bids of such bidders shall be summarily
rejected and shall not be considered for further evaluation. Evaluation shall be carried out
excluding such bidder(s.)
5. Offers received through Fax / Telex / Telegraphic / E-Mail / hard form (other than the
documents specifically required in hard form) shall not be considered.
6. EIL will open the bids received online at their office, at the specified date and time given in the RFQ or
extended date, if any. Bidder may attend the opening and should carry a Letter of Authority (duly
authorised by a competent person). The bidder’s representatives, who are present, shall sign a register
evidencing their attendance. Bidders, whose bids are not to be opened for any reason including late bids,
Page 2 of 4
Page 3 of 442
will not be allowed to attend bid opening. During un- priced bid opening, bidder’s names shall only be
announced.
Similarly, all technically and commercially acceptable bidders will be advised of date and time of online
priced bid opening. Such technically and commercially acceptable bidder may attend the opening and
should carry a Letter of Authority (duly authorised by a competent person).
7. Please furnish your response to our RFQ either through EIL’s website http://tenders.eil.co.in or by
sending email/fax to EIL as per Proforma of Reply/ Acknowledgement Letter enclosed, by the pre-bid
meeting.
If not bidding, please return enquiry documents along with regret letter within the due date with
reason(s) of not participating in the RFQ.
The bidders should respond to this enquiry either by submitting their bids or by explaining the reason for
non-submission of the offer. In case there is no response either way continuously, the bidder
shall be liable for suitable action including review of their enlistment with EIL for that
particular item.
8. Offer Validity: Offer shall be valid for 3 (three) Months from the final / extended bid due date.
9. PAYMENT TERMS
For Indian Bidder:
For Supply (excluding Mandatory Spares): As per clause No. 1.1.1 (v) of Instruction to Bidders.
For supply of Mandatory Spares: As per clause No. 1.1.2 of Instruction to Bidders.
For Site Works: As per clause No. 1.1.3 of Instruction to Bidders.
For Training: As per clause No. 1.1.5 of Instruction to Bidders.
For other scope: As per Instruction to Bidders
10. Delivery/Completion Period :
Supply :
Within 07 (Seven) Months on FOT site basis from date of Fax of Acceptance / Purchase Order. The date
of receipt of material at site shall be considered as the date of delivery.
Site Works:
With in 75 days from the date of site readiness. 30 days advance intimation for site readiness shall be
given. Date of handing over the complete system duly tested and commissioned as per the scope of
MR, shall be considered as the date of completion of site work.
11. Price Reduction Schedule: As per clause No. 12.2, 12.3 & 12.4 of Instruction to Bidders.
12. Repeat Order is applicable for this RFQ.
13. Contact Persons for this RFQ are:
(REKHA CHOUDHARY)
Asst. General Manager (C&P)
Page 3 of 4
Page 4 of 442
Enclosures :
Techno-Commercial Compliance To Bid Requirement
Price Schedule (for Indian Bidders / Foreign Bidders, as applicable) – uploaded on EIL
website (http://tenders.eil.co.in as RAR file.
Standard Commercial Documents Containing:
Page 4 of 4
Page 5 of 442
REPLY/ACKNOWLEDGEMENT LETTER
Dear Sirs,
We acknowledge with thanks receipt of your above cited RFQ along with enclosures. We undertake that the
contents of the above RFQ shall be kept confidential including all the drawings, specifications and documents
and the said documents shall be used only for the purpose, for which they are intended.
a. _____________________________________________________
b. _____________________________________________________
Thanking you,
Name of Bidder :
Bidder’s Address :
Contact Person :
Bidder’s Phone No. :
Bidder’s Fax No. :
Bidder’s E-mail No. :
Bidder’s Ref. No. & Date :
Page 1 of 1
Page 6 of 442
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING PRE-BID CONFERENCE
No. Date:
To,
Engineers India Limited
Engineers India Bhawan, EIA-2
1, Bhikaiji Cama Place
New Delhi – 110 066
(India)
Attn . : Ms. Rekha Choudhary, Asst. General Manager (C&P)
Dear Sirs,
We confirm that we shall be bound by all and whatsoever our representative (s) shall commit.
Yours faithfully,
Signature ……………………………
Note :
This Letter of Authority should be on the letter head of the bidder and should be signed by a person
competent and having the power of attorney to bind the bidder.
Page 1 of 1
Page 7 of 442
TECHNO-COMMERCIAL COMPLIANCE TO BID REQUIREMENT
1. We hereby agree to fully comply with, abide by and accept without variation, deviation or reservation all technical, commercial and
other conditions whatsoever of the RFQ documents and Amendment/ Addendum to the RFQ Documents, if any, for subject work
issued by Engineers India Limited.
2. We hereby further confirm that any terms and conditions other than required, if mentioned in our bid, shall not be recognised and shall be treated
as null and void.
3. Compliance to requirement Of PAN No. , Tax Residency Certificate(TRC) & Form No.10F (APPLICABLE FOR FOREIGN SUPPLIERS ONLY)
In compliance to clause # 23.(e) of RFQ covering letter above, We hereby confirm to furnish the following information in case his receipts are subject
to tax deduction at source in India :
(i) PAN No.
(ii) Tax Residency Certificate (TRC) as per Annexure – A1 enclosed
(iii) Form 10F as per Annexure – A1 enclosed
The above information shall be furnished before release of any payment or within one month of the release of Order, whichever is earlier. Failing
submission of the above information, any additional tax liability on purchaser, will be deducted from the payment due to the supplier.
Page 1 of 1
Page 8 of 442
FOR BIDDERS’ QUERIES
NOTE: The Pre-Bid Queries may be sent on fax numbers 0091-11-26187664 and also by e-mail to concern person of EIL.
Page 1 of 1
Page 9 of 442
EXCEPTIONS AND DEVIATIONS
NOTE: This shall be submitted separately for Commercial & Technical Sections.
Page 1 of 1
Page 10 of 442
PRESENT COMMITMENTS (CONCURRENT COMMITMENT) AS ON …………………………………..
(Due Date for submission of Bid)
Page 1 of 1
Page 11 of 442
RFQ No. : RC/A133-086-XN-MR-0480/0064
Item : FIRE ALARM SYSTEM
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai
Name of Bidder: ______________________________________________
Offer No. : _______________________________________________
NOTES:
i. Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT Despatch point basis as per this format only. Supplier shall
quote road freight up to Project Site in India.
ii. The prices for 2 years normal operation & maintenance shall be valid up to 2 years from the date of purchase order. However, bidder to also quote
for annual escalation in % for subsequent 2 years.
iii. The price for spares for 2 year normal operation shall not be considered for evaluation and owner reserves the right to select and order these spares.
Page 1 of 1
Page 12 of 442
Special Commercial Notes to RFQ
1. Bids complete in all respects should be successfully Submitted online on or before the bid due date
and time specified above.
2. Technical specifications should be strictly as per the material requisition attached.
3. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to
reject offers made by intermediaries.
4. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser shall in no case be responsible or liable for these costs regardless of the conduct or
outcome of the bidding process.
5. Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL.
6. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
7. EIL reserve the right to make any changes in the terms and conditions of purchase and to reject
any or all the bids.
8. The order, if placed will be issued by EIL.
9. Net Worth of the Bidder shall be positive as per the immediate preceding year’s Audited financial
results. Bidder is therefore requested to furnish the latest Audited Financial Statement including
Profit & Loss Account.
In case, the bidder’s Net Worth is negative, their bid shall not be evaluated further.
10. Purchaser reserves the right to allow purchase preference to Central Public Sector
Undertakings/enterprises, as admissible under prevailing policy of Government of India.
11. Preference to MSEs
Deleted (Not Applicable)
12. In case any bidder is found to be involved in cartel formation, his bid will not be considered for
evaluation / placement of order. Such bidder will also be debarred from bidding in future.
13. In case a supplier seeks any suo-moto price increase subsequent to the bid due date and which is
not as a result of any change in scope of supply or terms and conditions, the bid of such a supplier
shall be rejected for the items in which such suo-moto increase is sought.
14. FRAUDULENT PRACTICES
The Owner requires that Bidders/ Vendors/ Contractors observe the highest standard of ethics
during the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts
in order to influence the award of a Contract to the detriment of the Owner, and includes collusive
practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial
non-competitive levels and to deprive the owner of the benefits of free and open competition.
a) The owner will reject a proposal for award if it determines that the bidder recommended for
award has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found to
be false/ forged, the same shall be considered adequate ground for rejection of bids and
forfeiture of Earnest Money Deposit.
b) In case, the information/ document furnished by the Bidder/ Vendor/ Contractor forming basis
of evaluation of his bid is found to be false/ forged after the award of the contract, Owner
shall have full right to terminate the contract and get the remaining job executed at the risk &
cost of such Bidder/ Vendor/ Contractor without any prejudice to other rights available to
Page 1 of 5
Page 13 of 442
Special Commercial Notes to RFQ
Owner under the contract such as forfeiture of CPBG/ Security Deposit, withholding of
payment etc.
c) Incase, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder/ Vendor/ Contractor
along with forfeiture of CPBG/ Security Deposit furnished by the bidder/vendor/ contractor.
d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/ Negative List of
owner debarring them from future business with Owner for a time period, as per the
prevailing policy in EIL.
15. Submission of authentic documents is the prime responsibility of the bidder. Wherever EIL has
concern or apprehension regarding the authenticity/correctness of any document, EIL reserves a
right of getting the document cross verified from the document issuing authority.
16. SPECIAL INSTRUCTIONS TO FOREIGN BIDDERS
a) The bidder must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him under
any multi-lateral / bi-lateral trade agreement between India and bidder's country.
b) The bidder shall be liable to provide all documentation to ensure availment of the exemption /
waiver. In case' the bidder defaults on this due to any reason, whatsoever, he shall be liable
to bear the incremental Customs Duty applicable, if any.
c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral
agreement shall be to bidder's account.
d) Documentation to be furnished for availing the exemption / waiver of Customs Duty shall be
specifically listed in the Letter of Credit also as the pre-requisite for release of payment
against shipping documents and this documentation shall necessarily form a part of shipping
documents
e) COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND
FORM NO.10F
It is mandatory for the foreign supplier/contractor/consultant 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
Supplier/Contractor/Consultant 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 supplier/contractor/consultant
ii) Tax Residency Certificate (TRC)
TRC containing prescribed particulars as per the enclosed Annexure-A1 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
consequently the higher rate of withholding tax @25% will be applicable and deducted
from the payment made to supplier/contractor/consultant (i.e., non-resident taxpayer).
The TRC shall be duly verified by the Government of the country of which the assessee
claims to be a resident for the purposes of tax.
iii) Form 10F
In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit
additional information in form no. 10F (enclosed as Annexure-A1). Form 10F has to be
signed & verified by the assessee himself.
If some information is already contained in TRC, the bidder shall not be required to
provide that information in Form no. 10F but even then Form no. 10F is required to be
provided by the bidder.
Page 2 of 5
Page 14 of 442
Special Commercial Notes to RFQ
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 purchaser,
will be deducted from the payment due to the supplier.
17. SHIFTING OF ORDER
Not Applicable
18. CLARIFICATION REQUESTS FROM BIDDERS
A bidder may seek clarification regarding the bidding document provisions, bidding process and /
or rejection of his bid. EIL shall respond to such requests with in a reasonable time.
19. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKING
In the event of any dispute or difference relating to the interpretation and application of the
provisions of the contracts, such dispute or difference shall be referred by either party for
Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the
Secretary to the Government of India in-charge of the Department of Public Enterprises. The
Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The
award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any
party aggrieved by such award may make a further reference for setting aside or revision of the
award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of
India. Upon such reference the dispute shall be decided by the Law Secretary or the Special
Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall
bind the Parties finally and conclusively. The Parties to the dispute will share equally the cost of
arbitration as intimated by the Arbitrator.
20. PRE BID MEETING
Bidder’s authorized representative(s) shall attend the pre bid meeting on the prescribed day at the
given venue. During the pre bid meeting, all the technical and commercial issues shall be discussed
and concluded to 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
all the technical and commercial issues.
However, in case any bidder does not attend the pre bid meeting, it shall be understood 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.
In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any
queries/clarification/information pertaining to Bidding document in writing delivered by hand or by
fax/ e-mail as per format enclosed in the Bidding Document so as to reach two days prior to Pre-
bid meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the
queries shall also be e-mailed to enable EIL to prepare replies to the queries against each query in
the same format expeditiously.
Page 3 of 5
Page 15 of 442
Special Commercial Notes to RFQ
The bidders are required to participate in the pre-bid meeting with the following essential
documents, so that the same can reviewed & discussed during the meeting to avoid any techno-
commercial clarifications/ discussions post bid:
a) Latest annual report including Profit & loss account
b) Solvency certificate from bank
c) Concurrent Commitments
d) Details of work experience meeting the Bidders Qualification Criteria(BQC) (if applicable)
e) Technical details, documents, design, filled datasheets as per MR
f) Any other relevant document/ details
Record notes of meeting, including the questions raised and the responses given will be furnished
as expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre-
bid meeting, no further queries will be entertained from the bidders.
Any modification of the Bidding Document, which may become necessary as a result of the pre-bid
discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment.
Technical/ Commercial queries shall not be issued once the bid have been opened. However,
wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off date given
for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the information available
upto cut-off date for CQ/ TQ replies.
The methodology and terms & conditions applicable for reverse auctioning is enclosed with this RFQ.
However please note that in case of Reverse Auction, Rebate offered on Total Evaluated Price of
item/Group shall be prorated for all quoted prices of particular Items / Groups, which were
considered for evaluation and accordingly ordering shall be carried out.
22. INTEGRITY PACT
The attached copy of the Integrity Pact shall be included in the Bid submitted by the bidder (to be
executed by the bidder for all RFQ of value Rs. 1 (One) crore and above). In case a bidder does
not sign the Integrity Pact, his bid shall be liable for rejection.
INDEPENDENT EXTERNAL MONITORS (IEMS)
The following two Independent External Monitors (IEMs) have been appointed by EIL, in terms of
Integrity Pact (IP) which forms part of EIL Tenders / Contracts.
i) Dr. U. K. Sen
C-162, Belvedere Park,
DLF Phase 3, Gurgoan-122002
(email : [email protected])
Page 4 of 5
Page 16 of 442
Special Commercial Notes to RFQ
ii) Shri P. R. Balasubramanian
229, 9th A Main, 1st Block,
HRBR Layout, Kalyan Nagar,
Bangalore-560043
(email : [email protected])
Page 5 of 5
Page 17 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 1
1 PAYMENT TERMS
Page 18 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 2
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt and acceptance of goods/ materials at Site and on submission of E1/E2 Form
(wherever applicable).
(v) Where the MR is for Packages (with significant Bought out item) and calls for Vendor
Data requirement: (With site work)
5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 10% against placement of sub-order for specified major raw material (to be identified by PEM
and PM before issue of enquiry) against submission of equivalent Bank Guarantee.
- 70% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period and on submission of Performance Bank Guarantee
valid for the 3 (Three) Months beyond guarantee period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on successful completion of Site Work and on submission of E1/E2 Form (wherever
applicable).
Note: In case site is not available up to 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(vi) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (Without site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 15% against receipt and identification of specified major raw materials and against submission of
equivalent BG.
- 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for 3
months beyond guarantee period
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt and acceptance of goods/ materials at Site on submission of E1/E2 Form
(wherever applicable).
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
Page 19 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 3
- 15% against receipt and identification of specified major raw materials and against submission of
equivalent BG..
- 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for 3
months beyond guarantee period
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on successful completion of Site Work on submission of E1/E2 Form (wherever applicable).
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
Page 20 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 4
1.1.5 Training
- 100 % on successful completion of Training duly certified by PURCHASER, as per Purchase
Requisition.
1.1.6 Annual Maintenance Contract (AMC):
- 100% payment shall be paid at the end of each half year of the contractual year against quarterly
progressive bills to be submitted by seller duly certified by Site-in-Charge.
1.2 FOR FOREIGN BIDDERS
1.2.1 Supply:
(i) Where the MR is for supply of materials and there is no Vendor Data requirement (VDR)
specified in the MR (Without Site Work):
- 100% against shipping documents through irrevocable Letter of Credit
(ii) Where the MR is for supply of materials and calls for Vendor Data requirement: (Without
site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 90% (95% in cases where drawing approval is not required) against shipping documents through
irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
(iii) Where the MR is for supply of materials and calls for Vendor Data requirement: (With site
work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) at least
in Code-2 & manufacturing schedule through Wire Transfer.
- 80% against shipping documents through irrevocable Letter of Credit .
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(iv) Where the MR is for Packages (with significant Boughtout item) and calls for Vendor Data
Requirement: (Without site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 10% against placement of sub orders for specified major raw materials, against submission of
equivalent bank guarantee through wire transfer.
- 80% against shipping documents through irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
(v) Where the MR is for supply Packages (with significant Boughtout item) and calls for
Vendor Data Requirement: (With site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 21 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 5
Page 22 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 6
NOTES :
(i) Total Order value shall be as indicated in the Purchase Order.
(ii) All bidders are required to submit their acknowledgement of FOA and/or PO.
(iii) PRS, if applicable, shall be deducted from payment milestone subsequent to dispatch of
material. In case of clause no. 1.1.1 (viii), i.e., Fabricated column at site , PRS , if applicable,
shall be deducted from milestone payment of 20%.
(iv) All foreign vendors having service components in their purchase order are required to submit
PAN (Indian I. Tax) and to provide TRC (Tax Residency Certificate) from the Govt. of vendor’s
country in order to claim the benefit of DTAA, wherever applicable.
(v) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the order
value shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be paid alongwith
the payment released against dispatch documents on receipt of Cenvatable (Duplicate Copy of
Excise Invoice)/vattable documents (wherever applicable).
Payment to indigenous SUPPLIERs shall be released through Electronic Clearing System (ECS).
In view of this, necessary details, such as name of bank, bank account no. etc., duly attested by
BIDDER’s bank must be submitted along with the offer.
(vi) Status of bills after submission can be viewed on our website http://www.engineersindia.com.
(vii) Foreign bidders are required to submit contract cum Performance Bank Guarantee within 30
days of FOA/PO.
(viii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in favour of
the supplier in a bank in his country, for an appropriate amount (in line with Payment Terms). L/C
shall be opened within 45 days of receipt of acknowledgement of FOA/PO along with PBG
(wherever applicable). In case confirmed L/C is insisted by supplier, L/C confirmation charges
shall be to supplier’s account.
(ix) Payment to foreign SUPPLIERs against Site Work and Supervision/Training shall be through
wire transfer.
Page 23 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 7
(x) All payments (other than through L/C) shall be released within 30 days of receipt of invoice and
all requisite documents, complete in all respects.
(xi) All bank charges of respective bankers shall be to respective account.
(xii) Seller shall submit Billing Schedule within three weeks after placement of FOA/PO (whichever is
issued earlier). For PURCHASER’s approval (wherever applicable).
(xiii) Sellers requiring multiple despatches will restrict the number of despatches to maximum three,
unless agreed otherwise by Project Manager.
(xiv) All progressive advances to foreign as well as Indian bidders (except the milestone payment
against drawing approval) shall be against equivalent bank guarantees. The progressive
advances shall be paid through wire transfer to foreign bidder.
(xv) Other than the payment terms given above, no other advance payments shall generally be
payable. However, if any Seller insists on advance payments, such advance payment (other
than the payment terms given in RFQ) shall be interest bearing @ SBI PLR + 2% per annum
(simple interest) on reducing balance, up to delivery period and shall be released only against
equivalent Bank Guarantee, which shall be valid up to contractual delivery date plus three
months. Interest shall be adjusted while releasing the payment against despatch documents.
2 TERMS OF DELIVERY
3 TRANSPORTATION
Page 24 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 8
cargo details containing weight, dimensions, no. of packages, no. & type of containers required
& Port of shipment. In case the actual cargo dispatched exceeds the cargo details furnished,
the extra freight incurred by PURCHASER will be to SUPPLIER’s account.The marine freight
quoted should be kept valid for a period one month lesser to delivery period. However, Vendor
shall furnish the shipping details viz. Net/ Gross weight, Volume of consignment, number of
packages with dimensions at least two month before the expiry of validity of Ocean Freight. In
the event of any delay by Vendor, the quoted Ocean Freight charges shall remain valid further
for one month from the date of furnishing the above details. EIL reserves the option to ask the
bidder to arrange shipment at the quoted freight rates.
4 CURRENCY OF QUOTE
The prices shall be asked for AMC, if required as per Material Requisition.
In case of MRs containing supplies as well site work, a single order, covering the supply part as well
site work, shall be placed. Split ordering will not be permitted.
In case, a foreign SUPPLIER requests for a separate order on his Indian sub-SUPPLIER, the same
shall not be accepted. However, payment to Indian sub-SUPPLIER shall be released directly in Indian
Rupees against invoices duly certified by the Foreign SUPPLIER.
For this purpose, the Indian sub-SUPPLIER’s name, material and corresponding price in Indian
Rupees, shall be clearly spelt out in the purchase order on foreign SUPPLIER.. In case a Foreign
supplier sources supplies/ services within India, the applicable terms & conditions shall be modified to
the extent as per Annexure-1 enclosed.
7 GUARANTEE PERIOD
GUARANTEE PERIOD:
For all items having CDD up to Dec 2014 :
18 Months from the date of successful Commissioning or 36 Months from the date of shipment,
whichever is earlier.
For all items having CDD beyond Dec 2014 :
18 Months from the date of successful Commissioning or 30 Months from the date of Shipment,
whichever is earlier.
8.1 PBG shall be required @ 10% of total order value. However, PBG shall not be required for
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 25 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 9
orders upto Rs. Twenty Five (25) Lakhs (equivalent Foreign currency in case of Foreign
SUPPLIERs) in case of Pipes, Fittings, Flanges, Gaskets and Fasteners in Limited enquiries.
For all other cases, PBG shall not be required for Orders upto Rs. Five (5) lakh (equivalent
Foreign currency in case of Foreign SUPPLIERs).
8.2 PURCHASER shall get all bank guarantees verified for authenticity from the regional /
controlling / branch office of the issuing bank before the same are accepted.
8.3 In limited enquiries for purchasing, Indigenous suppliers shall be required to submit the PBG
while claiming the dispatch payment.
8.4 In all other cases, the PBG shall be required to be submitted within four weeks of issue of FOA.
8.5 Performance Bank Guarantees shall be valid till expiry of guarantee period plus 3 (Three)
Months claim period after which the PBG shall be released.
8.6 Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian Scheduled bank
(other than Co-operative Banks) / Indian branches of foreign banks registered with Reserve
Bank of India as a scheduled foreign bank. Bank Guarantee from Foreign banks will only be
accepted if same is counter signed by their Indian branch or by any scheduled Indian bank.
8.7 Bank Guarantee shall have a claim period of 3 (Three) Months after its expiry.
9 INDIAN TAXES/DUTIES
9.1 The prices shall be exclusive of all Indian taxes/duties applicable on finished goods/services
supplied directly to PURCHASER. The excluded taxes/duties shall be payable extra at actuals
against documentary evidence. Where Purchase Order includes supply and site work, Purchase
Order will be divided into supply and service portion separately , no VAT on work contracts is
envisaged, however VAT on work contract on site work portion if applicable shall be included in
the bidder’s quoted price & no statuary variation is payable on the same.
9.2 Entry Tax and Terminal taxes are presently not applicable. If applicable at a later date, same
shall be payable extra at actual on production of necessary Documentary evidence. Road permit
shall be issued to supplier by CPCL for material consigned to CPCL.
9.3 All payments on account of Excise Duty, Service Tax, TNVAT on finished goods shall be
released on receipt of CENVATABLE ( Duplicate Copy of Excise Invoice) /VATTABLE copy of
corresponding invoice and documents valid for availing CENVAT / VAT credit.
9.4 PURCHASER shall be able to avail 100% credit against TNVAT(i.e. VAT on sale of finished
goods). PURCHASER will not issue any concessional form for TNVAT.
TN VAT on sale of goods shall not be loaded for evaluation.
9.5 EIL shall issue concessional form-C for central sales tax.
CST against inter state sale shall be loaded during evaluation at the applicable rates.
9.6 Since Cenvat Credit shall be available against Excise Duty and Service Tax (excluding service
tax on freight) & the same shall not be considered for comparison purpose.
9.7 Indigenous SUPPLIER’s shall issue E1/E2 form on quarterly basis within 60 days after
completion of each quarter based on “C” form no. provided by PURCHASER. PURCHASER will
provide original “C” form in exchange of original E1/E2 form.
Statutory Variations are eligible only on Service Tax, cenvatable excise duty, and VAT amount
for which input tax credit is available to the OWNER under TNVAT Act subject to SUPPLIER
producing documentary evidence for the above . Statutory Variations are eligible on CST also.
Page 26 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 10
Statutory variations on non-cenvatable excise duty and VAT amount for which input tax credit is
not available to the OWNER/PURCHASER under TN VAT Act shall be to SUPPLIER’s account.
9.8 All non-cenvatable /non-vattable taxes/duties shall be considered for evaluation.
9.9 All new taxes/duties/cess/levies notified after the last date of submission of final price bid/price
implication, but within contractual delivery /completion period, shall be to EIL’s account. These
shall be reimbursed against documentary evidence.
However, in case of delay on account of supplier, any new or additional taxes and duties
imposed after contractual delivery shall be to supplier’s account.
9.10 Labour cess, if applicable to supplier at project site shall be reimbursed at actuals upon
submission of documentary evidence for remittance to the statutory authorities.
10.1 OWNER is obtaining an EPCG license for this project. In view of this concessional rate of
Custom Duty shall be applicable to imports from foreign BIDDER’s for the goods directly
consigned to CPCL.
10.2 Indigenous BIDDER’s will be required to quote price considering only merit rate of duty, for their
built in import content, in their bid and evaluation shall be done accordingly. No
PAC/EC/INVALIDATION LETTER shall be issued to Indigenous BIDDER’s.
11 FIRM PRICES
11.1 The prices shall be firm and fixed and not subject to any variation, whatsoever. In case of Cables,
variation in prices shall be admissible as per IEEMA Price Variation Clause.
11.2 For 2 years O&M spares, prices shall be kept valid for a period of 2 years from the date of order
of main equipment along with annual % escalation ( to be indicated by the bidder) for subsequent
two years.
12.1 In case of MRs other than packages, Price Reduction Schedule shall be @1/2% of value of
delayed equipment/ item per week of delay or part thereof subject to a maximum of 5% of total
order value.
12.2 For packages and critical items, with or without site work, the Price Reduction Schedule shall be
@1/2% of total order value per week of delay or part thereof subject to a maximum of 7.5% of
total order value.
12.3 Wherever the supply period and site work are indicated as two separate periods and notice of
site readiness is required for site work, intervening period, if any, shall be excluded, while
calculating the price reduction for delay.
Note: it shall be endeavor to split the period, i.e., a separate period for supply and site work.
12.4 Price reduction shall be effected in the Invoice value before presenting for payment. The
Purchaser reserves the right to cancel the Purchase Order for any delay exceeding the period of
maximum reduction and the Seller shall be liable to all consequences thereof.
Page 27 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 11
13 INSPECTION
General Purchase Conditions including formats for advance bank guarantee and Performance Bank
Guarantee shall be as approved earlier by ED Committee for LSTK Projects with modification based on
these terms and conditions.
Comprehensive Insurance (Transit/Marine cum storage, erection, till handing over of equipment) shall
be arranged by PURCHASER.
16 BASIS OF EVALUATION
Page 28 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 12
and loading shall be done with the same. In case of ordering , bidder shall be asked to absorb
the freight first. In case bidder does not agree to absorb then negotiation shall be done with the
bidder to agree upto maximum of the freight with which loading has been done. If bidder does
not agree with this also, then refloating of MR shall be done.
Page 29 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 13
Price.
(ii) L/C charges @ 1% of FOB price.
(iii) Landing Charges @ 1% of CIF Value i.e S.No. (i).
(iv) Custom clearance, Port Handling and Inland Freight (from Port of Entry (CHENNAI) to
CPCL project site) charges @ 3% of CIF value including L/C Charges, i.e., S. No. (i) plus
(ii).
(v) Landed Cost = S.No. (i) to (iv).
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
- Transit insurance for Indigenous and Foreign BIDDERs, will not be loaded..
16.4 GENERAL
16.4.1 Taxes and duties will be cost loaded as quoted by the bidder. However, if a SUPPLIER states
that taxes/duties are not applicable at present and will be charged as applicable at the time of
delivery then his bid shall be loaded by the maximum rate of taxes/duties applicable at the time
of evaluation of Bids.
16.4.2 In case of pipes, if a foreign BIDDER has not quoted or not included stowage charges, the
same shall be loaded @ 10% of BIDDER’s quoted Ocean Freight.
17 LOADING/REJECTION CRITERIA
Cost loading on account of deviations to commercial terms & conditions shall be calculated on FOT
Despatch Point price/ FOB price as under :
Page 30 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 14
17.2.2 PRICE REDUCTION SCHEDULE ( APPLICABLE AS 1/2% TOV ~ 7.5% TOV FOR
PACKAGES & CRITICAL ITEMS ONLY )
(i) 1/2% of TOV up to maximum of 7.5% of TOV No loading
(ii) 1/2% of TOV to x% of TOV (7.5-x)%
NOTE: TOV – Total Order Value (FOT Despatch Pt. Price); DOV – Delayed Order Value (FOT
Despatch Pt. Price).
Page 31 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 15
17.6 DELIVERY
17.6.1 FOR IDENTIFIED CRITICAL EQUIPMENTS (TO BE IDENTIFIED BY THE PROJECT):
Delivery/Completion period longer than required in enquiry shall be liable for rejection..
17.6.2 FOR BALANCE ITEMS/EQUIPMENTS (OTHER THAN CRITICAL EQUIPMENTS) :
(i) FOR ENQUIRIES WITH DELIVERY/COMPLETION PERIOD UPTO 6 MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @ 1/2% per week up
to a maximum of four (4) weeks. In case, a SUPPLIER quotes delivery longer than four (4)
weeks from required, the bid shall be rejected. One (1) month shall be construed as equal to
four (4) weeks for the purpose of such evaluation.
(ii) FOR ENQUIRIES WITH DELIVERY /COMPLETION PERIOD BEYOND 6 MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @ 1/2% per week
upto a maximum of six (6) weeks. In case, a SUPPLIER quotes delivery longer than six (6)
weeks from required, the bid shall be rejected. One (1) month shall be construed as equal to
four (4) weeks for the purpose of such evaluation.
NOTE: In case under clause no. 2.1, indigenous bidder offers a deviation against the terms of
delivery basis, their bid shall be rejected.
*Wherever source of supply will get changed from indigenous to foreign or foreign to
indigenous, project will provide approval for the same.*
18 INVOICING INSTRUCTIONS
For imported goods, The Invoices shall be billed to CPCL a/c EIL. Consignee on the invoices and bill of
lading issued by the foreign supplier shall be in the name of CPCL, COKER BLOCK OF RESID
UPGRADATION PROJECT, MANALI REFINERY, CHENNAI. For Indigenous Goods, the invoices shall
be billed to EIL a/c CPCL. However, the consignee in the tax invoices shall be CPCL A/C EIL, COKER
BLOCK OF RESID UPGRADATION PROJECT, MANALI REFINERY, CHENNAI to avail input credit of
Excise duty by CPCL.
Page 32 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 1
Annexure I
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. For such sub-supplies / services ,Commercial Terms & Conditions of the RFQ shall stand
modified to the following extent:
1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-
suppliers. Purchaser shall issue ‘C’ form for Concessional rate of Central sales tax.
1.3 Separate and clear break-up of charges for inland transportation excluding Entry Tax & Terminal
Tax. Entry Tax and Terminal Tax, if applicable, shall be reimbursed at actuals by EIL on
submission of documentary evidence.
1.4 Materials if ordered against the RFQ/Bidding Document are required to be dispatched on door
delivery basis through a reliable bank approved Road Transport Company.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the EIL.
2. CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in Indian Rupees only.
3. AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on Foreign
supplier and Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be
issued on the Foreign principal clearly indicating the sub-supplier’s / sub-contractor’s name,
material and corresponding price in Indian Rupees.
4. DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for
Foreign bidder as per Terms of RFQ/Bidding document.
6. PAYMENT TERMS:
6.1 Indian sub-supplies:
90% through E-Payment with taxes and duties will be paid against receipt of Indian sourced
goods/material at project site.
10% against receipt & Acceptance on delivery of main equipments by Foreign principal and
as well as Indian supplies at site as per Terms of bidding document.
Payment of Indian sub supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly certified by Foreign principal.
6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment out of
payment against shipping documents through L/c shall be released after receipt on delivery of
main equipments by Foreign principal as well as Indian supplies at site as per Terms of bidding
document through wire transfer.
6.3 The payments shall be made after Adjustment of Price Reduction Schedule.
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 33 of 442
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 2
Page 34 of 442
Terms and conditions for Reverse Auction
1 Owner / Purchaser reserves the right to go in for reverse auction among the
technically and commercially acceptable bidders. The decision to conduct reverse
auction or not, will be conveyed to short listed bidders prior to opening of price bid.
In view of this, the bidders must quote most competitive prices in the first instance
itself.
2 Once the decision to conduct Reverse Auction is conveyed to the bidders, it will be
mandatory for the bidders to participate in Reverse Auction, failing which, the
bidder shall be liable for punitive action including but not limited to rejection of
offer, encashment of bid security, wherever applicable, etc. For this purpose, even
log‐in to the system shall be construed as participation.
3 Schedule for Reverse Auction
The Reverse Auction shall be scheduled for a duration of two hours. If a bidder
places a Bid in the last 5 minutes of scheduled closing time of the Auction, the
Auction time shall get extended automatically for another 5 minutes from the time
of the last Bid placed. In case, there is no Bid in the last 5 minutes of closing of the
Auction, the Auction shall be closed automatically without any extension.
The above provision shall apply to the bids in extended time also.
4 Auction process
- Each Bidder shall be assigned a Unique User Name & Password. The Bidders are
requested to change the Password and edit the information in the Registration
Page after the receipt of initial Password. All bids using the Login ID given to
the bidder will be deemed to have been submitted by the bidders. During the
auction, bidders will be referred by proxy names as B1, B2, B3, etc. and identity
will not be disclosed.
- The Reverse Auction shall be conducted based on the lowest evaluated price
out of all the techno‐commercially acceptable bidders, based on the prices
submitted along with the bid, as the opening price. The Bidder shall be able to
bid lower than the opening price in multiples of the decrement, but a Bidder
must always bid lower than the Lowest Bid.
- Only one bidder shall be at a particular position / rank, which means only one
L1.
Page 1 of 4
Page 35 of 442
- The Bidder shall be able to view the following on his screen along with the
necessary fields:
i) Opening Price.
ii) Leading Bid in the Auction, i.e., the lowest bid.
iii) Bid placed by him.
At no point of time will any bidder see the names of other bidders, or the
prices of bidders other than the lowest bid.
- A bidder can continue to revise his bid till the auction ends. However, the
Bidder cannot quote / Bid equal to the Leading / Lowest Bid. He must always
quote lower than the Leading / Lowest Bid.
- The evaluation criteria is based on Price alone. The Bidder who quotes the
lowest evaluated Price is determined as the lowest bidder.
- However, if Reverse Auction does not lead to any bid, EIL shall reserve the right
to award the job based on the lowest prices quoted in sealed envelope.
- Apart from the participating bidders, the Reverse Auction shall be visible, while
in progress to authorized officials of Owner / Purchaser, who are monitoring
the process.
5 Bid Price
The price shall be based on the scope, technical specifications and commercial
terms & conditions and other part of Bidding document agreed upto the date of
reverse auction.
The Opening Price and the Bid Decrement shall be displayed on the auction site at
the start of the auction. However, the bidders shall be able to view the auction
details, generally, 15 to 30 minutes before the start of actual auction.
6 Bid Decrement
Shall be 0.1% of the Opening Price. The bidder to lower the bid in multiples of the
bid decrement.
7 Bidding Currency
Bidding will be conducted in Indian Rupees (INR).
Page 2 of 4
Page 36 of 442
8 Bid Validity
The Bid Price submitted in the reverse auction shall be firm and valid for
acceptance for a period of 15 days from the date of reverse auction and shall not be
subject to any change whatsoever.
9 Bids once placed, binding on the Bidder
The bid of the bidder will be taken to be an offer to sell. Bids once submitted by
the bidder cannot be cancelled. The bidder is bound to sell the material/services at
the price that they bid. Should any bidder back out and not accept the order as per
the rates quoted, Owner / Purchaser reserves the right to take action as considered
appropriate, including encashment of bid security and placement on Holiday /
Negative list etc.
10 Lowest bid of a Bidder
During the process of reverse auction, the bidder may submit several bids. In case
the bidder submits such multiple bids, the lowest bid will be considered as the
bidder’s final offer to sell.
11 Submission of final prices by successful bidder
Successful bidder shall be required to submit the final prices, quoted during the
Reverse Auction in an appropriate format within two days of the completion of
Auction to EIL, duly signed and stamped as token of acceptance without any new
condition. However, in case the reverse auction is for a package, within 2 working
days after completion of the online event of Reverse Auction, the successful bidder
would submit their cost break down as per the price format for the final price
arrived at after reverse auction.
12 General
- The bidders may quote from their own offices/ place of their choice. Internet
connectivity shall have to be ensured by each agency on its own. In extreme
case of failure of internet connectivity, (due to unforeseen circumstances other
than power failure), communication shall have to be sent by fax/E‐mail/ phone
immediately. Owner / Purchaser shall extend the bidding time, in such a case,
appropriately (generally by half an hour) but not more than once per bidder.
- The Bidder, himself or any of his representatives, shall not involve in Price
manipulation of any kind directly or indirectly by communicating with other
bidder.
Page 3 of 4
Page 37 of 442
- The Bidder shall not divulge either his Bids or any other exclusive details of
Owner / Purchaser to any other party.
- Bidders agree to non‐disclosure of trade information regarding the purchase,
identity of EIL, bid process, bid technology, bid documentation and bid details.
- Owner / Purchaser can decide to extend, reschedule or cancel any Auction. No
bidder can claim any kind of compensation on account of the same.
- Owner / Purchaser shall not have any liability to Bidders for any interruption or
delay in access to the site irrespective of the cause.
- Owner / Purchaser shall not be responsible for any direct / indirect /
consequential losses / damages, on account of systems problems, inability to
use the system, loss of electronic information etc.
- Owner / Purchaser shall be at liberty to cancel the reverse auction process /
tender at any time, before ordering, without assigning any reason.
- Owner / Purchaser’s decision on award of Contract shall be final and binding on
all the Bidders.
Page 4 of 4
Page 38 of 442
Instructions to Bidders for e-Tendering
Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://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
https://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.
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.
Page 1 of 3
Page 39 of 442
Instructions to Bidders for e-Tendering
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) 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 100 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.
4) 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 Space” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” 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, with
in 7 calendar days of the date of Unpriced bid opening. 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
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.
Page 2 of 3
Page 40 of 442
Instructions to Bidders for e-Tendering
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
1) Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.
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 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 233 7315.
Page 3 of 3
Page 41 of 442
TERMS & CONDITIONS FOR INSTALLATION/SITE WORK
For
RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI
1. The Vender shall perform their jobs in eco-friendly manner and in consonance with the
objectives of CPCL Refinery environment management system.
2. Construction / erection work for several other project facilities at various locations within
refinery site will be progressing concurrently. It will be the responsibility of vendor to seek
approvals from the Purchaser for working within & outside the refinery limits and also of taking
all suitable safety measures as per regulations in force for the safety of existing-refinery.
3. The material shall be collected by the vendor from Purchaser’s stores/Project Site/vendor’s own
stores (as the case may be) and transported to the erection site at Vendor’s cost and risk.
4. All labour (both skilled and unskilled), tools, tackles and consumables, shall be arranged by
Vendor at his own cost.
5. Vendor shall arrange for the necessary transport, accommodation, medical, canteen and other
facilities for their employees/staff at their own cost and abide by all labour laws, safety codes
and statutory regulations and keep Owner/ Purchaser indemnified in respect thereof.
6. Purchaser shall arrange the Marine cover Insurance and Erection. All Risk Cover Insurance for
the project for permanent incorporation of material and services. Vendor shall arrange and pay
for all other insurances as may be required under the law for their employees/
materials/subcontractor(s) and shall also cover against all risk for the materials issued by
Purchaser. Vendor shall be working at Owner’s site along with agencies that will be engaged in
the other activities. For this purpose the third party risk shall also be covered by Vendor.
7. The Vendor is responsible for keeping his work place neat and clean and shall always avoid
scattering of any materials around the work place. The Vendor shall clear the work site of all
debris, materials, tools, tackles etc. immediately upon completion of the job. Any temp.
line/cables etc. laid after due approval of Engineer in-charge of EIL at site for the purpose of
execution of a particular job shall be immediately removed to an agreed location and the site
cleared off all such materials.
8. The Vendor shall not throw out gaskets, used electrode pieces, hand gloves, cotton wastes,
gunny bags, polythene bags etc. into open channel, any drains or pipe line system. These are to
be collected together and deposited in bins/waste collectors earmarked for the purpose of
disposal after consultation with Engineer-in-Charge.
9. Construction power shall be provided by owner.
10. EIL may permit the bidder, reasonably required land, free of any liability to establish a
temporary site office, fabrication yard and storage area at the job site, at the discretion of
Engineer-in-charge. EIL shall not permit any land at site to be used for residential purposes nor
shall otherwise provide or arrange any land for temporary accommodation of the bidder’s
personnel or labour.
The bidder 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 to include the same.
11. All Cranes, handling equipment etc, as required, shall be arranged by Vendor at his cost.
Page 42 of 442
12. As per the applicable Factory Act the Labour License, if required, shall be taken by Vendor
before starting the works.
13. All necessary compliances to various statutory requirements including Factories Act, Labour
Welfare legislations etc. shall be vendor’s responsibility.
14. The Contractor shall adhere to the Health, Safety and Environment (HSE) management system
as per EIL specification no. A133-00-6-82-0001 Rev. 0, CPCL Safety Regulation and OISD Guidelines
192 and OISD Guidelines 207, enclosed.
15. It shall be vendor’s responsibility to comply with all rules and regulations in force at construction
site.
16. Surplus material, if any, after completion of site work, shall not be allowed to be taken out of
the refinery premises.
Page 43 of 442
Page 44 of 442
SPECIFICATION No.
SPECIFICATION FOR A133-00-6-82-0001 Rev. 1
HEALTH, SAFETY & ENVIRONMENT
MANAGEMENT AT DCU,CPCL Page 2 of 101
CHENNAI
TABLE OF CONTENTS
TABLE OF CONTENTS
Attachments
Attachment 1. Legal Obligations / Requirements for Construction
Attachment 2. Safety Assurance Plan
Attachment 3. Site Safety Organisation Chart
Attachment 4. Minutes of Meeting
Attachment 5. Field Safety Observation Report (SOR)
Attachment 6. SOR Summary Sheet
Attachment 7. Safe Plan of Action (SPA)
Attachment 8. General Inspection Report
Attachment 9. Routine Inspection Plan
Attachment 10. Safety Audit Checklist
Attachment 11. Safety Induction Checklist
Attachment 12. Tool Box Format
Attachment 13. Training Matrix
Attachment 14. Training Register
Attachment 15. Safety Update Board
Attachment 16. Weekly Safety Report
Attachment 17. Monthly Safety Report
Attachment 18. Incident and Investigation Report
Attachment 19. Incident Report Chain
Attachment 20. Contents of First-aid box
Attachment 21. IS Code for PPE
Attachment 22. PPE Issue Register
Attachment 23. PPE Stock Register
Attachment 24. DG Checklist
Attachment 25. Excavation Checklist
Attachment 26. Hot Work Activity Checklist
Attachment 27. Welding Set Checklist
Attachment 28. Gas Cutting Set Checklist
Attachment 29. Grinding Machine Checklist
Attachments
Attachment 30. Fire Extinguisher Monthly Inspection
Attachment 31. Scaffolding Checklist
Attachment 32. Slings and Lifting Gear Register
Attachment 33. Wire Rope Sling Checklist
Attachment 34. Synthetic Web Sling Checklist
Attachment 35. Crane Register
Attachment 36. Mobile Crane Daily Inspection
Attachment 37. Monthly Mobile Crane Inspection
Attachment 38. Pre-Lift Checklist
Attachment 39. Construction Vehicle Checklist
0.0 Definitions
Owner : Chennai Petroleum Corporation Limited, Manali Refinery, Chennai
Consultant : Jacobs Engineering India Private Limited
Contractor : Person, Firm or Corporation to whom the work will be awarded by EIL.
LSTK Contractor: Engineers India Limited (EIL)
Shall : Mandatory requirement.
Should : Guideline that is strongly recommended.
May : Guideline that is to be considered.
Supervisor : Contractor’s engineer responsible for specific tasks.
1.0 Purpose
The field HSE specification set forth is the minimum requirements that shall be implemented
during the project execution. The contractors are required to implement these standards and any
additional requirements as per local laws and statutory requirements and best practices in industry
whichever are higher. Owner, consultant and EIL may issue further changing requirements from
time to time as the work progresses to fit changing site conditions, which will be binding on the
contractor.
The owner is fully committed for providing safe and healthy working conditions for all employees
working on the project and our goal is zero incidents in our operation. Safety is an overriding value
that the operation shall be conducted in such a manner that reasonably practicable measures are
taken to protect people not only in our employment but also others who may be affected by our
activities.
We believe that incidents are caused and eliminating the causes of incident can prevent them.
Safety is the responsibility of every employee but line management is ultimately responsible for the
implementation of safety requirements.
Everyone involved must be committed to achieving high standard of HSE Performance with proactive
approach at all levels in the organization with excellent teamwork.
All personnel should share a sense of empowerment on safety matters with an effective
communication system to facilitate the flow of safety information both up and down through the
organization
2.0 Compliances
All activities shall be in compliance with relevant local laws, statutory requirements, codes and
practices pertaining to health & safety of employees
2.2. The Contractors shall not employ minors (persons below the age of 18 years) in any part of the
refinery.
2.3. Contractor shall display notice at the conspicuous place showing the rates of wages of the workers,
hours of work, wage periods, date of payment of wages, names and addresses of the Inspectors.
having jurisdiction and date of payment of unpaid wages, in English, Hindi and in the local language
understood by the majority of workers.
2.4. Contractor’s personnel shall abide by the applicable instructions as may be issued from time to time
to handle any emergency situations, such as explosion, fire, terrorist attacks, major accident, etc. In
the event of such emergencies, the Contractor’s personnel shall stop their work and proceed to a
safe designated place assembly point in the area of their work and inform the Engineer-in-Charge
immediately. If needed, they shall be safely evacuated.
2.5. Contractor’s vehicles, trucks, tractor, cranes and other portable equipments e.g. Air Compressor, DG
Set, Dewatering pumps etc. used inside Refinery premises (where Hydrocarbon is used as fuel) for
execution of the job must be mechanically sound and have an approved spark arrester and have
exhaust complying pollution norms. Idle running of those vehicles and equipments shall be avoided.
2.6. The Owner or the Engineer-in-charge or EIL may at any time require the Contractor to subject any
contract workman, to a medical examination, generally or in relation to specific jobs such as in
canteen, tank cleaning, work at height, etc.
2.7. Contractor shall not carry any work without having supervisor at site. If it is required to work
simultaneously in more than one location under the same contract, one supervisor must be put in
each of the locations. If a supervisor has to leave his site for any reason, he must stop his activities
for that period of time.
2.8. Female employee shall not be allowed to bring their child to workplace inside Refinery premises.
Contractor shall make suitable arrangement in case need, outside Refinery premises at his own cost.
2.9. The Contractor shall not be entitled to any extra or additional payment or other compensation for the
compliance with all applicable safety rules.
2.10. The requirement to comply with all applicable safety rules shall not entitle or justify the Contractor to
demand or claim any time or cost overrun.
2.11. The Contractor shall be solely responsible for any and all liability under the Workmen’s
Compensation Act, and other applicable laws with respect to all those engaged by the Contractor or
any sub-contractor.
2.12. In addition to this specification, contractor shall adhere to Health Safety Environment Procedure
(HSEP) of owner, consultant and EIL.
3.0 Objectives
3.1 General
The contractor shall practice safety leadership, demonstrate visible commitment to the project's
safety policy and strategic objectives, and provide resources to promote a culture that embraces and
accepts absolute safety behavior
• Developing, signing, distributing, and emphasizing the safety policy at the outset of the project.
• Leading and driving the project safety program in order to achieve a world class performance,
together with active participation at all levels with owner and consultant to ensure safe completion
of the project.
• Implementing proactive monitoring system that provides feedback to ensure continuous
improvement in HSE performance.
• Ensure compliance with all applicable laws, statutory requirements, codes of practices and
standards set forth.
• In essence ‘NO SAFETY NO WORK’.
3.2 Targets
The following Safety targets apply to the Project:
4.2 The contractor shall submit copy of safety policy, HSE plan and safety assurance plan to
owner/consultant/ EIL in the standard form for implementation and monitoring of HSE requirements.
5.2 Qualifications of Safety Managers and Safety Engineer/officer shall not be less than as prescribed in
local regulations and the general requirements are described as under.
(a) A person shall not be eligible for appointment as Safety Officer unless he :
(i) Possesses a recognised degree in any branch of engineering or technology and has had practical
experience of working in factory in a supervisory capacity for a period of not less than 2 years; or a recognized
degree in physics or chemistry and has had practical experience of working in a factory in a supervisory
capacity for a period of not less than 5 years; or a recognised diploma in any branch of engineering or
technology and has had practical experience of working in a factory in a supervisory capacity for a period of
not less than 5 years.
(ii) Possesses a degree or diploma in industrial safety recognised by the State Government in addition to
possessing other qualification laid down in the said sub rule.
(iii) had adequate knowledge of the language spoken by majority of the workers in the region in which the
factory where he is to be appointed is situated.
(b) Notwithstanding the provision contained in clause (a), any person who:-
Possesses a recognised degree or diploma in engineering or technology and has had experience of not less
than 5 years in a department of the Central or Union Territory, State Government which deals with the
administration or the Factories Act! 1948; or
Possesses a recognised degree or diploma in engineering or technology and had experience of not less than
5 years, Full time, on training education consultancy, or research in the field of accident prevention in industry
or in any institution, shall also be eligible for appointment as a Safety Officer:
5.3 Contractor shall submit site safety organization chart along with HSE plan.
5.4 Working hours per shift shall not exceed 12 hours per day.
5.5 Contractor shall appoint safety personnel as given below for every work shift:
Safety Observer : At all times minimum one observer for workers not exceeding 100 in numbers.
That means contractors are expected to deploy additional safety observers when
number of workers crosses beyond 100 and thereon.
Safety Supervisor: In addition to above, contractor shall depute one Safety Supervisor for every 250
workers.
Safety Engineer : In addition to above, one safety engineer/ officer for every 1000 workers.
Safety Manager : Minimum of one Safety Manager at all times required to be at site.
401-450
Five
451-500
Up to 1000 Ten Four
Up to 2000 Twenty Eight Two
5.6 In case any of the safety personnel leave the contractor the same shall be intimated to the owner/
Consultant/ EI L. The contractor shall recruit new personnel and fill up the vacancy.
• Contractor skilled workmen like riggers, scaffold erectors, welders, fitters, crane operators etc
should have sufficient past experience and skill on the relevant jobs. The electrician deployed
must have valid wireman License.
• All supervisory staff and workmen shall be capable of following instructions and shall be made
aware of their responsibilities.
• Draw to the attention of management /supervision improvements to health and safety which
appear to be necessary or advisable.
• Immediately report any incident/ near misses to his/her supervisor.
• Demonstrate leadership and commitment to HSE, setting a personal example at all times.
• Legal and contractual requirements affecting Health, Safety and Environmental issues.
• Assist site management in identifying resources required to work safely.
• Monitor the site activities to ensure only safe work methods are practiced at site, Health and
safety requirements are being observed, all welfare and first aid facilities are adequate and
properly maintained.
• Inspect the work site and daily, report and correct unsafe conditions/ acts.
• Ensure all persons have undergone safety induction training before engaging the on the job.
• Check the provision and status of PPE requirements of the site.
• Assist supervisor in preparing Safe Plan of Action (SPA).
• Conducting investigation of all accidents and incidents at site, measures to prevent recurrence of
such incidents.
• Facilitate, conduct and participate safety meetings, trainings, promotional activities at the site.
• Initiate safety awareness and safety promotional activities
• Review overall safety performance, record and analyse accident/ incidents and
• Document and maintain all HSE statistics, reports and records.
• Submit all documents related to HSE to owner, Consultant and E IL regularly.
7.2.1 Weekly meeting in weekdays shall be predetermined with mutual agreement between contractor and
owner/consultant.
7.3.2 Site safety committee meeting shall be conducted at least once in a month. The agenda shall include
• Review of previous minutes
• Review of site safety performance
• Monthly safety statistics
• Contractor’s safety performance
• Challenges ahead
• SOR trend
• Safety inspection & Audit reports
• Issues by owner/ Consultant/ E IL
7.3.3 Contractor/EIL shall send circular to all safety committee members about the date and venue of
monthly safety committee meeting at least seven days prior to the day of meeting.
7.4 The Minutes of the meeting shall be prepared and sent to all members within 1 working day
preferably by mail/fax followed by hardcopy. Safety Committee meeting minutes shall also be
displayed in the notice board for wider publicity to all concerned.
8.12 It is everyone’s responsibility to take immediate corrective action if any unsafe act/ conditions are
observed.
8.13 Contractor’s job supervisor is responsible to close-out the SOR by taking corrective action during
follow-up action.
8.14 SOR shall be submitted to consultant and it shall be summarized periodically for effective tracking, to
analyse the trend and identify frequently occurring unsafe act/ conditions for improved safety
implementation.
Compliance with the procedure on the work method statement and relevancy to current operations
shall be monitored on a daily basis and also shall be discussed on safety meetings.
8.3 Safe Plan of Action (SPA)
8.31 The SPA is the primary tool used at site to identify and plan to mitigate safety hazards. This form
shall be completed by the contractor’s supervisor along with crew before starting a new activity and
kept at the work place for ready reference.
8.33 It is the responsibility of the supervisor to ensure that all resources (equipment, tools, materials etc)
identified through SPA are implemented and all the steps identified to prevent the hazards are
implemented while executing the job.
8.34 It is the responsibility of the job supervisor to communicate the SPA to all workmen involved in that
specific task
8.35 A copy of SPA shall be displayed proximity to the actual works location in Hindi /vernacular language
& English.
All equipments, machineries, tools, slings, lifting gears, lifting appliances involved in site shall be
inspected periodically.
Monthly colour coding program shall be implemented by the contractor and after the periodical
inspection, stickers for the corresponding month shall be pasted. Documents related to the inspection
shall be maintained and submitted to owner/ Consultant/ EI L regularly.
Based on the audit team observation, the evaluator shall allot the score based on the compliance
observed of the requirement and summarise the overall scoring of the audit.
The audit findings along with the recommended corrective actions with target date shall be circulated
to the respective contractors. The contractor should complete the recommended corrective actions
and submit the corrective action report.
The date for the audit shall be agreed by the owner/ Consultant/ E I L and
contractor.
• Contractor must also ensure that specific hazards likely to be experienced on the site are notified
to their workforce together with any precautions to be taken and local rules to be observed.
• Where particularly severe or unusual hazards arise, consultant reserves the right at no additional
cost to request contractor’s employees to attend safety training and instruction sessions, whether
carried out on site or externally.
• Contractor shall provide a dedicated training room for conducting training for their workers.
9.12 The contractor shall conduct a site visit for his new employees in groups of less than 25 to familiarize
the new employees with essential services, their work place, and general site layout.
9.13 It is the responsibility of the contractor to familiarize all new personnel to the project on the actual
location of assembly points, fire alarm points, first-aid center, welfare facilities and other important
locations.
9.14 Contractors are responsible for arranging site safety induction for their workmen and they shall
inform consultant’s safety representative at least one day in advance.
9.15 Induction card duly stamped as “Safety Inducted” and the date of induction by contractor shall be
issued after the completion of Induction.
Contractors and their supervisory staff shall undergo a one-day training programme annually from
owner on Safe Working Practices in the Refinery Premises so as to familiarize themselves with the
safety rules, regulations and practices. Contractor shall be in possession of valid safety training
badge while working in the Refinery premises.
The Contractors shall ensure that their supervisors must undergo Fire & Safety Training &
subsequent Test at Fire Station before starting the job. All contractors must disclose to CLM Cell the
name of supervisors and arrange safety training at Refinery Fire Station, before obtaining a gate
pass. CISF will issue the gate pass meant for supervisor, only after getting the confirmation from Fire
& Safety. It is the duty of supervisor to train his work force in Fire & Safety on regular basis. The
violation of this will be viewed seriously.
Completion of specific hazard training is mandatory before working on such tasks. A list of all trained
persons shall be maintained at site.
The contractor shall prepare the training calendar for safety activities and submit to owner/
Consultant/ EI L on monthly basis.
Contractor shall maintain records of training register and copy shall be submitted to owner/
Consultant/ EI L after completion of training program
11.2 Contractor shall submit Man Power Report on daily basis at least by 10.00 am every day.
11.3 Contractor shall submit Weekly Safety Report every Monday as per the approved format. The data
shall be from Monday to Sunday.
11.4 Contractor shall submit the listed supporting documents along with the weekly safety report.
• Safety Induction
• Tool box Talks
• Safety Observation Report (SOR)
• Safety Observation Summary Sheet
• Safety inspection reports
• Safety Audit Report (if any)
• Safe Plan of Action (SPA) of each activity.
• Method statements
11.5 Contractor shall submit Monthly Safety Report as per the approved format
• Test Certificates for lifting tools and tackles, lifting gear, lifting equipment and appliances.
• Test certificates of air receivers.
• Information relating to hazardous materials used and their MSDS.
• Employer’s liability insurance certificate.
• Copies of all Statutory Registers maintained by the contractor when asked for.
At all work sites, contractor has to display a board containing following information:-
• Name of the Contractor;
• Name of the work; Work Order No.;
• Job site warning instruction;
• Emergency Telephone Number;
• Do's and don'ts on safety and security;
• Working under the Department;
• OWNER site in-charge name;
• Permit No. & Validity period.
12.4 Contractor shall ensure that any incident that occurs is fully investigated to find root cause and
preventive measures are adopted to prevent its reoccurrence. owner/ Consultant/ EI L shall have a
right to conduct independent inquiry of the incident.
12.5 Near misses and minor incidents should also be investigated by the Contractor as soon as possible
as they are signals that there are inadequacies in the safety management system.
12.6 Incident reporting chain and emergency contact numbers shall be displayed at conspicuous locations
at site and contractor offices.
13.1 A detailed site emergency procedure shall be worked out and communicated to all employees at site.
Necessary arrangements shall be made to deal with such emergency situations. An emergency
response team will be formed to tackle such situations.
13.2 The contractor shall ensure that an Emergency Response Plan is prepared to deal with emergencies
such as
• Fire and explosion
• Collapse of lifting appliances and transport equipment
• Collapse of building, sheds or structure etc.
• Gas leakage or spillage of dangerous goods or chemicals
• Excavation collapse
• Fall of person from height
13.4 Contractor shall conduct an onsite emergency mock drill once in every month for all his workers.
Do’s & Don’ts in case of Bomb/Unattended baggage lying secluded places in the Plant.
Sl. Sl.
Do’s Don’ts
No. No.
1. On noticing any bomb or unattended 1. Do not touch the bomb / unattended
baggage, in form CISF Control Room baggage.
by quickest possible means or on 2. Do not lift any attended baggage
Intercom Telephone No. 3685 / 3660
and OWNER Fire Control Room on 3. Do not go very close to the object
101 / 3630 / 3663.
2. Move away from the bomb/unattended 4. Do not create panic.
baggage.
3. Help security personnel in identifying 5. Do not fiddle with wires or battery if
unattended baggage. found attached with any object.
4. Help ladies and injured person during 6. Do not open any unattended
evacuation process from the affected baggage.
area.
5. Move back to your place of work after 7. Do not try to defuse any bomb or
clearance has been given by CISF. explosive material
• Working under influence of alcohol/ narcotics and entering Refinery premises while in the
influence of alcohol/ narcotics is strictly forbidden. The contractor should ensure compliance of
above by him and all his workmen.
• Contractors are prohibited from using Cellular phones within the Refinery premises, except to the
extent permitted by the Owner by special or general order / instruction.
Unsafe Practices: Any unsafe practices or disregard of normal safe working practices by contractor
personnel when pointed out by company personnel shall be immediately corrected.
15.2 The contractor shall not commence the job without the valid permit for the area and for the job.
Clearance shall be obtained from the area-in-charge and shift engineer
15.3 The following is the list of some of the activities, which would require permit, and list may change
depending upon work situation.
• Working at Height
• Excavations
• Lifting Operations
• Hot Work
• Electrical Works (Isolation & Energisation)
• Confined Spaces
• Radiography
• High Pressure test
• Commissioning of equipment
15.4 Before starting any work, contractor shall apply at least one day ahead for fire & safety permit for
excavation, electrical, gas welding and cutting work to Engineer-in-Charge of work/ works who in turn
will arrange for such permits. The contractor shall take all the precautions given in the permit before
starting of the work to the full satisfaction of the Engineer-in-Charge of the sections. On account of
operational problem it is possible that the clearance and permit may get delayed for which the
contractor shall not ask for the idle charges. Fire equipment such as fire extinguishers, fire hoses,
control type nozzles, personal protective equipment, Blow man air apparatus etc required for safety
precautions are to be arranged by contractor himself. However in case of emergency on
authorization from Engineer-in-Charge those items will be issued from the Refinery’s Fire Station on
chargeable basis and shall be returned after completion of the work / works in working conditions, to
the full satisfaction of the Fire & Safety Officer. In case of any damage to the fire & safety equipments
issued or used by the contractor, the contractor shall bear the cost of such damage in full and the
same will be recovered from his bills.
15.5 Safety measures stipulated in the respective Work Permits shall be strictly complied at all times when
within the premises of the Owner.
15.6 Owner/EIL reserves the right to cancel a work permit without assigning reasons. When called
upon to stop the work by the Engineer-in-charge/EIL, the Contractor shall immediately cease to
continue the work. Before re-commencement, fresh work permit must be obtained.
15.7 The Engineer-in-Charge/EIL reserves the right to terminate the contract and forfeit any or all
amounts due to him in case he finds that the precautions written on the permit are not strictly
adhered to by the Contractor.
15.8 Permit to work shall be valid for a shift (8 Hours) only. However, Engineer may extend the permit to a
maximum of another 4 hours if necessary.
15.9 A copy Permit to Work shall be displayed, during its validity, in a conspicuous location in close
proximity to the actual works location to which it applies.
A hot work permit issued by the concerned department or area-in-charge must cover any work
carried out within Refinery. In addition a clearance must be obtained from the concerned
department’s officer or supervisor prior to commencement of any job. A hot permit is required for:
Any work involving open flames, spark such as welding, gas cutting, soldering, grinding, concrete
breaking, use of hurricane lamps and internal combustion driving vehicles / Radiography / Crane
lifting / Vessel entry.
• Sand blasting, Trucks, Jeeps, Cranes, Lifts, Cars or any kind of vehicle driven by an internal
combustion engine or by batteries
• Use of gasoline, diesel or electrical power engines or tools.
• Entry of vehicles inside battery limits of process area within tank dykes and adjacent to pump
houses and loading gantries etc.
While carrying out the hot job, the contractor and his workmen must ensure the following safety
measures and job should be carried with
• Valid hot job permit,
• Availability of tested and proper fire extinguisher at the work places
• Provision of running fire water hose at work place.
16.12 While locating these drinking water facilities due care shall be taken so that these are easily
accessible within a distance of 200m from the place of work for all workers at all location of work
sites.
16.13 All such points shall be legible marked “Drinking Water” in a language understood by a majority of the
workmen employed and shall be situated within six meters of any washing places, urinals or latrines.
16.2 Latrine and urinals (Centralized toilet shall be arranged by EIL at site)
16.21 EIL shall provide sufficient latrine seat and urinal facility in the worksite.
16.22 When women are employed, separate latrine and urinals accommodation shall be provided by EIL.
16.23 Notice shall be displayed outside each block of latrines or urinals a containing therein "For Men
Only" or "For Women Only", where both male and female workers are employed, written in the
language understood by the majority of such workers.
16.3 Canteen
16.31 In every workplace wherein not less than 250 workers are ordinarily employed the contractor shall
provide an adequate canteen.
16.32 The charges for food stuff shall be based on ‘no profit no loss’ basis. The price list of all items shall
be conspicuously displayed in such canteen.
16.33 Building of the canteen shall be situated at the distance not less than fifteen point two meters from
any latrine or urinal or any source of dust, smoke or obnoxious fumes.
16.34 Waste water from canteen shall be carried away in suitable covered drains and shall not be allowed
to accumulate in the surroundings of canteen
16.4 Centralized toilet for male and female shall be provided at site by EIL on behalf of Contractor.
Centralized First Aid centre along with Stretcher and Emergency vehicle shall be provided at
site by EIL on behalf of Contractor.
The contractor shall maintain injury record. A separate first-aid register shall be maintained and it
shall be submitted to owner/ Consultant/ EI L on regular basis.
workers. Every First-aid box is distinctly marked “First-aid” and is equipped with the articles specified
in Attachment
17.2.2 Emergency vehicle shall be arranged by EIL during all working hours for the purpose.
The contractor at periodic interval shall arrange to prevent mosquito breeding by fumigation /
spraying of insecticides.
All PPE provided by the contractor shall confirm to Bureau of Indian Standards (BIS).
Copy of Manufacturer’s test certificates of PPE used shall be submitted to owner/ Consultant/ EI L.
Contractor shall submit PPE issue register and PPE stock record to owner/ Consultant/ EI L on
regular intervals.
19.3 As a minimum, every worker shall wear safety shoes, safety helmet and safety goggles at project
site.
Depending upon the job requirement other PPE shall used.
• Head Protection – Safety Helmet
• Foot Protection - steel toe cap shoes, steel toe cap gumboot
• Eye Protection - Goggles, Helmet mounted face shield
• Hand Protection - Gloves
• Respiratory Protection - Nose mask, Self Contained Breathing Apparatus
• Hearing Protection - Ear plugs, Ear muffs
• Personal Fall Protection - Full body harness with double lanyard, Rope-grab fall arrester, etc
• Body Protection - Full body apron
19.3.1Head Protection
• Safety helmet shall be worn by all persons at all times on project site. It shall consist of
suspension cradle and chin strap.
• All persons on the project site shall wear chin strap at all time.
• Logo of corresponding main contractor shall be affixed on the safety helmet.
• Damaged helmet shall not be used and should be discarded from the site immediately.
19.3.2Foot Protection
All personnel shall wear suitable safety footwear with steel toe cap at all times while on the project
site.
19.3.3Eye/Face Protection
• Contractor shall provide suitable eye/face protectors where there is a potential of injury to the
eyes and face from dust, flying particles, molten metal, chemicals, fumes or vapors, light radiation
or combination of these.
Operation Hazards Eye Protectors
• Contractor shall inspect the goggles used by workmen and shall replace the defective goggles
immediately.
• Eye protection for Helpers exposed to light radiation from welding, gas cutting activity shall be
provided with black shaded welding goggles.
19.3.4Hand Protection
• Contractor shall choose and use suitable gloves for the task.
Protection Level
Hand protector Sharp Activity
Heat Chemical Electricity
objects
Cotton dot type Inspection work, Climbing
Medium Poor Poor Poor
glove Ladders.
Leather & cloth
Good Medium Poor Poor Scaffolding
type glove
Leather riggers Hot work, Rigging, Manual
Good Good Poor Poor
Gloves Handling.
Rubber moulded For use with Chemicals &
Poor Medium Good Good
gloves Acids
Rubber Gloves Poor Poor Poor Good Electrical works
• In addition to above, gloves shall be used by personnel involved in works with possibility of the
risk from abrasion, cutting, tearing, chemical, or other burn, infection.
19.3.5Respiratory Protection
19.3.5.1 Respiratory protective equipment to be used in confined space and activity involving any
chemicals shall be as advised by owner’s Engineer-in-Charge / Fire & Safety Dept.
19.3.5.2 Supplied Air Respirators and Self Contained Breathing Apparatus (SCBA) used for working in
hazardous atmosphere shall be advised by owner’s Engineer-in-Charge / Fire & Safety
Department. The same shall confirm to BIS and shall be approved by owner/ Consultant/ E IL.
19.3.5.3 Contractor shall organise practical demonstration training on the methodology to use SCBA or
Supplied Air Respirators in consultation with owner/ Consultant/ E IL.
dust mask.
• Contractor shall use chemical cartridge respirators while performing outdoor spray painting.
19.3.6Hearing Protection
• Hearing protection shall be worn by personnel involved in works in areas of high noise levels, or
when working with equipment that generate high noise levels.
• Hearing protection can be of an external ‘cup-type’ protector normally “ear muff” which fits over
the outside of the ear, or ‘plug-type’, usually disposable type “ear plugs” made of compressible
foam, which fits inside the ear.
• Disposable ear plugs shall be of one time use and shall be disposed properly.
19.3.8Body Protection
• Full body apron suitable for the task such as hot work, chemical handling shall be used.
• Contractor personnel shall not wear loose clothing while working around moving or rotating
equipment.
20.0 Housekeeping
20.1 Contractor shall maintain very high standard of housekeeping at all times.
• Keep the site neat and tidy. Keep adequate number of skips / waste bins.
• Keep the access clear of all obstructions.
• Remove the nails or bend them down from the wooden scrap and remove them from job site.
• Store the material in an orderly manner.
20.2 The contractor shall on daily basis keep the premises and surrounding area free from accumulation
of waste materials or rubbish caused by activities.
20.3 At the completion of day’s work contractor shall remove these materials to avoid Slip/ Trip hazards
and provide safe areas for movement of all workers and supervisors.
20.4 Empty gas cylinders shall be removed from the site and shall send back to the contractor’s store.
22.5 Contractor should establish regular maintenance program of sweeping and hosing to minimise
accumulation of dirt and dust in such areas.
20.6 If the Contractor does not clear the area after the completion of work, the same shall be got done by
owner /EIL and recoveries shall be made from the bills of the Contractor at double the rate at which
the owner /EIL has got it done.
20.7 On completion of the job the contractor shall remove all his construction material, tools etc. and
remove all temporary constructions and leave the job site thoroughly cleaned up and ready for use. A
job will not be considered completed until all surplus material, scrape and debris / rubbish are
removed from the job site.
20.8 When required contractors should suspend other operations and do housekeeping.
Waste generated at site shall be segregated at source and disposed off in accordance with
environmental control regulations and municipality rules. Consultant shall be informed of procedure
followed by the contractor before disposal.
20.9.1Scrap yard shall be identified and waste shall be disposed temporarily at designated scarp yard.
Scrap yard shall be barricaded and shall be clearly marked as “Scrap Yard” in English and other local
languages.
22.9.2All receptacles shall be constructed of metal or other suitable types of containers of non-flammable
materials. Cardboard, wooden boxes or crates and similar types of containers shall not be used for
the collection of combustible waste.
22.9.3Skips containing combustible waste should be strategically placed to ensure fire does not spread in
the case of combustion within a skip.
22.9.4Contractor shall maintain routine housekeeping inspection record and shall be submitted to
owner/consultant/ EIL.
21.1 Colours of safety signs, dimension and layout shall confirm to IS 9457:2005
• Red : Prohibition signs
• Yellow : Warning signs
• Green : Mandatory action signs
• Blue : Safe condition signs
21.2 Bands
• The band colour for indicating hazard location shall be the combination of Yellow and Black.
• The band colour for indicating prohibition shall be the combination of Red and White.
• The band colour for indicating mandatory action shall be the combination of Blue and White.
• The band colour for indicating safe condition shall be the combination of Green and White.
21.3 Tags
Contractor shall implement tag system for scaffold, LOTO and unsafe equipment.
If the electricity supply is in contractor scope, the contractor shall assess required electrical loads and
shall install required capacity diesel generators for power supply.
The contractor shall submit electrical Single Line Diagram (SLD), schematic diagram and the details
of the equipment for all temporary electrical installation to the owner/consultant/ EIL.
22.3.2Contractor shall inspect DG periodically and the record shall be submitted to owner/consultant/ EIL.
22.5 Cables
• Periodic check shall be carried out for defective cables, cracked or perished insulation, loose
joints in conduits, damaged fuse boxes and switchboards, loose pins, faulty sockets and defective
earth wire.
• Kinking, twisting, binding or crushing of cables shall be avoided all the time. No electrical
equipments shall be left open or unsecured at the end of the day’s work.
• All power distribution cables should be taken overhead with sufficient headroom.
• Cabling passing under the walk way and across way for transport and mobile equipment shall be
laid in ducts at a minimum depth of 0.6 meters.
• All switch boards, extension boards, etc. should be protected from rain and water. No water
logging should be allowed around switchboards.
The contractor shall ensure plugs; sockets and couplers used shall be “splash proof” type. The
minimum degree of Ingress Protection should be of IP44 in accordance with national standards.
Plugs and fittings used shall be of the weatherproof type and they should be colour coded in
accordance with the internationally recognised standards
No loose connections or tapped joints shall be allowed any where in the work site, office area, stores
and other areas. Proper cable connectors as per national standards shall only be used to connect
cables
Plugs shall be used to connect with sockets. Inserting the leads into the sockets shall be strictly
prohibited.
22.7 Lighting
• The contractor shall provide sufficient lighting at site, of the right type and at the right place.
• A far as possible contractor shall provide flood lighting to cover maximum work area.
• The access and storage yard shall be well illuminated.
• Luminaries should be robust and water proof especially at the point of the cable entry.
• Hand held lamps used shall be of 115V and suitably guarded to protect from any mechanical
damage.
• Light fitting for hazardous environment shall be of flame proof type which specifications shall
confirm to national standards.
• Contractor shall use only 24V lamp in to confined space It shall be guarded and of flame proof
type.
• Contractor shall form a LOTO procedure and shall be implemented during any maintenance,
repair, pre-commissioning and commissioning activities.
• The equipment shall be isolated from energy sources before carrying any maintenance work.
• LOTO register shall be maintained and shall be controlled by a designated person.
• Contractor shall be responsible for arranging locks for locking the feeders or panel boards.
• All locks shall be neatly labelled for easy identification and the keys of the locks shall be
maintained by the designated person.
22.10 Earthing
Contractor shall ensure all earthing shall confirm to IS 3043:1987
Body of electrically operated tools, equipments, distribution board, electrical panel etc shall be
grounded properly.
Earth pit shall be clearly marked and earth resistance shall be measured on monthly basis and
register shall be maintained by contractor.
24.0 Excavations
24.1 The contractor shall obtain work permit from owner/consultant/ EIL before starting excavation
24.2 Contractor shall prepare a method statement by considering the following factors
• Nature & type of the soil
• Weather and moisture conditions
• Underground utilities
• Methodology adopted to avoid cave-in
• Depth and width of excavation
• Duration of the excavation job
• Proximity of other structures, services
• Dewatering systems
24.3 Contractor shall stabilise the sides of an excavation by designing the shoring, if the depth is 4 metre
or more and which shall be approved by owner/consultant/ EIL.
24.4 All excavations and trenches depth of 0.60 m or more shall be hard barricaded.
• The hard barricade shall be made of steel pipes of minimum 40 NB.
• The hard barricade shall have hand rail at 1100mm and mid rail at 550 mm and the spacing
between two vertical members should not be more than 1000 mm.
• The hard barricade shall withstand a lateral load of 100 kg.
• The hard barricade shall be provided at least 1.0 meter away from the edge of the excavation.
24.5 Excavations and trenches depth less than 600 mm shall be cordoned off and suitable sign boards
warning tapes posted.
24.6 Access shall be provided by mean of portable ladder or ramp if the depth is more than 1.5m.
24.7 Portable ladders shall be provided at intervals of not more than 15 m, depending on the number of
workmen present.
24.8 All excavated materials shall be deposited minimum 1.5 m away from the edge of the excavation.
24.9 Excavating equipments and vehicle shall be operated 2.0 m away from excavated area.
25.1.1As far as possible D.C. Generator / Rectifiers should be used in preference to A.C. Transformer sets.
25.1.2The contractor shall get welding transformer certified by the owner/consultant/ EIL Electrical Engineer
before start of work and shall obtain a certificate valid for a period of three months renewable after
every three months.
• Grounding from welding return connection shall be done only on work piece. Return connection
shall not be grounded with scaffold member, pipe racks or pipes containing flammable liquid or
gases.
• Used electrode shall be collected and shall be disposed properly.
25.1.5Periodic Inspection shall be carried on the welding transformer and the record shall be submitted to
owner/consultant/ EIL
26.2 The contractors shall provide adequate number of well-maintained fire extinguishers at each work
area.
26.3 Extinguishers should be sited in such a way that it is not necessary to travel more than 15 meters
from the site of the fire to reach the extinguishers. The location of fire extinguishers shall be clearly
marked by sign boards.
26.5 The contractor shall ensure that workmen are trained in the use of fire extinguishers, understands the
basics of fire fighting and train the workmen to become familiar with such Fire Fighting Procedures
26.6 Fire drills should be held at regular intervals to ensure personnel are familiar with the location, of
Assembly Point and response expected of them in case of emergency.
26.7 Smoking on site is strictly prohibited. “No Smoking” signboards shall be displayed at prominent
location including stores/ storage places.
26.8 Care of flammable materials, oily rags, waste etc. shall not be left lying around or allowed to
accumulate. Covered metal skips should be used for disposal of flammable waste.
26.9 If hot work operations are to be carried out, non-flammable screens and blankets shall be used to
confine sparks hot metal or slag. A fire extinguisher should also be readily available.
26.10 Chemicals and other such goods should be stored in stable racks properly labelled. Mutually
reactive chemicals should be kept away from each other. Storage place should have proper
ventilation.
26.11 Fire extinguishers shall be Periodically Inspected and the record shall be submitted to
owner/consultant/ EIL.
• No loose materials shall be kept on working platform and shall be kept on baskets.
• Safety net shall be used for all height works, where ever feasible.
28.1 Scaffolds
• Scaffolding shall be properly designed and erected, with its intended use, where additional,
anticipated loads are to be applied; the structure shall be redesigned and modified accordingly. All
scaffolding material shall be as per relevant IS specification.
• Bamboo and wooden scaffolding is prohibited. Only steel pipe scaffold shall be permitted.
• Return cable of welding machine shall not be connected with scaffolds member.
• Scaffold shall be inspected every week or after any adverse weather condition like rain, cyclone
etc.
• Scaffold inspection record shall be submitted to owner/consultant/ EIL immediately after inspection.
28.1.1Scaffold Erection
• Scaffold shall be erected by competent scaffold erectors under the supervision of competent
supervisor.
• Scaffold shall be erected with a factor of safety not less than 4.
• Survey for all underground utility systems such pipe line shall be identified and possible worst
scenario shall be assessed before erecting the scaffold.
• Scaffold should be vertical and plumb.
• The footing shall be placed on levelled and firm ground capable of carrying indented load without
settling or displacement.
• Base plate shall be provided at a size of 150 mm X 150mm and thickness of not less than 6mm.
• Uses of concrete blocks, barrels, boxes, loose bricks as supports are strictly prohibited.
• The height of the scaffold shall not be more than four times of its minimum base dimension unless
guy ropes, ties or braces are used.
• Scaffold having more than 10 m height shall be secured with fixed structure for stability at every 8
m.
• Vertical member shall be connected with horizontal members using right angle type clamp.
• Only bracing may be connected with vertical member using swivel clamp.
• Landing platform shall be provided at every 9m. Platform shall not be extended beyond 150 mm
from the end.
• Platform shall be made of minimum 2 gratings (at least 46 cm) and fastened properly
• Hand rail shall be provided at a height of 1100mm, mid rail at 600mm and toe board width shall be
150mm.
• Scaffold shall be braced at all four sides.
• Access shall be provided by means of portable ladder and it is the duty of supervisor to provide
safe access. It shall be immediately installed after the completion of second level horizontal or 6
m.
• Ladders shall be extended at least 3 rungs from platform.
• Full body harness with double lanyards fitted with shock absorbers with scaffold type snap hooks
shall be worn by scaffold erectors.
• The completed scaffolding shall be inspected and certified by scaffolding supervisor and engineer
using scaffold.
• After completion of scaffold inspection if safe, green tag shall be displayed near the access
ladder. If scaffold found unsafe, red tag shall be displayed near access ladder.
28.1.2Scaffold Dismantling
• Scaffold shall be dismantled by scaffolders under the supervision of competent supervisor.
• Area shall be cordoned-off before commencement of scaffold dismantling.
• Warning/ notice board shall be displayed as “Scaffold Dismantling under progress” Shall be
displayed in Hindi, English or vernacular languages.
• Dismantling shall be from top to bottom plan wise.
• Bracing shall be removed first and then all horizontal members in one plane.
• After reaching to second last horizontal plane, first bracing of 3 m from ground level plane shall be
installed. Then the horizontal members from second level shall be removed.
• Loose members shall be segregated and shall be collected in boxes and shall be lowered
properly.
• Loose scaffold member shall be lowered down by rope and not by using men chain or throwing.
• While dismantling or erecting scaffold spanner shall be used with proper string in hand to avoid
any fall.
28.1.3Mobile Scaffolds
• Mobile scaffold shall be used on a level and smooth surface only.
• The minimum base dimensions for mobile scaffolds used internally and externally shall be 3.5 and
3.0 times respectively.
• If the tower is exposed to movement or exposed to more than light winds, physical ties shall be
used.
• Mobile tower scaffolds shall have wheels fitted at base with a locking device.
• Mobile scaffold shall not be moved by carrying any workmen or loose materials.
Capability of worker for manual material handling should be considered in before assigning the task.
The contractor shall offer his slings and lifting gears for inspection and approval of
owner/consultant/ EIL before putting it in to the job.
Contractor shall submit manufacturer’s test certificate and test certificates from Govt. approved
certifying authorities for all of his lifting gear and slings.
Lifting gear in use shall be thoroughly examined once at least in every twelve months by a competent
person.
The Safe Working Load (SWL) and manufacturer’s serial numbers shall be clearly marked on the
slings and the lifting gears, either by tagging, stamping, engraving or embossing. These markings on
lifting gears and slings shall be inspected and a register shall be maintained.
If SWL and manufacturer’s serial numbers is not clearly marked, those slings and lifting gears shall
be prohibited to use.
30.5 Hooks
Hooks shall be fitted with safety latch on hook opening so that slings cannot be displaced.
Loads shall be applied only in the part designed to take them, Point load shall be avoided as point
load results in overstressing the hook causing it to break.
0
The hook shall be removed from the service if there is a visible crack and if it is twisted 10 out of
place.
30.6 Shackles
Contractor shall use the correct pin for each shackle. Rebar, mild steel bolts are not acceptable
replacement for shackle pin.
All lifting appliances including all parts and gears thereof, whether fixed or movable shall be
thoroughly tested and examined by a competent person at least once in a year or after it has
undergone any alterations or repairs liable to affect its strength or stability. Within the validity, if the
lifting appliances are shifted to a new site, re-examination by the same competent person for
ensuring its safety shall also be done.
Contractor shall maintain list of lifting appliances, lifting appliances maintenance register and shall be
submitted to owner/consultant/ EIL on regular basis.
The contractor shall not employ any person to drive or operate lifting appliances unless he is above
twenty-one years of age and possesses a valid heavy transport vehicle driving licence as per Motor
Vehicle Act and Rules.
The operator shall possess the knowledge of the inherent risks involved in the operation of lifting
appliances.
The operator shall be is medically examined and the report shall be submitted to owner/consultant/
EIL.
The laminated photocopies of test certificates issued by competent person, the operators’ photo,
manufacturer’s load chart shall be displayed in the operator cabin.
Hooks shall be fitted with safety latch on hook opening so that slings cannot be displaced.
Lifting appliances shall be periodically inspected and reports shall be submitted to owner/consultant/
EIL.
indicators, etc. shall be periodically examined and maintained always in working condition.
• Boom shall be free from bents, cracks, rust, flaking or cracked paint, bulges, greases etc.
• Hydraulic pipes any fittings shall be free from any leak.
• The operator cabin shall have wind shield, wipers etc. The wind shield shall be clean ad free from
cracks.
• Fire extinguisher shall be provided at operator cabin.
• Crane Radius
• Boom Length
• Safe working limits of the crane as per load chart
• Ground and site condition
• Placement of crane
• Swing radius
• Sling angles
• Hand signal and necessary communication to be used.
Contractor shall submit all manufacture’s operator manual, third party test certificate to
owner/consultant/ EIL.
Before beginning any crane operation the supervisor and operator shall complete the pre-lifting
checklist. The same shall be submitted to owner/consultant/ EIL.
The outrigger of the crane shall be fully extended prior to the lift and shall be padded on firm base.
Lifting activity shall not be carried out when wind velocities is 25km/hr or greater or during other
adverse condition.
Sufficient clearance shall be maintained while working near over head power lines
• Up to 250,000 volts at least six meter clearance shall be maintained.
• Above 250,000 volts at least 7.5 meter clearance shall be maintained.
Contractor shall deploy only the riggers having sufficient knowledge, experience and skill.
A ‘trial’ lift shall be carried out, raising the load a short distance above its pick-up point, to check the
stability of the crane, and the efficiency of the brakes.
Crane boom swing radius shall be barricaded and safety sign boards shall be displayed.
Signal man shall be provided with retro-reflective jacket and he is the only authorised person to give
signal to the operator.
No person shall move beneath the load and travel on the load.
adverse condition.
• Suitable anchor points shall be provided in the basket and personnel being lifted shall anchor their
full body safety harness to the anchor points.
• The crane operator shall not leave the cabin after personnel are lifted. In case of emergency, all
personnel shall be lowered to ground and leave the cabin.
33.2 The contractors shall provide a list of vehicles needed to be used at site and formulate a procedure
relating to construction vehicle inspection, operation and maintenance. It must be consistent with the
manufacturer's recommendations and consultant’s requirements.
Contractor's construction vehicles are to be periodically inspected and maintained according to pre-
determined schedule. Records of all inspection and maintenance shall be maintained and submitted
to owner/consultant/ EIL on regular basis.
Vehicle maintenance or repairing work shall not be carried out inside the construction site.
33.3 Operators entering site shall be instructed to follow the safe system of work adopted on site. These
shall be preferably, written instructions showing the relevant site rules, the site layout, delivery areas,
speed limits, etc.
33.4 All vehicle operators shall undergo medical fitness test, audiometric test and vision check test. The
medical certificates of those operators shall be submitted to owner/consultant/ EIL.
All Vehicles shall be fitted with audible reverse alarms and maintained in good working condition.
Reversing shall be done only when there is adequate rear view visibility and under the directions of a
banksman.
All vehicles shall be equipped with wind shields and wipers. Cracked or broken wind shields shall be
replaced.
33.7 At start of each shift operator shall check oil, fuel, water and hydraulic levels, that all gauges are
working and the vehicle is functioning smoothly.
33.8 The maximum speed limit on the construction site is 20-km/ hr. The maximum speed limit in work
areas is 15-km/ hr.
• Personnel must not be transported while standing on the bed of trucks or trailers or on material
handling / earth mounting equipment or they shall not be allowed to sit on doors.
• Material extending from vehicle bed shall be indicated with red flag.
• The latch on the dumper skips shall be in working order and release mechanism shall function
smoothly.
• The operators shall turn-off the engine and remove the ignition key before leaving the vehicle.
• Before moving the vehicle operator shall walk around it to see the area is clear. No one shall be
allowed to sit or lie around or beneath the vehicle.
• Wheel stopper shall be provided to while parked at slopes, place near any excavations etc.
• Only hose clamps designed for compressed air service shall be used. Worm drive (jubilee) clips
are not acceptable.
35.0 Noise
• Noise must be kept to a minimum at all times and must not exceed acceptable and/or any work
activity which is likely to expose any employee on site to a noise level of 85 db(A) or above,
assessments should be carried out. In such circumstances, the contractor must keep stocks of
ear defenders or other suitable hearing protection and issue to the workmen who are exposed to
the higher levels of noise.
• The Contractor shall ensure that noise generated from all powered mechanical equipment shall
be effectively reduced using the most modern techniques available including but not limited to
silencers and mufflers.
• The Contractor shall construct acoustic screens or enclosures around any parts of the works from
which excessive noise may be generated.
• Grinders, Cutters, Jack Hammer (pneumatic drills), Engine driven plant and the like, all give off
levels of noise that is harmful.
• Earplugs and earmuffs are the commonest form of hearing protection to be used.
A person passes through an opening into a confined space and is considered to have occurred as
soon as any part of the entrant's body breaks the plane of an opening into the space is confined
space entry.
The danger may be as a direct result of a process being undertaken by persons in confined space
and the activities such as spray painting, use of cleaning fluids (solvents), hot work, abrasive
blasting, arc air gouging were considered as dangerous activities.
The hazards involved are asphyxiation, fire and explosion, oxygen enrichment or deficiency, dust and
fumes, electrocution, heat exhaustion.
36.2 Preparation
Contractor shall prepare method statement and submit to owner/consultant/ EIL for review at least
seven days prior to the commencement of the activity. Method statement for work in confined space
shall address the following as minimum.
• Work scope and methodology
• Nominated supervisors for obtaining permit to work and overall controller of the work activity.
• Nominated stand by persons
• Tools and equipments to be used
• Explosion proof fittings
• Flame proof lighting arrangement including emergency lighting
• Ventilation arrangement
• Access
• Fire safety and fire extinguisher requirements
• First-aid facilities
• Rescue procedure and availability of equipment/ resource for rescue
36.3 Authorization
Nominated supervisor is a competent construction engineer who has adequate knowledge, skill,
experience and familiarity about working in confined space.
Contractor’s nominated supervisor shall ensure that workmen and other supervisors employed for
work in confined space are trained and competent in performing such task before signing the work
permit.
All entry into confined spaces shall be controlled by means of a permit to work and this shall be
obtained from owner/consultant/ EIL.
No new activity shall be introduced in to a confined space without permission and signed approval of
permit to work from owner/consultant/ EIL.
36.4 Access
Clear and safe access shall be maintained continuously while workers are in confined space.
Ladder shall be of suitable size and length.
Adequate lighting shall be provided at all access and egress points.
36.5 Communication
Effective communication shall be maintained between personnel in confined space and outside by
combination of visual/ voice or portable radio.
36.6 Ventilation
Contractor shall check the oxygen level and confined space entry shall only be permitted if level of
oxygen by volume is in between 19.5 percent to 23.5 percent.
The oxygen level shall be surveyed at regular interval while any task is performed in confined space.
The oxygen level survey details shall be maintained in log register.
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL – All rights reserved
Page 87 of 442
SPECIFICATION No.
SPECIFICATION FOR A133-00-6-82-0001 Rev. 1
HEALTH, SAFETY & ENVIRONMENT
MANAGEMENT AT DCU,CPCL Page 45 of 101
CHENNAI
Exhaust fan or other mechanical means shall be used to bring Lower Explosive Limit (LEL) 0% or
toxic gas below Threshold Limit Value (TLV). Also Self Contained Breathing Apparatus (SCBA) shall
be used if necessary.
Whenever spray painting is carried out in confined space, forced ventilation shall be provided to
avoid any accumulation of flammable vapours.
Stand by person shall be familiar with all possible hazards in confined space and remain outside
confined space entry until relived by another stand by person.
Rescue equipments such as full body safety harness, tripod, lifelines, Self Contained Breathing
Apparatus (SCBA), stretchers, Man basket, crane shall be kept readily available.
37.0 Radiography
• Radiography camera must be operated only by licensed radiographers certified by BARC under
the direct supervision of site-in-charge.
• Contractor shall submit list of competent persons involved in radiography at least seven days prior
to the commencement of the job.
• Contractor shall submit a list of authorised person involved in radiography associated works such
as isolation of sources, radiation survey meter surveyor, area cordon-off crew.
• Field radiography shall be carried out during night time where there is no occupancy around.
• All radioactive sources must be clearly identified with its strength of the source, activity at different
levels. A warning label should be displayed indicating “Danger – Radioactive Material”.
• The area shall be cordoned-off whenever radiography is carried out and the distance to be
cordoned-off is determined by the type and strength of radiation source to be used, the type of
exposure given, nature of occupancy and the total exposure time per week.
• The radiation levels along the cordon should be monitored by suitable and calibrated radiation
survey meter to confirm the cordon-off distance is adequate.
• Everyone involved in field radiography activity shall wear personnel monitoring badges.
• Radiation warning symbols shall be conspicuously posted along the cordon in English, Hindi and
vernacular languages. It shall be readable from a distance of 7 m under normal illumination.
• All safeguards should be implemented to ensure that workmen are not crossing the barricades.
• The boundary of cordon on all sides shall be adequately illuminated throughout the duration of
radiography.
• Red warning lights must be posted at night along boundary of cordon and especially at the point
of entry.
Hand tools used for electrical operations shall be properly insulated and shall be non-conductive
type.
• Screwdrivers used shall correct size of tip to fit the slot of the screw.
• Screw drivers shall not be carried in pockets of clothing.
• Hammers handles shall be made of smooth timber. Hammer head should be secured to wooden
handles with proper wedges.
• Chisels edges shall be kept sharp all the time. The original shape and angle shall be maintained.
• The chisel should be handled by tongs. Holding chisel by hand while chipping shall be avoided.
• Shovel blade shall not be allowed to become blunt, turned, split or jagged.
• Only spanners and adjustable wrenches shall be used. Improvised extension of spanners may
cause shearing of bolt and slip of tool.
• The ordinary wrenches shall not struck by hammer.
• Pipe wrenches should be large enough for the job. It should not be struck with hammer nor, shall
be used as hammer.
• Pliers used for electrical works shall be fitted with insulated handle.
• The hacksaw blade to cut shall be set in hacksaw frame. The teeth shall point forward direction
and sufficient tension should be applied to ensure the blade is maintained rigid.
39.0 Demolition
Prior to the commencement of any demolition work and also during the process of demolition
contractor shall follow the following additional precautionary steps shall be observed.
• All roads and open areas adjacent to the particular site shall either be closed or suitably
controlled.
• All underground / overground power / telephone cables or water / sewerage lines in the vicinity of
the particular site shall be either suitably diverted or made non-functional for the duration of the
demolition activity.
• All practical steps shall be taken to prevent danger to persons employed from risk of fire or
explosion or flooding. No floor, roof or other part of the building shall be overloaded with debris or
materials as to render it unsafe.
Event Penalty
Failure to submit HSE reports/check Lists, etc., by 5th of Rs 1000 /month and Rs 100 / day
every month to EIL/OWNER for further delay
Working without clearance Rs 5000/occasion
Hot work without proper Clearance / permit Rs 10000 / occasion
For not providing shoring / strutting / proper slope and not
keeping the excavated earth at least 1.5M away from the Rs 5000 / occasion
excavated area
41.2 In case the violation / non-compliance of above Safety, Health & Environment rules results in results
in any Physical Injury or Fatal Accident, an additional penalty as given below shall also be imposed
on to the Contractor:
41.3 For any reportable physical injury as per Indian Factories Act - 1948: Additional penalty of 0.5 % of
the contract value subject to a maximum of Rs.2,00,000 (Rs. Two Lakhs Only) per injury in addition
to the penalty of Rs.5000 as per 41.2 above
41.4 For Fatal accident: Additional penalty of 1 % of the contract value subject to a maximum of
Rs.10,00,000 (Rs. Ten Lakhs Only) per fatality in addition to the penalty of Rs.5000 as per 41.2
above.
42.1 In case of fatal accidents: Rs.1.0 lacs (Rs. One Lakhs) within 5 days of accident.
42.2 In case of loss of both the limbs (hand / legs/eyes/ ears) : Rs.50,000/- (Rs. Fifty Thousand ) within 1
week.
42.3 In case of loss of one limb (hand / legs/eyes/ ears) : Rs.25,000/- (Rs. Twenty Five Thousand ) within
1 week.
42.4 In case of any injury not specified above, Rs.1000/- (Rs. One Thousand) to Rs.5000/- (Rs. Five
Thousand) as directed by Engineer-in-charge within 1 week.
2. Safety committee Through meetings at To be formed consisting Owner, Consultant, Contractor / Sub Contractor and Representatives of workers.
predefined interval.
3. Training (Induction and For everyone As per Training Requirement in HSE Manual Entry passes to be issued only
Periodic) after induction
4. Reporting
4.2 Weekly First Aid and Weekly Weekly W Weekly Once a Week R
Illness Reports
4.3 Labour Report with Work Daily Daily Daily Daily Daily R Summary at the end of
hours month
6. Facilities
iii. Medical examination (Pre & Regular Periodic N.A. N.A. Periodic S Once in a Month
Periodic)
Legends: W Witness
Rw Review of Sub-Contractor’s document
R Random verification
S Surveillance
NA Not applicable
EIL
Resident Construction Manager
Safety officer
Safety Manager
Safety Engineer
Safety Observer Safety Observer Safety Observer Safety Observer Safety Observer
Agreed date
Sl. Target
Remarks in Previous Action by
No Date
meeting
P - Positive; AR - At Risk: UA - Unsafe Act; UC - Unsafe Condition; LB - Lack of Belief; LT - Lack of Training; LI - Lack of Interest; LR - Lack of Resource; C - Closed; O-Open
SOR
Direct
Observation Indirect Cause SOR SOR Status Closed
Date Time Observer Location Description Cause Corrective Action
category on
P AR UA UC LB LT LI LR C O
Safety Devices
‰ Caution tape/ Barricading ‰ Sign/Display boards ‰ Fluorescent jackets ‰ Lifeline/Fall Arrestor ‰ Safety net
pipes
‰ Flash back Arrestor ‰ Fire extinguisher ‰ Fire blanket ‰ Warning lights
‰ Others
Contractor shall complete the corrective action and submit the compliance report to EIL/ owner/consultant
Attachment 9
Attachment 9
Page 2 of 6
18 Fully planked working platform with handrails, mid rails & toe- 5
guards with secured access ladder extending 1 m from
19 Fall arrestors, lifelines & safety nets in use wherever 5
necessary?
20 Ensuring everyone anchoring the safety harness when 5
exposed to a fall of 2m and above
E Scaffolds & ladders 40
21 Scaffold designed & erected by trained personnel 5
Page 3 of 6
Project Date Location
Contractor Audit No. Audit Team members:
Page 4 of 6
Page 5 of 6
Page 6 of 6
Project Date Location
Contractor Audit No. Audit Team members:
Note: Contractor shall complete the corrective action and submit the sheet to EIL/Consultant/Owner.
15.0 Fall prevention and protection (Open edges, floor cut outs)
Safety Induction Attendance Register (Required only for two or more attendees)
Date of Induction: Total Number of Attendees: Induction Number:
Emergency Signature/
Gate Pass Blood Experience
Sl.No Full Name Designation Age Contractor Permanent Address Contact Thumb
Number Group in Role
Number impression
Supervisor
Electrician
Strength
Bar binder
Operators
Carpenter
Unskilled
Planned
Scaffold
operato
Grinder
Vehicle
Painter
erector
Sl.No Training Topic
Welder
worker
Rigger
Mason
mover
Crane
Earth
Date
Fitter
1. Safety Induction
2. Personal Protective Equipment
3. Housekeeping
4. Work permit
5. First-aid
6. H2S
7. Mock drill
8. Excavation
9. Manual handling
10. Driving Safety
11. Working at Height
12. Scaffold
13. Hot work
14. Heavy lifting and Rigging
15. Fire prevention and protection
16. Electrical Safety
17. Hand and power tools
18. Confined Space Entry
19. Pre-commissioning Safety
20. Lock-out and Tag-out
Contractor’s Endorsement Date
Contractor Topic
Date Location
Time Conducted by
Signature/ Thumb
Sl.No Name Designation Organisation
Impression
1
10
11
12
13
14
15
16
17
Faculty’s Signature
Date
1.
Fatal
Recordable
Incidents
Medical Aid
Days away from work
Restricted Workday case
First-aid case
Near miss
Property Damage
Environmental Damage
Motor Vehicle Incident
Brief description of the incident during the week (if any):
Safety Metrics
Safety Induction
Tool Box Talks
Safety Training
Positive SOR
Other SOR
Safety Inspection
Safety Audit
Safe Plan of Action (SPA)
Safety Meeting
Remarks: Contractor shall submit supporting documents along with weekly safety report.
UPTO THIS
ITEM CUMULATIVE
PREVIOUS MONTH
1) Average number of Staff & Workmen
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 lacs man-hours worked)
17) Severity Rate (No. of man days lost per 2 lacs man-hours worked)
18) Loss Time Injury Frequency (No. of LTI per 2 lacs man-hours
19) No. of activities for which Job Safety Analysis (JSA) completed
20) No. of incentives/ awards given
21) No. of occasions on which penalty imposed by EIL/ Owner
22) No. of Audits conducted
23) No. of pending NCs in above Audits
24) Compensation cases raised with Insurance
25) Compensation cases resolved and paid to workmen
26) Whether workmen compensation policy taken Yes No
27) Whether workmen compensation policy is valid Yes No
28) Whether workmen registered under ESI Act, as applicable Yes No
Remarks, if any
Date: Prepared by Safety Officer Approved by Site Head / Resident Construction Manager
(Signature and Name) (Signature and Name)
Project: Contractor:
Immediate Supervisor
Consultant’s RCM
(Name and Contact Number to be updated)
Note:
• First witness shall attend the injured person.
• Supervisor shall inform emergency services and also the contractor’s RCM.
• All incidents and near miss incidents shall be reported immediately.
• Detail report shall be submitted within 24 hours irrespective of Sundays and holidays if any.
CONTENTS OF A FIRST-AID
BOX
• A sufficient number of eye wash bottles filled with distilled water or suitable liquid clearly indicated
by a distinctive sign which shall be visible at all times.
• 4 per cent xylocaine eye drops, and boric acid eye drops and soda by carbonate eye drops.
• Twenty-four small sterilised dressings.
• Twelve medium size sterilised dressings.
• Twelve large size sterilised dressing.
• Twelve large size sterilised burn dressings.
• Twelve (fifteen cm) packets of sterilised cotton wool.
• (Two hundred ml) bottle of certimide solution (1 per cent) or suitable antiseptic solution.
• One (two hundred ml) bottle of mercurochrome (2 per cent) solution in water.
• One (one hundred twenty ml) bottle of salvolatile having the doses and mode of administration
indicated on the label.
• One pair of scissors.
• One roll of adhesive plaster (six cm X one metre).
• Two rolls of adhesive plaster (two cms X one metre).
• Twelve pieces of sterilised eye pads in separate sealed packets.
• A bottle containing hundred tablets (each of three hundred twenty-five mg) of aspirin or any
other analgesic.
• Twelve roller bandages ten cms wide.
• Twelve roller bandages five cms wide.
• One tourniquet.
• A supply of suitable splints.
• Three packets of safety pins.
• Kidney tray.
• A snake bite lancet.
• One (thirty ml) bottle containing potassium permanganate crystals.
• One copy of first-aid leaflet issued by the Directorate General.
• Six triangular bandages.
• Two pairs of suitable, sterilised, latex hand gloves.
IS : 1179 - 1967 Equipment for eye and face protection during welding.
IS : 1989 -1986 (Part - I & III) Leather safety boots and shoes.
Project: Contractor
Personal Protective Equipment Issue Register
Project Contractor
Location: DG ID:
Excavation Checklist
Project Contractor
Description of work: Dimension of the pit/ trench:
Sl. Day Mon Tue Wed Thu Fri Sat Sun
ITEMS
No Date
A) Before excavation
1 Excavation permit no -
Underground/ overhead facilities present are:
2
3 Underground cable detection done?
Has the exact location of excavation been
4
marked?
Has the operator possess a valid operating
5
license?
6 Whether SPA Prepared and displayed on site
The area to be excavated and hazards are clearly
7
communicated to the operator & the helper?
B) After excavation
Has adequate sloping maintained to prevent soil
8
collapse?
9 Any adjoining structure nearby?
10 Shoring / Sloping required?
Has the excavated pit hard barricaded (if
11
depth>0 6m) else soft barricaded?
12 Warning signs displayed?
Excavated earth stored 1m away from edge of
13
barrication?
14 Vehicle movement restricted?
Access/ egress ladder placed every 15m interval,
15
based on no of workmen?
16 Dewatering required?
Walkovers/ passageway provided at necessary
17
places?
18 Sufficient illumination inside the pit at all times?
Signature
Remarks: ( 3) good / YES, ( X ) Poor / NO. If No, Please indicate in the comments column.
Date: Comments
Format No.Page
8-00-0001-F1
132 of 442 Rev. 0
Copyright EIL – All rights reserved
SPECIFICATION No.
SPECIFICATION FOR A133-00-6-82-0001 Rev. 1
HEALTH, SAFETY & ENVIRONMENT MANAGEMENT Page 90 of 101
AT DCU,CPCL CHENNAI
Date: Location
Format No.Page
8-00-0001-F1
133 of 442 Rev. 0
Copyright EIL – All rights reserved
SPECIFICATION No.
SPECIFICATION FOR A133-00-6-82-0001 Rev. 1
HEALTH, SAFETY & ENVIRONMENT MANAGEMENT Page 91 of 101
AT DCU,CPCL CHENNAI
Date: Location
3 Guard in place?
4 Double insulated body?
5 Proper size spanner/ key in place?
6 Electrical connection done properly?
7 Is Dead man provided with machine and in working
condition?
8 Handles tightly placed?
B GRINDING WHEEL
1 Appropriate selection of abrasive wheel?
2 Within expiry date?
3 RPM, size and type of the wheel marked?
4 Any cracks/ damps observed in the wheel?
5 Properly stored after use?
Grinding and cutting wheel stored & used
6
accordingly?
C CABLES & CONNECTIONS
1 Cable in proper condition without any damages?
2 Cable with plug tops?
3 Connection used through ELCBS?
Cables routed properly without obstructing the
4
passage ways?
Signature
Project
Contractor:
Inspected by:
Visual Inspection
Sl.NO Date Identification No. Result Location Date of Refill Date of Expiry
OK NOT OK
Comments/Remarks
Crane Register
Project Contractor
Third Party
Capacity Certificate Date into service Remarks
Sl.No Crane Type Manufacturer Model Year Current Owner
Rating (SWL) Reference
Number
Date Time
Contractor Make
Owner Operator
Operator
6 License
Competency Certificate
Signature Signature
Date Date
1.7.7.1
Pre-Lift Checklist
Project: Date:
Contractor
Lift Description:
Yes No
1. Crane Operator minimum qualification requirements?
12. The total lifted weight is below 95% of crane capacity capacity?
17. Crane set up per the lift plan (radius, configuration, etc)?
Signature: Date:
Date Date
OISD-GDN-192
OISD-192
1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2
4.1 General Duties Of Execution Agencies 2
4.2 General Duties Of Owners 3
5.0 Safety Practices At Work Places 3
5.1 General Provisions 3
5.2 Means Of Access And Egress 4
5.3 Housekeeping 4
5.4 Precautions Against The Fall Of Materials And Persons, 4
And Collapse Of Structures
5.5 Prevention Of Unauthorised Entry 4
5.6 Fire Prevention And Fire Fighting 4
5.7 Lighting 5
5.8 Plant, Machinery, Equipment and Hand Tools 5
6.0 Construction Activities 6
6.1 Excavation 6
6.2 Scaffolding, Platforms & Ladders 8
6.3 Structural Work, Laying Of Reinforcement & Concreting 10
6.4 Road Work 13
6.5 Cutting/Welding 13
6.6 Working In Confined Spaces 14
6.7 Proof/Pressure Testing 15
6.8 Working At Heights 16
6.9 Handling And Lifting Equipment 17
6.10 Vehicle Movement 21
6.11 Electrical 22
6.12 Offshore 24
6.13 Demolition 27
6.14 Radiography 28
6.15 Sand/Shot Blasting / Spray Painting 28
6.16 Work above Water 29
7.0 Additional Safety Precaution for Units with Hydrocarbons 29
8.0 First Aid 30
9.0 Documentation 31
10.0 Safety Awareness & Training 31
11.0 References 32
Annexure I 33
OISD-192
OISD-192
OISD-192
OISD-192
Adequate and safe means of access 5.5.1 Construction sites located in built-up
(atleast two, differently located) to areas and alongside vehicular and
and egress from all workplaces pedestrian traffic routes should be
should be provided. Same should be fenced to prevent the entry of
displayed and maintained. unauthorised persons.
5.3 HOUSEKEEPING 5.5.2 Visitors should not be allowed
access to construction sites unless
5.3.1 Ensure: accompanied by or authorised by a
competent person and provided with
i) proper storage of materials and
the appropriate protective
equipment;
equipment.
ii) removal of scrap, inflammable
material, waste and debris at 5.6 FIRE PREVENTION AND FIRE
appropriate intervals. FIGHTING
5.3.2 Removal of loose materials, which
5.6.1 All necessary measures should be
are not required for use, to be
taken by the executing agency and
ensured. Accumulation of these at
owner to:
the site can obstruct means of
access to and egress from i) avoid the risk of fire;
workplaces and passageways. ii) control quickly and efficiently
any outbreak of fire;
5.3.3 Workplaces and passageways, that
iii) bring out a quick and safe
are slippery owing to oil, grease or
evacuation of persons.
other causes, should be cleaned up
iv) Inform unit/fire station control
or strewn with sand, sawdust, ash
room, where construction work
etc.
is carried out within existing
5.4 PRECAUTIONS AGAINST THE operating area.
FALL OF MATERIALS &
5.6.2 Combustible materials such us
PERSONS AND COLLAPSE OF
packing materials, sawdust,
STRUCTURES
greasy/oily waste and scrap wood or
plastics should not be allowed to
5.4.1 Precautions should be taken such as accumulate in workplaces but
the provision of fencing, look-out
should be kept in closed metal
men or barriers to protect any
containers in a safe place.
person against injury by the fall of
materials, or tools or equipment 5.6.3 Places where workers are employed
being raised or lowered. should, if necessary to prevent the
danger of fire, be provided with:
5.4.2 Where necessary to prevent danger,
guys, stays or supports should be i) suitable and sufficient fire-
used or other effective precautions extinguishing equipment, which
should be taken to prevent the should be easily visible and
collapse of structures or parts of accessible;
structures that are being erected, ii) an adequate water supply at
maintained, repaired, dismantled or sufficient pressure meeting the
demolished. requirements of various OISD
standards.
5.4.3 All openings through which workers
are liable to fall should be kept 5.6.4 To guard against danger at places
having combustible material,
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
xxi) The risks of falling, to which workers vii) Ensure barricading and staging for
moving on high or sloping girders supplying and fixing of rods at
are exposed, should be limited by all height.
means of adequate collective viii) For short distance carrying of
protection or, where this is imposs- materials on shoulders, suitable
ible, by the use of a safety harness pads to be provided.
that is well secured to a strong
support. ix) While transporting material by
trucks/trailers, the rods shall not
xxii) Structural steel parts that are to be protrude in front of or by the sides of
erected at a great height should as driver's cabin. In case such
far as practicable be assembled on protrusion cannot be avoided behind
the ground. the deck, then it should not extend
rd
xxiii) When structural steel or 1/3 of deck length or 1.5M which
prefabricated parts are being ever is less and tied with red
erected, a sufficiently extended area flags/lights.
underneath the workplace should be 6.3.4 Concreting
barricaded or guarded
xxiv) Steel trusses that are being erected i) Ensure stability of shuttering work
should be adequately shored, before allowing concreting.
braced or guyed until they are ii) Barricade the concreting area while
permanently secured in position. pouring at height/depths.
xxv) Load-bearing structural member iii) Keep vibrator hoses, pumping
should not be dangerously concrete accessories in healthy
weakened by cutting, holing or other conditions and mechanically locked.
means.
iv) Pipelines in concrete pumping
xxvi) Structural members should not be system shall not be attached to
forced into place by the hoisting temporary structures such as
machine while any worker is in such scaffolds and formwork support as
a position that he could be injured the forces and movements may
by the operation. effect their integrity.
xxvii) Open-web steel joists that are
hoisted singly should be directly
OISD-192
OISD-192
xv) All types of cylinders, whether full or 6.6.1 Following safety practices for
empty, shall be stored at cool, dry working in confined space like
place under shed. towers, columns, tanks and other
vessels should be followed in
xvi) Forced opening of any cylinder
addition to the safety guidelines for
valve should not be attempted.
specific jobs like scaffolding,
xvii) Lighted gas torch shall never be left cutting/welding etc.
unattended.
i) Shut down, isolate, depressurise
xviii) Store acetylene and oxygen
cylinders separately. and purge the vessel as per laid
down procedures.
xix) Store full and empty cylinders
ii) Entry inside the vessel and to carry
separately.
out any job should be done after
xx) Avoid cylinders coming into contact issuance of valid permit only in line
with heat. with the requirement of OISD-STD-
105.
xxi) Cylinders that are heavy or difficult
to carry by hand may be rolled on iii) Ensure proper and accessible
their bottom edge but never means of exit before entry inside a
dragged. confined space.
xxii) If cylinders have to be moved, be iv) The number of persons allowed
sure that the cylinder valves are inside the vessel should be limited
shut off. to avoid overcrowding.
xxiii) Before changing torches, shut off v) When the work is going on in the
the gas at the pressure reducing confined space, there should always
regulators and not by crimping the be one man standby at the nearby
hose. manway.
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
xv) On sides not used for loading and xxii) On each side in which access is
unloading, hoist platforms should be provided, the cage should have a
provided with toe-boards and gate fitted with devices which
enclosures of wire mesh or other ensure that the gate cannot be
suitable material to prevent the fall opened except when the cage is at
of parts of loads. a landing and that the gate must be
closed before the cage can move
xvi) Where necessary to prevent danger away from the landing.
from falling objects, hoist platforms
should be provided with adequate xxiii) Every gate in the enclosure of the
covering. hoist shaft which gives access from
a landing place to the cage should
xvii) Counterweights consisting of an be fitted with devices to ensure that
assemblage of several parts should the gate cannot be opened except
be made of specially constructed when the cage is at that landing
parts rigidly connected together. place, and that the cage cannot be
xviii) Counterweights should run in moved away from that landing place
guides. until the gate is closed.
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type – Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type –
Second Revision.
08. IS : 2361 Specification for Building Grips – First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets – First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 – Part I Safety Code for Scaffolds and Ladders : Part I – Scaffolds.
14. IS : 3696 – Part II Safety Code for Scaffolds and Ladders : Part II – Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.
OISD-192
29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 – Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around
building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places
OISD-192
FOR RESTRICTED
CIRCULATION ONLY
OCTOBER 2002
CONTRACTOR SAFETY
CONTENTS
SECTION DESCRIPTION
1.0 INTRODUCTION
2.0 SCOPE
3.0 DEFINITIONS
4.1 Owner
4.2 Contractor
4.3 Consultant
4.5 Designer
5.5 Training
6.0 REFERENCES
Duties & responsibilities of the contractor viii) To ensure that the plant and
should include the following: equipment used on-site by him / his
employees is correctly registered,
i) To implement safe methods and controlled and maintained in sound
practices, deploy appropriate working condition.
machinery, tools & tackles,
experienced supervisory personnel ix) To ensure availability of First Aid
and skilled work force etc. required for boxes and First Aid trained attendant.
execution.
x) To ensure that all incidents including
ii) To prepare a comprehensive and near misses are reported to all
documented plan for implementation, concerned immediately.
monitoring and reporting of Health,
Safety and Environment (HSE) and In construction projects where sub-
implement the same after its approval. contractors are engaged, the contractor
should set out the responsibilities, duties
and safety measures that are expected of
ii) To ensure that required guards and xiii) To report each incident and/or
protective equipment are provided, injury in accordance with established
used, and properly maintained. procedures and assist in investigation.
iii) To ensure that tools and equipment xiv) To take necessary action for
are properly maintained and tested. correction of any unsafe act /
condition at the workplace. However,
iv) To plan the workload and assign in case the same is outside the limits
workers to jobs in commensuration of authority, it should be reported to
with their qualification, experience and Owner’s Engineer-in-charge
state of health. immediately.
The duties & responsibilities of the The Consultant shall review the documents
contractor worker should include the submitted by the contractor and advise
following: owner on acceptance as well as advise
suitability and number of Contractor's safety
i) To perform work safely as per the job officers / supervisors.
requirement and instructions.
4.4 DESIGNER
ii) To inform all concerned regarding
unsafe conditions/acts. The Process Designer should identify all
hazards and risks likely to be encountered
during fabrication, erection including
5.1 JOB SAFETY ANALYSIS (JSA) Performance review is essential for all type
of contractors. It helps in recording actual
Job safety analysis (JSA) provides a performance/experience with contractors
mechanism by which the contractor, safety while the contract is in progress. It is
officer or supervisor take a detailed look at essential that resources agreed as per the
how an individual task is performed and its contract are reviewed at mobilization stage
inherent hazards and preventive measures. for ensuring compliance from the day one
This procedure helps in integrating accepted and thorough effective supervision /
safety and health principles and practices monitoring system are at place.
into a particular operation. In a JSA, each
step of the job is examined to identify This activity also helps in taking timely action
potential hazards and to determine the in case of unsatisfactory performance to
safest way to do the job. correct the situation and ensure safe work
during execution period and deciding about
A job safety analysis includes five steps as suitability of the contractor for future jobs.
below:
The periodicity of such performance review
• Select a job will depend upon size/type/complexity of
• Break the job down into a sequence of contract. However, the performance should
steps be reviewed at least at mobilisation stage
• Identify the hazards against each of and at the end of the contract.
these steps (based on knowledge of
(a) informed of potential safety and (f) general measures for personal
health hazards to which they may hygiene and health protection;
be exposed to at their workplace;
(g) fire precautions to be taken;
(b) instructed and trained in the
measures available for the (h) action to be taken in case of an
prevention, control and protection emergency;
against those hazards.
(i) requirements of relevant safety
ii) No person should be employed in any and health rules and regulations.
work at a workplace unless that
person has received the necessary Copies of the relevant safety and health
information, instruction and training so rules, regulations and procedures should be
as to be able to do the work available to workers upon the
competently and safely. The commencement of and upon any change of
competent authority should, in employment.
collaboration with employers, promote
training programs to enable all the
workers to read and understand the
information / instructions related to 5.5.1 Training Techniques
safety and health matters.
a) Lectures
iii) The information, instruction and
training should be given in a language This technique should be applied when it is
understood by the worker and written, required to transfer information in local
Oral, visual and participative language to a large contractor workforce
approaches should be used to ensure with controlled content and time.
that the worker has assimilated the
information. b) Case Study
iv) Every worker should receive This is an effective technique based on the
instruction and training regarding the presentation of case of real events by
general safety and health measures Trainer to highlight probable causes like
common to the workplace. This Human Error, ignorance about the job etc.
should include:
c) Videos
(a) general rights and duties of
workers at the workplace; Videos, an effective technique of
communication, should be used to display
(b) means of access and egress the right techniques of performing a task in a
both during normal working and safe manner and hazards associated with a
in an emergency; job.
All accidents regardless of the extent of Primary purpose of this safety committee is
injury or damage should be investigated in to enable owner, contractor and workers to
order to find probable causes, lessons learnt work together to monitor the site safety and
thereof and remedial measures required to health plan so as to prevent accidents and
prevent its recurrence. improve working condition on site. Its size
and membership will depend on the size and
The incident investigation should be done as nature of job.
per provision of clause no. 4.12 of OISD-
GDN-206 on 'Safety Management System' . The safety committee should include
All the recommendations of investigation / representatives of owner, consultant,
Enquiry Report need to be monitored closely contractor identified as safety
for its implementation. A proper record officer/supervisor. It should be headed by
needs to be maintained to ensure Engineer-in-charge.
implementation of all the recommendations
and same should be reviewed from time to The safety committee should have regular
time. and frequent meetings, atleast fortnightly, to
discuss the safety and health program on
5.9 SAFETY COMMITTEE MEETINGS site and to make suggestions for
improvement. The meetings should be
Following three type of safety committee documented with a time bound action plan.
meetings should be held aiming at raising The functions carried out by safety
the level of safety consciousness at the site: committee should include:
6.0 REFERENCES
1) OISD-GDN-206 on “Safety
Management System”
4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision
7 IS: 1989 – Part II Leather Safety Boots and shoes for heavy metal industry
8 IS: 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
– Second Revision
12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision
14 IS: 3696 – Part I Safety Code for Scaffolds and Ladders: Part I – Scaffolds
15 IS: 3696 – Part II Safety Code for Scaffolds and Ladders: Part II – Ladders
17 IS: 4014 – Part I & II Code of Practice for Steel Tubular Scaffolding
18 IS: 4081 Safety Code for Blasting and Related Drilling Operations
21 IS: 4138 Safety Code for working in compressed air – First Revision
23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards – First Revision
25 IS: 5121 Safety code for piling and other deep foundations
26 IS: 5916 Safety Code for Construction involving use of Hot Bituminous
materials
27 IS: 6994 – Part I Specifications for safety gloves: Part I – Leather and Cotton
gloves
32 IS: 7069 Safety Code for Handling and Storage of Building Materials
35 IS: 7969 Safety Code for handling and storage of building materials
41 IS: 10667 Guide for selection of industrial safety equipment for protection
foot and leg
42 IS: 10291 Safety Code for dress divers in civil engineering works
43 IS: 10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects
44 IS: 10386 – Part II Safety Code for Construction, Operation and Maintenance for
46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building
Statutory Regulations
In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.
1.5 Gloves
1.7 Goggles
1.14 Others
2.5 Others
3.18 Others
4.0 PERMITS
4.7 Others
5.21 Others
6.8 Others
7.23 Others
8.17 Others
9.21 Others
10.20 Others
11.5 Others
12.7 Others
13.0 CONCRETING
14.7 Others
15.0 RADIOGRAPHY
15.9 Others
16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?
16.14 Others
17.10 Others
18.11 Others
19.0 GENERAL
19.22 Others
Index
1.1 General
1.1.1 The Contractor’s employees and labour, engaged in the performance of the Work,
shall adhere to safe construction practice and guard against hazardous or unsafe
working conditions and shall comply with the Owner’s Safety Rules as set forth herein.
The safety rules specified herein are in addition to and not in substitution of the
applicable provisions of the Factories Act, 1948, The Contract Labour Act 1970, and
other statutory provisions, which in all cases shall apply.
1.1.2 Contractor’s employees shall abide by the Fire & Safety rules and regulations of the
Refinery since the job is to be done in the operational area. The contractor shall
ensure smooth construction activities/ hot works may be suspended temporarily as per
the instruction of the Engineer-in- Charge / Site Engineer / Fire & Safety Engineers.
Any extra claim for whatsoever reasons for such suspension of the work will not be
entertained.
1.1.3 The Contractor shall not be entitled to any extra or additional payment or other
compensation for the compliance with all applicable safety rules.
1.1.4 The requirement to comply with all applicable safety rules shall not entitle or justify the
Contractor to demand or claim any time or cost overrun.
1.1.5 Contractor shall post a qualified and experienced ‘Safety Manager’ and provide Safety
Engineers / Officers / Supervisors in every shift, to exclusively oversee and ensure
compliance with all applicable safety rules. Contractor shall notify the name of the
safety manager / officer along with their bio-data to the head of F&S department of
owner.
1.1.6 "The contractor/his workmen/supervisor shall fully adhere to the security instructions
issued by Management from time to time.
1.1.7 It shall be the responsibility of the Contractor to keep those engaged in the Work duly
and promptly informed of any patent and latent dangers at the work sites. The
Contractor shall undertake safety talks with his staff and labourers each day before the
commencement of the work and outline dangers on site.
1.1.8 The Contractors shall not employ minors (persons below the age of 18 years) in any
part of the refinery. Also, the women workers shall not be engaged in hazardous
areas. Notwithstanding the requirement under any applicable law, the Owner or the
Engineer-in-charge, may at any time require the Contractor to subject any contract
workman, to a medical examination, generally or in relation to specific jobs such as in
canteen, tank cleaning, work at height, etc.
1.1.9 Female employee shall not be allowed to bring their child to workplace inside Refinery
premises. Contractor shall make suitable arrangement in case need, outside Refinery
premises at his own cost.
1.1.10 The weekly safety report should be submitted in the prescribed format.
1.1.11 For any damage done by the contractor’s employees to the existing facilities of the
Refinery, the contractor shall be solely responsible to make good as per the instruction
of the Engineer-in-Charge / site engineer.
1.1.12 For any overhead work contractor has to arrange necessary safety belt for his
workman at his own cost.
1.1.13 Contractors are prohibited from using Cellular phones within the Refinery premises,
except to the extent permitted by the Owner by special or general order / instruction.
1.1.14 Contractor’s personnel shall abide by the applicable instructions as may be issued
from time to time to handle any emergency situations, such as explosion, fire, terrorist
attacks, major accident, etc. In the event of such emergencies, the Contractor’s
personnel shall stop their work and proceed to a safe designated place assembly point
in the area of their work and inform the Engineer-in-Charge immediately. If needed,
they shall be safely evacuated.
1.1.15 The contractor/his workmen/supervisor shall fully adhere to the security instructions
issued by management from time to time.
1.1.16 The contractor shall ensure that the workmen working with him comply with safety
rules mentioned in the “Safety booklet for Contractor and their employee”. Booklet can
be had free of cost from CPCL’s Fire & Safety Dept.
1.1.17 Contractor personnel shall stop their work and proceed to a safer area in the event an
emergency arises they are working like, in case of fire, oil spillage, power failure, etc.
Before re-commencement of the job they should obtain fresh clearance of supervisor
of area involved.
1.1.18 List of electronic equipments/gadgets brought inside refinery by contractor for official
purpose shall be submitted to the security at Main Gate.
1.2.1 Contractor shall ensure maintenance of first aid facilities for his employees and those
of his sub-contractors. However, if practicable and available, emergency first-aid
treatment may be obtained from Owner’s First Aid Center / Emergency Care Center.
1.2.2 The contractor has to maintain the following at job site : First Aid Box with required
medicines, Safety Register, Injury Record, Records of weekly staff safety meeting,
Record for safety briefing / Training at site by contractor
1.2.3 Contractor shall make his own arrangements for the transportation and treatment of
his employees and those of his sub-contractors suffering injuries. Name and telephone
numbers of those providing such services shall be prominently displayed in
Contractor’s Site Office.
1.2.4 All cases of personal injury sustained by the Contractor’s personnel within the
premises of the Owner shall be promptly reported in writing to the Engineer-in-charge /
Emergency Care Center / Owner’s Safety Department, if occurring during normal
working hours and to the Shift Manager or Emergency Care Center of the Owner if
occurring at other times. The date on which the injured workmen returned back to work
shall be reported to Engineer-in-charge / CLM cell / Owner’s Safety Department
1.2.5 The Contractor shall be solely responsible for any and all liability under the Workmen’s
Compensation Act, and other applicable laws with respect to all those engaged by the
Contractor or any sub-contractor.
1.2.6 All personnel injuries sustained by contractor personnel and damages to vehicle and
property, no matter how slight they are, shall be promptly reported to the concerned
department and safety department during normal working hours and to the Refinery
Shift Manager (RSM), other than normal working hours.
1.2.7 Medical treatment for injured contractor personnel will be entirely the responsibility of
contractors.
1.2.8 Any questions or doubts on the safety regulations enumerated in this booklet or the
generally accepted safety working practices may be clarified with the concerned
department of safety section.
1.3.1 Carrying / Striking of matches, lighters inside the Owner’s premises or smoking within
the refinery, tank farm or dyke limits are strictly prohibited. Owner’s regulatory officials
shall be entitled to forthwith remove, using force if necessary, anyone violating the ‘No
Smoking’ and other fire safety rules.
1.3.2 Any contractor’s employee who is found smoking or in the possession of matchbox or
lighter or any other means of ignition in a prohibited area will be turned out from the
premises of the Refinery. Suitable action as decided by the Management will also be
taken against the contractor/contractor’s employees.
1.4.1 Contractor shall obtain the necessary entry permits for all his labour before
commencing the job and abide by the instructions in this regard.
1.4.2 A hot work permit issued by the concerned department or area-in-charge must cover
any work carried out within Refinery. In addition a clearance must be obtained from the
Any work involving open flames, spark such as welding, gas cutting, soldering,
grinding, concrete breaking, use of hurricane lamps and internal combustion driving
vehicles / Radiography / Crane lifting / Vessel entry.
Sand blasting, Trucks, Jeeps, Cranes, Lifts, Cars or any kind of vehicle driven by an
internal combustion engine or by batteries
Entry of vehicles inside battery limits of process area within tank dykes and adjacent
to pump houses and loading gantries etc.
1.4.3 The contractor shall ensure that all labourers / supervisors engaged by him will carry
identify Card/Photo Pass displayed on their person during working hours at the work
place in/out side Refinery for their easy identification
1.4.4 The contractor shall not commence the job without the valid permit for the area and for
the job. The following are the types of permits / clearances to be obtained by the
contractor as per the requirement of the job: Clearance from the area-in-charge and
shift engineer, Cold work / excavation permit, hot work permit, working at height /
depth permit, working in confined area / vessel entry permit, Electrical isolation &
Energisation permit, any other permits
1.4.5 Before starting any work, contractor shall apply at least one day ahead for fire & safety
permit for excavation, electrical, gas welding and cutting work to Engineer-in-Charge of
work/ works who in turn will arrange for such permits. The contractor shall take all the
precautions given in the permit before starting of the work to the full satisfaction of the
Engineer-in-Charge of the sections. On account of operational problem it is possible
that the clearance and permit may get delayed for which the contractor shall not ask
for the idle charges. Fire equipment such as fire extinguishers, fire hoses, control type
nozzles, personal protective equipment, Blow man air apparatus etc required for safety
precautions are to be arranged by contractor himself. However in case of emergency
on authorization from Engineer-in-Charge those items will be issued from the
Refinery’s Fire Station on chargeable basis and shall be returned after completion of
the work / works in working conditions, to the full satisfaction of the Fire & Safety
Officer. In case of any damage to the fire & safety equipments issued or used by the
contractor, the contractor shall bear the cost of such damage in full and the same will
be recovered from his bills.
1.4.6 Safety measures stipulated in the respective Work Permits shall be strictly complied at
all times when within the premises of the Owner.
1.4.7 Owner reserves the right to cancel a work permit without assigning reasons. When
called upon to stop the work by the Engineer-in-charge, the Contractor shall
immediately cease to continue the work. Before re-commencement, fresh work permit
must be obtained.
1.4.8 The Engineer-in-Charge reserves the right to terminate the contract and forfeit any or
all amounts due to him in case he finds that the precautions written on the permit are
not strictly adhered to by the Contractor.
1.4.9 Open fire such as burning of wood, coal etc. is strictly prohibited inside the battery
area.
1.4.10 While carrying out the hot job, the contractor and his workmen must ensure the
following safety measures and job should not be carried out without these :
1.4.11 All Flammable / combustible materials should either be removed from the work place
or should be properly protected.
a) Entry of personnel into any process area of storage facilities that has been in
service.
b) Entry into hazardous area where chemicals and hazardous materials are either in
use or stored.
1.6.2 Contractor shall ensure the following at the time of entry into the vessels: Stand by
persons, provision of exhaust fan & use of breathing apparatus
shall ensure that their staff/workmen carry with them valid passes/work permits etc for
proper identification inside the battery area.
1.7.2 Contractor shall arrange to apply for and secure valid gate passes for the entry and
exit of his men, materials and equipment, including those of the sub-contractors, from
the concerned authorities of the Owner.
1.7.3 The complete job is to be carried out within the running unit of Refinery. The
Contractor shall take all necessary safety precautions and obtain required certificates/
fire permits / safety/ work permits etc. from the competent authority before carrying out
any hot works during the execution of the entire works covered by this tender. Safety
barricade wherever necessary are to be put up at his own cost.
1.7.4 The Contractor shall make his own arrangements of Gate Pass with photo for his
employees as prescribed and instructed by the Security dept. i.e. CISF, and Contract
Labour Management Cell (CLM) at his own cost, each gate pass has to be endorsed
by the Security Officer of the Refinery before the pass be used by any employee. In
case of termination of the service of any of his employee during the contractual period,
the contractor shall have to surrender the Gate Pass issued to the employees to the
Security Dept. At the end of the project all the gate passes endorsed by the Security
Dept. for use of the contractor’s employees shall have to be returned.
1.7.5 The contractor shall ensure that their workmen/ supervisors shall not move to other
places other than their work premises without proper permission / authorisation.
1.7.6 The contractor shall ensure verification of antecedents of the labourers/ supervisors
from Polices / Sarpanch/ other officials before they are engaged by him. No person
having adverse antecedent shall be employed by the contractor. The contractor shall
be held responsible for all the acts carried out by his workmen.
1.8.2 CPCL will provide fire protection equipment wherever it is required. The concerned
department will instruct contractor personnel the operation of such standby fire
protection equipment who are working on such jobs. In the event of an accidental fire,
it is expected of such personnel to make efforts to extinguish the fire with the standby
equipment made available and the contractor personnel should immediately get in
touch with any CPCL personnel available or, inform (Phone – 101 / 3630 / 3663) or
break the nearest fire alarm points glass. In all cases accidents fires shall be reported
to the Engineer-in-charge of the area concerned.
1.8.3 Contractor or their workmen shall not remove the fire hose / extinguishers from their
locations under any circumstances.
1.8.4 A work permit must be obtained prior to contractor personnel drawing water from the
Refinery firewater loop through Engineer-In-Charge.
1.8.5 All efforts should be made by contractor personnel to prevent occurrence of any
unwanted fire. Gasoline driven engines, trucks, tractors etc. shall not be filled with fuel
while the motor is still running.
1.8.6 Gasoline, naphtha, benzene or toluene must not be used as a cleaning agent or
solvent.
i) Speed Limit: The speed limit of all vehicles within the refinery is limited to 25
KM per hour. All vehicles must be mechanically sound and have an efficient
exhaust, silencer, horn, brakes and filler cap. Approved type of spark arrestor
shall be fitted on exhaust of vehicles. In any case, vehicle drivers should take
cognizance of load, vehicle conditions and adjusts their driving accordingly.
ii) Vehicles driven inside the refinery premises should have effective brakes
horns, lights, fuel cap, mufflers, flame arrestors etc
iii) Vehicle drivers shall always check overhead and side clearance while driving
vehicles inside refinery
iv) Overtaking of vehicle in side refinery is prohibited
v) PARKING: Park vehicles only in approved area. Vehicles must be parked in
such manner that they will not move while unattended. As a general rule,
vehicles should not be parked at road bends; in front of fire equipment sheds
and fire fighting equipment thereby blocking access to them.
vi) Vehicles shall be parked only in designated areas. No vehicle shall be parked
opposite fire hydrants or at the intersection of roads or within 10 meters of
any road corner or in front of the Fire Station.
1.9.2 No vehicles should enter into any operating area without valid fire permit followed by a
safety clearance from the area-in-charge (this includes process areas, tank farms and
loading racks).
1.9.3 Vehicles shall carry only the number of passengers or weight of load it is authorised to
carry as per law. Loads carried in trucks shall be properly secured so that they will not
accidentally fall off while vehicle is in motion.
1.9.4 Any kind of repair work on Contractor's vehicle is not allowed inside the Battery area.
1.9.5 The contractors shall prominently display the name of their company on all the
vehicles including tractor trolleys, trucks, open jeeps, cranes which are allowed by the
Engineer-in-charge to enter inside the Refinery for carrying out the job. The display
board shall be put on front and rear side of each of the vehicle.
1.9.6 Hand cart, tractor-trolley etc should also bear the name of the contractor clearly.
1.9.7 Only open type of vehicles like jeep etc are allowed inside the Refinery having fitted
with approved spark arrestor
1.9.8 Vehicles such as tractors, cranes or forklifts shall not be used to transport people.
1.9.9 Contractor’s vehicles, trucks, tractor, cranes and other portable equipments e.g. Air
Compressor, DG Set, Dewatering pumps etc. used inside Refinery premises (where
Hydrocarbon is used as fuel) for execution of the job must be mechanically sound and
have an approved spark arrester and have exhaust complying pollution norms. Idle
running of those vehicles and equipments shall be avoided.
1.9.10 Photocopy of the vehicle gate pass along with the driver’s photo shall be pasted on the
windscreen for display. Driver shall keep valid driving license along with him
1.9.11 No Contractor’s material should be spread or stacked on any of the roads, unless it is
in the performance of the Work.
1.9.12 The Work shall, as far as is practicable, be carried out by the Contractor so as not to
interfere with the normal activities of the Owner and the normal use of all facilities in
the Owner’s premises.
1.10.1 Contractor shall erect and maintain suitable barricades to guard or protect :
a) Excavations, demolitions
b) Hoisting areas
1.10.2 Contractor’s employees and those of its Sub-contractors shall become acquainted with
Owner’s barricading practice and shall respect the provisions thereof.
1.10.3 Barricades and hazardous areas situated in passages, pathways, or roads and in
areas adjacent thereto shall be conspicuously indicated including by red flasher
lanterns at night.
1.11.1 Suitable scaffolding should be provided for workmen for all works that cannot safely be
done from the ground or from solid construction except such short period work as can
be done safely from ladders. When a ladder is used, an extra mazdoor shall be
engaged for holding the ladder and if the ladder is used for carrying materials as well,
suitable footholds and handholds shall be given in inclination not steeper than 1 in 4 (1
horizontal and 4 vertical).
1.11.2 While working at height, at more than 2 mtrs. from floor level, following safety
precautions has to be followed:
(i) Contractor has to obtain the permit for working at height duly approved by
competent authority
(ii) Proper type of scaffolding / platform /ladder should be made to facilitate the
job at height. Minimum 2 nos. of ladders should be provided at opposite
sides.
(iii) Use of bamboo scaffolding is strictly prohibited inside the Battery area. Only
steel scaffolding shall be used for work inside the Refinery. The steel
scaffolding material and it's erection shall be done as per relevant IS
specification
(iv) The contractor shall ensure the use of safety belts by the person who is
working at heights. Safety belt to be used should be of good quality (IS
marked) and shall be hooked up with firm support.
(v) Full body safety belt, horizontal & vertical fall arrestor are to be used
(vii) Before starting the job, scaffolding shall be inspected by competent person
and a record of the same shall be kept at site.
1.11.3 All scaffolding material used shall be as per relevant IS specifications and tested
periodically as per statutory requirements.
1.11.4 Scaffolding or staging more than 12 meters above the ground or floor, swing or
suspended from an overhead support or erected with stationery support shall have a
guard rail properly attached, bolted, braced and otherwise guarded at least 1 meter
above the floor or platform of such scaffolding or staging and extending along the
entire length of the outside and ends thereof with only such openings as may be
necessary for the delivery of materials. Such scaffolding or staging shall be so
fastened as to prevent from swaying from the building or structure.
1.11.5 Working platform, gangways and stairways should be so constructed that they should
not sag unduly or unequally and if the height of the platform or the gangway or the
stairway is more than 12 meters above ground level or floor level, they should be
closely guarded, should have adequate width and should be suitably fastened as
described in clause 1.11.4 above.
1.11.6 Any opening in the floor of a building or in working platform be provided with suitable
means to prevent the fall of persons or materials by providing suitable grills, fencing or
railing having a minimum height of 1 meter.
1.11.7 Safe means of access shall be provided to all working platforms and other working
places. Every ladder shall be securely fixed. No portable single ladder shall be over
900 cms. in length, while the width between the side rails in rung ladder shall in no
case be less than 30 cms. for ladder upto and including 300 cms. in length. For longer
ladders, this width should be increased at least 6 mm for each additional foot of length.
Uniform step spacing shall not exceed 30 cms. Adequate precautions shall be taken to
prevent danger from electrical equipment. No materials on any of the sites of work
shall be so stacked or placed as to cause danger or inconvenience to any person or
public. Contractor shall also provide all necessary fencing and lights to protect the
workers and staff from accidents, and shall be bound to bear the expenses of defense
of every suit, action or other proceedings, as law that may be brought by any person
for injury sustained owing to the neglect of the above precautions and to pay any
damages and costs which may be awarded in any such suit or action or proceedings
to any such persons or which may be with the consent of the Contractor be paid to
compromise any claim by any such person.
1.11.8 Scaffolding must be inspected and certified fit by the Contractor’s Safety Manager
weekly or more frequently in the event of adverse weather. Such inspections shall be
recorded.
1.12.1 All trenches 1.2 meters or more in depth, shall at all times be supplied with at least one
ladder for each span of 30 meters length.
1.12.2 Ladder shall be extended from bottom of the trench to at least 100 cms. above the
surface of the ground. The site of the trenches which are 152 cms. or more in depth
shall be stepped back to give suitable slope or securely held by timber bracing, so as
to avoid the danger of sides to collapse. The excavated material shall not be placed
within 152 cms. of the edge of the trench or half of the trench depth whichever is more.
Cutting shall be done from top to bottom. Under no circumstances undermining or
under cutting be done.
1.12.3 All the areas where the existing grading is disturbed in the course of work by the
contractor, shall be made good by him to the full satisfaction of the Engineer-in-
Charge.
1.12.4 This job must be executed only after obtaining a valid excavation permit for the
particular area where the excavation is required to be done. The permit shall be
considered valid only when it is signed by the authorized person of CPCL in addition to
other signatories like F&S officer, Civil Engineer, the electrical section and supervising
Engineer-in-Charge of the particular area where the excavation is to be carried out
1.12.5 If any excavation job is being done at the depth, then following precaution needs to be
taken up.
Contractor has to obtain the permit "Working at Depth" duly authorised by competent
authorities.
Excavation shall be done with adequate slop instead of vertical to avoid collapse of
wall.
Minimum person shall be kept inside the pit. All idle workers should be removed from
there.
Heavy machinery like crane etc. should not be used near the pit.
1.12.6 This job must be covered by an excavation permit, which must be signed by the
concerned authorities as mentioned in the permit. In addition to excavation work
permit, specific work permit shall be required to be obtained depending upon the
nature of work. The company reserves the right to cancel a permit without assigning
any reasons. When called upon to stop the work by any personnel of the company,
contractor shall immediately cease to continue the work. Before re-commencement, a
fresh permit must be obtained.
1.13 Demolition:
1.13.1 Immediately prior to the commencement of any demolition work and also during the
process of demolition the following additional precautionary steps shall be observed.
(i) All roads and open areas adjacent to the particular site shall either be closed
or suitably controlled.
(iii) All practical steps shall be taken to prevent danger to persons employed from
risk of fire or explosion or flooding. No floor, roof or other part of the building
shall be overloaded with debris or materials as to render it unsafe.
1.14.2 For the safe conduct of certain job, the supervisor of the area concerned will stipulate
personnel protective equipment. Contractors shall provide such equipment to their
personnel. However, in certain cases, personnel protective equipment maintained by
the Refinery will be made available for this purpose. Such equipment shall be returned
to the authorities in working condition to the full satisfaction of fire & safety officer. In
case any damage, to the Fire Protective equipment i.e. Fire hoses, safety helmets,
nozzles, fire extinguishers etc., the contractor shall bear the cost of such damage in
full as decided by the Fire & Safety dept. and will be recovered from his bill. Personnel
working in the process area and those engaged in any type of work shall wear
helmets, safety shoes. When working at height they shall use full body safety belt.
They should use, proper goggles when engaged in working or gas cutting, Mask and
suit while vend entries, valve pits, confined spaces.
1.14.3 Workers engaged in mixing asphalt materials, cement and lime mortar shall wear
protective foot ware (Gumboot) and protective gloves.
1.14.4 Contractor shall arrange all Non-Respiratory Type of Personal Protective Equipment
(PPE) (e.g. Safety Goggles, Welding Helmets, Belts etc.) at their own cost and shall
ensure use of these PPE by their workmen/ personnel during execution of the job as
per Fire & Safety Rules and Regulations of the Refinery and as directed by the Site
Engineer-in-Charge. Fire & Safety Dept. may be contacted for any clarification on
Safety Regulations.
1.14.5 Workers engaged in white washing and mixing or stacking of cement bags or any
materials which are injurious to eyes shall be provided with protective goggles / dust
masks.
1.14.6 Those engaged in welding and cutting works, shall be provided with protective face
and eye-shields, hand gloves, apron etc.
1.14.7 Stonebreakers shall be provided with protective goggles, hand gloves, safety shoe and
protective clothing.
1.14.8 When workers are required to work in sewers and manholes, which are in use, the
Contractor shall ensure that the manhole covers are opened, ventilated, gas tested for
hydro carbon / toxic gas / oxygen and obtain vessel entry permit and the manholes so
opened shall be cordoned off with suitable railing and provided with warning signals or
boards to prevent accidents. Respiratory protective equipment shall be used as
advised by Engineer-in-Charge / Fire & Safety Dept.
1.14.9 Special precautions and personal protection shall be taken as per Refinery Safety
Regulation during the following jobs:
(i) Handling of Hazardous Chemicals, gases and Materials etc. (e.g. Hydrogen
Sulphide, Carbon Monoxide, Acids, Chlorine, Ammonia, Pyrophoric Iron etc.);
1.14.10 Contractor personnel shall not wear loose clothing while working around moving or
rotating machinery and equipment, and must wear helmets and safety shoes while
working in Refinery area.
1.14.11 Any questions or doubts on the safety regulations enumerated in this tender or the
generally accepted safety working practices may be clarified with the concerned
department of safety section.
(i) On noticing any bomb/ unattended baggage or object lying in the plant area,
they should immediately inform the CISF control room on Telephone No.3685
& 3660 and CPCL Fire Control Room No. 3630 & 3663.
(ii) They should not touch the object or try to open the baggage or fiddle with the
wires or battery if found attached to the object.
(iii) They should move away to a safety distance of approximate 300 mtrs.
without creating any panic.
(v) They should not move to the area unless clearance is given by security
personnel.
Do’s & Don’ts in case of Bomb/Unattended baggages lying secluded places in the
Plant.
Sl. Sl.
Do’s Don’t’s
No. No.
1. On noticing any bomb or 1. Do not touch the bomb /
unattended baggage, in form CISF unattended baggage.
Control Room by quickest possible
means or on Intercom Telephone 2. Do not lift any attended baggage
No. 3685 / 3660 and CPCL Fire
Control Room on 101 / 3630 /
3663. 3. Do not go very close to the object
1.16.1 If there is risk of drowning or such like danger at or near the work site, adequate safety
equipment shall be positioned at such site(s) in ready-to-use condition. Steps
necessary for prompt rescue of any person in danger shall be taken.
1.16.2 When work is required to be performed in areas where H2S / CO gas is likely to be
present, the Contractor should ensure with the Permit Issuing Authority on the total
gas free atmosphere. Care should be exercised when work in a contaminated area up-
to the Threshold Limit Value (TLV) is undertaken, by wearing a Self Contained
Breathing Apparatus (SCBA) or using a Blow Man Apparatus. Such work should not
be performed by a single worker and should always be done under close supervision.
1.17.1 All hoisting machines and tackles including their attachments, anchorage and supports
shall be as per relevant IS specifications, standards and tested / inspected periodically
by the concerned competent authorities. Necessary records / certificates etc., in this
regard shall be maintained as per statutory requirements.
1.17.2 If hoists, cranes, derrick, mixer machine, pumps etc. are used by the contractor, the
following are to be ensured by the contractor and his workmen:-
1.17.3 These shall be of good mechanical construction, sound materials, and adequate
strength and free from patent defect and shall be kept in good repair and in good
working order.
1.17.5 Every crane driver or hoisting appliance operator shall be properly qualified. No
person under the age of 21 years shall be in charge of any hoisting machine
including any scaffolding winch or for giving signals to the operator.
1.17.6 In case of every hoisting machine and of every chain ring hook, shackle swivel and
pulley block used in hoisting or lowering or as means of suspension, the safe
working load shall be ascertained by appropriate means. Every hoisting machine and
all gear referred to above shall be prominently marked to show the safe working
load. In case of a hoisting machine having a variable safe working load, each safe
working load and the respective conditions under which it is applicable shall be
clearly indicated. No part of any machine or any gear shall be loaded beyond the
safe working load except for the purpose of testing.
1.17.7 In respect of machines made available by the Owner, the safe working load shall be
notified by the Engineer-in-charge. As regards Contractor’s machines, the contractor
shall notify the safe working load of the machine to the Engineer-in-charge,
whenever he brings any machinery to site of work and cause it to be verified by the
Engineer-in-charge.
1.17.8 Hoisting appliances should be provided with such means as will reduce to the
minimum, any risk of accidental descent of the load.
1.17.9 Adequate precautions should be taken to avoid the risk of any part of a suspended
load becoming accidentally displaced.
1.18.1 The Contractor shall deploy a competent Engineer / Electrician to attend to electrical
matters. All temporary power supply boards shall conform to IE Regulations.
1.18.2 Contractor or his nominated subcontractor should have valid electrical contractor’s
license for working in State. Contractor shall furnish a copy of the same to Engineer-
in-Charge before commencement of any work pertaining to Electrical System. In any
case, no work shall be permitted to be executed at site without a valid Electrical
Contractors License, and the decision of the Engineer-in-charge in this regard shall
be final and binding and no claim / compensation whatsoever shall entertained on
this account.
1.18.3 Motors, Gearing, Transmission, Electric wiring and other dangerous parts of hoisting
appliances should be provided with efficient safeguards.
1.18.4 The contractor should ensure that the portable electrical equipment like grinding
machine, drilling machine etc. is in healthy condition. The contractor should take all
precautionary safety action, as providing of earth leakage circuit breakers for their
portable electric machines, also double insulated portable equipment may be used.
1.18.5 All portable electrical apparatus shall be regularly examined, tested and maintained
to ensure the apparatus and leads are in good order. Temporary jointing of extension
wire, power cables etc. is not allowed.
1.18.6 Ensure that all portable appliances are provided with 3 pin plug and socket
connections and that the metal body of the apparatus is effectively earthed. All loose
wiring such as flexible cables for portable lamps, tools & trailing cables and other
portable and transportable apparatus, shall be tested regularly at frequent intervals
to ensure safety. All temporary board shall have ELCB of 30 ma sensitivity for
personnel safety and double earthed / double insulated hand tools.
1.18.7 When workers are employed on electrical installations, which are already energised,
insulating mats, wearing apparel, such as tested rubber gloves, sleeves and boots as
may be necessary, shall be provided. The workers should not wear any metallic
rings, watches, keys or other materials, which are conductors of electricity.
1.18.8 While working on electrical system, the contractor and his workmen shall ensure that
the following safety measures are in place:-
• Proper & valid Electrical line clearance is obtained for the equipment;
• The cables are properly insulated and are without any temporary joint;
• All Flammable / combustible materials should either be removed from the work
place or should be properly protected;
• Suitable Earth leakage Circuit Breaker (ELCB) is provided for incoming and all
outgoing feeders;
• Pipe sleeves are provided for road crossings of temporary cables laid by the
contractor for his work;
• The power connection should not be overloaded and suitable overload protection
should be provided;
• The tools used by the contractor personnel should be properly insulated and in
good condition;
• The grinding machine & other power tools should have proper guard.
permit to start the work. Electrical personnel will check the norms and should sign
the register/permit. Keep the register/permit at the site. Times to time the equipment
are to be checked by contractor’s authorized electrical supervision and necessary
entry shall be made in the register. If any kind of norms are found violated, the work
of those equipment to be stopped till the equipment is either rectified or replaced, the
norms are as below:
i) Contractor should use approved quality earth leakage circuit breakers (ELCB)
on their portable distribution board for all type of electrical equipment used
including welding sets etc.
ii) Also use ELCB on their main distribution board for each feeders. Contractor
should ensure the healthiness of their Electrical Portable Apparatus by
competent electrical supervisors. Contractor shall provide proper earthing for
their distribution board.
iii) Contractor should engage Licensed electrical supervisors for certifying their
equipment and ensuring safety of their connection.
1.18.10 The work area shall always be kept accessible for switching off power supply in case
of emergency. Before leaving the work place, the Contractor shall ensure power
supply is switched off properly. For this purpose a record shall be maintained of the
last person leaving the concerned work site on all days of activity.
1.18.11 No dry battery or accumulator type of electric hand lamp or torch which is not of the
flame proof safety type shall be taken inside the Refinery.
1.19.1 All scaffolds, ladders and other safety devices mentioned or described herein shall
be maintained in safe conditions and no scaffold, ladder or equipment shall be
altered or removed while it is in use. Adequate washing facilities should be provided
at or near places of work.
1.20.1 The Contractor shall display a ‘Safety Policy’ at a prominent place at his site office
and each work spot.
1.20.2 The safety provisions covered herein should be brought to the notice of all
concerned by display on a notice board at a prominent place at the work spot(s).
1.20.3 At all work sites, contractor has to display a board containing following information:-
• Safety Register;
• Injury record;
1.21.1 Gambling, fooling on the work, horseplay, mock fighting or fighting is strictly
forbidden in the Refinery premises Project area.
1.21.2 Horseplay:
a) Fooling on the job, mock fighting or fighting within the Refinery premises will
not be tolerated.
d) Contractor personnel shall not pick up quarrel or get into arguments with
Refinery personnel or act in any misunderstanding, such problems should be
referred to appropriate Refinery personnel.
1.21.3 Working under influence of alcohol/ narcotics and entering Refinery premises while
in the influence of alcohol/ narcotics is strictly forbidden. The contractor should
ensure compliance of above by him and all his workmen.
1.21.4 Unsafe Practices: Any unsafe practices or disregard of normal safe working
practices by contractor personnel when pointed out by company personnel shall be
immediately corrected.
1.22 Housekeeping:
1.22.1 The contractor personnel must practice good housekeeping at all times while within
the plant. During and after completion of the work, they are to ensure that their work
area is kept clean and tidy. Materials and equipment should be stored in a safe and
orderly manner so that they will not block exit to roads, building, arises, passage and
approach to fire fighting equipment such as fire hydrants, fire hose and fire
extinguishers or area where emergency safety showers, electrical switch panels and
switch panels and switch rooms are located.
1.22.5 A job will not be considered completed until all surplus material, scrape and debris /
rubbish are removed from the job site.
1.22.6 In case the Contractor does not clear the area within 5 days of completion of work ,
the same shall be got done by CPCL and recoveries shall be made from the bills of
the Contractor at double the rate at which the CPCL has got it done.
1.22.7 Any failure by the contractor in maintaining good housekeeping / clearing the site as
above shall be recorded in the performance report of the contractor.
1.23.1 To ensure effective enforcement of the rules and regulations relating to safety
precautions, the arrangements made by the Contractor shall be open to inspection
by the Engineer-in-Charge or Safety Engineer of the Owner or their representatives.
1.23.2 Contractors and their supervisory staff shall undergo a one-day training programme
annually by CPCL on Safe Working Practices in the Refinery Premises so as to
familiarize themselves with the safety rules, regulations and practices. Contractor
shall be in possession of valid safety training badge while working in the Refinery
premises.
1.23.3 The Contractors shall ensure that their supervisors must undergo Fire & Safety
Training & subsequent Test at Fire Station before starting the job. All contractors
must disclose to CLM Cell the name of supervisors and arrange safety training at
Refinery Fire Station, before obtaining a gate pass. CISF will issue the gate pass
meant for supervisor, only after getting the confirmation from Fire & Safety. It is the
duty of supervisor to train his work force in Fire & Safety on regular basis. The
violation of this will be viewed seriously.
1.23.4 Under no condition shall any contractor personnel tamper with or use any property
belonging to the refinery without obtaining prior sanction from the supervisor of area
concerned.
1.24 Radiography:
1.24.1 The radiography agency employed by the contractor shall be duly approved by
BARC.
1.24.2 Specific approval from the Engr.-in-charge for the radiography agency shall be
obtained by the Contractor prior to any radiography work.
1.24.3 The contractor shall ensure the following safety precautions for the work to be done
by the radiography agency:-
(i) The radiography work shall be carried out under the supervision & guidelines
of their site in-charge duly approved by BARC.
(ii) As far as possible, field radiography should be done only during night time
when there is little or no occupancy around.
(iii) Field radiography during day time may be permitted with due permission of
EIC when the occupancy around is minimum i.e. during lunch interval or on
holidays.
(iv) A suitable area around the radiography job should necessarily be cordoned
off, so that the radiation level outside the area does not exceed the
permissible radiation level. The radiation level along the cordon should be
monitored by suitable & calibrated survey meter.
(v) Radiation warning symbol during daytime & red warning light during the night
to be prominently displayed while carrying the radiography work.
(vi) The concerned radiographer shall remain physically present outside the
cordoned area during exposure.
1.25.1 Before erecting temporary shelters like sheds anywhere within the Refinery
premises, written permission of the Engineer-in-charge be obtained.
1.25.2 Temporary fixtures like sheds, tents, etc. shall be erected in conforming with normal
safety standards. Thatched roof to such fixtures will not be permitted.
1.25.3 Temporary piping, hose connections and electrical wiring must be laid in such
manner that they do not cause tripping or hitting hazard
1.25.4 Temporary sheds can be constructed only for the storing of the material / site office.
It should not be used for any other purpose.
1.25.5 However, for all jobs having value more than Rs. One crore, no temporary sheds
shall be allowed for office / stores of the contractor and instead the contractor shall
arrange for portal cabin for site office / stores.
1.25.6 Following information shall be clearly written on the shed:- Name of the contractor;
Work Order No.; Working under the Department; Name of the Engineer-in-charge;
Permit No. & it's validity period.
1.25.7 The shed shall be made of safe construction material and good aesthetic view. The
shed shall be made strictly at the authorised location and size.
1.25.9 Company has the right to open or break the door at any time to inspect the shed.
1.25.10 After completion of the job shed must be demolished within 10 days and area must
be cleaned.
1.25.11 All precautions should be taken to ensure that any temporary electric’s wiring used
within the Refinery will not cause sparks or shock
1.26.1 Compressed gas cylinders should be used in upright position. They must be firmly
located on the ground or to a sturdy stand and the cylinder should be chained to
prevent accidental fall.
1.26.3 Cylinders shall be stacked properly. Empty cylinders shall be stacked separately and
filled cylinders separately. After completion of job, all cylinders must be removed.
2. 1.4.1 The contractor shall not commence the job without the valid
permit for the area and for the job. The following are the types
of permits / clearances to be obtained by the contractor as per
the requirement of the job:
i. Clearance from the Area Incharge and Shift
1.4.4 Engineer;
ii. Cold work;
iii. Hot work permit / excavation permit;
iv. Working at height / depth permit;
v. Working in confined area / Vessel entry permit;
vi. Electrical isolation & Energisation permit;
vii. Any other permits.
3. 1.14 The contractor shall ensure that he and all his workmen shall
use the following (minimum) personal protective equipment:
i. Helmet - while working in the Refinery or any other
hard hit area;
ii. Safety Belt - Working above 2.00 m height;
iii. Eye shields / goggles & Face protecting equipment
while welding / grinding etc;
iv. Hearing Aid - while working in noisy area;
v. Hand gloves and aprons - as per job requirement;
vi. Any other as required
7. 1.4.10 While carrying out the hot job, the contractor and his workmen
must ensure the following safety measures and job should not
be carried out without these:
i. Valid hot job permit;
ii. Availability of Tested and proper Fire Extinguisher
at the work places;
9. 1.17 If hoists, cranes, derrick, mixer machine, pumps etc. are used
by the contractor, the following are to be ensured by the
contractor and his workmen :
10. 1.22 The contractor shall maintain good house keeping at his area
of work and must ensure the following:
i. Passage, walkway and working area should be free
from any blockage are maintained neat and clean;
ii. Debris, scrap etc is removed daily and put to a
proper place;
iii. The temporary structure are removed after
completion of job.
11. 1.9 A. The contractor's vehicles like jeep, cars, trucks and
tractors should maintain the prescribed speed limits and
should not over speed.
B. Obstacles for fire fighting and blockage of road etc.
The contractor has to follow all Safety, Health and Environment rules & regulations of
the Refinery. In case of non-compliance of any of these rules and regulations by
contractor or his employees, the contractor shall be held responsible. If any violation or
non-fulfillment of these Safety, Health and Environment rules and regulation is
observed by Refinery authorities during checking at any time, a penalty of Rs. 5000.00
( Rs. Five Thousand Only ) shall be imposed on the contractor for each occasion of
non-compliance to these rules and regulations by him or his employees. The decision
of Refinery authorities shall be final and binding on to the contractor in this regard. The
amount of penalties so imposed shall be recovered from the next R.A. Bill of the work
or any other dues payable to the contractor by Refinery
Event Penalty
Absence of Resident / safety Engineer of Rs 1000 per meeting
Contractor in CPCL’s safety meeting
Failure to have regular site safety Inspection (by Rs 1000 / week
contractors themselves) every week
Failure to conduct Health / Safety / Environment Rs 1000/month
(HSE) meetings by Contractor at site (in-house)
and maintain records
Failure to submit HSE reports/check Lists, etc., by Rs 1000 /month and Rs 100 /
5th of every month to CPCL day for further delay
1.28.1 In case the violation / non-compliance of above Safety, Health & Environment rules
results in results in any Physical Injury or Fatal Accident, an additional penalty as given
below shall also be imposed on to the Contractor:
1.28.2 For any reportable physical injury as per Indian Factories Act - 1948: Additional
penalty of 0.5 % of the contract value subject to a maximum of Rs.2,00,000 (Rs. Two
Lakhs Only) per injury in addition to the penalty of Rs.5000 as per cl.No.1.28.1 above
1.28.3 For Fatal accident: Additional penalty of 1 % of the contract value subject to a
maximum of Rs.10,00,000 (Rs. Ten Lakhs Only) per fatality in addition to the penalty
of Rs.5000 as per cl.No.1.28.1 above.
1.29.1 In case of fatal accidents: Rs.1.0 lacs (Rs. One Lakhs) within 5 days of accident.
1.29.2 In case of loss of both the limbs (hand / legs/eyes/ ears) : Rs.50,000/- (Rs. Fifty
Thousand ) within 1 week.
1.29.3 In case of loss of one limb (hand / legs/eyes/ ears) : Rs.25,000/- (Rs. Twenty Five
Thousand ) within 1 week.
1.29.4 In case of any injury not specified above, Rs.1000/- (Rs. One Thousand) to Rs.5000/-
(Rs. Five Thousand )as directed by Engineer-in-charge within 1 week.
1.30.1 Contractor has to adhere and respond to the on-site emergency plan and coordinate
with the site main controller of Refinery
1.30.2 Contractor personnel shall stop their work and proceed to a safe area in the event an
emergency arises in the area where they are working like, in case of fire, oil spillage,
power failure etc. Before re-commencement of the job they should obtain clearance of
supervisor of area involved.
1.30.3 In view of the hazards associated with Hydrocarbon processing, on site emergency
plan has been prepared in the event of major accident occurring on site. The plan
envisages handling emergency situation, which shall be communicated through siren,
based on nature of emergency as mentioned below.
1.30.4 In case of major emergency, it is the responsibility of the contractor to head count his
personnel and take them out with the help of concerned Refinery Co-ordinator.
Contractor must confirm the safe evacuation of his personnel to Refinery Co-ordinator.
In case of any missing person, it must be brought into the notice of Refinery authorities
immediately.
Type of
Siren
Emergency
Minor Fire No Siren
Major Fire Wailing type siren for two minutes. Sirens will be sounded for
30 seconds with an interval of 15 seconds in between
Disaster Same type of siren as in the case of Major Fire except that it
will be sounded three times at the interval of two minutes.
All clear Sounding of fire sirens continuously for two minutes
1.31.1 Contractor shall inculcate environmental awareness among their workmen/ personnel
and strive for enhancement of systems and skills for minimizing the environmental
impact out of their activities/ services.
1.31.2 Contractor shall avoid wastage of water, compressed Air and Steam supplied to them
from owner’s source of supply for execution of the job and close the supply valves
properly while not in a use.
1.31.3 Contractor shall ensure that while carrying out Modification/ Repair/ Replacement jobs
of any equipment of pipeline, the spillage of Hydrocarbon Oily sludge etc. are cleaned
and routed to nearby OWS, at regular interval as well as after completion of jobs.
Contractor must ensure that the spillage of hydro-carbon oily sludge etc. are not
drained in Storm water channel or open channel.
1.31.4 Before attending any blinding/ de-blinding jobs, all tools, tackles and spares shall be
kept ready at site in order to minimise Hydrocarbon spillage.
1.31.5 Contractor shall clear and level the job-site and remove all metallic and nonmetallic
surplus materials, scrap and other waste materials generated out of his job, from time
to time as well as after completion of job to a specific location as per Engineer-in-
charge.
1.31.6 Contractor shall ensure to avoid idle running of all electrical equipments e.g. welding
machines etc. used for execution of the job.
The Contractor shall prior to start of work submit his Health, Safety and Environment
Manual or procedure and HSE Plans for approval by CPCL. The Contractor shall
participate in the pre-start meeting with CPCL to finalise HSE plans including the
following:
Arrange workmen compensation insurance, registration under ESI Act, third party
liability insurance etc, as applicable.
• Arrange all HSE permits before start of activities (as applicable) like hot work,
confined space, work at heights, storage of chemical / explosive materials and its
use and implement all precautions mentioned therein.
• Submit timely the completed checklist on HSE activities, Monthly HSE report,
accident report and investigation reports etc as per CPCL requirements.
Compliance of instructions on HSE shall be done by Contractor and informed
urgently to CPCL.
• Display at site office and work locations caution boards, list of hospitals,
emergency services available.
DATE : ___________________________
PROJECT : __________________________
CONTRACTOR : __________________________
DATE : ___________________________
OWNER : ___________________________
INSPECTION BY : ___________________________
________________________________
Signature of Site-in-charge
Report : ______________
Date : ______________
CONTRACTOR : ____________________________________
SUB-CONTRACTOR : M/S.
LOCATION : -----------------------------------------------------------------
_________________________________________________________________________
CAUSE OF ACCIDENT
_________________________________________________________________________
CONTRACTOR : __________________________________________
________________________________________________________________________
DATE:
SIGNATURE OF CONTRACTOR WITH SEAL
A133-01-GPC (Ind.)-R0
Page 259 of 442 Page 1 of 7
PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)
“Contractual Delivery Date”: Contractual Delivery The terms and conditions of the Purchase Order shall
Date is the date on which goods shall be delivered constitute the entire Agreement between the parties
F.O.T dispatching point/destination in accordance with hereto. Changes will be binding only if the amendments
the terms of the Purchase Order. The contractual are made in writing and signed by an authorized
delivery date/period is inclusive of all the lead time for representative of the Purchaser.
engineering, procurement of raw materials,
manufacturing, inspection, testing packing and any 6. INSPECTION-CHECKING-TESTING:
other activities whatsoever required to be accomplished
for effecting the delivery at the agreed delivery point. The equipment, materials and workmanship covered by
the Purchase Order are subject to inspection and
“Procurement co-coordinators /Managers”: testing at any time prior to shipment and/or despatch
Purchaser’s authorized representative appointed as and to final inspection within a reasonable time after
procurement co-ordinators/ manager. arrival at the place of delivery. Inspectors shall have the
right to carry out the inspection and testing which will
“INSPECTORS”: Inspectors Inspectors deputed / include the raw materials at manufacturer’s shop, at
authorized by Purchaser including Third Party fabricator’s shop and at the time of actual despatch
Inspection Agency. before and after completion of packing.
CLIENT: client means Chennai Petroleum Corporation All tests, mechanical and others as specified in the
Limited. Purchase Requisition and particularly those required by
codes will be performed at Seller’s expenses and in
PROJECT: Resid Upgradation Project- Coker Block accordance with Inspector’s instructions. The Seller will
at Manali Refinery of Chennai Petroleum Corporation also bear the expenses concerning preparation and
Limited. rendering of tests required by Boiler Inspectorate or
such other statutory testing agencies or by Lloyds
PROJECT MANAGEMENT CONSULTANT” or Register of Shipping and Industrial Services as may be
“PMC” or “CONSULTANT” shall mean any person(s) required.
nominated by the OWNER as the Project
Management Consultant for the Project. The words The salaries and fees of Inspectors and their travelling,
“PROJECT MANAGEMENT CONSULTANT”, “PMC”& lodging and boarding expenses will not be borne by the
“CONSULTANT” are synonymous. M/s Jacobs Seller unless inspection becomes anfractuous due to
Engineering India Private Limited is the PMC for this any omission or commission on the part of the Seller.
Project. Before shipping or despatch, the equipment and/or
materials will have to be checked and stamped by
2. REFERENCE FOR DOCUMENTATION: Inspectors who are authorized also to forbid the use
A133-01-GPC (Ind.)-R0
Page 260 of 442 Page 2 of 7
and despatch of any equipment and/or materials which Inspectors to maintain Schedule and delay, if any, in
during tests and inspection fail to comply with the this process will not be taken into consideration as a
specification, codes and testing requirements. cause of Force Majeure.
- Inform Procurement Coordinator/Managers at The first filling of oils and lubricants, if any, required for
least eight days in advance of the exact place, every equipment shall be supplied inline with MR. The
date and time of rendering the equipment or Seller shall also recommend the quality / quantity of oils
materials for required inspection. and lubricants required for one-year continuous
operation.
- Provide free access as required to Inspectors
during normal and / or extended working hours 9. SPARE PARTS:
to Seller’s or his/its sub-Supplier’s works and
place at their disposal all useful means of The Seller must furnish item wise and priced list of
performing, checking, marking, testing, spare parts required for two years normal operation and
inspection and final stamping. maintenance of the equipment and prime movers also.
Even if the Inspections and tests are fully carried out, The Seller shall provide the necessary cross - sectional
Seller would not be absolved to any degree from his drawing to identify the spare parts numbers and their
responsibilities to ensure that all equipment and location as well as an inter-changeability chart.
material supplied comply strictly with requirements as
per agreement both during manufacturing, at the time of 10. TRANSIT RISK INSURANCE:
delivery, inspection, on arrival at site and after its
erection or start-up and guarantee period as stipulated The Purchaser against its/ Client’s Open General Policy
in Clause 23 herein. (The name of the Insurance Co. will be conveyed
subsequently) shall cover transit Risk Insurance. The
The Seller’s responsibility will not be lessened to any Seller shall advise the dispatch particulars to the
degree due to any comments made by Procurement Insurance Company under advice to the Procurement
Coordinators/Managers and Inspectors on the Seller’s Coordinators / Managers before shipment.
drawings or specifications or by inspectors witnessing
any chemical or physical tests. In any case, the 11. RESPECT FOR DELIVERY DATES:
equipment must be in strict accordance with the
Purchase Order and/or its attachments failing which the Time of delivery as mentioned in the Purchase Order
Purchaser shall have the right to reject the goods and shall be the essence of the agreement and no variation
hold the Seller liable for non-performance of contract. shall be permitted except with prior authorization in
writing from the Purchaser. Goods should be delivered
7. OFFICIAL INSTITUTIONAL TESTING: securely packed and in good order and condition at the
place and within the time specified in the Purchase
In addition to testing and inspection by Inspectors Order for their delivery. The Purchaser reserves the
mentioned above, Lloyds register Industrial services or right to defer the period of delivery in writing.
similar institutional agencies like Boiler-Inspectorate
may be assigned for official testing of all coded 12. DELAYED DELIVERY:
equipment. The Seller shall ensure that all Procedures
for preparation and Performance of test prescribed by The time and date of delivery of materials / equipment
such institution shall be complied scrupulously. as stipulated in the Order shall be deemed to be the
essence of the contract. In case of delay in execution
The Seller is required to send to such institutions as of the order beyond the date of delivery stipulated in the
may be designed by the Purchaser at least three sets of order or any extensions sanctioned, the Purchaser may
fabricated / manufactured drawings for each equipment at his option either:
and calculations. All manufacturer’s mill test certificates
and analytical reports from material laboratories in (i) Accept delayed delivery at prices reduced by as per
respect of all raw material and components employed Price Reduction Schedule Clause of RFQ.
shall have to be presented to such Institution’s
Inspectors in the number of copies required. Seller (ii) Cancel the order in part or full and purchase such
shall be responsible for any delay in submission of cancelled quantities from elsewhere on account and at
necessary certificates. The Seller shall maintain close risk and cost of the Seller, without prejudice to its right
liaison with Procurement Co-ordinators and Institution’s under (i) above in respect to goods delivered.
A133-01-GPC (Ind.)-R0
Page 261 of 442 Page 3 of 7
13. DELAYS DUE TO FORCE MAJEURE: The transfer of property shall be deemed to have taken
place as follows subject to the provisions herein
In the event of causes of Force Majeure occurring within contained:
the agreed delivery terms, the delivery dates can be
15.1 F.O.T. despatch point: On handing over the
extended by the Purchaser on receipt of application
equipment to the carrier against receipt and
from the Seller without imposition of penalty. Only
such receipt having been passed over to the
those causes which depend on natural calamities, wars
Purchaser.
and national strikes which have duration of more than
seven consecutive calendar days and Government Acts 15.2 Equipment sent freight/ carriage paid to the
and other direct legislative enforcement are considered
Refinery site: On receipt of goods at site.
the causes of Force Majeure.
15.3 Equipment erected by the Seller; on
The Seller must advise the Purchaser by a registered acceptance at job site.
letter duly certified by a local Chamber of Commerce or
15.4 Equipment commissioned by the Seller: On
statutory authorities, the beginning and the end of such
taking over by the Purchaser for regular
causes of delay immediately, but in no case later than
operation after test run at maximum capacity
10 days from the beginning and end of each cause of
for specified period satisfactorily performed.
such Force Majeure condition defined above.
16. PRICE:
The extension of time for completion of the work or any
part of the work or any operation(s) involved therein Unless otherwise agreed to in the terms of the
shall be the sole remedy of the Seller for any cause or Purchase Order, the price shall be:
event of delay and the Seller shall not be entitled in
addition to or in lieu of such extension to claim any a) Firm and not subject to escalation for any reasons
damages or compensation for extended stay or whatsoever till the execution of entire order even though
otherwise whether under the law governing contracts or it might be necessary for the order execution to take
quasi-Seller or any other relationship, and the Seller longer than the delivery period specified in the order.
hereby waives and disclaims any and all contrary rights.
b) Inclusive of adequate road worthy packing and
14. REJECTION, REMOVAL OF REJECTED forwarding charges upto effecting delivery at F.O.T.
GOODS AND REPLACEMENT: despatch point in all cases whenever F.O.T destination
delivery terms are agreed to but exclusive of transit
In case the testing and inspection at any stage by insurance.
Inspectors reveal that the equipment, material and
workmanship do not comply with the specification and c) Exclusive of Central/State Sales Tax, Excise Duty
requirements, the Seller at his/its own expense and risk and or such imposts which are leviable by law on sales
shall remove the same within the time allowed by the of finished goods to Purchaser and/or Octroi duty, if
Purchaser. The Purchaser shall be at liberty to dispose any, leviable at destination/ project site. The nature and
of such rejected goods in such a manner, as he may extent of such levies shall be shown separately.
think appropriate. In the event the Seller fails to remove
the rejected goods within the period as aforesaid, all 17. TERMS OF PAYMENT:
expenses incurred by the Purchaser for such disposal
shall be to the account of the Seller. The freight paid by Payment terms shall be as specified in the Inquiry /
the Purchaser, if any, on the inward journey of the Purchase Order.
rejected materials shall be reimbursed by the Seller to
the Purchaser before the rejected materials are Seller shall claim their invoice excluding Excise Duty.
removed by the Seller. The Excise Duty shall be released separately on receipt
of documents including Transporters copy of Invoice,
The Seller shall have to proceed with the replacement valid for availing CENVAT. In the event CPCL is not
of that equipment or part of the equipment at able to claim CENVAT, the amount of Excise Duty to
Purchaser’s stores / site, if so required by the that extent shall be recovered from the Seller.
Purchaser, without claiming any extra payment. The
time taken for replacement in such event will not be Seller shall ensure submission of proper documents for
added to the contractual delivery period. availing CENVAT/ VAT benefits of Service Tax/ VAT. In
case the documents are not found to be in order,
15. TRANSFER OF PROPERTY FROM THE amount of Service Tax/ VAT will be recovered from the
SELLER TO THE PURCHASER. Seller.
A133-01-GPC (Ind.)-R0
Page 262 of 442 Page 4 of 7
The Seller shall furnish to the Purchaser bank owned by the Seller.
guarantee / Cash Security. Bank Guarantee shall be
from a Scheduled/ Nationalized Bank in a form Upon receipt of the cancellation notice the Seller shall
approved by the Purchaser for an amount of 10% of the discontinue all work on the Purchase Order and matters
contract value as security for the due performance of all connected with it.
the Seller’s liability in terms of and/or in connection with
the contract. This security will be released after the The Purchaser in that event will be entitled to procure
expiry of the period of performance guarantee. the requirement in the open market and recover the
excess payment over the Vender’s agreed price, if any,
The financial settlement of Seller’s Invoice is liable to be from the Seller, reserving to itself the right to forfeit the
withheld in the event the Seller has not complied with security deposit, if any, made by the Seller against the
submission of drawing, data and such documentation contract. The Seller is aware that the said goods are
as called for in Purchase Order and/or as required required by the Purchaser for the ultimate purpose of
otherwise. material production and that non delivery may cause
loss of production and consequently loss or profit to the
18. RECOVERY OF SUMS DUE: Purchaser. In this event of the Purchaser exercising the
option to claim damages for non-delivery other than by
Whenever any claim against the Seller for payment of way of difference between the market price and the
sum of money arises out of or under the contract, the contract price, the Seller shall pay to the Purchaser, the
Purchaser shall be entitled to recover such sums from fair compensation to be agreed upon between the
any sum then due or which at any time thereafter may Purchaser and the Seller.
become due from the Seller under this or any other
contract with the Purchaser including right to encash the The provision of this clause shall not prejudice the right
PBG. In the event of encashment of PBG, the same of the Purchaser from invoking the provisions of clause
shall be re-stored to its original amount by the Seller “Delayed Delivery” as aforesaid.
and should this sum be not sufficient to cover the
recoverable amount, the Seller shall pay to the 21. PATENTS AND ROYALTIES:
Purchaser on demand the balance remaining due.
On acceptance of this order, the Seller will be deemed
19. CHANGES to have entirely indemnified the Purchaser and
Procurement Coordinators/Managers from any legal
The Purchaser has the option at any time to make action or claims regarding compensation for breach of
changes in quantities ordered or in specifications and patent rights which the Seller deems necessary to apply
drawings. If such changes cause an increase or for manufacturing the ordered equipment and/or
decrease in the price or in the time required for supply, materials or which can in any way be connected in the
an equitable, adjustment under this provision must be manufacture.
finalized within 10 days from the date when the change
is ordered. 22. CONTROL REGUALTIONS:
iii) The Seller becomes bankrupt or goes into The Seller shall guarantee that any and all materials
liquidation. used in execution of the Purchase Order shall be in
strict compliance with characteristics, requirements and
iv) The Seller makes a general assignment for specifications agreed upon and that the same shall be
the benefit of creditors. free from any defects. Checking of the Seller’s drawings
by Procurement Co-coordinators/ Managers and their
v) A receiver is appointed for any of the property approval and permission to ship or despatch the
A133-01-GPC (Ind.)-R0
Page 263 of 442 Page 5 of 7
equipment and materials guaranteed by Inspectors 27. SELLER’S DRAWING AND DATA
shall not relieve the Seller from any part of his/its REQUIREMENT:
responsibilities of proper fulfillment of the requirement.
The Seller will guarantee that all materials and The Seller shall submit drawings, data and
equipment shall be repaired or replaced as the case documentation in accordance with but not limited to
may be, at his own expense in case the same have what is specified in the requisition and/or in the Seller
been found to be defective in respect of materials, drawings and data form attached to the Purchase
workmanship or smooth and rated operation within Requisition and as called for in Clause 8, viz. Expediting
Guarantee Period as stipulated in the RFQ document. above. Types, quantities and time limits of submitting
this must be respected in its entirety failing which the
The guarantee period for the replaced parts shall be 18 Purchase Order shall not be deemed to have been
months starting from the date on which the executed for all purposes including settlement of
replacements are put in service or period as specified payment since the said submission is an integral part of
above in case of critical items, whichever is later. Purchase Order execution.
Acceptance by the Purchaser or Inspectors of any
equipment and materials or their replacement will not 28. TECHNICAL INFORMATION:
relieve the Seller of his/its responsibility concerning the
above guarantee. Drawings, specifications and details shall be the
property of the Purchaser and shall be returned by the
The Seller shall furnish a Bank Guarantee for 10% of Seller on demand. The Seller shall not make use of
total of total order value (as per proforma hereunder) to drawings and specifications for any purpose at any time
support Seller’s performance. This bank guarantee save and except for the purpose of the Purchaser.
shall remain in force for the entire period covered in
Performance Guarantee plus three months. The Seller shall not disclose the technical information
furnished to or gained by the Seller under or by virtue of
24. NON-WAIVER: or as a result of the implementation of the Purchase
Order to any person, firm or body or Corporate authority
Failure of the Purchaser / Procurement Coordinators/ and shall make all endeavours to ensure that the
Managers to insist upon any of the terms or conditions technical information is kept CONFIDENTIAL. The
incorporated in the Purchase Order or failure or delay to technical information imparted and supplied to the
exercise any rights or remedies herein or by law or Seller by the Purchaser shall at all times remain the
failure to properly notify Seller in the event of breach, or absolute property of the Purchaser.
the acceptance of or payment of any goods hereunder
or approval of design shall not release the Seller and 29. PROGRESS CHART AND EXPEDITING:
shall not be deemed a waiver of any right of the
Purchaser / Procurement Coordinators/Managers to The Seller shall submit to EIL within four (4) weeks from
insist upon the strict performance thereof or any of his the date of Fax Of Acceptance a BAR CHART showing
or their rights or remedies as to any such goods start and finish dates for various activities forming part
regardless of when goods are shipped received or of the execution of the order and identifying the delivery
accepted nor shall any purported oral modification or dates to this activity schedule. Seller shall update this
revisions of the order by Purchaser/ Procurement bar chart every fortnight showing the actual
Coordinators/Managers act as waiver of the terms performance of the activities and if and how the delivery
hereof. date has been affected thereby. Copies of the updated
bar chart will also be submitted for review of the
25. NON ASSIGNMENT: progress of the order.
The Seller without obtaining prior written consent of the Procurement Coordinator/Managers have been
Purchaser shall not assign the Purchase Order to any assigned to expedite both manufacture and shipment of
other agency. equipment and materials covered by the Purchase
Order. The Procurement Co-coordinator/ Managers
26. PART ORDER/ REPEAT ORDER shall have free access to Seller’s shop and/or sub-
Supplier’s shop at any time and they shall be provided
Seller hereby agrees to accept part order at Purchasers all the necessary assistance and information to help
option without any limitation whatsoever and also them perform their job.
accept repeat order(s) during a period of 6 months from
the date of original purchase order on same unit prices, In order to facilitate over-all execution of the order within
terms and conditions. the contractual delivery date, Seller shall furnish to
Procurement Coordinator / Manager within 4 weeks of
A133-01-GPC (Ind.)-R0
Page 264 of 442 Page 6 of 7
receipt of Purchase Order in required number of copies c) The Seller shall give a firm and binding list of
of documents / detailed drawings such as but not Purchasers issue of materials which shall be duly
limited to schedule/PERT chart, unpriced copies of sub reviewed & approved by EIL and the desired schedule
orders/sub contracts, phased program of itemize of its delivery to shop floor strictly in accordance with
manufacturing, testing and delivery and any other the sequence of fabrication vis-a-vis the contractual
information/documentation as may be called for by the delivery period.
Procurement Coordinators/Managers. All post order
correspondence shall be addressed to the DGM d) Unused materials or scrap from material supplied by
(Inspection), with a copy to the Project Manager, the Purchaser to the Seller shall be returned by the
Engineers India Ltd., New Delhi. Seller to the Purchaser or if the Purchaser so directs the
Seller may dispose of the same by sale or otherwise on
30. SERVICES OF SELLER’S PERSONNEL: such terms and conditions as the Purchaser may
stipulate and the Seller shall pay to the Purchaser the
Upon three week advance notice, the Seller shall sale proceeds of the material so disposed off by sale
depute the necessary personnel along with required deducting there from expenses incurred by the Seller on
Tools & Tackles to site for supervision of erection and such sale, the quantum of such deduction to be
start up of the equipment and train a few of the IOCL/ mutually agreed upon in advance between the
EIL’s personnel for the operation and maintenance of Purchaser and the Seller.
the equipment, if required by the Purchaser. The terms
and conditions for the services of the Seller shall be 33. HEADINGS:
mutually settled.
The headings of the conditions hereof shall not affect
31. SELLER’S LIABILITIES construction thereof.
A133-01-GPC (Ind.)-R0
Page 265 of 442 Page 7 of 7
Page 266 of 442
Page 267 of 442
Page 268 of 442
Page 269 of 442
Page 270 of 442
Page 271 of 442
Page 272 of 442
PROFORMA OF BANK GUARANTEE
(PERFORMANCE)
(On non-judicial stamp paper of appropriate value)
(For Indigenous Suppliers)
To
Engineers India Limited
Engineers India Bhawan
1 Bhikaiji Cama Place
R.K. Puram
New Delhi – 110 066
Kind Att.: Head (LSTK-Finance)
RFQ NO.: _______________________
Dear Sirs,
In consideration of the Engineers India Limited, 1 Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 (hereinafter
called – “the Purchaser” which expression shall include its successors and assigns having awarded
________________________________ work to M/s (Name) _______________________________________
(Constitution) ___________________________ (Address) _____________________________ (hereinafter referred
to as “the Supplier” which expression shall wherever the subject or context so permits include its successors and
assigns) a supply contract in terms inter-alia, of the Purchaser’s Letter No. ______________________ dated
__________ hereinafter referred to as the “Contract” and the general purchase conditions of the purchaser and upon
the condition of Supplier’s furnishing security for the Performance of the Supplier’s obligations and/or discharge of the
Supplier’s liabilities under and/or in connection with the said supply contract for a sum of Rs.
_______________________ only amounting to 10% (ten percent) of the total contract value.
1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain valid and
irrevocable for all claims of the Purchaser and liabilities of the Supplier arising upto and until ___________
plus claim period of 3 months.
2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the
Purchaser may now or at any time have in relation to the Supplier’s obligations liabilities under and/or in
connection with the said supply contract and the Purchaser shall have full authority to take recourse to or
reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part
of the Purchaser in enforcing or requiring enforcement of any other security shall have the effect of releasing
the Bank from its full liability hereunder.
3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full liability of the
Bank hereunder to take an other security in respect of the Supplier’s obligation and/or liabilities under or in
connection with the said supply contract and to vary the terms vis-à-vis the Supplier of the said supply
contract or to grant time and/or indulgence to the Supplier or to reduce or to increase or otherwise vary the
prices of the total contract value or to release or to forebear from enforcement of all or any of the obligations
of the Supplier under the said supply contract and/or the remedies of the Purchaser under any other
Guarantee(s) or Security(ies) now or hereafter held by the Purchaser and no such dealing(s), variation(s),
reduction(s) or other indulgence(s) or arrangement(s) with the Supplier or release or forbearance whatsoever
shall have the effect of releasing the Bank from its full liability to the Purchaser hereunder or of prejudicing
rights of the Purchaser against the Bank.
4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution,
or change of constitution or insolvency of the Supplier or any change in the legal constitution of the Bank or
of the Purchaser.
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs._____________ (In
figures) ______________________ (In words) ____________________________ only).
(b) This Guarantee/Undertaking shall remain in force upto _____________ and any extension(s)
thereof, if any; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking
unless a written claim or demand is issued to the Bank on or before _____________ plus 3 months
period or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.
7. The Bank doth hereby declares that Shri ______________________ (name & designation of the person
authorized to sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking on behalf of the
Bank and to bind the Bank thereby.
Yours faithfully,
(Signature)
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or
Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian
Branches of Foreign Banks.
3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called – “the Purchaser” which
expression shall include its successors and assigns) has awarded M/s ____________________________________
(hereinafter called “The Supplier” which expression shall include its successors and assigns) the work of designing,
manufacturing, fabricating and supply of ______________________ in terms of a contract as constituted by Purchase
Order No. ____________________ dated _________________ issued by the Purchaser to the Supplier (hereinafter
called “The Contract” which expression include all the amendments and/or modifications of the Purchase Oder).
AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of Rs._________________ (Rupees
_________________________________________________) hereinafter called “The Advance” as financial
assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a Bank
Guarantee as hereinafter appearing:
(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in any way the
liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary
the Contract and/or any of terms and conditions thereof or of or relative to the advance and to extend time for
the performance of the Contract and/or repayment of the advance or to postpone for any time or from time to
time the obligations of the Supplier and to waive or postpone exercise of any of the rights available to the
Purchaser against the Supplier or to forebear from enforcing any of the terms or conditions of the Contract
and/or the advance or any security(ies) available to the Purchaser, AND the liability of the Bank shall remain
in full force and effect notwithstanding any exercise by the Purchaser of the liberty with reference to any or all
the matters aforesaid or by reason of time being given to the Supplier or any forbearance, waiver, act or
omission on the part of the Purchaser or any indulgence by the Purchaser to the Supplier or any other act,
matter or thing whatsoever which under the law relating to sureties would have the effect of releasing the
Bank from its liability hereunder or any part thereof, AND the BANK DOTH HEREBY waive all rights at any
time inconsistent with the terms of this Guarantee/Undertaking.
(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the
Bank and this guarantee/undertaking shall be enforceable against the Bank as principal debtor
notwithstanding the existence of any other security for any indebtedness of the Supplier to the Purchaser
(including relative to the advance) and notwithstanding that any such security shall at the time when claim is
made against the Bank or proceedings taken against the Bank be outstanding or unrealized.
(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed
by the Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding upon
the bank as to the amount payable by the Bank to the Purchaser hereunder.
(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the
Supplier or the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of the
Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto
____________________ provided always that if for any reasons, the Supplier is unable to complete supplies
under the Contract, the Bank shall at the request of the Purchaser and without recourse to the Supplier
extend the validity of this guarantee/undertaking for a further period of six months. For the purpose of this
clause, the Purchaser’s statement that the Supplier is unable to complete supplies under the contract shall
be conclusive and final binding on us.
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs. _______ (Rupees
__________________________________only).
(b) This Guarantee/Undertaking shall remain in force upto ______________ and any extension(s)
thereof; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking
unless a written claim or demand is issued to the Bank on or before ________ plus 3 months claim
period, or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.
(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf of the
Bank) who is _____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of
the Bank and to bind the Bank thereby.
Dated this ________________________ day of ______________
Yours faithfully,
For _____________________________________________
Signature ________________________________________
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or
Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian
Branches of Foreign Banks.
3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Present rate of Excise Duty + Education Cess payable extra against Indicated
b)
documentary evidence on finished products (including spares). (Refer ANNEXURE – I
Indicated
c) Maximum rate applicable (If present rate is nil or concessional)
2 (Refer ANNEXURE – I)
Clarify whether Excise Duty + Education Cess will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Please indicate following break-up
Indicated
e) I) Cenvatable [Excise Duty + Educational Cess]
(Refer ANNEXURE – I)
II) Non Cenvatable
Sales Tax:
Indicated
a) Sales tax payable extra Specify CST/ Tamilnadu VAT (TN VAT) on sale of
(Refer ANNEXURE – I)
goods.
3 *In case of CST, C form shall be provided.
b)
In case of TN VAT, no concessional form shall be provided. TN VAT shall be Confirmed
reimbursed to bidder subject to submission of requisite documents
enabling owner to avail “INPUT CREDIT’ for the same.
Clarify whether CST / TN VAT on sale of goods will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Indigenous suppliers shall issue E1/E2 form on quarterly basis within 60
days after completion of each quarter based on “C” form no. provided by
e) Confirmed
PURCHASER. PURCHASER will provide original “C” form in exchange of
original E1/E2 form.
In case Excise Duty / CST / TN VAT are stated as not applicable on freight
charges presently, and if they are applicable at the time of delivery due to
4 Confirmed
any reasons other than statutory, the same will be borne by the Bidder.
Confirm compliance.
Only statutory variations, if any, in the present rate of Service Tax,
cenvatable excise duty, Central Sales Tax and VAT amount for which input
a) Confirmed
tax credit is available to the EIL under TN VAT Act etc. shall be to EIL’s
account subject to documentary evidence to be furnished by the bidder.
5 Statutory variations on non-cenvatable excise duty shall be to SUPPLIER’s
b) Confirmed
account.
However, any variation in Excise duty + Ed. Cess at the time of supplies for
c) any reasons, other than statutory, including variations due to turnover, Confirmed
shall be borne by bidder.
VAT on Works Contract:
Confirmed
a) Wherever site job is involved, bidders to quote their prices inclusive of TN
VAT on work contracts (if applicable).
Only single order covering complete scope of supply & services will be
6 b) issued (indicating supply and services portion separately). Order for supply Confirmed
and services shall not be split.
Any statutory variation on TN VAT on work contracts or change in rate of
c) TN VAT due to wrong assessment by supplier shall be to supplier’s Confirmed
account.
Service Tax:
a) Service Tax on freight charges shall be included in the quoted Freight Confirmed
Charges.
Percentage of Cenvatable Service Tax applicable extra on Site Work Indicated (Refer Annexure I)
Charges, , if applicable as per MR.
b)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
7 Percentage of Cenvatable Service Tax applicable extra on Supervision Indicated (Refer Annexure I)
Charges, if applicable as per MR.
c)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Percentage of Cenvatable Service Tax applicable extra on AMC Charges, if Indicated (Refer Annexure I)
applicable as per MR.
d)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
The TPI charges for Certification Engineers India Ltd. (CEIL) as TPI agency
20 b) Confirmed
shall be borne by EIL.
All built in import content shall be subject to inspection by TPI (out of M/s.
Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV
c) Confirmed
Nord) for which charges are included in quoted price and no additional
charges shall be paid by EIL.
Validity:
a) Confirm that the Offer is valid for period as mentioned in RFQ covering Confirmed
letter from the bid due date/ extended due date.
21 For 2 years O&M spares, prices shall be kept valid for a period of 2 years
b) Confirmed
from the date of order of main equipment.
Confirm that Annual % escalation for subsequent two years beyod the
c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed
for O&M spares.
16.
(a) The bidder is a Micro or Small Enterprise under the Micro, Small & YES NO
Medium Enterprises Development Act, 2006.
(b) Documentary evidence required as per RFQ to avail preference to FURNISHED
MSEs.
MANDATE FORM
1. Bidder Name :
2. Bidder Code: :
I/ we declare that the particulars given above are correct and complete and I/ we accord our consent for
receiving all our payments through Electronic Mechanism.
____________________________________________________
(Signature and designation of the Authorised person(s) of Bidder)
BANK CERTIFICATION
Certified that the particulars furnished above are correct as per our records.
Place :
Date :
______________________________________
Signature of the Authorised Official of the Bank
Bank’s Stamp
DOCUMENT NUMBER
( Always quote the Document Number given below as reference )
NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.
16 Client: CPCL
Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.
Note:
Bidder to note that,one fixed price is to be quoted for grouped items. The groups
of items are identified by A1 where A1 indicates one group and so on.
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
INSTRUCTIONS TO VENDORS
1 Instructions to Vendor A133-086-16-50-TR- A B C
0480 03/04/2014 28/05/2014 24/06/2014
SPECIFICATION
2 Specification for Quality 6-78-0001 0
management System Requirements 04/06/2009
from Bidders
3 Specification for 6-78-0003 0
Documentation requirements 04/06/2009
from Bidders
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
FORMATS
4 Format for Vendor Drawing/ EIL-1641-1923
Document Submission Schedule Rev.1
VENDOR DATA REQUIREMENTS
5 Vendor Data Requirement A133-086-16-50- A B
VDR-0480 03/04/2014 24/06/2014
DATASHEET
6 Datasheet for Fire Alarm Panel A133-086-16-50-DS- A
0480 03/04/2014
7 Datasheet for Heat Detector A133-086-16-50-DS- A
0481 03/04/2014
8 Datasheet for Manual Break A133-086-16-50-DS- A
Glass Unit 0482 03/04/2014
9 Datasheet for Photoelectric A133-086-16-50-DS- A B
Smoke Detector 0483 03/04/2014 28/05/2014
STANDARD SPECIFICATIONS
10 Specification for F & G Annexure 5
System
11 Standard Specification - Fire 44NC-4600:ESS 063 0
Alarm System 09/04/2010
12 Standard specification for 44NC-4600:ESS 026 0
Electrical Installation 03/05/2010
VENDOR LIST
13 Vendor List - Electrical Annexure A
DRAWINGS
14 Cable Layout- Sub station A133-086-16-50- A
Coker Block 0101 27/12/2013
15 Cable layout- Control Room
Coker Block
16 Block Diagram FA system A133-086-16-50- A
3016 06/12/2013
INSPECTION & TEST PLANS
17 Indicative Inspection and Test Appendix A
Plan FA System
TECHNICAL COMPLIANCE
18 Technical Compliance Statement Annexure-1
GENERAL NOTES:
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1. Abbreviations used:
a) C/R - Control Room
b) FIM - Free Issue Material
c) S/S - Substation
2.Rates quoted for each item shall remain valid for the purpose of addition/ deletion
during execution of order.
3. Owner reserves the right to repeat order the Fire Alarm system equipments at the
quoted price for each items upto 100% of the quantity indicated in the MR, within six
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
months of the placement of original order. Bidder shall be obliged to supply the
additional quantity at the same terms and conditions as the original order.
4. Bidder shall note that intrinsic safe detectors, FLP hooters & FLP MCPs are
envisaged in the Control Room building as indicated against MR item no. 01.19, 01.20
and 01.21. However, Purchaser may decide to provide safe area type detectors, hooters
& MCPs in Control Room building in place of intrinsic safe/ FLP type equipments at a
later stage. The actual type of detectors, hooters, MCPs to be provided in the
Control Room building shall be finalised before order placement. Accordingly. bidder
shall quote take-off prices for differential cost of supply, installation, testing
and commissioning between intrinsic safe/FLP equipments (detectors, hooters, MCPs)
and safe area equipments (detectors, hooters, MCPs) in Control Room building.
5. Installation, testing and commissioning of only 2 nos. linear beam detectors out
of the 5 nos. quoted shall be considered. Prices for installation, testing and
commissioning for item no. 02.16 shall be quoted accordingly.
7. Bidder shall quote same price for identical items as per cl. no. 5.0 of
Instructions to Vendor.
8. For other notes and requirements, refer instructions to vendor document No. A133-
086-16-50-TR-0480.
PO No.:
Date of PO: City:
INSTRUCTIONS TO VENDORS
(FIRE ALARM SYSTEM)
(MR No. A133-086-XN-MR-0480)
1.1 Bidder to note that bid evaluation may be carried out without any post-bid
correspondence.
1.2 If the bid does not include complete scope, technical/ performance data, proven track
record etc. required to be submitted with the bid, the offer shall be liable for rejection.
2.1 Bidder has quoted for all items as per item description exactly as specified in MR and
confirmed compliance to the scope of MR.
2.2 Un-priced copy of the priced bid with item description exactly as per MR has been
furnished.
2.3 Bidder has quoted for unit rates for all specified components for addition/ deletion.
2.4 Bidder has quoted take-off price for differential cost between intrinsic safe type
equipment (detectors, flameproof hooters and flameproof MCPs) and safe area type
equipment (detectors, hooters and MCPs) for Control Room building (as indicated in
the MR).
2.5 Bidder has quoted unit rates for 2 years Operation and Maintenance spares along
with recommended quantity, and list of recommended spares for 2 years of trouble
free operation along with quantity has been attached with the un-priced part of the
offer.
2.6 Bidder has quoted for installation, testing and commissioning of the items as specified
in the MR. Bidder to note that commissioning spares required for these items are
included in bidder’s scope of supply and prices for these commissioning spares shall
be included in the price quoted (under MR item no. 01.00).
2.7 One set of recommended tools, tackles and special equipment required for the
maintenance of the DGFAP, Repeater Panel, power supply modules, sirens etc. shall
be supplied with the equipment specified at Sr. No. 01.00 and price for the same shall
be included in the prices quoted against Sr. No. 01.00. Bidder to furnish the list along
with their offer.
2.8 Bidder has furnished Proven Track Record (PTR) details including reference list of
jobs where similar system has been supplied in the past along with performance
feedback certificates from end-users.
2.9 Bidder has submitted all documents required with the offer as listed in Vendor Data
Requirement (VDR) form and the VDR form is duly signed by the bidder.
2.10 Bidder has furnished overall dimensions for the offered DGFAP and Repeater Panel.
2.11 Bidder has furnished confirmation that there is no deviation to MR specifications and
data sheets and has furnished the signed and stamped copy of Technical
Compliance Statement. In case of deviation/signed & stamped copy of technical
compliance statement not furnished, the offer shall be rejected without raising any
query to bidder.
2.12 Duly filled data sheets for Fire Alarm Panel (A133-086-16-50-0480), Heat Detector
(A133-086-16-50-0481), Manual Break Glass Unit (A133-086-16-50-0482) and
Photoelectric Smoke Detector (A133-086-16-50-0483) are furnished with bid. Data
sheets shall be duly signed by the Bidder.
3.0 MR ITEMS:
The DGFAP listed under the above referred serial no. shall be complete with power
supply unit (VRLA battery and charger/ power supply panel). Bidder shall consider
and include the required quantity of modems required for optimum operation of the
system as a part of DGFAP under the scope of MR, wherever distance limitations are
involved between DGFAP & fire alarm system devices such as repeater panels,
detectors, MCPs etc. Bidder shall quote accordingly for the listed item.
The Repeater panel shall be complete with power supply unit (VRLA battery and
charger/ power supply panel). Bidder shall quote accordingly for the listed item.
Detectors shall be addressable analogue type supplied with mounting base and
galvanized sheet steel junction boxes and hardware for fixing. The detectors shall be
suitable for loop in / loop out of wires/cables. Price quoted for detectors shall include
the cost of galvanized sheet steel, junction boxes and hardware for detector
mounting.
Detectors under MR item no.01.19 are to be provided in Control Room building.
These detectors in Control Room building shall be intrinsic safe type addressable
photoelectric smoke detectors and shall be supplied along with JBs and other
accessories.
MCP for unclassified area shall be of weatherproof construction with IP-65 degree of
protection, addressable type break glass unit with two nos. double compression cable
glands. MCPs shall be provided with LED indication for indicating acknowledgment of
fire alarm at the DGFAP to which it is connected. 1 No. blanking plug shall be
provided for 5% of the total quantity of MCPs. MCPs for outdoor installation shall be
complete with FRP canopy. Bidder shall quote according to these requirements for all
the listed items.
MCP shall be flameproof with IP-65 degree of protection, addressable type MCP
suitable for outdoor location in classified Zone-2 hazardous area with Gas Group-
IIA/IIB. Two nos. flameproof and weatherproof cable glands, FRP canopy shall be
provided with each outdoor MCP along with 1 no. flameproof blanking plug for 5%
quantity of MCPs. MCPs shall be provided with LED indication for indicating
acknowledgment of fire alarm at the DGFAP to which it is connected. Bidder shall
quote accordingly.
Linear Heat Sensing system shall consist of minimum but not limited to Linear Heat
sensing cable, its control unit, interface unit and all accessories as required for control
room and Substation cable cellar (Layouts attached). Vendor shall consider minimum
of 3000 metres of cables along with accessories for this item.
a) Installation, testing and commissioning of the complete Fire Alarm system shall be in
the scope of the bidder.
b) Price quoted for testing and commissioning shall include calibration and programming
of FA system at site. All software shall be windows based. Further the price of
multiple mobilizations at site shall also be included in the price quoted for testing and
commissioning. All testing equipments required during testing and commissioning of
the complete Fire Alarm system at site shall be arranged by the vendor at his own
cost.
Bidder shall quote for mandatory spares as per Cl. 22 of Specification for F & G
System (Annexure V to 44NC-4600-0000-/J.02/0101/A4) as applicable for this MR.
The prices shall be inclusive of packing and transportation.
Bidder shall quote unit prices (the rates shall be inclusive of packing and
transportation) for Two Years Operation and Maintenance Spares of the offered
system along with recommended quantity including but not limited to electronic loop
cards for detectors/MCPs, exit signs, hooters, PCBs, power supply modules, glass
covers for MCPs, indicating lamps, fuses etc. The prices shall be valid for at least 2
years from the date of order.
a. Bidder shall quote unit price for addition/deletion of 2 loops in a DGFAP/ Repeater
Panel.
b. Bidder shall quote unit rate for one meter addition/ deletion of linear heat sensing
cable along with all required accessories.( The price quoted shall include price of
installation, testing and commissioning).
a. Providing training for two OWNER's Engineers for a period of seven days at
manufacturer/ system integrator's works (*).
b. Providing training for two OWNER's engineers for a period of seven days at
site.
(*) FA vendor shall ensure that manufacturer/ system integrator has full capability &
complete facility for training Owner's engineers for specified equipments.
3.13 Bidder shall include supply of all cables between power supply units (Battery
Chargers/ UPS and battery banks) to DGFAP/ Repeater Panel, cabling to PCs,
printers, etc. including supply of any control cables for the complete system. Price to
be included in the quoted price of DGFAP and Repeater panel.
4.0 All items of the MR shall be ordered on one vendor only. The MR will not be split for
the purpose of order placement.
5.0 Bidder shall quote same price for identical items. The list is as under:
6.0 The quantities for various equipments, wherever listed, are estimated values.
Drawings for various buildings under the scope of this MR shall be furnished to
successful bidder after order placement. The rates quoted for various items shall
remain valid for any increase or decrease in quantities up to 100% during execution of
order.
7.0 Bidder to confirm whether one pair of conductors is adequate for the loop connection
for the break glass units including the requirement for acknowledgement of fire alarm
by means of an LED indication on the break glass unit.
8.3 The microprocessor based fire detection and alarm system shall mainly comprise of
the following :
Exit signs
Hooters (safe & flameproof)
Hooter Acknowledgement box
Sirens etc.
An integral power pack including batteries for back-up supply shall be provided in the
panel. The power pack shall be complete with battery charger, hardware for automatic
and instantaneous changeover of the battery in case of AC power failure and all other
devices for monitoring, indication and protection of the power pack. The charger shall
be capable of charging the battery sufficiently in 10 hours to supply the maximum
alarm load at adequate voltage for atleast 2 hours.
The capacity of each battery shall be such that it is capable of maintaining maximum
alarm load on the system at adequate voltage for atleast 1 hour plus the standing
load or losses for atleast 48 hours.
8.5 The network and system shall be such that it shall be possible to place the DGFAP/
Repeater Panel anywhere on the network with network communication module.
8.6 The DGFAP and repeater panel shall all be connected to each other by means of a
data highway. The data highway shall be of conventional copper conductors, 2Px1.5
sq. mm overall shielded twisted pair cables. Vendor to indicate in the offer the data
highway cable details for the offered fire alarm system.
8.7 The Fire Detection and Alarm system broadly consists of the following:-
8.7.1 Automatic fire alarm and detection system using multi sensor type smoke detectors,
rate of rise cum fixed temperature heat detectors, linear beam detectors and manual
call points (MCPs) along with exit signs, hooters, siren etc. for various buildings as
listed in FA block diagram.
8.7.2 All detectors in Control Room building shall be intrinsic safe type addressable
photoelectric smoke detectors. Hooters and break glass units in Control Room
building shall be flameproof type.
8.7.3 Rate of rise cum fixed temperature heat detectors (Intrinsic Safe (Ex(i)) shall be
provided in battery rooms.
8.7.4 The complete fire alarm circuit for Control Room building shall be “Intrinsically Safe”
type conforming to IS 5780.
8.8.1.1 DGFAP shall have main processor board, necessary loop modules for detector loops,
alarm output modules for external hooters and lamps, control output modules for
various control functions through relay contacts and communication module for
interfacing with CPU and other DGFAP.
8.8.1.2 DGFAP shall be suitable for monitoring the sensitivity of the detector (the analogue
value from each detector which represents the percentage obscuration of the device).
If the value continuously but slowly increases over an extended period of time, an
alert message shall be generated and displayed on the DGFAP/ CFAP indicating the
need for detector cleaning and maintenance thereby reducing false alarm due to dirty
detectors. If the analogue value from the detector increases rapidly, the device is
identified for alarm. Verification shall wait until the predetermined verification time has
expired, determine the new analogue value from detector and if sufficient value or
alarm condition is present, will place system into alarm condition.
8.8.1.3 It shall be possible to change the sensitivity of each addressable analogue detector
from the DGFAP from normal to low and normal to high and this shall be displayed on
the panel.
8.8.1.4 DGFAP shall have a separate alphanumeric fluorescent/LED display area to indicate
the address of each detector/ manual call point and a clear text about the location of
alarm/ trouble and type of alarm and the action required in such eventuality.
8.8.1.6 DGFAP shall have Mains ON, Fault, pre-warning, Second alarm LEDs and flashing
Fire signs on front panel.
8.8.1.7 DGFAP shall be provided with a separate and independent power supply unit (battery
charger) complete with VRLA battery back-up.
8.8.1.8 All devices such as exit signs, hooters, hooter acknowledgement box etc. shall derive
power from DGFAP.
8.8.1.9 The DGFAP shall be provided with required interface cards/ relay outputs to provide
initiation contacts (through programmed potential free contacts) for activating up to 20
nos. automatic public address alarms over the owner’s Plant Communication System.
8.8.1.10 The DGFAP shall be equipped to sound a siren in case of a fire in the complex, as
well as, be capable of hook-up to the plant communication system of the refinery for
making necessary announcements.
8.8.2.1 Repeater panel shall be microprocessor based, similar to DGFAP. It shall be in the
data highway loop and connected to DGFAP as shown in the block diagram.
8.8.2.2 The repeater panel can be located anywhere within the network.
8.8.3 Hooter
8.8.3.1 The hooter enclosure shall have Fire Red color to shade 536 of IS 5.
8.8.4.1 Each Hooter Acknowledge Box shall be fabricated out of 16-gauge CRCA sheet. The
box shall have IP41 ingress protection as a minimum and shall be suitable for wall
mounting. Cable entry provision shall be from the bottom by means of cable glands.
The boxes shall be epoxy painted Fire Red to shade 536 of IS 5.
8.8.4.2 The Hooter Acknowledge Box shall be used to mute the audible alarm in the building.
8.8.5 Modems
8.8.5.1 Modems in adequate numbers shall be supplied by the vendor, as required (due to
the limitations in loop lengths imposed by the offered system). Modems shall be used
for communication/ data transmission in the event that the distance between DGFAPs
exceeds the normal permissible range of the communication device. Modems shall be
suitable for asynchronous full duplex communication and shall have interface for RS-
232C, current loop or other communication modes. Modems shall be powered from
DGFAP. Price quoted by the bidder for the DGFAP shall include cost of modems also.
8.8.6 Siren
8.8.6.1 As per approved On-Site Emergency Management Plan, the siren shall be provided
with five tones suitable for various conditions as follows:
Condition 1: Small fire
Condition 2: Major fire
Condition 3: Disaster
Condition 4: All clear
Condition 5: Test run
8.8.6.3 The operation of the siren shall also be possible in Auto mode. The programming for
the same shall be possible from the DGFAP.
8.9.1 The vendor shall supply all necessary additional equipment (even if not specified) for
safe and satisfactory operation of the system and price of the same shall be included
in the basic offer price.
8.9.2 The system shall provide very early warning capability for critical areas and should
support advanced detection of smoke/ fire for clean as well as dirty environment.
8.9.3 System should be able to provide individual graphics floor plan for each building on
control/ building station.
8.9.4 The fire alarm layout drawing of building/ units will be made available to successful
bidder after order placement during detail engineering for development of graphics by
vendor.
8.9.5 Address of each detector, manual call points and field devices shall be printed and
programmed before dispatch to site by the vendor.
8.10.1 Battery sizing shall consider the actual quantity of equipment connected plus 10%
additional detectors (future provision), as well as 10 hooters and 10 exit signs for
each DGFAP. Battery sizing calculations shall be reviewed during detailed
engineering and there shall be no cost/ time implication for providing adequately sized
batteries and chargers of approved rating during order execution. Separate battery
charger shall be provided in case battery charger part of the DGFAP cannot cater to
the boost charging requirement of the battery.
8.10.2 Bidder shall note that wiring of detectors within the substation shall be concealed type
as far as possible except for detectors located above false ceiling, below false flooring
and cable cellar which shall be done in surface black enamelled steel conduit. Wiring
shall be done using 1.5 mm2 copper conductor twisted pair, PVC insulated
unarmoured cables. Wiring for manual call points located in the plant shall be done
using 2-pair, 1.5 mm2, annealed tinned Copper conductor twisted pair, PVC insulated,
PVC inner sheathed, over all screened, armoured and overall PVC sheathed cables.
8.10.3 Bidders shall check the proposed cable sizes and type based on the system
configuration, plant layout and block diagram and confirm suitability of the cable sizes
and type.
8.10.4 The DGFAP shall have provision for receiving potential free contacts (5 nos. input
contacts) from various other equipments such as clean agent system etc.
8.10.5 The DGFAP shall have facility to provide information/ actuating contacts (10 nos.
output contacts) for tripping of various other systems such as air-conditioning system/
pressurization system/ fire water system/ clean agent system etc. in case of fire alarm
in the associated area covered (say substation or control room). The contact rating
shall be suitable for 240V AC, 2A.
Bidder shall procure all equipments/ components as per approved vendor list
attached with the MR.
Annexure-I
Sheet 1 of 1
OF ----------------------------------------------------QUOTED BY M/s
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Confirmation of Technical Compliance
3. Dimensional Drawings : GA Drawings for
Panels, Battery, Charger, UPS
4. Dimensional Drawings : Installation plan/
Mounting Details/ Cable cut-out details
5. Dimensional Drawings : Sectional View
Drawing
6. Dimensional Drawings : G.A. drawings of all
devices e.g. (Detectors, Call stations, Hooters,
Siren, Exit signs, Response indicators etc)
7. Dimensional Drawings : Cubicle arrangement
drawing
8. Dimensional Drawings : Mimic diagram
9. Dimensional Drawings : Battery rack
arrangement drawing
10. Dimensional Drawings : Name plate drawings
11. Dimensional Drawings : Bill of material
12. Electrical Wiring Drawings : Single Line
Diagram
13. Electrical Wiring Drawings : Block and Logic
Diagrams
14. Electrical Wiring Drawings : Control Schematics
15. Electrical Wiring Drawings : Wiring Diagram
and Terminal Details
16. Electrical Wiring Drawings : Interconnection
Diagrams
17. Performance Curves of battery
18. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
19. Test Records
20. Calculations for : Selected quantity & location
of detectors
21. Calculations for : Battery Sizing
22. Calculations for : UPS, Battery charger sizing
23. Calculations for : System cable selection
24. Statutory approval certificate
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
25. Type Test Certificates for similar equipment
26. List of Commissioning Spares
27. List of Mandatory Spares
28. List of Maintenance Spares
29. List of Special Tools & Tackles
30. Data Books/ Manuals : Installation Manual
31. Data Books/ Manuals : Operating/ Maintenance
Manual
32. Data Books/ Manuals : Catalogues/ Brochures
33. Equipment storage procedure at site
34. Datasheets (Duly filled in)
35. Proven track record along with end user
performance feedback certificates
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
1 SITE CONDITIONS
1.1 DESIGN AMBIENT TEMPERATURE 45 ° C
1.2 RELAIVE HUMIDITY 3.5 MTRS.
1.3 ALTITUDE ABOVE MSL 80 % MAX
1.4 MAX. RAINFALL PER DAY 1378 mm
1.6 SITE ENVIRONMENT CORROSIVE
1.7 AREA CLASSIFICATION
2 POWER SUPPLY
2.1 MAINS SUPPLY (BY PURCHASER) 240 V ± 10% 50 HZ ± 5% 1 Ph.AC
2.2 STANDBY (OUTPUT FROM BATTERY) INBUILT BATTERY
4 NO, OF PANELS 1
8 OPTIONAL FEATURES
8.1 ADDRESSABLE CAPACITY YES/NO
8.2 INTELLIGENT CAPABILITY YES/NO
8.3 FAULT ISOLATIONCAPABILITY YES/NO (for addressable detectors)
8.4 SENSOR SELF TEST CAPABILITY YES/NO
8.5 DETECTOR THRESHOLD CAPABILITY YES/NO
8.6 PEER TO PEER CAPABILITY YES/NO
9 DISPLAY
9.1 TYPE OF DISPLAY LCD
9.2 NO. OF LINES
9.3 CHARACTERS PER LINE 2 x 40 CHARACTERS
9.4 DISPLAY OF ALL EVENTS / SELECTED EVENTS
14 SPECIFIC CONTROL/MONITORING
14.1 AUTOMATIC SIGNAL FOR SUPPRESSOR NO
GAS RELEASE
14.2 SELECTOR SWITCH FOR SUPPRESSOR NO
GAS SUPPLY
14.3 MANUAL PUSH BUTTON FOR DISCHARGE OF NO
SUPPRESSOR GAS
14.4 SUPPRESSOR GAS ACTUATOR STATUS NO
14.5 TRIP' AIR HANDLING UNIT YES/NO
14.6 STATUS OF BATTERY CONDITION YES/NO
17 INGRESS PROTECTION IP 41
18 DIMENSION (L X H X D) MM
24 APPROVAL TAC / FM/UL FOR THE FIRE ALARM PANEL AND ALL DETECTORS
HEAT DETECTOR
APPD. BY SA
PROJECT NO 44NC - 4600 CHKD. BY ANPS
PROJECT LOCATION MANALI PRPD. BY RM
PROJECT TITLE RESID UPGRADATION PROJECT DATE 03/04/14
CLIENT CPCL REV. A
10 PROGRAMMING OF DETECTOR FROM THE DATA GATHERING & FIRE ALARM PANEL
11 POWER CONSUMPTION
12 DIMENSIONS
13 COLOUR
14 WEIGHT
15 INGRESS PROTECTOR
16 DETECTOR COVERAGE
17 MAKE
18 APPROVAL TAC / FM/UL FOR THE FIRE ALARM PANEL AND ALL DETECTORS
4 DIMENSION (L X H X D) MM
6 POWER CONSUMPTION
7 COLOUR RED
8 INGRESS PROTECTION IP 65
9 MAKE
10 APPROVAL TAC / FM/UL FOR THE FIRE ALARM PANEL AND ALL DETECTORS
11 WEIGHT (G) *
11 POWER CONSUMPTION
12 DIMENSION
13 COLOUR
14 WEIGHT (G)
17 INGRESS PROTECTION IP 55
18 APPROVAL TAC / FM/UL FOR THE FIRE ALARM PANEL AND ALL DETECTORS
19 MAKE
ANNEXURE : V
TABLE OF CONTENTS
1.0 SCOPE
16.0 CABLING
17.0 EARTHING
24.0 DEVIATIONS
25.0 ATTACHMENTS
1.0 SCOPE
This specification covers the design, manufacture, testing, packing and supply of Fire &
Gas System. The purpose of Fire & Gas System shall be to detect a fire or gas release &
automatically initiate audible and visual alarms in the respective designated emergency
response areas, central control room and in the vicinity of the hazard.
3.1.2 The manual call point shall be break glass type push button and shall have a push button
actuator/element kept in pressed condition by the glass sheets fitted on the front of the box.
This push button shall be actuated by breaking glass (by means of a SS 316 hammer
provided along with the push button and chained with the push button station) and shall than
give signal to F & G system.
3.1.3 The manual call point shall have red epoxy painting and the inscription: “Break Glass in
Case of Fire”. Glasses shall be of the unscarred type, secured by sealing rings & packs of
replacement glasses are to be provided with the units. Each box shall have distinct
identification number boldly painted.
3.1.4 The call point shall include encapsulated changeover contacts rated for 24V DC 1 amp. The
switch contacts shall have sufficient clearance to earth and the switch construction shall
withstand 500V AC insulation test to any earthed metal.
3.1.5 All hardware shall be corrosion resistant. All joints and connections shall be made by
galvanised / zinc phosphated bolts, nuts and washers secured against loosening.
2
3.1.6 Terminations shall be screw & clamp type suitable for 2.5mm conductors & incorporate
capacity for all permissible field wiring configurations. Separate earth terminals shall be
provided.
3.1.7 Externally mounted call points shall be of robust metal construction with integral surface
mounting lugs. All screws shall be of 316 stainless steel socket heads in recesses.
3.1.8 Internally mounted call points may also be of metal construction but may be of lighter
construction suitable for flush mounting in the Control Building and surface mounting in the
substation and warehouse.
3.1.9 All manual alarm call points shall be of red painted epoxy finish.
3.1.10 All manual alarm call points shall have a minimum of 2 entries at the bottom of the enclosure
and shall include a key operated test facility which operates the unit without requiring the
glass to be broken.
GENERAL
All the detectors shall be plug-in-type and shall have twist lock action fitting. A LED shall be
incorporated which shall normally flicker indicating alertness and should turn steady when a
fire is sensed enabling immediate identification of the affected detector.
The mounting base of all type of detectors shall be identical. It should be possible to plug in
any type of detector at any location without changing the base and without disturbing the
external wiring. The detector housing shall be damage resistant made of polycarbonate or
aluminium with plug-in housing base of universal type suitable for either surface or recess
mounting, as applicable.
The detector, which has been employed with a Radio Active material the strength of Radio
Active material, shall not exceed 1 micro curie.
It shall be possible to loop all type of detectors (manual as well as automatic) in the same fire
alarm circuit.
All the detectors shall have inbuilt safety device to monitor the removal and pilferage of the
detector.
All detectors shall be suitable for operation at 24V DC, 2 wire system.
All automatic detectors for microprocessor based fire alarm system shall be analogue
addressable type & supplied through OEM (Supplier of F & G PLC) bought Items are not
acceptable. The analogue addressable detectors shall be continuously monitored to
measure any change in their sensitivity due to the environment (dir. dust, temperature,
humidity etc.) These detectors shall give an advance indication to the fire alarm panel
regarding the need for maintenance.
The analogue reading sent by the detectors shall be sensed and if there is a rapid increase
an alarm shall be generated. However, if there is a gradual increase in the analogue
reading a maintenance alert shall be generated by the F & G System.
3.2.1.1 Heat detectors shall be of electro-pneumatic / bimetallic / thermo electric type, working on
the two methods i.e. rate of rise-cum fixed temperature and fixed temperature.
3.2.1.2 The rate of rise-cum fixed temperature element shall have an air chamber, a flexible metal
diaphragm and a moisture proof and trouble proof vent, carefully calibrated to ignore any
normal fluctuation in temperature, but to respond quickly when the temperature rise is 9° C
or more per minute as per the appropriate classification given in NFPA-NFC 72E.
3.2.1.3 Detector bases shall be capable of accepting ionisation and photo-cell smoke detectors
with no modification and shall fit directly onto standard round conduit boxes having 20mm
ISO tapped entries and shall have a facility for a remote indicator.
3.2.1.4 Bases shall be provided for surface mounting, these shall be supplied separately from the
detector units.
3.2.1.5 A mechanical locking device shall be fitted to the detector base to prevent unauthorised
removal of the head from the base.
3.2.1.6 Detectors shall be capable of retaining a guard for impact protection where appropriate and
shall incorporate a means of preventing small insects from entering any part of the
detector.
3.2.1.7 The fixed temperature feature shall be entirely independent of the rate of rise element and
shall be of bimetallic type operated at preset temperature. It shall comply to NFPA-NFC-
72E.
3.2.1.8 The operating temperature of fixed temperature element should be factory set at 57° C +/-
5° C. The detector shall also indicate the temperature setting.
3.2.2 Optical Smoke Detector
3.2.2.1 The optical smoke detector shall be capable of detecting visible combustion gases
emanating from fire also sense visible smoke likely to occur during the overheating in
electrical risks. The detector should use forward light-scatter principle using optical
components operating at a wavelength of 4.35 mm.
3.2.2.2 The design of the optical smoke detector shall be based on light-scatter principle utilising a
labyrinth sensing chamber shall be optimised to minimise the effect of dust deposition over
a period of time. The sensitivity of the detector shall be preset by the supplier to suit the
site
3.2.2.3 The optical smoke detector shall include RFI screening & feed-through connecting
components to minimise the effect of radiated & connected electrical interface.
3.2.2.4 The optical smoke detector shall incorporate an LED, clearly visible from the outside to
provide indication of alarm actuation.
3.4 Barriers
Barriers, located necessarily in unclassified / non hazardous areas, in marshalling cabinets
shall be may be employed for wiring detectors / break glass boxes installed in hazardous
areas.
3.5.2 The Line Isolator shall have the capability to continuously check the faulted side of the loop
to determine if the fault still exists. On rectification of the fault, the isolator shall
automatically reset itself.
3.5.3 In case the Line Isolator nearest to the fault does not activate first, the isolator shall query
other isolators nearest to the short circuit and then de-activate/restore itself.
3.5.4 The panel shall be capable of accessing detectors / devices installed outside the zone
covered by the Line isolator modules.
3.5.5 Line isolator module shall be housed in a dust and vermin proof, weather proof enclosure,
with IP-55 degree of protection as a minimum.
3.7 The estimated quantities of Fire & Gas detectors for various types are as indicated below.
LSTK contractor shall be responsible to provide these as minimum. However, any 0
additional requirements to be finalised during detail engineering stage with approval of
Owner / PMC.
4.2 All detectors shall be suitable for operation from a nominal 24 volt DC source
supply derived from the F&G System.
4.3 All field devices shall remain stable under all conditions of humidity, temperature and
pressure likely to be encountered. Sensitivity of detectors shall not change significantly as a
result of supply voltage variations within the following range -15% to +10% of nominal
voltage.
4.5 All detectors / transmitters to be IS certified, suitable for Zone 1 classified area Gas group IIA
/ IIB, Temperature class T3.
4.6 Sunshades / canopy shall be provided for all field mounted electronic devices.
4.7 Field devices shall be rated for an operating temperature of (0°C to +75°C).
4.8 Field devices shall operate over a humidity range of 0 to 95% Relative Humidity and be
able to withstand 100% condensing humidity for short periods of time.
4.9 All detectors shall be weather proof protection shall be a minimum of IP 65.
4.10 Detectors alarms shall be self-latching with remote reset from the F & G system.
4.11 Field devices shall be capable of retaining a guard for impact protection where appropriate
and shall incorporate means of preventing small insects from entering any part of the device.
4.12 Field devices shall have integral electronic filtering to ensure that there are no RFI
effects.
4.13 A mechanical locking device will be fitted to the detector base to prevent unauthorised
removal of the head from the base.
4.14 Accuracy shall be + / - 1 % or better & response time shall be less than 30 sec.
4.16 All gas detectors of Sensor +Transmitter type shall have MOC SS316.
4.17 No separate alarm / monitoring panel shall be considered for gas detection system. All
alarms & graphics related to gas detection shall be configured in PLC based system on
separate graphic pages with facility for report generation.
Infra red type gas detectors shall be used for HC gas (LEL Type) and H2S gas detectors
shall be of electrochemical type.
4.19 The estimated quantities of gas detectors for various types are as indicated below. LSTK
contractor shall be responsible to provide these as minimum. However, any additional
requirements to be finalised during detail engineering stage with approval of Owner / PMC.
OISD guidelines and NFPA shall govern for number and location of gas leak detectors & shall
also comply with requirements of Central Pollution Control Board.
TYPE QUANTITY
HC Detectors 75
H2S Detectors 15
4.20 In addition to the above, contractor's scope of supply and work shall also include 2 no. of HC
detectors within each analyser shelter and 2 no. of H2S detectors outside each analyser
shelter (preferably near outlet line).
4.21 All gas detectors shall be connected through PLC system through junction boxes. Junction
boxes shall be Ex-proof suitable for hazardous area classification Zone 1, II C.
4.22 In addition to above, contractor shall also supply the following items:
- Portable calibration kits and test gas cylinders: 1 no. for HC
- Portable calibration kits (1 Nos.) for H2S gas comprising of ampoules & Dragger
detector tubes etc.
- Portable gas detectors: 2 nos. for HC % LEL, H2S ppm
5.2 The contractor shall submit along with the offer all documents related to certification like –
TUV certificate, its respective report and all such documents referred in TUV certificate or
report.
5.3 The F&G shall be connected directly to the DCS network via Fault Detecting Ethernet based
communication. High speed communication of 100Mbps is preferred. Redundancy shall be
maintained at all the levels including CPU, I/O module, power supply & communication etc.
5.4 Diagnostics of F&G system shall be standard available feature in the main plant DCS + PLC
without any additional engineering requirement in F&G and DCS systems. F&G shall support
the extensive alarming features of DCS, as process alarms are detected; they are brought to
the operator attention at the operator console. Integrated sequence of event of DCS & F&G
shall be available in Operator Console.
5.5 There shall be a write protection or firewall between DCS & F&G. DCS is normally reading or
monitoring F&G system. To maintain the safe & reliable operation of the F&G system, direct
write access from DCS to all hardwired F&G points is not recommended. For write request
from DCS to F&G, if any, shall pass to the F&G control program via dedicated boolean &
numerical inputs. The inputs appear at the input side of the FLD, where the conditions for
write access are defined.
5.6 The scan time of programmable controller shall be of the order of 250 msec or less than half
the PST, whichever is less.
5.7 Serial interface between the F&G system (SIL-3 PLC) and addressable detectors via Fire
Alarm Panel shall be redundant without any engineered solution.
5.8 Online replacement of any module shall be possible in such a way that removal and addition
of a module shall be possible without de-energizing the system and there shall not be any
process upset while replacement. System software should also support these online
changes, replacements and modifications with out any compromise on safety. PLC shall have
the capability to allow hot swapping of I/O as well as processor modules without causing any
interruption to the process. Hot slot shall be provided for all TMR cards & hot slot with I/O
module shall be provided for QMR cards.
5.9 The system shall incorporate comprehensive self-diagnostics such that all permanent and
transient faults are identified, alarmed and reported on engineering and Operator station in
Control room. Diagnostics shall be capable of identifying, locating and reporting the following
faults as a minimum:
5.10 The main function of the FGS is to protect from hazards to human life. Furthermore it has to
provide the operator with proper status information of the process plant over any time period
via the SOE link to the DCS. In addition the FGS shall provide the SOE with event
information. The FGS shall be especially capable of automatic logic control in accordance
with the Logic diagrams provided by the Contractor. SOE shall have an event resolution
equal to or better than the scan time of the PLC. To enable this, the following shall be
provided:
5.11 All field input/output modules shall be configured safety related SIL3 / AK5 and the same
shall be approved by TUV for application in SIL3 in the TUV report.
5.12 The maximum IO density shall not exceed 16 points for Input & Output modules.
5.13 Unless specified all analogue and digital inputs/outputs shall be 24 V DC powered by the
System.
5.14 Each plug-in module type shall have unique mechanical keying to prevent the physical
insertion and on-line activation of a module in the wrong location. No address links or
switches shall be mounted on the module themselves. The module address identifier shall be
located on the main chassis or in the firmware and automatically recognized by the operating
systems.
5.16 Interfacing of each detector, to the data highway shall be via transmitters/communication
modules which convert the normal analogue signals to digital format. Transmitter
communication module should be capable of accepting Gas, Fire and MAC inputs.
5.17 All field mounted Gas, Fire detectors, MAC, beacons, sirens, deluge system etc; shall be
directly interfaced with F & G PLC system (Non addressable).Estimated quantities of these
detectors shall be as indicated in clause no. 3.7 & 4.19 .Additionally hooking up of 10 No’s of
MAC & 15 No’s of Gas detectors (supplied by Other) shall be connected to F & G system .All
necessary hard ware & soft ware required for interfacing shall be supplied by contractor. All
0
MCP related to building are addressable type & MCP related to plant area individually
connected to PLC system.
5.18 The output shutdown component shall be automatically tested for “struck-on” or “struck-off”
condition at a regular interval. All Digital input cards and all output cards must have line
monitoring feature. This is to detect any short circuit or open loop between the system and
the field devices. Subsequent to this, there shall not be any relays between the Line
monitored IO’s and field devices.
5.19 20% Installed spare I/O modules including all required hardware completely wired shall be
provided. In addition 30% spare space for future expansion at all levels shall be provided.
6.1 All devices i.e. detectors, MCP’s, Sounder control units etc. shall be installed in same loop.
6.2 The System comprising of main fire alarm control panels; heat sensors; optical sensors;
manual call points; electronic sounders; transponders; sounder controllers, conforming to the
relevant and applicable requirements.
6.3 All system components and devices shall be connected to two-wire loop circuits. Removal or
disconnection of any component from the loop shall not affect the functioning and
performance of the devices.
6.4 Facilities are provided to constantly monitor and check the following circuits and fault
conditions:
- the power supply to the loop /s;
- for open-circuit, short-circuit, earth fault and any other fault condition in the loop
wiring;
- for communication failure and errors in all cards and loops
- for faults in keyboard and printer circuits
- monitoring of all devices status every 1.3 minutes to create a table of each 1
analogue channel for event analysis
6.5 Any event i.e. Fire, fault or warning shall be recorded with time, date and place. These events
shall be displayed on operator station & printed, as required.
6.6 All devices shall be assigned a maximum of 25 character alphanumeric label. In case of fire,
fault or warning, the label of device sensing threshold shall appear on visual display unit of
the panel.
6.7 The Fire alarm system panel shall offer redundant modbus output to PLC for alarm and event
purposes.
6.8 System shall have capability to support addressable intrinsically safe detectors wherever
necessary.
0
Dedicated PC (Server Grade) with Printer for programming of Fire Alarm System
(Addressable) shall be provided.
7.1 One No. Operator Interface station (Dual Monitor) will be located Console room in Coker
Block Control room & other (Single Monitor) at fire station approximately 500 meter from main
control room for repeat alarms of F & G system from Coker Block . All signals shall be
transmitted through fibre optic cable (supplied & laid by others). All the necessary provision
for termination of Fibre Optic cable in Coker block control room shall be by contractor.
OIS shall have separate electronics. The electronics of OIS shall be server grade PC latest
configuration: Dual-Core CPU; Dual Monitor capable: Ext. speaker; 73GB (min) SAS Driver;
rd
2G RAM; 48/32 (min) DVD-CDRW; Red control network Ports: 3 E-net Port, cooling fans
with dust filters & 20.1" colour TFT with touch screen facility, membrane type keyboard,
Track ball / mouse.
SOE PC shall have separate electronics. The hardware shall support and supplied with PC
latest configuration (Pentium - V @ 1.2 GHz or better), 512 MB memory (RAM) minimum,
1 MB (Min) Cache, HDD capacity >40 GB having Redundant hard disk (SCSI) RAID –1
controller, Dual Channel 10/100 Ethernet card, CDRW drive, Dual Power supply, Floppy
Drive – 3.5”, 1.44MB with, cooling fans with dust filters & 20.1" colour TFT (table top),
keyboard and Mouse.
It is proposed to have OPC server interface between F & G PLC system & Operator station
located at Fire station to repeat all F & G system alarms. Connectivity between F & G PLC
system & Operator station located at Fire station shall be through fibre optic cable all
necessary hardware required for termination of FO cable shall be supplied by contractor.
a. Contractor should supply proven and latest version of OPC servers with OPC server
software licenses.
b. OPC servers & software should run on windows 2000/03 platform Contractor should
provide OPC Servers with necessary hardware and software in order to meet the
following requirement.
c. OPC server should read 5000 real time data points from F & G PLC system and write
500 data points within 10 seconds. So minimum throughput rate should be 1000 data
points per second (read and write).
d. server tables, chairs and necessary accessories to locate and connect OPC server in
Optimization room shall be provided
e. Contractor should provide Cisco ASA 5500 series hardware based firewall to prevent
intrusion of Virus into DCS Network.
f. Contractor should provide licensed anti-virus software on the OPC servers to protect
the system.
11.1 Hardwired console & annunciation panel as required located in main control room the
specification & requirements shall be same as of Main Plant DCS/PLC system
11.2 All the cabinet construction & specification / requirements shall be same as main plant
DCS/ PLC cabinets.
11.3 Furniture’s for all operator / engineering stations, OPC servers in control room, rack room,
engineering and operator room shall be provided with operator chairs. Also necessary 0
furniture for housing documentation and spares shall also be provided. . Quantity shall be
estimated based during detailed engineering
11.3 Training & Post warranty maintenance requirement shall be same as of main plant DCS /
PLC system.
11.4 The requirement of statutory approvals for usage of equipments / instruments / system in
electrically hazardous area shall be followed as defined elsewhere in feed documents.
11.5 All the co ordination required making data available at Fire Station to other OSBL contractor/
Owner/PMC shall be responsibility of contractor. And all the input required for the same 0
shall be provided by contractor.
14.1 Whenever the glass of the break glass type manual call point is broken both audible and
visual (flashing) alarm shall be raised in the operator station indicating the
corresponding location of break glass type manual call point. On pressing “ACCEPT”
push button the audible alarm shall stop and lamp shall glow steadily. The action shall
be brought to normal condition by pressing “Reset” push button (only after the field
conditions are normalised)
14.2 The system shall operate satisfactorily within a min. variation range of +/- 10% of the
specified voltage. An adequately rated switch fuse unit shall be provided for the incoming
supply.
14.3 An integral power pack including batteries for back-up supply shall be provided in the
panel. The power pack shall be complete with battery charger, hardware for automatic
and instantaneous changeover to battery in case of AC power failure and all other
devices for monitoring indication and protection of the power pack. Unless specified
otherwise the charger shall be capable of charging the battery sufficiently in 10 hours to
supply the maximum alarm load at on adequate voltage for a least two hours.
14.4 Unless specified otherwise the capacity of each battery shall be such that it is capable of
maintaining the maximum alarm load on the system at an adequate voltage for at least
one hour plus the standing load or losses for at least 48 hours.
14.5 The signal voltages for the system shall be so designed as to avoid spurious faulty
annunciation caused by any noise signal induced in the signal cable due to adjoining
power cables and to ensure a positive annunciation of faults.
14.6 The field contact wiring will be carried out by using multi-core, copper conductor, PVC,
insulated and armoured cable that may be running close to power cables. Hence the
logic circuitry shall be designed with sufficiently high signal-to noise ratio to avoid
spurious actuation due to noise induced in the field wiring because of switching etc.
Adequate noise filters and time delay shall be incorporated at the input stages to reduce
the effect of the noise.
14.7 The logic circuit shall be suitably designed to take care of capacitive currents, associated
with long run of cable required for field wiring.
15.1 The power supply for Safety PLC shall be TUV approved for SIL-3 application with
following features –
• Dual built-in over voltage protection to comply with the strict functional safety
requirements of the IEC 61508/DIN V 19250 and VDE V 0801 standards,
• undervoltage alarm,
• redundant parallel operation, and
• Optimum protection against continuous overload and short-circuiting.
15.2 The PDB cabinet in control room will be provided with dual 110 V AC ±10%, 50 Hz ± 3%,
using live, neutral and ground from dedicated UPS system (48 Hrs Back up). Each
incoming cable shall be capable of taking the full load of the system. Sub-distribution to all
power users including 24 V DC users shall be by the CONTRACTOR including workstations,
and printers. All field devices including sirens and beacons shall be powered by the
Contractor’s System.
15.3 CONTRACTOR shall provide a dual redundant 24 V DC battery systems rated for 48 hours
quiescent operation and 30 minutes in alarm.
15.4 The CONTRACTOR shall include miniature circuit breakers for AC supply to each power
supply unit and sub-distribution within the system. Sufficient isolation facilities on the DC
sub-system shall be provided to enable maintenance of components with minimum
disturbance to healthy devices. All power supplies shall be monitored for faults and failure
and have diode power loading. The CONTRACTOR shall increase the input count as
required to include these alarms.
15.5 Where individual loop protection is not a feature of the I/O cards, the CONTRACTOR shall
provide individual fusing in the termination cabinets.
15.6 All electrical terminals inside the cabinet shall be clearly numbered and permanently
identified on the terminals and the system wiring drawings
15.7 Electrical wiring shall be in accordance with applicable electrical standards. Wiring
diagrams shall be complete with grounds in recommended wire sizes, type, and shielding
required for the electrical circuits between components that are to be wired
15.8 All the 24 V DC power suppliers for the system shall be supplied and mounted on cabinet
by the CONTRACTOR.
15.9 Internal power supply shall be fused for short circuit protection and shall have thermal
overload self-resetting protection unit. Every power failure shall generate a system alarm.
16.0 CABLING
LSTK contractor shall supply and lay the necessary quantity of appropriate type of cables
for interconnections among main PLC panel, fire detectors, response indicators, exit signs,
hooters, sirens, FAP etc as per relevant applicable standards.
17.0 EARTHING
A common earth bus bar of minimum 25 x 3 mm copper or equivalent aluminium shall be
provided throughout the length of the panel. All non current carrying metallic parts of the
panel and mounted equipment shall be connected to the panel earth bus bar. All doors
and movable parts shall be connected to the earth bus by flexible cables. 2 Nos. earth
terminals shall be provided outside the panels. All panels are ring looped & connected to
earthing bus bar / pit. Separate earthing bus & pit for system & IS earth shall be provided.
18.1 Normally marshalling cabinets, PLC system cabinets and Operator Interface stations, etc;
shall be located in control room environment, which is non-hazardous. However, the
enclosure for the break glass manual call point, smoke detectors, response indicators,
hooters & automatic fire detectors shall have Intrinsic Safe type suitable for Zone 1, Gr. II
A / II B. In case if intrinsic safe type detectors are not available, then flame proof shall be
provided.
18.2 The complete Fire Alarm circuit shall be “Intrinsically safe” type conforming to IS 5780
4) 20% or minimum one no. of each type of Fuses, MCB’s, Auxiliary relays.
5) 10 % or minimum 2 Nos. of bulk power supply unit, diode O-ring Unit of each
rating
b) Two Years Operational Spares: Contractor to submit spares list for 2-year
Operation and maintenance. The prices shall be valid for at least 2 years from date
of order.
24.0 DEVIATIONS
24.1 Deviations from specifications must be stated in writing at the bid stage itself.
24.2 In the absence of such a statement it will be assumed that the requirements of the
specifications are met without exception.
25.0 ATTACHMENTS
a) INDICATIVE F & G SYSTEM SCHEMATIC
Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
0 09 April 2010 18 Issued for Engineering ASR PPP RBD
TABLE OF CONTENTS
1.0 SCOPE 3
2.0 STANDARDS 3
6.0 CABLING 15
7.0 EARTHING 15
RELEASE SYSTEM
11.0 PAINTING 17
12.0 SPARES 17
1.0 SCOPE
This specification covers the design, manufacture, testing, packing and supply of Fire
Alarm & Smoke Detection System incorporating manual break glass boxes and
central annunciation panel employing relays/static components.
2.0 STANDARDS
The fire alarm system and the components used shall conform to the latest edition of
the following Indian Standards as applicable:
IS 2189 Code of practice for installation of automatic fire alarm system
using heat sensitive type fire detectors (applicable clauses only).
IS 4237 General requirements for switchgear and control gear for
voltages not exceeding 1000 volts.
IS 13947 Air break switch, air break disconnectors, air break switch
disconnectors and fuse combination units for voltages not
exceeding 1000 V AC or 1200 V DC - General Requirements.
IS 3826 Part - 1 Connectors for frequencies below 3 MHz General requirements
and tests.
IS 3700 Essential ratings and characteristics of semi conducting devices.
(Applicable parts)
IS 5780 Intrinsically safe electrical apparatus and circuits.
IS 5469 Code of practice for the use of semi-conductor junction devices.
BS 5839 Code of practice for installation of fire alarm system.
3.1.1.4 The central annunciation panel shall be sheet steel clad fabricated out of min. 2 mm
cold rolled sheet steel. Doors and front covers shall be fabricated out of 2.5 mm
CRCA sheet depending upon equipment mounted on it. The panel shall be free
standing or wall mounted type.
3.1.1.5 The Panel shall be naturally ventilated, totally enclosed dust and vermin proof. The
protection of the enclosure shall be IP41 minimum.
3.1.1.6 Unless specified otherwise the panel shall be located in safe area.
3.1.1.7 The panel shall be designed to ensure maximum safety during operation, inspection,
connection of cables, maintenance and servicing under energised condition. Means
shall be provided to prevent accidental shorting of circuit terminals and wiring.
Checking and removal of components shall be possible without disturbing the
operation of adjacent equipment. All components shall be easily accessible. All live
parts, which are accessible on opening of door, shall be properly shrouded.
3.1.1.8 Cable entry shall be from top or bottom as specified in the data sheet. A removable
gasketed gland plate shall be provided. The space in the terminal chamber shall be
adequate for termination of incoming and outgoing cables. A terminal strip with
ELMEX type terminals shall be provided for incoming and outgoing cables. Supporting
facilities shall be provided for clamping the cables.
3.1.2 Zonal Fire Alarm Panel
3.1.2.1 Zonal fire alarm panel shall collect signals from various detectors/ manual call points
connected to its loops and shall monitor the status of detectors, cable faults. The
zonal fire alarm panel shall have provision to annunciate the fire / fault signal(s)
received from the detectors / manual call points connected to it’s loop(s). LEDs shall
be provided for the visual indication and electronic hooters for audible alarm.
3.1.2.2 LEDs shall be provided for power `ON’, fault, fire, multiple alarm indication etc. Push
buttons shall be provided for alarm acknowledgement, hooter reset, LED test etc.
Power ON / switch shall also be provided.
3.1.2.3 Zonal fire alarm panel shall generate output contacts for signals to repeat alarm
panels, central fire alarm panel, etc. It shall generate potential free contacts for
energization of hooters, exit signs, tripping of owner’s AHU and pressurization system
etc. If specified in the enquiry specification / data sheet the zonal fire alarm panel shall
have provision for the signals, alarms etc. as specified in the data sheets.
3.1.3 Repeat Alarm Panel
3.1.3.1 Repeat alarm panel shall receive signals from central fire alarm panel or zonal Fire
Alarm Panel or both & shall annunciate the same using audio-visual annunciation.
LEDs shall be provided for visual annunciation and electronic hooters for audible
annunciation. Additionally LEDs shall be provided for power ON, fault, fire, multiple
alarm indication etc. Push button shall be provided for alarm acknowledgment, hooter
reset as well as for LED test. Switch shall be provided for power ON.
3.1.3.2 Repeat alarm panel may either have :
LEDs arranged in a matrix (rows & column) along with text engraved alongside each
LED indicating the zone where the fault/ fire has occurred.
- OR -
LEDs arranged on graphic mimic of the zones/areas covered by the repeat alarm
panel.
6.0 CABLING
EPCC contractor shall supply and lay the necessary quantity of appropriate type of
cables for interconnections among main fire alarm panel, fire detectors, response
indicators, exit signs, hooters, sirens, repeater panel etc as per relevant applicable IS /
BS / IEC / DOT standards.
7.0 EARTHING
A common earth bus bar of minimum 25 x 3 mm copper or equivalent aluminium shall
be provided throughout the length of the panel. All non current carrying metallic parts
of the panel and mounted equipment shall be connected to the panel earth bus bar.
All doors and movable parts shall be connected to the earth bus by flexible cables. 2
Nos. earth terminals shall be provided outside the panels.
11.0 PAINTING
All metal surfaces shall be thoroughly cleaned and degreased to remove mill scale,
rust, grease and dirt. Fabricated structures shall be pickled and then rinsed to
remove any trace of acid. The under surface shall be prepared by applying a coat of
phosphate paint and coat of yellow zinc chromate primer. The under surface shall be
made free from all imperfections before undertaking the finishing coat.
After preparation of the under surface, the switchboard shall be powder coated with
two coats of epoxy based final paint . Colour shade of final paint shall be as specified
in datasheet. The finished panels shall be dried in stoving ovens in dust free
atmosphere. Panel finish shall be free from imperfections like pinholes, orange peels,
runoff paint etc.
All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust
formation. If these parts are moving elements then they shall be greased.
12.0 SPARES
The Bidder shall provide with his quotation separate priced list of recommended
operation and maintenance spares.
16.0 DEVIATIONS
16.1 Deviations from specifications must be stated in writing at the bid stage itself.
16.2 In the absence of such a statement it will be assumed that the requirements of the
specifications are met without exception.
VENDORS LIST
DOCUMENT NO : 44NC-4600:00:R:01:0005:A4
INDEX
No. of
Sheets
v. PIPING 29
vi. ELECTRICAL 22 4
vii. INSTRUMENTATION 26
ix. MISCELLANEOUS 4
A) Part of the unit / plant from OWNER / CONSULTANT approved vendors only. This shall
include sub-ordered items / components also. The ‘Approved Vendors’ shall be items
specific.
B) OWNER / CONSULTANT approved vendors list for the following items is enclosed in this
section.
Vendors on OWNER / CONSULTANT holiday list shall not be considered for ordering.
Names of such vendors who are put on OWNER / CONSULTANT‘Holiday List’
subsequent to vendor approval at bidding stage shall be informed to the CONTRACTOR
at any stage of the Project. CONTRACTOR shall comply with this requirement without
any time or cost implication to the OWNER.
E) For items not covered in the above list, the vendors list shall be approved by OWNER /
CONSULTANT prior to placement of order by CONTRACTOR. CONTRACTOR shall list
down the proposed suppliers / vendors for such items and submit the same for OWNER /
CONSULTANT’s review / approval along with necessary documents / credentials. Non-
acceptance of a particular proposed vendor due to any reasons whatsoever shall not be
a cause of schedule and cost implication.
G) For vendors included in each category, it will be Contractors responsibility to ensure that
item being ordered on approved vendor has been manufactured and supplied by them
(range, thickness, size, capacity, MOC etc.) on past projects of CPCL / CONSULTANT or
any reputed Refinery / Hydrocarbon Sector under TPI.
H) At any stage of the project, if it comes to the notice of OWNER / CONSULTANT that
CONTRACTOR have procured material / equipment, intentionally or unintentionally
whatsoever, from an unapproved vendor and/or items not falling in approved range of
vendor(s), the same shall be rejected forthwith and CONTRACTOR shall be liable to
replace such material / plant / machinery without any schedule and cost implication to the
OWNER.
I) List of vendors appearing anywhere else in the contract document, except for the
vendors list provided by PROCESS LICENSOR, shall not be considered by
CONTRACTOR and shall be superseded by the vendor list enclosed herewith.
Wherever, vendors list is given by Process Licensor, for specific items, it shall be
mandatory. If contractor intends to procure from any other vendors, clearance has to be
obtained from Licensor. Also other aspects like capability, timely delivery, solvency etc.
has to be ascertained by Contractor before placement of Orders.
J) It is understood that, should the name of vendors be changed due to change in their
Company or Corporate share holding, OWNER will accept such Vendors under its new
name with prior approval.
Any such approval shall, however, not release the CONTRACTOR from any of his
obligations under the contract; neither shall any such approval signify nominations or
instruction to use such a vendor. All approved vendors are deemed to have been freely
chosen by the CONTRACTOR at his own risk.
K) The approved vendors list for fabricated equipment (Vessels, Columns, Heat
Exchangers, Ejectors etc.) is for fabrication alone. Where mechanical design of the
equipment is included in CONTRACTOR’s scope, CONTRACTOR shall either himself or
through his Detailed Engineering sub-contractor be responsible for designing and
obtaining approval / review of Mechanical design calculations as per codes /
specifications specified elsewhere in the Bid / Contract document, from OWNER /
CONSULTANT.
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
-------------------------------------
-------------------------------------------------------------------------------------------------------------------------
i-----------------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------- ----------
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
3 MECO
4 Pyrotech Electronic
5 Vitronic
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
1. BECKMANN
2. FLUKE
3. AVO
4. KEW
1 M. C. MILLER USA
2 TINKER RASOR USA / Canada
3 CORRTECH India
60. VFD
VFD INDIGENOUS
1 BHEL India
2 Eurotherm dell india Ltd. India
3 Kirloskar Electric co. Ltd. India
4 L&T India
5 Rockwell Automation Ltd. India
6 Siemens India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
VFD FOREIGN
1 ABB
2 Fuji electronic co. Ltd.
3 Hitachi Ltd. Japan
4 Meidensha corp.
5 Reliance electric co.
6 Siemens AG International
7 Siemens – Allis Energy Products
8 Toshiba corporation
9 Vacon oyj
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
76. FUSES
Cooper Bussman India
2 GE India (P) Limited India
Indo Asian Fusegear Limited India
Larsen & Toubro Limited India
Siemens Limited India
78. MCCB
AEG India
2 GE India (P) Limited India
Larsen & Toubro Limited India
Schneider Electric India (P) Limited India
Siemens India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
80. MCB
Datar Switchgear Pvt. Limited India
2 Havell’s India Pvt. Limited India
Indiana Current Control Limited India
Indo Asian Fusegear Limited India
Legrand (India) Pvt. Limited (Mds) India
Schneider Electric India (P) Limited India
Siemens India
Standard Electricals Limited India
81. METERS
Areva T&D India
2 Automatic Electric Limited India
Imp India
Meco Instruments Pvt. Limited India
Nippen Electrical Instruments
Rishabh Instruments Pvt. Limited India
82. TIMERS
ABB India
2 Bhartia Industries Limited India
Electronic Autiomation Pvt. Limited India
GEC India
Larsen & Toubro Limited
Schneider India
Siemens Limited
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
Baliga India
2 Comet Brass Products India
3 Comet Industries India
4 FCG Flameproof Control Gears India
5 FCG Power Industries India
6 Flameproof Equipment Pvt. Limited India
7 Flexpro India
8 Prompt Engineers India
9 Standard Metal India
10 Sudhir Switchgear India
87. LT ISOLATOR
GE Power India
2 L&T India
3 Siemens India
88. TRANSDUCER
ABB India
2 ELSTER India
3 MECO India
4 Pyrotech Electronics India
5 Vitronics India India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
Baliga India
2 Comet Brass Products India
3 Comet Industries India
4 Flexpro India
5 Flameproof Equipment Pvt. Limited India
6 FCG Power Industries India
7 FCG Flameproof Control Gears India
8 Prompt Engineers India
9 Standard Metal India
10 Sudhir Switchgear India
11 Electromag India
93. CONDUIT
M Chandra India
2 Nagarjuna India
3 Senco India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
97. 110 KV CT
ABB Limited India – Mumbai
2 Areva Instrument Transformers Ltd. India – Bangalore
3 Bharat Heavy Electricals Ltd. India – Mumbai
4 Crompton Greeves Ltd. India – Mumbai
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
Note:-
For Electrical Equipment / Components please refer the above Vendor list. For any other Electrical Component
which is not covered in this Vendor List shall be as per Engineering Design Guidelines – Electrical Clause 10.0
(44 NC-4600-0000/E.02/0002/A4
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
P O N M L K J I H G F E D C B A
1
1
2
2
3
3
4
4
ASB-01
PCC-03
PCC-01
5
5
MCC-06
MCC-02
SS-WR-02
HV-211
6
6
TIER (TYP)
TOTAL NO. OF
OWNER -MCC
TRAYS IN THIS
SS-WR-01
MCC-07
MCC-04
7
7
PCC-02
TRANSF.
C
EPMCC-01
8
8
MCC-03
9
9
10
10
11
11
12
12
13
13
14
14
1:100
SCALE
DATE
REF. DWG. NO.
15
15
JOB NO.
UNIT
REVISIONS
CHENNAI, INDIA
DIVN. DEPT.
BY
16
16
3-1641-0500 REV.2
(A Govt. of India Undertaking)
REFERENCE DRAWING TITLE
DWG. NO.
CHKD APPD
REV.
A0-1189 x 841
P O N M L K J I H G F E D C B A
S.
Section Page No. Comments by M/s Jacobs EIL Reply
No.
Block Diagram FA System Resolution Dtd 24.2.2014
The limitation of number of detectors that can be installed in a loop is as
per manufacturer standard, same has been clearly included in Indian standard
(IS-2189). Please note that clause 4.2.4.2 of IS-2189 : 2008 state that the
number of detectors and devices per loop shall be as per manufacturer’s
recommendation and 90% of the full capacity shall be used. As per FA
manufacturers recommendations the suitability of detectors per loop is minimum
125 detectors and 125 devices (datasheet and catalogue attached) and in-line
with the IS-2189, 90% of the capacity can be used which comes approx 110
(taking lower side) detectors per loop and we are wiring between max. of 90-
100 detectors per loop which is much within the capacity indicated in IS-2189.
Not acceptable. LSTK shall refer and Further, NFPA-72 guidelines & OISD standards also do not specify any
1. 5 1 of 2 comply to Clause 23 of Technical limitation of number of detector in a loop and rather is as per the manufacturer
corrigendum-II. standard. In view of above it is not understood why M/s JACOBS is insisting on
limitation of detectors to 40 numbers per loop even when addressable type fire
alarm system is being available with much higher loop capacity for wiring
detectors (125 detectors).
The limitation of detectors to a lesser number was a constraint in earlier
conventional fire alarm system due to limitation in the resistance of loop circuit
and end-of-line resistance; however please note that this issue shall not arise
here as we are supplying an addressable fire alarm system.
Hence we are heading in-line with the IS-2189 standard wiring and max.
100 detectors in a loop shall be implemented. Same shall please be accepted.
Compliance to comments on Block Diagram Fire Alarm System (Refer Dwg. No. Date: 24.02.2014
A133-086-16-50-3016 Rev.A) for Coker Block (EPCC-1), CPCL-Manali Page 1 of 2
S.
Section Page No. Comments by M/s Jacobs EIL Reply
No.
Block Diagram FA System
1. - - Redundant Modbus RS 485 Communication Noted. It shall be incorporated in revised drawing. JE REPLY: NOTED
2. - - All interfaces to be indicated separately. Noted. It shall be incorporated in revised drawing. JE REPLY: NOTED
3. - - Indicate Cable size (Typical). Noted. It shall be incorporated in revised drawing. JE REPLY: NOTED
4. - - Rack Room, Field. Noted. It shall be indicated in revised drawing. JE REPLY: NOTED
The number of detectors/ devices in a single loop shall be PMC to note that as per cl. 4.2.4.2 of IS-2189-2008, up to 129
5. - - as per OISD/NFPA guidelines but limited to maximum of detectors can be included in a loop. All Vendors/ manufacturers
40 numbers. products are suitable for the same.
1. LSTK-01 shall submit detailed Fire Alarm System Noted. JE REPLY: NOTED
Configuration Drawing from vendor for PMC/ Owner JE REPLY: HEAT SENSING
JE REPLY: NOTED
review.
CABLE SHALL ALSO BE
2. Fire Alarm Panel redundancy, LCD display, EPROM Noted.
PROVIDED SUBSTATION
requirement to be specified by LSTK-01.
CABLE CELLAR
3. Other Detectors like Heat sink cable, etc as required to Noted. Heat sensing cables shall be provided in cable cellar of
be indicated by LSK-01. Control room as per cl.2.13.22 of Instrumentation Design Basis.
4. All detectors shall be intrinsically Safe. Detectors consider in the fire alarm system block diagram
Not acceptable.LSTK shall refer & comply to Clause 18.1 & 18.2 of (addressable type) are for substation, cellar and control room.
Annex. V to 44NC-4600-0000-/J.02/0101 - Inst Job PMC to note that substation and Cable cellar, control room are
Specification. classified as Safe area. So, intrinsically safe detectors are not
6. - - required in these buildings Intrinsically Safe detectors shall be
provided in Battery room only.
However, detectors connected to F&G PLC system shall be as
per instrumentation philosophy/specifications of bid package
5. Total F & G UPS Power supply & Battery back-up
requirement 9 including fire Alarm System) shall be as per Noted.
Tender. JE REPLY: NOTED
6. The Rack room mounted panels shall be identical to the
JE REPLY: NOTED
DCS/ESD panels. Noted.
7. In Rack room, only marshalling panels of standard sizes
shall be used and junction / Wall mounted boxes shall not Noted. JE REPLY: NOTED
be used.
8. LSTK-01 shall indicate signal exchange between Fire
9. LSTK-01 include response indicator in loop. PMC to note that as all the detectors are addressable,
response indicators are not required. But it shall be provided as
per tender requirements. JE REPLY: NOTED
11. - - Configuration PC. Noted. It shall be incorporated in revised drawing. JE REPLY: NOTED
ELECTRICAL INSTALLATION
Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
TABLE OF CONTENTS
1.0 GENERAL 3
2.0 DESIGN 3
3.0 EQUIPMENT & MATERIALS 5
4.0 CIVIL WORK 7
5.0 OUTDOOR SWITCHGEAR INSTALLATION 8
6.0 INSTALLATION OF TRANSFORMERS 8
7.0 INSTALLATION OF EHV, HV & MV SWITCHGEAR & MOTOR CONTROL CENTRES 9
12.0 MOTORS 11
AND INSTALLATION
19.0 INSTRUMENT & TOOLS 26
20.0 LABOUR, SUPERVISION, COORDINATION & PROGRESS, LICENCE, 27
STATUTORY APPROVAL
21.0 QUALITY ASSURANCE - QUALITY CONTROL 27
22.0 ACCEPTANCE OF INSTALLATION 28
REGULATIONS
23.2 APPENDIX II 30
1.0 GENERAL
1.1 SCOPE
This specification covers the technical requirements for equipment, materials and
installation methods, testing and commissioning of electrical system which will generally
include the following:
i) E.H.V & H.V. Outdoor Switchyards
ii) Power & distribution Transformers
iii) E.H.V., H.V. & M.V. Switchgear
iv) Motor Control Centres
v) Power distribution Boards/Power Control Centres
vi) Lighting Installation, including Lighting Distribution Boards, Lighting Fittings &
Socket Outlets.
vii) Wiring for Power, Control, Lighting & Instrumentation
viii) Earthing & bonding of Electrical Equipment, Anti-static Earthing & Lightning
Protection
ix) Emergency Power Generating Equipment
x) Batteries & Associated Equipment.
xi) Communication Systems
xii) Fire Alarm System
2.0 DESIGN
2.1 EQUIPMENT AND MATERIALS
Equipment of a major or specific nature, such as Transformers, Switchgear, Motor
Control Centres, Motors, Starting & Control Gear, Generators, Batteries, Rectifiers,
communication Equipment, Fire & Plant Alarm System etc. shall be provided by the
Contractor. Equipments supplied by the Contractor shall conform to the
Purchaser's/Owner's 'Particular Specifications' for such equipment. These specifications
may also be detailed in the Contract Documents. Materials not specifically described
shall be of the best quality, complying with applicable codes, standards or current
engineering practice. Selection of equipment and materials shall also be based on the
technical details, performance figures and recommendations given by the manufacturer
and site condition.
12.0 MOTORS
12.1 GENERAL
Motor shall be installed along with the driven equipment.
12.2 COMMISSIONING OF MOTORS
The Contractor shall check all the motors installed, carry out the tests required and
commission the motors. The work will include the following:
a. Check rotor for free movement.
b. Check end play in bearings.
c. Check for mechanical defects, if any, by visual inspection.
d. Inspect bearings to ensure they are greased.
e. For D.C. or slip ring induction motors, check commutators, slip rings, brushes,
brush holders and springs, brush lifting gear, etc. for satisfactory condition.
f. Check direction of rotation for correctness and reconnect the leads, if necessary.
g. Check conduit entries on terminal boxes, block unused entries.
h. Carry out insulation test with an appropriate megger.
After laying the cables, they shall be covered with sifted soil or clean sand well compacted,
up to 150 mm above the top of cables. The cables shall be covered by interlocking cable
tiles extending at least 50 mm beyond the cables on both sides. Alternative methods, such
as use of bricks for cable protection or coloured concrete screen, as specified elsewhere.
After placing of cable tiles, the trenches shall be backfilled completely with riddled soil.
Large stones shall not be backfilled. The backfill shall be well rammed and compacted.
At road crossings or at specified locations, cables shall be laid in hume pipes or
prefabricated cable ducts, or any other type of pipes specified elsewhere. After drawing the
cables, the ends of pipes or ducts shall be sealed adequately with wooden plugs or any
other approved means, to prevent ingress of soil or dirt into the pipes and ducts.
When directly buried cables enter the buildings, the openings made in walls shall also be
adequately sealed to prevent ingress of soil or sub--soil water into the building. Bituminous
or suitable type of PVC compound shall be used for this purpose.
Approved type of cable markers shall be fixed along the cable routes at a distance not
exceeding 15 meters along straight routes, and also where cable loops or cable joints are
located. The position of cable markers and cable identification tags shall coincide.
When cables are laid in multiple tiers, space between individual tier shall be filled and
compacted with sifted soil or sand. Spacing between tiers shall be as specified elsewhere.
Protective cable tiles above the topmost tier only.
13.2.5 Cables in Built-up Trenches
Cables run in trenches shall unless otherwise specified, be installed in sand, in layers.
Separators of non-combustible materials shall be provided, where necessary to ensure
adequate segregation between cables.
Each layer of cables shall be laid on a compacted and consolidated bed of clean sand
having well distributed grain sizes (silver sand). Each layer of cables shall be covered by a
well compacted clean sand up to 75 mm above the top of cables. Next layer of cables will
be laid on this sand bed. On completion of laying of cables, the whole trench shall be
completely sand filled and well compacted. The trenches shall then be covered by any one
of the following methods as specified elsewhere.
13.3.5.a All cable cores or conductors shall be connected to the equipment terminals be means of
approved type of connectors. Conductors of small sizes may be directly connected to
equipment terminals, without using special connectors. The sizes of directly connected
conductors will depend on the type of terminals provided. Connections of larger cables or
cables connected to motors shall be made, generally with crimping type cable lugs, unless
best quality, approved type, mechanical connectors are used. Solid conductor of small size
cable shall be connected by forming loop and Ross Cutney.
13.3.5.b Conductors shall be thoroughly cleaned and smeared with conducting petroleum jelly
before they are connected directly or with mechanical connectors, particularly when bi-
metallic connections, such as aluminium and copper or brass are made. Materials used for
mechanical connectors shall also be of suitable type when bi-metallic connections are
involved.
Mechanical connectors or equipment terminals shall be of pressure clamp type (not
pinching type), when aluminium conductors are to be connected. However, if stranded
aluminium conductors have to be made to pinching type terminals, the conductors shall be
soldered solid before connection.
13.3.5.c Core identification ferrules or coloured PVC adhesive tapes shall be provided for all
multicore cables at the point of connection. Generally, red, yellow & blue coloured tapes
may be used for identification of cores in power circuits. Ferrules or numbered tapes shall
be used for identification of control cable cores.
13.3.5.d Jointing & Soldering of Aluminium Conductors
Most of the cables used will be with aluminium conductors, and the contractor shall
exercise care for joining and soldering aluminium cables. The contractor shall ensure that
this work will be carried out by competent persons having a thorough knowledge and
experience of aluminium soldering work in electrical trade and preferably, having a
certificate from cable manufacturers.
The Contractor shall use special soldering materials & accessories such as fluxes, special
wiping cloth, cleaning tongs, special laddies & solder pot with thermometer, which are
essential for joining. The work shall be carried out strictly in accordance with approved
codes of practice for aluminium conductor soldering.
All materials used shall be of approved type. Petroleum conducting jelly or equivalent
corrosion inhibiting compound shall be copiously used after finishing the above work, to
prevent corrosion and its after effects
14.0 LIGHTING INSTALLATION
14.1 GENERAL
The lighting fixtures in the plant shall be fed from lighting panel. All outdoor lighting shall
be group controlled from control stations or through synchronous timer or photocell.
Lighting wiring between panel and lighting fixtures shall be done with PVC insulated
3 core (phase, neutral and earth) copper conductor armoured cable for hazardous areas.
Wiring in the building shall be done by means of 3 – core copper conductor, PVC insulated,
armoured cables, or PVC insulated copper conductor wires in conduit / Metsec
channel as specified elsewhere. All joints of conductors in Switchboards / JBs, fittings
shall be made only by means of approved mechanical connectors (nylon / PVC
connectors), Bare twist joints shall be permitted any where in the wiring system.
14.1.7 Circuit cables shall be cleared in a group to structure by using galvanised strip clamps or
run in cable trays wherever trays are available. Spacers and cleats shall be of required
size to accommodate the cables. All hardware shall be galvanised or zinc passivated.
Underground lighting cables (in paved areas) shall be taken in suitable G.I. sleeves buried
at a minimum depth of 300 mm from FFL. GI pipe sleeves shall be extended to 300 mm
above FFL. Exact termination / layout of G.I. pipes ( for protection of cables ) shall be
decided at site as per site convenience.)
14.1.8 Wiring for all socket outlet shall be done with 3 cores of equal sizes of wire for phase,
neutral and earth. The terminals of switch sockets shall be suitable to receive the size of
wire specified elsewhere.
14.1.9 All lighting fixtures shall be provided with terminal block with required terminals suitable for
connection of 2.5 sq. mm conductor size or higher as specified elsewhere.
14.1.10 The cable shall be straightened after unwinding it from the drum. All cables be clamped /
laid in straight run without any sag and kink.
14.1.11 For location where fan points are shown, fan hooks with junction box shall be provided
during concreting. Where fan hooks and J.Bs. are provided separately JB shall be located
within a distance of 300 mm from hook for mounting of ceiling rose.
f) A megger rated 1000 volts or higher shall be used for the test.
g) Check operation of automatic tap changer and its control panels (local and
remote), for correct functioning, if provided.
h) Check operation of forced cooling system complete with its control panel for
correct functioning, if provided.
i) Polarity & Phasing Out Test
j) Check external connection of the transformer in accordance with diagram of
connections and phase sequence (anti - clockwise).
k) Polarity & Connections of Instrument Transformers
l) Check for correctness of CT & PT connections provided with transformer. Check
electrical continuity of secondary circuits with ELV tester.
m) Adjust spacing of arcing horns / rod gaps, if provided.
18.3.2 EHV, HV & MV SWITCHGEAR
STATUTORY APPROVAL
20.1 SUPERVISORY LICENCE
The contractor shall possess a valid contractor's licence for the state in which site is
located and shall ensure its validity during the duration of the contract. The contractor
shall furnish authenticated copies of certificates to the purchaser for himself and his
workmen before commencement of work.
20.2 LABOUR
The Contractor shall employ adequate skilled and unskilled labour to complete all work
according to programme of work. Skilled workers shall possess the minimum
qualifications stipulated by statutory or competent authorities.
20.3 SUPERVISION
The Contractor shall employ adequate number of supervisors to control the labour force
and to carry out the work as per schedule. Supervisory staff shall also possess the
minimum qualifications stipulated by statutory and competent authorities.
20.4 CO-ORDINATION
The Contractor shall coordinate his work with that of other agencies, so that the work
can proceed smoothly and without hindrance to all concerned.
20.5 PROGRESS
The Contractor shall submit periodic Progress Reports to the engineer. The period of
report shall be determined by the Engineer. The Progress Report shall indicate planned
progress as per programme and physical progress. the format in which the reports are
to be submitted shall be decided by the Engineer.
20.6 STATUTORY APPROVAL
The Contractor shall be totally responsible for obtaining statutory approval from the
electrical inspector or any other statutory authority for the entire installation carried out
by him unless otherwise specified and agreed. Necessary test reports shall be
submitted by him to electrical inspector. This will be an integral part of the contract and
shall not be paid for separately.
21.4 The tests which the Contractor must perform, as a minimum requirement, shall be those
described in clause 15.0 of this specification in the order indicated and shall be made in
accordance with the equipment and / or systems Standards and Regulations quoted by
the Engineer in the Contract Documents and any tests required by the particular
equipment / system manufacturer.
21.5 Test values acceptable to the Engineer shall be those laid down in the indicated
standards and specifications by the Engineer, together with any values quoted in the
Contract Documents. Any discrepancy in the acceptable test values discovered by the
Contractor shall be resolved by the Engineer, whose interpretation shall be final. No
equipment shall be set to work unless tests on its associated circuits have been found
satisfactory.
REGULATIONS
23.2 APPENDIX II
1.2.2b The measured loop resistance is converted to ohms per km per conductor as :
R
Rt = ------
2L
Where
R = measured loop resistance in ohms at temperature, t°C;
Rt = measured resistance per conductor at t°C in ohms; and
L = length of cable (not the loop) in km.
1.2.4b Generally dc test should be preferred as test equipment required is compact, easily
portable and power requirements are low.
1.2.4c The cable cores must be discharged on completion of dc high voltage test and cable
should be kept earthed until it is put into service.
1.2.4d DC test voltage for old cables is 1.5 times voltage or less depending on the age of
cables, repair work or nature of jointing work carried out, etc. In any case, the test
voltage should not be less than the rated voltage. Test voltage in these cases should be
determined by the Engineer - in - charge of the work.
1.2.4e It may be noted that frequent high voltage tests on cable installations should not be
carried out. This test should be carried only when essential. During the high voltage
test, all other electrical equipment related to the cable installation, such as switches,
instrument transformers, bus bars, etc., must be earthed and adequate clearance
should be maintained from the other equipment and framework to prevent flashovers.
1.2.4f In each test, the metallic sheath / screen / armour should be connected, to earth.
2.0 CABLE INSTALLATION PLAN
2.1 On completion of laying, terminating and jointing of the cables, a plan should be
prepared, which should contain the following details of the installation:
2.2 All subsequent changes in the cable plan should also be entered.