Krishnapatnam-Hyderabad Pipeline Tender
Krishnapatnam-Hyderabad Pipeline Tender
PIPELINE
(Document No : B414-TENDER_DOC-B414-000-83-41-MK-T-9510)
Page 1 of 4779
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
B414- A ENQUIRY DOCUMENT - TENDER 10
TENDER_DOC-
B414-000-83-41-MK-
T-9510
B414-000-83-41-MK- 1 PIPELINE LAYING & HDD WORKS 815
T-9510
B414-000-83-41- B SCOPE OF WORK FOR PIPELINE LAYING AND HDD WORKS 816
SOW-0001 (PIPELINE ENGINEERING DEPARTMENT)
B414-000-83-41-LL- B LIST OF ATTACHMENTS FOR PIPELINE LAYING AND HDD 871
9510 WORKS (PIPELINE ENGINEERING)
B414-000-83-41- A BATTERY LIMIT SCOPE 882
30004
B414-000-83-41-3- H SCHEMATIC ARRANGEMENT OF PIPELINE FACILITIES 883
0001
B414-000-83-41-3- A OVERALL PIPELINE ROUTE MAP 884
0002
B414-400-83-41-1- A PIPING GAD FOR SV STATIONS (SV-01 TO SV-14) 885
0001
B414-000-83-41-SP- 2 PIPING MATERIAL SPECIFICATION 886
0010
B414-000-6-41- 0 WELDING SPECIFICATION CHART 945
WSC-0001
B414-000-6-41- 0 WELDING SPECIFICATION 952
WSP-0001
09-2-42-B414-02-42- 0 MISCELLANEOUS DOCUMENTS-FREE NUMBER FORMAT 997
PCS-1001
B414-000-83-41-SP- 0 JOB SPECIFICATION FOR GEO-TEXTILE BAGS FOR ANTI 1018
0015 BUOYANCY
B414-020-83-41-AD- 1 ADDENDUM TO STANDARD SPECIFICATION FOR 1023
0001 SUBMERGED ARC LONGITUDINAL WELDED (SAWL) LINE
PIPE (ONSHORE) (6-71-0001, Rev 6)
B414-020-83-41-AD- 2 ADDENDUM TO STANDARD SPECIFICATION FOR HIGH 1025
0005 FREQUENCY WELDED (HFW) LINE PIPE (ONSHORE) (6-71-
0005, Rev 5)
B414-000-83-41-AD- 1 ADDENDUM TO STANDARD SPECIFICATION FOR 3 LAYER 1027
0041 POLYETHYLENE COATING OF LINEPIPES (6-71-0041, Rev 4)
B414-000-83-41-AD- 0 ADDENDUM TO STANDARD SPECIFICATION FOR 1031
0059 DOCUMENTATION FOR PIPELINE CONSTRUCTION (6-71-
0059, Rev 6)
B414-000-83-41-AD- 0 ADDENDUM TO STANDARD SPECIFICATION FOR 1033
0151 TECHNICAL NOTES FOR PIPES (6-44-0051, Rev 7)
B414-000-83-41-ST- 0 TYPICAL RIGHT OF USE FOR PIPELINES 1035
0001
B414-000-83-41-ST- 0 TYPICAL TRENCH DIMENSIONS 1036
0005
B414-000-83-41-ST- A KILOMETER MARKER 1037
0008
B414-000-83-41-ST- 0 TYPICAL DETAILS OF WARNING MAT FOR PIPELINES 1038
0031
B414-000-83-41-ST- 0 SELECT BACKFILL FOR PIPELINE STATION APPROACH 1039
0032
B414-000-83-41-ST- 0 SELECT BACKFILL FOR PIPELINE IN SEISMIC ZONE 1040
0033
6-71-0001 6 Standard specification for submerged arc longitudinal welded 1041
(SAWL) line pipe (onshore)
6-71-0005 5 Standard specification for high frequency welded (HFW) line pipe 1077
(onshore).
Page 2 of 4779
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
6-71-0014 6 Standard specification for pipeline ball valves (onshore) 1109
6-71-0016 6 Standard specification for pipeline lubricated plug valves 1127
(onshore).
6-71-0021 6 Standard specification for long radius bends for onshore pipelines. 1141
6-71-0023 6 Standard specification for flanges and welded fittings {size DN 450 1152
mm (18") & above}
6-71-0024 6 Standard specification for seamless fittings and flanges (size upto 1160
DN 400 mm (16") ).
6-71-0035 6 Standard specification for casing insulators and end seals 1167
6-71-0041 4 Standard specification for 3 layer polyethylene coating of linepipes. 1177
6-71-0044 5 Standard specification for field joint coating (onshore pipelines). 1210
6-71-0046 5 Standard specification for concrete weight coating of onshore 1225
pipelines.
6-71-0048 2 Standard specification for repair of polyethylene coating 1237
6-71-0051 5 Standard specification for pipeline construction (onshore). 1243
6-71-0052 5 Standard specification for construction of pipelines crossing roads, 1281
rail roads and minor water crossings
6-71-0053 5 Standard specification for major water crossings (conventional 1292
trenching)
6-71-0054 5 Standard specification for major river / water crossing using 1305
directional drilling method
6-71-0055 4 Standard specification for hydrostatic testing of onshore pipelines. 1320
6-71-0057 6 Standard specification for pipeline markers 1340
6-71-0059 6 Standard specification for documentation for pipeline construction. 1346
6-71-0061 5 Standard specification for blasting 1355
6-71-0071 4 Standard specification for pipeline surveys (onshore). 1365
6-44-0012 5 Standard specification for fabrication and erection of piping 1390
6-44-0013 5 Standard specification for inspection, flushing and testing of piping 1405
systems.
6-44-0016 8 Standard specification for non destructive examination 1414
requirements of piping
6-44-0018 1 Standard specification for fabrication of piping spools 1435
6-44-0051 7 Technical notes for pipes. 1446
6-44-0052 7 Technical notes for valves. 1456
6-44-0053 7 Technical notes for flanges, spectacle blinds and drip rings. 1476
6-44-0054 7 Technical notes for butt welded, socket welded and screwed 1484
fittings.
6-44-0056 6 Technical Notes For Gaskets. 1493
6-44-0057 5 Technical notes for bolts and nuts. 1498
6-44-0064 2 Technical notes for hoses & hose couplings 1503
6-76-0001 4 Standard specification for erection of equipment & machinery 1509
6-76-0002 3 Standard specification for application of torque and hydraulic bolt 1531
tension for flange joints
6-78-0001 2 Specification For Quality Management System Requirements 1566
From Bidders
6-78-0002 2 Specification For Documentation Requirement From Contractors 1573
6-78-0003 2 Specification for Documentation Requirement from Suppliers 1583
6-79-0020 0 Standard specification for surface preparation and protective 1594
coating (new construction)
6-81-0001 4 Standard specification for positive material identification (PMI) at 1653
supplier's works
Page 3 of 4779
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
6-82-0002 4 Standard specification for positive material identification (PMI) at 1661
construction sites
6-82-1010 2 ITP for incoming material checking for contractor's supplied 1671
materials
7-71-0006 5 Pipeline symbols. 1679
7-71-0007 5 Topographical symbols. 1680
7-71-0009 5 Typical ROU boundary marker. 1681
7-71-0010 5 Aerial marker. 1682
7-71-0011 5 Direction marker. 1683
7-71-0012 5 Pipeline warning sign. 1684
7-71-0013 5 Existing pipeline on sleeper crossing. 1685
7-71-0014 5 Navigable waterway pipeline crossing warning sign. 1686
7-71-0015 5 Pipeline-road/highway uncased crossing. 1687
7-71-0016 5 Pipeline road/highway cased crossing. 1688
7-71-0018 5 Typical stream crossing. 1689
7-71-0019 5 Details of casing-vent and drain off. 1690
7-71-0020 5 Casing pipe details. 1691
7-71-0021 5 Existing underground pipe crossing (type-I). 1692
7-71-0022 5 Existing underground pipe crossing (type-II). 1693
7-71-0024 5 Underground cable crossing. 1694
7-71-0025 5 Overhead power line crossing. 1695
7-71-0026 5 For two pipelines in common trench 1696
7-71-0027 3 Typical slope breaker details 1697
7-71-0028 3 Bank protection details for water crossing 1698
7-71-0029 3 Typical details of railway crossings 1699
7-44-0002 5 Abbreviations. 1700
7-44-0003 5 Symbols of piping elements on drawings. 1702
7-44-0029 5 Piping dimensions fittings, weldolets and sockolets. 1706
7-44-0166 4 Dimensions for handle projection for spacers and blinds, 1/2"-24" 1707
NB (150CL,300CL, & 600CL FF)
7-44-0170 5 Gasket thickness. 1708
7-44-0250 7 Stud bolts RF 150# dimensions (ASME B16.5). 1709
7-44-0252 5 Jack screw for spectacle blind fig.8 and spacer & blind (150CL, 1712
300CL, 600CL RF).
7-44-0350 6 Vents and drains (on lines 1 ¿¿ and below) 1713
7-44-0351 6 Vents and drains (on lines 2¿ and above) 1714
7-44-0353 6 Wells installation 1¿¿ dia. taps (Up to class 600) 1715
7-44-0354 6 Pressure tappings (PA, PG, PC, PT, PIC etc) 1717
7-44-0476 5 Welding of pipe with different thickness. 1718
7-44-0477 5 Butt welding end preparation. 1719
7-44-0478 5 Fillet weld details. 1720
7-44-0479 5 Welding Details For Branch Connections (Not Breaking Into). 1721
7-44-0480 5 Butt weld details (dimensions). 1722
7-44-0481 5 Butt weld details (sequence of welds). 1723
7-44-0482 5 Welding detail for branch connections (stub in). 1724
7-44-0486 5 Tolerances for fabrication. 1725
7-44-0506 4 Table of basic span 1726
7-44-0507 4 Maximum spacing of guides for vertical and horizontal pipes 1727
Page 4 of 4779
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
7-44-0606 6 Pipe saddle for bare pipe size 2" thru 48" type-S6A (for temp. upto 1728
343 deg. C)
7-44-0608 5 Pipe saddle for bare CS pipe size 10" thru 80" Type-S8. (for temp. 1729
upto 343 deg.C)
7-44-0621 6 Low support sliding for bare & insulated pipe size 2" thru 36" type 1730
L1 & L1A
7-44-0623 6 Low support fixed for bare and insulated pipe size 2" thru. 36" type 1731
L3 and L3A.
7-44-0625 6 Low support sliding for bare pipe size 3/4" thru. 36" type L5A. 1732
7-44-0626 6 Low support sliding for bare and insulated pipe size 2" thru. 36" 1733
type L6.
7-44-0627 6 Low support fixed/restrained for bare and insulated pipe size 2" 1734
thru. 36" type L7 and L7A.
7-44-0628 6 Restrained low support for bare & insulated pipe size 2" thru 36" 1736
type L8 & 8A
7-44-0636 6 Low support stanchion for bare & insulated CS/AS/SS pipe type 1737
L16 and L16A.
7-44-0637 6 Adjustable low support with four bolts for pipe size 8" thru 24" 1738
type-L17 & 17A
7-44-0638 6 Adjustable low support for bare & insulated pipe size 2" thru 24" 1739
type L-18 & L18A.
7-44-0639 6 Adjustable low support with guide and cross-guide for bare & 1740
insulated pipe size 2" thru 24" type- L19 & L19A.
7-44-0641 5 Pipe clamp for bare CS / AS / SS pipe size ¿" thru 24" type- C1 1741
7-44-0644 5 U-bolt for bare C.S. pipe size ¿¿ thru 24" type-C4 (for operating 1742
temp. Upto 232oC)
7-44-0665 5 Turn Buckle (Heavy) for pipe size ¿" thru 24" 1743
7-44-0739 6 Dummy pipe support for bare pipe size 2" thru. 24" type B-39. 1744
7-44-0742 5 Pipe support brackets type B-42. 1745
7-44-0751 5 Guide support for bare pipe size 1/2" thru 24" type G1. 1746
7-44-0752 5 Guide support for bare pipe size 1/2" thru 24" Type- G2 & G2A. 1747
(for temp. upto 343 deg.C)
7-44-0753 5 Cross guide for bare pipe, size 2" thru 24" Type-G3. (upto 343¿C) 1748
7-44-0754 5 Cross-guide for bare pipe on sleeper / rcc beam size 2" thru 24" 1749
Type-G4 (for temp. upto 343¿C).
7-44-0755 5 Anchor for bare pipe on sleeper/RCC beam, size 2" thru 24" Type- 1750
G5 (upto 343¿C).
7-44-0792 5 Supporting arrangement for angle & relief valves type SP2. 1751
7-44-0793 5 Typical anti-vibration support for control valve type SP3. 1752
B414-000-83-41-DS- B DATA SHEET FOR BALL VALVES [BV, BELOW 2 INCH, 800#, 1753
0008 SW]
B414-000-83-41-DS- B DATA SHEET FOR PLUG VALVE [BV, BELOW 2 INCH, 800#, 1755
0009 SW]
B414-000-83-41-DS- B DATA SHEET FOR GATE VALVE [GV, BELOW 2 INCH, 800#, 1757
0010 SW]
6-81-0003 6 Itp For Seamless Pipes 1758
6-81-0004 6 ITP for valves 1764
6-81-0005 8 ITP for forged, seamless & welded fittings. 1771
6-81-0006 5 ITP for flanges, spectacle blinds & drip rings 1777
6-81-0007 5 Itp For Bolting Material 1783
6-81-0008 5 Inspection and test plan for gaskets 1790
6-81-0071 4 ITP for small size & assorted length pipes 1795
6-81-0072 4 ITP for small size ball valves (¿ 1 ¿¿) 1801
Page 5 of 4779
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
6-81-0088 4 ITP for long radius bends for onshore pipelines 1807
6-81-0091 4 ITP for onshore CS flanges and seamless fittings (upto 16" NB) 1812
6-81-0109 4 ITP for concrete weight coating of onshore pipelines 1817
6-81-0135 3 ITP for hose pipe and coupling 1823
6-81-0153 1 Inspection & test plan for piping spools 1828
9510_SURVEY 0 COMBINED SURVEY DATA 1836
DATA
B414-000-83-41-VL- B LIST OF APPROVED VENDORS (PIPELINE ENG.) 3798
9510
B414-000-83-41- A VENDOR DATA REQUIREMENTS [PIPELINE ENG.] 3822
VDR-9510
B414-000-06-45- 0 SCOPE OF WORK FOR CATHODIC PROTECTION SYSTEM 3824
CSW-01 FOR PIPELINES (CP SYSTEM)
B414-000-06-41- 1 ANY DOCUMENT TYPE SPECIFIC TO DEPT. 3848
EGP-0001
B414-000-06-45- A B414-000-06-45-CDB-01 Rev.B (Pipelline CP SYSTEM DESIGN 3861
CDB-01 BASIS) - Rev-B -31-12-2021-9510
B414-000-06-45- 0 DATA SHEET FOR SACRIFICIAL ANODE CATHODIC 3872
CDS-01 PROTECTION SYSTEM FOR PIPELINES
B414-000-06-45- 0 DATA SHEET FOR IMPRESSED CURRENT CATHODIC 3880
CDS-02 PROTECTION SYSTEM
B414-000-06-45- 0 DATA SHEET FOR CP TRANSFORMER RECTIFIER UNIT (CP 3887
CDS-03 SYSTEM)
B414-000-06-45- 0 DATA SHEET FOR CATHODIC PROTECTION POWER SUPPLY 3896
CDS-04 MODULE
B414-000-06-45- 0 DATA SHEET FOR COMPUTERIZED TEST STATION UNIT 3901
CDS-05 (CTSU)
6-45-0024 1 Specification for cathodic protection power supply module 3904
(CPPSM)
6-45-0025 1 Specification for cathodic protection transformer rectifier unit 3919
6-45-0026 1 Specification for Corrosion Survey 3935
6-45-0027 2 Specification for sacrificial anode cathodic protection system for 3942
pipelines
6-45-0028 1 Specification for Impressed Current Cathodic Protection System 3961
for Pipelines
6-45-0029 1 Specification for Equipment / Material for Cathodic Protection 3985
System for Pipelines
7-45-0601 2 Prepacked zinc anode 4002
7-45-0602 1 Prepacked magnesium anode 4003
7-45-0604 1 Test station with foundation details 4004
7-45-0605 1 Test station connection schemes 4005
7-45-0606 1 Galvanic anode installation 4009
7-45-0612 1 Shallow anode ground bed (PCP) 4010
7-45-0613 1 Anode lead junction box 4011
B414-000-06-45- 0 VENDOR DATA REQUIRMENT-for Tender-9510 4012
VDR-9510
B414-000-16-51- 1 SCOPE OF WORKS- INST. (TELECOM) 4016
SOW-9510
B414-000-16-51-LL- 1 LIST OF ATTACHMENTS-INSTRUMENTATION (TELECOM)) 4025
9510
B414-000-16-51- 0 VENDOR DATA REQUIREMENTS- INST.(TELECOM) 4028
VDR-9510
Page 6 of 4779
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
B414-000-16-51-CF- 0 COMPLIANCE FORMAT-TELECOM 4031
9510
B414-000-16-51-SP- 1 Job Specification¿OFC Installation and Associated works 4033
80
B414-000-16-51-SP- 0 Optical Fibre Cable Specification 4055
81
B414-000-16-51-SP- 0 Procedure for Optical Fibre Cable testing 4066
082
B414-000-16-51- 0 Arrangement of OFC with respect to Pipeline 4076
4701
B414-000-16-51- 0 OFC installation (Inside Terminals) 4077
4702
B414-000-16-51- 0 OFC installation (Cased Crossing) 4078
4703
B414-000-16-51- 0 OFC Joint Identification Marker 4079
4704
B414-000-16-51- 0 OFC Jointing Pit 4080
4705
B414-02-42-12-000- 2 LEGENDS AND GENERAL NOTES-1 4081
1191
B414-02-42-12-000- 2 LEGENDS AND GENERAL NOTES-2 4082
1192
B414-02-42-12-000- 2 LEGENDS AND GENERAL NOTES-3 4083
1193
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - INLET MANIFOLD 4084
1111
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - BOOSTER PUMPS 4085
1112
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - FLOW METERING 4086
1113 ASSEMBLY
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - MAINLINE PUMPS 4087
1114
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - SCRAPPER 4088
1115 LAUNCHER
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - SUMP TANK AND 4089
1116 SUMP PUMP
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - CORROSION 4090
1117 INHIBITOR SYSTEM
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - INTERLOCK 4091
1194 SUMMARY
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4092
1119 SCRAPPER RECEIVER
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4093
1120 FLOW METERING ASSEMBLY
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4094
1121 SCRAPPER LAUNCHER
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4095
1122 ONGOLE RT
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4096
1123 SUMP TANK SUMP PUMP & SLOP TRANSFER PUMP
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4097
1195 INTERLOCK SUMMARY
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - INTERLOCK SUMMARY 4098
1196
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - SUMP TANK SUMP 4099
1128 PUMP & SLOP TRANSFER PUMP
Page 7 of 4779
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - SCRAPPER 4100
1127 LAUNCHER
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - FLOW METERING 4101
1126 ASSEMBLY
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - SCRAPPER RECEIVER 4102
1125
B414-02-42-12-202- 2 INTERMEDIATE PIGGING STATION-3 - SCRAPPER 4103
1131 LAUNCHER
B414-02-42-12-202- 2 INTERMEDIATE PIGGING STATION-3 - SCRAPPER RECEIVER 4104
1130
B414-02-42-12-202- 2 INTERMEDIATE PIGGING STATION-3 - SUMP TANK SUMP 4105
1132 PUMP & SLOP TRANSFER PUMP
B414-02-42-12-202- 2 INTERMEDIATE PIGGING STATION-3 - INTERLOCK SUMMARY 4106
1197
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - SCRAPPER RECEIVER 4107
1134
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - FILTERS 4108
1135
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - FLOW METER 4109
1136
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - RECEIPT MANIFOLD 4110
1137
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - SUMP TANK AND SUMP 4111
1138 PUMP
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - INTERLOCK SUMMARY 4112
1198
B414-02-42-12-400- 2 IPS2 - IPS3 - SV STATIONS 4113
1129
B414-02-42-12-400- 2 IPS3 - HYDERABAD RECEIPT TERMINAL - SV STATIONS 4114
1133
B414-02-42-12-400- 2 IPS1 - IPS2 - SV STATIONS 4115
1124
B414-02-42-12-400- 2 KRISHNAPATNAM DESPATCH TERMINAL-IPS1 - SV 4116
1118 STATIONS
B414-000-83-41- A SCOPE OF WORK & SUPPLY(structural) 4117
SOW-5001
7-68-0051 6 Standard lifting hooks in precast slabs & chequered plates. 4131
7-68-0056 7 Metal insert plates. 4132
7-68-0060 1 Handrail - Tube and Ball Type 4139
7-68-0061 7 Handrail fixing to RCC structure. 4141
7-68-0062 6 Typical cranking detail of rebar at beam & col. junctions. 4142
7-68-0065 6 Expansion joints in buildings. 4143
7-68-0067 2 Structural details of misc arch features 4144
7-68-0201 6 Standard lugs. 4148
7-68-0202 7 Typical grating support. 4149
7-68-0203 7 Typical chequered plate support. 4150
7-68-0417 8 MS anchor bolt assemblies 4151
7-68-0501 8 Handrails 4158
7-68-0507 8 Details of steel ladder 4166
7-68-0509 7 Steel ladder joint details 4169
7-68-0626 5 Cable trench 4173
7-68-0627 2 Precast cable trench and joint detail 4190
7-68-0654 4 Detail Of Moment Connection For Mc [ ] Column To [ ] Beam 4192
Page 8 of 4779
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
7-68-0655 5 Cable trench for class-aa tracked / 70R-wheeled vehicle (crane 4194
approach)
7-68-0660 3 Typ. Detail Of Moment Connection With Mb Col. / Mc Box Col. To 4201
Mb Beam
7-68-0688 1 Welded shear connection details for parallel flange beam with 4205
parallel flange column
7-68-0689 4 Shear connections welded type - beam to beam 4207
7-68-0691 3 Detail of sliding T-support 4211
7-68-0695 3 Electrical cable tray supporting structure 4213
7-68-0697 5 Electroforged grating type-I & type-II 4222
7-67-0008 8 Pedestal For Stair/Ladder. 4230
6-68-0001 5 Standard specification civil and structural works - general scope. 4231
6-68-0002 6 Standard Specification Civil & Structural Works Materials. 4235
6-68-0003 6 Standard Specification Civil & Structural Works Earthwork. 4251
6-68-0004 8 Standard specification civil & structural works plain and reinforced 4265
cement concrete
6-68-0006 7 Standard specification civil & structural works structural steel 4296
works.
6-68-0007 7 Standard specification civil & structural works structural steel 4321
works (tubular/ hollow sections)
6-68-0008 7 Standard specification civil & structural works miscellaneous steel 4337
works
6-68-0009 5 Standard Specification - Civil & Structural Works - Brick Masonary. 4349
6-68-0012 5 Standard specification civil & structural works demolition and 4358
dismantling.
6-68-0013 5 Standard specifications civil and structural works miscellaneous 4365
items.
6-68-0014 1 Standard specification civil & structural works precast concrete 4374
6-68-0017 1 Standard specification - civil & structural works - bipolar concrete 4380
penetrating corrosion inhibiting admixture
6-68-0035 1 Standard specification civil & structural works water-proofing of 4394
underground concrete structures
6-68-0056 4 Standard specification civil & structural works bonding fresh 4425
concrete to old concrete by epoxy resin bonding system.
B414-000-83-41-SP- A JOB SPECIFICATIONS 4431
5001
Approved supplier A Approved supplier list(STRUCTURAL)- B414-9510 4446
list(STRUCTURAL)-
B414-9510
6-82-3100 1 Inspection & test plan (ITP) for civil, structural & architectural 4451
works (item rate contracts - with categorization)
B414-00-000-19-41- 0 TECHNICAL COMPLIANCE FORMAT- CONSTRUCTION 4516
TC01
B414-00-000-19-41- 0 CONSTRUCTION SUPERVISION & MANAGEMENT 4518
0001
Page 9 of 4779
BHARAT PETROLEUM CORPORATION
LTD. (BPCL),
KRISHNAPATNAM-HYDERABAD MULTI
PRODUCT PIPELINE (KHPL)
(BIDDING DOCUMENT NO. SM/B414-000-MK-T-9510/12)
BIDDING DOCUMENT
FOR
PIPELINE LAYING AND HDD WORKS FOR
KRISHNAPATNAM-HYDERABAD MULTI
PRODUCT PIPELINE (KHPL)
COMMERCIAL SECTION
Prepared by:
Page 10 of 4779
MASTER INDEX
SL.
DESCRIPTION
NO.
1. COVER PAGE
2. MASTER INDEX
3. INVITATION FOR BID (IFB)
4. BID DATA SHEET (BDS)
5. ACKNOWLEDGEMENT CUM CONSENT LETTER
Page 11 of 4779
SL.
DESCRIPTION
NO.
ii) FORM SP-0 (PRICE BID) FOR PART A, PART B, PART C AND PART D
iii) FORM SP-1 (SOR) FOR PART A, PART B, PART C AND PART D
TECHNICAL SECTION: INDEX OF TECHNICAL PART ATTACHED SEPARATELY WITH
14.
TECHNICAL SECTION
Page 12 of 4779
INVITATION FOR BIDS (IFB)
FOR
PIPELINE LAYING AND HDD WORKS FOR
KRISHNAPATNAM-HYDERABAD MULTI PRODUCT PIPELINE
(KHPL) OF M/s BPCL
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
(DOMESTIC COMPETITIVE BIDDING)
(e-Tendering on BPCL Portal)
1.0 INTRODUCTION:
M/s Bharat Petroleum Corporation Ltd. (BPCL), a Maharatna Company envisages to lay a
16” OD X 422 km (approx.) cross country multi product pipeline from BPCL, Krishnapatnam
Dispatch Terminal situated at Krishnapatnam Coastal Installation to its New upcoming
Terminal at Hyderabad with intermediate Tap off point at Ongole Depot en route, to meet
the growing demand of Petroleum products in state of Andhra Pradesh and Telangana.
Engineers India Ltd. (EIL), New Delhi has been appointed as the Engineering, Procurement,
and Construction Management (EPCM) Consultant for this project. EIL, invites e-bids under
Single Stage Two Part Bid System, for the subject enquiry from eligible bidders with sound
technical and commercial capabilities meeting the Bidder’s Qualification Criteria stated in
Cl. 5.0 below:
2.1. PART – A
Part-A covers approx. 138.200 km long 16” OD pipeline and associated works from Ch.
0.000 km (Krishnapatnam Dispatch Terminal in Andhra Pradesh) to Ch. 138.200 km
(scrapper receiver at IP-1 cum Tap off Point at Ongole in Andhra Pradesh). This part
includes Pipeline laying works, installation of scrapper launcher at Krishnapatnam
Dispatch Terminal in Andhra Pradesh, installation of scrapper receiver at Intermediate
Pigging Station IP-1 cum Tap off Point at Ongole, installation of all station isolation valves
(SIVs), MOVs (Motor Operated Ball Valves), flow tees, insulating joints (IJs), pig signallers
on the main pipeline section & all station piping works at seven (7 nos.) sectionalizing
valve (SV) stations (SV-1 to SV-7) including installation of SVs as detailed subsequently.
This part also include works such as installation of pipeline using HDD technique across
rivers/ canals/ fish ponds/ Railways/ NH/ SH crossings as specified elsewhere in bid
document.
2.2. PART – B
Part-B covers approx. 95.300 km long 16” OD pipeline and associated works from Ch.
138.200 km (from scrapper launcher at IP-1 cum Tap off Point at Ongole in Andhra
Pradesh) to Ch. 233.500 km (scrapper receiver at IP-2 in Andhra Pradesh). This part
includes Pipeline laying works, installation of scrapper launcher IP-1 cum tap off point at
Ongole, installation of scrapper receiver at Intermediate Pigging Station IP-2, installation
of all station isolation valves (SIVs), MOVs (Motor Operated Ball Valves), flow tees,
insulating joints (IJs), pig signallers on the main pipeline section & all station piping works
at two (2 nos.) sectionalizing valve (SV) stations (SV-8 & SV-9) including installation of
SVs as detailed subsequently. This part also include works such as installation of pipeline
using HDD technique across rivers/ canals/ fish ponds/ Railways/ NH/ SH crossings as
specified elsewhere in bid document.
Page 1 of 24
Page 13 of 4779
2.3. PART – C
Part-C covers approx. 75.182 km long 16” OD pipeline and associated works from Ch.
233.500 km (from scrapper launcher at IP-2 in Andhra Pradesh) to Ch. 308.682 km
(upstream side of Krishna river) (centerline chainage of Krishna river is 308.944km). This
part includes Pipeline laying works, installation of scrapper launcher at IP-2 and all station
piping works at two (2 nos.) sectionalizing valve (SV) stations (SV-10 & SV-11) including
installation of SVs as detailed subsequently. This part also include works such as
installation of pipeline using HDD technique across rivers/ canals/ fish ponds/ Railways/
NH/ SH crossings as specified elsewhere in bid document.
2.4. PART – D
Part-D covers approx. 113.729 km long 16” OD pipeline and associated works from Ch.
308.682 km (upstream side of Krishna river) (centerline chainage of Krishna river is
308.944km) to Ch. 422.411 km (BPCL’s Receipt Terminal (RT) at Malkapur, Hyderabad
in Telangana). This part includes Pipeline laying works, installation of all station isolation
valves (SIVs), MOVs (Motor Operated Ball Valves), flow tees, insulating joints (IJs), pig
signallers on the main pipeline section, installation of scrapper launcher/ receiver at IP-3,
installation of scrapper receiver at BPCL’s Receipt Terminal (RT) at Malkapur, Hyderabad
in Telangana & all station piping works at three (3 nos.) sectionalizing valve (SV) stations
(SV-12 to SV-14) including installation of SVs as detailed subsequently. This part also
include works such as installation of pipeline using HDD technique across rivers/ canals/
fish ponds/ Railways/ NH/ SH crossings as specified elsewhere in bid document.
For Detailed scope, please refer Technical Section of Bidding Document.
Permanent Cathodic Protection (PCP) Completion including interference survey and its mitigation,
Documentation related to it and submission of ROU NOCs: Within SIX (06) months from date of
Mechanical Completion as defined above for Part A .
PART-B:
Mechanical Completion within TEN (10) Months from the date of issue of Letter of Acceptance
plus TWO (2) months for Commissioning assistance.
PART-C:
Mechanical Completion within NINE (9) Months from the date of issue of Letter of Acceptance
plus TWO (2) months for Commissioning assistance.
PART-D:
Mechanical Completion within TEN (10) Months from the date of issue of Letter of Acceptance
plus TWO (2) months for Commissioning assistance.
Permanent Cathodic Protection (PCP) Completion including interference survey and its mitigation,
Documentation related to it and submission of ROU NOCs: Within SIX (06) months from date of
Mechanical Completion as defined above for Part D.
Detailed completion schedule shall be as per Annexure I of SCC in the Bidding document.
Page 2 of 24
Page 14 of 4779
for viewing & downloading, Tender details are also available in EIL website
and its fee http://tenders.eil.co.in
Cost of Bidding Document: NIL
b) Bidding Document : From 11.04.2023 to 02.05.2023
available on Website
Page 3 of 24
Page 15 of 4779
k) Communication address : Engineers India Ltd,
for submission of EI Bhawan,
documents, in hard copy
1, Bhikaji Cama Place,
(as applicable)
New Delhi – 110066
Ms Sunita Mitra – Sr.GM (SCM)
(Job no. B414)
If dates identified as (*) above happen to be a declared holiday in EIL New Delhi, the next
working day shall be considered.
All amendments, time extension, clarifications, etc. will be uploaded in the BPCL portal
(https://bpcltenders.eproc.in) only. There will not be any publication of the same through
newspapers or any other media. Bidders should regularly visit the BPCL portal to keep
themselves updated and submit their Bids based on the latest information/instructions hosted
in the BPCL portal.
Time extension shall also be published on EIL tender portal
(https://tenders.eil.co.in/newtenders)
Time and date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
Request for extension or queries received from any bidder on a date which is less than four
days prior to the bid due date may be ignored, since there will not be adequate time for proper
communication with Client and other Bidders.
5.0 BIDDER QUALIFICATION CRITERIA(BQC):
Bidder shall meet the criteria as specified below:
(*) Non Piggable City Gas Distribution Pipeline shall not be considered as cross-country
pipeline.
(#) In case more than one contract(s) are awarded under one Tender, these Contracts shall
be considered as single contract for evaluation of credentials of a Bidder for meeting their
experience criteria.
Page 4 of 24
Page 16 of 4779
5.1.3 In case a Bidder intends to get qualified for more than 1 (one) part, Bidder shall
meet, in a single contract, the requirement of minimum Length on cumulative
basis for combination of all qualified quoted parts as mentioned in column (3)
of table in clause no 5.1.2.
In case of any shortfall, the bidder will not be qualified for cumulative quoted parts, however
bidder may get qualified for individual parts.
5.1.4 NOTES:
5.1.4.1 Experience of Own Projects:
A job executed by a Bidder for its own plant/projects shall not be considered as
experience for the purpose of meeting the Qualification Criteria of the Enquiry
document.
However, Jobs executed for Subsidiary/ Fellow Subsidiary / Holding company shall be
considered as experience for the purpose of meeting BQC, subject to submission of
additional document towards “tax paid invoice(s) duly certified by Statutory Auditor of
the Bidder or consolidated statement issued by Statutory Auditor of the Bidder towards
payments of statutory tax” in support of the job executed for Subsidiary/ Fellow
subsidiary / Holding company.
In case referred Project falls under “No Tax Area” (like SEZ), Bidder can submit
certificate from their Statutory Auditor to this effect in place of Tax paid invoice.
Chartered Accountant (CA) (in place of Statutory Auditor) is acceptable where audited
accounts are not mandatory as per law for latest financial year. Also CA shall not be an
employee/ Director and not having any interest in the Bidder’s company/Firm.
Page 5 of 24
Page 17 of 4779
5.2 FINANCIAL QUALIFICATION CRITERIA
5.2.1 Turnover:
Theaverage annual turnover during three preceding financial years of the bidder as per the
audited annual financial results shall be minimum as under:
*Share Application Money pending allotment will be considered only in respect of share to
be allotted.
Accordingly, the definition of Net-worth shall be as follows:
Paid up share capital XXXX
Add : Share Application Money pending allotment XXX
Add : Reserves (As defined Above) XXXX
Less : Accumulated Losses XX
Less : Deferred Revenue Expenditure to the extent
not written off XX
Net worth XXXX
5.2.3 Working Capital:
Working Capital of the Bidder as per the immediate preceding year’s audited annual
financial results should be at least:
Page 6 of 24
Page 18 of 4779
In case, Bidder intends to quote/ qualify for more than one Part (s), then Bidder
shall meet the above requirement of Working Capital on cumulative basis for
those corresponding parts.
If the bidder’s working capital is negative or inadequate, then the bidder shall submit
a letter from their bank having net worth not less than Rs.100 crores (or equivalent
in USD), confirming the availability of line of credit for working capital mentioned
herein above [required Working Capital for the Quoted Part (s) on cumulative basis
(in case quoted for more than one Part].
In such a case, Bidder shall furnish a declaration from the bank for availability of unutilized
fund-based line of credit for the required value as explained above in the format (enclosed
as Appendix-II to this IFB). The letter shall provide the status of Fund based Line of
Credit as on any date between the date of Enquiry and final Bid Due Date.
Page 19 of 4779
5.4 DOCUMENTS AND DATA REQUIRED WITH BID
Bidders are required to submit all such past experience (s) (PTR) meeting the BQC along
with relevant supporting documents in the first instance itself, along with the bid to justify
that the bidder meets the Qualification criteria as given above. Accordingly, only such past
experience (s) shall be considered for qualification, details of which are provided in the bid
by the bidder and subsequently no additional past experience (PTR) shall be sought from
the Bidder.
5.4.1 Documents towards Experience Criteria:
The bidder in his own interest shall furnish the following documents in support of his meeting
the Bidder Qualification Criteria as per clause no. 5.1 of this document:
a. The provision for phase-wise execution of the work is permitted in the contract and these
phases are clearly identified in the contract.
b. Phase(s) for which the execution certificate has been issued is ready for commercial use.
Ready for commercial use for the above purpose shall mean the pipeline shall be
mechanically complete in all respects i.e., Hydro-testing, EGP OR Drying OR Nitrogen
purging (if applicable) has been completed.
iii) Schedule of Rates and/or any other documents, as required, to establish diameter wise
quantities and single Stretch length.
The failure to meet the above qualifying criteria(s) will render the bid to be summarily
rejected. Therefore, the bidder shall in his own interest furnish complete documentary
evidence including certificates(s) of the work executed, to justify the qualifying criteria.
Page 8 of 24
Page 20 of 4779
qualification) certifying in their letterhead that Financial Statements of Bidder are not
separately prepared and audited.
In case of a foreign subsidiary company who does not publish its financial results but has
only a consolidated annual report, then the consolidated annual report shall be considered
for evaluation provided the statutory auditor/chartered accountant certifies that separate
annual report of the bidder (without the financial data of subsidiaries) is not prepared and
audited and as per the laws of the country of incorporation of the subsidiary company, the
parent company is obligated to financially support the subsidiary, in case of the subsidiary’s
inability to discharge its obligations.
Further, Bidding company which is a wholly owned subsidiary of a foreign or Indian
company can be qualified based on the financials of its parent company provided the parent
company declares under a memorandum of understanding with the Indian subsidiary
(bidding company) that it would be jointly and severally responsible for all the jobs being
carried out by the bidding company.
In case the financial year closing date is within 9 months of final bid due date and audited
annual report of immediate preceding financial year is not available, Bidder has the option
to submit the financial details of the three previous years immediately prior to the last
financial year. Otherwise, it is compulsory to submit the financial details of the immediate
three preceding financial years.
For example, in case audited annual report of immediate preceding financial year (year
ending 31st March) is not available and where bid closing date is up to 31stDecember, the
financial details of the three previous years immediately prior to the last financial year may
be submitted. However, in case the bid closing date is after 31st December, it is compulsory
to submit the financial details of the immediate three preceding financial years only.
Note:
For meeting the Financial Criteria, bidders shall be required to submit the Audited
Annual Reports / Financial Statements of the Company as per the provision
mentioned above, duly audited and issued till the final bid due date. Bidder shall be
evaluated based on the Financial Statements of the Company submitted in the bid.
5.4.3 Failure to meet the above Qualification Criteria will render the Bid to be summarily rejected.
Therefore, the bidder shall in his own interest furnish complete documentary evidence in
the first instance itself along with their bids, in support of their fulfilling the Qualification
Criteria as given above.
5.4.5 Bidders are required to submit all such past experience (s) (PTR) meeting the BQC
along with relevant supporting documents in the first instance itself, along with the
bid. Accordingly, only such past experience (s) shall be considered for qualification,
details of which are provided in the bid by the bidder and subsequently no additional
past experience (PTR) shall be sought from the Bidder.
5.4.6 Bidder shall ensure that any certificate / reports issued / attested by a practicing chartered
accountant in India and submitted in the bid shall mandatorily include the UDIN number.
Certificate / reports issued / attested without UDIN number of practicing Chartered
accountant in India shall not be considered for evaluation.
Page 9 of 24
Page 21 of 4779
5.4.7 Authentication of Bidder’s BQC documents
a) It is Bidder’s prime responsibility to submit genuine and authentic documents. No
amount of checking or verification by EIL/BPCL shall absolve Bidder from his
responsibility.
b) All supporting documents, pertaining to “Bidder’s Qualification Criteria (Technical as
well as Financial)” including MSE certificateshall be duly verified and certified by TPIA
which is registered under “NABCB accredited bodies as per requirement of
ISO/IEC17020 as Type A” in QCI NABCB
websitehttp://nabcb.qci.org.in/accreditation/reg_bod_inspection_bodies.php
as on date of verification of documents and shall be submitted along with the unpriced
bid.Valid accreditation certificate of the TPI under “NABCB accredited bodies as per
requirement of ISO/IEC 17020 as Type A” in QCI’s NABCB website, should also be
furnished by the bidder.
c) All charges of the Third Party Verification shall be borne by the Bidders.
d) In case of BPCL/EIL work order, P.O, certification by TPIA is not mandatory (for
documents pertaining to technical criteria).
e) BPCL/EIL reserves the right to accept / reject any or all bid- qualification documents
at their sole discretion without assigning any reason whatsoever.
f) BPCL/EIL, at its discretion reserves the right to verify information submitted and
inspect the facilities at party’s work to confirm their capabilities. BPCL/EIL also
reserves the right to independently assess the capability and capacity of the bidder
for execution of the project.
Page 22 of 4779
strength of previous verification and accepted by EIL. However, in such case, bidder
shall indicate in their bid that PTR documents submitted in this bid has already been
verified by EIL from Bidder’s Client in tender no.__________________ for Project.
f) In case bidder’s supporting documents are not in English language and bidder also
submits duly certified translated documents, verification from document issuing
authority shall be carried out only for the original documents issued by the Client.
Page 11 of 24
Page 23 of 4779
marked in the transgression provision in the Integrity Pact so that Integrity Pact remains a
single and unified document with regard to the objective of Integrity Pact.
In this regard, bidder shall submit an affidavit (on non-judicial stamp paper of Rs. 100 in
case of Indian bidders duly notarized) towards transgression in terms of Integrity Pact. Non-
submission of same shall lead to rejection of the offer.
8.5. In case of partnership firm, Integrity Pact must be signed by all partners.
8.6. In case Bidder engages Sub-contractor, than Integrity Pact shall also be signed by that Sub-
Contractor and shall be submitted in the bid. However, affidavit for transgression shall be
submitted by the Principal Bidder only, including the confirmation of transgression status of
sub-Contractor as per Format enclosed in Bidding document.
8.7. In case bidder engages sub-Contactor(s) after award of work, then Integrity Pact shall also
be signed by the sub -Contractor(s).
8.8. Bidders may raise disputes/complaints, if any, with the Independent External Monitor, as
nominated from time to time.
Page 12 of 24
Page 24 of 4779
BPCL’s Bank Account details are as under:
9.5. If the Bidder, after submission, revokes the bid or modifies the terms and conditions thereof
during the validity of bid except where BPCL/EIL has given opportunity to do so, the earnest
money shall be liable to be forfeited. BPCL/EIL may at any time cancel or withdraw the
Invitation to Bid without assigning any reason and in such cases the earnest money
submitted by Bidder will be returned to him.
9.6. EIL/ BPCL shall return EMD to unsuccessful Bidders if it is submitted in the form of BG.
BPCL shall return the EMD submitted in the form of DD / Electronic Funds Transfer directly
to unsuccessful Bidders. In the case of successful Bidder, the EMD shall be returned to
them after the order / contract is effective and Contract Performance Bank Guarantees
submitted as per tender conditions. No interest shall be payable by BPCL on the EMD at
the time of returning the same.
9.7. Exemption of EMD:
EMD exemption shall be applicable for Micro and Small Enterprises (MSEs) as per
applicable Govt. guidelines.
On opening the un-priced bid, the MSE certificate (Udyam Registration Certificate) may
be verified for registration on Govt. websites. If the bidder meets this requirement, their bid
will be processed further. If not, the bidder will be asked to submit EMD. In case the bidder
does not submit the EMD within 7 calendar days of EIL intimation, then their bid shall be
rejected.
The MSE certificate (Udyam Registration Certificate) shall be valid as on date of opening
of un-priced bid.
The above document submitted by the bidder shall be duly certified (in original) by a
practicing Chartered Accountant (not being an employee or a Director or not having any
interest in the bidder’s company/firm) where audited accounts are not mandatory as per law
or duly notarized by any Notary Public in the bidder’s country.
If the bidder does not provide the appropriate document or any evidence to substantiate the
above, then it will be presumed that they do not qualify for any preference admissible in the
Public Procurement Policy, 2012.
9.8. There will be no waiver of EMD for Public sector undertakings of central / state Government
undertakings.
Bidder shall be required to submit the Power of Attorney in the name of authorized signatory
signing the bid. However, in case of General Power of Attorney, photocopy duly notarized /
signed by CEO/ CFO/ Company Secretary or any member of the Board of Directors shall
be submitted.
Page 13 of 24
Page 25 of 4779
10.3. Bid should be valid for 04 (Four) months from the date of Unpriced bid opening.
10.4. Documentation for MSE Bidder:
MSE bidder shall submit Udyam Registration Certificate for the purpose of availing
various benefits defined for MSEs in the Bidding Document. No other documents like NSIC,
UAM, EM-Part-II shall be considered.
However, any further Govt. guidelines in this regard shall prevail.
11.0 GENERAL
11.1. Unincorporated Joint Venture (JV) / Consortium Bids shall not be accepted.
11.2. Procurement from a Bidder from a Country Sharing Land Border with India
11.2.1. Department of Expenditure (Ministry of Finance) of Government of India through OM no.
6/18/2019-PPD dated 23.07.2020 & 24.07.2020 (Public procurement no. 1, 2 & 3) has
issued the guidelines regarding procurement from bidders from a country or countries
sharing Border with India. These guidelines are available on the website of DoE
(https://doe.gov.in/).
11.2.2. Any bidder from a country which shares a land border with India will be eligible to bid in any
procurement whether of goods, services (including consultancy services and non-
consultancy services) or works (including turnkey projects) only if the bidder is registered
with the Competent Authority specified in Annexure-I of the DoE OM dated 23.07.2020
(Public procurement no. 1).
However, above shall not be applicable to the bidders from those countries (even if sharing
a land border with India) to which the Government of India has extended lines of credit or
in which the Government of India is engaged in development projects.
11.2.3. “Bidder" (including the term 'tenderer', 'consultant' or 'service provider' in certain contexts)
means any person or firm or company, including any member of a consortium or joint
venture (that is an association of several persons, or firms or companies), every artificial
juridical person not falling in any of the descriptions of bidders stated herein before,
including any agency branch or office controlled by such person, participating in a
procurement process.
11.2.4. "Bidder from a country which shares a land border with India" for the purpose of this Order
means: -
i) An entity incorporated, established or registered in such a country; or
ii) A subsidiary of an entity incorporated, established or registered in such a
country; or
iii) An entity substantially controlled through entities incorporated, established or
registered in such a country; or
iv) An entity whose beneficial owner is situated in such a country; or
v) An Indian (or other) agent of such an entity; or
vi) A natural person who is a citizen of such a country; or
vii) A consortium or joint venture where any member of the consortium or joint
venture falls under any of the above
11.2.5. The beneficial owner for the purpose of (11.2.4) above will be as under:
i) In case of a company or Limited Liability Partnership, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more
juridical person, has a controlling ownership interest or who exercises control through
other means.
Explanation—
a) "Controlling ownership interest" means ownership of or entitlement to more than
twenty-five per cent of shares or capital or profits of the company;
Page 14 of 24
Page 26 of 4779
b) "Control" shall include the right to appoint majority of the directors or to control
the management or policy decisions including by virtue of their shareholding or
management rights or shareholders agreements or voting agreements;
ii) In case of a partnership firm, the beneficial owner is the natural person(s) who,
whether acting alone or together, or through one or more juridical person, has
ownership of entitlement to more than fifteen percent of capital or profits of the
partnership;
iii) In case of an unincorporated association or body of individuals, the beneficial owner
is the natural person(s), who, whether acting alone or together, or through one or
more juridical person, has ownership of or entitlement to more than fifteen percent of
the property or capital or profits of such association or body of individuals;
iv) Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial owner
is the relevant natural person who holds the position of senior managing official;
v) In case of a trust, the identification of beneficial owner(s) shall include identification of
the author of the trust, the trustee, the beneficiaries with fifteen percent or more
interest in the trust and any other natural person exercising ultimate effective control
over the trust through a chain of control or ownership.
11.2.6. An Agent is a person employed to do any act for another, or to represent another in
dealings with third person.
11.2.7. Bidders shall submit a certificate of compliance in the enclosed Appendix-III to this IFB.
This certificate shall be on the company’s letter head and shall be duly signed & stamped
by the authorized signatory of the bidder.
In case at any stage, if it is found the above certification given by the bidder is false, their
bid shall be rejected and shall be liable for other actions like placement on suspension/
banning or forfeiture of EMD. However, if this is found after order placement, this would be
a ground for immediate termination and further legal actions in accordance with law/
provision of bidding document including suspension/ banning and encashment of CPBG.
11.2.8. In addition to above, such bidders (falling under the clause 11.2.1 to 11.2.6 above) shall
also be required to submit evidence of registration with competent authority. In case of non-
submission of required evidence of registration or in valid registration, bid shall be rejected.
11.2.9. In respect of tenders, registration shall be valid at the time of submission of bids and at the
time of acceptance of bids/ order/ LOA placement. In respect of supply otherwise than by
tender, registration should be valid at the time of placement of order. If the bidder was validly
registered at the time of acceptance / placement of order, registration shall not be a relevant
consideration during contract execution.
11.2.10. Provision for Sub-Contracting in Works Contracts:
11.2.11. In works contracts, including turnkey contracts, contractors shall not be allowed to sub-
contract works to any contractor from a country which shares a land border with India unless
such contractor is registered with the competent authority. The definition of “contractor from
a country which shares a land border with India” shall be as per clause 11.2.4 above.
Bidders shall be required to submit a certificate in the enclosed Appendix-IV to this IFB.
11.3. EIL/BPCL reserves the right to evaluate the Bids using in-house information.
11.4. Bidder should not be under liquidation, court receivership or similar proceedings. Bidder
shall submit an undertaking in Company’s letterhead as per the format enclosed in the
bidding document [refer proposal Form-B in this regard].
Page 15 of 24
Page 27 of 4779
11.5. The bidders who are on Holiday/Negative list of BPCL or EIL on final due date of submission
of bid/date of unpriced bid opening/ during the process of evaluation of the bids, the offers
of such bidders shall not be considered for bid opening/evaluation/Award. If a supplier / an
agency is placed on holiday/ negative list/suspension/ banning after opening of unpriced
bids but before opening of priced bids, further evaluation shall be stopped and the
corresponding priced bid will not be opened.
Similarly, if a bidder is qualified based on engaging a sub-contractor/ sub-vendor who meets
stipulated qualification criteria, in case such a sub-contractor is on Holiday/ Negative
list/suspension/banning of EIL/BPCL on due date of submission of bid / during the process
of evaluation of the bids, the offer of such a bidder shall not be considered for bid
opening/evaluation/Award.
If a supplier/ an agency is placed on holiday/ negative list/suspension/banning list of
EIL/BPCL after opening of priced bids and such a supplier/ agency happens to be the lowest
bidder, the enquiry shall be refloated for the items/ parts for which the bidder is lowest.
11.6. In addition to above, bidders shall submit a declaration of Holiday Listing order issued by
BPCL / MOPNG debarring bidder to carrying on business dealings with BPCL/ MOPNG as
per the Format available under BPCL HOLIDAY LISTING POLICY FOR VENDORS -NOV
2022.
Further, any wrong declaration in respect of holiday listing shall render the vendor liable for
action under the holiday listing policy of BPCL/EIL.
11.7. BPCL / EIL shall not be responsible or liable for cost incurred in preparation, submission &
delivery of Bids, site visit, participating in discussions and other expenses incurred during
the Bidding process, regardless of the conduct or outcome of the Bidding process.
11.8. In case, any Bidder is found to be involved in cartel formation, their Bid shall not be
considered for evaluation/placement of order. Such Bidder shall be put on Holiday /
blacklisted / debarred from Bidding in future for BPCL/EIL.
11.9. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.
11.10. BPCL reserves the right to conduct price negotiation with L1 bidder.
11.11. EIL/BPCL reserves the right to reject any/or all the Bids received or annul the Bidding
process at any time at their sole discretion without assigning any reason thereof.
11.12. Unsolicited clarifications to the offer and/ or change in the prices during the Bid validity
period would render the bid liable for rejection.
11.13. Policy for providing Preference to Domestically Manufactured Iron & Steel Products in
Government Procurement (DMI&SP) shall be applicable.
11.15. For terms and conditions and other details/Specifications, refer complete Bidding document
and subsequent Amendment(s), if any.
Page 16 of 24
Page 28 of 4779
11.16. Clarification, if any, can be obtained from Mr. Prashant Sapkale /Ms. Sunita Mitra / Mr.
Manoj Kumar through following number.
Telephone No. +91-11-2676 3499/3169/3504 E-mail: [email protected];
[email protected]; [email protected]
This is not an Order.
Page 17 of 24
Page 29 of 4779
APPENDIX-I TO IFB
To
Bharat Petroleum Corporation Ltd.
Dear Sirs,
2. You will have the full liberty without reference to us and without effecting this guarantee
postpones for any time or from time to time the exercise of any of the powers and rights
conferred on you under the contract with the said and to enforce or to for bear from
endorsing any power of rights or by reason of time being given to the said which under
law relating to the sureties would but for provision have the effect of releasing us.
4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the
said______________________but shall in all respects and for all purposes be binding
operative units payment of all money due to you in respect of such liabilities is paid.
5. Our liability under this guarantee is restricted to Rupees __________________
Our guarantees shall remain in force until_________________ unless a suit
or action to enforce a claim under___________________ Guarantee is
filed against us within six months
from______________________ (which is date of expiry of guarantee) all our
Page 18 of 24
Page 30 of 4779
rights under the said guarantee shall be forfeited and shall be relieved and discharged
from all liabilities there under.
6. We have power to issue this guarantee in your favour under Memorandum and Articles
of Association and the undersigned has full power to do under the Power of Attorney
dated granted to him by the Bank.
Yours faithfully
Bank by its Constituted Attorney Signature of a person duly authorized to sign on behalf of the
bank.
Page 19 of 24
Page 31 of 4779
APPENDIX – II to IFB
‘M/s Bharat Petroleum Corporation Limited (BPCL)/ Engineers India Limited (EIL)
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
WORKS: PIPELINE LAYING AND HDD WORKS
Ref:_____________ Date:
_________
The credit limits of the Company as on ________ <Insert any Date between the date of
Enquiry and final Bid Due Date>are as follows:
Yours Faithfully,
Signature
Name:
Designation:
E-mail ID:
Mobile number
Page 20 of 24
Page 32 of 4779
APPENDIX-III TO IFB
BIDDER’S UNDERTAKING
(On Company’s Letter Head)
To,
M/s Bharat Petroleum Corporation Limited (BPCL)/ Engineers India Limited (EIL)
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
WORKS: PIPELINE LAYING AND HDD WORKS
"I have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India enclosed in the subject tender; I hereby certify that this bidder
___________________ (name of the bidder) is:
i) Not from such a country and is eligible to be considered. : Yes / No (*)
ii) - If from such country, has been registered with the Competent Authority : Yes / No (*)
iii) If from such country, valid registration certificate from the competent : Yes / No (*)
authority have been submitted in the bid.
I hereby certify that the bidder fulfills all requirements in this regard and eligible to be
considered.
(*) Tick Yes or No, whichever is applicable
Page 21 of 24
Page 33 of 4779
APPENDIX-IV TO IFB
(On Company’s Letter Head)
To,
M/s Bharat Petroleum Corporation Limited (BPCL)/ Engineers India Limited (EIL)
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
WORKS: PIPELINE LAYING AND HDD WORKS
Dear Sir
"I have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India enclosed in the subject tender and on sub-contracting to
contractors from such countries; I hereby certify that this bidder ___________________ (name
of the bidder) is:
i) Not from such a country : Yes / No (*)
ii) If from such country, has been registered with the Competent Authority : Yes / No (*)
If from such country, valid registration certificate from the competent : Yes / No (*)
authority have been submitted in the bid.
I further certify that the bidder will not sub-contract any work to a contractor from such countries
unless such contractor is registered with the Competent Authority.
I further hereby certify that the bidder fulfills all requirements in this regard and is eligible to be
considered.
(*) Tick Yes or No, whichever is applicable
Page 22 of 24
Page 34 of 4779
APPENDIX-V TO IFB
1 EVALUATION METHODOLOGY
1.1 Evaluation/ordering shall be carried out on Part basis. (as detailed below):
PARTA
Full quantities indicated against SOR 1 shall be grouped together and awarded to a single
bidder.
PARTB
Full quantities indicated against SOR 2 shall be grouped together and awarded to a single
bidder.
PARTC
Full quantities indicated against SOR 3 shall be grouped together and awarded to a single
bidder.
PART D
Full quantities indicated against SOR 4 shall be grouped together and awarded to a single
bidder.
1.2 Techno commercial Evaluation shall be done taking following into consideration:
• Bidder’s Experience Qualification
• Bidder’s Financial Qualification
1.2.1 Bidder’s Experience Qualification
Qualification of Bidder for laying works shall be established based on criteria specified in
the IFB. Quoted price for those Parts for which Bidder gets qualified shall be taken up for
Price Bid Opening.
1.2.2 Bidder’s Financial Qualification
Qualification of Bidder for laying works shall be established based on criteria specified in
the IFB. Quoted price for those Parts for which Bidder gets qualified shall be taken up for
Price Bid Opening.
1.3 The priced bids for the Techno–Commercially acceptable bidders shall be opened by
BPCL/EIL considered for evaluation.
1.4 Output GST and GST Compensation cess (if applicable) shall be considered for evaluation.
1.5 In case a bidder quotes for more than one Part and is qualified for the quoted Parts
individually but is not qualified for the combinations of the Parts together on cumulative
basis, bid shall be opened in the following order of precedence:
Page 23 of 24
Page 35 of 4779
1.6 Public Procurement Policy on Procurement of Goods and services from Micro and Small
Enterprises (MSEs) Order 2012 shall not be applicable for this tender.
1.7 Purchase Preference (linked with local content) as per “Public Procurement (Preference to
Make in India) (PPP-MII) Order, 2017” revised and issued by DPllT vide Order no. P-
45021/2/2017-PP-(BE) dated 16.09.2020 for Class-I Local suppliers is applicable as per
provisions of bidding document.
For Methodology and other details, refer Appendix-I to ITB
2 PLACEMENT OF ORDERS
2.1 Order shall be placed for full quantity against each individual Part on L1 basis, considering
Bidder’s Financial Qualification.
2.2 All Parts (i.e., A, B, C& D) can be awarded to a single Bidder. In case a Bidder is
qualified on cumulative basis for combination of all parts, In this case, a single order
shall be placed. However, all terms & conditions including Delivery Schedule
specified in IFB, Price Reduction for delay, submission of CPBG, Defect Liability
Period and all other liabilities etc. shall be implemented separately and
independently for each Part.
Page 24 of 24
Page 36 of 4779
BIDDING DOC NO.: SM/B414-000-MK-T-9510/12
8. Documentation required Shall be as per Clause 5.4 of IFB & clause no 10.0 of ITB.
Page 1 of 1
Page 37 of 4779
PROFORMA FOR ACKNOWLEDGEMENT LETTER
Sr. GM (SCM)
EIB-1st Floor,
Engineers India Limited,
1, Bhikaji Cama Place,
New Delhi - 110066
Dear Sirs,
We acknowledge with thanks receipt of your above cited Bidding Document along with enclosures.
We undertake that the contents of the above Bidding Document 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.
1 Part A
2 Part B
2 Part C
3 Part D
Contact Person :
Bidder’s Address :
Bidder’s E-mail :
Page 38 of 4779
(to be typed on bidder’s letter head)
COVERING LETTER FOR SUBMISSION OF OFFERS
From:
_______________________
_______________________
To
SENIOR GENERAL MANAGER (SCM),
EIB-1st Floor,
Engineers India Limited,
1, Bhikaji Cama Place,
New Delhi - 110066
Dear Sir,
Please find herewith our offer in line with requirement of EIL Bidding Document. We confirm that:
3. We understand that any technical or commercial deviation in the offer shall render our offer liable
for rejection.
4. Our offer shall remain valid for 04 (Four) months from the Unpriced Bid Opening.
We declare that the statement made and the information provided in our offer is true and correct in all
respect. In case, it is found that the information/ documents provided by us are incorrect/ false, our
application shall be rejected by EIL/BPCL without any reference to us.
Thanking you,
Very Truly Yours,
Page 39 of 4779
KRISHNAPATNAM-HYDERABAD MULTI PRODUCT
PIPELINE (KHPL) OF M/s BPCL
Page 1 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 40 of 4779
INDEX
Page 2 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 41 of 4779
GENERAL
1. SCOPE OF BID
1.1 EIL hereinafter called "the Consultant" on behalf of the M/s BHARAT PETROLEUM
CORPORATION LIMITED (BPCL), hereinafter called "the BPCL/
Purchaser/Employer/Owner” wishes to receive bids as described in the Bidding
Documents.
1.2 Scope of Bid: The scope of work shall be as defined in the Technical specifications
included in the Bidding Document.
1.3 The successful bidder will be expected to complete the Scope of Bid within the period
stated in bidding document.
1.4 Throughout this Bidding Documents, the term “Bid” and “Tender” and their derivatives
(“Bidder/Tenderer”, “Bid/Tendered/Tender”, “Bidding/Tendering”, etc.) are synonymous,
and day means calendar day. Singular shall also means plural and vice versa.
1.5 Throughout this Bidding Documents, the term "Contract" and "Purchase Order (PO)"
are synonymous.
2. ELIGIBILITY TO BID
2.1 Eligible bidder means, a bidder meeting the BQC criteria in case of open Enquiries and
bidder to whom the enquiry has been issued in case of limited enquiries. Agents /
authorised distributors / authorised dealers / authorised supply houses can bid only if
specifically permitted in the enquiry document.
2.1.1 Pursuant to qualification criteria specified in IFB/RFQ, the bidder, along with his bid,
shall furnish all necessary supporting documentary evidence to establish the Bidder
claim of meeting qualification criteria.
2.1.2 The documentary evidence of the Bidder's qualifications to perform the contract if their
Bid are accepted, shall establish to the BPCL's/EIL's satisfaction that, the Bidder has the
financial and technical capability necessary to perform the Contract.
2.2 Consortium, Un-incorporated JVs etc. can bid only if specifically permitted in the enquiry
document.
2.3 The bidders who are on Holiday/Negative list of BPCL or EIL on due date of submission
of bid/ during the process of evaluation of the bids, the offers of such bidders shall not be
considered for bid opening/evaluation/Award. If the bidding document were issued
inadvertently/downloaded from website, offers submitted by such bidders shall also be
not considered for bid opening/evaluation/Award.
Similarly, if a bidder is qualified based on engaging a sub-contractor/ sub-vendor who
meets stipulated qualification criteria, in case such a sub-contractor is on Holiday/
Negative list/suspension/banning of EIL/BPCL on due date of submission of bid / during
the process of evaluation of the bids, the offer of such a bidder shall not be considered
for bid opening/evaluation/Award
If a supplier/ an agency is placed on holiday/ negative list/suspension/banning after
opening of priced bids and such a supplier/ agency happens to be the lowest bidder, the
enquiry shall be re-floated for the items/ parts for which the bidder is lowest.
In addition to above, bidders shall submit a declaration of Holiday Listing order issued by
BPCL / MOPNG debarring bidder to carrying on business dealings with BPCL/ MOPNG
as per the Format available under BPCL HOLIDAY LISTING POLICY FOR VENDORS -
NOV 2022 (Refer Annexure-V to ITB)
Further, any wrong declaration in respect of holiday listing shall render the vendor liable
for action under the holiday listing policy of BPCL/EIL.
Page 42 of 4779
i) that has provided consulting services related to the work to the BPCL during the
preparatory stages of the works or of the project of which the works form a part, or
ii) that has been hired by the BPCL as Engineer/Consultant for the contract.
3. MULTIPLE / ALTERNATIVE BIDS
3.1 A bidder (i.e., the bidding entity) shall, on no account submit more than one bid either
directly (as a single bidder) or indirectly (as a sub-contractor) failing which following
actions shall be initiated:
(a) All bids submitted by such bidder (say ‘A’) as a single bidder or as a consortium,
shall stand rejected and Bid Security/EMD, if any, in case of all such bids
submitted by bidder ‘A’ shall be forfeited also action shall be taken as per
EIL/BPCL’s Banning Policy.
(b) If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then
bidder ‘B’’s bid shall also be rejected. However, in case the bidder ‘B’ has also
proposed an alternative sub-contractor who is other than the bidder ‘A’, then
bidder ‘B’’s bid shall be evaluated with the proposed alternative sub-contractor
only. Hence, every bidder shall ensure in his own interest that his proposed sub-
contractor is not submitting alternative/ multiple bids.
Note: However, in case EIL has proposed a list of sub-contractors/ sub-vendors
in the enquiry document itself which shall be common for all the bidders, the
provision at (b) above shall not be applicable as long as only the sub-contractors/
sub-vendors are common in case of various bidders.
Alternative priced bids are not acceptable. A bidder who submits alternative bids
will cause all alternative bids to be disqualified.
4. COST OF BIDDING
4.1 The Bidder shall bear all costs associated with the preparation and submission of the
Bid, and BPCL / EIL, will in no case be responsible or liable for this cost, regardless of
the conduct or outcome of the Bidding process.
5. SITE VISIT
5.1 Bidder is advised to visit and examine the site, its surroundings and familiarise himself
with the existing facilities and environment, and collect all other information which he
may require for preparing and submitting the bid and entering into the Contract. Claims
and objections due to ignorance of existing conditions or inadequacy of information will
not be considered after submission of the Bid and during implementation.
5.2 Bidders to note that site visit from 17 Apr 2023 to 19 Apr 2023 will start from
Krishnapatnam to Hyderabad. BPCL officials mentioned at 5.4 may be contacted for
coordination with regard to site visit.
5.3 Any loss to the property / life of the bidder/ bidder’s representative due to bidder/
bidder’s representative negligence shall be the Bidder’s responsibility. Bidder shall keep
BPCL / EIL indemnified from any legal consequences arising there from.
5.4 Bidder may contact the following person for site visit purpose:
Shri Vara Prasad Palli
Project Manager (KHPL), Pipelines
House No. 264/A/1, First Floor,
Above Canara Bank, Road No. 10,
Jubilee Hills, Hyderabad - 500033
Email id : [email protected]
Mobile : 9414033389
Page 4 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 43 of 4779
Shri Abhay Kamble
Project Leader (KHPL), Hyderabad
Mobile : 9920832953
6. LANGUAGE OF BID
6.1 In case any of the supporting documents (either technical or financial) are not in English
language, then the English translation copy of the same shall also be furnished duly
certified, stamped and signed by local Chamber of Commerce or Indian embassy in their
country or their embassy in India.
7. CONTENTS OF BIDDING DOCUMENT
7.1 Details of the Tender can be viewed / downloaded from the following websites:
• E-Tendering platform/Portal: BPCL’s e-tender portal https://
bpcltenders.eproc.in
• Bidders are required to upload the techno-commercial offer along with BQC
related documents (for Open enquiries) and EMD/Bid security (if applicable) at
the BPCL’s e-tender portal. NO PHYSICAL BIDS / OFFERS SHALL BE
PERMITTED.
• All updates, amendments, Corrigendum including Bid time extension,
clarifications etc. (if any) will be uploaded / posted in the BPCL’s e-tender portal
only. There will not be any publication of the same through newspapers or any
other media. Bidders should regularly visit the BPCL’s e-tender to keep
themselves updated.
• The link to download Bidding Document has also been hosted on website
http://tenders.eil.co.in/newtenders/.
• Time extension shall also be intimated through EIL portal
(http://tenders.eil.co.in/newtenders/).
Page 5 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 44 of 4779
9. AMENDMENT OF BIDDING DOCUMENTS
9.1 At any time prior to the deadline for submission of Bids, the BPCL/EIL may, for any
reason, whether on its own requirement or in response to a clarification requested by the
Bidders, modify the Bidding Documents by issuing amendment (also named as
Addendum/Corrigendum).
9.2 Any amendment thus issued shall be part of the Bidding Documents. The amendment
will be hosted on BPCL’s e-tender portal. Bidders have to take into consideration of
all the amendment (s) issued/ hosted on BPCL’s e-tender portal before submitting the
Bid.
9.3 The BPCL may, at its discretion, extend the date of submission of Bids in order to allow
the Bidders a reasonable time to furnish their most competitive Bid taking into account
the amendments issued.
10. DOCUMENTS COMPRISING THE BID, SUBMISSION AND OPENING OF BIDS
No Physical Bids / Offers shall be permitted. Bidders are required to submit their Bid /
offer for the relevant quoted parts at respective Tender Id/ CRFQ No in the BPCL
tendering portal only.
Bidders are required to upload the Bid/offer along with all supporting documents
including Priced Bid on BPCL’s e-tender Portal only and the offers/Bids submitted
online through this Portal shall only be considered for evaluation and ordering .
Page 45 of 4779
submitted in a separate section/booklet along with their offer. This section/booklet
shall be titled as “Documentation against Bidder Qualification Criteria (Technical
and Financial)” with proper index and page numbering. This should be originally
stamped & Signed Copy of BQC documents along with a certificate mentioning
detail of documents considered & verified by TPIA representative along with its
name, Phone no./Mobile/Email addresses as per IFB clause no 5.4.7.
a) Bidder’s General Information, as per Proposal Form -A
b) Declaration, as per Proposal Form-B.
c) Compliance to Bid Requirement, as per Proposal Form-C.
d) Affidavit towards IP, as per Proposal Form-D
e) Integrity Pact, duly signed and stamped on each page by the signatory holding
Power of Attorney, as per Proposal Form-E
f) Bank Certified Mandate Form duly signed and stamped with the Banker’s
certification along with cancelled cheque as per Proposal Form-F.
g) Bidder shall be required to submit the Power of Attorney in the name of
authorized signatory signing the bid. However, in case of General Power of
Attorney, photocopy duly notarized / signed by CEO/ CFO/ Company Secretary
or any member of the Board of Directors shall be submitted [refer BDS for
applicability]
h) Documentary evidence in case bidder is MSE bidder in accordance with IFB.
i) Documents submission against Make in India (MII) Policy in line with the
provisions of bidding document (As per Annexure-I to ITB).
j) Affidavit for Domestically manufactured Iron & Steel Policy (DMI&SP) in
accordance with attached DMI&S Policy (As per Annexure-II to ITB).
k) Under taking towards policy for Procurement from a Bidder from a Country Sharing
Land Border with India. (As per Annexure-III to ITB).
l) Acknowledgement for complying the social media policy of M/s BPCL (As per
Annexure-IV to ITB).
m) Declaration of Holiday listing order issued by BPCL or MOPNG debarring us from
carrying on business dealings with BPCL/ MOPNG as per format mentioned at
page no 17 of policy for holiday listings of vendors in BPCL. (As per Annexure-V
to ITB).
n) Unpriced copy of Price Bid and Excel sheet for SOR format issued with the Bidding
document duly indicating ‘Q’ in place of “price” and ‘NQ’ where “not quoted”
against each item where price to be quoted.
o) Unpriced copy of Built in CIF value of Import content as per Annexure I to Excel
sheet of SOR format issued with the Bidding document duly indicating ‘Q’ in place
of “price” and ‘NQ’ where “not quoted” against each item where price to be quoted.
p) All technical documents required as per Bidding Document.
q) Declaration regarding Land border share guidelines as per the provisions of IFB.
(As per Appendix-III &IV to IFB)
r) Any other information required in the Bidding Documents or considered relevant by
the Bidder.
Page 7 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 46 of 4779
i. Bidder must quote price at BOTH in lumpsum price folder at e-tendering portal
and in a separate excel file for item wise breakup which is required to be
uploaded along with lumpsum price at e-tendering portal.
ii. Bidder must quote price for Details in Built in CIF value of Import content as
per Annexure I to Excel sheet to SOR.
a) Schedule of Prices/ Schedule of Rates with prices filled in (including rebate, if any).
The rates are to be filled in accordance with instructions provided in preamble to
Schedule of prices, in e-tendering portal, without making any changes in the
format/names of the file/worksheet.
b) Deviations to terms and conditions, presumptions, overwriting etc. shall not be
stipulated in Price part of bid. In case of any conditions stipulated in price bids, 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.)
c) Bidder to note that if they submit prices in un-priced part of their bid, such prices
shall not be considered. The prices as submitted in the price part only shall be
considered for evaluation and ordering, if any. If prices are not found in the price
part the bid shall be rejected.
11. BID PRICES
11.1 The prices must be quoted strictly in the format provided in the Bidding Document.
Conditional discount, if offered, shall not be considered for evaluation.
11.2 Unless stated otherwise in the Bidding Document, the Contract shall be for the total
works as described in Bidding Document, based on the Schedule of Rates/ Prices
submitted by the bidder and accepted by EIL.
11.3 Bidder shall quote for all the items of Schedule of Rates/Prices after careful analysis of
cost involved for the performance of the complete item considering all parts of the
Bidding Document. In case any activity is not specifically covered in description of item
under `Schedule of Rates/Prices' but is required to complete the work as per Scope of
Work, Scope of Supply, Specifications, Standards, Drawings, General Conditions of
Contract, Special Condition of Contract or any other part of Bidding Document, the rates/
prices quoted shall be deemed to be inclusive of cost incurred for such activity.
11.4 Rates/ prices quoted by the bidder, shall remain firm, fixed and valid till the completion of
the Works and will not be subject to variation on any account except as otherwise
specifically provided in the Bidding Documents.
11.5 Discount, if any, must be indicated in the column provided in Schedule of Rates/Prices
only, provided in the Bidding Document.
11.6 All duties, taxes, and other levies payable shall be as per Special Conditions of Contract.
Page 8 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 47 of 4779
13.2 Unsolicited Bids or Bids being submitted to address other than one specifically stipulated
in the Bid documents will not be considered for opening / evaluation / award.
14. BID VALIDITY
14.1 The bid shall remain valid for acceptance for the period mentioned in IFB/RFQ/BDS
from the date of opening of unpriced bid. Bidders shall not be entitled during the said
period without the consent in writing of the BPCL / EIL, to revoke or cancel their Bid or to
vary the Bid given or any term thereof. In case of Bidders revoking or cancelling their Bid
or varying any terms in regard thereof without the consent of BPCL / EIL in writing,
BPCL / EIL shall forfeit EMD (if applicable) paid by them along with their bids. Such
Bidder may also be put on Holiday list / Negative list of BPCL / EIL.
14.2 BPCL / EIL may solicit the bidder’s consent to an extension of the period of validity of
bid. The request and the responses there to shall be made in writing. If the Bidder
agrees to the extension request, the validity of Bank Guarantee towards EMD (if
applicable) shall also be suitably extended. However, bidders agreeing to the request for
extension of validity of bid will not be permitted to modify the bid. In case a Bidder
refuses to extend its Bid Validity, the Bid Security / EMD (if applicable) of such bidder
shall not be forfeited.
15. BID CURRENCY
15.1 Bidding currency shall be Indian Rupees.
15.2 Quoted prices shall be firm and Fixed and BPCL shall not compensate for any foreign
exchange rate fluctuation.
16. EARNEST MONEY DEPOSIT/BID SECURITY:
16.1 Please refer IFB for EMD details.
16.2 In case of exemption of EMD, the scanned copy of the requisite documents should be
uploaded in e-tender website however, copy of the same should be sent to EIL within 5
calendar days from of the date of Un-price Bid Opening.
16.3 In case the bidder fails to upload scan copy of EMD on e-procurement website, failing
which their technical bid shall not be opened. Further, if bidder fails to submit the EMD in
original within the stipulated time mentioned in the IFB and to EIL office address
mentioned at sl. no 4.0 (k)in the IFB, then their bid shall be rejected, irrespective of their
status / ranking in tender and notwithstanding the fact that a copy of EMD was earlier
uploaded by the bidder on E-Tendering Website.
17. INTEGRITY PACT
17.1 Proforma of Integrity Pact (IP) attached with the bidding document shall be returned by
the Bidder along with the bid, duly signed by the same signatory who is authorized to
sign the bid. All the pages of the Integrity Pact shall be duly signed. Non-submission of
IP shall lead to rejection of offer.
17.2 If the contract/PO has been terminated according to the provisions of the Integrity Pact,
or if BPCL is entitled to terminate the contract/PO according to the provisions of the
Integrity Pact, BPCL shall be entitled to demand and recover from Contractor
Liquidated Damages amount by forfeiting the Security Deposit/Performance Bank
Guarantee as per provisions of the Integrity Pact.
17.3 The bidder confirms that all declarations made in this Integrity Pact are true and
correct. In case of any declaration turning out to be false, the bidder shall not be
allowed to take the defence that the correct declaration is given elsewhere in the offer.
For example, any and all cases of transgression as defined in the Integrity Pact must
be reflected in the Integrity Pact itself or attached as an appendix to the Integrity Pact
with a corresponding reference marked in the transgression provision in the Integrity
Page 9 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 48 of 4779
Pact so that Integrity Pact remains a single and unified document with regard to the
objective of Integrity Pact.
In this regard, bidder shall submit an affidavit (on non-judicial stamp paper of Rs. 100 in
case of Indian bidders) towards transgression in terms of Integrity Pact. Non-
submission of same shall lead to rejection of the offer.
17.4 In case of partnership firm, Integrity Pact must be signed by all partners.
17.5 In case Bidder engages Sub-contractor (if allowed as per provisions of Bidding
document), than Integrity Pact shall also be signed by that Sub-contractor and shall be
submitted in the bid. However affidavit for transgression shall be submitted by the
Principal Bidder only, including the confirmation of transgression status of sub-
contractor/Manufacturer as per Format enclosed in Bidding document.
In case bidder engages sub-Contactor(s) after award of work, then Integrity Pact shall
also be signed by the sub -Contractor(s).
17.6 Bidders may raise disputes/complaints, if any, with the Independent External Monitor,
as nominated from time to time.
18. MODIFICATION AND WITHDRAWAL OF BIDS
18.1 After submitting the bid on the e-Tendering Portal before final bid due date and time, if
the bidder wishes to withdraw the bid, bidder can do so. However, in case, the bidder
withdraws the bid, bidder will be exempted from further participation in the tender and
will not be permitted with the same user id to submit his bid again for that particular
tender.
18.2 No Bid shall be modified subsequent to the deadline for submission of Bids.
18.3 No Bid shall be allowed to be withdrawn in the interval between the deadline for
submission of Bids and the expiration of the period of Bid validity. Withdrawal of a bid
during this interval shall result in the forfeiture of bidder's EMD/Bid security (if applicable)
and Bidder being put on holiday / blacklist as per the policy of BPCL / EIL.
19. BPCL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
19.1 The BPCL/EIL reserves the right to accept or reject any Bid, and to annul the Bidding
process and reject all Bids at any time prior to award of the order without thereby
incurring any liability to the affected Bidder or Bidders or any obligations to inform the
affected Bidder or Bidders of the ground for BPCL/EIL's action.
20. COMPLIANCE WITH TENDER
20.1 Enquiry has been issued on ZERO DEVIATION BIDDING basis, wherein bids with
deviations shall not be acceptable. In view of the same, Bidder in his own interest is
advised not to submit any deviation. BPCL reserves right to carry out bid evaluation with
available information in the bid without any post-bid correspondence. Accordingly, bidder
shall submit Techno-commercial compliance format duly signed as token of his
acceptance.
20.2 PRE-BID MEETING
20.2.1 Wherever pre-bid meeting is applicable, as specified in the enquiry document, bidders in
their own interest are advised to take part in the pre-bid meeting seriously by issuing
their genuine queries and also by attending the pre-bid meeting by their competent
personnel.
20.2.2 Bidder shall submit their queries strictly within cut-off date after which, BPCL /EIL shall
reserve the right not to entertain any queries.
20.2.3 Pre-bid meeting shall be attended by competent representative(s) of the Bidder.
Page 10 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 49 of 4779
20.2.4 For cases where Bidders are required to meet Bidder Qualification Criteria (BQC) for
their qualification against Bidding/RFQ Documents, Bidders may carry their qualification
documents, which they feel are meeting the BQC during the pre-bid meeting.
20.2.5 Conclusion of the pre bid meeting shall be uploaded as “Reply to Pre-bid Queries”,
containing clarifications to the queries on Tender portal. Any modification/ amendment to
the commercial or technical part of the bidding document shall be issued through an
amendment / addendum. This addendum / amendment shall be considered a part of the
bidding document. However, reply to Pre-bid Queries containing clarification shall not be
considered a part of bidding document.
20.2.6 Based on pre bid discussion and clarifications thereof, bidder shall endeavor to submit
techno-commercially compliance bid.
21. CONFIDENTIALTY
21.1 Information relating to the examination, clarifications, evaluation and comparison of Bids,
and recommendations for the award of Order shall not be disclosed to Bidders or any
other person officially concerned with such process.
22. ACKNOWLEDGEMENT
22.1 Within 5 days of issuing of Enquiry Document, bidder shall acknowledge and confirm his
intention to bid for the requested item / work on EIL website http://tenders.eil.co.in.
22.2 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.
23. UNPRICE BID OPENING
23.1 The un-priced Bids shall be opened online through BPCL’s e-tender portal, at the
specified date and time given in the RFQ document or extended otherwise.
23.2 As participating Bidders can view the Bid opening details online at their respective
places, the e-Bid opened online shall be deemed considered as public opening.
24. BID REJECTION CRITERIA
24.1 Bids are invited under Zero Deviation Bidding basis. Bids with deviations shall be
rejected.
24.2 Prices submitted in Priced part (designated priced folder on BPCL’s e-tender portal)
shall only be considered for evaluation and if a bidder submits prices in un-priced part of
bid, then no cognizance shall be taken of such Prices.
25.1 BPCL/EIL will appreciate submission of offer based on the terms and conditions in the
enclosed with the enquiry document, Scope of Work, and Technical Specification
enclosed with Material Requisition etc. to avoid wastage of time and money in seeking
clarifications on technical/ commercial aspect of the offer. Bids having any deviation to
the RFQ Terms & Conditions shall lead to the offer liable for rejection.
26. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
26.1 The BPCL/EIL will examine the Bids to determine whether they are complete, whether
any computational errors have been made, whether the documents have been properly
signed, and whether the Bids are generally in order.
26.2 Prior to the detailed evaluation, the BPCL/EIL will determine whether each Bid is of
acceptable quality, is generally complete and is responsive to the RFQ/Bidding
Documents. For the purposes of this determination, a responsive Bid is one that
conforms to all the terms, conditions and specifications of the RFQ/Bidding
Page 11 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 50 of 4779
Documents without deviations, objections, conditionality or reservations as
specified in bidding documents.
26.3 In case Exceptions and Deviations submitted by Bidder along with Bid are not
considered as acceptable and no Amendment is issued, then in such a case the Bidders
would be required to withdraw such Exceptions/Deviations in favour of stipulations of the
RFQ/ Bidding document, failing which such Bid(s) shall be considered as non-
responsive and rejected.
26.4 The BPCL/EIL determination of a Bid's responsiveness is to be based on the contents of
the Bid itself without recourse to extrinsic evidence. If a Bid is not responsive, it will be
liable for rejection by the BPCL/EIL and may not subsequently be made responsive by
the Bidder by correction of the non-conformity.
27. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS
27.1 In the event of any unsolicited price increase sought by any bidder, subsequent to the
bid due date, the bid of such a bidder shall be rejected, in case the bidder does not
agree to withdraw the price increase. In case, price increase is sought by the L1 bidder
after priced bid opening and the bidder does not agree to withdraw the price increase,
the order shall not be placed with price increase and the enquiry shall be refloated.
Wherever, decision is taken to reject a bid, EMD, if submitted/applicable, by the Bidder,
shall also be forfeited and case shall be referred to EIL PDD/BPCL for appropriate action
as per procedure.
27.2 In the event of any suo-moto decrease in price sought by a Bidder subsequent to the bid
due date and which is not as a result of any change in scope of supply or terms and
conditions specified in the enquiry document, the reduction in price shall not be
considered for evaluation, however, the same shall be considered for ordering in case
the Bidder happens to be lowest.
28. PRICE BID OPENING
28.1 Priced commercial part of only those bidders who meets the qualification criteria and
whose bids is determined to be technically and commercially acceptable to the BPCL /
EIL shall be opened. Bidders selected for opening of their price bids shall be informed
about the date of price bid opening.
28.2 The BPCL/EIL will open price Bids online on BPCL’s e-tender portal.
29. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICED BIDS:
29.1 After opening of price bid, if the party increases the price, though within the validity
period and even though the offer remains lowest, the bid should be rejected. Such
bidders shall be debarred for future enquiries for such action of bidders as a penal
measure.
29.2 Suo-moto Price reduction after priced bid opening are to be ignored for evaluation.
However, if the bidder happens to be the lowest based on original priced bids, the
benefit of such reduction shall be availed of while placing order.
30. ARITHMETIC CORRECTION
30.1 The prices quoted by bidders shall be checked for arithmetic correction, if any, based on
rate and amount filled by the bidder in the price schedule formats. If some discrepancies
are found between the rate / amount given in figures/words, the total amount shall be
corrected as per the following procedure, which shall be binding upon the bidder :
i) When there is a discrepancy between the rate in figures and in words for an item, the
rate which corresponds to the amount shall be taken as correct.
ii) When the rate quoted by the bidder in figures and words tallies but the amount is
incorrect, the rate quoted by the tenderer shall be taken as correct.
Page 12 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 51 of 4779
30.2 When Prices received in soft copies (wherever applicable) are used for Tabulation /
Priced Bid Comparison, in the event of any discrepancy between prices in soft copy &
hard copy, the prices given in hard copy (wherever applicable) shall govern.
30.3 In case of priced bids containing overwriting/cuttings/erasures in the quoted rates and in
case these are not attested by the signatory of the bid, such priced bids are liable to be
rejected without giving any further notice.
30.4 In the case of e-tenders, the bidders need to quote only the rate in figures.
31. PREFERENCE TO MICRO OR SMALL ENTERPRISES
Not Applicable
32. PROVISION REGARDING MAKE IN INDIA (MII) POLICY
Refer Annexure-I to ITB.
33. DOMESTICALLY MANUFACTURED IRON & STEEL POLICY
Refer Annexure-II to ITB
34. PROCUREMENT FROM A BIDDER FROM A COUNTRY SHARING LAND BORDER
WITH INDIA
Refer Annexure-III to ITB
35. SOCIAL MEDIA GUIDELINES
Refer Annexure-IV to ITB
36. QUANTITY VARIATION
36.1 The BPCL/EIL reserves the right to vary the quantity of goods, as specified in MR,
without any change in quoted unit price or other terms and conditions.
36.2 BPCL/EIL reserves the right to delete the requirement of any one or more items/Group
of MR without assigning any reason. No Compensation to be paid for decrease in
quantity.
37. AWARD OF WORK
37.1 The BPCL will award the order to the successful bidder (s) whose bid has been
determined to be substantially responsive, and/or have been determined as a lowest bid
in line with the provisions of Bidding document after considering the purchase
preference as per MSE, PPLC, if applicable and is determined to be qualified to
satisfactorily perform the Order.
37.2 BPCL reserves the right to conduct negotiation with lowest bidder. Lowest Bidder shall
attend such negotiation meeting and if requested by BPCL shall provide the analysis of
rates/break-up of amount quoted by him for any or all items of Price Schedule to
demonstrate the reasonability. As a result of negotiation, Bidder may offer rebate on his
earlier quoted price.
38. NOTIFICATION OF AWARD
38.1 Prior to the expiration of period of Bid validity BPCL will notify the successful Bidder (s)
in writing by e-mail, that his Bid has been accepted. The notification of award / Letter of
Acceptance (LOA)/Fax of Acceptance (FOA) will constitute the formation of the Order.
38.2 The Delivery Schedule shall commence from the date of issue of LOA/FOA.
38.3 Award of Contract/Order will be by way of issuing a LOA/FOA. LOA/FOA will contain
price, delivery and other salient terms of bid and RFQ Document. Bidder will be required
to confirm receipt of the same by returning “Copy of the LOA/FOA” duly signed and
stamped by the bidder as a token of acknowledgement to BPCL and EIL. Subsequently,
detail Purchase Order / Contract will be issued.
Alternatively, direct detailed Purchase Order may be issued without issuing LOA/FOA.
Page 13 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 52 of 4779
39. CARTEL FORMATION
39.1 In case any bidder is found to be involved in cartel formation, his bid will not be
considered for evaluation /placement of order. EMD (if applicable) submitted by such
bidder shall be forfeited and such bidder will also be put on Holiday / negative list of
BPCL / EIL debarring them from bidding in future.
40. CONTACTING THE BPCL / BPCL’s REPRESENTATIVE
40.1 From the time of the Bid opening to the time of the award, if any Bidder wishes to
contact the BPCL for any matter relating to the Bid, it should done in writing.
40.2 Any effort by a Bidder to influence the BPCL/EIL in any manner in respect of Bid
evaluation or award will result in the rejection of that Bid.
41. WAIVER OR TRANSFER OF THE AGREEMENT
41.1 The successful Bidder shall not waive the Agreement or transfer it to third parties,
whether in part or in whole, nor waive any interest that is included in the Agreement
without the prior written permission of the BPCL.
42. CLARIFICATION REQUEST FROM BIDDER
42.1 A bidder may seek clarification regarding the Enquiry Document provisions, bidding
process and / or rejection of his bid. EIL/BPCL shall respond to such requests within a
reasonable time. However, such information relating to the evaluation of bids and
recommendation of award shall not be disclosed to any other persons not officially
concerned with the bidding process.
Page 14 of 14
B414-ITB_BPCL PORTAL-REV.2
Page 53 of 4779
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
ANNEXURE – I TO ITB
MAKE IN INDIA (MII) POLICY
Page 54 of 4779
ANNEXURE-I TO ITB
1. In case, a Bidder is eligible to seek benefit under Public Procurement (Preference to Make
in India) (PPP-MII) Order, 2017, as well as Public Procurement Policy for MSE 2012 (PPP-
MSE 2012), then the Bidder should categorically confirm its option to choose benefits against
only one of the two policies i.e. either PPP-MII Order, 2017 or PPP-MSE 2012, in the enclosed
FORM-1. The option once exercised cannot be altered subsequently.
2. The ‘Class-I local supplier’/ ‘Class-II local supplier’ shall be required to indicate percentage of
local content & details of the location(s) of the local value addition, and also provide self-
certification (as per FORM-2) / certificate from the Statutory Auditor or Cost Auditor or Practicing
Cost Accountant or Chartered Accountant (as per FORM-3), as applicable, depending on the
value of procurement.
3. While evaluating the Bids, for price matching opportunities, and/ or distribution of quantities/
Parts (wherever applicable) amongst Bidders, purchase preference shall be given as per
following order of precedence:
a. Purchase preference to MSE Bidders over Class-I local supplier under PPP-MSE, 2012
b. Purchase preference to 'Class-I local supplier' over 'Class-II local supplier' as well as
'Non-local supplier'
4. ‘Purchase preference' means the opportunity given to ‘MSE bidder’ or ‘Class-I local supplier’ for
matching the Price of L1 Bidder, despite its Price being not the lowest valid Price Bid (i.e. not
L1) but because it is within the margin of purchase preference prescribed as follows:
a. As per PPP-MSE policy 2012 : 15% of L1 price
b. As per PPP-MII policy 2017 : 20% of L1 price
5. Purchase preference benefits shall be extended to the Bidder based on the option declared in
FORM-1, subject to the Bidder meeting the requirements contained in the respective purchase
preference policy.
6. Eligibility of 'Class-I local supplier', 'Class-II local supplier' and 'Non-local suppliers ' to bid for
different types of procurement:
a. For Domestic procurement of all goods, services or works, where there is sufficient local
capacity and local competition: Only 'Class-I local supplier' shall be eligible to bid
irrespective of purchase value.
b. For other Domestic procurement of all goods, services or works: Only 'Class-I local
supplier' and 'Class-II local supplier'.
c. For Global procurement of all goods, services or works: 'Class-I local suppliers', 'Class-
II local suppliers' and 'Non-local suppliers'.
The subject enquiry is issued on domestic basis. Hence, as per “Public Procurement
(Preference to Make in India) (PPP-MII) Order, 2017” revised and issued by DPllT vide
Order no. P-45021/2/2017-PP-(BE) dated 16.09.2020, only Class-I local supplier and
Class-II local supplier (for definition, refer order) shall be eligible to bid. However,
Purchase preference shall be applicable for Class I Local supplier.
7. Purchase preference
A. Procurements of goods or works which are DIVISIBLE in nature
(i) If L1 (i.e. lowest Price Bid) is a ‘MSE’ Bidder, the contract for full quantity shall be awarded
to L1. Offer to match L1 price shall not be made to any Class-I local supplier even if they are
within 20% of the L1 price.
(ii) If L1 (i.e. lowest Price Bid) is 'Class- I local supplier' amongst all qualified bids, and there
are ‘MSE’ bidders within 15% of the L1 price, then all such MSE bidders shall be offered to
match the L1 price (from the nearest price bid of a MSE bidder onwards). Upon such matching
Page 1 of 7
Page 55 of 4779
of L1 price by any one MSE bidder, the contract for full quantity reserved for MSE bidders (i.e.
25%) shall be awarded to such MSE bidder and remaining quantity shall be awarded to 'Class-
I local supplier'. In case there are multiple MSE bidders falling within the margin of purchase
preference and matching the L1 price, the quantity reserved for MSE bidders (i.e. 25%) shall be
proportionately or equally distributed between such MSE bidders.
(iii) If L1 (i.e. lowest Price Bid) is 'Class- I local supplier' amongst all qualified bids, and no ‘MSE’
bidder is within 15% of the L1 price or ‘MSE bidder’ within 15% of L1 price does not match the
L1 price, then the contract for the full quantity will be awarded to L1 bidder.
(iv) If L1 is not a 'Class-I local supplier' and there is either no MSE bidder or MSE bidders do not
fall within the margin of purchase preference, 50% of the order quantity shall be awarded to
L1, subject to the lowest eligible 'Class-I local supplier' matching the price of L1 for the remaining
50% quantity.
In case such lowest eligible 'Class-I local supplier' fails to match the L1 price or accepts less
than the offered quantity, the next higher 'Class-I local supplier' within the margin of purchase
preference (i.e. 20%) shall be invited to match the L1 price for remaining quantity and so on,
and contract shall be awarded accordingly.
In case some quantity is still left uncovered on ‘Class-I local supplier’, then such balance
quantity may also be ordered on the L1 (non-Class-I local supplier) bidder.
B. Procurements of goods, services or works which are INDIVISIBLE in nature
(i) If L1 (i.e. lowest Price Bid) is a ‘MSE’ bidder, the contract for full quantity shall be awarded to
L1. Opportunity to match L1 price shall not be given to any ‘Class-I local supplier’ even if they
are within the margin of purchase preference (i.e. 20%) of the L1 price.
(ii) If L1 (i.e. lowest Price Bid) is 'Class- I local supplier' amongst all qualified bids, and there
are ‘MSE’ bidders within the margin of purchase preference (i.e. 15%) of the L1 price, then
lowest eligible MSE bidder(s) shall be offered to match the L1 price and the contract for full
quantity shall be awarded to such MSE bidder, subject to their matching the price of L1.
In case such lowest eligible MSE Bidder fails to match the L1 price, the next higher MSE Bidder
within the margin of purchase preference shall be invited to match the L1 price and so on, and
contract shall be awarded accordingly.
If no MSE Bidder matches the L1 price or there is no MSE bidder within the margin of purchase
preference (i.e. 15%), the contract shall be awarded to ‘Class-I local supplier’.
(iii) If L1 is not a 'Class-I local supplier' and there is either no MSE bidder or MSE bidders do
not fall within the margin of purchase preference, the lowest bidder amongst the 'Class-I
local supplier' within the margin of purchase preference (i.e. 20%) shall be invited to match the
L1 price, and the contract shall be awarded to such 'Class-I local supplier' subject to their
matching the L1 price.
In case such lowest eligible 'Class-I local supplier' fails to match the L1 price, the next higher
'Class-I local supplier' within the margin of purchase preference (i.e. 20%) shall be invited to
match the L1 price and so on, and contract shall be awarded accordingly.
In case none of the 'Class-I local supplier' within the margin of purchase preference matches
the L1 price, the contract shall be awarded to the L1 bidder.
Procurement for subject enquiry is INDIVISIBLE in nature (Evaluation is on Bottom-Line
wise basis for all Parts A, B, C & D i.e., all the items of a SOR shall be awarded to Single
bidder).
C. Procurements of goods or works for Tender/ MR having multiple Parts / Spreads, with
the provision of awarding one or more Parts/ spreads to one Bidder or more than one
Bidder
Wherever Multiple Parts/ Spreads/Groups or Items are involved, and there is a constraint for
award of work, either imposed by procedure or by virtue of qualification criteria/ capability of the
bidder, the above policy shall be applied considering the purchase preference separately for
each Part/ Spread/ Group/ Item before applying the award philosophy included in the Bidding
Document as per the methodology defined in clause no. 7 B (i) to (iii) above.
8. The definition and other terms and conditions shall be as per PPP-MII Order, 2017, and PPP-
MSE, 2012, included in the Bidding / RFQ document.
Page 2 of 7
Page 56 of 4779
FORM -1
PART C
PART D
PART C
PART D
c) Not Submitted
(Refer 1 a) above)
3. We confirm that we have submitted a) YES
MSE certificate, as per provision of
Bidding/ RFQ document for claiming
Purchase Preference under PPP-MSE, b) NO <give reason>
2012 (Refer 1 b) above)
Page 3 of 7
Page 57 of 4779
We understand that in case we do not declare our choice of purchase preference in this
FORM-1 along with our Bid, we shall not be entitled to claim purchase preference under any of
the above policies later on, and we shall not be given any opportunity for such declaration after
our bid submission.
Signature of Bidder
Place: Name:
Date: Designation:
Seal:
Page 4 of 7
Page 58 of 4779
FORM – 2
Dear Sir,
PART A %
PART B %
PART C %
PART D %
The details of the location(s) at which the local value addition is/shall be made, is/ are as under:
………………………………………..
………………………………………..
………………………………………..
We further confirm that in case we fail to meet the minimum local content/domestic value addition, the
same shall be treated as false information and Owner reserves the right to take appropriate action for
debarment etc. as per provision of the PPP-MII Order, 2017, and as more specifically mentioned in the
Bidding/ RFQ document.
We also confirm that we are not debarred by any other procuring entity (GOI/PSU/PSE etc.)
or
Our debarment period is completed as on <insert date>, and as such we are eligible to avail
purchase preference under this Order.
Signature of Bidder
Place: Name:
Date: Designation:
Seal:
Page 5 of 7
Page 59 of 4779
FORM – 3
Dear Sir,
PART A %
PART B %
PART C %
PART D %
The details of the location(s) at which the local value addition is/shall be made, is/ are as
under:
………………………………………..
………………………………………..
………………………………………..
Page 6 of 7
Page 60 of 4779
by any other procuring entity (GOI/PSU/PSE etc.)
or
Place: Name:
Date: Name of Audit Firm:
Designation
UDIN NO.:
Seal:
Page 7 of 7
Page 61 of 4779
Page 62 of 4779
Page 63 of 4779
Page 64 of 4779
Page 65 of 4779
Page 66 of 4779
Page 67 of 4779
Page 68 of 4779
Page 69 of 4779
Page 70 of 4779
Page 71 of 4779
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
ANNEXURE-II TO ITB
DOMESTICALLY (INDIAN) MANUFACTURED
IRON & STEEL PRODUCTS IN GOVERNMENT
PROCUREMENT (DMI&SP)
Page 72 of 4779
ANNEXURE-II TO ITB
Page 1 of 4
Page 73 of 4779
3. Iron & Steel Products
3.1 The policy is applicable to iron & steel products as provided in Appendix A and to capital
goods for manufacturing iron & steel products in Appendix B of the policy.
3.2 Appendix A contains list of iron & steel products which are to be exclusively
domestically manufactured and cannot be imported without the approval of the
Ministry of Steel.
3.3 Appendix B contains a list (non-exhaustive) of capital goods for which purchase
preference shall be provided to domestically manufactured capital goods, if their quoted
price falls within 20% of the price quoted for corresponding imported capital good.
Since, Appendix B pertains to capital goods for manufacturing iron & steel products,
same be applicable for the projects of public sector steel manufacturers and all
agencies/ entities under their administrative control for purchase of capital goods for
manufacturing iron & steel products.
Appendix –B is not applicable to this enquiry/ tender.
3.4 The policy is also applicable to purchase of iron & steel products by private agencies for
fulfilling an EPC contract and/or any other requirement of Ministry or Department of
Government or their PSUs.
4. Tender procedure
4.1 The target of domestic value addition in iron and steel business activities has been set
as contained in Appendix A and Appendix B of the policy.
4.2 For iron and steel products in Appendix A, the procurement process shall be open only
to the manufacturers/suppliers having the capability of meeting / exceeding the domestic
value addition targets. Manufacturers/suppliers not meeting the domestic value addition
targets are not eligible to participate in the bidding.
4.3 The bidders who are selling agents/ authorized distributors/ authorized dealers/
authorized supply houses of the domestic manufacturers of iron & steel products are
eligible to bid on behalf of the domestic manufacturers under the policy. However, this
shall be subject to the following conditions:
a) The bidder shall furnish the authorization certificate issued by the domestic
manufacturer for selling domestically manufactured iron & steel products.
b) In case the procurement is covered under Appendix A of the DMI&SP policy, the
bidder shall furnish the Affidavit of self-certification issued by the domestic
manufacturer to the procuring agency declaring that the iron & steel products is
domestically manufactured in terms of the domestic value addition prescribed.
c) It shall be the responsibility of the bidder to furnish other requisite documents
required to be issued by the domestic manufacturer to the procuring agency as per
the policy.
5. Domestic value addition requirement
5.1 Minimum domestic value addition requirement to qualify the product as a domestically
manufactured iron & steel product or a Capital good are mentioned in Appendix A.
5.2 Domestic value addition shall be the net selling price (invoiced price excluding net
domestic taxes and duties) minus the landed cost of imported input materials at the
manufacturing plant in India (including all customs duties) as a proportion of the net
selling price, in per cent.
5.2.1 In case the iron & steel products are made using domestic input steel (semi-finished/
finished steel), invoices of purchases from the actual domestic producers along with
quantities purchased and the other related documents must be furnished to the
Page 2 of 4
Page 74 of 4779
procuring Government agency.
5.2.2 In case the iron & steel products have imported input steel, the invoices of purchases
from the actual producers along with quantities purchased and the other related
documents must be furnished separately. To derive the extent of domestic value
addition, the weighted average of both (imported & domestic) input steel shall be
considered to ensure that the minimum stipulated domestic value addition requirement
of the policy is complied with.
5.3 It is recommended that each bidder participating in the tender process should calculate
the domestic value addition using the below formula below so as to ensure the domestic
value addition claimed is consistent with the minimum stipulated domestic value addition
requirement of the policy.
Page 3 of 4
Page 75 of 4779
procuring agency along with the complaint by the complainant. In case, the complaint is
found to be incorrect, the procuring agency reserves the right to forfeit the said amount.
In case, the complaint is found to be substantially correct, deposited fee of the
complainant would be refunded without any interest. Further, no cognizance will be
taken to any complain received without the compliant fee mentioned above.
6.5 Any complaint referred to the procuring agency shall be disposed off within 4 weeks of
the reference along with submission of all necessary documents. The bidder shall be
required to furnish the necessary documentation in support of the domestic value
addition claimed in iron & steel products to the procuring agency within 2 weeks of filing
the complaint.
6.6 In case, the matter is referred to the Ministry of Steel, the grievance redressal committee
setup under the MoS shall dispose of the complaint within 4 weeks of its reference and
receipt of all documents from the bidder after taking in consideration, the view of the
procuring agency. The bidder shall be required to furnish the necessary documentation
in support of domestic value addition claimed in iron & steel products to the grievance
redressal committee under MoS within 2 weeks of the reference of the matter. If no
information is furnished by the bidder, the grievance redressal committee may take
further necessary action, in consultation with Government Agency to establish bonafides
of claim.
6.7 The cost of assessing the prescribed extent of domestic value addition shall be borne by
the procuring agency if the domestic value addition is found to be correct as per the
certificate. However, if it is found that the domestic value addition as claimed is incorrect,
the cost of assessment (i.e., Rs. 10 Lakh or 0.2 % of the value of the DMI&SP being
procured (subject to a maximum of Rs. 20 Lakh), whichever is higher) will be payable by
the bidder who has furnished an incorrect certificate. The manner of enforcing the same
shall be defined in the tender document.
6.8 In case of reference of any complaint to MoS by the concerned bidder, there would be a
complaint fee of Rs. 10 Lakh or 0.2 % of the value of the DMI&SP being procured
(subject to a maximum of Rs. 20 Lakh), whichever is higher, to be paid by Demand Draft
deposited with the grievance redressal committee under MoS along with the complaint
by the complainant. In case, the complaint is found to be incorrect, the Procuring agency
reserves the right to forfeit the said amount. In case, the complaint is found to be
substantially correct, deposited fee of the complainant would be refunded without any
interest.
6.9 In case of detection of mis-declaration by the bidder of the prescribed domestic value
addition, in the tender document, at any stage before or after award, the following
actions shall be taken by the procuring company:
a) Forfeiture of EMD/CPBG depending upon the stage of detection.
b) Banning of business dealings in line with the BPCL/Consultant extant policy.
7. Implementation monitoring by Ministry of Steel
7.1 The policy provisions shall be applicable for a period of 5 years from the date of
publication. The policy period may further be extended at the discretion of Ministry of
Steel.
7.2 MoS shall be the nodal ministry to monitor the implementation of the policy.
8. Reference to Ministry of Steel
In case of a question whether an item being procured is a DMI&SP to be covered under
the policy, the matter would be referred to the Ministry of Steel for clarification.
Page 4 of 4
Page 76 of 4779
रजिस्ट्री सं. डी.एल.- 33004/99 REGD. No. D. L.-33004/99
सी.जी.-डी.एल.-अ.-04012021-224171
xxxGIDHxxx
CG-DL-E-04012021-224171
xxxGIDExxx
असाधारण
EXTRAORDINARY
भाग II—खण्ड 3—उप-खण्ड (i)
PART II—Section 3—Sub-section (i)
प्राजधकार से प्रकाजित
PUBLISHED BY AUTHORITY
इस्ट्पात मंत्रालय
अजधसूचना
"सं. S-13026/1/-2020-आईडीडी
इस्ट्पात मंत्रालय
आईडी प्रभाग
उद्योग भवन,
नई दिल्ली 31 दिसंबर, 2020
जवषय : सरकारी खरीि में घरे लू जनर्मित लौहा और इस्ट्पात उत्पािों को प्राथजमकता प्रिान करने कन नीजत-पररिोजधत,
2019-में संिोधन/पररवधिन
सरकारी खरीिमें स्ट्विेिी जनर्मित लौहा और इस्ट्पात उत्पािों को प्राथजमकता प्रिान करने कन नीजत-पररिोजधत,
2019-(डीएमआईएंडएसपी पररिोजधत, 2019) में जनम्नजलजखत संिोधन/ पररवधिन तत्काल प्रभाव से लागू हैं। ये संिोधन/
3 GI/2021 (1)
Page 77 of 4779
2 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
पररवधिन ऐसी जनजविा या खरीि पर लागू नहीं होंगे जिनके जलए जनजविा आमंजत्रत करने वाला नोरिस अथवा अन्य प्रकार
का खरीि अजधयाचन इस अजधसूचना के िारी होने से पूवि िारी हुआ है।
I – संिोधन:ताजलका 1
क्रम डीएमआईएंडएसपी पररिोजधत 2019 ,में मौिूिा खंड डीएमआईएंडएसपी पररिोजधत 2019 ,में संिोजधत
सं. खंड
1 खंड 1.3: खंड 1.3:
यह नीजत सरकार के प्रत्येक मंत्रालय अथवा जवभाग और यह नीजत सरकार के प्रत्येक मंत्रालय अथवा जवभाग
उनके प्रिासजनक जनयंत्रण के अधीन सभी एिेंजसयों/ और उनके प्रिासजनक जनयंत्रण के अधीन सभी
प्रजतष्ठानों तथा सरकारी पररयोिनाओं के वास्ट्ते लौह एवं एिेंजसयों/ प्रजतष्ठानों तथा सरकारी पररयोिनाओं
इस्ट्पात उत्पािों कन खरीि के जलए इन एिेंजसयों द्वारा के वास्ट्ते लौह एवं इस्ट्पात उत्पािों कन खरीि के जलए
जवत्तपोजषत पररयोिनाओं पर लागू है। हालांदक, यह नीजत इन एिेंजसयों द्वारा जवत्त पोजषत पररयोिनाओं पर
वाजणजययक पुन: जबक्रन के उद्देश्य से अथवा वाजणजययक जबक्रन लागू है। के न्रीय क्षेत्र कन सभी योिनाएं (सीएस)/
के जलए वस्ट्तुओं के उत्पािन में उपयोग करने के उद्देश्य से के न्रीय प्रायोजित योिनाएं (सीएसएस) जिनके
लौह एवं इस्ट्पात उत्पािों कन खरीि पर लागू नहीं होगी। जलए राययों और स्ट्थानीय जनकायों द्वारा खरीि कन
िाती है, इस नीजत कन पररजध में आएंगी यदि उस
पररयोिना/योिना को भारत सरकार द्वारा
पूणितया/ अंित: जवत्तपोजषत दकया िाता है।
हालांदक, यह नीजत वाजणजययक पुन: जबक्रन के उद्देश्य
से अथवा वाजणजययक जबक्रन के जलए वस्ट्तुओं के
उत्पािन में उपयोग करने के उद्देश्य से लौह एवं
इस्ट्पात उत्पािों कन खरीि पर लागू नहीं होगी।
2 खंड 2.13: खंड 2.13:
घरे लू मूल्यवधिन जनवल जबक्रन कनमत(जनवलघरे लू करों और घरे लू मूल्यवधिन का तात्पयि है- भारत में वर्धित मूल्य
िुल्कों को छोड़कर बीिक कनमत) होगी जिससे प्रजतित में कन राजि िो खरीिी/बेची िाने वाली वस्ट्तुओं का कु ल
जनवल जबक्रन कनमत के एक अनुपात के रूप में भारत में मूल्य होगा (जनवल घरे लू अप्रत्यक्ष करों को छोडकर)-
जनमािण संयंत्र(सभी सीमा िुल्कों सजहत) में आयात कन गई खरीिी/बेची िाने वाली वस्ट्तुओं के कु ल मूल्य के
इनपुि सामग्री कन पहुंच लागत घिाई गई हो, ‘घरे लू समानुपात के रूप में प्रजतित में मि में आयाजतत
मूल्यवधिन’पररभाषा डी पी आई आई िी (पूवि में डी आई पी सामग्री का मूल्य (सभी सीमा िुल्कों सजहत)। घरे लू
पी) के दििाजनिेिों के अनुरूपहोगी और उसमें भजवष्य में डी मूल्यवधिन जनवल जबक्रन कनमत (जनवल घरे लू करों
पी आई आई िी द्वारा पररवतिन दकये िाने कन जस्ट्थजत में और िुल्कों को छोड़कर बीिक कनमत) होगी जिससे
उपयुक्त रूप से संिोधन दकया िायेगा। इस नीजत िस्ट्तावेि प्रजतित में जनवल जबक्रन कनमत के एक अनुपात के
के प्रयोिन के जलए घरे लूमूल्यवधिन और स्ट्थानीय जवषय रूप में भारत में जनमािण संयत्र ं (सभी सीमा िुल्कों
वस्ट्तु का उपयोग एक िूसरे के स्ट्थान पर दकया गया है। सजहत) में आयात कन गई इनपुि सामग्री कन पहुंच
लागत घिाई गई हो, ‘घरे लू मूल्यवधिन’पररभाषा डी
पी आई आई िी (पूवि में डी आई पी पी) के
दििाजनिेिों के अनुरूप होगी और उसमें भजवष्य में
डी पी आई आई िी द्वारा पररवतिन दकये िाने कन
जस्ट्थजत में उपयुक्त रूप से संिोधन दकया िायेगा।
इस नीजत िस्ट्तावेि के प्रयोिन के जलए घरे लू
मूल्यवधिन और स्ट्थानीय जवषय वस्ट्तु का उपयोग एक
िूसरे के स्ट्थान पर दकया गया है।
Page 78 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 3
लौह एवं इस्ट्पात उत्पािों के जलए लौह एवं इस्ट्पात उत्पािों तथा पूि
ं ीगत माल के जलए
अंजतम उत्पाि कन जनवल जबक्रन कनमत- संयंत्र में आयात दकये खरीिी/बेची िाने वाली वस्ट्तु का कु ल मूल्य (जनवल
गये लौह अथवा इस्ट्पात कन पहुंच लागत------------------- घरे लू अप्रत्यक्ष करों को छोड़कर - मि में आयाजतत
X100% सामग्री का मूल्य (सभी सीमा िुल्कों सजहत) ---------
----------X100%
Page 79 of 4779
4 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
अंजतम उत्पाि कन जनवल जिकन कनमत खरीिी/बेची िाने वाली वस्ट्तु का कु ल मूल्य
पूि
ं ीगत माल के जलए
% घरे लू मूल्यवधिन
अंजतम उत्पाि कन जनवल जिकन कनमत- संयंत्र में आयात दकये
गये इनपुि सामग्री कन पहुंच लागत--------------------X
100%
अंजतम उत्पाि कन जनवल जिकन कनमत
II डीएमआईएंडएसपी पररिोजधत, 2019 के पररजिष्ट क में जनम्नजलजखत संिोधन दकया िाता है:- िहां कहीं न्यूनतम घरे लू
मूल्य वधिन आवश्यकता कॉलम के अंतगित डीएमआईएंडएसपी पररिोजधत, 2019 के पररजिष्ट क में 15% का न्यूनतम
घरे लू मूल्य वधिन जवजनर्ििष्ट होगा, वहां उसे 20% न्यूनतम घरे लू मूल्यवधिन से प्रजतस्ट्थाजपत कर दिया िाएगा
(पररिोजधत पररजिष्ि-क संलग्न है)
III– पररवधिन/सजिवेिन: ताजलका 2
क्रम सं डीएमआईएंडएसपी पररिोजधत, 2019 में िाजमल/िोड़े गये खंड
1 खण्ड 5.1.13 को खण्ड 5.1.12 के नीचे जनम्नवत िोड़ा िाता है:
खण्ड 5.1.13: लोहे और इस्ट्पात उत्पािों कन खरीि से संबंजधत जनजविाओं के जलए कोई वैजिक जनजविा
इन्वायरी (िीिीई) आमंजत्रत नहीं कन िाएगी (डीएमआईऔर एसपीनीजत का पररजिष्ट-क)। लोहे और इस्ट्पात
उत्पािों के जवजनमािण जिनका अनुमाजनत मूल्य 200 करोड़ रु तक हो, (डीएमआई और एसपी नीजत के
पररजिष्ट- ख) के जलए पूंिीगत सामानों कन खरीि से संबजं धत जनजविाओं के जलए कोई वैजिक जनजविा
इन्वायरी (िीिीई) व्यय जवभाग द्वारा यथा नाम-जनर्ििष्ट सक्षम प्राजधकारी के अनुमोिन के अलावा आमंजत्रत
नहीं कन िाएगी,
2 खंड6.9 को खंड 6.8 के नीचे जनम्नवत िोड़ा िाता है:
खंड 6.9: जनजविाओं और अन्य खरीि अजधयाचनों में जवजनिेिन:
6.9.1 प्रत्येक क्रय इकाई यह सुजनजित करे गी दक दकसी भी जनजविा या अजधयाचन में जनधािररत जपछले अनुभव
के संबंध में पात्रता कन ितों हेतु अन्य िेिों में आपूर्ति के प्रमाण या जनयाित के प्रमाण कन आवश्यकता नहीं है।
6.9.2 क्रय इकाइयााँ यह िेखने का प्रयास करें गी दक पात्रता कन ितें, िैसे िनिओवर, उत्पािन क्षमता और
जवत्तीय ताकत िैसे मामलों में वैसे स्ट्थानीय आपूर्तिकताि का अनुजचत अपवििन नहीं होता है 'िो आपूर्तिकताि कन
गुणवत्ता या साख संबंधी पात्रता सुजनजित करने के जलए िो आवश्यक है, उससे परे अन्यथा पात्र होंगे।
6.9.3 क्रय इकाइयााँ, इस नीजत के िारी होने के 2 महीने के भीतर ऊपर उप-पैराग्राफ 6.9.1 और 6.9.2 के
संिभि में सभी मौिूिा पात्रता मानिंडों और ितों कन समीक्षा करें गी।
6.9.4 यदि इस्ट्पात मंत्रालय इस बात से संतष्ट ु है दक लौह और इस्ट्पात उत्पािों के भारतीय आपूर्तिकतािओं को
प्रजतबंधात्मक जनजविा ितों के कारण दकसी भी जविेिी सरकार द्वारा खरीि में भाग लेने और / या प्रजतस्ट्पधाि
करने कन अनुमजत नहीं है, जिसका भारतीय कं पजनयों को प्रजतबंजधत करने पर प्रत्यक्ष या अप्रत्यक्ष प्रभाव पड़ता
है, िैसे दक प्रापण िेि में पंिीकरण, प्रापण िेि इत्यादि में जवजिष्ट मूल्य कन पररयोिना का जनष्पािन इत्यादि।
यदि उपयुक्त समझा िाएगा तो उस िेि के बोलीिाताओं को इस्ट्पात मंत्रालय से संबंजधत उस वस्ट्तु तथा/ या
अन्य वस्ट्तुओं कन खरीि के जलए पात्रता से प्रजतबंजधत या अपवर्िित दकया िा सकता है।
6.9.5 ऊपर उप-पैरा 6.9.4 के प्रयोिन से, दकसी आपूर्तिकताि या बोलीिाता को उस िेि से माना िाएगा यदि
(i) इकाई को उस िेि में जनगजमत दकया गया है, या (ii) उसकनिेयरधाररता या इकाई काप्रभावी जनयंत्रण उस
िेि से दकया िाता है; या (iii) आपूर्ति कन िा रही वस्ट्तु के मूल्य का 50% से अजधक उस िेि में िाजमल दकया
गया है। भारतीय आपूर्तिकतािओं का अथि उन संस्ट्थाओं से होगा िो भारत के संबंध में इनमें से दकसी भी मानिंड
को पूरा करते हैं। दकसी िेि कन‘इकाई’(एजन्ििी) िब्ि का अथि वहीं होगा िो डीपीआईआईिी कन एफडीआई
नीजत के तहत समय-समय पर यथा संिोजधत के अंतगित है।
Page 80 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 5
Page 81 of 4779
6 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
लौह अथवा इस्ट्पात का कम्प्रेस दकया हुआ अथवा सरलीकृ त गैस के जलए
31 7311 20%
कन्िेनर
Page 82 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 7
लौह अथवा इस्ट्पात का स्ट्िेंजडड वायर, रोप, के बल, प्लेरिड बैंड, लस्ट्लंग और
32 7312 20%
उसके समान वस्ट्तु जिसे जवद्युतीय रूप से इन्सुलेि न दकया गया
लौह अथवा इस्ट्पात का फे नलसंग के जलए उपयोग दकये िाने वाला बार दकया
33 हुआ वायर; रिवस्ट्ि दकया हुआ हूप अथवा लसंगल फ्लेि वायर, बासि दकया 7313 20%
हुआ अथवा नहीं और लूि तरीके से जववस्ट्ि दकया हुआ डबल वायर
लौह अथवा इस्ट्पात तार का ड्रील, नेटिंग और फे नलसंग; लौह अथवा इस्ट्पात
34 7314 20%
का जवस्ट्तार दकया हुआ धातु
35 लौह अथवा इस्ट्पात का चैन और उसका जहस्ट्सा 7315 20%
लौह अथवा इस्ट्पात का स्ट्िोव्स, रें ि, ग्रेड, कू कर (कें रीय जहटिंग के जलए
सहायक बायलरों के साथ उन वस्ट्तुओं सजहत), बारबेक्यूि, िेजियसि, गैस
41 7321 20%
टरं ग, प्लेि वामसि और समान गैर-जवद्युतीय घरे लू उपकरण और उसका
जहस्ट्सा
लौह अथवा इस्ट्पात का कें रीय जहटिंग के जलए रे जडयेिर जिसे जवद्युतीय रूप से
हीि न दकया गया हो और उसका जहस्ट्सा; लौह अथवा इस्ट्पात का हेयर हीिर
42 7322 20%
और हॉि एयर जवतरक जिसे जवद्युतीय रूप से हीि न दकया गया हो, फे न
अथवा ब्लोअर िो मोिर से चलती हो और उसके जहस्ट्से को िाजमल करते हुए
43 लौह अथवा इस्ट्पात का िेबल और समान घरे लू वस्ट्तुएं और उसका जहस्ट्सा 7323 20%
47 रे लवे अथवा रामवे पेसेंिर कोच िो स्ट्वयं आगे नहीं बढ़ता हो 8605 50%
रे लवे अथवा रामवे लोकोमोरिव का जहस्ट्सा अथवा रोललंग स्ट्िॉक िैसे 8607 50%
49 बोजगि, जबसल बोजगि, एक्सेल और फोयड दकया हुआ पजहया और उसका
जहस्ट्सा
जववरणों में िाजमल दकए गए उत्पाि सांकेजतक हैं; जवजनर्ििष्ि एच एस कोड के अंतगित सभी उत्पािों को पररजिष्ि के भाग
के रूप में िाजमल दकया गया है।"
[फा. सं. एस-13026/1/2020-आईडीडी]
Page 83 of 4779
8 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
MINISTRY OF STEEL
NOTIFICATION
New Delhi, the 31st December, 2020
G.S.R. 1(E).—The amendments in the Policy for providing preference to domestically
manufactured Iron & Steel products in Government procurement (DMI&SP Policy)–Revised, 2019 is
hereby published for general information.
"No. S-13026/1/2020- IDD
Ministry of Steel
ID Division
Udyog Bhawan,
New Delhi 31st December, 2020
Sub.: Amendments / additions to the Policy for Providing Preference to Domestically Manufactured
Iron & Steel Products in Government Procurement - revised, 2019
The following amendments / additions to the Policy for Providing Preference to Domestically
Manufactured Iron & Steel Products in Government Procurement - revised, 2019 (DMI&SP revised, 2019)
are applicable with immediate effect. These amendments / additions shall not apply to any tender or
procurement for which notice inviting tender or other form of procurement solicitation has been issued
before the issue of this notification.
I - Amendments: Table 1
Sl. Existing Clause in DMI&SP revised, 2019 Amended Clause in DMI&SP revised, 2019
No.
1 Clause 1.3: Clause 1.3: The policy is applicable to every
Ministry or Department of Government and all
The policy is applicable to every Ministry or
agencies/entities under their administrative
Department of Government and all
control and to projects funded by these agencies
agencies/entities under their administrative
for purchase of iron & steel products for
control and to projects funded by these agencies
government projects. All Central Sector Schemes
for purchase of iron & steel products for
(CS)/Centrally Sponsored Schemes (CSS) for
government projects. However, this policy shall
which procurement is made by States and Local
not apply for purchase of iron & steel products
Bodies, would come within the purview of this
with a view to commercial resale or with a view
Policy, if that project / scheme is fully / partly
to use in the production of goods for commercial
funded by Government of India. However, this
sale.
policy shall not apply for purchase of iron & steel
products with a view to commercial resale or with
a view to use in the production of goods for
commercial sale.
2 Clause 2.13: Domestic value addition shall be Clause 2.13: Domestic value addition means -
the net selling price (invoiced price excluding amount of value added in India which shall be the
net domestic taxes and duties) minus the landed total value of the item to be procured / sold
cost of imported input materials at the (excluding net domestic indirect taxes) minus the
manufacturing plant in India (including all value of imported content in the item (including
customs duties) as a proportion of the net selling all customs duties) as a proportion of the total
price, in percent. The ‘domestic value addition’ value of the item to be procured / sold, in
definition shall be in line with the percent. The ‘domestic value addition’ definition
DPIIT(formerly DIPP) guidelines, and shall be shall be in line with the DPIIT (formerly DIPP)
suitably amended in case of any changes by guidelines, and shall be suitably amended in case
DPIIT in the future. For the purpose of this of any changes by DPIIT in the future. For the
policy document, domestic value addition and purpose of this policy document, domestic value
local content have been used interchangeably. addition and local content have been used
interchangeably.
Page 84 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 9
3 Clause 5.1.5 Clause 5.1.5: The policy is applicable to all
projects funded by Ministry or Department of
The policy is applicable to all projects funded by
Government and all agencies/ entities under their
Ministry or Department of Government and all
administrative control for purchase of iron & steel
agencies/ entities under their administrative
products. All Central Sector Schemes
control for purchase of iron & steel products.
(CS)/Centrally Sponsored Schemes (CSS) for
which procurement is made by States and Local
Bodies, would come within the purview of this
Policy, if that project / scheme is fully / partly
funded by Government of India.
4 Clause 5.1.6: The policy shall be applicable to Clause 5.1.6 The policy shall be applicable to
projects where the procurement value of iron projects where the procurement value of iron and
and steel products is greater than Rs. 25 crores. steel products (Appendix - A of the DMI&SP
The policy shall also be applicable for other Policy) is greater than Rs. 5 lakhs. The policy
procurement (non-project), where annual shall also be applicable for other procurements
procurement value of iron and steel products for (non-project), where annual procurement value of
that Government organization is greater than Rs. iron and steel products for that Government
25 crores. organization is greater than Rs. 5 lakhs. However,
it shall be ensured by procuring entities that
procurement is not split for the purpose of
avoiding the provisions of this policy.
5 Clause 7.2: Domestic value addition shall be the Clause 7.2: Domestic value addition means -
net selling price (invoiced price excluding net amount of value added in India which shall be the
domestic taxes and duties) minus the landed cost total value of the item to be procured / sold
of imported input materials at the manufacturing (excluding net domestic indirect taxes) minus the
plant in India (including all customs duties) as a value of imported content in the item (including
proportion of the net selling price, in per cent. all customs duties) as a proportion of the total
value of the item to be procured / sold, in percent.
6 Clause 7.3: It is recommended that each bidder Clause 7.3: It is recommended that procuring
participating in the tender process should Government agency / bidder participating in the
calculate the domestic value addition using the tender process should calculate the domestic
below formula below so as to ensure the
domestic value addition claimed is consistent value addition using the below formula so as to
with the minimum stipulated domestic value ensure that the domestic value addition claimed is
addition requirement of the policy. consistent with the minimum stipulated domestic
value addition requirement of the policy.
For iron and steel products
% domestic value addition For iron and steel products& capital goods
Net selling price of final product - landed cost % domestic value addition
of imported iron or steel at the plant--------------- Total value of the item to be procured / sold
-------------------------- X 100 %
(excluding net domestic indirect taxes) - the value
Net selling price of final product of imported content in the item (including all
For capital goods customs duties)
% domestic value addition ------------------------------------------ X 100 %
Net selling price of final product - landed cost Total value of the item to be procured / sold
of imported iron or steel at the plant
--------------------------------------- X 100 %
Net selling price of final product
II - Following amendment is made to the Appendix A of the DMI&SP revised, 2019 :- Wherever
minimum domestic value addition of 15% is specified in the Appendix - A of the DMI&SP revised, 2019
under the column Minimum domestic value addition requirement, same shall be replaced
with 20% minimum domestic value addition). (Revised Appendix - A is attached)
Page 85 of 4779
10 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
Page 86 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 11
mm or more, cold rolled (cold-reduced), not clad, plated or
coated
Flat-rolled products of iron or non alloy steel, of a width of 600
3 7210 50%
mm or more, clad, plated or coated
Flat-rolled products of iron or non alloy steel, of a width of less
4 7211 35%
than 600 mm, not clad, plated or coated
Flat-rolled products of iron or non alloy steel, of a width of less 35%
5 7212
than 600 mm, clad, plated or coated
Bars and rods, hot-rolled, in irregularly wound coils, of iron or 35%
6 7213
non-alloy steel
Other bars and rods of iron or non alloy steel, not further 35%
7 worked than forged, hot rolled, hot-drawn or hot-extruded, but 7214
including those twisted after rolling
8 Other bars and rods of iron or non alloy steel 7215 35%
9 Angles, shapes and sections of iron or non-alloy steel 7216 35%
10 Wire of iron or non-alloy steel 7217 50%
Flat-rolled products of stainless steel, of a width of 600 mm or
11 7219 50%
more
Flat-rolled products of stainless steel, of a width of less than
12 7220 50%
600 mm
Other bars and rods of stainless steel; angles, shapes and
13 7222 50%
sections of stainless steel
14 Wire of other alloy steel 7229 35%
Rails, railway or tramway track construction material of iron or
15 7302 50%
steel
16 Tubes, pipes and hollow profiles, of cast iron 7303 35%
Tubes, pipes and hollow profiles, seamless, of iron (other than
17 7304 35%
cast iron) or steel
Other tubes and pipes (for example, welded, riveted or similarly
18 closed), having circular cross-sections, the external diameter of 7305 35%
which exceeds 406.4 mm, of iron or steel
Other tubes, pipes and hollow profiles (for example, open seam
19 7306 35%
or welded, riveted or similarly closed), of iron or steel
Tube or pipe fittings (for example, connectors/couplings, elbow
20 7307 35%
sleeves), of iron or steel
Bars and rods, hot-rolled, in irregularly wound coils, of
21 7221 35%
stainless steel
22 Wire of stainless steel 7223 35%
Flat-rolled products of other alloy steel, of a width of 600 mm
23 7225 35%
or more, including electrical steel
Flat-rolled products of other alloy steel, of a width of less than
24 7226 35%
600 mm, including electrical steel
Bars and rods, hot-rolled, in irregularly wound coils, of other
25 7227 20%
alloy steel
Page 87 of 4779
12 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
Other bars and rods of other alloy steel; angles, shapes and
26 sections, of other alloy steel; hollow drill bars and rods, of alloy 7228 35%
or nonalloy steel
Sheet piling of iron or steel, whether or not drilled, punched or
27 made from assembled elements; welded angles, shapes and 7301 20%
sections, of iron or steel
Structures (excluding prefabricated buildings of heading 9406)
28 7308 20%
and parts of structures
Reservoirs, tanks, vats and similar containers for any material
(other than compressed or liquefied gas), of iron or steel, of a
29 capacity exceeding 300 whether or not lined or heatinsulated, 7309 20%
but not fitted with mechanical or
Thermal equipment
Tanks, casks, drums, cans, boxes and similar containers, for
any material (other than compressed or liquefied gas), of iron or
30 steel, of a capacity not exceeding 300 L, whether or not lined or 7310 20%
heat-insulated, but not fitted with mechanical or thermal
equipment
31 Containers for compressed or liquefied gas, of iron or steel 7311 20%
Stranded wire, ropes, cables, plaited bands, slings and the like,
32 7312 20%
of iron or steel, not electrically insulated
Barbed wire of iron or steel; twisted hoop or single flat wire,
33 barbed or not, and loosely twisted double wire, of a kind used 7313 20%
for fencing, of iron or steel
Grill, netting and fencing, of iron or steel wire; expanded metal
34 7314 20%
of iron or steel
35 Chain and parts thereof, of iron or steel 7315 20%
36 Anchors, grapnels and parts thereof, of iron or steel 7316 20%
37 Articles of iron and steel 7317 20%
38 Articles of iron and steel 7318 20%
39 Articles of iron and steel 7319 20%
40 Springs and leaves for springs, of iron or steel 7320 20%
Stoves, ranges, grates, cookers (including those with subsidiary
boilers for central heating), barbecues, braziers, gas-rings, plate
41 7321 20%
warmers and similar non-electric domestic appliances, and
parts thereof, of iron or steel
Radiators for central heating, not electrically heated, and parts
thereof, of iron or steel; air heaters and hot air distributors, not
42 7322 20%
electrically heated, incorporating a motor-driven fan or blower,
and parts thereof, of iron or steel
Tables and similar household articles and parts thereof, of iron
43 7323 20%
or steel
44 Sanitary ware and parts thereof, of iron or steel 7324 20%
45 Other cast articles of iron or steel 7325 20%
Page 88 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 13
46 Electrical steel and other articles of iron or steel 7326 20%
47 Railway or tramway passenger coaches, not self-propelled 8605 50%
48 Railway or tramway goods vans and wagons, not self-propelled 8606 50%
Parts of railway or tramway locomotives or rolling-stock; such 8607 50%
49 as bogies, bissel-bogies, axles and forged wheels, and parts
thereof
Products included in descriptions are indicative; all products under the specified HS codes are included
as part of the appendix."
Uploaded by Dte. of Printing at Government of India Press, Ring Road, Mayapuri, New Delhi-110064
and Published by the Controller of Publications, Delhi-110054.
Page 89 of 4779
jftLVªh laö Mhö ,yö&33004@99 REGD. NO. D. L.-33004/99
vlk/kj.k
EXTRAORDINARY
Hkkx II—[k.M 3—mi&[k.M (i)
PART II—Section 3—Sub-section (i)
izkf/dkj ls izdkf'kr
PUBLISHED BY AUTHORITY
la- 324] ubZ fnYyh] cq/okj] ebZ 29] 2019@T;s"B 8] 1941
No. 324] NEW DELHI, WEDNESDAY, MAY 29, 2019/JYAISTHA 8, 1941
इपात
पात मं ालय
अिधसूचना
1.1 यह नीित सरकारी खरीद म, घरे लू तर पर िन-मत लौह एवं इपात उपाद/ (डी एम आई एंड एस पी) को वरीयता देती है।
1.2 यह नीित यथा लागू िनधा56रत गुणवता मानदंड/ के अनुपालन म, उपादत लौह एवं इपात उपाद/ िजसे प6रिश9ट क म, दया
गया है और प6रश9ट ख म, दए गए लौह एवं इपात उपाद/ के िलए पूंजीगत माल पर लागू होती है।
1.3 यह नीित सरकार के येक मं;ालय अथवा िवभाग और उनके शासिनक िनयं;ण के अधीन सभी एज,िसय// ित9ठान/ तथा
सरकारी प6रयोजना> के वाते लौह एवं इपात उपाद/ क खरीद के िलए इन एज,िसय/ ?ारा िव@ पोिषत प6रयोजना> पर
लागू है। हालांक, यह नीित वािणिBयक पुन: िबE के उFेGय से अथवा वािणिBयक िबE के िलए वतु> के उपादन म, उपयोग
करने के उFेGय से लौह एवं इपात उपाद/ क खरीद पर लागू नहH होगी।
2. प!रभाषाएं
2.1 बोली लगाने वाला लौह एवं इपात का कोई घरेलू/िवदेशी िनमा5ता अथवा उनके िबE एज,ट/अिधकृ त िवतरक/ अिधकृत
डीलर/अिधकृ त आपू-त गृह अथवा सरकारी एज,िसय/ ?ारा िव@ पोिषत िनिध प6रयोजना> क बोली लगाने म, काय5रत कोई
अ&य कंपनी हो सकती है।
2683 GI/2019 (1)
Page 90 of 4779
2 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
2.3 घरेलू िनमा$ता खंड 7 म, दशा-िनदNश/ और क, Oीय उपाद शुक अिधिनयम म, दी गई ‘िनमा5ता’ क प6रभाषा के अनु प लौह एवं
इपात उपाद/ का एक िनमा5ता है।
2.4 इस नीित के योजन से सरकार का तापय5 भारत सरकार से है।
2.5 सरकारी एजिसय म, सरकार के साव5जिनक Lे; के उपEम, सरकार ?ारा थािपत सोसायटी, Pट और सांिविधक िनकाय
शािमल हK।
2.6 एम ओ एस का आशय इपात मं;ालय, भारत सरकार से है।
2.7 िनवल िब'( क(मत बीजक कमत होगी िजसम, िनवल घरे लू कर और शुक शािमल नहH ह/गे।
2.8 अध$ तैयार इपात का तापय5 इनगोQस, िबलेट, Rलूम और लेRस से है, िजसे बाद म, सािधत कर तैयार इपात बनाया जा
सकता है।
2.9 तैयार इपात का तापय5 सपाट और लंबे उपाद/ से होगा िज&ह, बाद म, सािधत कर िन-मत मद बनाया जा सकता हK।
2.10 एल1 का तापय5 िनिवदा अथवा अ&य खरीद संबंधी अनुरोध के अनुसार मूयांकन Eया म, यथाघोिषत िनिवदा, बोली लगाने
संबंधी Eया अथवा अ&य खरीद संबंधी अनुरोध/ म, ाSत िनTनतम िनिवदा अथवा िनTनतम बोली अथवा िनTनतम भाव से
होगा।
2.11 खरीद वरीयता के माजन का तापय5 उस अिधकतम सीमा से है िजस सीमा तक कसी घरे लू आपू-तकता5 ?ारा लगाई गई कमत
खरीद वरीयता के योजन से एल1 से अिधक हो। डी एम आई एंड एस पी नीित के मामले म,, खरीद वरीयता का मा-जन
प6रिश9ट ख म, मद/ के िलए 20 ितशत होगा।
2.12 पात उपाद का तापय5 ऐसे लौह एवं इपात उपाद/ से होगा िजनका उ लेख प6रिश9ट क म, कया गया है।
लौह एवं इपात
2.13 यवध$न िनवल िबE कमत (िनवल घरे लू कर/ और शुक/ को छोड़कर बीजक कमत) होगी िजससे ितशत म, िनवल
घरेलू मू,यवध$
िबE कमत के एक अनुपात के प म, भारत म, िनमा5ण संयं; (सभी सीमा शुक/ सिहत) म, आयात क गई इनपुट साम[ी क
प\ंच लागत घटाई गई हो, ‘घरेलू मूयवध5न’ प6रभाषा डी पी आई आई टी (पूव5 म, डी आई पी पी) के दशािनदNश/ के अनु प
होगी और उसम, भिव9य म, डी पी आई आई टी ?ारा प6रवत5न कये जाने क िथित म, उपयु]त प से संशोधन कया जाएगा।
इस नीित दतावेज के योजन के िलए घरेलू मूयवध5न और थानीय िवषय वतु का उपयोग एक दूसरे के थान पर कया गया
है।
3. अपवज$न
3.1 इपात मं;ालय ?ारा इस कार क सभी सरकारी खरीद/ के िलये िनTनिलिखत शत^ के अ_यधीन छू ट दान क जाएगी।
3.1.1 जहां िविश9ट [ेड/ के इपात का िनमा5ण इस देश म, नहH कया जाता हो, अथवा
3.1.2 जहां प6रयोजना क मांग के अनुसार इन मा;ा> को घरे लू `ोत/ के मा_यम से पूरा नहH कया जा सकता हो।
अपवज5न संबंधी अनुरोध/ को घरे लू तर पर िन-मत लौह एवं इपात उपाद/ के उपलRध न होने के पया5Sत माण के साथ
थायी सिमित को तुत कया जाएगा।
4. थायी सिमित
इस नीित के काया5&वयन का पय5वेLण करने के िलए इपात मं;ालय (एम ओ एस) के अधीन एक थायी सिमित का गठन कया
जाएगा। िजसके अ_यL सिचव इपात ह/गे। इस सिमित म, उbोग /उbोग संघ/सरकारी संथा अथवा िनकाय/इपात मं;ालय
(एम ओ एस) से िलए गए िवशेषc ह/गे। इपात मं;ालय म, उ]त सिमित के पास िनTनिलिखत के िलए अिधदेश होगा :
4.1 इस नीित के काया5&वयन क मॉनीटeरग करना
4.2 प6रिश9ट क और प6रिश9ट ख म, यथा उिलिखत लौह एवं इपात उपाद/ क सूची और घरे लू िबE वध5न क आवGय कता से
Page 91 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 3
4.3 खंड 3 के अनुसार खरीद एज,िसय/ को अपवज5न क वीकृ ित देने सिहत इस नीित के काया5&वयन के िलए आवGयक प9टी करण
जारी करना।
4.5 थायी सिमित इपात मं;ालय को अनुमोदन हेतु अपनी िसफा6रश, तुत कर, गी।
5. सरकार .ारा खरीदे जाने वाले
वाले लौह एवं इपात
पात उपाद
पाद को अिधसूिचत करना
5.1 िनTनिलिखत दशािनदNश/ का उपयोग इस नीित के अंतग5त उपरो]त उपाद/ क पहचान करने और उसे अिधसूिचत करने के
िलए कया जा सकता है :
5.1.1 यह नीित प6रिश9ट क म, दए गए अनुसार लौह एवं इपात उपाद/ और प6रिश9ट ख म, लौह एवं इपात उपाद/ का िनमा5ण
करने के िलए पूंजीगत माल पर लागू है।
5.1.2 प6रिश9ट क म, लौह एवं इपात उपाद/ क सूची दी गई है िजसका िनमा5ण अन&य प से घरेलू तर पर कया जाना है और
उसका आयात इपात मं;ालय के अनुमोदन के िबना नहH कया जा सकता है।
5.1.3 प6रिश9ट ख म, पूंजीगत माल क एक सूची (जो िवतृत नहH है) दी गई है िजसके िलए खरीद संबंधी वरीयता घरे लू तर पर
िन-मत पूंजीगत माल को दी जाएगी, यद उनक दी गई कमत सदृGय आयात कये गये पूंजीगत माल के िलए दी गई कमत के
20 ितशत के अंदर आती हो।
5.1.4 इस नीित का उFेGय सभी लौह एवं इपात उपाद/ को अिधसूि चत करना है िजसक खरीद सरकारी एज,िसय/ ?ारा सरकारी
प6रयोजना> के िलए क जाती है और न क वािणिBयक पुन: िबE के उFेGय से अथवा वािणिBयक िबE के िलए उपाद/ के
उपादन म, योग करने के उFेGय से क गई हो।
5.1.5 यह नीित सरकार के मं;ालय अथवा िवभाग के ?ारा िनिध दत सभी प6रयोजना> और उनके शासिनक िनयं;ण के अधीन
सभी एज,िसय// ित9ठान/ पर लौह एवं इपात उपाद/ क खरीद के िलए लागू है।
5.1.6 यह नीित उन प6रयोजना> पर लागू होगी जहां लौह एवं इपात उपाद/ का खरीद मूय 25 करोड़ hपए से अिधक होता हो।
यह नीित अ&य खरीद (गैर प6रयोजना) के िलए भी लागू होगी जहां उस सरकारी संगठन के िलए लौह एवं इपात उपाद/ का
वा-षक खरीद मूय 25 करोड़ hपए से अिधक होता हो।
5.1.7 यह नीित सरका र के मं;ालय अथवा िवभाग अथवा उनके साव5जिनक Lे; के उपEम/ क कसी अ&य आवGयकता को पूरा करने
के िलए और/ अथवा ई पी सी संिवदा को पूरा करने के िलए ाइवेट एज,िसय/ ?ारा लौह एवं इपात/ क खरीद पर लागू है।
5.1.8 घरेलू लौह एवं इपात उपाद/ के िविभ&न [ेड/ क उपलRधता का िवGलेषण इस नीित के अंतग5त अिधसूिचत करने से पहले
करना होगा। के वल उन लौह एवं इपात को उपाद/ को िजनके संबंध म, कम से कम एक घरेलू िनमा5ता मौजूद हो, अिधसूिचत
कया जाएगा। थायी सिमित से परामश5 कया जा सकता है।
5.1.9 यह नीित यथा लागू िनधा56रत गुणवता मानदंड/ के अनुपालन म, उपादत प6रिश9ट ख म, दए गए लौह एवं इपात उपाद/ का
Page 92 of 4779
4 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
5.2 इपात मं;ालय (एम ओ एस) प6रिश9ट क म, दए गए &यूनतम िनधा56रत घरे लू मूयवध5न के साथ लौह एवं इपात उपाद/ को
अिधसूिचत करेगा।
5.3 लौह एवं इपात उपाद/ का िनमा5ण करने के िलए पूंजीगत माल के संबंध म, नीितगत दशािनदNश, प6रयोजना के आकार पर
िवचार कये िबना प6रिश9ट ख म, लौह एवं इपात उपाद/ का िनमा5ण करने के िलए पूंजीगत माल क सभी खरीद/ के िलए
खपत क तुलना म, आयात का अनुपात जैसे कारक/ के आधार पर तय कया गया है।
5.5 घरेलू मूयवध5न आवGयकता संबंधी मानदंड/ का इस कार से िनधा5रण कया जाएगा िजस से क यह कसी दए गए समय म,
लौह एवं इपात उपाद/ के िलए घरे लू उbोग क औसत/औसत से अिधक िनमा5ण Lमता दशा5ता हो। था यी सिमित ?ारा समय
समय पर उपयु]त प से इसक समीLा क जाएगी और आवGयकता पड़ने पर इपात मं;ालय के अनुमोदन से इसम, संशोधन
कया जाएगा।
6. सरकार एवं सरकारी एजिसय .ारा खरीद के िलए िनिवदा 01'या
6.1 सरकारी एज,िसयां डी एम आई एंड एस पी का पालन करते समय िव त मं;ालय और सी वी सी के अनुदश
खरीद करने वाली/ े / के
अनुसार मानक खरीद संबंधी Eया> का पालन करेगी। यह नीित सभी िनिवदा> जहां कमत बोली नहH खोली गई है, म,
इसके अिधसूचना क ितिथ से लागू होगी।
6.2 दोन/ वतु> क खरीद तथा ई पी सी संिवदा> के िलए िनिवदा दतावेज म, लौह एवं इपात उपाद/ का िनमा5ण करने के िलए
लौह एवं इपात उपाद/ तथा पूज ं ीगत माल (जैसा क प6रिश9ट क और प6रिश9ट ख म, दशा5या गया है, के िलए बोली लगाने
वाले ?ारा &यूनतम िनधा56रत घरे लू मूयवध5न का पालन करने के िलए अह5ता मानदंड/ का प9ट उले ख होना चािहए।
6.3 घरेलू उपाद/ के िवकास का सहयोग करने म, , लौह एवं इपात mयापार Eयाकलाप/ म, घरे लू मूल्यवध5न का लoय िनधा56रत
कया गया है िजसे प!रिश3ट क और प!रिश3ट ख म, दया गया है।
6.4 प6रिश9ट क म, लौह और इपात उपाद/ के खरीद क Eया केवल उन िनमा5ता>/आपू-तकता5> के िलए ही खुली रहेगी िजसम,
घरेलू मूयवध5न लoय/ को पूरा करने/उससे Bयादा पूरा करने क Lमता हो। घरे लू मूयवध5न लoय/ को पूरा न करने वाले
6.7 प6रिश9ट ख के मद/ के मामल/ म,, यद घरेलू मूयवध5न क आवGयकता> को पूरा करने वाले पा; िनमा5ता> म, से कोई भी
एल1 क बोली के अनु प न हो, तब एल1 क बोली धारण करने वाले मूल बोली लगाने वाला खरीद के पूण5 मूय के िलए
6.8 वे बोली लगाने वाले जो लौह एवं इपात उपाद/ के घरे लू िनमा5ता> के िबE एज,ट/अिधकृत िवतरक/अिधकृत डीलर/अिधकृत
आपू-त गृह हK इस नीित के अंतग5त घरे लू िनमा5ता> क ओर से बोली लगाने के िलए पा; हK। हालांक, यह िनTनिलिखत शत^ के
अ_यधीन होगा।
6.8.1 बोली लगाने वाले घरे लू तर पर िन-मत लौह एवं इपात उपाद/ क िबE करने के िलए घरेलू िनमा5ता ?ारा जारी कए गए
अिधकार माण प; तुत करेगा।
Page 93 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 5
6.8.2 यद खरीद को डी एम आई एंड एस पी नीित के प6रिश9ट क के अंतग5त शािमल कया गया हो तब बोली लगाने वाला यह
घोषणा करते \ए खरीद करने वाली एज,सी को घरे लू िनमा5ता ?ारा जारी कया गया व- माणन का शपथ प; तुत करेगा क
लौह और इपात उपाद/ का घरे लू तर पर िनमा5ण िनधा56रत घरे लू मूयवध5न के मामले म, कया जाता है।
6.8.3 यद खरीद को डी एम आई एंड एस पी नीित के प6रिश9ट ख के अंतग5त शािमल कया गया हो तब बोली लगाने वाला यह
घोषणा करते \ए घरेलू िनमा5ता को सांिविधक लेखा परीLक ?ारा जारी कया गया माणन तुत करे गा क लौह और इपात
उbोग म, उपयोग कये जाने वाले पूंजीगत माल का घरे लू तर पर िनमा5ण िनधा56रत घरेलू मूयवध5न के मामले म, कया जाता
है।
6.8.4 बोली लगाने वाले क यह िजTमेदारी होगी क वह इस नीित के अनुसार खरीद करने वाली एज,सी को घरे लू िनमा5ता ?ारा जारी
कये जाने के िलए अपेिLत अ&य आवGयक दतावेज तुत करे।
7. घरेलू मू,यवध$
यवध$न आव7यकता
7.1 घरेलू प म, िन-मत लौह और इपात उपाद अथवा पूंजीगत माल के प म, उपाद के प म, पा; होने के िलए &यूनतम घरेलू
मूयवध5न आवGयकता का उलेख प6रिश9ट क और प6रिश9ट ख म, कया गया है।
7.2 घरेलू मूयवध5न िनवल िबE कमत (िनवल घरे लू कर/ और शु क/ को छोड़कर बीजक कमत) होगी िजसम, से ितशत म, िनवल
िबE कमत के एक अनुपात के प म, भारत म, िनमा5ण करने वाले संयं; म, आयात क गई इनपुट साम[ी क प\ंच लागत (सभी
सीमा शुक/ को शािमल करते \ए) घटाई जा एगी।
7.2.1 यद लौह और इपात उपाद/ को घरेलू इनपुट इपात (अध5 तैयार/तैयार इपात) का उपयोग करके िनमा5ण कया जाता हो, तब
खरीदी गई मा;ा और अ&य संबंिधत दतावेज/ के साथ वातिवक घरेलू उपाद/ से खरीद का बीजक खरीद करने वाली सरकारी
पूजीगत
ंजीगत माल के िलए
% घरे लू मूयवधन
िवतरक/अिधकृत डीलर/अिधकृत आपू-त गृह हK, ई पी सी के अंतग5त घरे लू िनमा5ता> क ओर से बोली लगाने के िलए पा; हK।
Page 94 of 4779
6 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
बोली लगाने वाला घरे लू िनमा5ता> के ?ारा जारी कए गए व- माणन और सांिविधक लेखा परीLक/ ?ारा जारी कये गये
माणन/ को यह घोषणा करते \ए खरीद करने वाली एज,सी को तुत करेगा क लौह एवं इपात उपाद/ का घरेलू तर पर
िनमा5ण िनधा56रत घरेलू मूयवध5न के संबंध म, कया गया है। व माणन का शपथ प; इन दशािनदNश/ से संलqन 0प 1 म,
तुत कया जाएगा।
8.2 घरेलू िनमा5ता क यह िजTमेदारी होगी क वह यह सुिनिpत करे क इस कार से दावा कये गये उपाद/ का घरे लू तर पर उस
उपाद के िलए िनधा56रत घरेलू मूयवध5न के संबंध म, कया गया है। बोली लगाने वाले से यह भी अपेिLत होगा क वह घरेलू
िनमा5ता के सांिविधक लेखा परीLक/ ?ारा िविधवत मािणत अध5वा-षक (िसतंबर 30 और माच5 31) आधार पर घरेलू
मूयवध5न माणप; उपलRध कराये क पहले 6 महीन/ के दौरान इस उपाद के िलए कये गये घरे लू मूयवध5न के दावे इस
नीित के अनुसार हK। इस कार के माण प; को संबंिधत सरकारी एज,िसय/ को येक छमाही के शु होने के 60 दन/ के भीतर
तुत कया जाएगा और उस उपाद/ क आपू-त को पूरा करने तक तुत करता रहेगा।
8.3 खरीद करने वाली एज,सी बोली लगाने वाले ?ारा तुत कये गये इपात उपाद म, घरे लू मूयवध5न के संबंध म, व - माणन का
शपथ प; वीकार करे गा। सामा&य तौर पर खरीद करने वाली एज,सी क यह िजTमेदारी होगी क वह इस दावे क सयतता क
जांच करे। इसक सयतता द-शत करने क िजTमेदारी बोली लगाने वाले क होगी जब उसे ऐसा करने के िलए कहा जाए।
8.4 यद खरीद करने वाली एज,सी अथवा संबंिधत सरकारी एज,सी ?ारा लौह एवं इपात उपाद/ म, घरेलू मूयवध5न के संबंध म,
िवhr कोई िशकायत ाSत होती है तब खरीद करने वाली एज,सी के पास सभी संबंिधत दतावेज/
बोली लगाने वाले के दावे के
का िनरीLण करने और उसक जांच करने तथा िनण5य लेने का पूण5 अिधकार होगा। यद कोई स्प9टीकरण क आवGयकता होती
है तब मामले को तकनीक सहायता के िलए अनुरोध के साथ इपात मं;ालय को भेजा जा सकता है।
8.5 सरकारी एज,सी को भेजे गए कसी िशकायत का िनपटारा सभी आवGयक दतावेज/ को तुत करने के साथ इसे भेजे जाने के 4
सSताह के भीतर कया जाएगा। बोली लगाने वाले से यह अपेिLत होगा क वह िशकायत दायर करने के 2 सSताह के भीतर
सरकारी एज,सी को लौह एवं इपात उपाद/ म, दावा कये गये घरे लू मूयवध5न के समथ5न म, आवGयक दतावेज तुत करे।
8.6 यद इस मामले को इपात मं;ालय के पास भेजा जाता है तब इपात मं;ालय के अधीन ग6ठत िशकायत िनवारण सिमित
सरकारी एज,सी के दृिsकोण पर िवचार करने के बाद बोली लगाने वाले से सभी दतावेज/ के ाSत होने और उसका संदभ5 भेजे
जाने के 4 सSता ह के भीतर िशकायत का िनपटारा करे गी। बोली लगाने वाले से यह अपेिLत होगा क वे इस मामले के संदभ5 के
2 सSताह के भीतर इपात मं;ालय के अंतग5त िशकायत िनवारण सिमित को लौह एवं इपात उपाद/ म, दावा कए गए घरे लू
मूयवध5न के समथ5न म, आवGयक दतावेज तुत करे। यद बोली लगाने वाले ?ारा कोई सूचना तुत नहH क जाती है तब
िशकायत िनवारण सिमित दावे क मािणकता अिधक करने के िलए सरकारी एज,सी के परामश5 से आगे आवGयक कार5वाई कर
सकती है।
8.7 घरेलू मूयवध5न क िनधा56रत सीमा का आकलन करने क लागत का वहन खरीद करने वाली एज,सी ?ारा कया जाएगा यद
घरेलू मूयवध5न माण प; के अनुसार सही पाया गया हो। हालांक, यद ऐसा पाया गया हो क दावा कए गए अनुसार घरे लू
मूयवध5न सही नहH है तब आकलन क लागत बोली लगाने वाले ?ारा भुगतान के योqय होगी िज&ह/ने एक गलत माण प;
तुत कया है। इसे लागू करने के तरीके को िनिवदा दतावेज म, प6रभािषत कया जाएगा।
9. 0ितबंध
9.1 येक सरकारी एज,सी िनिवदा दतावेज म, िनधा56रत घरेलू मूयवध5न का बोली लगाने वाले के ?ारा गलत घोषणा कए जाने
क िथित म, दtड को प9ट प से प6रभािषत करेगा। इस दtड म, ऐसे िनमा5ता/सेवा दाता क ई एम डी को जRत करना, अ&य
िवतीय दंड लगाना और उसे काली सूची म, डालना शािमल हो सकता है।
9.2 संबंिधत बोली लगाने वाले के ?ारा इपात मं;ालय को कसी कार क िशकायत भेजे जाने क िथित म,, 10 लाख hपए अथवा
खरीदी जा रही डी एम आई एंड एस पी के मूय का 0.2 ितशत (अिधकतम 20 लाख के अ_यधीन) इसम, से जो भी अिधक हो,
का िशकायत शुक होगा िजसका भुगतान िशकायतकता5 ?ारा िशकायत के साथ इपात मं;ालय के अधीन िशकायत िनवारण
सिमित के पास जमा कए गए िडमाtड uाvट के ?ारा कया जाएगा। यद, िशकायत को सही नहH पाया जाता है तब सरकारी
एज,सी के पास उ]त रािश को जRत करने का अिधकार सुरिLत है। यद िशकायत पया5Sत प से सही पाई जाती है तब
िशकायतकता5 ?ारा जमा कए गए शुक को िबना कसी Rयाज के वािपस कया जाएगा।
Page 95 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 7
10. इपात
पात मं ालय .ारा काया$:वयन
वयन क( मॉनीट<रग
10.1 इस नीित के ावधान काशन क ितिथ से 5 वष^ क अविध के िलए लागू रह,गे। इस नीित क अविध को इपात मं;ालय के
िववेक से और आगे बढ़ाया जा सकता है।
10.2 इपात मं;ालय इस नीित के काया5&वयन क मानीटeरग करने के िलए नोडल मं;ालय होगा।
10.3 डी एम आई एंड एस पी नीित के अंतग5त सभी लागू एज,िसयां इस नीित का काया5&वयन सुिनिpत करे गी और वा-षक प से जून
के महीने म, एक घोषणा भेजेगी िजसम, इस नीित के अनुपालन क सीमा और िपछले िवतीय वष5 के दौरान उसके अनुपालन न
कए जाने के कारण/ को दशा5या जाएगा।
इपात
पात मं ालय को संदभ$
कसी ऐसे Gन क िथित म, क ]या खरीदी जा रही मद इस नीित के अंतग5त शािमल कए जाने वाले डी एम आई एंड एस पी है, इस
लागू एच एस :यूनतम
नतम घरे लू
'. सं. लौह एवं इपात उपाद
पाद क( सांकेितक सूची
कोड मू,यवध$
यवध$न आव7यकता
600 िम. मी. अथवा उससे अिधक क चौड़ाई वाले लौह अथवा गैर एलॉय इपात
1 का vलेट रोल उपाद, हॉट रोड, न ढका \आ, Sलेट लगाया \आ अथवा कोट 7208 50%
कया \आ
600 िम. मी. अथवा उससे अिधक क चौड़ाई वाले लौह अथवा गैर एलॉय इपात
2 का vलेट रोल उ पाद, कोड रोड (कोड - कम कया \आ), न ढका \आ, Sलेट 7209 50%
600 िम. मी. अथवा उससे अिधक क चौड़ाई वाले लौह अथवा गैर एलॉय इपात
3 7210 50%
का vलेट रोल उ पाद, ढका \आ, Sलेट लगाया \आ अथवा कोट कया \आ
600 िम. मी. से कमक चौड़ाई वाले लौह अथवा गैर एलॉय इपात का vलेट रोल
4 7211 35%
उपाद, न ढका \आ, Sलेट लगाया \आ अथवा कोट कया \आ
600 िम. मी. कम क चौड़ाई का लौह अथवा गैर एलॉय इपात का vलेट रोल 35%
5 7212
उपाद, ढका \आ, Sलेट लगाया \आ अथवा कोड कया \आ
लौह एवं गैर एलॉय इपात का अिनयिमत प से wठा \आ ]वाइल म, बास5 और 35%
6 7213
रॉड, हॉट रोड
लौह अथवा गैर एलॉय इपात के अ&य बास5 और रॉxस िजसे फोज5 कए जाने क 35%
7 तुलना म, आगे अिधक वक5 नहH कया \आ, हॉट रोड , हॉट uॉन अथवा हॉट 7214
9 लौह अथवा गैर एलॉय इपात का एंगल, शेप और से]श&स 7216 35%
600 िम. मी. अथवा उससे अिधक क चौड़ाई का टेनलैस इपात का vलेट रोड
11 7219 50%
इपात
12 600 िम. मी. से कम क चौड़ाई का टेनलैस इपात का vलेट रोड इपात 7220 50%
15 लौह अथवा इपात को रे ल, रे लवे अथवा Pामवे Pेक िनमा5ण साम[ी 7302 50%
Page 96 of 4779
8 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
18 के िलए, वेड कया \आ, 6रवेट कया \आ अथवा समान प से बंद कया गया 7305 35%
इलेि]Pकल टील सिहत 600 िम. मी. अथवा उससे अिधक क चौड़ाई वाले अ&य
23 7225 35%
एलॉय टील का vलेट रोड इपात
इलेि]Pकल टील सिहत 600 िम. मी. से कम क चौड़ाई वाले अ&य एलॉय टील
24 7226 35%
का vलेट रोड इपात
लौह अथवा इपात क शीट पाइyलग, चाहे uील कया \आ हो अथवा नहH, चाहे
27 पंच कया \आ हो अथवा नहH, चाहे असेTबल कये \ए तव/ से बना \आ हो 7301 15%
अथवा नहH; लौह अथवा इपात का वेड कया \आ एंगल, शेप और से]श&स
29
कए \ए अथवा सरलीकृत गैस को छोड़कर) के िलए भंडार, टKक, वैट और समान 7309 15%
क&टेनर चाहे उसे लाइन कया गया हो अथवा नहH या उसे हीट से इ&सुलेट कया
गया हो अथवा नहH लेकन यांि;क अथवा तापीय उपEम से यु]त न हो
(कT ेस कए \ए अथवा सरलीकृत गैस को छोड़कर) के िलए टKक, काट, uम, केन,
30
बॉ]स और समान क&टेनर चाहे उसे लाइन कया गया हो अथवा नहH या उसे हीट 7310 15%
से इ&सुलेट कया गया हो अथवा नहH लेकन यांि;क अथवा तापीय उपEम से
यु]त न हो
31 लौह अथवा इपात का कT ेस कया \आ अथवा सरलीकृत गैस के िलए क& टेनर 7311 15%
लौह अथवा इपात का ट,िडड वायर, रोप, केबल, Sले6टड बKड, yलग और उसके
32 7312 15%
समान वतु िजसे िवbुतीय प से इ&सुलेट न कया गया
लौह अथवा इपात का फे नyसग के िलए उपयोग कये जाने वाला बार कया \आ
33 वायर; 6ट् वट कया \आ {प अथवा yसगल vलेट वायर, बास5 कया \आ अथवा 7313 15%
Page 97 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 9
लौह अथवा इपातटोmस, र, ज, [ेड, कूकर (क, Oीय िहeटग के िलए सहायक
का
41 बायलर/ के साथ उन वतु> सिहत), बारबे]यूज, |ेिजयस5, गैस eरग, Sलेट वामस5 7321 15%
लौह अथवा इपात का क, Oीय िहeटग के िलए रे िडयेटर िजसे िवbुतीय प से हीट
न कया गया हो और उसका िहसा; लौह अथवा इपात का हेयर हीटर और हॉट
42 7322 15%
एयर िवतरक िजसे िवbुतीय प से हीट न कया गया हो, फेन अथवा Rलोअर जो
मोटर से चलती हो और उसके िहसे को शािमल करते \ए
43 लौह अथवा इपात का टेबल और समान घरे लू वतुएं और उसका िहसा 7323 15%
47 रे लवे अथवा Pामवे पेस,जर कोच जो वयं आगे नहH बढ़ता हो 8605 50%
48 रे लवे अथवा Pामवे माल वेन और वेगेन जो वयं आगे नहH बढ़ता हो 8606 50%
िववरण म शािमल कए गए उपाद सांकेितक ह; िविनदट एच एस कोड के अंतगत सभी उपाद को प#रिशट के भाग के %प म शािमल
कया गया है।
प!रिश3ट ख
लौह और इपात उपाद
पाद का िनमा$ण करने के िलए पूज
ं ीगत माल क( सांकेितक सूची (जो िवतृत नह? है)
:यूनतम
नतम घरे लू
'.
संयं शॉप पूज
ं ीगत माल मू,यवध$
यवध$न
सं.
आव7यकता
चूण5 क \ई साम[ी के िलए ए ोन फडर, बेरल कySलग, हैवी ~ूटी िबयेeरग,
हाइuोिलक िड]स |े]स, ट,कर एंड कंटेनर, पाइप कंवेयर के िलए कंवेयर बेट, हाई
एंगल कंवेयर णाली, Eशस5, Eे न रे ल लुि|के शन, चार गरडर [ाइडर ई ओ टी Eे न,
Eे न वेइंग णाली, Eे न ऐयर कं डीशyनग, vयूड कySलग, 4 िलvट P]स, हाइuोिलक
क}चा माल मोटस5, हाइuोिलक िसटम, ल/कग एसेTबली (]शन ि[प), लोड सेस, लेवल
1 50%
संभाल णाली से&स5स, पाइप कंवेयर णाली, Sलग/पाडेल फडर, &यूमे6टक ढु लाई – घना एवं िलन
फे स, 6र]लेमस5 , रे िडयो 6रमोट कं Pोल, रे ल फy]सग mयवथा (िवशेष), रे िपड/vलेड
लोyडग णाली, टेकस5, पेशल Eन, िलव eरग िबयeरग, 6PSपलस5, Pांसफर कार,
टॉqस (पेशल), बाइ|ेशन, आइसोलेशन णाली (पeरग डTपर) वेगन 6टSपलस5, वेगन
लोडर
िमिनरल
बेिनफे ]शन (लौह इं डPीयल Eशस5, [ाइनyडग िमल, परTपरागत Eन, लूरी पTपस, िहरे ट िथकनस5,
2 अयक और 50%
कोयला)
फटस5, हाइuो]लो&स
उपकरण
Page 98 of 4779
10 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
कोक ओवन
िसिलका 6रफे ]टरी, ए&करेज िसटम, |रं व नरइन के साथ वेट गैस वाल, vलेस Sलेट,
डोर े म, डोर बॉडी, माइनर काyटग: गुजनेक, वाल बॉ]स, ए पी िलड, चाजग और
3 कॉक अवेन 50%
इं पे]शन होल िलड एंड े म 6रवसग मेकेिनजम, क, Oीकृ त लूि|के शन णाली
हाइuोजेट डोर ]लीyनग तं;, कोड कंवेयर िसटम, िकप होइट, डोर लोवeरग रै क,
आइसोलेशन/6रवसग कॉ]स, II ऑटोमेशन, अवेन मशीन
Rलेडर वाल के साथ बेल रिहत टॉप णाली, एस जी आयरन टेव कूलर, कोपर टेव
कूलर, टॉक लेवल इं िडकेटर (रडार टाइप), मड गन, िuyलग मशीन एंड मेिनपुलेटर,
गैस ि]लyलग S लांट णाली, इसके बाइस-पास वाल सिहत टॉप 6रकवरी Pबाइन
Rलाट फरनेस
7 िसटम, िड-ि|कग मशीन, 6र-रे yलग उपकरण, पी सी आई णाली, पी सी आई के 50%
उपकरण
िलए [ाइनyडग िमल, टॉक लेवल इं िडकेटर, टू येरे टाक एसेTबली, वेट हीट 6रकवरी
णाली, बी एफ एवं हॉट Rलाट टोव ौbोिगकय वाल, एRव |ड5न ोRस, लग
[े&यूलेशन यूिनट, टूयेरे एंड टूयेरे कूलर, टोरपेडो लेडल कार, बी एफ हरथ 6रफे ]Pी
डायरे]ट चाज5 िडPीRयूटर, अपर एंड लोअर सील लेग, 6रफोमर एंड 6र-]यूरेटर िसटम, बड5न
8 6रड]शन Sलांट फडस5, Pबो-ए]सप,डर, ोसेस गैस कT ेशर, सील गैस कT ेशर एवं बोटम सील गैस 50%
उपकरण
कT ेशर, सील गैस जेनरे टर एवं डायस5, ोसेस गैस हीटर, CO2 6रमूवल Sलांट
मुlय और अनुरLण उपकरण िजसम, कंवेटर, गyनग मशीन, 6रफे ]Pी/लग मॉनीटeरग
उपकरण, कंवेटर वेसेल, Pिनअन eरग एंड सपेशन णाली, Pिनअन िबयeरग और
हाउyसग, कंवेटर बुल िगयर यूिनट और 6टट uाइव िसटम, कंवेटर के रोटेरी Bवाइं ट,
बोटम yPग िसटम, ]लyपग के साथ लांस बाडी, लांस कोपर 6टSस, ऑ]सीजन
Rलोyवग/बोटम टीeरग के िलए वाल टेशन, सब-लान िसटम, ोसेस मॉ~ूल अथा5त
ोसेस साvटवेयर/हाड5वेयर के साथ ऑफ गैस एनेलाइजर, कंटेनर लैब मेजरम,ट ोब,
बेिसक
िवच ओवर टेशन, ाइमरी गैस के िलए आई डी फेन, होट मेटल और टील लेडल,
9 ऑ]सीजन फनNस 50%
लेडल Pांसफर कार, लेडल अनुरLण उपकरण, स्लेग पोट, लग पोट Pांसफर कार,
उपकरण
Eे प बॉ]स Eे प Pांसफर कार, लांस करेज, लांस गाइड, Eे न एंड हाइट, लांस होइट
एंड Pाली , लांस 6टyटग उपकरण, लांस को िलvट करने के िलए Pेवस, िविभ&न आकर
के बंकर, िबन बाइ|ेटर, वेइं ग {पर, अनुरLण टेणड, ् डी डyटग स]शन {ड,
टीyमग/एच एम, लेडल 6रलाइyनग ट,ड, ट,ड कू yलग टेक इं पे]शन उपकरण, {ड
Pेवस5 केरेज, 6रफे ]Pी, बाइपास एवं आइसोलेशन वाब, vलेयर टेक एवं इगिनगेशन
िसटम, Eyबग टोवर सेल – वेट गैस ]लीyनग िसटम, डॉग हाउस लेडल uायर, लेडल
Page 99 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 11
ी-हीटर, लेडल कूलर, vयूम कोले]शन {xस, ]लीन गैस टेक, डट िसलो, वेग ि|ज,
लग 6रटेyनग उपकरण
फनNस ोपर (िजसम, नेस लोवर सेल, अपर सेल और फ, 6टलeटग Sलेटफाम5, नेस
गे&Pी शािमल है) और Pांसफाम5र, इले]Pोल रे गूलेशन णाली, , हाइuोyलक िसटम,
6रफे ]Pी, लेवल I एंड II आटोमेशन िसटम के पाट5स। एल एफ – वाटर कू ड लेडल
फ, इले]Pोड माट एंड आमस5, इले]Pोड रे गूलेeटग िसटम, वायर फyडग िसटम,
बोटम इनइरट गैस yटeरग वाल िसटम पो स Sलग और टॉप लांस के िलए, इमरज,सी
लांसतं;, uाइव यूिनट के साथ लांस केरेिज िसटम, वचािलत तापEम, सेिTपyलग और
बाथ लेबल/ओ2 मेजरम,ट, तापEम और आ]सी जन इTमजन लांस, uाइव यूिनट के साथ
इलेि]Pक आक5
10 लांस केरे ज िसटम, हाइuोिलक िसटम, 6रफै ]Pी, लेडल फ डेटा पोरशन, आर एच 50%
फनNस
ोपर (िजसम, लेडल Pांसफर कार, वे]यूम वेसेल, वेसेल िलफeटग और लोवeरग
िसटम शािमल है, हाइuोyलग िसटम, मटी फं ]शन लांस, वाव रे ]स/टेशन,
इले]Pोड ]लेप यूिनट, इले]Pोड आमस5 का कं ड]टर, वाटर कू ड केबल, ए आर टेeरग
वाव रे क, लांस Pांसपोट5 कार, 6रफे ]Pी लांस, हाइuोिलक िसल,डर, लेडल फ
िलफeटग िसल,डर, लूि|के शन णाली, स]शन {ड, डTपर, वाइ|ो फडर, वेइंग होपर,
वायर फyडग णाली, इले]Pोड िनyपyलग टेड, Eे न, होइट, तापमान और सेTपyलग
6टSस, लेडल ट,ड, ई एस पी, िडडy]टग {ड, 6रफे ]Pी, बेग फटर, Eे न इयाद।
लाडले टरे ट, लेडल कवर मेिनपुलेटर, लेडल शारउड मेिनपुलेटर, टनिडस कार,
मशीन, डेबरर, मा कग मशीन, टेकेनोलोजी कं Pोल िसटम एंड ोसेस मोडल, Rलेक
6रफे ]Pीज, P,ड ग&डे सेqम,ट, टनिडश, लाडले कवर, रोलर टेबल एंड आ]सीिलरीज,
माड एंड सेqम,ट मेनटेनेस इ]यूपम,ट टनिडस मेनटेनेस इ]यूपम,ट, ई एम बी आर
िसटम
लाज5 काyटग एंड फाyजग लाइक िमल हाउyसग, बेड SलेQस व]स5 रोल, बेकअप रोल,
इं ड yपडस ; रोलर टेबल, बेकअप रोल एंड वक5 रोल च]स ]वाइलर/टेनशन
vलेट ोड]ट
12 6रल/अन]वाइलर, ए जी सी िसलंडर, शेयस5, लेवेलेस5, लाजेर वेडर, पेकेyजग मशीन, 50%
िमल
नॉन का&टे]ट, गेज/ ोफाइल गेज, एंटी-]शन रोल नेक िबयेeरग, आयल फम
फाम$ - 1
100/- Aपए के टाB
टाBप पेपर पर 1दए जाने के िलए लौह एवं इपात उपाद
पाद/पूज
ं ीगत माल म घरे लू मू,यवध$
यवध$न के संबध
ं म व-0माणन
शपथ के िलए 0प :
__________________________________ एतद् ?ारा िन9ठापूव5क नीचे दए गए अनुसार वचन देता {ँ और घोषण करता {ँ :
क मK अिधसूचना सं. : ______________________________________ के मा_यम से जारी कए गए भारत सरकार क नीित के
एम डी को जRत करे। मK यह भी वचन देता {ं क आकलन क लागत का भुगतान क ं गा और िनिवदा दतावेज म, यथा उिलिखत सभी
अिधकृत हताLरकता5 (िनदेशक बोड5 ?ारा िविधवत अिधकृत कये जाने के िलए)
<नाम, पदनाम और संपक$ सं. क( 0िविD कर>
MINISTRY OF STEEL
NOTIFICATION
New Delhi, the 29th May, 2019
G.S.R. 385(E).—The revised Policy for providing preference to domestically manufactured Iron & Steel
Products in Government procurement is hereby published for general information.
[F. No.3(2)/2018-IDD]
RASIKA CHAUBE, Addl. Secy.
3 Exclusions
3.1 Waivers shall be granted by the Ministry of Steel to all such Government procurements subject to the below
conditions.
3.1.1 Where specific grades of steel are not manufactured in the country, or
3.1.2 Where the quantities as per the demand of the project cannot be met through domestic sources
The exclusion requests shall be submitted to the Standing Committee along with sufficient proof of unavailability
of domestically manufactured iron & steel products
4 Standing Committee
A Standing Committee under the Ministry of Steel (MoS) to be chaired by the Secretary (Steel), shall be
constituted to oversee the implementation of the policy. The Committee shall comprise of experts drawn from
Industry / Industry Association / Government Institution or Body / Ministry of Steel (MoS). The said Committee
in MoS shall have the mandate for the following:
4.1 Monitoring the implementation of the policy
4.2 Review and notify the list of Iron & Steel products and the domestic value addition requirement criteria as
mentioned at Appendix A and Appendix B.
4.3 Issue necessary clarifications for implementation of the policy including grant of exclusions to procuring agencies
as per section 3
4.4 Constitute a separate committee to carry out grievance redressal
4.5 The Standing Committee shall submit its recommendations for approval to Ministry of Steel.
5 Notifying Iron & Steel Products Procured by Government
5.1 The following guidelines may be used for identifying and notifying the aforementioned products under the policy:
5.1.1 The policy is applicable to iron & steel products as provided in Appendix A and to capital goods for
manufacturing iron & steel products in Appendix B.
5.1.2 Appendix A contains list of iron & steel products which are to be exclusively domestically manufactured and
cannot be imported without the approval of the Ministry of Steel
5.1.3 Appendix B contains a list (non-exhaustive) of capital goods for which purchase preference shall be provided
to domestically manufactured capital goods, if their quoted price falls within 20% of the price quoted for
corresponding imported capital good.
5.1.4 The objective of the policy is to notify all iron & steel products which are procured by Government Agencies
for government projects and not with a view to commercial resale or with a view to use in the production of
products for commercial sale.
5.1.5 The policy is applicable to all projects funded by Ministry or Department of Government and all agencies/
entities under their administrative control for purchase of iron & steel products.
5.1.6 The policy shall be applicable to projects where the procurement value of iron and steel products is greater
than Rs. 25 crores. The policy shall also be applicable for other procurement (non-project), where annual
procurement value of iron and steel products for that Government organization is greater than Rs. 25 crores.
5.1.7 The policy is applicable to purchase of iron & steel products by private agencies for fulfilling an EPC contract
and/or any other requirement of Ministry or Department of Government or their PSUs.
5.1.8 Analysis of the availability of various grades of domestic iron and steel products needs to precede for
notification under the policy. Only those iron & steel products, in respect of which at least one domestic
manufacturer exists, shall be notified. Consultation may be carried out by the Standing Committee.
5.1.9 The policy is applicable to capital goods for manufacturing iron & steel products in Appendix B produced in
compliance to prescribed quality standards, as applicable.
5.1.10 Policy for domestic procurement of capital goods for manufacturing iron and steel products is applicable to all
public sector steel manufacturers and all agencies/ entities under their administrative control for purchase of
capital goods for manufacturing iron & steel products, not with a view to commercial resale.
5.1.11 The policy is applicable to purchase of capital goods for manufacturing iron & steel products by private
agencies for fulfilling an EPC contract and/or any other requirement of public sector steel manufacturers and
all agencies/ entities under their administrative control
5.1.12 Government agencies which are involved in procurement of iron and steel products, and capital goods for
manufacturing of iron and steel products, in cases where the iron and steel products are not mentioned in
Appendix A and Appendix B, shall provide description and technical specifications of the product along with
prescribed standards to the Standing Committee. The Standing Committee will act as per mandate in section 3
and section 4.
5.2 The Ministry of Steel (MoS) would notify iron & steel products along with the minimum prescribed domestic
value addition, furnished at Appendix A.
5.3 The policy guidelines on capital goods for manufacturing iron & steel products shall be applicable to public sector
steel manufacturers for all purchases of capital goods for manufacturing iron & steel products in Appendix B,
irrespective of the project size.
5.4 Minimum domestic value addition requirement suggested for iron and steel products in Appendix A, and for
capital goods for manufacturing iron and steel products in Appendix B have been decided on the basis of factors
such as domestic supplier base, number of suppliers and import to consumption ratio.
5.5 The domestic value addition requirement norm shall be so calibrated that it reflects the average/above average
manufacturing capability of the domestic industry for the iron & steel products at a point of time. This shall be
suitably reviewed by the Standing Committee from time to time and amended, if required with the approval of
Ministry of Steel.
6 Tender procedure for procurement by government and government agencies
6.1 The procuring/ Government agencies shall follow standard procurement procedures, in accordance with
instructions of Ministry of Finance and CVC while adhering to DMI&SP. The policy shall come into effect from
the date of its notification in all tenders where price bid have not been opened.
6.2 The tender document, for procurement of both Goods as well as for EPC contracts, should explicitly outline the
qualification criteria for adherence to minimum prescribed domestic value addition by the bidder for iron and steel
products and capital goods for manufacturing iron & steel products(as indicated in Appendix A and Appendix B)
6.3 In supporting the growth of domestic products, the target of domestic value addition in iron and steel business
activities has been set as contained in Appendix A and Appendix B.
6.4 For iron and steel products in Appendix A, the procurement process shall be open only to the manufacturers /
suppliers having the capability of meeting / exceeding the domestic value addition targets. Manufacturers /
suppliers not meeting the domestic value addition targets are not eligible to participate in the bidding.
6.5 In case of Appendix B items, if in the opinion of the procuring company, the tenders (procured quantity) cannot
be divided in the prescribed ratio of 50:50, then they shall have the right to award contract to the eligible domestic
manufacturer for quantity not less than 50%, as may be divisible.
6.6 In continuation to the above clause, for Appendix B items, if the tendered item is non divisible, (to be included in
the tender document by procuring company) the contract can be awarded to the eligible domestic manufacturer for
the entire quantity.
6.7 In case of Appendix B items, if none of the eligible manufacturers meeting domestic value addition requirements
match the L1 bid, the original bidder holding L1 bid shall secure the order for full value of procurement.
6.8 The bidders who are selling agents/ authorized distributors/ authorized dealers/ authorized supply houses of the
domestic manufacturers of iron & steel products are eligible to bid on behalf of the domestic manufacturers under
the policy. However, this shall be subject to the following conditions:
6.8.1 The bidder shall furnish the authorization certificate issued by the domestic manufacturer for selling
domestically manufactured iron & steel products.
6.8.2 In case the procurement is covered under Appendix A of the DMI&SP policy, the bidder shall furnish the
Affidavit of self-certification issued by the domestic manufacturer to the procuring agency declaring that the
iron & steel products is domestically manufactured in terms of the domestic value addition prescribed.
6.8.3 In case the procurement is covered under Appendix B of the DMI&SP policy, the bidder shall furnish the
certification issued by the statutory auditor to domestic manufacturer declaring that the capital goods to be
used in Iron & Steel industry are domestically manufactured in terms of the domestic value addition
prescribed.
6.8.4 It shall be the responsibility of the bidder to furnish other requisite documents required to be issued by the
domestic manufacturer to the procuring agency as per the policy.
ܰ݁ ݐܿݑ݀ݎ ݈݂ܽ݊݅ ݂ ݁ܿ݅ݎ ݈݈݃݊݅݁ݏ ݐ− ݐ݈݊ܽ ݐܽ ݈݁݁ݐݏ ݎ ݊ݎ݅ ݀݁ݐݎ݉݅ ݂ ݐݏܿ ݀݁݀݊ܽܮ
= ݔ100%
ܰ݁ݐܿݑ݀ݎ ݈݂ܽ݊݅ ݂ ݁ܿ݅ݎ ݈݈݃݊݅݁ݏ ݐ
For Capital Goods
% ݊݅ݐ݅݀݀ܽ ݁ݑ݈ܽݒ ܿ݅ݐݏ݁݉ܦ
ܰ݁ ݐܿݑ݀ݎ ݈݂ܽ݊݅ ݂ ݁ܿ݅ݎ ݈݈݃݊݅݁ݏ ݐ− ݐ݈݊ܽ ݐܽ ݏ݈ܽ݅ݎ݁ݐܽ݉ ݐݑ݊݅ ݀݁ݐݎ݉݅ ݂ ݐݏܿ ݀݁݀݊ܽܮ
= ݔ100%
ܰ݁ݐܿݑ݀ݎ ݈݂ܽ݊݅ ݂ ݁ܿ݅ݎ ݈݈݃݊݅݁ݏ ݐ
of a bidder regarding domestic value addition in iron & steel products, the procuring agency shall have full rights
to inspect and examine all the related documents and take a decision. In case any clarification is needed, matter
may be referred to MoS with a request for technical assistance.
8.5 Any complaint referred to the Government Agency shall be disposed off within 4 weeks of the reference along
with submission of all necessary documents. The bidder shall be required to furnish the necessary documentation
in support of the domestic value addition claimed in iron & steel products to the Government Agency within 2
weeks of filing the complaint.
8.6 In case, the matter is referred to the Ministry of Steel, the grievance redressal committee setup under the MoS
shall dispose of the complaint within 4 weeks of its reference and receipt of all documents from the bidder after
taking in consideration, the view of the Government Agency. The bidder shall be required to furnish the
necessary documentation in support of domestic value addition claimed in iron & steel products to the grievance
redressal committee under MoS within 2 weeks of the reference of the matter. If no information is furnished by
the bidder, the grievance redressal committee may take further necessary action, in consultation with Government
Agency to establish bonafides of claim.
8.7 The cost of assessing the prescribed extent of domestic value addition shall be borne by the procuring agency if
the domestic value addition is found to be correct as per the certificate. However, if it is found that the domestic
value addition as claimed is incorrect, the cost of assessment will be payable by the bidder who has furnished an
incorrect certificate. The manner of enforcing the same shall be defined in the tender document.
9 Sanctions
9.1 Each Government Agency shall clearly define the penalties, in case of wrong declaration by the bidder of the
prescribed domestic value addition, in the tender document. The penalties may include forfeiting of the EMD,
other financial penalties and blacklisting of such manufacturer/ service provider.
9.2 In case of reference of any complaint to MoS by the concerned bidder, there would be a complaint fee of Rs. 10
Lakh or 0.2 % of the value of the DMI&SP being procured (subject to a maximum of Rs. 20 Lakh), whichever is
higher, to be paid by Demand Draft deposited with the grievance redressal committee under MoS along with the
complaint by the complainant. In case, the complaint is found to be incorrect, the Government Agency reserves
the right to forfeit the said amount. In case, the complaint is found to be substantially correct, deposited fee of the
complainant would be refunded without any interest.
10 Implementation monitoring by Ministry of Steel
10.1 The policy provisions shall be applicable for a period of 5 years from the date of publication. The policy period
may further be extended at the discretion of Ministry of Steel.
10.2 MoS shall be the nodal ministry to monitor the implementation of the policy.
10.3 All applicable agencies under DMI&SP policy shall ensure implementation of the policy and shall annually, in the
month of June, send a declaration indicating the extent of compliance to the policy and reasons for noncompliance
thereof, during the preceding financial year.
Flat-rolled products of iron or non alloy steel, of a width of less than 600
4 7211 35%
mm, not clad, plated or coated
Flat-rolled products of iron or non alloy steel, of a width of less than 600 35%
5 7212
mm, clad, plated or coated
Bars and rods, hot-rolled, in irregularly wound coils, of iron or non-alloy 35%
6 7213
steel
Other bars and rods of iron or non alloy steel, not further worked than 35%
7 forged, hot rolled, hot-drawn or hot-extruded, but including those twisted 7214
after rolling
8 Other bars and rods of iron or non alloy steel 7215 35%
9 Angles, shapes and sections of iron or non-alloy steel 7216 35%
10 Wire of iron or non-alloy steel 7217 50%
11 Flat-rolled products of stainless steel, of a width of 600 mm or more 7219 50%
12 Flat-rolled products of stainless steel, of a width of less than 600 mm 7220 50%
Other bars and rods of stainless steel; angles, shapes and sections of
13 7222 50%
stainless steel
14 Wire of other alloy steel 7229 35%
15 Rails, railway or tramway track construction material of iron or steel 7302 50%
16 Tubes, pipes and hollow profiles, of cast iron 7303 35%
Tubes, pipes and hollow profiles, seamless, of iron (other than cast iron)
17 7304 35%
or steel
Other tubes and pipes (for example, welded, riveted or similarly closed),
18 having circular cross-sections, the external diameter of which exceeds 7305 35%
406.4 mm, of iron or steel
Other tubes, pipes and hollow profiles (for example, open seam or
19 7306 35%
welded, riveted or similarly closed), of iron or steel
Tube or pipe fittings (for example, connectors/couplings, elbow sleeves),
20 7307 35%
of iron or steel
21 Bars and rods, hot-rolled, in irregularly wound coils, of stainless steel 7221 35%
22 Wire of stainless steel 7223 35%
Flat-rolled products of other alloy steel, of a width of 600 mm or more,
23 7225 35%
including electrical steel
Flat-rolled products of other alloy steel, of a width of less than 600 mm,
24 7226 35%
including electrical steel
25 Bars and rods, hot-rolled, in irregularly wound coils, of other alloy steel 7227 15%
Other bars and rods of other alloy steel; angles, shapes and sections, of
26 7228 35%
other alloy steel; hollow drill bars and rods, of alloy or nonalloy steel
Sheet piling of iron or steel, whether or not drilled, punched or made from
27 7301 15%
assembled elements; welded angles, shapes and sections, of iron or steel
Structures (excluding prefabricated buildings of heading 9406) and parts
28 7308 15%
of structures
Reservoirs, tanks, vats and similar containers for any material (other than
compressed or liquefied gas), of iron or steel, of a capacity exceeding 300
29 whether or not lined or heatinsulated, but not fitted with mechanical or 7309 15%
Thermal equipment
Tanks, casks, drums, cans, boxes and similar containers, for any material
(other than compressed or liquefied gas), of iron or steel, of a capacity not
30 7310 15%
exceeding 300 L, whether or not lined or heat-insulated, but not fitted
with mechanical or thermal equipment
31 Containers for compressed or liquefied gas, of iron or steel 7311 15%
Stranded wire, ropes, cables, plaited bands, slings and the like, of iron or
32 7312 15%
steel, not electrically insulated
Barbed wire of iron or steel; twisted hoop or single flat wire, barbed or
33 not, and loosely twisted double wire, of a kind used for fencing, of iron or 7313 15%
steel
Grill, netting and fencing, of iron or steel wire; expanded metal of iron or
34 7314 15%
steel
35 Chain and parts thereof, of iron or steel 7315 15%
36 Anchors, grapnels and parts thereof, of iron or steel 7316 15%
37 Articles of iron and steel 7317 15%
38 Articles of iron and steel 7318 15%
39 Articles of iron and steel 7319 15%
40 Springs and leaves for springs, of iron or steel 7320 15%
Stoves, ranges, grates, cookers (including those with subsidiary boilers for
41 central heating), barbecues, braziers, gas-rings, plate warmers and similar 7321 15%
non-electric domestic appliances, and parts thereof, of iron or steel
Radiators for central heating, not electrically heated, and parts thereof, of
iron or steel; air heaters and hot air distributors, not electrically heated,
42 7322 15%
incorporating a motor-driven fan or blower, and parts thereof, of iron or
steel
43 Tables and similar household articles and parts thereof, of iron or steel 7323 15%
44 Sanitary ware and parts thereof, of iron or steel 7324 15%
45 Other cast articles of iron or steel 7325 15%
46 Electrical steel and other articles of iron or steel 7326 15%
47 Railway or tramway passenger coaches, not self-propelled 8605 50%
48 Railway or tramway goods vans and wagons, not self-propelled 8606 50%
Parts of railway or tramway locomotives or rolling-stock; such as bogies, 8607 50%
49
bissel-bogies, axles and forged wheels, and parts thereof
Products included in descriptions are indicative; all products under the specified HS codes are included as part of the
appendix
Appendix B
Indicative list of capital goods(non-exhaustive) for manufacturing iron & steel products
Minimum
Sl. domestic value
Plant shop Capital goods
No. addition
requirement
Apron feeder, barrel couplings, heavy duty bearings, hydraulic disc brakes,
Raw material tanker &container for powdered materials, conveyor belt for pipe
1 handling conveyors, high angle conveyor system, crushers, crane rail lubrication 50%
system system, four girder EOT Crane, crane weighing system, crane air
conditioning, fluid couplings, fork lift trucks, hydraulic motors, hydraulic
system, locking assembly (friction grip), load cells, level sensors, pipe
shell - Wet gas cleaning system, Dog house, Ladle drier, ladle pre-heater,
ladle cooler, Fume collection hoods, Clean gas stack, Dust silo, Weigh
Bridge, Slag retaining device
Furnace proper (includes furnace lower shell, upper shell and roof, Tilting
platform, Furnace Gantry) and transformer, Electrode regulation system,
Hydraulic system, Refractories, Parts of Level I & Level Il Automation
system. LF - water cooled ladle roof, electrode mast and arms, electrode
regulating system, wire feeding system, Bottom inert gas stirring Valve
stand for porous plug and top lance, Emergency lance mechanism, Lance
carriage system with drive unit, Automatic temperature, sampling & bath
level / O2 measurement, Temp. & oxygen immersion lance, lance carriage
Electric arc
10 system with drive unit, Hydraulic system, Refractories, Ladle roof Delta 50%
furnace
portion, RH proper (includes Ladle transfer car, vacuum vessel, Vessel
lifting & lowering system. Hydraulic system, Multi Function lance, Valve
racks/station, Electrode clamp unit, conductor of electrode arms, water
cooled cable, A R stirring valve rack, lance transport car, Refractory lance,
Hydraulic cylinder, Ladle roof lifting cylinder, Lubrication system, Suction
hood, damper, Vibro feeder, weighing hopper, wire feeding system,
Electrode nipiling stand, Cranes, hoist, Temperature & sampling tips, ladle
stands, ESP, Deducting hoods, Refractories, bag filter, Cranes etc.
Ladle turret, ladle cover manipulator, Ladle Shroud manipulator, tundish
car, Continuous tundish temperature measurement system, Tundish stopper
rod mechanism, emergency cut-off gate, mould assembly, Nozzle quick
change device, mould oscillator and EMS system, EIectro-Magnetic braking
Continuous
system, Strand guide segment, Withdrawal & Straightening unit (WSU),
11 casting 50%
Roll gap checker, Emergency torch cutter, Torch cutting machine, Deburrer,
equipment
Marking machine, Technological control system & process models, Black
Refractories, strand gunde segment, tundish, ladle cover, roller tables &
auxiliaries, mould& segment maintenance equipments, tundish maintenance
equipments, EMBR system
Large castings and forgings like mill housing, bed plates, work rolls, backup
rolls, end spindles; roller tables, backup roll and work roll chucks, coilers /
Flat product
12 tension reels / uncoilers, AGC cylinders, shears, levelers, lazer welders, 50%
mills
packaging machines, non-contact gauges / profile gauges, anti-friction roll
neck bearings, oil film bearings, gear boxes, mill motors
Mill housing, bed plates, work rolls, backup rolls, spindles; roller tables,
Long product coilers / tension reels / uncoilers, shears, billet welder, packaging machines,
13 50%
mills non-contact gauges / profile gauges, anti-friction roll neck bearings, oil film
bearings, finishing blocks, gear boxes, mill motors
*Items in appendix B are an indicative list of capital goods for manufacturing steel, the list is not exhaustive. All capital
goods for steel manufacturing shall be considered for purchase preference under the policy with a minimum domestic
value addition requirement of 50%
Form-1
Format for Affidavit of Self Certification regarding Domestic Value Addition in Iron & Steel Products/capital
goods to be provided on Rs.100/- Stamp Paper Date:
I ________S/o, D/o, W/o, _____________________ Resident of _______________________
__________________________________ hereby solemnly affirm and declare as under:
That I will agree to abide by the terms and conditions of the policy of Government of India issued vide Notification
No: ______________________________________.
That the information furnished hereinafter is correct to the best of my knowledge and belief and I undertake to produce
relevant records before the procuring agency (ies) for the purpose of assessing the domestic value addition.
That the domestic value addition for all inputs which constitute the said iron & steel products has been verified by me
and I am responsible for the correctness of the claims made therein.
That in the event of the domestic value addition of the product mentioned herein is found to be incorrect and not
meeting the prescribed value-addition criteria, based on the assessment of procuring agency (ies) for the purpose of
assessing the domestic value-addition, I will be disqualified from any Government tender for a period of 36 months. In
addition, I will bear all costs of such an assessment.
That I have complied with all conditions referred to in the Notification No.___________ wherein preference to
domestically manufactured iron & steel products in Government procurement is provided and that the procuring
agency (ies) is hereby authorized to forfeit and my EMD. I also undertake to pay the assessment cost and pay all
penalties as specified in the tender document.
I agree to maintain the following information in the Company's record for a period of 8 years and shall make this
available for verification to any statutory authority.
i. Name and details of the Bidder (Registered Office, Manufacturing unit location, nature of legal entity)
ii. Date on which this certificate is issued
iii. Iron & Steel Products for which the certificate is produced
iv. Procuring agency to whom the certificate is furnished
v. Percentage of domestic value addition claimed and whether it meets the threshold value of domestic value
addition prescribed
vi. Name and contact details of the unit of the manufacturer (s)
vii. Net Selling Price of the iron & steel products
viii. Freight, insurance and handling till plant
ix. List and total cost value of input steel (imported) used to manufacture the iron & steel products
x. List and total cost of input steel which are domestically sourced.
xi. Please attach domestic value addition certificates from suppliers, if the input is not in house.
xii. For imported input steel, landed cost at Indian port with break-up of CIF value, duties & taxes, port handling
charges and inland freight cost.
For and on behalf of(Name of firm / entity)
Authorized signatory (To be duly authorized by the Board of Directors)
<Insert Name, Designation and Contact No.>
Uploaded by Dte. of Printing at Government of India Press, Ring Road, Mayapuri, New Delhi-110064
and Published by the Controller of Publications, Delhi-110054.
PLEASE REFER INVITATION FOR BIDS (IFB) CLAUSE NO 11.2 AND SUBMIT THE
DULY FILLED AND SIGNED APPENDIX-III & IV TO IFB ALONG WITH OFFER AS
PER BIDDING DOCUMENT REQUIREMENT.
ANNEXURE – IV TO ITB
CONFIDENTIAL 1
1. OBJECTIVE ........................................................................................................ 3
1.1. Social Media ................................................................................................ 3
1.2. Scope and Applicability .............................................................................. 4
1.3. Relevant Documents ................................................................................... 4
2. CONTENT GUIDELINES .................................................................................... 4
3. ACCEPTABLE USAGE OF SOCIAL MEDIA...................................................... 7
4. ENFORCEABILITY AND COMPLIANCE ......................................................... 10
ANNEXURE I ........................................................................................................... 11
ANNEXURE II .......................................................................................................... 12
ANNEXURE III ......................................................................................................... 13
CONFIDENTIAL 2
1. OBJECTIVE
Social media has become part of everyday life and a means of communication and
sharing information with others. Every organization recognises the benefits that
social media tools can provide, and also reckons the challenges it brings.
These terms and conditions (“Social Media T&Cs”) seek to provide clear guidance
on acceptable standards of conduct and practices to be followed by the Business
Partners (as defined below) of Bharat Petroleum Corporation Limited
(“Corporation”), in the usage of social media tools during and post their
association with the Corporation. These terms and conditions are intended to
protect and safeguard inter alia the interests and reputation of the Corporation, in
the access, use of or participation on Social Media (as defined below) platforms by
such constituents.
Social Media includes any web or mobile based platform that enables an individual
or agency to communicate interactively and enables exchange of user generated
content. The term “Social Media” describes internet-based technologies and
practices that people use to share opinions, insights, experiences and
perspectives. It may be internal (housed within the Constituent’s technology
infrastructure and open for use only by the Constituents) or public (widely available
to the population of internet users).
These terms and conditions are applicable equally to a wide range of websites and
mobile phone / tablet applications, including the following:
(a) Social Networking sites, for example - Facebook, Twitter, and LinkedIn.
(b) Media Sharing sites, for example - Instagram, Snapchat, YouTube
(c) Discussion forums, for example - Reddit, Quora, Digg, Glassdoor
(d) Content Curation network, for example - Pinterest, Flipboard
CONFIDENTIAL 3
These Social Media T&Cs are applicable to all Business Partners (as defined
below), including any prospective partners of the Corporation (the “Constituents”).
The Social Media T&Cs provides a framework for the usage of Social Media by the
Constituents and non-conformance with these Social Media T&Cs or any other
applicable policy or directions issued by the Corporation as may be relevant to the
Constituents, may result in penalties ranging from financial to legal liabilities, as
set out under the respective contractual understanding between each Business
Partner and the Corporation.
These Social Media T&Cs have been formulated in line with the Framework &
Guidelines for Use of Social Media for Government Organizations, issued by the
Department of Electronics and Information Technology, Ministry of
Communications & Information Technology, Government of India.
In addition, these Social Media T&Cs must be read in conjunction with the
underlying contract documents including the following documents (collectively, the
“Relevant Documents”), as may be applicable to each Constituent:
(a) General Conditions of Contract for vendors (relevant clauses are placed at
Annexure I);
2. CONTENT GUIDELINES
This section seeks to set out the guidelines for content management as well as
administration rights of all official Business Partner Social Media accounts and
ensure accountability of the authorised representatives of such Business Partner.
CONFIDENTIAL 4
(b) The content posted or shared though official Social Media accounts, shall
be relevant, engaging and in line with the Corporation’s brand and
communication strategy, whether in the form of text, images, gifs, videos,
etc.
(c) The Constituents shall be mindful of content and the tone associated with
it. A negative tonality, sarcasm, dry humour, pun, memes, etc. should be
avoided to steer clear from any controversy.
(d) The Constituents shall be careful and ensure that any content posted or
shared through the official Social Media accounts does not bring disrepute
to the Corporation. Opinion or comments on political observations, religious
beliefs, gender biases, etc. must be avoided while operating official Social
Media accounts. In the use of official Social Media accounts, the
Constituents shall refrain from forwarding or sharing any videos or images
or messages, which are considered inappropriate or any content that is
considered offensive, obscene or derogatory in nature.
(f) The Constituents shall ensure that any references to the Corporation or its
employees, or other customers, partners and vendors do not contravene
any non-disclosure agreements. The Constituents shall avoid disclosure of
any information pertaining to any employee / vendor / customer or individual
associated with the Corporation, without their prior consent.
(h) In the operation of official Social Media accounts, the Constituents shall be
cognizant of maintaining professional etiquette for all interactions and shall
not initiate or engage in discussions which may be characterised as
showcasing a personal opinion such as political or religious beliefs. In
CONFIDENTIAL 5
(i) The Constituents, particularly in the use of official Social Media accounts,
shall only post original content, which is free of any copyright infringement
or plagiarism. To ensure the reputation and principles of the Corporation
are safeguarded, all Constituents must avoid posting content that violates
the law, infringes the intellectual property rights of the Corporation and its
group companies or of any individual or organization. Any inadvertent
posts, which violates these principles, must be removed / deleted
immediately upon becoming aware of the implications as set out in these
guidelines.
(i) Text, photos, images, musical work in any form, video clips, movie
clips, or any other content for which the Constituent does not own
copyright, must not be used in any form, and in particular for official
purposes to promote any activities related to the Corporation, without
obtaining consent from the copyright owner. If the copyright owner
for such work cannot be identified or if the consent for use of such
work is not provided by the copyright owner, the work must not be
used by the Constituent.
(v) All Constituents must take due care to protect the Corporation’s
copyright and intellectual property within and outside the
organization.
CONFIDENTIAL 6
(k) The admins operating official Social Media accounts shall clearly state the
source and give due disclaimers while quoting any third-party content
through such Social Media accounts.
The following guidelines are applicable to vendors, suppliers and other contractors
of the Corporation (“Business Partners”), and these are intended to supplement,
and do not to replace the terms and conditions or any other agreement or
guidelines (including the applicable provisions set out under Annexure I or II of
these Social Media T&Cs), which are currently in place to regulate the conduct of
such Business Partners:
(a) Business Partners have the discretion to decide whether their Social Media
accounts will be used for personal or professional purposes. However, in any
event, whether such Social Media accounts are used for official purposes or
personal purposes, to the extent that they declare their affiliation with the
Corporation in any way, it is deemed that they will abide by these terms and
conditions read with the applicable contractual provisions and the
Framework & Guidelines for Use of Social Media for Government
Organizations, issued by the Department of Electronics and Information
Technology, Ministry of Communications & Information Technology,
Government of India.
(b) Only official Business Partners accounts are eligible to declare their
association with the Corporation or using any content owned by or belonging
to the Corporation, including logo, product specifications, product pictures,
product catalogues, etc. Such accounts may only post content that are
official in nature and reasonably expected to promote the activities specific
to its business. Such official Business Partner Social Media account shall be
akin to a professional page to promote business interactions and shall not
post any content which may showcase the account as expressing opinion on
ancillary matters which are not in furtherance of the objective set out under
the Relevant Documents, such as posts related to entertainment industry, or
political views etc. However, such affiliation or use of Corporation’s content,
such as logo, product pictures etc. is only limited to use by official Social
Media accounts of such Business Partner, and will not, at any time, be used
by any authorised or other personnel of such Business Partner, in the
operation of a personal Social Media account.
CONFIDENTIAL 7
(d) Each Business Partner Social Media account, particularly those accounts
which have been permitted to acknowledge their association with the
Corporation, has an obligation to exercise caution in the posting or sharing
of content on Social Media, and shall undertake adequate diligence prior to
posting any content. In particular, such accounts shall be fully cognizant of
posting or providing traction to any ‘fake news’ and shall refrain from posting
or sharing unlawful, controversial or unverified news, or news from dubious
‘sources’, particularly in relation to the Corporation and the Central / State
Governments.
(e) The Business Partner Social Media account which are maintained for official
purposes, shall refrain from engaging in unlawful or inappropriate posts or
sharing any content that may be defamatory or may have the effect of
downplaying the Corporation’s business or competitors. In addition, such
account should also not post or share content using derogatory language or
is likely to demean sentiments of anyone with whom they engage in any
public communication using Social Media.
(f) Business Partners using Social Media for official purposes and especially
those accounts that have been approved by the Corporation, shall maintain
professional and proper etiquette in online interaction via Social Media and
shall not engage in inappropriate behaviour. Such inappropriate behaviour
includes but may not be limited to posting, sharing or endorsing in any form,
any content which may be considered as:
CONFIDENTIAL 8
(vii) Amounting to pornographic material (that is, writing, pictures, films and
video clips of a sexually explicit nature) or content that could be
considered as offensive, obscene or criminal; or
(viii) Creating or likely to create any liability (whether criminal or civil, for the
Corporation).
(g) Any violation of these Social Media T&Cs shall be treated as violation of
General Conditions of Contract of the Corporation and may invite action by
the Corporation as deemed fit, based on the sole discretion of the
Corporation.
(h) The Corporation has a zero-tolerance policy for any complaints that may be
brought to its notice via Business Partner Social Media accounts. In the event
the Business Partner or its associates etc. are dissatisfied with the
Corporation, or have any unresolved query or grievance against the
Corporation or any individual who is in the employment or association of the
Corporation, the Business Partner or such person associated with it must
reach out to the designated official and follow the hierarchy established
within the Corporation. All such communication must follow the formal
processes that are available as per contractual agreement with the
Corporation. In the event the Business Partner, whether by itself or its
employee or associate publishes any such information on Social Media or
discloses details of any complaint or dispute with the Corporation on a public
forum through Social Media, it will be in breach of the terms of these T&Cs
and its agreement with the Corporation, and the Corporation will have the
right to pursue such legal remedies as may be appropriate and available
under law.
CONFIDENTIAL 9
4.1. These Social Media T&Cs are construed to be a part of the Relevant Documents
and form an integral part of the contractual understanding between the
Corporation and the Business Partner.
4.2. Any violation of the Social Media T&Cs shall be treated as violation of respective
contractual understanding between the Corporation and the Business Partner,
and may invite appropriate action by the Corporation as deemed fit.
4.3. The Business Partner agrees and understands that all activities of the Business
Partner’s official Social Media Account is subject to monitoring and periodic audits
by the Corporation, if required.
4.4. The Business Partner will provide its written acknowledgement to these Social
Media T&Cs, in the form set out in Annexure III, failing which the Corporation may
take such action as may be necessary to ensure compliance with these terms and
conditions.
4.5. The concerned official of the Corporation shall be responsible for reviewing the
compliance of these Social Media T&Cs as may be required to ensure that it meets
legal requirements and reflects best practice.
---------
CONFIDENTIAL 10
34.3 The contractor shall be responsible for the proper behaviour of all the staff,
supervisor, workmen and others and shall exercise a proper degree of control over
them and in particular, and without prejudice to the said generality, the contractor
shall be bound to prohibit and prevent any employees from trespassing or acting
in any way detrimental or prejudicial to the interest of the community or of the
properties or occupiers of land and properties in the neighbourhood and in the
event of such employee so trespassing, the contractor shall be responsible
therefore and relieve the Owner of all consequent claims or actions for damages
or injury or any other grounds whatsoever. The decision of the Engineer-in-Charge
upon any matter arising under this clause shall be final. Contractor shall ensure
that none of their employees are ever engaged in any anti-national activities.
44.2 Contractor will not disclose details of the work to any person or persons
except those engaged in its performance, and only to the extent required for the
particular portion of the work being done. Contractor will not give any items
concerning details of the work to the press or a news disseminating agency without
prior written approval from Engineer-in-Charge. Contractor shall not take any
pictures on site without written approval of Engineer-in-Charge.
-----
CONFIDENTIAL 11
Clause 28:
(a) The Transporter shall remain at all times liable to the Corporation for any loss
or damage caused to any building, plant machinery or the property of the
Corporation due to careless, negligent, inexperienced act or default of the
Transporter, their agents, representative or employees. The Corporation shall be
entitled to deduct from the amounts payable to the Transporter under this
Agreement or otherwise the loss or damages so suffered.
(b) The Transporter will be liable for any loss and/or injury to Corporation’s
employee due to careless, negligent, wrongful act or default of the Transporter,
his/their representatives or employees in carrying out the job under this contract.
Clause 38:
All terms & conditions stipulated in the Guidelines for Bidders, Tender Terms &
Conditions, Declarations, Agreement, Industry Bulk LPG Transport Discipline
Guidelines and other documents furnished with the Tender and related
correspondence shall form part of the contract. The Corporations are entitled to
frame and implement the Policy(ies) applicable to Transporters, and to modify and
amend the same from time to time, and that the Policy(ies) as framed, amended
and modified would be binding on the Transporters, immediately upon being
communicated to them.
CONFIDENTIAL 12
OR
In furtherance thereof, we have been provided with a copy of the Terms and
Conditions for Acceptable Use of Social Media by Business Partners, issued by
the Corporation.
I / We have read and understood BPCL’s Terms and Conditions for Acceptable
Use of Social Media by Business Partners and agree to abide by it.
In acknowledgement thereof, please see below our acceptance of the Terms and
Conditions for Acceptable Use of Social Media by Business Partners, issued by
the Corporation, duly signed and acknowledged by [insert name], in the capacity
of our authorised representative.
_________________________
(Signature & seal)
Name:
Designation: Date:
CONFIDENTIAL 13
ANNEXURE – V TO ITB
PROPOSAL FORMS
(Enclose copy)
11. Provident Fund Registration
No. of the firm.
(Enclose copy)
12. ESI Registration No. of the firm
(Enclose copy)
13. Indian GSTIN No. of the firm.
(Enclose copy)
Note:
(i) Above is prefilled confirmation. In case of any change in status in any of the above
criterion, Bidder needs to correct the respective Declaration and submit the details accordingly.
In case Bidder submit the Declaration without any modification, the same shall be considered
as Confirmation by the Bidder.
We further hereby waive, withdraw and abandon any and all assumptions, deviations, variations,
objections or reservations whatsoever here to set out, given or indicated in our offer, clarifications,
correspondence, communications, or otherwise with a view that the price bid submitted may be treated to
conform to, in all respects, with the terms and conditions of the said Bidding Document including all
Technical and Commercial Amendments.
We further hereby confirm that the price quoted in BPCL e-Tender portal are as per the provisions of the
Bidding document and there is no deviation to the provisions in the price bid.
** The bid compliance letter must be signed by the person (s) authorized to sign
SIGNATURE OF DEPONENT
VERIFICATION
I, _________________________ <the deponent named above>, do hereby verify that the factual
contents of this Affidavit are true and correct. No part of it is false and nothing material has been
concealed there from.
Verified at _________________on this _____________day of ______________20____.
SIGNATURE OF DEPONENT
Notes for submission of AFFIDAVIT:
IEM C- 54, Bharatendu Flat No. 1801, Pavilion Height -4 44/24, 3'd trust
Address Harishchandra Marg,
Jaypee Greens, Wish Town Cross Street,
Anand Vihar,
Mandavelipakkam,
Sector – 128, Noida
New Delhi- 110092 Chennai 600028.
Gautam Buddha Nagar (U P)
PIN- 201304
Page 5 of 5
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)
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
Engineers India Limited
New Delhi
Name of Work:
1.
2.
3.
4.
NOTE: The Pre-Bid Queries may be sent by e-mail to Contact persons as mentioned in IFB.
EXPERIENCE DETAILS
Bidder shall furnish their experience details with reference to the work, which pre-qualify them in line
with Experience stated in Bidder’s Qualification Criteria (BQC)
Starting date:
7 Whether following documents enclosed Copy of work order / notification for award
specifying the contract value
and scope of work: _____________
Note : In case of bidder furnishes multiple contracts for qualifications, above format shall be
furnished separately for each contract (separately filled in for each job referred in this form).
Dear Sirs,
WHEREAS:
1. Bharat Petroleum Corporation Limited having its registered office at Bharat Bhavan, 4&6
Currimbhoy Road, Ballard Estate, Mumbai - 400001 (hereinafter called "the Owner" which
expression shall include its successors and assigns) has awarded to M/s
________________________ (Name) (Address)_______________ (hereinafter called "the
contractor" which expression shall include their successors and assigns/executors,
administrators, representatives and assigns) a Contract for ______________________
(Description of work) on terms and conditions set out, inter alia, in the Owner's Purchase
Order/ Contract Document No. _____ dated ____ to the contractor and the General Conditions
of the Owner (hereinafter collectively referred to as "the said Contract" which expression shall
include amendments, modifications and/or variations thereto, in or of).
2. The Owner has agreed to supply Free Issue Material of value as per below parts for said
contract and the Free Issue Material, the Free Issue Material shall be under the custody and
charge of Contractor and shall be kept, stored, altered worked upon and/or fabricated/ fitted at
the sole risk and expense of the Contractor.
a) Part A – INR 171.76 Crores
b) Part B – INR 118.45 Crores
c) Part C – INR 93.77 Crores
d) Part D - INR 141.02 Crores
3. As pre-condition to the supply of the Free Issue Material by the Owner to the Contractor, the
Owner has required the Contractor to furnish to the Owner security from an approved Bank in
the manner and upon terms and conditions hereafter indicated.
NOW THEREFORE, in consideration of the premises aforesaid THE Contractor and Mr.
__________ (Name) of the Contractor M/s __________________ (hereinafter collectively
called the 'Surety' in consideration of the aforesaid contract and at the request of the
Contractor, both hereby irrevocably and unconditionally undertake to indemnify and keep
indemnified the Owner from and against all loss, damage and destruction (inclusive but not
limited to any or all loss or damage and tempest, lighting, explosion, storage, chemical or
physical action or reaction, bending, warping exposure, rusting, faulty workmanship, riot, civil
commotion or other act of omission of commission whatsoever within or beyond the control of
the Contractor, misuse and misappropriation by the contractor and the Contractor's servants
and/or agents) whatsoever to, of or in the Free Issue Material or any part of item thereof
between the date that the same or relative part or item thereof was supplied to the contractor
upto and untill the date or return to the owner of part the Free Issue Material or relative part or
item thereof and/or completed work(s) incorporating the Free Issue Material AND undertake to
pay to the Owner forthwith on demand in writing without protest or demur the value of the Free
Issue Material or item or part thereof lost, damaged, destroyed, misused and/or
misappropriated, as the case may be, inclusive of the Owner's cost and expenses (inclusive
Engineers India Limited
New Delhi
but not limited to handling transportation, cartage, insurance, freight, packing and inspection
cost and/or expenses) as specified in the said contract against the Surety and the Surety
hereby waives all rights, if any, at any time inconsistent with the terms of this Indemnity.
4. Indemnity shall not be determined or affected by the liquidation or winding up, dissolution, or
change of constitution or insolvency of the Contractor and the obligations of the Surety in
terms hereof shall not be anywise affected or suspected by of any dispute or disputes having
been raised by the Contractor (whether or not pending before any arbitrator, officer, Tribunal
or Court) or any denial of liability by Contractor or any other order or communication
whatsoever by the Contractor stopping or preventing or purporting to stop or prevent any
payment by the Surety to the Owner in terms thereof;
5. The mere statement or allegation made by or on behalf of he Owner in any notice or demand
or other writing addressed to the Surety or any them as to any of the Free Issue Material or
item or part thereof supplied the Contractor having been lost, damaged, destroyed, misused or
misappropriated while in the custody of the Contractor before or after completion of the
completed coating works incorporating the Free Issue Material and delivery to job site hereof
shall as be between the Surety and the Owner be conclusive of the factum of the Free Issue
Material of item or part thereof the having been supplied to the Contractor and/or the loss,
damage, destruction, misuse or misappropriation thereof, as the case may be, while in the
custody of the Contractor and/or prior to the completion of the completed coating works and
delivery to job site thereof without necessity on the part of the Owner to produce any
documentary proof or other evidence whatsoever in support of this.
6. The amount stated in any notice of demand addressed by the Owner to the Surety as to the
value of any of the Free Issue Material lost, damaged, destroyed or misused or
misappropriated, inclusive relative to the costs expenses incurred by the Owner in connection
therewith shall be as inspection costs and/or expenses as specified in the said demand upto
the aggregate limit of 110 % of the value of Free issue material for respective parts.
i) This Indemnity shall remain valid and irrevocable until the settlement of all claims of the
Owner arising hereunder.
ii) This Indemnity shall be in addition to any other guarantee or security whatsoever that the
Owner may now or at any time anywise have in relation to the Contractor's
Obligation/Liabilities under an/or in connection with the said contract inclusive for the Free
Issue Material and Owner shall have full authority to take resource to or enforce this
security in preference to other security(ies) at its sole discretion, and no failure on the part
of the Owner in enforcing or requiring enforcement of any other security shall have the
effect of releasing the Surety from its full liability hereunder;
iii) The Owner shall be at liberty without reference to the Surety and without affecting the full
liability of the Surety hereunder to take any other security in respect of the Contractor's
obligations and/or liabilities under or in connection with the said contract inclusive of the
Free Issue Material and to vary the terms vis-a-vis the Contractor of the said contract or to
grant time and/or indulgence to the Contractor or to reduce or to increase or otherwise
vary the prices or the total contract value of the quantity, quality, description or value of
the Free issue Material or to release or to forebear from enforcement of all or any of the
obligations of the Contractor under the said contract (inclusive in of the Free Issue
Engineers India Limited
New Delhi
Material) and/or the remedies of the Owner under any other security(ies) now or hereafter
held by the Owner and no such dealing(s), variation(s), reduction(s), increase(s), or other
indulgence(s) or arrangement(s) with the Contractor or release or forbearance
whatsoever shall have the effect of releasing the Surely from its full liability to the Owner
hereunder or of anywise prejudicing rights of the Owner between the Surely and the
Owner be conclusive of the value of such of Free Issue Material and the said costs and
expenses as also of the amount liable to be paid to the Owner in terms and for the
purposes of, without necessity for the Owner to produce any voucher, bill or other
documentation or evidence whatsoever in support thereof.
Yours Faithfully,
DEFINITION OF TERMS
In the contract documents as herein defined where the context so admits, the following words and expressions will have following
meanings :
1) “The Owner/Company/BPCL” means the Bharat Petroleum Corporation Limited, incorporated in India having its
registered office at 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai - 400 038 or their successors or assigns
2) “The Contractor” means the person or the persons, firm or Company whose tender has been accepted by the Owner
and includes the Contractor’s legal representative, his successor and permitted assigns.
3) The “Managing Director” shall mean the Chairman and Managing Director of the Bharat Petroleum Corporation
Limited or his successor in office designated by the Owner.
4) The “Engineer-in-Charge” shall mean the person designated as such by the Owner and shall Include those who are
expressly authorised by the Owner to act for and on his behalf for operation of this contract.
5) The “Work” shall mean the works to be executed in accordance with the contract or part thereof as the case may be
and shall include extra, additional, altered or substituted works as required for purpose of the contract.
6) The “Permanent Work” means and includes works which will be incorporated in and form a part of the work to be
handed over to the Owner by the Contractor on completion of the contract.
7) The “Construction Equipment” means all appliances, Tools/Tackles and equipment of whatsoever nature for the use
in or for the execution, completion, operation or maintenance of the work unless intended to form part of the
Permanent work.
8) The “Site” means the areas on which the permanent works are to be executed or carried out and any other places
provided by the Owner for purpose of the contract.
9) The “Contract Document” means collectively the Tender Document. Designs. Drawings or Specifications, agreed
variations, if any, and such other document constituting the tender and acceptance thereof.
10) The “Consultant” means the consulting engineers Nominated/appointed by the Owner for this Project / job.
11) The “Sub-Contractor” means any person or firm or Company (other than the Contractor) to whom any part of the
work has been entrusted by the Contractor, with the written consent of the Engineer-in-Charge, and the legal
personal representatives, successors and permitted assigns of such person, firm or company.
12) The “Contract” shall mean the Agreement between the Owner and the Contractor for the execution of the works
including therein all contract documents.
13) The “Specification” shall mean the various technical specifications attached and referred to in the tender documents.
It shall also include the latest editions, including all addenda/corrigenda, of relevant Indian Standard Specification,
specifications of the other country published before entering into Contract.
14) The “Drawings” shall include maps, plans and tracings or prints thereof with any modifications approved in writing
by the Engineer-in-Charge and such other drawings as may, from time to time, furnished or approved in writing by
the Engineer-in-Charge.
15) The “Tender” means the tender submitted by the Contractor for acceptance by the Owner.
16) The “Alteration Order” means an order given in writing by the Engineer-in-Charge to effect additions to or deletion
from and alterations in the works.
17) The “Completion Certificate” shall mean the certificate to be issued by the Engineer-in-Charge to the contractor when
the works have been completed to his satisfaction.
18) The “Final Certificate” in relation to a work means the certificate issued by the Engineer-in-Charge after the period
of liability is over for releasing the retention money/PBG.
19) The “Period of Liability” in relation to a work means the specified period during which the Contractor stands
responsible for rectifying all defects that may appear in the works.
The site location is described in the Special Conditions of Contract. The intending tenderer should inspect the site
and make himself familiar with site conditions and available facilities.
Entry into the BPCL areas is restricted depending on location/site. Only pass holders as also vehicles with special
permits are permitted in such restricted areas. Inside the premises access to various work spots is also further
regulated by permits issued for each area. Non-availability of access roads or permits for entry of vehicles/equipment
to any specific area shall in no case be the cause to condone any delay in execution of works or be the cause for any
claims or extra compensations.
The scope of work is defined in the Special Conditions of Contract and specifications. The Contractor shall provide all
necessary materials, equipments / Tools and Tackles / Supervision / labour etc. for the execution and maintenance
of the work till completion unless otherwise mentioned in these tender documents. All materials that go with the
work shall be approved by Engineer-in-Charge prior to procurement and use.
The tenderer should visit the site and acquaint himself with site conditions, availability of water, electricity, approach
roads, construction materials as per specifications, shelter for his staff, etc. since these are to be provided/arranged
by the tenderer (unless otherwise specified) at his cost.
The owner will, at his discretion and convenience based on availability for the duration of the execution of the work,
make available, land for construction of contractor’s field office, go-downs, workshop and fabrication yard required
for the execution of the contract. The contractor shall at his own cost construct all these temporary buildings and
provide suitable water supply and sanitary arrangement approved by the Engineer-in-Charge.
On completion of the works undertaken by the Contractor, he shall remove all temporary works/ shed erected by him
and have the site cleaned as directed by Engineer-in-Charge if the contractor shall fail to comply with these
requirements, the Engineer-in-charge may at the expenses of the Contractor remove such surplus and rubbish
material, dispose off the same as he deems fit and get the site cleared as aforesaid; and the contractor shall forthwith
pay the amount of all expenses so incurred and shall have no claim in respect of any such surplus materials disposed
off as aforesaid. But the Owner reserves the right to ask the Contractor any time during the pendency of the contract
to vacate the land by giving seven days notice on security reasons or on material interest otherwise.
All temporary buildings, sheds, workshops, field stations etc. shall be constructed in conformation with the safety and
security regulations of the owner as regards location and type of structure.
3 SUBMISSION OF TENDER:
3.1 The quotation should be submitted only in the manner and the form prescribed in the Request For Quotation
(RFQ)/Tender enquiry.
3.2 Addenda/Corrigenda to this tender document if issued must be signed and submitted along with the tender document.
The tenderer should consider the Addenda/Corrigenda and should price the work based on revised quantities when
amendments for quantities are issued in addenda.
3.3 Tenders should always be placed in double sealed covers, superscribing Tender No Tender for
(name of job), Bharat Petroleum Corporation Limited, due for opening on
The full name, postal address and telegraphic address of the tenderer shall be written on the bottom left hand corner
of the sealed cover. (This will not be applicable in the case of e-tenders) Tenders received in open condition (priced
bid) are liable to be rejected.
4 DOCUMENTS:
4.1 The tenders, as submitted shall include all documents/details asked for by BPCL in the RFQ/Tender enquiry.
Wherever signed tender documents are submitted, all signatures in the documents shall be dated, as well as all the
pages of the documents shall be initialed at the lower right hand corner and signed wherever required in the tender
papers by the tenderer or by a person holding power of attorney authorizing him to sign on behalf of the tenderer
before submission of tender. Tenders without signatures as stated above are liable to be rejected.
The tenderer should quote the rates in English both in figures as well as in words. Offers received without the rates
in figures and in words are liable for rejection. In case of discrepancy exists between the rate quoted in figures and
in words, the rates quoted in words will prevail.
All corrections and alteration in the entries of tender papers will be signed in full by the tenderer with date. No
erasures or over-writings are permissible.
In case of priced bids containing overwriting/cuttings/erasures in the quoted rates and in case these are not
attested by the signatory of the bid, such priced bids are liable to be rejected without giving any further notice.
The tender shall contain the name, residence and place of business of person or persons making the tender and shall
be signed by the tenderer with his usual signature with company stamp. Partnership firms shall furnish the full names
of all partners in the tender. It should be signed in the partnership name by all the partners or by duly authorized
representative followed by the name and designation of the person signing with company stamp.
Tender by Company or Corporation registered under the relevant companies act, shall be signed by the authorized
representative and a power of attorney in that behalf shall accompany the tender.Transfer of tender documents
issued to one intending tenderer to another is not permissible.
Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as admissible/applicable
from time to time under the existing Govt. policy. Purchase preference to a PSE shall be decided based on the price
quoted by PSE as compared to L1 Vendor at the time of evaluation of the price bid.
Owner reserves its right to allow Micro and Small Enterprises (MSEs), MSEs owned by Women Entrepreneurs and
MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as
admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a MSE, a MSE owned
by women entrepreneurs and a MSE owned by SC/ST entrepreneurs shall be decided based on the price quoted by
the said MSEs as compared to L1 Vendor at the time of evaluation of the price bid.
The tenderer must submit/ deposit earnest money, if specified in the RFQ/Tender enquiry, failing which the tender is
liable to be rejected. Earnest Money Deposit shall be submitted in the form of crossed Demand Draft in favour of “Bharat
Petroleum Corporation Ltd.” / Electronic Funds Transfer to BPCL Bank Account / Bank Guarantee executed by any
Scheduled Bank approved by Reserve Bank of India (as per Proforma provided in Annexure). Earnest Money Deposit
(EMD) shall be valid for a period of 6 (Six) months from the due date of opening of Techno-commercial Bids and shall
be submitted from any Indian Scheduled Commercial Bank / Indian Branch of Foreign Bank. EMD submitted by foreign
vendors shall be in USD / EURO only.
In case of limited tender, Earnest Money deposit (EMD) is not applicable for registered contractors of BPCL.
NOTE : Exemption of Bidding Document fee and EMD will be applicable for Micro and Small Enterprises (MSEs) registered
with District Industries Centres (DIC) or Khadi and Village Industries Commission or Khadi and Village Industries Board
or Coir Board or National Small Industries Corporation (NSIC) or Directorate of Handicraft and Handloom or MSEs having
Udyog Aadhaar Memorandum or any other body specified by Ministry of Micro, Small and Medium Enterprises. Such
bidder shall submit Self attested copy of the certificate, valid upto validity of the offer, indicating that their registration
includes the items/works under tender. The registration certificate should remain valid during the period of the contract
that may be entered into such successful bidder. Such tenderers should ensure validity of the Registration Certificate for
the purpose.
NOTE: No interest shall be paid by the Owner on the earnest money deposit by the tenderer. The earnest money of the
unsuccessful tenderer will be refunded after the completion of BQC evaluation / Technical Evaluation / Priced Bid
Evaluation as applicable.
The earnest money deposit (EMD) of the contractor whose tender may be accepted, if paid in forms other than Bank
Guarantee, can be converted to security deposit for due performance of the contract if the contractor so desires. The
“performance security deposit/retention money” vide clause 18 shall also be applicable limiting to a maximum of 10% of
the contract value.
Tender submitted by tenderers shall remain valid for acceptance for a period of four months from the date of opening
of the tender (Technical Bid in the case of two bid). The tenderer shall not be entitled during the said period of four
months, without the consent in writing of the Owner, to revoke, or cancel his tender or vary the tender given or any
term thereof. In case of tenderer revoking or canceling his tender, varying any terms in regard thereof without the
consent of Owner in writing, appropriate penal action will be taken by BPCL as deemed fit including putting the
tenderer/contractor on ‘Holiday listing’/’Delisting’ barring the tenderer/contractor from participating in future tenders
for an appropriate period from the date of revocation/cancellation/varying the terms. Further in the case of contractors
who are not registered with BPCL, the earnest money deposited by him will be forfeited. Once the quotation is
accepted the rates quoted shall be firm till the entire work is completed.
The Bid, all correspondence and documents relating to the bid, between Bidder and BPCL, shall be written in English
language only. Any supporting document furnished by Bidder may be written in other language provided that this
literature is accompanied by an authenticated English translation in which case, for purpose of interpretation of the Bid,
the English translation shall govern.
8 ADDENDA / CORRIGENDA:
Addenda/ Corrigenda to the tender documents may be issued prior to the date of opening of the tenders to clarify
documents or to effect modification in the design or tender terms. All addenda/corrigenda issued shall become part
of tender Document.
9.1 The right to accept the tender will rest with the Owner. The Owner, however, does not bind itself to accept the lowest
tender, and reserves to itself the authority to reject any or all the tenders received without assigning any reason
whatsoever.
9.2 The whole work may be split up between two or more contractors or accepted in part and not entirely if considered
expedient.
9.3 Tenders in which any of the particulars and prescribed informations are missing or are incomplete in any respect
and/or the prescribed conditions are not fulfilled are liable to be rejected.
9.4 Canvassing in connection with tenders is strictly prohibited and tenders submitted by the tenderer who resort to
canvassing will be liable to rejection.
9.5 Tender containing uncalled remarks or any additional conditions are liable to be rejected.
10 (a) INTEGRITY PACT (IP):
Vendors are requested to sign & return our pre-signed IP document, if applicable. This document is essential &
binding. Vendor's failure to return the IP document duly signed along with Bid Document may result in the bid not
being considered for further evaluation.
The tenderer shall visit the site and acquaint himself fully of the site and no claims whatsoever will be entertained on
the plea of ignorance or difficulties involved in execution of work or carriage of materials.
The time period allowed for carrying out the job shall be as shown in tender document. Request for revision for time
schedule after tenders are opened will not be received for consideration.
No Engineer of Gazetted rank or other Gazetted Officer, employed in Engineering or Administrative duties in an
Engineering Department of the States/Central Government or of the Owner is allowed to work as a Contractor for a
period of two years after his retirement from Government service or from the employment of the Owner without the
previous permission of the Owner. The contract, if awarded, is liable to be cancelled if either the contractor or any of
his employees is found at any time to be such a person, who had not obtained the permission of the State/ Central
Government, or of the Owner as aforesaid before submission of tender, or engagement in the Contractor’s service as
the case may be.
The successful tenderer shall be required to execute an agreement in the proforma attached with tender enquiry
within a period of one month of the receipt by him of the notification of acceptance of tender. The payment will not
be processed till the time the agreement is executed.
The field management will be the responsibility of the Engineer-in-Charge, who will be nominated by the Owner. The
Engineer-in-Charge may also authorize his representatives to perform his duties and functions.
Coordination of Work - The Engineer-in-Charge shall coordinate the work of various agencies engaged at site to
ensure minimum disruption of work carried out by different agencies. It shall be the responsibility of the contractor
to plan and execute strictly in accordance with the site instructions to avoid hindrance to the works being executed
by other agencies.
This General Conditions of Contract (GCC) will be binding for Consultancy jobs only to the extent of its applicability
to the context of consultancy jobs.
10
15.1 Except if and to the extent otherwise provided by the Contract, the provisions of the General Conditions of Contract
and special conditions shall prevail over those of any other documents forming part of the contract. Several documents
forming the contract are to be taken as mutually explanatory. Should there be any discrepancy, inconsistency, error
or omission in the contract or any of the matter may be referred to Engineer-in-Charge, who shall give his decisions
and issue to the Contractor instructions directing in what manner the work is to be carried out. The decision of the
Engineer-in-Charge shall be final and conclusive and the contractor shall carry out work in accordance with this
decision.
15.2 Works shown upon the drawing but not mentioned in the specifications or described in the specification without being
shown on the drawings shall nevertheless be held to be included in the same manner as if they had been specifically
shown upon the drawings and described in the specifications.
15.3 Headings and marginal notes to the clauses of these General Conditions of Contract or to specifications or to any
other tender document are solely for the purpose of giving a concise indication and not a summary of the content
thereof, and they shall never be deemed to be part thereof or be used in the interpretation or construction thereof
of the Contract.
16.4 Singular and Plural:
In these contract documents unless otherwise stated specifically, the singular shall include the plural and vice-versa
wherever the context so requires. Words indicating persons shall include relevant incorporated companies/ registered
as associations/ body of individual/ firm or partnership.
16.1 Special Conditions of contract shall be read in conjunction with the General Conditions of Contracts, specification of
work, Drawings and any other documents forming part of this contract wherever the context so requires.
16.2 Notwithstanding the sub-division of the documents into these separate sections and volumes every part of each shall
be deemed to be supplementary to and complementary of every other part and shall be read with and into the
contract so far as it may be practicable to do so.
16.3 Where any portion of the General Conditions of Contract is repugnant to or at variance with any provisions of the
Special Conditions of Contract then, unless a different intention appears the provisions of the Special Conditions of
Contract shall be deemed to over-ride the provision of the General Conditions of Contract and shall to the extent of
such repugnance or variations, prevail.
16.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or provide certain
facilities, it is understood that the contractor shall do so at his own cost.
16.5 The materials, designs and workmanship shall satisfy the relevant Indian Standards, the Job specifications contained
herein and codes referred to. Where the job specifications stipulate requirements in addition to those contained in
the standard codes and specifications, these additional requirements shall also be satisfied.
The contractor in fixing rate shall for all purposes whatsoever be deemed to have him self independently obtained all
necessary information for the purpose of preparing his tender. The contractor shall be deemed to have examined
the Contract Documents, to have generally obtained his own information in all matters whatsoever that might affect
the carrying out the works at the scheduled rates and to have satisfied himself to the sufficiency to his tender. Any
error description of quantity or omission there from shall not vitiate the contract or release the Contractor from
executing the work comprised in the contract according to drawing and specifications at the scheduled rates. He is
deemed to have known the scope, nature and magnitude of the works and the requirements of materials and labour
involved etc. and as to what all works he has to complete in accordance with the contract documents whatever be
the defects, omissions or errors that may be found in the Contract Documents. The Contractor shall be deemed to
have visited surrounding to have satisfied himself to the nature of all existing structures, if any, and also as to the
nature and the conditions of the Railways, roads, bridges and culverts means of transport and communications,
whether by land, water or air, and as to possible interruptions thereto and the access to and regress from the site,
to have made enquiries, examined and satisfied himself as to the sites for obtaining sand, stones, bricks and other
materials, the sites for disposal of surplus materials the available accommodation as to whatever required, depots
and such other building as may be necessary for executing and completing the works, to have made local independent
enquiries as to the sub-soil water and variations thereof, storms, prevailing winds, climate conditions and all other
similar matters affecting these works. He is deemed to have acquainted himself as to his liability for payment of
Government taxes, customs duty and other charges.
Any neglect or failure on the part of the Contractor in obtaining necessary and reliable information upon the foregoing
or any other matters affecting the contract shall not relieve him from any risk or liabilities or the entire responsibility
from completion of the works at the scheduled rates and time in strict accordance with the contract documents.
No verbal agreement or inference from conversation with any officer or employee of the owner either before or after
the execution of the contract agreement shall in any way affect or modify any of the terms or obligations herein
contained.
11
18.1 To ensure performance of the contract and due discharge of the contractual obligations, the successful contractor
will have to provide security deposit of 10% of the basic value of contract unless otherwise specified in the Special
Conditions of Contract. Amount received/retained towards this clause will be considered as security deposit.
This Security deposit may be furnished in the form of an Account payee Demand Draft payable to BPCL or Bank
Guarantee in the prescribed format. The contractor shall have the option to adjust any Earnest Money Deposit- (EMD)
if paid by demand draft towards security deposit if he so desires or otherwise if submitted by way of bank guarantee
the validity of the same to be extended suitably as advised by BPCL.
In the case of security deposit submitted in the form of Bank guarantee, the Bank Guarantee shall be valid and remain
in force till the contractual completion period (expiry of the defect liability period- refer clause-74, if applicable) and
with a claim period of six months thereafter. The Bank Guarantee shall be in the form prescribed.
In case the successful contractor is not furnishing the performance security deposit as referred above on award of
the job, the same shall be deducted from each running account bills at the rate of 10% of bill value till overall security
deposit of 10% as mentioned above is collected.
The security deposit will be retained till the successful completion of the work and thereafter till the expiry of the
defect liability period (refer clause-74), if applicable. This retention money/Bank guarantee held shall be released
after the expiry of the defect liability period provided that any defects appearing during that period are corrected by
the contractor and subject to Clause 18.2 below.
In the case of value/rate/quantity contracts, the security deposit shall be based on individual release orders issued. In
case of LSTK (Lump Sum Turnkey Contracts) / EPC: PBG @ 10% within 15 days of notification of award. In case of
Annual Rate Contracts (ARCs): Submission of PBG @ 10% of Total Contract Value (TCV) or submission of initial security
deposit @ 2.5% of TCV within 15 days of notification of award. In cases where only 2.5% of TCV has been submitted,
7.5% of individual release order shall be subsequently deducted from RA bills.
Vendors/contractors shall be asked to submit the SD within 15 days from the date of notification of award and in the
event of delay in submission of SD, the contract can be terminated. However, if termination of contract is not in the
interest of the work/ BPCL, an additional time up to 30 days can be allowed for submission of SD depending on merits
of each case, beyond which the contract may be terminated with subsequent actions following termination as per
tender/procedure.
18.2 If the contractor/ sub-contractor or their employees shall break, deface or destroy any property belonging to the
Owner or other agency during the execution of the contract, the same shall be made good by the Contractor at his
own expenses and in default thereof, the Engineer-in-Charge may cause the same to be made good by other agencies
and recover expenses from the contractor (for which the certificate of the Engineer-in-Charge shall be final). These
expenses can be recovered from the security deposit/retention money if recovery from other sources is not possible.
18.3 All compensation or other sums of money payable by the contractor to the Owner under terms of this contract may
be deducted from his security deposit/retention money or from any sums which may be or may become due to the
contractor by the Owner on any account whatsoever and in the event of his security deposit/retention money being
reduced by reasons of any such deductions. The contractor shall within ten days thereafter make good any sum or
sums, which may have been deducted from his security Deposit/retention money. No interest shall be payable by the
Owner from sum deposited as security deposit/retention money.
18.4 The security deposit shall be held by the Owner, as security for the due performance of the Contractor’s obligations
under the contract, provided that nothing herein stated shall make it incumbent upon the Owner to utilize the security
deposit/retention money in preference to any other remedy which the Owner may have, nor shall be construed as
confining the claims of the Owner against the contractor to the quantum of the Security Deposit/retention money.
18.5 The Bank guarantee if submitted shall be from any Indian scheduled bank or an international bank of repute having
a branch in India or a corresponding banking relationship with an Indian scheduled bank. The security
deposit/retention money shall be in Indian Rupee in the case of domestic bidders and in US Dollars/EUROS in the
case of foreign bidders.
18.6 Process for submitting Bank Guarantee / PBG under SFMS (Structured Financial Messaging System) mode as follows:
Vendors shall insist their Bank for issuance of SFMS Bank Guarantee for faster payments. Vendors shall provide BPCL's
Bank Account No. & IFSC Code (Details given below) to their Bank as beneficiary at the time of application for Bank
Guarantee in favor of BPCL. Issuing Bank shall issue the Bank Guarantee & send SFMS message to BPCL's Bank
confirming the authenticity of Bank Guarantee who in turn shall send the confirmation to BPCL.
Vendor should ensure the following for issue of E- bank guarantee:
a. The issuing bank is on SFMS platform
b. SFMS Message type used is 760 COV and SFMS Delivery report/ Message copy is sent along with original BG
c. For BG amendment, message type 767COV is to be used.
d. SFMS contains following details:
i. Beneficiary's bank name: ICICI Bank
ii. IFSC Code: ICIC0000393
iii BPCL'S Customer 1D: 8PCL583493800
e. BG Issuing Bank should send the BG Issuance advice through SFMS to BPCL's designated Banker: ICICI Bank,
12
g. The Original BG should be submitted along with print out of SFMS Delivery report from the BG Issuing Bank Branch.
h. SFMS BG will help in faster verification of BGs and prompt release of payments to Vendors.
19 TIME OF PERFORMANCE:
19.1 The work covered by this contract shall be commenced as detailed in the purchase order or as per the instructions
of the Engineer in charge and be completed in stages on or before the dates as mentioned in the time schedule of
completion of work. The contractor should bear in mind that time is the essence of this agreement unless such time
be extended pursuant to the provision of clause No. 21. Request for revision of Completion time after tenders are
opened will not receive consideration.
19.2 Time Schedule of Completion: The general time schedule of completion is given in the tender document. Contractor
should prepare a detailed monthly and weekly execution programme, jointly with the Engineer-in-Charge within two
weeks of receipt of Letter of Intent or acceptance of tender. The work shall be executed strictly as per the time
schedule given in this document. The period of completion given includes the time required for testing, rectifications,
if any, retesting and completion in all respects to the entire satisfaction of the Engineer-in-Charge.
20 FORCE MAJEURE
(b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil war, rebellion, revolution,
insurrection of military or usurped power;
(c) Ionising radiation or contamination, radio activity from any nuclear fuel or from any nuclear waste from the
combustion of nuclear fuel, radioactive toxic explosive or other hazardous properties of any explosive assembly or nuclear
component;
(d) epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural disaster, but excluding weather
conditions regardless of severity; and
(e) freight embargoes, strikes at national or state-wide level or industrial disputes at a national or state-wide level in any
country where Works are performed, and which affect an essential portion of the Works but excluding any industrial
dispute which is specific to the performance of the Works or the Contract.
For the avoidance of doubt, inclement weather, third party breach, delay in supply of materials (other than due to a
nationwide transporters’ strike) or commercial hardship shall not constitute a Force Majeure event.
Contractor shall notify within [10(ten)] days of becoming aware of or the date it ought to have become aware of the
occurrence of an event of Force Majeure giving full particulars of the event of Force Majeure and the reasons for the
event of Force Majeure preventing the Affected Party from, or delaying the Affected Party in performing its obligations
under the Contract.
If an event of Force Majeure occurs and its effect continues for a period of 180 (one hundred eighty days) or more in a
continuous period of 365 (three hundred sixty five) days after notice has been given under this clause, either Party may
terminate the Contract by issuing a written notice of 30 (thirty) days to the other Party.
The Contract Price attributable to the Works performed as at the date of the commencement of the relevant event of
Force Majeure.
a) Any costs, losses, expenses, damages or the payment of any part of the Contract Price during an event of Force
Majeure; and
b) Any delay costs in any way incurred by the Contractor due to an event of Force
Majeure.Time extension for such cases will be worked out appropriately.
13
If the contractor shall desire an extension of the time for completion of the work on the grounds of his having been
unavoidably hindered in its execution or on any other grounds, he shall apply in writing to the Engineer-in-Charge
within two weeks of the date of hindrance on account of which he desires such extension as aforesaid, and the
Engineer-in-Charge shall if in his opinion (which shall be final), reasonable grounds have been shown thereof,
authorize such extension of time as may in his opinion be necessary or proper.
In the event of extension of Time of the contract, if granted, the contractor shall be required to suitably extend the
period of Bank Guarantee if submitted, towards security Deposit/retention money suitably.
22.1 Time is the essence of the contract. In case the contractor fails to complete the whole work within the stipulated
period, he shall be liable to pay liquidated damages of 0.5% of the basic value of contract per week and or part
thereof of the delay subject to a maximum of 5% of the value of the contract. The parties agree that this is a genuine
pre- estimate of the loss/damage which will be suffered by the owner on account of delay on the part of the contractor
and the said amount will be payable on demand without there being any proof of the actual loss or damages having
been caused by such delay/breach. The owner shall be at liberty to adjust or deduct the said amount of liquidated
damages from any amount due to the contractor including Security Deposit. In case where the concluded contract
value is different from the original contract value due to the change orders/variation in executed quantities/extension
of time, etc., the concluded contract value should be considered for recovery of Liquidated Damages for late
delivery/delayed completion.
22.2 The owner shall be at liberty to deduct or retain from any amount payable to the contractor periodically, the
proportionate or full amount of liquidated damages as the case may be for the delay periodically caused by the
contractor.
All sums payable by way of compensation under any of the conditions shall be considered as reasonable compensation
without reference to the actual loss or damage, which shall have been sustained by the Owner.
24 TERMINATION/OFFLOADING:
24.1 The contractor fully understands that timely completion of the work as per the schedule is of paramount necessity as
otherwise it would lead to adversely affecting the schedules of other works/project with resultant financial and other
losses to the Company/owner. In view of this, the contractor unconditionally agrees and binds himself to be liable for
all the consequences for non-completion of the work within the stipulated time.
24.2 In case a situation is brought about by the contractor warranting termination/off-loading of the whole or any part of
the work for any reason whatsoever, the Company/owner shall have the liberty and right to entrust/engage/award
the work so terminated/off loaded at the risk and cost of the contractor to any other agency/contractor by adopting
any mode of inviting tenders, i.e. open/limited/single party/negotiation basis etc. in order to ensure completion of
the work as per the schedule or at the quickest possible time.
Whenever any claim against the Contractor for the payment of a sum of money arises out of or under the contract,
the Owner shall be entitled to recover such sum by appropriating in part or whole, security deposit of the contractor,
forming whole or part of such security being insufficient or if no security has been taken from the Contractor then
the balance or the total sum recoverable, as the case may be, shall be deducted from any sum then due or which at
any time thereafter may become due to the Contractor. The contractor shall pay to the owner on demand any balance
remaining due.
In any case in which, under any clause or clauses of this contract, the contractor shall have forfeited the whole of his
security deposit (whether paid in one sum or deducted by installment) or have committed a breach of any of the
terms contained in this contract, the owner shall have power to adopt any of the following courses as he may deem
best suited to his interest:
a) To rescind the contract (of which rescission notice in writing to the contractor under the hand of the owner
shall be conclusive evidence) in which case the security deposit of the contractor shall stand forfeited and
be absolutely at the disposal of the Owner.
b) To employ labour paid by the owner and to supply materials to carry out the work any part of the work,
debiting contractor with the labour cost of tools and plants and equipment charges, the cost of the materials
for which a certificate of the Engineer-in-Charge shall be final and conclusive against the Contractor and
10% of costs as above to cover all departmental charges and crediting him with the value of the work done
in all respects in the manner and at the same rates as if it had been carried out by the Contractor under
the term of his contract. The certificate of Engineer-in-Charge as to the value of the work done shall be
14
In the event of any of the above course being adopted by the Owner, the contractor shall have no claim to
compensation for any loss sustained by him by reason of his having purchased or procured any materials
or entered into any agreements or made any advances on account of or with a view to the execution of
the work of the performance of the contract. In case the Contractor shall not be entitled to recover or be
paid any sum for any work actually performed under this contract unless the Engineer-in- Charge will certify
in writing the performance of such work and the value payable in respect thereof and he shall only be
entitled to be paid the value so certified.
In any case in which any of the powers conferred upon the owner by clause 26 thereof shall have become exercisable
and the same had not been exercised, the non exercise thereof shall not constitute a waiver of any of the conditions
hereof and such powers shall notwithstanding be exercised in the event of any further case of default by the contractor
for which any clause of hereof he is declared liable to pay compensation amounting to the whole of his security
deposit and the liability of the contractor for past and future compensation shall remain unaffected. In the event of
the Owner putting in force the power under sub-clause (a), (b) or (c) vested in him under the proceeding clause he
may, if he so desires takes possession of all or any tools and plants materials and stores in or upon the works or the
site thereof belonging to the contractor or procured by him and intended to be used for the execution of the work or
any part thereof paying or allowing for the same in account at the contract rates or in case of these not being
applicable at current market rates to be certified by the Engineer-in-Charge whose certificate thereof shall be final
otherwise the Engineer-in-Charge may give notice in writing to the contractor or his clerk of the works, supervisor or
other authorized agent, requiring him to remove such tools, plant, materials or stores from the premises (within a
time to be specified in such notice) and in the event of the contractor failing to comply with any such requisition, the
Engineer-in-Charge may remove them at the contractors expense or sell them by auction or private sale on account
of the contractor and at his risk in, all respects without any further notice as to the date, time or place of sale and
the certificate of the Engineer-in-Charge as to the expense of any such removal and the amount of proceeds and any
expenses of any such sale shall be final and conclusive against the contractor.
If at any time from the commencement of the work the owner shall for any reasons whatsoever, not require the
whole or part thereof as specified in the tender to be carried out, the Engineer-in-Charge shall give notice in writing
of the fact to the contractor, who shall have no claim to any payment or compensation whatsoever on account of any
profit or advantage which he might have derived from the execution of the work in full, but which he did not derive
in consequence of the full amount of the work not having been carried out, neither shall he have any claim for
compensation by reason of any alterations having been made in the original specifications, drawings, designs and
instructions which shall involve any curtailment of the work as originally contemplated.
29 CHANGES IN CONSTITUTION:
Where the contractor is a partnership firm, the prior approval, in writing, of the Owner shall be obtained before any
change is made in the constitution of the firm, where the contractor is an individual or a Hindu undivided family
business concern, such approval as aforesaid shall likewise be obtained before sub-contractor enters into any
agreement with other parties, where under the reconstituted firm would have the right to carryout the work hereby
undertaken by the contractor. In either case if prior approval as aforesaid is not obtained, the contract shall be
deemed to have been allotted in contravention of clauses 35 hereof and the same action may be taken and, the same
consequence shall ensure as provided in the said clause.
30 IF THE CONTRACTOR DIES:
Without prejudice to any of the rights or remedies under his contract, if the contractor dies, the Owner shall have
the option of terminating the contract without compensation to the contractor.
No director or official or employee of the Owner shall in any way be personally bound or liable for the acts or
obligations of the Owner under the contract or answerable for any default or omission in the observance or
performance of any of the acts, matters or things which are herein contained.
15
The contractor shall not be entitled to any increase on the item rates of the contract or any other right or claim
whatsoever by reason of representation, explanation or statement or alleged representation, promise or guarantees
given or alleged to have been given to him by any person.
The contractor shall provide and maintain an office at the site, if space provided by the owner, for the accommodation
of his agent and staff and such office shall be open at all reasonable hours to receive instruction, notices, or other
communications.
34.1 The contractor, on or after award of the work shall name and depute a qualified personnel having sufficient
experience in carrying out work of similar nature to whom the equipments materials, if any, shall be issued
and instructions for works given. The contractor shall also provide to the satisfaction of the Engineer-in-
Charge sufficient and qualified staff to supervise the execution of the-works, competent sub-agents,
supervisor and leading hands including those specially qualified by previous experience to supervise the
type of works comprised in the contract in such manner as will ensure work of the best quality, expeditious
working. Whenever in the opinion of the Engineer-in-Charge, additional properly qualified supervision staff
is considered necessary, they shall be employed by the contractor without additional charges on account
thereof. The Contractor shall ensure to the satisfaction of the Engineer-in- Charge that sub-contractors, if
any shall provide competent and efficient supervision over the work entrusted to them.
34.2 If and whenever any of the Contractor’s or sub-contractor’s agents, sub-agents, assistants supervisor or
other employees shall in the opinion of Engineer-in-Charge be guilty of any misconduct or be incompetent
or insufficiently qualified or negligent in the performance of their duties or that in the opinion of the owner
or Engineer-in-Charge, it is undesirable for administrative or any other reason for such person or persons
to be employed in the works, the contractor, if so directed by the Engineer-in- Charge, shall at once remove
such person or persons from employment thereon. Any person or persons so removed from the works shall
not again be employed in connection with the works without the written permission of the Engineer-in-
Charge. Any person so removed from the works shall be immediately replaced at the expense of the
contractor by a qualified and competent substitute. Should the contractor be requested to repatriate any
person removed from the works he shall do so and shall bear all costs in connection herewith.
34.3 The contractor shall be responsible for the proper behaviour of all the staff, supervisor, workmen and others
and shall exercise a proper degree of control over them and in particular, and without prejudice to the said
generality, the contractor shall be bound to prohibit and prevent any employees from trespassing or acting
in any way detrimental or prejudicial to the interest of the community or of the properties or occupiers of
land and properties in the neighborhood and in the event of such employee so trespassing, the contractor
shall be responsible therefore and relieve the Owner of all consequent claims or actions for damages or
injury or any other grounds whatsoever. The decision of the Engineer-in-Charge upon any matter arising
under this clause shall be final. Contractor shall ensure that none of their employees are ever engaged in
any anti-national activities.
34.4 All contractor’s personnel entering upon the Owner’s premises shall be properly identified by badges issued
by owner which must be worn all times on Owner’s premises.
35 SUB-LETTING OF WORK:
Sub letting of contracts shall not be generally permitted. However owner may permit sub letting of work on specific
cases subject to the following:-
i) No part of the contract nor any share of interest there shall in any manner or degree be transferred assigned
sublet by the contractor directly or indirectly to any firm or corporation whosoever except as provided for in the
succeeding sub-clause, without the consent in writing of the Owner.
ii) Sub Contractors for Temporary Works Etc.:- The Owner may give written consent to sub-contract for execution
of any part of the works at the site, being entered into by the contractor provided each individual sub-contract
is submitted to the Engineer-in-Charge before being entered into and is approved by him.
iii) List of Sub-Contractors to be supplied: - At the commencement of every month the contractor shall furnish to
the Engineer-in-Charge list of all sub-contractors or firms engaged by the contractor and working at the site
during the previous month with particulars of the general nature of the sub-contract or works.
iv) Contractor’s Liability Not Limited By Sub-Contractors:- Notwithstanding any sub-letting with such approval as
aforesaid and notwithstanding that the Engineer-in-Charge shall have received copies of any sub-contracts, the
contractor shall be and shall remain solely responsible for the quality and proper and expeditious execution of
the works and the performance of all the conditions of the contract in all respects as if such sub-letting or sub-
contracting had not taken place and as if such work had been done directly by the Contractor.
v) Owner may Terminate Sub-Contracts:- If any sub-contractor engaged upon the works at the site executes any
work which in the opinion of the Engineer-in-Charge is not in accordance with the Contract documents, the
owner may by written notice to the contractor request him to terminate such sub-contract and the contractor
upon the receipt of such notice shall terminate such sub contract and the latter shall forthwith leave the works,
failing which the owner shall have right to remove such sub-contractors from the Site.
vi) No Remedy For Action Taken Under This Clause:- No action taken by the owner under the clause shall relieve
16
36 POWER OF ENTRY:
If the contractor shall not commence the work in the manner previously described in the contract document or if he
shall, at any time in the opinion of the Engineer-in-Charge.
i. Fail to carryout the works in conformity with the contract documents, or
ii. Fail to carryout the works in accordance with the time schedule, or
iii. Substantially suspend work or the works for a period of Fourteen days without authority from the
Engineer-in-Charge, or
iv. Fail to carryout and execute the works to the satisfactions of the Engineer-in-Charge, or
v. Fail to supply sufficient or suitable constructional equipments, temporary works, labour materials or things,
or
vi. Commit or suffer or permit any other breach of any of the provisions of the contract on his part to be
performed or observed or persist in any of the above mentioned breaches of the contract for the fourteen
days, after notice in writing shall have been given to the Contractor by the Engineer-in-Charge requiring
such breach to be remedied, or
vii. Abandon the works, or
viii. During the continuance of the contract, become bankrupt, make any arrangement or composition with his
creditors, or permit any execution to be levied or go into liquidation whether compulsory or voluntary not
being merely a voluntary liquidation for the purpose of amalgamation or reconstruction.
Then in any such case, the Owner shall have the power to enter upon the works and take possession thereof and of
the materials, temporary works, constructional equipment, and stock thereon, and to revoke the contractor’s license
to use the same, and to complete the works, by his agents, other contractor or workmen, or to re-let the same upon
any terms and to such other person firm or corporation as the Owner in his absolute discretion may think proper to
employ and for the purpose aforesaid to use or authorize the use of any materials, temporary works constructional
equipment, and stock as aforesaid without making payment or allowances to the contractor for the said materials
other than such as may be certified in writing by the Engineer-in-Charge to be reasonable, and without making any
payment or allowance to the contractor for the use of the temporary said works, constructional equipments and stock
or being liable for any loss of damage thereto, and if the Owner shall by reason of his taking possession of the works
or of the works being completed by other contractors (due account being taken of any such extra work or works
which may be omitted) then the amount of such excess as certified by the Engineer-in- Charge shall be deducted
from any money which may be due for work done by the contractor under the contract and not paid for. Any deficiency
shall forthwith be made good and paid to the Owner by the contractor and the Owner shall have power to sell in such
manner and for such price as he may think fit all or any of the constructional equipment, materials etc. belonging to
and to recoup and retain the said deficiency or any part thereof out of the proceeds of the sale.
Without repugnance to any other condition, it shall be the responsibility of the contractor executing the work of civil
construction, to work in close co-operation and co-ordinate the works with other contractors or their authorized
representatives and the contractor will put up a joint scheme, showing the arrangements, with other contractors /
agencies for carrying his portion of work to the Engineer-in-Charge, and get the approval. The contractor before
finally submitting the schemes to the Engineer-in-Charge shall have the written agreement of the other agencies. The
Engineer-in-Charge before communicating his approval of the scheme, with any required modifications shall get the
final agreement of all the agencies, which shall be binding. No claim shall be entertained on account of the above.
The contractor shall conform in all respects with the provisions of any statutory regulations, ordinances or by laws of
any local or duly constituted authorities or public bodies which may be applicable from time to time to the works or
any temporary works. The contractor shall keep the Owner Indemnified against all penalties and liabilities of every
kind arising out of non-adherence to such statutes ordinances, laws, rules, regulations, etc.
The contractor shall have to execute the work in such place and condition where other agencies might also be
engaged for other works such as site grading, filling and leveling, electrical and mechanical engineering works etc.
No claim shall be entertained to works being executed in the above circumstances.
39 NOTICES:
Any notice hereunder may be served on the contractor or his duly authorized representative at the job site or may
be served by registered mail direct to the address furnished by the Contractor. Proof of issue of any such notice could
be conclusive of the contractor having been duly informed of all contents therein.
i) The Owner reserves the right to distribute the work between more than one contractor. The contractor shall co-
operate and afford other contractors reasonable opportunity for access to the works for the carriage and storage of
materials and execution of their works.
17
i) Owner shall, at any time be entitled to determine and terminate the contract, if in the opinion of the Owner the
cessation of the work becomes necessary owing to paucity of funds or for any other cause whatsoever, in which case,
the cost of approved materials at the site at current market rates as verified and approved by Engineer-in- Charge
and of the value of the work done to date by the contractor shall be paid for in full at the rates specified in the
contract. A notice in writing from the Owner to the contractor of such determination and termination and the reason
thereof, shall be the conclusive proof of the fact that the contract has been so determined and terminated by the
Owner.
ii) Should the contract be determined under sub-clause (i) of this clause and the contractor claims payments to
compensate expenditure incurred by him in the expectation of completing the whole of the work, the Owner shall
consider and admit such claim as are deemed fair and reasonable and are supported by vouchers to the satisfaction
of the Engineer-in-Charge. The Owner’s decision on the necessity and propriety of any such expenditure shall be final
and conclusive and binding on the contractor.
BPCL shall, in addition to any other right enabling it to terminate the contract, have the right to terminate the contract
at any time by giving prior written notice of at least 14 days to the contractor. Such termination shall be without prejudice
to the rights of the parties that have accrued on or before the date of termination of the contract.
If the contract is terminated under this provision, the contractor is entitled to be compensated as under:-
a. the contract price attributable to the works performed as at the date of termination
and
b. the reasonable costs incurred by the contractor for termination of subcontractors or the repatriation of the
contractors’ and subcontractors’ employees
less
Any sums due to BPCL from the contractor accruing prior to the date of termination will be deducted from the amount
to be paid to the contractor under the contract.
If, as a result of any such deductions, there is a negative amount payable to the contractor, then the contractor must
pay an amount equal to such negative sum to BPCL within 15 days of BPCL intimating the contractor.
43.1 The contractor, if licensed under any patent covering equipment, machinery, materials or compositions of matter to
be used or supplied or methods and process to be practiced or employed in the performance of this contract, agrees
to pay all royalties and licence fees which may be due with respect thereto. If any equipment, machinery, materials
or composition matters, to be used or supplied or methods and process to be practised or employed in the
performance of this contract, is covered by a patent under which contractor is not licensed then the contractor before
supplying or using the equipment, machinery, materials, compositions method or processes shall obtain such licences,
and pay such royalties and licence fees as may be necessary for performance of the contract. In the event, the
contractor fails to pay any such royalties or obtain any such licence, any suit for infringement of such patents which
is brought against the contractor or the Owner as a result of such failure will be defended by the contractor at his
own expenses and the contractor will pay any damages and costs awarded in such suit. The contractor shall promptly
notify the owner if the contractor has acquired knowledge of any patent under which a suit for infringement could be
reasonably brought because of the use by the Owner of any equipment, machinery, materials, and process methods
to be supplied hereunder. The contractor agrees to and does hereby grant to Owner, together with the right to extend
the same to any of the subsidiaries of the Owner as irrevocable, royalty- free licence to use in any country, any
invention made by the contractor or his employee in or as a result of the performance of the work under the contract.
The Owner shall indemnify and save harmless the contractor from any loss on account of claims on contractor for
the contributory infringement of patent rights arising out and based upon the claim that the use by the Owner of the
process included in the design prepared by the Owner and used in the operation of the plant infringes on any patent
right with respect to any sub-contract entered into by contractor pursuant to the provisions of sub-contractor
an undertaking to provide the Owner with the same patent protection that contractor is required to provide under
18
43.2 All drawings, blue prints, tracings, reproducible, models, plans, specification and copies thereof, furnished by the
Owner as well as drawings, tracings, reproducible, plans specifications, design, calculations etc. prepared by the
contractor for the purpose of execution of works covered in or connected with this contract shall be the property of
Owner and shall not be used for any other work but are to be delivered to the Owner at the completion of the
contract.
43.3 Where so desired by Engineer-in-Charge, the contractor agrees to respect the secrecy of any document, drawings
etc. issued to him for the execution of this contract, and restrict access to such documents, drawing etc. to the
minimum and further, the contractor agrees to execute an individual SECRECY agreement from each or any person
employed by contractor having access to such documents, drawings and to any other agency or individual, without
the written approval by Engineer-in-Charge.
44 LIENS:
44.1 If, at any time, there should be evidence or any lien or claim for which the Owner might have become liable and
which is chargeable to the contractor, the Owner shall have the right to retain out of any payment then due or
thereafter to become due an amount sufficient to completely indemnify the owner against such lien or claim and if
such lien or claim be valid the Owner may pay and discharge the same and deduct the amount so paid from any
money which may be or may become due and payable to the Contractor. If any lien or claim remain unsettled after
all payments are made, the contractor shall refund or pay to the Owner all moneys that the latter may be compelled
to pay in discharging such lien or claim including all costs and reasonable expenses.
44.2 Contractor will not disclose details of the work to any person or persons except those engaged in its performance,
and only to the extent required for the particular portion of the work being done.
Contractor will not give any items concerning details of the work to the press or a news disseminating agency without
prior written approval from Engineer-in-Charge. Contractor shall not take any pictures on site without written approval
of Engineer-in-Charge
45 OPERATION OF CONTRACT:
Any failure by the Owner or Contractor at any time, or from time to time, to enforce or require the strict keeping and
performance of any of the terms or conditions of this agreement, or to exercise a right hereunder, shall not constitute
a waiver of such terms, conditions or rights, and shall not affect or impair same, or the right of the Owner or the
Contractor, as the case may be at any time to avail itself of same.
19
PERFORMANCE OF WORK
46 EXECUTION OF WORKS:
46.1 All the works shall be executed in strict conformity with the provisions of the contract documents and with such
explanatory detailed drawings, specifications, and instructions as may be furnished from time to time to the contractor
by the Engineer-in-Charge whether mentioned in the contract or not. The contractor shall be responsible for ensuring
that works throughout are executed in the most substantial, proper and workman like manner with the quality of
material and workmanship in strict accordance with the specifications following all safety requirements of BPCL and
as stipulated in work permits as per the directions and to the entire satisfaction of the Engineer-in- Charge.
46.2 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or provide certain
facilities/materials, it is understood that the contractor shall do, so at his cost unless otherwise specified.
46.3 The materials, design and workmanship shall satisfy the relevant Indian Standards, the Job specification contained
herein and codes referred to. Where the job specification stipulate requirements in addition to those contained in the
standards codes and specifications, these additional requirements shall also be satisfied.
The coordination and inspection of the day-to-day work under the contract shall be the responsibility of the Engineer-
in-Charge. The written instructions regarding any particular job will be normally be passed by the Engineer-in-Charge
or his authorized representative. A work order book / logbook will be maintained by the Contractor for each job in
which the aforesaid written instructions will be entered. These will be signed by the contractor or his authorized
representative by way of acknowledgment within 12 hours. The non maintaining of the order book or non signing by
the contractor shall not preclude the contractor from complying with the instructions.
48.1 The completion of the work may entail working in the monsoon also. The contractor must maintain a minimum labour
force as may be required for the job and plan and execute the construction and erection according to the prescribed
schedule. No extra rate will be considered for such work in monsoon.
48.2 During monsoon and other period, it shall be the responsibility of the contractor to keep the construction work site
free from water at his own cost.
For carrying out work on Sundays and Holidays if needed, the contractor will approach the Engineer-in-Charge or his
representative at least two days in advance and obtain permission in writing. No special compensation on this account
will be payable.
20
51.1 Where drawings are attached with tender, these shall be for the general guidance of the contractor to enable him to
visualize the type of work contemplated and scope of work involved. The contractor will be deemed to have studied
the drawings and formed an idea about the work involved.
51.2 Detailed working drawings on the basis of which actual execution of the work is to proceed will be furnished from
time to time during the progress of the work. The contractor shall be deemed to have gone through the drawings
supplied to him thoroughly and carefully and in conjunction with all other connected drawings and bring to the notice
of the Engineer-in-Charge, discrepancies, if any, therein before actually carrying out the work.
51.3 Copies of all detailed working drawings relating to the works shall be kept at the contractor’s office of the site and
shall be made available to the Engineer-in-Charge at any time during the contract. The drawings and other documents
issued by the Owner shall be returned to the Owner on completion of the works. Reference is also invited to clause
43.2 and 43.3 above regarding drawings and other documents.
52.1 Where drawings/data are to be furnished by the contractor, they shall be as enumerated in the special conditions of
contract, and shall be furnished within the specified time.
52.2 Where approval of drawings before manufacture / construction / fabrication has been specified, it shall be contractor’s
responsibility to have these drawings prepared as per the directions of Engineer-in-Charge and got approved before
proceeding with manufacture construction / fabrication, as the case may be. Any changes that may have become
necessary in these drawings during the execution of the work shall have to be carried out by the contractor to the
satisfaction of Engineer-in-Charge at no extra cost. All final drawings shall bear the certification stamps duly signed
by both the contractor and the Engineer-in-Charge.
52.3 A period of 3 weeks from the date of receipt shall be required normally for approval of drawings by the Engineer-in-
Charge.
53.1 The Engineer-in-Charge shall furnish the contractor with only the four corners of the work site and a level bench mark
and the contractor shall set out the works and shall provide efficient staff for the purpose and shall be solely
responsible for the accuracy of such setting out.
53.2 The contractor shall provide, fix and be responsible for the maintenance of all stacks, templates, level marks, profiles
and other similar things and shall take all necessary precaution to prevent their removal or disturbance and shall be
responsible for the consequence of such removal or disturbance should the same take place and for their efficient
and timely reinstatement. The contractor shall also be responsible for the maintenance of all existing survey marks,
boundary marks, distance marks and centre line marks, either existing or supplied and fixed by the contractor. The,
work shall be set out to the satisfaction of the Engineer-in-Charge. The approval thereof or joining in setting out the
work shall not relieve the contractor of any of his responsibilities.
53.3 Before beginning the works, the contractor shall at his own cost, provide all necessary reference and level posts,
pegs, bamboos, flags, ranging rods, strings and other materials for proper layout of the work in accordance with the
scheme, for bearing marks acceptable to the Engineer-in-Charge. The centre, longitudinal or face lines and cross lines
shall be marked by means of small masonry pillars. Each pillar shall have distinct marks at the centre to enable
theodolite to be set over it. No work shall be started until all these points are checked and approved by the Engineer-
in-Charge in writing but such approval shall not relieve the contractor of any of his responsibilities. The contractor
shall also provide all labour, material and other facilities, as necessary, for the proper checking of layout and inspection
of the points during construction.
53.4 Pillars bearing geodetic marks located at the site of work under construction should be protected and fenced by the
contractor.
53.5 On completion of works, the contractor must submit the geodetic documents according to which the work was carried
out.
The contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and
correctness of every part of the work and shall rectify effectually any errors or imperfections therein. Such
rectifications shall be carried out by the contractor, at his own cost, when instructions are issued to that effect by the
Engineer-in-Charge.
55.1 The contractor shall procure and provide the whole of the materials required for construction including tools, tackles,
construction plant and equipment for the completion and maintenance of the works except the materials which will
be issued by Owner and shall make his own arrangement for procuring such materials and for the transport thereof.
The materials procured by the contractor shall be BPCL approved/specified quality.
55.2 All materials procured should meet the specifications given in the tender document. The Engineer-in-Charge may, at
his discretion, ask for samples and test certificates for any batch of any material procured. Before procuring, the
contractor should get the approval of Engineer-in-Charge for any material to be used for the works.
55.3 Manufacturer’s certificate shall be submitted for all materials supplied by the contractor. If, however, in the opinion
of the Engineer-in-Charge any tests are required to be conducted on the materials supplied by the contractor, these
21
56.1 If the specifications of the work provides for the use of any materials of special description to be supplied from the
Owner’s stores, price for such material to be charged therefore as herein after mentioned being so far as practicable
for the convenience of the contractor but not so as in any way to control the meaning or effect of the contract. The
contractor shall be bound to purchase and shall be supplied such materials as are from time to time required to be
used by him for the purpose of the contract only. The sums due from the contractor for the value of the actual
materials supplied by the Owner will be recovered from the running account bill on the basis of the actual consumption
of materials in the work covered and for which the running account bill has been prepared. After the completion of
the works, however, the contractor has to account for the full quantity of materials supplied to him as per relevant
clauses in this document.
56.2 The value of the materials as may be supplied to the contractor by the Owner will be debited to the contractor’s
account at the rates shown in the schedule of chargeable materials and if they are not entered in the schedule, they
will be debited at cost price, which for the purpose of the contract shall include the cost of carriage and all other
expenses whatsoever such as normal storage supervision charges which shall have been incurred in obtaining the
same at the Owner’s stores. All materials so supplied to the contractor shall remain the absolute property of the
Owner and shall not be removed on any account from the site of the work, and shall be at all times open for
inspection to the Engineer-in-Charge. Any such materials remaining unused at the time of completion or termination
of the contract shall be returned to the Owner’s stores or at a place as directed by the Engineer-in- Charge in
perfectly good condition, at contractor’s cost.
i) Materials specified to be issued by the Owner will be supplied to the contractor by the Owner from his
stores/location. It shall be the responsibility of the contractor to take delivery of the materials and arrange for its
loading, transport and unloading at the site of work at his own cost. The materials shall be issued between the
working hours and as per the rules of the Owner framed from time to time.
ii) The contractor shall bear all incidental charges for the storage and safe custody of materials at site after these
have been issued to him.
iii) Materials specified to be issued by the Owner shall be issued in standard sizes as obtained from the manufacturer.
iv) The contractor shall construct suitable godown at the site of work for storing the materials safe against damage
by rain, dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the purpose.
v) It shall be duty of the contractor to inspect the material supplied to him at the time of taking delivery and satisfy
himself that they are in good condition. After the materials have been delivered by the Owner, it shall be the
responsibility of the contractor to keep them in good condition and if the materials are damaged or lost, at any
time, they shall be repaired and/ or replaced by him at his own cost, according to the directions of the Engineer-
in-Charge.
vi) The Owner shall not be liable for delay in supply or non-supply of any materials which the Owner has undertaken
to supply where such failure or delay is due to natural calamities, act of enemies, transport and procurement
difficulties and any circumstances beyond the control of the Owner. In no case, the contractor shall be entitled
to claim any compensation or loss suffered by him on this account.
vii) It shall be the responsibility of the contractor to arrange in time all materials required for the works other than
those to be supplied by the Owner. If, however, in the opinion of the Engineer-in-Charge the execution of the
work is likely to be delayed due to the contractor’s inability to make arrangements for supply of materials which
normally he has to arrange for, the Engineer-in-Charge shall have the right, at his own discretion, to Issue such
materials If available with the Owner or procure the materials from the market or elsewhere and the contractor
will be bound to take such materials at the rates decided by the Engineer-in-Charge. This, however, does not in
any way absolve the contractor from responsibility of making arrangements for the supply of such materials in
part or in full, should such a situation occur, nor shall this, constitute a reason for the delay in the execution of
the work.
viii) None of the materials supplied to the contractor will be utilized by the contractor for manufacturing item, which
can be obtained from standard manufacturer in finished form.
ix) The contractor shall, if desired by the Engineer-in-Charge, be required to execute an indemnity bond for safe
custody and accounting of all materials issued by the Owner.
x) The contractor shall furnish to the Engineer-in-Charge sufficiently in advance a statement showing his
requirements of the quantities of the materials to be supplied by the Owner and the time when the same will be
required by him for the works, so as to enable the Engineer-in-Charge to make necessary arrangement for
procurement and supply of the material.
xi) A daily account of the materials issued by the Owner shall be maintained by the contractor indicating the daily
receipt, consumption and balance in hand. This account shall be maintained in a manner prescribed by the
Engineer-in-Charge along with all connected papers viz. requisition, issues etc. and shall be always available for
inspection in the contractor’s office at site.
xii) The contractor should see that only the required quantities of materials are got issued. The contractor shall not
be entitled to cartage and incidental charges for returning the surplus materials, if any, to the stores/location
where from they were issued or to the place as directed by the Engineer-in-Charge.
xiii) Materials/ Equipment supplied by Owner shall not be utilized for any other purpose(s) than issued for.
22
Notwithstanding anything contained to the contrary in any or all the clause of this document where any materials for
the execution of the contract are procured with the assistance of Owner either by issue from Owner’s stock or
purchase made under orders or permits or licences issued by Government, the contractor shall hold the said materials
as trustee for the Owner and use such materials economically and solely for the purpose of the contract and not
dispose them off without the permission of the owner and return, if required by the Engineer-in-Charge, all surplus
or unserviceable materials that may be left with him after the completion of the contract or at its termination for any
reason, whatsoever on his being paid or credited such prices as the Engineer in-Charge shall determine having due
regard to the condition of the materials. The price allowed to the contractor however, shall not exceed the amount
charged to him excluding the storage charges if any. The decision of the Engineer-in- Charge shall be final and
conclusive in such matters. In the event of breach of the aforesaid condition, the contractor shall in terms of the
licenses or permits, and/or for criminal breach of trust, be liable to compensate the Owner a double rate or high rate,
in the event of those materials at that time having higher rate or not being available in the market, then any other
rate to be determined by the Engineer-in-Charge and his decision shall be final and conclusive.
If the contractor in the course of execution of the work is called upon to dismantle any part for reasons other than
those stipulated in clauses 66 & 70 hereunder, the materials obtained in the work of dismantling etc. will be considered
as the Owner’s property and will be disposed off to the best advantage of the Owner.
All gold, silver and other materials, of any description and all precious stones, coins, treasure relies, antiquities and
other similar things which shall be found in, under or upon the site, shall be property of the Owner and the contractor
shall duly preserve the same to the satisfaction of the Engineer-in-Charge and shall from time to time deliver the
same to such person or person indicated by the Owner.
Should any discrepancy occur between the various instructions furnished to the contractor, his agents or staff or any
doubt, arise as to the meaning of any such instructions or should there be any misunderstanding between the
contractor’s staff and the Engineer-in-Charge’s staff, the contractor shall refer the matter immediately in writing to
the Engineer-in-Charge whose decision thereon shall be final and conclusive and no claim for losses alleged to have
been caused by such discrepancies between instructions, or doubts, or misunderstanding shall in any event be
admissible.
A) The Engineer-in-Charge shall have power to make any alterations in, omissions from, additions to of substitutions
for, the schedule of rates, the original specifications, drawings, designs and instructions that may appear to him
to be necessary or advisable during the progress of the work and the contractor shall be bound to carry out such
altered / extra / new items of work in accordance with any instructions which may be given to him in writing signed
by the Engineer-in-Charge and such alterations, omissions, additions or substitutions shall not invalidate the
contract and any altered additional or substituted work which the contractor may be directed to do in the manner
above specified as part of the work shall be carried out by the contractor on the same conditions in all respect on
which he agree to do the main work. The time for completion of work may be extended for the part of the particular
job at the discretions of the Engineer-in-Charge, for only such alteration, additions or substitutions of the work, as
he may consider as just and reasonable. The rates for such additional, altered or substituted work under this
clause shall be worked out in accordance with the following provisions:
a) If the rates for the additional, altered or substituted work are specified in the contract for the work, the
contractor is bound to carry out the additional, altered or substituted work at the same rates as are specified in
the contract.
b) If the rates for the additional, altered or substituted work are not specifically provided in the contract for the
work, the rates will be derived from the rates for similar class of works as specified in the contract for the work.
The opinion of the Engineer-in-Charge as to whether the rates can be reasonably so derived from items in the
contracts will be final and binding on the contractor.
c) If the rates for the altered, additional or substituted work cannot be determined in the manner specified in sub-
clause (a) and (b) above, then the contractor shall inform the Engineer-in-Charge of the rate which is his
intention to charge for such class of work supported by analysis of the rate or rates claimed, and the Engineer-
in-Charge shall determine the rates on the basis of the prevailing market rates of materials, labour cost at
schedule of labour plus 10% to cover contractor’s supervision, overheads and profit and pay the contractor
accordingly. The opinion of the Engineer-in-Charge as to the current market rates of materials and the quantum
of labour involved per unit of measurement will be final and binding on the contractor.
23
Where the value of alterations / additions / deletions or substitutions exceeds beyond plus or minus 25% of the
estimated contract value (i.e. quoted item rates of contractor shall hold good for variations etc. within plus or
minus 25% of estimated contract value)
B) In the event and as a result of such alternatives / additions / substitutions / deletion, the scope of contract work
exceed the value stipulated in the contract by more than the limits given in clause (d) above, the Contractor shall
claim revision of the rates supported by the proper analysis in respect of such items for quantities in excess of the
above limits, notwithstanding the fact that the rates for such items exist in the tender for the main work or can be
derived in accordance with the provision of sub-clause (b) of Clause 62 A, and the Engineer-in-Charge may revise
their rates having regard to the prevailing market rates, and the contractor shall be paid in accordance with the
rates so fixed. But, under no circumstances the contractor shall suspend / stop / slowdown the work on the plea
of non-settlement of rates of items falling under this clause.
Upto & inclusive of (-) 25% of Total Contract Value (TCV): No cost compensation.
Beyond (-) 25% of TCV: Cost compensation @ 10% of reduction in the contract value from (-) 25% of TCV (i.e. 75% of
TCV).
In case of any class of work for which there is no such specification given by the Owner in the tender documents,
such work shall be carried out in accordance with Indian Standard Specifications and if the Indian Standard
Specifications do not cover the same the work should be carried out as per standard Engineering Practice subject to
the approval of the Engineer-in-Charge.
65 ABNORMAL RATES:
The contractor is expected to quote rate for each item after analysis of cost involved for the completion of item/work,
considering all specifications and conditions of contract. This will avoid loss of profit or gain, in case of curtailment or
change of specification for any item. In case it is noticed that the rates for any item, quoted by the tenderer are
unusually high or unusually low, it will be sufficient cause for the rejection of the tender unless the Owner is convinced
about the reasonableness of the rates on scrutiny of the analysis for such rate to be furnished by the tenderer on
demand.
66 INSPECTION OF WORK:
66.1 The Engineer-in-Charge will have full power and authority to inspect the works at any time wherever in progress
either on the Site or at the contractor’s premises / workshop where situated premises /workshops of any person,
firm or corporation where work in connect with the contract may be in hand or where materials are being or are to
be supplied, and the contractor shall afford or procure for the Engineer-in-Charge every facility and assistance to
carry out such Inspection. The contractor shall at all time during the usual working hours and at all other time for
which reasonable notice of the intention of the Engineer in-Charge or his representative to visit the works have been
given to the contractor, either himself be present to receive order and instructions or post a responsible agent duly
accredited in writing for the purpose. Orders given to the contractor’s agent shall be considered to have the same
force as if they had been given to the contractor himself. The contractor shall give not less than seven days, notice
in writing to the Engineer-in-Charge before covering up or placing any work beyond reach of inspection and
measurement any work in order that the same may be inspected and measured. In the event of breach of above
the same shall be uncovered at contractor’s expense carrying out such measurement or inspection.
66.2 No materials shall be dispatched by the contractor before obtaining the approval of Engineer-in-Charge in writing.
The contractor is to provide at all times during the progress of the work and the maintenance period, proper means
of access with ladders, gangways, etc. and the necessary attendance to move and adopt as directed for inspection
or measurement of the works by the Engine in-Charge.
The contractor shall make available to the Engineer-in-Charge, free of cost necessary instruments and assistance in
checking of setting out of works and taking measurement of work.
24
68.1 All workmanship shall be of the respective kinds described in the contract documents and in accordance with the
instructions of the Engineer-in-Charge and shall be subjected from time to time to such test at contractor’s cost as
the Engineer-in-Charge may direct at place of manufacture or fabrication or on the site or at all or any such places.
The contractor shall provide assistance, instruments, labour and materials as are normally required for examining,
measuring and testing any workmanship as may be selected and required the Engineer-in-Charge.
68.2 All the tests necessary in connection with the execution of the work as decided by Engineer-in-Charge shall be carried
out at the field testing laboratory of the Owner by paying the charges as decided by the Owner from time to time.
In case of non-availability of test facility with the Owner, the required test shall be carried out at the cost of contractor
at government or any other testing laboratory as directed by Engineer-in-Charge.
68.3 If any tests are required to be carried out in connection with the work or materials workmanship not supplied by the
contractor, such tests shall be carried out by the contractor as per the instructions of Engineer-in-Charge and cost
of such tests shall be reimbursed by the Owner.
69 SAMPLES:
The contractor shall furnish to the Engineer-in-Charge for approval when requested or if required by the specifications,
adequate samples of all materials and finishes to be used in the work. Such samples shall be submitted before the
work is commenced and in ample time to permit tests and examinations thereof. All materials furnished and finishing
applied in actual work shall be fully identical to the approval samples.
If it shall appear to the Engineer-in-Charge that any work has been executed with unsound, imperfect or unskilled
workmanship or with materials of any inferior description, or that any materials or articles provided by the contractor
for the execution of the work are unsound or of a quality inferior to that contracted for, or otherwise not in accordance
with the contract, the contractor shall on demand in writing from the Engineer-in-Charge or his authorised
representative, specifying the work, materials or articles complained of, notwithstanding that the same have been
inadvertently passed, certified and paid for forthwith shall rectify or remove and reconstruct the works specified and
provide other proper and suitable materials or articles at his own charge and cost, and in the event of failure to do
so within a period to be specified by the Engineer-in-Charge in his demand aforesaid, the contractor shall be liable to
pay compensation at the rate of one percentage of the estimated cost of the whole work, for every week limited to
a maximum of 10 per cent of the estimated cost of the whole work, while his failure to do so shall continue and in
the case of any such failure the Engineer-in-Charge may on expiry of notice period rectify or remove and re-execute
the work or remove and replace with others, the materials or articles complained of as the case may be at the risk
and expenses of the contractors in all respects. The decision of the Engineer-in-Charge as to any question arising
under this clause shall be final and conclusive.
71 SUSPENSION OF WORKS:
The contractor shall, if ordered in writing by the Engineer-in-Charge or his representative, temporarily suspend the
works or any part thereof for such period and such time as so ordered and shall not, after receiving such written
order, proceed with the work therein ordered to be suspended, until he shall have received a written order to proceed
therewith. The contractor shall not be entitled to claim/ compensation for any loss or damage sustained by him by
reason of temporary suspension of the works aforesaid. An extension of time for completion, corresponding with the
delay caused by any such suspension of the works as aforesaid will be granted to the contractor, should he apply for
the same, provided that suspension was not consequent to any default or failure on the part of the contractor.
Upon failure of the contractor to comply with any instructions given in accordance with the provisions of the contract,
the owner has the alternative right, instead of assuming charge for entire work to place additional labour force, tools,
equipments and materials on such parts of the work, as the owner may designate or also engage another contractor
to carry out the work. In such cases, the owner shall deduct from the amount which otherwise might become due to
the contractor, the cost of such work and materials with ten percent added to cover all departmental charges and
should the total amount thereof exceed the amount due to the contractor, the contractor shall pay the difference to
the owner.
The Engineer-in-Charge shall have the right to take possession of or use any completed or partially completed work
or part of the work. Such possessions or use shall not be deemed to be an acceptance of any work completed in
accordance with the contract agreement. If such prior possession or use by the Engineer-in-Charge delays the
progress of work, suitable adjustment in the time of completion will made and contract agreement shall be deemed
to be modified accordingly.
25
74.1 The contractor shall guarantee the installation/site work for a period of 12 (twelve) Months from the date of completion
of work, unless otherwise specified. Any damage that may lie undiscovered at the time of issue of completion
certificate, connected in any way with the equipment or materials supplied by him or in the workmanship shall be
rectified or replaced by the contractor at his own expense as deemed necessary by the Engineer-in-Charge or in
default, the Engineer-in-Charge may cause the same made good by other workmen and deduct expenses (for which
the certificate of Engineer-in-Charge shall be final) from any sums that may be then or at any time thereafter, become
due to the contractor or from his security deposit. In case the defect arises within the abovementioned Defect Liability
Period (DLP) and the same is repaired/replaced, the DLP for the repaired/replaced job/item will be extended suitably
so as to cover the original DLP. However, in no case, such extension will exceed 24 months from date of start of initial
DLP.
74.2 If the contractor feels that any variation in work or in quality of materials or proportions would be beneficial or
necessary to fulfill the guarantee called for, he shall bring this to the notice of the Engineer-in-Charge in writing. The
work will not be considered as complete and taken over by the Owner until all the temporary works etc., constructed
by the contractor is removed and work site cleaned to the satisfaction of Engineer-in-Charge.
From the commencement to completion of works, the contractor shall take full responsibility for the care of all works
including all temporary works, and in case any damage, loss or injury happens to the works or to any part thereof
or to any temporary work, from any cause whatsoever, he shall at own cost repair and make good the same, so that
at completion, the work shall be in good order and in conformity in every respect with the requirements of the
contract and the Engineer-in-Charge’s instructions.
In order that the contractor could obtain a completion certificate, he shall make good with all possible speed, any
defect arising from the defective materials supplied by the Contractor or workmanship or any act of omission of the
contract that may have been noticed or developed after the works or group of the works has been taken over. The
period allowed for carrying out such work will be normally one month. If any defect be not remedied within a
reasonable time, the Owner may proceed to do the work at the contractor’s risk and expense and deduct from the
final bill such amount as may be decided by the Owner. If by reason of any default on the part of the contractor a
completion certificate has not been issued in respect of every portion of the work within one month after the date
fixed by the contract for the completion of the works, the Owner shall be at his liberty to use the works or any portion
thereof in respect of which a completion certificate has been issued provided that the works or the portion thereof
so used as aforesaid shall be afforded reasonable opportunity for completing these works for the issue of completion
certificate.
74.6 The Security Deposit/retention money deducted / furnished as per clause 18 of GCC shall be retained for the period
of liability as given in clause 74.1 above. This Retention amount or Bank Guarantee furnished against Security
Deposit/retention money shall be released only on expiry of the period of liability and also based on the certification
of the Engineer-in-charge that no defect/damage has been reported / observed during the stipulated period of liability
for the contract.
74.7 Performance of contractor shall be evaluated on each job by Engineer-in-Charge and recorded. Review of performance
will be carried out at appropriate intervals by BPCL.
26
i) Contractor’s Remuneration
The price to be paid by the Owner to contractor for the whole of the work to be done and the performance of all the
obligations undertaken by the contractor under the contract documents shall be ascertained by the application of the
respective item rates (the inclusive nature of which is more particularly defined by way of application but not of
limitation, with the succeeding sub-clause of this clause) and payment to be made accordingly for the work actually
executed and approved by the Engineer-in-Charge. The sum so ascertained shall (excepting only as and to the extent
expressly provided herein) constitute the sole and inclusive remuneration of the contractor under the contract and
no further payment whatsoever shall be or become due or payable to the contractor under the contract.
The prices/rates quoted by the contractor shall remain firm till the issue of final completion certificate and shall not
be subject to escalation. Schedule of rates shall be deemed to include and cover all costs, expense and liabilities of
every description and all risk of every kind to be taken in executing, completing and handing over the work to the
Owner by the Contractor. The Contractor shall be deemed to have known the nature, scope, magnitude and the
extent of the works and materials required, though the contract document may not fully and precisely furnish them.
He shall make such provision in the item rates as he may consider necessary to cover the cost of such items of work
and materials as may be reasonable and necessary to complete the works. The opinion of the Engineer-in- Charge
as to the items of work which are necessary and reasonable for completion of work shall be final and binding on the
contractor, although the same may not be shown on or described specially in contract documents.
Generality of this present provision shall not be deemed to cut down or limit in any way because in certain cases it
may and in other cases it may not be expressly stated that the contractor shall do or perform a work or supply articles
or perform services at his own cost or without addition of payment or without extra charges or words to the same
effect or that it may be stated or not stated that the same are included in and covered by the schedule of rates.
Without in any way limiting the provisions of the preceding sub-clause the schedule of rates shall be deemed to
include and cover the cost of all constructional equipment, temporary work (except as provided for herein), pumps,
materials, labour, the insurance, fuel, stores and appliances to be supplied by the contractor and other matters in
connection with each item in the schedule of rates and the execution of the works or any portion thereof, finished,
complete in every respect and maintained as shown or described in the contract documents or may be ordered in
writing during the continuance of this contract.
The Schedule of Rates shall be deemed to include and cover the cost of all royalties and fees for the articles and
processes, protected by letters, or otherwise incorporated in or used in connection with the works, also all royalties,
rents and other payments in connection with obtaining materials of whatsoever kind for the works and shall include
an indemnity to the Owner which the contractor hereby gives against all actions, proceedings, claims damages, costs
and expenses arising from the incorporation in or use on the works of a such articles, processes or materials, Octroi
or other municipal or local Board charges levied on materials, equipment or machineries to be brought to site for use
on work shall be borne by the contractor.
No claim or exemption or reduction of customs duties, GST, quarry or any port dues, transport charges, stamp duties
or Central or States Government or Local Body or Municipal Taxes or duties, taxes or charges (from or of any other
body), whatsoever, will be granted or obtained, all of which expenses shall be deemed to be included in and covered
by the Schedule of Rates. Contractor shall also obtain and pay for all permits, or other privileges necessary to complete
work.
The schedule of Rates shall be deemed to include and cover the risk of all possibilities of delay and interference with
the contractors conduct of work which occur from any cause including orders of owner in the exercises of his powers
and on account of extension of time granted due to various reasons and for all other possible or probable cause of
delay.
For work under unit rate basis, no alteration will be allowed in the schedule of Rates by reason of work or any part
of them being modified, altered, extended, diminished or omitted. The schedule of Rates are fully Inclusive rates
27
All measurements shall be in metric system. All the works in progress will be jointly measured by the representative
of the Engineer-in-Charge and the Contractor’s authorise agent progressively. Such measurement will be got recorded
in the measurement book by the Engineer-in-Charge or his authorised representative and signed in token of accepted
by the contractor or his authorised representative.
For the purpose of taking joint measurement the contractor’s representative shall be bound to be present whenever
required by the Engineer-in-Charge. If, however, he absents for any reason whatsoever the measurement will be
taken by the Engineer-in-Charge or his representative and this will be deemed to be correct and binding on the
contractor.
ii) Billing:
The contractor will submit a bill to the Engineer-in-Charge of the work giving abstract and detailed measurements
for the various items executed during a month, before the expiry of the 1st week of the succeeding month. The
Engineer-in-Charge shall take or cause to be taken the requisite measurements for the purpose of having the same
verified and the claim, as far as admissible, adjusted, if possible, before the expiry of 10 days from presentation of
the bill.
iii) Dispute in Mode of Measurements:
In case of any dispute as to the mode of measurement not covered by the contract to be adopted for any item of
work, mode of measurement as per latest Indian Standard Specifications shall be followed.
77 LUMPSUMS IN TENDER:
For the items in tender where it includes lumpsum in respect of parts of work, the contractor shall be entitled to
payment in respect of the items at the same rates as are payable under this contract for such items, or if part of the
work in question is not In the opinion of the Engineer-in-Charge capable of measurement of determination, the owner
may at his discretion pay the lumpsum amount entered In the tender or a percentage thereof and the certificate In
writing of the Engineer-in-Charge shall be final and conclusive against the contractor with regards to any sum or
sums payable to him under the provisions of the clause.
All running account payments shall be regarded as payment by way of advance against the final payment only and
not as payments for work actually done and completed and shall not preclude the requiring of bad, unsound and
imperfect, or unskilled work to be removed and taken away and reconstructed or re-erected or be considered as an
admission of the due performance of the contract, or any part thereof in this respect, or of the accruing of any claim
by the contractor, nor shall it conclude, determine or affect in any way the powers of the Owner under these conditions
or any of them as to the final settlement and the adjustments of the accounts or otherwise, or in any other way vary
or affect the contract.
The final bill shall be submitted by the contractor within one month of the date of physical completion of the work,
and settled immediately but not later than 60 days otherwise the Engineer-in charge’s certificate of the measurement
and of total amount payable for the work accordingly shall be final and binding on all parties. The final bill shall be
presented by the contractor along with ‘No claim certificate’ in a format acceptable to the owner or such other
documents as directed by the owner.
79 EXTRA WORK:
Should the contractor consider that he is entitled to any extra payment for extra job carried out whatsoever in respect
of the works, he shall forthwith give notice in writing to the Engineer-in-Charge that he claims extra payment for the
extra work. Such notice shall be given to the Engineer-in-Charge within one week from the ordering of any extra
work or happening of any event, upon which the contractor bases such claims, and such notice shall contain full
particulars of the nature of such claim with full details and amount claimed. Failure on part of the contractor to put
forward any claim with the necessary particulars as above within the time above specified shall be an absolute
waiver thereof. No omission by the owner to reject any such claim and no delay in dealing therewith shall be waiver
by the owner of any rights in respect thereof.
Generally no payment shall be made for works estimated to cost less than Rs. 50,000/- till the whole of the work
shall have been completed. But in case of works estimate to cost more than Rs. 50,000/- the contractor on submitting
the bill thereof be entitled to receive a monthly payment proportion to the part thereof approved and passed by the
28
81 CONCLUSION OF CONTRACT:
In a situation where the L1 bidder is not lowest for some specific line items and the L1/L2 parity is likely to be
affected during the execution of the contract, due to variation in quantities of individual line items in contract based on
site conditions, then the final payment could be restricted to ensure that the overall total payment of the executed
work does not exceed the overall amount that would have been payable to the then L1 as per the latter’s quoted rates.
82 MODE OF PAYMENT:
83 COMPLETION CERTIFICATE:
When the contractor fulfills his obligation under clause 74.4, he shall be eligible to apply for completion certificate.
The contractor may apply for separate completion certificate respect of each such portion of the work by submitting
the completion documents along with such application for completion certificate.
The Engineer-in-Charge shall normally issue to the contractor the completion certificate within one month after
receiving an application therefore from the contractor after verifying from the completion documents and satisfying
himself that the work has been completed in accordance with and as set out in the construction and erection drawings
and the contract documents.
The contractor, after obtaining the completion certificate is eligible to present the final bill for the work executed by
him under the terms of contract.
The contractor shall be furnished with a certificate by the Engineer-in-Charge of such completion, but no certificate
shall be given nor shall the work be deemed to have been executed until all scaffolding surplus materials and rubbish
is cleared off the site completely or until the work shall have been measured by the Engineer-in-Charge whose
measurement shall be binding and conclusive. The work will not be considered complete and taken over by the
Owner, until all the temporary works, labour and staff colonies etc. constructed are removed and the work site
cleaned of all debris etc., as described in clause in 83.3 below and to the satisfaction of the Engineer-in-Charge.
If the contractor shall fail to comply with the requirements of this clause on or before the date fixed for the completion
of the work, the Engineer-in-Charge may at the expenses of the contractor remove such scaffolding, surplus materials
and rubbish and dispose off the same as he thinks fit and clean off such dirt as aforesaid, and the contractor shall
forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such scaffolding or
surplus materials as aforesaid except for any sum actually realised by the sale thereof.
Cart away all debris generated from the work and dispose it off without giving rise to any complaints from local,
municipal or government authorities. Metal scraps or any other scrap including wooden packing materials shall be
disposed as instructed by the Engineer-in-Charge or as follows:
a) All unused scrap steel bar/ structural steel sections/pipe materials etc., (Free issue by owner) shall be the
property of the owner and the same shall be returned by the contractor category-wise at their own cost
to Owner’s store. The weighment slip issued by the Warehouse (in original) is required to be attached
along with the final bill/ material reconciliation statement. In case, the material is supplied by the
contractor, as per their scope of work, the scrap material generated out of the same should be taken out
at their own cost before the settlement of the final bill.
b) Insulation material (either issued by owner to the contractor or supplied by contractor) shall be kept in the
area allocated by owner. During the insulation activities, the contractor should keep the work area clean
on day-to-day basis. On completion of insulation job, all debris/packing should be taken out to the
designated location or as directed by the Engineer in charge for disposal at their own cost before the
settlement of the final bill.
83.4 The financial implication of above, if any, should be taken care of in the quoted rates; and no separate claim shall be
entertained on this account. The final bill of the contractor shall be linked with the area cleaning in all respects, including
removal of shuttering material, disposal of debris/scrap etc. to the entire satisfaction of Engineer-in- Charge.
Upon Expiry of the period of liability and subject to the Engineer-in-Charge being satisfied that the works have been
duly maintained by the contractor during monsoon or such period as herein before provided in clause 74 and that the
29
Except the final certificate, no other certificate or payments against a certificate or on general account shall be taken
to be an admission by the Owner of the due performance of the contract or any part thereof or occupancy or validity
of any claim by the contractor.
30
TAXES/DUTIES/INSURANCE
The contractor agrees to and does hereby accept full and exclusive liability forthe payment of any and all taxes, duties,
etc. now in force or hereafter Imposed, increased or modified, from time to time in respect of work and materials and
all contributions and taxes for unemployment compensation, insurance and old age pensions or annuities now or
hereafter imposed by anyCentral or State Government authorities which are imposed with respect to orcovered by the
wages, salaries, or other compensations paid to the persons employed by the contractor and the contractor shall be
responsible for the compliance with all obligations and restrictions imposed by the Labour Law orany other law affecting
employer - employee relationship and the contractor further agrees to comply and secure the compliance by all sub-
contractors, with all applicable Central, State, Municipal and local laws and regulations andrequirements of any Central,
State or Local Government agency or authority.Contractor further agrees to defend, indemnify and hold harmless from
any liability or penalty which may be Imposed by the Central, State of Local Authority by reason of any violation by
contractor or sub-contractor of such laws, regulations or requirements and also from all claims, suits or proceedingthat
may be brought against the Owner arising under, growing out of, or by reason of the work provided for by this contract
by third parties, or by Centralor State Government authority or any administrative sub-division thereof.
86.1 The vendor shall take steps viz. mention relevant GSTIN of BPCL in GST invoices and returns, uploading invoice in GSTR 1,
payment of the tax liability on the said invoices and filing of Returns etc. and comply with all the requirements ofapplicable
laws including GST laws for the time being in force to enable the OWNER to avail tax credit/s including input tax credit.
Deferment of GST Amounts shall be done for those vendors who have got instances of open mismatches due to non-
compliance. Open mismatches refer tocases whereby OWNER could not claim the GST Input Tax Credit in the month of
payment of invoice due to non-compliance/ delayed compliance by the VENDOR.Accordingly, Over and above any payment
term mentioned in the tender including that mentioned in the GPC/GCC, payment to VENDOR by OWNER for the basic amount
(i.e. amount excluding GST) shall be made as mentioned in GPC/GCC oras mentioned anywhere else in the tender as
applicable. However, GST amountof the Invoices shall be paid only after the amount gets reflected in the return (GSTR-1
Return of outward supplies/GSTR-3B) submitted by the vendor on GSTIN portal (GSTR 2B of OWNER) to the satisfaction of
OWNER. Till such time GST amount with correct details is reflected in GSTIN portal to satisfaction of OWNER,amount shall be
withheld by OWNER.
Over and above, VENDOR is also required to issue e-invoice if the same is applicable to the OWNER. In absence of GST e-
invoice, any loss of Input Tax Credit to the OWNER shall be indemnified by the VENDOR.
Deferment of GST amounts to the vendors are subject to compliance of any applicable Act.
86.2 In case of vendors for whom deferment of GST amounts were not done, anyloss or non-availability of input tax credit by
the OWNER due to non- compliance of applicable tax law including but not limited to GST laws in force or otherwise, on the
part of VENDOR, an amount equivalent to any tax liability accruing to the OWNER and/or to the extent of any loss accrued
to the OWNER due to the non-availability of input tax credit or any liability accruedto the OWNER shall either stand cancelled
or deducted from the payment due to the VENDOR or shall be reimbursed by the VENDOR as the case may be tillsuch default
is either rectified or made good by the VENDOR and the OWNERis satisfied that it is in a position to claim valid input tax
credit within the timelines as per applicable laws.
86.3 Any cost, liability, dues, penalty, fees, interest as the case may be which accrues to the OWNER at any point of time on
account of non-compliance ofapplicable tax laws or rules or regulations thereof or otherwise due to defaulton the part of
VENDOR shall be borne by the VENDOR. An amount equivalentto such cost, liability, dues, penalty, fees, and interest as the
case may be shall be reimbursed by the VENDOR within 30 days. Any GST as may be applicable on such recovery of
amount shall also be borne by VENDOR and same shall be collected by the OWNER.
87 INSURANCE:
Contractor shall at his own expenses carry and maintain insurance with reputable insurance companies to the
satisfaction of the Owner as follows:
The Contractor agrees to and does hereby accept full and exclusive liability for the compliance with all obligations
imposed by the Employees State Insurance Act, 1948, and the contractor further agrees to defend, indemnify and
hold Owner harmless from any liability or penalty which may be imposed by the Central, State or Local Authority by
reason of any asserted violation by contractor or sub-contractor, of theEmployee State Act, 1948 and also from all
claims suits or proceedings that may be brought against the Owner arising under, growing out of or by reason of the
work provided for by this contract whether brought by employees of the contractor, by third parties or by Central or
State Government authority or any politicalsub-division thereof.
The contractor agrees to filing, with the Employees State Insurance Corporation, the Declaration Forms and all
forms which may be required in respect of the contractor’s or sub-contractor’s employees whose aggregate
remuneration as fixed by the concerned authorities and who are employed in the work providedfor or those covered
31
The Owner shall retain such sum as may necessary, from the total contract value until contractor shall furnish
satisfactory proof that all contributions as required by the Employees State Insurance Act, 1948, have been paid.
Insurance shall be effected for all the Contractor’s employees engaged in the performs of this contract, if any of
the work is sublet, the contractor shall require the sub-contractor to provide workman’s compensation and
employer’s liability Insurance for the latter’s employees if such employees are not covered under the contractors
insurance.
Owner shall cover Project Material and Equipments under and over all Marine-cum-Erection Insurance Policy.
Contractor shall carry and maintain any and all other insurance which be required under any law orregulation from
time to time. He shall also carry and main any other insurance which may be required by the Owner.
i) Contractor shall be responsible for making good, to the satisfaction of the Owner any loss of and any damage to all
structures and properties belonging to the Owner or being executed or procured or being procured by the Owner
or of other agencies within the premise all the work of the Owner, if such loss or damage is due to fault and/or the
negligence willful acts or omission of contractor, his employees, agents,representative or \ sub-contractor.
ii) The contractor shall indemnify and keep the Owner harmless of all claims for damage to property other thanOwner’s
property arising under or by reason of this agreement if such claims results from the fault and/or negligence or willful
acts or omission of contractor, his employees, agents, representatives or sub-contractors.
32
89 LABOUR LAWS:
i) No labour below the age of eighteen years shall be employed on the work.
ii) The contractor shall not pay less than what is provided under the Minimum Wages Act for the applicable
trade or category of workman to the worker engaged by him on the work and also ensure that any sub-
contractors engaged by him also pay not below the applicable minimum wages under the Act and hold the
company, indemnified in respect of any claims that may arise in respect or non-compliance with this
requirements.
iii) The contractor shall observe all the formalities required under the provisions of the contract labour
(Regulation and abolition) Act 1970 and the rules made thereunder and as may be amended from time to
time. He shall pay the required deposit under the Act Appropriate to the number of workmen to be employed
by him or through sub-contractor and get him self registered under the Act. He shall produce the certificate
of registration granted by the Govt. authority under the Act to the company before commencement of
work. The company recognises only the contractor and not his sub-contractors under the provisions of the
Act. The contractor will have to submit daily a list of his employees, who will be entering the Company’s
premises for the work awarded. He will also keep his wage register available at all times as close to the
work site as possible and produce the same for inspection whenever required by designated Company
officials. If the company so desires, a deposit may be taken from the Contractor to be refunded only after
the Company is satisfied that all the workmen employed by the contractor have been fully paid for the
period of work in Company’s premises at least at rates equal to or better than wages provided for under
the Minimum Wages Act.
iv) The Contractor will comply with the provisions of the employee’s Provident Fund Act and the Family Pension
Fund Act as may be applicable and as amended from time to time. Contractor shall obtain their own
provident fund account number. Offer of the contractor who does not have provident fund account will be
liable for rejection.
v) The Contractor will comply with the provisions of the Payment of Gratuity Act 1972 as may be applicable
and as amended from time to time.
The Contractor shall comply with provisions of the Apprentices Act 1961 and the Rules/orders issued thereunder from
time to time. If he fails to do so, his failure will be breach of the contract and the Engineer-in-Charge may, at his
discretion, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any
violation by him of the provision of the act.
i) The contractor shall indemnity the owner and every member, officer and employee of the Owner, also the
Engineer-in-Charge and his staff against all actions, proceedings, claims, demands, costs, and expenses
whatsoever arising out of or in connection with the matters referred to in clause 86 and all actions/
proceedings, claims, demands, costs and expenses which may be made against the Owner for or in respect
of or arising out of any failure by the contractor in the performance of his obligations under the contract
documents. The Owner shall not be liable for or in respect of any demand or compensation payable by law
in respect of or in consequence of any accident or injury to any workmen or other person in the employment
of the contractor or his sub-contractor and contractor shall indemnify and keep indemnified the Owner
against all such damages and compensations and against all claims, damage, proceedings, costs, charges
and expenses whatsoever, thereof or in relation thereto.
Should the Owner have to pay any money in respect of such claims or demands as aforesaid the amount
so paid and the costs incurred by the Owner shall be charged to and paid the Contractor and the contractor
shall not be at liberty to dispute or question the rig of the Owner to make such payments notwithstanding
the same may have been made without his consent or authority or in law or otherwise to the country.
In every case to which by virtue of the provisions of Section 12, sub-section (I) of workmen’s compensation
Act 1923 or other applicable provisions of workmen’s Compensation Act any other Act, the Owner is obliged
to pay compensation to a workmen employed by contractor in execution of the works, the Owner will
recover from the contractor the amount of compensation so paid and without prejudice to the rights of
Owner under Section 12 sub-section (2) of the said Act. Owner shall be at liberty to recover such amount
or any part thereof by deducting it from the security deposit or from any sum due to the contractor whether
under the contract or otherwise. The Owner shall not be bound to contest any clime made under Section
33
a) The contractor shall be solely and exclusively responsible for engaging or employing persons for
the execution of work. All employees engaged by the contractor shall be on his/ their payroll and
paid by him/ them. All disputes or differences between the contractor and his/ their employees
shall be settled by him/ them. Owner has absolutely no liability whatsoever concerning the
employees of the contractor. The contractor shall indemnify owner against all loss or damage or
liability arising out of or in the course of his/ their employees. The contractor shall make regular
and full payment of wages without giving any complaint by any employee of the contractor or
his sub-contractor regarding non-payment of wages/ salaries or other dues. Owner reserves the
right to make such payments directly, to such employee or sub-contractor of the contractor and
recover the amount in full from the bills of Contractor, and the contractor shall not claim any
compensation or reimbursement thereof. The Contractor shall comply with the Minimum Wages
Act applicable to the area with regard to payment of wages of his employees and also of
employees of his sub-contractor.
b) The Contractor shall advise in writing to all of his employees and the employees of his sub-
contractor as follows:
It is fully understood that your appointment and/ or deployment is only in connection with the
owner and it does not give you any right of claim for employment by owner.
In respect of all labour directly employed in the works for performance of the contractor’s par this agreement, the
contractor shall comply with or cause to be complied with all the rules and regulations of the local sanitary and other
authorities or as framed by the Owner from time to time for the protection of health and sanitary arrangements for
all workers.
93 SAFETY REGULATIONS:
i) In respect of all labour, directly or indirectly employed In the work for the performance of contractor’s part
of this agreement, the contractor shall at his own expenses arrange for all safety provisions as per safety
codes of C.P.W.D. Indian Standard Institution, the Electricity Act, The Mines Act and any such other acts
as applicable.
ii) The Contractor shall ensure that he, his sub-contractor and his, or their personnel or representatives shall
comply with all Fire / Safety regulations issued from time to time by the Company or otherwise howsoever
and should any injury resulting in death or not or loss / or damage due to Fire to any property or a portion
thereof, occurred as a result of failure to comply with such regulations, the contractor shall be held
responsible for the consequences thereof and shall keep the company harmless and indemnified.
94 ARBITRATION:
Any dispute or difference whatsoever arising out of or in connection with this Agreement including any question
regarding its existence, validity, construction, interpretation, application, meaning, scope, operation or effect of this
contract or termination thereof shall be referred to and finally resolved through arbitration as per the procedure
mentioned herein below :
(a) The dispute or difference shall, in any event, be referred only to a Sole Arbitrator
(b) The appointment and arbitration proceedings shall be conducted in accordance with SCOPE forum of Arbitration
Rules for the time being in force or as amended from time to time
(c) The Seat of arbitration shall be at _____________(Region/HQ from where the tender has been floated)
(d) The proceedings shall be conducted in English language
(e) The cost of the proceedings shall be equally borne by the parties, unless otherwise directed by the Sole
Arbitrator.
In the event of any dispute or difference relating to the interpretation and application of the provisions of commercial
contract(s) between the Central Public Sector Enterprises (CPSEs)/Port Trusts inter se and also between CPSEs and
Government Departments/Organizations (excluding disputes concerning Railways, Income Tax, Customs & Excise
Departments*), such dispute or difference shall be taken up by either party for its resolution through AMRCD as
mentioned in DPE OM no.4(1)/2013-DPE(GM)/FTS-1835 dated 22-05-2018.
(* The exclusion would also include disputes concerning GST, State level Sales Tax / VAT etc; though not mentioned
explicitly)
34
The contractor shall be governed by the Laws in force in INDIA. The contractor hereby submits to the jurisdiction of
the Courts situated at Mumbai/(Ernakulam-in the case of Kochi Refinery), for the purpose of actions and proceedings
arising out of the contract and the courts at Mumbai/(Ernakulam-in the case of Kochi Refinery), only will have
jurisdiction to hear and decide such actions and proceedings.
Additionally, any variation or amendment / change order issued after signing of formal contract shall take precedence
over respective clauses of the formal contract and its Annexures.
97 LIMITATION OF LIABILITY
The aggregate total liability of the Contractor to Owner under the Contract shall not exceed the total Contract Price,
except that this Clause shall not limit the liability of the Contractor for following:
(a) In the event of breach of any Applicable Law;
(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross negligence of the Contractor or any
person acting on behalf of the Contractor; or
(c) In the event of acts or omissions of the Contractor which are contrary to the most elementary rules of diligence
which a conscientious Contractor would have followed in similar circumstances; or
(d) In the event of any claim or loss or damage arising out of infringement of Intellectual Property; or
(e) For any damage to any third party, including death or injury of any third party caused by the Contractor or any
person or firm acting on behalf of the Contractor in executing the Works. Neither Party shall be liable to the other
Party for any kind of indirect or consequential loss or damage like, loss of use, loss of profit, loss of
production or business interruption which is connected with any claim arising under the Contract.
The Contract staff should submit the following documents for enabling them to enter the location:
i) Police verification certificate issued by the police (PVC)
ii) Photocopy of Aadhaar Card (Original to be cross checked)
iii) Assurance certificate from the Vendor / Contractor /transporter
99 NUISANCE:
The contractor shall not at any time do, cause or permit any nuisance on site or do anything which shall cause
unnecessary disturbance or inconvenience to Corporation, tenants or occupiers of other properties near the site and to
the general public.
i) Bidders to note that under Building and other Construction Workers Welfare Act (Re&CS) Act 1996, Cess is applicable
to contracts executed outside Factory Area (e.g. construction of new industrial installation, office &
residential buildings etc.) as per the provisions applicable under ‘The Building and Other Construction Workers
Welfare Cess Act 1996’.
ii) The contractor must be registered with the concerned authorities under the Building and other Construction Workers‟
(RE&CS) Act, 1996 or in case of non-registration; the contractor should obtain registration within one month of the
award of contract.
35
iv) Cess, as per the prevailing rate (presently 1%), shall be deducted at source from bills of the contactors by the
Engineer-in-Charge and remitted to the “Secretary, Building and other Construction Workers Welfare Board” of the
concerned State.
v) The contactor shall be responsible to submit final assessment return of the Cess amount to the assessing officer
after adjusting the Cess deducted at source.
36
MEMORANDUM OF AGREEMENT
(herein after referred to as “The Contractor” which expression shall include its heirs, legal representatives,
successors and permitted assignees) of the other part, whereby it is agreed:-
1. The Contractor shall carry out and complete the work as mentioned in the Purchase order/Contract No.
dated , (hereinafter referred to as “the work”) for the Company at its specified site to its
complete satisfaction in accordance with the specifications, schedule of rates and plans attached as per Purchase
order/Contract and with the instructions given from time to time, by the Company’s authorized engineer under
whose supervision the work shall be-executed. The parties hereto agree that this agreement shall be effective
from the date of the aforesaid Purchase Order/Contract.
2. Inspection of site: The Contractor has been given an opportunity before or at the time of the entrusting of the
work to him of making an inspection of the site to set at rest any doubt he may have had about the difficulties
attending his offer, and any difficulties which may be met with by him in the course of the execution of the work
shall neither relieve him from fulfilling the terms of this Agreement, nor entitled him to claim extra payment or
an extension of the period stipulated for the completion of the work, except where it will be agreed by the
Company’s authorized Engineer that such difficulties could not have been foreseen.
3. Supply of Labour and Materials: The Contractor shall furnish all labour, materials, equipment or tools
necessary for the construction of the work, except such materials, equipment or tools as will be supplied by the
Company and are detailed in Purchase order/Contract. The contractor will assume full responsibility for the
protection and safety of the work during its construction. The details and dimensions shown on the said plans
referred to in the Purchase order/Contract shall be strictly adhered to by the contractor and no alterations shall
be made therein unless previous sanction thereto has been given in writing by the Company.
(a) The Contractor shall prepare detailed and shop drawings and any other data required.
(b) All materials supplied by the Contractor shall be of the best quality. The Contractor shall at his own cost
arrange for and/or carry out any test of materials, which the Company’s authorized Engineer may
require.
(c) The Contractor shall at the request of the Company’s authorized Engineer immediately dismiss from the
work any person employed thereon who, in the opinion of the Company’s authorized Engineer, is
unsuitable or incompetent or who, has been guilty of misconduct, and such person shall not again be
employed or allowed on the works without the permission of the Company, in writing.
4. E. & O. E. No advantage is to be taken either by the Company or the Contractor of any clerical error or mistake,
which may occur in the specification, schedule of rates, plans, tender or any other papers supplied to or by the
contractor in connection with the work.
5. Damage on account of Incomplete work: The Contractor shall commence the work and shall complete the
work as mentioned in Purchase order/Contract failing which the Contractor shall pay or allow to the Company to
recover as liquidated damages, at the rate of minimum 0.5% per week of delay or part there of up to a maximum
of 5% of the total contract value, if Liquidated damages clause is made applicable in the contract. Such damages
may be deducted by the Company from any amount due to the contractor; otherwise they shall be recoverable
by lawful means.
6. a) Determination of the Agreement: The company shall, at any time, be entitled to determine and terminate
the contract, if in the opinion of the company, the cessation of the work becomes necessary owing to paucity of
funds or for any other cause whatsoever. On such determination / termination, the cost of approved materials,
37
7. Defective Work / Materials: If the work done by the Contractor or any part there of shall be found defective
in workmanship or by reason of bad or inferior materials used, then in such case he shall at his own risk and cost
without delay, demolish all such defective work and rebuild or replace the same in a satisfactory manner. The
Company may, if necessary, at the cost and risk of the Contractor, temporarily stop all other activities by the
Contractor in connection with the work until such time as the defective work has been rebuilt or replaced at the
Contractor’s cost. In case of default on the part of the contractor to remove defectives work and rebuild or replace
the same without delay and in a manner satisfactory to the Company, the Company shall be entitled to employ
another Contractor or its own workman to carry out the removal and rebuilding or replacing at the risk and cost
of the contractor.
8. Substitution of Contractor : If the Company finds it necessary to employ a person or persons for the purposes
provided in clauses 6 (b) and 7 above, then the Company may deduct and retain from out of the sums due to
the contractor all such amounts as they may require to pay or to reimburse themselves there from in respect of
the costs and expenses which they have incurred in completing the work and or in removing defective work and
rebuilding or replacing the same in a manner satisfactory to the Company and if such amounts be more than the
sums due or thereafter becoming due to the Contractor, than the balance, shall be a debt recoverable from the
Contractor by the Company. The Contractor shall not in any manner do or cause to be done any act, matter or
things whatsoever to prevent the person or persons so employed by the Company from removing defective work
and re-building or replacing the same in a manner satisfactory to the Company and/or from, completing the work
in the manner aforesaid.
9. Removal of Material: On the Determination of the Agreement as referred to in Clause 6, the Contractor shall
at his own risk and cost remove from site within Seven days all his materials, equipment and tools. It is agreed
that in case of such determination the company shall be entitled to purchase from the Contractor such materials
as will be approved by the Authorized Engineer of the Company at the prices then current. If the Contractor does
not remove the other materials, equipment and tools which he has been asked to remove within the time
prescribed as aforesaid, the Company may remove and sell the same holding the proceeds less the cost of
storage, removal and sale to the credit of the Contractor. Should Company incur any loss in respect of the sale,
it shall be entitled to recover same from the Contractor.
10. Inspection of work: Inspection will be made periodically during the progress of the work by the authorized
Engineer of the Company and all work performed must be of acceptable quality of which the said Engineer-in-
Charge will be the sole judge.
11. Supervision: The Contractor shall during the whole time the work is in progress, employ one or more competent
and technical English speaking Supervisors acceptable to the Company’s authorized Engineer, one of whom at
least shall be in constant attendance at the site while persons are at work there. Any directions, explanations,
instructions, or notices in connection with the work given by the Company’s authorized Engineer to these
Supervisors shall be deemed to have been given to the Contractor.
38
13. Defects after Completion: Any defects which may appear within the defect liability period specified shall, upon
the directions in writing of the Company and within such reasonable time as shall be specified therein be amended
and made good by the Contractor, at his own cost unless the Company shall decide that the Contractor will be
paid for such amending and making good, and in case of default on the Contractor’s part, the Company may
amend and make good or have amended and made good such defects and all damages, losses and expenses
consequent thereon, incidental to those shall be borne by the Contractor and such damages, losses and expenses
shall be recoverable from him by the Company or may be deducted by the Company from any moneys due to or
thereafter becoming due to the Contractor. Alternatively, the Company may, in lieu of such amending and making
good by the Contractor elect to deduct from any moneys due or thereafter becoming due to the Contractor a
sum to be determined by the Company sufficient to cover the cost of amending and making good such defects,
and in the event of the amount withheld in accordance with Clause 12 being insufficient, recover the balance
from the Contractor together with any expenses the Company may have incurred in connection with such
recovery. Should any defective work have been done or bad inferior materials supplied by any Sub-Contractor
employed on the work, has been approved by the Company as provided in Clause 15, the Contractor shall be
liable to amend and make good in the same manner as if such work or materials had been done or supplied by
the Contractor. The Contractor shall remain liable under this Clause notwithstanding the signing by the Company’s
authorized Engineer of any certificate or the passing of any account.
14. Alterations: The Company reserves the right at any time to alter any quantities of any item indicated in the
Purchase order/Contract, in which case the total amount payable to the Contractor shall be less or higher,
proportionate with the reduction or increase in quantity of such item, allowance for which will be made at the
Contractor’s agreed rates.
15. Subletting Agreement: The Contractor shall not sublet or assign the work or any part thereof to another party
without the written consent of the company and no such subletting or assignment shall relieve the contractor from
the full and entire responsibility of his obligation under this Agreement.
16. Cancellation: The Company shall at any and all times during the period stipulated for the work, has the right
forthwith to cancel this agreement by giving written notice thereof to the Contractor and in such case the
Contractor shall be paid for such part of the work as has been executed by him up to the date of cancellation, on
the basis of schedule of rates as per Purchase order/Contract and shall be reimbursed by the Company for the
cost and expenses incurred by him but which would now be wasted as a direct consequence of the cancellation
of the Agreement.
17. Workmen’s Compensation Liability: The Contractor shall hold the Company harmless and indemnified from
and against all claims, costs and charges for which the Company shall be liable under the Workmen’s
Compensation Act, 1923 and any amendments thereof and the expenses to which it shall be put thereunder, both
in respect of personal injuries (within the meaning of the said Act) to the employees and servants of the Contractor
or Sub-Contractors, (if any), arising out of, or occasioned during the currency of this agreement through the acts
or omissions, whether due to negligence or not of the Contractor, Sub-Contractor and/or Company and/or their
respective servants and employees and also in respect of the personal injuries (within the meaning of the said
Act) to the servants and employees of the Company arising out of, or occasioned through the acts and omissions
whether due to negligence or not of the Contractor, Sub-Contractor and or their servants and employees in
carrying out any of the provisions of this Agreement. This indemnity shall be in addition to and not in lieu of any
indemnity to which the Company shall be entitled in law. The Contractor shall at his own expense effect and
39
18. Safety Regulation: The Contractor shall ensure that he/his Sub-Contractor and his, or their personnel or
representatives shall comply with all safety regulations issued from time to time by the Company or otherwise
howsoever and should any injury resulting in death or not or damage to any property occur as result of failure to
comply with such regulations the Contractor shall be held responsible for the consequences thereof, shall keep
the Company harmless and indemnified.
19. ARBITRATION: Any dispute or difference whatsoever arising out of or in connection with this Agreement
including any question regarding its existence, validity, construction, interpretation, application, meaning, scope,
operation or effect of this contract or termination thereof shall be referred to and finally resolved through
arbitration as per the procedure mentioned herein below :
(a) The dispute or difference shall, in any event, be referred only to a Sole Arbitrator
(b) The appointment and arbitration proceedings shall be conducted in accordance with SCOPE forum of
Arbitration Rules for the time being in force or as amended from time to time
(c) The Seat of arbitration shall be at _______ (Region/HQ from where the tender has been floated)
(e) The cost of the proceedings shall be equally borne by the parties, unless otherwise directed by the Sole
Arbitrator.
In the event of any dispute or difference relating to the interpretation and application of the provisions of
commercial contract(s) between the Central Public Sector Enterprises (CPSEs)/Port Trusts inter se and also
between CPSEs and Government Departments/Organizations (excluding disputes concerning Railways, Income
Tax, Customs & Excise Departments*), such dispute or difference shall be taken up by either party for its
resolution through AMRCD as mentioned in DPE OM no.4(1)/2013-DPE(GM)/FTS-1835 dated 22-05-2018.
(* The exclusion would also include disputes concerning GST, State level Sales Tax / VAT etc; though not
mentioned explicitly)
20. Jurisdiction:
The contractor shall be governed by the Laws in force in INDIA. The contractor hereby submits to the jurisdiction
of the Courts situated at Mumbai/(Ernakulam-in the case of Kochi Refinery), for the purpose of actions and
proceedings arising out of the contract and the courts at Mumbai/(Ernakulam-in the case of Kochi Refinery), only
will have jurisdiction to hear and decide such actions and proceedings.
21 Minimum Wages:
The Contractor, his executors and administrators (and in the case of a Limited Company, its successors and
assigns) shall hold the Company harmless and indemnified from and against all claims, costs and charges, for
which the Company shall be liable under the Minimum Wages Act, 1948, the Contract Labour (Regulation and
Abolition) Act, 1970 and any amendments or modifications thereof, and all expenses it shall be put thereunder
through the acts or omissions whether willful or not on the part of the Contractor. This indemnity shall be in
addition to and not in lieu of, any indemnity to which the Company shall be entitled in law.
22. Employees State Insurance: This Contractor hereby admits that he is fully aware of his responsibilities under
the Employees State Insurance Act, 1948, as an immediate employer of the employees engaged by him for the
execution of this contract which he agrees to discharge. The Contractor acknowledge the statutory right of the
company (as a Principle Employer) to recover the amount of the contributions, paid by it in the first instance in
40
In witness where of the said contracting parties have set their hands.
Witness
For Bharat Petroleum Corporation Ltd. For Bharat Petroleum Corporation Ltd.
Witness
Contractor’s witness - Signature Contractor’s Signature
Name & Address:- Name & Address:-
41
To
Bharat Petroleum Corporation Ltd.
Dear Sirs,
The tender Conditions of Contract provide that the Contractor shall pay a sum of Rs.
(Rupees ) as earnest money/security deposit in the form therein mentioned. The form
of payment of earnest money/security deposit includes guarantee executed by Scheduled Bank, undertaking full responsibility to indemnify
Bharat Petroleum Corporation Ltd. in case of default.
The said have approached us and at their request and in consideration of the premises
we having our office at have agreed to
give such guarantee as hereinafter mentioned.
2. You will have the full liberty without reference to us and without effecting this guarantee postpones for any time or from time to
time the exercise of any of the powers and rights conferred on you under the contract with the said and to
enforce or to for bear from endorsing any power of rights or by reason of time being given to the said which under law relating
to the sureties would but for provision have the effect of releasing us.
4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the said but shall in all respects and for all purposes be
binding operative units payment of all money due to you in respect of such liabilities is paid.
5. Our liability under this guarantee is restricted to Rupees Our guarantees shall remain
in force until unless a suit or action to enforce a claim
under Guarantee is filed against us within six months from
(which is date of expiry of guarantee) all our rights under the said guarantee shall be
forfeited and shall be relieved and discharged from all liabilities thereunder.
6. We have power to issue this guarantee in your favour under Memorandum and Articles of Association and the undersigned has
full power to do under the Power of Attorney dated granted to him by the Bank.
Yours faithfully
Bank by its Constituted Attorney Signature of a person duly authorized to sign on behalf of the
bank.
42
TRC obtained by the Non-resident from Government of foreign country shall contain the following particulars:
43
(vi) Address of the assessee in the country or territory outside India during :
the period for which the certificate, mentioned in (v) above, is applicable
2. I have obtained a certificate referred to in sub-section (4) of section 90 or sub-section (4) of section 90A from the Government of
_________________________(name of country or specified territory outside India).
Signature:_________________________
Name:____________________________
Address:__________________________
Permanent Account Number :___________________
Verification
I_________________do hereby declare that to the best of my knowledge and belief what is stated above is correct, complete and is
truly stated.
________________________________________
Signature of the person providing the information
Place:_________________
Notes:
1. * Delete whichever is not applicable.
2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-section (4) of section 90 or sub-section (4) of
section 90A.”.
44
ACKNOWLEDGEMENT
Signature :
Name :
Designation :
( Seal / Stamp )
Place :
Date :
45
1.1.1.1.
1.1.1.1.
TABLE OF CONTENTS
1.0 INTRODUCTION ........................................................................................................................ 4
1.1.1.1.
1.1.1.1.
1.0 INTRODUCTION
1.1 These Special Conditions of Contract shall be read in conjunction with the General
Conditions of Contract, specifications of work, drawings and any other document
forming part of this contract wherever the context so requires.
1.2 Notwithstanding the sub-division of the document into these separate sections and
volumes, every part of each shall be deemed to be supplementary of every other part
and shall be read with and into the contract so far as it may be practicable to do so.
1.3 Where any portion of the GCC is repugnant to or at variance with any provisions of
the Special Conditions of Contract, then unless a different intention appears, the
provision(s) of the Special Conditions of Contract shall be deemed to override the
provision(s) of GCC only to the extent that such repugnancy of variations in the
Special Conditions of Contract are not possible of being reconciled with the provisions
of GCC.
1.4 In the absence of any Specifications covering any material, design or work(s) the
same shall be performed/supplied/executed in accordance with standard Engg.
Practice as per the instructions/directions of the Engineer-in-Charge, which will be
binding on the CONTRACTOR.
1.5 Order of precedence
The documents forming the Contract are to be taken as mutually explanatory of one
another. If there is an ambiguity or discrepancy in the Term & Conditions defined in
the various documents, the order of Precedence shall be as follows:
▪ Contract Agreement with its enclosures
▪ Detailed letter of Acceptance along with its enclosures
▪ Letter of Award / Fax of Acceptance
▪ Amendment to Bidding Document, if any
▪ Invitation for Bids (IFB)
▪ Bid Data Sheet (BDS)
▪ Job Specifications
▪ Drawings
▪ Special Conditions of Contract (SCC)
▪ Technical specifications
▪ Instructions to Bidders (ITB)
▪ General Conditions of Contract (GCC)
▪ Other Documents
A variation or amendment issued after the execution of the formal contract shall take
precedence over respective clauses of the formal contract and its Annexure.
2.0 LOCATION OF SITE
The location for the proposed multi-product pipeline from Krishnapatnam Dispatch
Terminal to Receipt Terminal at Malkapur (Hyderabad).
1.1.1.1.
1.1.1.1.
consumables required for successful completion of work as per the description of item
in Schedule of Rates shall be supplied by the CONTRACTOR and the cost of such
supply shall be deemed to be included in the quoted rates without any additional
liability on the part of BPCL except for the material specifically covered under BPCL's
Scope of Supply.
5.2 All materials, equipment and components used in execution of the works under this
contract must be new and unused (not reconditioned) and of recent manufacture and
in no case is of date of manufacture older than one year from the date of delivery at
the site.
6.0 DRAWINGS AND DOCUMENTS
6.1 The drawings accompanying the Bidding Document (if any) are of indicative nature
and issued for bidding purpose only. Purpose of these drawing is to enable the bidder
to make an offer in line with the requirements of the Owner / EIL. However no extra
claim whatsoever shall be entertained for variation in the "Approved for Construction"
and “Bidding document drawings" regarding any changes/units. Construction shall be
as per drawings/specifications issued / approved by the Engineer-in-Charge during
the course of execution of work. Detailed construction drawings (wherever required)
on the basis of which actual execution of work is to proceed will be prepared by the
CONTRACTOR.
6.2 The drawings and documents to be submitted by the CONTRACTOR to EIL after
award of the work as per the requirements enlisted in the bidding document shall be
for EIL review, information and record. The CONTRACTOR shall ensure that
drawings and documents submitted to EIL are accompanied by relevant calculations,
data as required and essential for review of the document/ drawings. EIL shall review
the drawings/ documents within 2 weeks from the date of submission, provided the
same are accompanied by relevant calculations, data as required and essential for
review.
6.3 All documents and drawings including those of CONTRACTORs sub-vendor's
manufacturer's etc. shall be submitted to EIL after having been fully vetted in detail,
approved and co-opted by the CONTRACTOR & shall bear CONTRACTOR seal/
certifications to this effect. All documents/drawings & submissions made to EIL
without compliance to this requirement will not be acceptable and the delay & liability
owing to this shall be to the CONTRACTOR's account.
6.4 The review of documents and drawings by EIL shall not absolve CONTRACTOR from
his responsibility to meet the requirements of specifications, drawings etc. and
liabilities for mistakes and deviations. Upon receiving the comments on the
drawing/documents reviewed by EIL, CONTRACTOR shall incorporate the comments
as required and ensure their compliance.
6.5 Copies of all detailed working drawing relating to the works shall be kept at the
CONTRACTOR’s office at the site and shall be made available to the Engineer-in-
charge/ Owner at any time during execution of the contract. However, no extra claim
what so ever shall be entertained for any variation in the “approved/issued for
construction drawings” and “tender drawings” regarding any changes/units unless
otherwise agreed.
6.6 The CONTRACTOR shall rectify any inaccuracies, errors and non-compliance to
contractual requirements. Any delay occurring on this shall not construe a reason for
delay/ extension.
Engineers India Limited
New Delhi
1.1.1.1.
1.1.1.1.
1.1.1.1.
1.1.1.1.
1.1.1.1.
1.1.1.1.
of Free Issue Materials on behalf of BPCL, verify and tally the actual contents with the
packing list and bring any discrepancies to the notice of the Engineer-in-Charge. The
Contractor shall also sort out and segregate and hand over to BPCL’s stores, the
instruction manuals, operation and maintenance manuals, special maintenance tools,
erection spares, commissioning spares, and maintenance spares and other extras, if
received with the main equipment. The erection spares may be got issued from
BPCL’s stores if required, after getting authorization from the Engineer-in-Charge.
The commissioning spares may be got issued from BPCL’s stores, if commissioning
is included in the Contractor’s scope.
16.6 The Free Issue Materials supplied or procured by BPCL shall be utilized by the
Contractor only for incorporation in the Permanent Works and even so shall not
unless specifically authorized by BPCL in this behalf) be utilized for manufacturing
any item(s) which can be obtained in finished form from standard manufactures.
16.7 The Contractor shall furnish to the Engineer-in-Charge sufficiently in advance a
detailed statement showing his requirement of the types and quantities of Free Issue
Materials agreed to be supplied by BPCL, indication of the time when relative types
and quantities thereof shall be required by it for the Works so as to enable BPCL to
verify the quantities of Free Issue Materials specified by the Contractor and to enable
BPCL to make arrangements for the supply thereof.
16.8 BPCL shall not be responsible for any delay in the supply of any Free Issue Materials
supplied or procured or agreed to be supplied or procured by BPCL, and no such
delay or failure shall anyway render BPCL liable for any claim for damages or
compensation by the Contractor notwithstanding that an increase in the time of
performance of the contract be involved by virtue of such delay and notwithstanding
any labour, machinery or equipment brought upon the Site by the Contractor for the
performance of the Work being rendered idle by such delay or failure, provided that if
such delay shall in the opinion of the Contractor, necessitate an extension of Time
For Completion, the provisions of clause relating to extension of time and associated
provisions thereof shall apply.
16.9 The Contractor shall maintain a day to day account of all Free Issue Materials
supplied to it by BPCL indicating the daily receipt(s), consumption and balance(s) in
hand of each Free Issue Material and category thereof. Such account shall be
maintained in such from (if any) as shall be prescribed by the Engineer-in-Charge and
shall be supported by all documents necessary to verify the correctness of the entries
in the account. Such account shall be maintained at the Contractor’s office at the Site,
and shall be open for inspection and verification (by verification of documents in
support of the entry as also by physical verification of the stocks) at all times by the
Engineer-in-Charge without notice and for this purpose the Engineer-in-Charge shall
be permitted and enabled without obstruction to enter into any godown or other place
or premises where the Free
16.10 Issue Materials or any part thereof shall be stored and to inspect the same and to
take by himself and/or through his representative(s) an inventory thereof.
16.11 All Free Issue Materials supplied by BPCL shall be taken delivery of, held, stored and
utilized by the Contractor as trustee of BPCL, and delivery of Free Issue Materials to
the Contractor shall constitute an entrustment thereof by BPCL to the Contractor, with
the intent that any utilization, application or disposal thereof by the Contractor
otherwise than for incorporation in the Permanent Works in terms hereof shall
constitute a breach of trust by the Contractor.
Engineers India Limited
New Delhi
1.1.1.1.
16.12 The Contractor shall hold and store any Free Issue Materials supplied by BPCL only
at such place and/or premises as may be approved by the Engineer-in-Charge,
provided that no such approval shall absolve the Contractor in whole or part of his full
liabilities in respect of such Free Issue Material, and the Contractor shall be and
remain responsible at all times at his own risk and cost to ensure that the Free Issue
Materials supplied by BPCL is/are retained at all times in premises that are air and
water tight and otherwise suitable for the storage of the concerned Free Issue
Materials so as to prevent damage or deterioration for any cause whatsoever or theft
or other loss, and shall arrange such watch and ward therefore as shall be necessary
to ensure the safety thereof.
16.13 The Engineer-in-Charge may at his discretion require that all premises in which any
Free Issue Materials supplied by BPCL are stored, shall be double locked with the
keys to one lock retained by Engineer-in-Charge or his representative and the other
with the Contractor with the intent that all issues of BPCL supplied Free Issue
Materials shall be with concurrence of the Engineer-in-Charge or his representative,
as the case may be, provided that any such double-locking and/or concurrence as
aforesaid shall be an additional precaution and shall not anywise absolve the
Contractor of his full liabilities or responsibilities in respect of such Free Issue
Materials.
16.14 The Free Issue Materials supplied by BPCL shall be insured by BPCL against normal
risks during transit (within 20 km of ROU on either side), storage and erection. In the
event of loss or damage, the Contractor shall, however, be responsible forthwith to
make and pursue with the insurance company on behalf of BPCL for all claims under
the policy(ies) and to fulfil all formalities required to obtain payment there under
and/or to assist BPCL in making or pursuing any such claim(s) and/or in obtaining
payment there under. The shortfall in settlement of claim net of policy deductible as
explained under Insurance Clause will be make good by the contractor.
Wherever the Contractor is required to take out any material supplied by BPCL to a
location outside the Plant premises (Beyond 20km from ROU), the Contractor shall be
required to take out at his own Cost and initiative and keep in force at all times during
the pendency of the Works, policy(ies) of insurance against the risks of fire, lightning,
earthquake, riot, strike and theft and against any other damage or loss, for the full
value (on reinstatement value basis) of the Free Issue Materials lying in the
Contractor’s custody and/or storage pending utilization/ incorporation in the
Permanent Work and during incorporation in the Permanent Work. The insurance
shall be kept valid till the Completion of the Works and till the Free Issue Materials is
duly accounted for to the satisfaction of BPCL.
Such insurance policy(ies) shall be in the joint names of BPCL and the Contractor
with exclusive right of BPCL to receive all money(ies) due in respect of such
policy(ies), and with right in BPCL (but without obligation to do so) to take out and/or
pay the premium for any such policy(ies) and deduct the premium and any other
costs and expenses in this behalf from the money(ies) for the time being due to the
Contractor.
Notwithstanding anything stated above, it shall be the responsibility of the Contractor
to lodge with insurers and follow up claim(s), if any, under any policy(ies) of insurance
aforesaid, and nothing herein provided shall absolve the Contractor from his full
liabilities under the provisions of this clause and associated provisions hereof.
16.15 Where the Free Issue Materials are being stored within the battery area (within 20km
Engineers India Limited
New Delhi
1.1.1.1.
of ROU) under the security and gate-pass control of BPCL and are covered by the
Overall Storage-cum insurance Policy taken by BPCL for the Works. Contractor shall
submit the Indemnity Bond. The value for Indemnity bond shall be equivalent amount
of Free Issue Material taken outside the dump yard site.
The proforma of Indemnity Bond is enclosed in Proposal Forms.
16.16 No such Insurance(s), as aforesaid, shall absolve the Contractor from his full liabilities
hereunder, with the intent that the same shall be held merely by way of additional
security and not by way of substitution of liability. The Contractor shall at all times be
exclusively responsible for any and all loss(es), damage(s), deterioration, misuse,
theft or other application or disposal of the Free Issue Materials, supplied by BPCL or
any of them contrary to the provisions hereof and shall keep BPCL indemnified from
and against the same and shall forthwith at his own Cost and expense replace any
such Free Issue Materials lost, damaged, deteriorated, misused, stolen, applied
and/or disposed as aforesaid, with other equipment or material of equivalent quality
and quantity to the extent that the same is not covered by any insurance as above,
and if covered, payment under the relative policy(ies) is for any reason not available
to BPCL.
16.17 The Contractor shall use the Free Issue Materials supplied by BPCL for incorporation
in the Permanent Works, carefully and judiciously with no wastage or the minimum
possible wastage, wherever some wastage is inevitable or unavoidable, in any case
within the wastage limit, if any, specified by BPCL in respect of any such Free Issue
Materials. For any excess wastage or scrap, due to misuse or injudicious, careless or
wrong use of the Free Issue Materials, or in case of loss, damage or deterioration of
the Free Issue Materials during storage with the Contractor, as to all of which the
decision of the Engineer-in- charge shall be final and binding on the Contractor, the
Contractor shall be bound to replace the Free Issue Materials with materials of
equivalent quantity and grade, acceptable to BPCL within the time limit specified by
BPCL, and where this is not possible, practicable or advisable, in the opinion of
BPCL, which shall be final and binding on the Contractor, BPCL shall be
compensated by the Contractor for the loss caused, for the replacement costs, which
shall be worked out by BPCL based on the assessed landed cost plus the costs of
procurement at 15% (fifteen percent) of the assessed landed costs for BPCL. This
amount shall forthwith be remitted by the Contractor within a week of demand made
by BPCL, failing which BPCL shall be entitled to recover/adjust the amount
demanded from any money(ies) due from BPCL to the Contractor and / or from any
security or any other deposits of the Contractor lying with BPCL, under this and/or
any other contract, without any further notice to the Contractor. The decisions of
BPCL in respect of the actions contemplated in this clause shall be final and binding
on the Contractor.
16.18 Notwithstanding anything herein provided and notwithstanding the transfer of all risks
in respect of such Free Issue Materials to the Contractor, the ownership in respect of
all the Free Issue Materials shall at all times be and remain with BPCL.
16.19 The excess equipment and material and the scrap material generated from the Work,
in so far as the Free Issue Materials are concerned, shall be returned to BPCL’s
Stores. On Completion of the Work, the Contractor shall duly render accounts for the
materials and equipment issued by BPCL, to the satisfaction of BPCL. Any shortages,
losses and/or damages shall be to the Contractor’s account and all the conditions
stipulated under sub-clause 16.17 above shall apply in this case also.
1.1.1.1.
16.20 Every month, CONTRACTOR shall submit an account for all materials issued by
BPCL in the proforma prescribed by the Engineer-in-Charge. On completion of work
the CONTRACTOR shall submit “Material Appropriation Statement” for all materials
issued by the BPCL.
16.21 Wherever materials are under CONTRACTOR’s scope of supply whether part or in
full for any item of work covered under SOR, no allowances towards wastage/scrap
etc. shall be accounted for.
16.22 The conditions for issue of materials by BPCL and reconciliation of such materials
shall be as per specification No. 7-82-0001 attached herewith as Annexure-X to
these Special Conditions of Contract. This shall not be applicable for the materials
supplied by CONTRACTOR.
17.0 MATERIAL TO BE TAKEN OUTSIDE PROJECT PREMISES:
1.1.1.1.
amount along with interest for the delayed period shall be recovered from the first
RA bill / first Milestone payment, onwards, on proportionate basis, till full recovery.
Interest rate shall be SBI base rate as on the date of issuance of enquiry plus 1%.
20.3 In case of non-submission of CPBG within one month beyond the period stipulated
for it, coupled with non-mobilization / non-performance within the period stipulated
for the same, the Termination action along with other contractual penal provisions
may be initiated by BPCL, as per the contract provisions.
20.4 Further, in case of submission of CBPG within scheduled period, but Seller being at
default in terms of Contract 20.1 above shall be applicable.
20.5 In case of occurrence of any of the above specified events, Seller shall be
understood to have defaulted and the BPCL shall have the right to terminate the
contract, at its sole and absolute discretion by issuing a Show Cause notice of 15
calendar days to the Seller, stating the reason and the intention of BPCL to
terminate the Contract/Purchase order and to take other penal actions in terms of
the contract including extant policy for Suspension/ Banning of EIL/BPCL.
20.6 The Seller may also request for a personal hearing.
20.7 BPCL based on the Seller’s response to the Show Cause Notice and the personal
hearing, shall decide the action regarding Termination and/ or Suspension / Banning
or otherwise.
20.8 EIL, being the EPCM Consultant for the client in this Project reserves the right to
take action against the defaulting Seller/bidder in this tender including putting the
Seller on the Suspension/ Banning list of EIL. For this purpose, EIL may decide the
same considering the communications carried out by the client with the Seller
(including show cause notice/ personal hearing, etc.).
20.9 The decision taken as above shall apply to Termination as well as Suspension /
Banning.
20.10 In case, Purchase order awarded for the tendered work have to be terminated due
to Seller's/ supplier’s default and a separate enquiry have to be floated to get the
remaining/ complete work executed, such defaulting Seller/ supplier will not be
considered for enquiries/ tenders issued for the re-floated work/ enquiry.
20.11 Any other case as per BPCL Holiday listing policy.
1.1.1.1.
electrical contractor’s license for working in the State in which the job site is located.
The Contractor shall furnish a copy of the same to Engineer-in-charge before
commencement of any electrical work or work pertaining to Electrical System.
23.2 No electrical work or work pertaining to electrical system(s) shall be permitted to be
executed without a valid Electrical Contractors License being produced by the
Contractor or his nominated Contractor, as the case may be, intending to execute the
work.
1.1.1.1.
Contractor at his own Cost (i.e., Bidders to quote prices including inspection charges
for Supply items).
Inspections and tests shall be made as per the specifications forming part of the
contract. Various stages of inspection and testing shall be identified after receipt of
Quality Assurance Programme from the Contractor/Manufacturer.
The material will be procured from EIL approved vendors and will be accepted at site
by PMC on the basis of inspection certificate issued by TPIA / Manufacturer’s Test
Reports from any of TPI agency BV/ DNV/ TUV/ CEIL/ LRS/ SGS/ GLI/ MOODY/
Bax Counsel/ Bharat Quality Engineers/ Meenar Global Consultant.
Inspection and acceptance of bought out items/ materials shall not relieve the
Contractor from any of his responsibilities under this Contract.
26.3 The CONTRACTOR shall carry out the various tests as enumerated in the technical
specifications of this bidding document and the technical documents that will be
furnished to him during the performance of the work.
26.4 All the tests either on the field or at outside laboratories concerning the execution of
the work by the CONTRACTOR shall be carried out by CONTRACTOR at his own
cost.
26.5 The work is subject to inspection at all times by the Engineer-in-Charge. The
CONTRACTOR shall carry out all instructions given during inspection and shall
ensure that the work is being carried out according to the technical specifications of
this bid document, the technical documents and the relevant codes of practice will be
furnished to him during the performance of the work.
26.6 The CONTRACTOR shall provide for purposes of inspection access ladders, lighting
and necessary instruments at his own cost.
26.7 Any work not conforming to execution drawings, specifications or codes shall be
rejected forthwith and the CONTRACTOR shall carryout the rectifications at his own
cost.
26.8 All results of inspection and tests will be recorded in the inspection reports, proforma
of which will be approved by the Engineer-in-Charge. These reports shall form part of
the completion documents.
26.9 Statutory fees paid to IBR authorities and for repeat tests and inspection due to
failures, repairs etc. such reasons attributable to the CONTRACTOR shall be borne
by the CONTRACTOR.
26.10 Inspection and acceptance of work shall not relieve the CONTRACTOR from any of
his responsibilities under this Contract.
26.11 FINAL INSPECTION
After completion of all tests as per specification the whole work will be subject to a
final inspection to ensure that job has been completed as per requirement. If any
defects noticed in the work attributable to CONTRACTOR, the CONTRACTOR at his
own cost shall attend these, as and when the Owner / EIL brings them to his notice.
The Owner / EIL shall have the right to have these defects rectified at the risk and
cost of the CONTRACTOR if he fails to attend to these defects immediately.
1.1.1.1.
28.0 INSURANCE:
28.1 Owner will arrange Comprehensive Insurance Policy covering marine, Inland Transit
Insurance (in India) and Site Erection/Storage Insurance.
28.2 However, Bidder shall carry and maintain any and all other Statutory Insurance(s)
required under Indian Laws and Regulations, including Workmen Compensation Act
/ Employee State Insurance / Third Party Liabilities, etc. and Insurances for their
personnel & machineries engaged in performance of the work at Contractor’s own
cost. All insurances of material pertaining to the scope under such contract(s) shall
be in the scope of the contractor till permanent incorporation in the work.
Irrespective of work acceptance, the responsibility to maintain adequate insurance
coverage at all times during the period of Contract shall be that of Contractor alone.
Contractor’s failure in this regard shall not relieve /absolve them him of any of his
29.0 responsibilities and obligations under the contract.
29.0
29.0 EXTENDED STAY COMPENSATION
NOT APPLICABLE
1.1.1.1.
1.1.1.1.
completed and submitted to EIL. Further, the CONTRACTOR shall implement the
findings of the Safety Studies without impact on Contract Price.
31.1.4 The CONTRACTOR shall also be responsible to comply with code requirements of
International Standard Organization (ISO), Occupational Safety & Health
Administration (OSHA), ISO-14000 series, American Petroleum Institute (API) RP
and other relevant international practices. In case of conflict between the
requirements of the various specifications and/or the requirements specified in the bid
document, the more stringent requirement shall be followed.
31.1.5 In case of noncompliance, Engineer-In-Charge shall give notice to the
CONTRACTOR. In case of repeated failure of the CONTRACTOR, Engineer- In-
Charge is free to take actions such as withholding of bills, heavy penalty etc. The
quantum of such actions will be decided by the Engineer- In- Charge, considering the
contract conditions.
31.1.6 The CONTRACTOR shall establish document and maintain an effective Health,
Safety and Environment (HSE) management system. After the award of the contract,
detailed Health, Safety and Environment (HSE) programme to be followed for
execution of contract under various divisions of works will be mutually discussed and
agreed to.
31.1.7 The CONTRACTOR should be required to:
a) Have in place a Safety Management System, approved by a recognized,
approved authority.
b) Prepare a project-specific Safety Plan for each Site
c) Implement the Safety Plans.
d) Ditto the above for Environmental Management
31.1.8 In case, CONTRACTOR fails to follow the instructions of Engineer-in-charge with
respect to above clauses, next payment due to him shall not be released unless until
he complies with the instructions to the full satisfaction of Engineer-in-charge.
31.2 SAFETY/FIRE PROTECTION
31.2.1 CONTRACTOR shall take all necessary measures to protect the work and Workmen
against accidents and occupational disease. They shall observe and comply with all
Governmental safety regulations as well as EIL’s/ BPCL’s and accepted industry
safety practices as required for this work.
31.3 Hot Work Permits
31.3.1 Notwithstanding anything contained elsewhere in the Contract, to take up hot work for
carrying out the required activities, the CONTRACTOR shall be fully responsible to
design, engineer, procure, supply, fabricate, coat wrap (in case of rigid pipeline)
transport, erect, install, pre-commission, test, commission (wherever applicable)
making the related area of plants / worksite gas free, clean and flushing with steam
and / or chemicals of the complete system and in a safe manner. BPCL / EIL shall
issue hot work permits only between dawn to dusk on CONTRACTOR’s request
keeping in view BPCL’s production programmes safety requirements and the
Contract with the provision that BPCL / EIL reserves the right to divert the
CONTRACTOR’s activities involved in his work programme.
31.3.2 It is an essential requirement that there shall be no shutdown of the operating Plant
Engineers India Limited
New Delhi
1.1.1.1.
33.0 HYDROTESTING
33.1 The bidder as per the Technical specification along with their offer taking into account
the completion schedule shall furnish the detailed procedure proposed for the
1.1.1.1.
hydrostatic testing of pipeline. The necessary piping, pumps etc. shall be provided by
the contractor. The final disposal of water after testing shall be contractor's
responsibility and should be in such a way that neither the traffic movement including
pedestrians nor the standing crop in nearby fields gets affected. Suitable drains shall
be provided for this purpose as directed by the Engineer-in-Charge within the
contracted prices.
33.2 The Contractor shall propose and obtain approval of Engineer-in-Charge for exact
number of test spreads, based on drawings, availability of water for hydrotesting and
keeping in view other exigencies, if any before starting hydro testing work. The
Contractor will carryout the hydrostatic test for approved number of test spread
including preparation for test and tie-ins, without any time and cost implication on this
account to Employer/Consultant. Any increase or decrease in number of test spreads
will not have any cost implication to Owner / Consultant / Contractor.
34.2 All expenses towards mobilization at site and demobilization including bringing in
equipment, clearing the site etc. shall be deemed to be included in the prices quoted
and no separate payments on account of such expenses shall be entertained.
34.3 It shall be entirely the Contractor's responsibility to provide, operate and maintain all
necessary construction equipments, scaffoldings and safety gadgets, cranes and
other lifting tackles, tools and appliances to perform the work in a workman like and
efficient manner and complete all the jobs as per time schedules.
34.4 Preparing approaches and working areas for the movement and operation of the
cranes, levelling the areas for assembly and erection shall also be the responsibility
of the Contractor. The Contractor shall acquaint himself with access availability,
facilities such as railway siding, local labour etc. to provide suitable allowances in his
quotation. The Contractor may have to build temporary access roads to aid his own
work, which shall also be taken care while quoting for the work.
34.5 The procurement and supply in sequence and at the appropriate time of all materials
and consumables shall be entirely the Contractor's responsibility and his rates for
execution of work will be inclusive of supply of all these items.
1.1.1.1.
35.2 The Contractor shall also be responsible for checking with templates, wherever
necessary, the disposition of foundation bolts with the corresponding bases of
structure and shall effect rectifications, as directed, within his quoted rate.
36.0 SUBMISSION OF COLOURED PHOTOGRAPHS
36.1 The Contractor shall shoot, prepare and submit colored photographs ( B5 size) in 2
sets along with softcopies to EIL site office along with monthly progress report
covering all the activities (Minimum ten no. photographs covering various phases of
each activity) of pipeline constructions highlighting the progress or other areas of
work. Similarly photographs for problem areas (as required) should be submitted well
in advance with a proposed methodology to execute the works and meet the
construction schedule. The cost of same shall be deemed to be inclusive in the rates
and no separate payment shall be made.
37.0 VIDEOGRAPHY
37.1 Contractor shall develop and submit (in CD / Pen Drive) a videotape of three hours
duration covering the construction activities showing the nature and magnitude of the
work. The tape shall be shot and edited to Indian broadcast standards. Videotape
recorded in field shall be shot by professional camerapersons and shall meet the
technical standards of the Hi-8 format or better. Tape shall cover, but not be limited to
the following construction activities:
- Mobilisation of equipment/ machinery ROW cleaning/grading
- Trenching
- Stringing
- Welding: Manual, Semi-Automatic
- Automatic welding
- Auto UT
- Radiography
- Joint Coating
- Pipe laying
- Back filling
- River
- Crossings
- Rail/Road/Canal crossings
- Hydro testing Pre-drying and drying
- Restoration of ROU
- Laying of optical fibre cable
- Various construction and installation at sectionalizing valve stations
- etc
37.2 Videotape shall also have coverage on new/special techniques used in the Contract
and major problems encountered, if any, and the measures taken to resolve them.
1.1.1.1.
The tape shall be supplemented with suitable narration and subtitles explaining the
job, techniques and methodology, etc. The video shall be prepared with two narration
tracks, one in Hindi one in English. Professional narrators shall voice both. The script
shall include explanations of job activities, techniques used methodologies etc.
Elements of the video programme sequencing and editing techniques shall be
discussed with Employer/Consultant and mutually agreed to before videotaping
begins.
38.2 The bare pipes for the purpose as above shall be issued within two week from the
date of FOI/FOA. The contractor shall bear all cost towards lifting, carting from issue
point to work site/ Contractor’s store, custody, handling, insurance and levies etc. and
return of surplus/scrap materials to employer designated storage point. No separate
payment shall be made for such expenditure.
39.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT
c. Contractor shall assess and inform BPCL for BOCW Cess at the applicable
rate under the Act and such amount shall be directly paid by BPCL to relevant
statutory authority. The Contractor shall be responsible to submit periodic and
final Assessment Return of the Cess to the Assessing Officer as per
1.1.1.1.
provisions of the Act. Bidder/ Contractor shall not consider BOCW Cess while
quoting their prices.
Bidder/ Contractor shall also indicate the BOCW Cess in their Invoice
separately to facilitate payment to the statutory authority.
40.0 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND
PRADHANMANTRI JEEVAN JYOTI BIMA YOJANA (PMJJBY):
40.1 Contractor shall ensure that all its personnel deployed under this contract have
obtained additional insurance coverage under the Pradhan Mantri Suraksha Bima
Yojana (PMSBY) and Pradhan Mantri Jeevan Jyoti Bima Yojana (PMJJBY) through
the participating banks and submit the proof of such insurance coverage to the
satisfaction of BPCL. The cost of the insurance premium amount for both the above
schemes shall be borne by the contractor giving evidence/proof to BPCL in this
respect and Contractor shall suitably consider the same in their bid. Both the
schemes are to be regulated continuously on yearly basis and the same should be
renewed on each successive relevant date in subsequent years.
41.0 EXCAVATION BY BLASTING
41.1 The Contractor shall obtain license from the District authorities for undertaking
blasting work as well as for obtaining and storing the explosive as per Explosive
Rules 1940, corrected up to date. He shall purchase the Explosives, fuses,
detonators etc. only from a licensed dealer. He shall be responsible for the safe
custody and proper accounting of the explosive materials. The Engineer-in-Charge
and his authorized representative shall have the access to check the contractor's
store of explosives and his accounts. In case where the explosive are required to be
transported and stored at site, relevant clauses of the Explosive rules 1940 as
amended subsequently shall apply. The Contractor shall be responsible for any
accident to workman, public or property, due to blasting operations.
42.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM
1.1.1.1.
The network will be reviewed and approved by Engineer- in-Charge and the
comments if any shall be incorporated in the network before issuing the same for
implementation. The network thus finalized shall form part of the contract document
and the same shall not be revised without the prior permission from Engineer-in-
Charge during the entire period of contract.
d) Progress Measurement Methodology
The contractor is required to submit within 1 week of award of WORK, the
methodology of progress measurement of sub-ordering, manufacturing/ delivery, sub-
contracting construction and commissioning works and the basis of computation of
overall services/physical progress informed. Owner reserves the right to modify the
methodology in part or in full.
e) Functional Schedules
The contractor should prepare detailed functional schedules in line with network for
functional monitoring and control and submit scheduled progress covers for each
function viz. ordering, delivery and construction.
1.1.1.1.
This report shall be submitted on a monthly basis within 10 (ten) calendar days from cut-off
date, as agreed upon covering overall scenarios of the work. The report shall include, but not
limited to the following:
a) Brief Introduction of the work.
b) Activities executed/ achievements during the month.
c) Schedule versus actual percentage progress and progress curves for Detail
Engg. Sub-ordering, Manufacturing/ Delivery, Sub-contracting, Construction,
Commissioning and Overall and quantum wise status & purchase orders
against schedule.
d) Area of concern/ problem/ hold-ups, impacts and action plans.
e) Resources deployment status.
f) Annexures giving status summary for drawings, MRs, deliveries, sub-
contracting and construction.
g) Procurement status for items to be supplied by Contractor.
B) Weekly Reports
The report will be prepared and submitted by the Contractor on weekly basis and will cover
following items:
a) Activities programmed and completed during the week.
b) Resource deployed men and machines.
c) Quantities achieved against target in construction
d) Record of Mandays lost.
e) Construction percentage progress schedule and actual.
C) Daily Reports
a) Activity programme for the day
b) Progress of the previous day and commutative progress.
c) Manpower & machinery deployed.
CONTRACTOR shall make every effort to keep the OWNER adequately informed as
to the progress of the WORK throughout the CONTRACT period.
CONTRACTOR shall keep the OWNER informed well in advance of the construction
schedule so as to permit the OWNER to arrange for requisite inspection to be carried
out in such a manner as to minimize interference with progress of WORK. It is
imperative that close coordination be maintained with the OWNER during all phases
of WORK.
42.5 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a
Engineers India Limited
New Delhi
1.1.1.1.
detailed report covering the progress as of the last day of the previous month. These
reports will indicate actual and scheduled percentage of completion of construction as
well as general comments of interest or the progress of various phases of the WORK.
The frequency of progress reporting by the CONTRACTOR shall be weekly.
42.6 Once a week, CONTRACTOR shall submit a summary of the WORK accomplished
during the preceding week in form of percentage completion of the various phases of
the WORK, to the OWNER.
42.7 Progress reports shall be supplied by CONTRACTOR with documents such as chart,
networks, photographs, test certificate etc. Such progress reports shall be in the form
and size as may be required by the OWNER and shall be submitted in at least 3
(three) copies.
42.8 Contractor shall prepare daily progress report (DPR) in the desired format and submit
it to Engineer-in-charge along with schedule of next day to Engineer-in charge.
43.0 AHR ITEMS
43.1 Where the quoted rates for the items exceed 25% of the estimate rates, such items
will be considered as Abnormally High Rates (AHR) items and payment of AHR items
beyond the SOR stipulated quantities shall be made at the lowest amongst the
following rates:
b) PCP Works (including interference survey and its mitigation, Documentation and
submission of ROU NOCs) within 6 (six) months from date of Mechanical Completion
for Parts A & D.
44.2 The LIQUIDATED DAMAGES under 44.1 above shall be applied as under:
In case of delay in works related to clause 44.1 a): at the rate of ½ % of the {total
contract value excluding value of the PCP works (* Refer Note 1 to clause 44.2)} per
week of delay or part thereof subject to maximum of 5% of the {total contract value
excluding value of the PCP works (* Refer Note 1 to clause 44.2) }
1.1.1.1.
In case of delay in works related to clause 44.1 b): at the rate of ½ % of the Total
Contract Value for the PCP works per week of delay or part thereof subject to
maximum of 5% of the Total Contract Value for the PCP works.
Note1: - For the consideration of Total Contract Value of the PCP works following
SOR line items shall be taken into account.
Part A (SOR item No of PCP works) Part D (SOR item No of PCP works)
01CT.MA2.1 01CT.MB2.1
01CT.MA4.1 01CT.MB4.1
01CT.MA4.2 01CT.MB4.2
01CT.MA4.3 01CT.MB4.3
01CT.MA4.4 01CT.MB4.4
01CT.MA4.5 01CT.MB4.5
44.3 The quoted Price for PCP Works for the Parts A & D shall not be less than 3% (Three
Percent) of the Total Quoted Price .
44.4 The total liability of the Contractor to Employer/ Consultant under sub clause no. 44.1
on Delay shall not exceed 5% (Five Percent) of contract value. The compensation on
account of any liability(ies) other than above shall be as per provisions of Bidding
Documents.
45.0 PLANNING AND DESIGNING IN PURVIEW OF VULNERABILITY ATLAS OF INDIA
Vulnerability Atlas of India (VAI) is comprehensive document which provides
existing hazard scenario for the entire country and presents the digitized State/UT-
wise hazard, maps with respect to earthquakes, winds and floods for district-wise
identification of vulnerable areas. It also includes additional digitized maps for
thunderstorms, cyclone and landslides. The main purpose of this Atlas is its use for
disaster preparedness and mitigation at policy planning and project formulation stage.
This Atlas is one of its kind single point source for the various stakeholders including
policy makers, administration, municipal commissioners, urban managers, engineers,
architects, planners, public etc. to ascertain proneness of any city/location/site to
multi-hazard which includes earthquakes, wind, floods thunderstorms, cyclones and
landslides. While project formulation, approvals and implementation of various urban
housing, buildings and infrastructures schemes, this Atlas provides necessary
information for risk analysis and hazard assessment.
The vulnerability Atlas of India has been prepared by Building Materials and
Technology Promotion Council under Ministry of Housing and Urban Affairs,
Government of India and available at their website www.bmtpc.org.
It is mandatory for the bidders to refer Vulnerability Atlas of India for multi-hazard risk
assessment and include the relevant hazard proneness specific to project location
while planning and designing the project in terms of:
1.1.1.1.
Mechanical Completion within TEN (10) Months from the date of issue of Letter of
Part A
Acceptance plus TWO (2) months for Commissioning assistance.
Mechanical Completion within TEN (10) Months from the date of issue of Letter of
Part B
Acceptance plus TWO (2) months for Commissioning assistance.
Mechanical Completion within NINE (9) Months from the date of issue of Letter of
Part C
Acceptance plus TWO (2) months for Commissioning assistance.
Mechanical Completion within TEN (10) Months from the date of issue of Letter of
Part D
Acceptance plus TWO (2) months for Commissioning assistance.
Mechanical Completion: Within TEN (10) / Nine (9) Months as defined above for respective
schedule from the date of issue of Letter of Acceptance.
Permanent Cathodic Protection (PCP) Completion including interference survey and its
mitigation, Documentation related to it and submission of ROU NOCs: Within SIX (06) months
from date of Mechanical Completion as defined above for Part A and D.
Page 1 of 1
TERMS OF PAYMENT
TERMS OF PAYMENT
a. Payments shall be made to the contractor as per the “Terms of Payment” as defined in Annexure-II to SCC.
b. 75% payment of the Running Account bill (RA bill) shall be released within 15 calendar days of receipt of RA
bill duly certified by Engineer-in-charge (EIC) and the balance payment shall be released within 30 days of
receipt of RA bill by EIC after detailed scrutiny. Above procedure to be followed till the pre-final bill is paid.
TERMS OF PAYMENT
Pending completion of the whole works, provisional progressive payments for the part of work executed by the
contractor shall be made by Owner on the basis of said work completed and certified by the Owner's representative
as per the agreed milestone payment schedule and the percentage break-ups given below.
Contractor shall submit invoices to the Owner's representative fortnightly in the manner as instructed by Owner.
Each invoice will be supported by documentation acceptable to Owner and certified by the Owner's representative.
Payments made by owner to the contractor for any part of the work shall not deem that the Owner has accepted
the work. All payments against running bills are advance against the work and shall not be taken as final acceptance
of work / measurement carried out till the final bill. Owner will release payment through e-payments
only as detailed in the bidding document.
Payment will be made against Running Account bills for the work done on the basis of accepted unit rates as per
contract in the following manner: -
1.1. 10 % progressively on completion of site development, staking, clearing and grading of ROU.
1.2. 10% progressively on completion of trenching by excavation.
1.3. 15 % progressively on completion of field welding & NDT.
1.4. 20% progressively on completion of lowering & post padding
1.5. 5% on TCP work completion
1.6. 10 % progressively on completion of laying of HDPE Duct, jointing & testing, warning mat & back filling.
1.7. 5 % on completion of Tie-ins, backfilling of tie-ins, OFC blowing and establishing continuity by OTDR testing.
1.8. 10 % progressively on completion of hydro testing & dewatering & swabbing.
1.9. 5% on Completion of Restoration of ROU & Installation of markers
1.10. 5 % on completion of SV installation, EGP (for respective individual spreads), Dig verification & repair of
the same and mechanical completion
1.11. 2% on completion of Pre-commissioning activities including compliance of check list points of Internal
audit & Statutory body (OISD/PESO/PNGRB) & As-Built drawings & all other drawings / documents as per
Contract
1.12. 1 % on completion of Commissioning
1.13. 2 % on obtaining NOC from all the statutory authorities/ NOC for ROU restoration from landowners and
completion of PCP including all surveys (CIPL/CAT/DCVG) as applicable.
The above progressive payments are subject to deductions towards income tax & other recoveries as applicable.
2.1. 2 % On submission of survey reports after completing of preconstruction survey and approval of design
documents for carrying out HDD
2.2. 3% On obtaining permissions/work permit/approval from jurisdictional authorities for carrying out HDD
2.3. 10% On Positioning of HDD Machine (including accessories & drill pipe) and ready to start pilot drilling at
Site.
2.4. 20% On Completion of Pilot Hole of mainline HDD string
2.5. 10% On completion of Pipe String, pre Hydrotest and Joint Coating of Line Pipe
2.6. 20% On completion of Pulling of Line Pipe
2.7. 5% On completion of Stringing, Welding and Epoxy coating of CS Conduit for OFC
2.8. 5% On completion of Pulling of CS Conduit for OFC
2.9. 5% On Completion of Post- Hydro testing of HDD section
2.10. 5% On Completion of Tie-In of HDD section with Main Pipeline
2.11. 5% On Restoration & removal of bentonite to the satisfaction of EIL/BPCL Engineer-In Charge and
obtaining all NOC’s from landowners / jurisdictional authorities as applicable
2.12. 10% On demobilization, submission of Performance Bank Guarantee, finalization of material
reconciliation and submission of As built drawings/documents duly certified by Engineer-In Charge.
4. CATHODIC PROTECTION
The payment for Temporary Cathodic Protection Systems shall be made based on actual measurement of Pipeline in
KM. Accordingly, the Lumpsum Price for Temporary Cathodic Protection System & Permanent Cathodic Protection
Systems shall be considered and payable on pro-rata basis as per following break-up.
4.1 Temporary CP
4.1.1 10% on approval of design of TCP system.
4.1.2 30% progressively on receipt of equipment / materials at site and verification of test certificate, inspection
release notes.
4.1.3 30% on installation of the system progressively.
4.1.4 25% on testing, commissioning & monitoring of CP System.
4.1.5 5% on completion of all activities & their acceptance. Submission of final documents including monthly
monitoring reports, final bill & acceptance of this by Owner thereafter for successful closure of work order.
4.2 Permanent CP
4.2.1 10% on approval of design of PCP system.
4.2.2 40% progressively on receipt of equipment / materials at site and verification of test Certificate, inspection
release notes.
4.2.3 10% after arranging land for anode beds.
4.2.4 10% on installation of the system progressively including CP panel & anode bed.
4.2.5 5% on testing and commissioning of PCP System
4.2.6 10% after completion of CIPL and CAT survey.
4.2.7 5% after completion of DCVG survey and repair of coating defects.
4.2.8 5% on completion of interference survey and mitigation measures.
4.2.9 5% on completion of all activities & their acceptance. Submission of final documents, final bill & acceptance of
this by Owner thereafter for successful closure of work order.
5.2.1 40% against receipt of all materials at site as per approved bill of materials (BOM shall be prepared by the
Contractor on the basis of the furnished Piping GAs, PIDs and approved by the Engineer In-Charge for procurement
of materials).
5.2.2 30% After fabrication of pipe sections, welding, completion of radiography and other examinations, repair of
weld, if any and re-radiography & other repeat examination and final approval.
5.2.3 15% After painting / coating, inspection of painting / coating, laying in trenches and backfilling.
5.2.4 10% After lines are flushed, pressure tested, drained and dried.
5.2.5 5% After completion of the relevant item of work in all respects.
Engineers India Limited
New Delhi
5.3 Erection of pig launcher & receiver along with Jib crane, trolley (within DT, IP and RT stations)
5.3.1 60% After placing the pig launcher & receiver along with jib crane, trolley on supports, aligning, checking,
flanging up or welding with the pipe.
5.3.2 30% After hydrostatic testing.
5.3.3 10% After completion of the relevant item of work in all respects
6. STRUCTURAL WORKS
6.1 60% Against receipt of materials at site as per approved bill of materials (BOM shall be prepared by the
Contractor on the basis approved design & drawings and approved by the Engineer In-Charge for procurement of
materials).
6.2 30% After cutting, welding, fabrication, hoisting, erection, placing in position, priming and painting as per
Technical Specifications and approved fabrication/ structural drawings.
6.3 10% After completion of the relevant item of work in all respects
7.1 55% price against laying of the Optical Fibre Cable (OFC) through the HDPE duct by blowing method along with
all its associated works, pre-laying testing of owner supplied OFC etc. as per specifications.
7.2 10% price on erection of Pits (OFC Blowing / Pull Pits/Jointing Transition) as per specifications.
7.3 10% price on jointing of OFC and installation of jointing closures, Electronic markers & OFC joint markers.
7.4 20% against testing of installed 40mm HDPE duct, Optical Fibre Cable as per specifications, submission of test
results & OTDR traces and handing over the installed HDPE duct and Optical Fibre Cable within the acceptable losses
limits to the Owner.
7.5 5% against completion of all works in all respects and submission of As-built drawings/documents and Final
documentation.
8. FOR ALL OTHER ITEMS NOT COVERED ABOVE THE PAYMENT SHALL BE MADE AS BELOW
NOTE:
MEASUREMENT OF WORK
MEASUREMENT OF WORK
1.0 GENERAL
1.1 The mode of measurement shall be as per the details mentioned in this Annexure.
1.2 In case of discrepancy between measurement of work specified in this Annexure,
Standard Specification/ Job Specification, Schedule of Rates etc., precedence shall be
given in following order:
a) Measurement of works as per this Annexure of SCC.
b) Measurement of works as mentioned in Standard Specification/Job Specification.
c) Measurement of works in accordance with item description of relevant item
mentioned in Schedule of Rates.
d) In case the clarity is not in the above documents, then it shall be as per BIS and if
it does not exist in BIS also, then Measurement of works shall be as decided by
Engineer-in-Charge.
1.3 Payment will be made on the basis of joint measurements taken by CONTRACTOR and
certified by Engineer-in-Charge.
1.4 Wherever work is executed based on instructions of Engineer-in-Charge or details are not
adequate in the drawings, CONTRACTOR shall take physical measurements in the
presence of Engineer-in-Charge.
1.5 Measurements will be made on the basis of following units indicated in unit column of
schedule of rates.
a) Weights MT or Kg
b) Length KM/M (Metre)/ CM(Centimetre)/ MM (Millimetre)
c) Number No.
d) Volume Cu.M
e) Area Sq.M
1.6 Wherever the unit of items has been indicated as lump sum, the payment shall be made
on lump sum basis after completion of work and mode of measurement shall not be
applicable for such items.
2.0 PIPING AND RELATED WORK
Measurement of above ground and underground piping shall be done in the following
manner:
(i) Measurement for fabrication of pipe shall be done on the basis of Inch. dia (the
nominal diameter of pipe in 'Inches' multiplied by number of weld joints). All
pre‐fabrication work (including transportation of materials to site, fit up, shop weld,
fabrication of spool pieces for erection) as well as all piping welding in situ are
covered in Inch. dia. of fabrication. This shall include all types of BUTT‐welding
e.g. GTAW, SMAW.
(ii) Payment shall be made based on the unit rate against following diameter range of
pipes and type of welds, under the headings of pipe metallurgy (CS/AS/SS etc.,
separately for IBR/NIBR and thickness upto 10 MM/10‐20 MM/20‐30
MM/30‐40MM etc.).
(a) Butt Welds
Upto 1‐1/2" NB
2" to 6" NB
8" to 14" NB
16" to 24" NB
26" to 36" NB
38" to 48" NB
50" to 60" NB
Above 60" NB
(b) Fillet Welds
Upto 1‐1/2" NB
2" to 6" NB
8"to14"NB
16" to 24" NB
26" to 36" NB
38" to 48" NB
50" to 60" NB
Above 60" NB
(iii) Total welding for slip on flanges shall be accounted as one single joint per flange.
(iv) Seal welds, wherever required shall not be counted under weld joints.
(v) No separate payment shall be made for welding involved in pipe supports.
(vi) Branch welds shall be considered under butt welds
(ii) Payment shall be made based on the unit rate against following diameter range of
pipes:
Upto 1-1/2" NB
2" to 6" NB
8" to 14" NB
16" to 24" NB
26" to 36" NB
38" to 48" NB
50" to 60" NB
Above 60" NB
(iii) All lines shall be measured along the centre lines of pipes, curvilinear centre lines
of bends and elbows, centre line of flanges and all other fittings such as tees,
reducers, expansion joints etc. all in line instruments, line mounted fittings,
ejectors, eductors, mixers, sight glasses, trays, filters, desuperheaters etc. Length
of all types of valves except socket weld valves upto 1-1/2" shall be excluded in
this measurement. However, no separate payment for socket weld valves upto 1-
1/2" size shall be made and the quoted rates for piping shall be deemed to include
the same.
REMARKS:
1. Measurement of following items shall be in linear Running meter
basis/Lumpsum basis, as applicable:
i) Clad steel piping
ii) Cement lined piping
iii) Rubber lined piping
iv) Teflon lined piping
v) Plastic piping (HDPE etc.)
vi) Galvanised piping
vii) Jacketed piping
2.3 The socket weld fittings shall be supplied to the CONTRACTOR as per the requirements
of the drawings. All other hot/cold bends, reducers etc. for size 1-1/2" and below shall be
fabricated and erected as per requirements by the CONTRACTOR at no additional cost
and his rates for piping of size 1-1/2" and below shall be inclusive of this work.
2.4 The forged tees shall be supplied to the CONTRACTOR as per the requirement of the
drawings. All other branch connections including reinforcement pads shall be
accomplished by pipe to pipe connections. The rates quoted for piping shall be inclusive of
making branch connections. The reinforcement pads shall be measured separately.
2.5 Vents and drains shall be measured from O.D. of pipe lines and shall be paid for at the
corresponding unit rates for similar sizes of pipe. Other piping attachment such as
couplings, earthing lugs etc. shall be supplied & erected by the CONTRACTOR within his
quoted rates for piping. However, vents and drains required temporarily for flushing and
testing shall be provided by the CONTRACTOR at their cost.
2.6 Fabrication of spool pieces for temporary use to aid CONTRACTOR's work such as
fabrication, erection, flushing and testing of piping etc. shall be done by CONTRACTOR at
his cost as part of piping work and no separate payment shall be made for the same.
2.7 In case of branch piping, the measurement shall be made from outer surface of the main
line except in case of equal size branches, in which case measurement shall be made
from centre line of the branching header.
2.8 As regards safety valves, size of valves will be identified by inlet pipe size.
2.9 Reducers will be paid alongwith piping of larger dia- meter except in the case of funnels
where they are welded only to the smaller diameter pipe, for which payment will be made
alongwith piping of such smaller dia.
2.10 All piping attachments such as couplings, orifice plates, steam traps, strainers, earthing
lugs etc. shall be provided by the CONTRACTOR as part of piping erection work and no
separate payment will be made for the same.
2.2 Fabrication of Specials
2.2.1 For fabrication of mitre bends and reducers (concentric & eccentric) from the pipes/ Steel
plates/ fabricated pipes to be supplied by EIL free of cost, payment will be made on
numbers of such specials at the rates given separately in Schedule of Rates. The unit rate
shall be inclusive of tests such as DP/ MP as mentioned in item description of an item.
However, the erection of mitre bends and reducers shall be part of piping erection work
and the rates for piping will be inclusive of this work.
2.3 Valves
2.3.1 All types of valves such as gate/ globe / check / plug / needle/ ball/ control/ safety valves/
Gate Valves/ Butterfly valves etc. will be measured and paid on number basis at the rates
given in the Schedule of Rates. Dismantling and re-erection of the valves required for the
purpose of testing, calibration etc. shall not be considered for measurement as same are
to be carried out by the CONTRACTOR within his quoted rates. The length of such
valves along with companion flanges shall be excluded from piping length.
2.4.1 Measurement and payment of fabrication of pipe supports shall be on weight basis.
2.4.2 Bolts, nuts and washers including U-bolt will be supplied by CONTRACTOR. Weight of
bolts, nuts and clamps etc. shall not be added to the weight of pipe support for payment
purpose. Spring supports, if any, shall be supplied by EIL as Free Issue.
2.4.3 Erection of all types of supports, spring supports and turn buckles, including grouting of
supports, if required, shall be carried out by the CONTRACTOR as part of piping work and
no separate measurement & payment will be made for it.
2.5.1 Measurement and payment for post weld heat treatment shall be on the basis of per
circumferential joint for different diameters of pipes as per the rates quoted. Repeat post
weld heat treatment for repaired joints or otherwise due to CONTRACTOR's fault will be
carried out at CONTRACTOR's cost.
2.6.1 Measurement and payment for radiography shall be made on the basis of circumferential
joints for different pipe diameter. Repeat radiography due to defective films or on repaired
joint due to CONTRACTOR's fault or for additional radiography necessitated due to poor
performance of CONTRACTOR's welder will be done at CONTRACTOR's cost.
2.6.2 Measurement and payment for magnetic particle and dye penetrate test will be on the basis
of weld length tested/ circumferential weld joints as mentioned in schedule of rates.
2.6.3 The cost of DP/MP test included in item description of piping items such as Fabrication of
Specials, Reinforcement Pads etc. shall be included in the quoted unit rate and no
additional payment for such DP/MP test for such items shall be made. Payment for DP/MP
test shall be made only for such items where DP/MP test is not included in item description.
2.7 The cost for performing Positive Materials Identification (PMI) using alloy analysers including
hiring of such equipment and mobilisation of the same to site shall be included in the unit
rate for all such items of piping where PMI is specified in the item description.
3.1.1 For columns, vessels, reactors, Exchangers, furnaces, ejectors etc., measurement shall be
on square meter basis taken over the painted surface.
3.1.2 For equipment numbering, name, lettering and stencilling (only for Pressure Vessels)
separate payment for letter shall be made as per the rates mentioned in Schedule of Rates.
3.1.3 For pumps, motors and compressors measurement shall be made on number basis.
3.2.1 Payment will be made on linear measurement in 'Metres' corrected to the nearest centimetre.
3.2.2 Piping shall be measured along the centre line through all types of fittings and flanges.
3.2.3 Rates for painting of pipes shall be inclusive of painting of all types of pipe supports, flanges,
guides, shoes, saddles, clamps, etc. and also all types of fittings except valves which shall
be paid separately on number basis.
3.2.4 There will be no separate measurements of the colour bands/ identification signs (line
numbering), flow direction etc. on uninsulated and insulated piping, the rates of painting of
linear length of piping shall be inclusive of cost of such works.
3.3.1 Payment for steel structures shall be made on the basis of admissible weight of structure
painted.
3.3.2 Welds, bolts, nuts, washers etc. shall not be measured and paid as rates for painting of
structure are inclusive of painting of such items.
4.1 The measurement for cable laying shall be made on the basis of length actually laid from
lug to lug including length of loops provided.
4.2 The weights mentioned in drawing or shipping list shall be the basis of payment. If
mountings for panels etc. are packed separately, their erection weights shall include all
mountings.
5.0 STEEL STRUCTURES
5.1 The rate for fabrication and erection of steel structure/ plates shall include cost of all
handling and transport, trimming, straightening, edge preparation, preparation and getting
approval of fabrication drawings, providing one coat of red oxide zinc chromate primer,
providing and erecting all scaffoldings, temporary supports, tools and tackles, touch-up of
primer coat, grouting etc. Welds, bolts, nuts, washers etc. shall not be measured. Rates
for structural steel work shall deemed to include the same.
5.2 The quantity for payment will be assessed from the approved fabrication drawings and the
respective bill of materials prepared by the CONTRACTOR and approved by EIL. The
weight of structural materials/plate shall be calculated on the basis of relevant IS code and
handbook. If sections are different from IS sections, then manufacturer's handbook shall
be adopted. No allowance in weights shall be made for rolling tolerance.
The mode of measurement shall be as per the details mentioned in this Annexure.
In case of discrepancy between measurement of work specified in this Annexure, Standard
Specification/ Job Specification, Schedule of Price/Rates etc., precedence shall be given in
following order :
▪ Measurement of works as per this Annexure of SCC.
▪ Measurement of works as mentioned in Standard Specification/Job
Specification.
NOTE:
All other mode of measurements not covered in above clauses shall be measured
in accordance with relevant BIS codes/ Schedule of Rates/ Specifications etc. and/
or as decided by Engineer-in-Charge. The above measurement of works shall not
be applicable for lumpsum items of SOR.
1. The CONTRACTOR shall submit Billing Schedule which will be reviewed and approved by
EIL. The progressive payment R.A Bills will be submitted by the CONTRACTOR on the
basis of this APPROVED Billing Schedule. CONTRACTOR shall also furnish the total
quantities for each activity included in Billing Schedule based on engineering progress till
date.
2. The quantities indicated against each item of WORK shall be reasonable and assessed on
the basis of volume of WORK involved. In case, during execution of WORK, it is noticed
that quantities against certain items are not reasonable and have been furnished with the
intent of getting payment not in proportion of WORK involved then the quantity of such
items shall be modified as per decision of Engineer-in-Charge. The payment made earlier
shall be adjusted accordingly.
3. For assessing the %age of WORK done in accordance with terms of payment,
CONTRACTOR shall submit the measurement sheets based on drawings approved for
construction. All measurements shall be in metric system. Such measurements will be in
a proforma approved by EIL. The measurements shall be signed in token of acceptance
by the CONTRACTOR or his authorized representative. The %age of WORK done shall
be calculated for each activity based on measurement sheets. The CONTRACTOR shall
submit the bill in the approved proforma in quintuplicate to the Engineer-in-Charge of the
WORK.
5. Measurement of weights shall be in Metric Tonnes correct to the nearest kilogram. Linear
measurements shall be in meters, correct to the nearest centimetre.
6. All payments made to the CONTRACTOR against progressive payments through Running
Account Bills shall be considered as advance payment only.
NOTES:
1) Above key construction manpower is required to be deployed by the contractor to complete the work within
schedule. Contractor is required to augment the above list with additional numbers/categories of personnel
as required and directed by Engineer-In charge to complete the work within the completion time schedule
and quoted price.
2) The Key Construction Personnel identified above shall be well qualified & having adequate relevant
experience, as specified in document No. 7-82-0003 enclosed elsewhere in the bidding document. The other
manpower shall also be qualified and experienced with their assigned work.
3) Key Construction personnel identified above shall be deployed by contractor as and when relevant activities
are required to be carried out for completing the job within completion time schedule and as per direction of
Engineer In-charge.
4) CVs of key persons proposed to be deployed shall be submitted to Owner/Engineer-In-charge prior to their
mobilization at site. The mobilization of key personnel shall be done at site subject to prior approval of their
CVs by Owner/Engineer-In-charge.
NOTES:
1) Above key construction manpower is required to be deployed by the contractor to complete the work within
schedule. Contractor is required to augment the above list with additional numbers/categories of personnel
as required and directed by Engineer-In charge to complete the work within the completion time schedule
and quoted price.
2) The Key Construction Personnel identified above shall be well qualified & having adequate relevant
experience, as specified in document No. 7-82-0003 enclosed elsewhere in the bidding document. The other
manpower shall also be qualified and experienced with their assigned work.
3) Key Construction personnel identified above shall be deployed by contractor as and when relevant activities
are required to be carried out for completing the job within completion time schedule and as per direction of
Engineer In-charge.
4) CVs of key persons proposed to be deployed shall be submitted to Owner/Engineer-In-charge prior to their
mobilization at site. The mobilization of key personnel shall be done at site subject to prior approval of their
CVs by Owner/Engineer-In-charge.
NOTES:
1) Above key construction manpower is required to be deployed by the contractor to complete the work within
schedule. Contractor is required to augment the above list with additional numbers/categories of personnel
as required and directed by Engineer-In charge to complete the work within the completion time schedule
and quoted price.
2) The Key Construction Personnel identified above shall be well qualified & having adequate relevant
experience, as specified in document No. 7-82-0003 enclosed elsewhere in the bidding document. The other
manpower shall also be qualified and experienced with their assigned work.
3) Key Construction personnel identified above shall be deployed by contractor as and when relevant activities
are required to be carried out for completing the job within completion time schedule and as per direction of
Engineer In-charge.
4) CVs of key persons proposed to be deployed shall be submitted to Owner/Engineer-In-charge prior to their
mobilization at site. The mobilization of key personnel shall be done at site subject to prior approval of their
CVs by Owner/Engineer-In-charge.
NOTES:
1) Above key construction manpower is required to be deployed by the contractor to complete the work within
schedule. Contractor is required to augment the above list with additional numbers/categories of personnel
as required and directed by Engineer-In charge to complete the work within the completion time schedule
and quoted price.
2) The Key Construction Personnel identified above shall be well qualified & having adequate relevant
experience, as specified in document No. 7-82-0003 enclosed elsewhere in the bidding document. The other
manpower shall also be qualified and experienced with their assigned work.
3) Key Construction personnel identified above shall be deployed by contractor as and when relevant activities
are required to be carried out for completing the job within completion time schedule and as per direction of
Engineer In-charge.
4) CVs of key persons proposed to be deployed shall be submitted to Owner/Engineer-In-charge prior to their
mobilization at site. The mobilization of key personnel shall be done at site subject to prior approval of their
CVs by Owner/Engineer-In-charge.
Page 1 of 1
Abbreviations:
CV • Curriculum Vitae
EPC : Engineering, Procurement & Construction
EPCC : Engineering, Procurement, Construction & Commissioning
ISO International Organization for Standardization
NDT : Non Destructive Testing
QA/QC: Quality Assurance /Quality Control
RT : Radiography Testing
UT Ultrasonic Testing
NON-MOBILIZATION Page 3 of 5
CONTENTS
NON-MOBILIZATION Page 4 of 5
Lead Welding /
< 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
NDT Engineer Awarded value (Rs) —o. —
Quantity Surveyor < 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
Awarded value (Rs) —0°.
1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 50 crores, the Lead
QA/QC Engineer shall be a qualified internal auditor for ISO 9001.
2. CVs of key construction personnel proposed to be deployed shall be submitted to Owner/Engineer-in-
Charge prior to their mobilization at site. The mobilization of key personnel shall be done at site subject to
prior approval of their CVs by Owner/Engineer-in-Charge.
Penalty for non-mobilization per day per person after the contractual mobilization period /
mobilization schedule agreed during Kick off meeting / jointly agreed between contractor and
PMC / Owner based on front availability etc.
Rs. 4000/- for Lead QA/QC Engineer, Lead Planning Engineer, Warehouse In-charge, Lead
Discipline Engineers, Lead Welding / NDT Engineer and the Quantity surveyor.
Abbreviations:
CONTENTS
1.0 SCOPE
2.0 DEFINITIONS
2.1 Bidder
For the purpose of this specification, the word “BIDDER” means the person(s), firm,
company or organization who is under the process of being contracted by EIL / Owner for
delivery of some products (including service). The word is considered synonymous to
supplier, contractor or vendor.
2.3 Owner
Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.
Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system shall fully
satisfy all relevant requirements of ISO 9001 “Quality Management Systems –
Requirements.” Evidence of compliance shall be current certificate of quality system
registration to ISO 9001 or a recent compliance audit recommending registration from a
certification agency. The quality system shall provide the planned and systematic control of
all quality related activities for execution of contract. Implementation of the system shall be
in accordance with BIDDER’S Quality Manual and PROJECT specific Quality Plan.
5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER’S Quality Plan shall address all of
the applicable elements of ISO 9001, identify responsible parties within BIDDER’S
organization, for the implementation / control of each area, reference the applicable
procedures used to control / assure each area, and verify the documents produced for each
area. The Project Quality Plan shall necessarily define control or make reference to the
relevant procedures, for design and engineering, purchase, documentation, record control,
bid evaluation, inspection, production / manufacturing, preservation, packaging and storage,
quality control at construction site, pre-commissioning, commissioning and handing over (as
applicable) in line with contract requirement and scope of work.
5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements and
communicate the same to all concerned in his organization and his sub contractor’s
organization for compliance.
5.3 BIDDER shall deploy competent and trained personnel for various activities for fulfillment
of PO / contract. BIDDER shall arrange adequate infrastructure and work environment to
ensure that the specification and quality of the deliverable are maintained.
5.4 BIDDER shall do the quality planning for all activities involved in delivery of order. The
quality planning shall cover as minimum the following:
Resources
Product / deliverable characteristics to be controlled.
Process characteristics to ensure the identified product characteristics are realized
Identification of any measurement requirements, acceptance criteria
Records to be generated
Need for any documented procedure
The quality planning shall result into the quality assurance plan, inspection and test plans
(ITPs) and job procedures for the project activities in the scope of bidder. These documents
shall be submitted to EIL / Owner for review / approval, before commencement of work.
5.6 BIDDER shall plan and carry production and service provision under controlled conditions.
Controlled conditions shall include, as applicable
5.7 BIDDER shall validate any processes for production and service provision where resulting
output cannot be verified by subsequent monitoring and measurement. This includes any
process where deficiencies become apparent only after the product is in use or service has
been delivered.
5.8 BIDDER shall establish a system for identification and traceability of product / deliverable
throughout product realization. Product status with respect to inspection and testing
requirements shall be identified.
5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL property is
lost, damaged or otherwise found to be unsuitable for use, this shall be reported to the EIL /
Owner.
5.10 BIDDER shall ensure the conformity of product / deliverable during internal processing and
delivery to the intended destination. Requirements mentioned in the MR/ tender shall be
adhered to.
5.11 BIDDER shall establish system to ensure that inspection and testing activities are carried out
in line with requirements. Where necessary, measuring equipment shall be calibrated at
specified frequency, against national or international measurement standards; where no such
standard exists, the basis used for calibration shall be recorded. The measuring equipment
shall be protected from damage during handling, maintenance and storage.
5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of contract.
5.13 BIDDER shall monitor and measure the characteristics of the product / deliverable to verify
that product requirement has been met. The inspection (stage as well as final) by BIDDER
and EIL / Owner personnel shall be carried out strictly as per the approved ITPs or ITPs
forming part of the contract. Product release or service delivery shall not proceed until the
planned arrangements have been satisfactorily completed, unless otherwise approved by
relevant authority and where applicable by Owner / EIL.
5.14 BIDDER shall establish and maintain a documented procedure to ensure that the product
which does not conform to requirements is identified and controlled to prevent its unintended
use or delivery
5.15 All non-conformities (NCs) / deficiencies found by the BIDDER’S inspection / surveillance
staff shall be duly recorded, including their disposal action shall be recorded and resolved
suitably. Effective corrective actions shall be implemented by the BIDDER so that similar
NCs including deficiencies do not recur. The BIDDER shall take appropriate actions to
address the Risks and Opportunities in the project.
5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the BIDDER and
appropriate corrective actions shall be implemented. BIDDER shall intimate EIL / Owner of
all such corrective action implemented by him.
5.17 BIDDER should follow the standards, specifications and approved drawings. Concessions /
Deviations shall be allowed only in case of unavoidable circumstances. In such situations
Concession / deviation request must be made by the BIDDER through online system of EIL
eDMS. URL of EIL eDMS is http://edocx.eil.co.in/vportal.
5.19 All project records shall be carefully kept, maintained and protected for any damage or loss
until the project completion, then handed over to EIL / Owner as per contract requirement
(Refer Specification Nos. 6-78-0002 - Specification for Documentation Requirements from
Contractors and 6-78-0003 - Specification for Documentation Requirements from Suppliers),
or disposed as per relevant project procedure.
6.0 AUDITS
BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme shall
cover design, procurement, construction management and commissioning as applicable
including activities carried out by sub-vendors and sub-contractors. This shall be additional
to the certification body surveillance audits carried out under BIDDER’S own ISO 9001
certification scheme.
The audit programmes and audit reports shall be available with bidder for scrutiny by EIL /
Owner. EIL or Owner’s representative reserves the right to attend, as a witness, any audit
conducted during the execution of the WORKS.
In addition to above, EIL, Owner and third party appointed by EIL / Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance and
access to their systems and sub-contractor / vendor systems as required for this purpose.
Any deficiencies noted shall be immediately rectified by BIDDER.
BIDDER shall submit following QMS documents immediately after award of work (Within
one week) for record / review by EIL / Owner/ TPIA, as applicable.
Organization chart (for complete organization structure and for the project)
Project Quality Plan / Quality Assurance Plan
Job specific Inspection Test Plans, if not attached with PR
Job Procedures
Inspection / Test Formats
Quality Manual
Certificate of approval for compliance to ISO: 9001 standard
Procedure for Control of Non-conforming Product
Procedure for Control of Documents
Sample audit report of the QMS internal and external audits conducted during last one
year
Customer satisfaction reports from at least 2 customers,
Project QMS audit report
Technical audit reports for the project
Corrective action report on the audits
Documents as specified above are minimum requirements. BIDDER shall submit any other
document / data required for completion of the job as per EIL / Owner instructions.
++ : HDD equipment (Capacity and No. of HDD rig to be mobilised shall be ascertained by detailed analysis and
proposed execution philosophy by contractor) with suitable rock cutting attachment based on rocky strata in the
spread and crew shall be deployed based on the SOW and schedule finalised as advised by ENGINEER IN
CHARGE.
NOTES:
1. The details of critical key construction equipments in good working condition, required to be mobilized during construction
by the Contractor, to complete the work within the schedule. The actual deployment schedule of Construction Equipments
shall be approved by Engineer-in-charge. Contractor shall augment the above list with additional numbers/categories of
equipments, capacity of equipments, tools & tackles, as required and directed by Engineer-In charge to complete the work
within the completion time schedule and quoted price.
2. Contractor shall ensure inventories of HDD Rig(s) ancillary units like Mud pump, Pilots, Drill pipe (Minimum 150% of
actual length of HDD) , Rock cutting tool/ bits etc maintained at site to avoid down time in case of any break-down.
3. CATEGORY-1: BIDDER has option to propose equipments from "OWNED" or "To be purchased" against this category.
BIDDER to provide proof of ownership (Copy of Invoice payment/ Insurance Cover/ Registration with Statutory body/
Certificate from Chartered Engineer) for OWNED equipments, equipment categorized as "To be purchased" shall be
supported with a copy of Purchase Order duly accepted by the Vendor provided its delivery period matches with the
mobilization schedule at site and. In addition bidder has to submit a recent inspection certificate from Chartered Engineer/
Reputed third party agency certifying that equipments are in good working condition.
5. Construction equipment identified above shall be mobilised by contractor as and when relevant activities are required to
be carried out for completing the job within completion time schedule and as per direction of Engineer In-charge.
6. Bidder to confirm that these equipments are spare available for deployment on this project site and shall be timely
mobilized in good working condition to maintain work progress. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.
7. Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipments at
any stage prior to award of work. Bidder shall organize and coordinate this inspection process. Owner/ Consultant opinion
shall be final and binding in this regard.
8. Meeting the requirement of deployment of above minimum Construction Equipments is a part of Bidder Qualification
Criteria. Bidder shall confirm compliance for deployment of above equipments. BIDDER to categorize this Equipment List
on "Owned/To be purchased" basis separately and submit along with the bid.
9. Contractor shall replace any defective/damaged equipment promptly to complete the work without any time & cost
implication to the Owner/EIL. In case some equipment are not required after completion of relevant activities, the same
can be demobilized with prior WRITTEN approval of Engineer-In-Charge.
10. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL accredited laboratory.
++ : HDD equipment (Capacity and No. of HDD rig to be mobilised shall be ascertained by detailed analysis and
proposed execution philosophy by contractor) with suitable rock cutting attachment based on rocky strata in the
spread and crew shall be deployed based on the SOW and schedule finalised as advised by ENGINEER IN
CHARGE.
NOTES:
1. The details of critical key construction equipments in good working condition, required to be mobilized during construction
by the Contractor, to complete the work within the schedule. The actual deployment schedule of Construction Equipments
shall be approved by Engineer-in-charge. Contractor shall augment the above list with additional numbers/categories of
equipments, capacity of equipments, tools & tackles, as required and directed by Engineer-In charge to complete the work
within the completion time schedule and quoted price.
2. Contractor shall ensure inventories of HDD Rig(s) ancillary units like Mud pump, Pilots, Drill pipe (Minimum 150% of
actual length of HDD) , Rock cutting tool/ bits etc maintained at site to avoid down time in case of any break-down.
3. CATEGORY-1: BIDDER has option to propose equipments from "OWNED" or "To be purchased" against this category.
BIDDER to provide proof of ownership (Copy of Invoice payment/ Insurance Cover/ Registration with Statutory body/
Certificate from Chartered Engineer) for OWNED equipments, equipment categorized as "To be purchased" shall be
supported with a copy of Purchase Order duly accepted by the Vendor provided its delivery period matches with the
mobilization schedule at site and. In addition bidder has to submit a recent inspection certificate from Chartered Engineer/
Reputed third party agency certifying that equipments are in good working condition.
5. Construction equipment identified above shall be mobilised by contractor as and when relevant activities are required to
be carried out for completing the job within completion time schedule and as per direction of Engineer In-charge.
6. Bidder to confirm that these equipments are spare available for deployment on this project site and shall be timely
mobilized in good working condition to maintain work progress. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.
7. Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipments at
any stage prior to award of work. Bidder shall organize and coordinate this inspection process. Owner/ Consultant opinion
shall be final and binding in this regard.
8. Meeting the requirement of deployment of above minimum Construction Equipments is a part of Bidder Qualification
Criteria. Bidder shall confirm compliance for deployment of above equipments. BIDDER to categorize this Equipment List
on "Owned/To be purchased" basis separately and submit along with the bid.
9. Contractor shall replace any defective/damaged equipment promptly to complete the work without any time & cost
implication to the Owner/EIL. In case some equipment are not required after completion of relevant activities, the same
can be demobilized with prior WRITTEN approval of Engineer-In-Charge.
10. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL accredited laboratory.
++ : HDD equipment (Capacity and No. of HDD rig to be mobilised shall be ascertained by detailed analysis and
proposed execution philosophy by contractor) with suitable rock cutting attachment based on rocky strata in the
spread and crew shall be deployed based on the SOW and schedule finalised as advised by ENGINEER IN
CHARGE.
NOTES:
1. The details of critical key construction equipments in good working condition, required to be mobilized during construction
by the Contractor, to complete the work within the schedule. The actual deployment schedule of Construction Equipments
shall be approved by Engineer-in-charge. Contractor shall augment the above list with additional numbers/categories of
equipments, capacity of equipments, tools & tackles, as required and directed by Engineer-In charge to complete the work
within the completion time schedule and quoted price.
2. Contractor shall ensure inventories of HDD Rig(s) ancillary units like Mud pump, Pilots, Drill pipe (Minimum 150% of
actual length of HDD) , Rock cutting tool/ bits etc maintained at site to avoid down time in case of any break-down.
3. CATEGORY-1: BIDDER has option to propose equipments from "OWNED" or "To be purchased" against this category.
BIDDER to provide proof of ownership (Copy of Invoice payment/ Insurance Cover/ Registration with Statutory body/
Certificate from Chartered Engineer) for OWNED equipments, equipment categorized as "To be purchased" shall be
supported with a copy of Purchase Order duly accepted by the Vendor provided its delivery period matches with the
mobilization schedule at site and. In addition bidder has to submit a recent inspection certificate from Chartered Engineer/
Reputed third party agency certifying that equipments are in good working condition.
5. Construction equipment identified above shall be mobilised by contractor as and when relevant activities are required to
be carried out for completing the job within completion time schedule and as per direction of Engineer In-charge.
6. Bidder to confirm that these equipments are spare available for deployment on this project site and shall be timely
mobilized in good working condition to maintain work progress. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.
7. Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipments at
any stage prior to award of work. Bidder shall organize and coordinate this inspection process. Owner/ Consultant opinion
shall be final and binding in this regard.
8. Meeting the requirement of deployment of above minimum Construction Equipments is a part of Bidder Qualification
Criteria. Bidder shall confirm compliance for deployment of above equipments. BIDDER to categorize this Equipment List
on "Owned/To be purchased" basis separately and submit along with the bid.
9. Contractor shall replace any defective/damaged equipment promptly to complete the work without any time & cost
implication to the Owner/EIL. In case some equipment are not required after completion of relevant activities, the same
can be demobilized with prior WRITTEN approval of Engineer-In-Charge.
10. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL accredited laboratory.
++ : HDD equipment (Capacity and No. of HDD rig to be mobilised shall be ascertained by detailed analysis and
proposed execution philosophy by contractor) with suitable rock cutting attachment based on rocky strata in the
spread and crew shall be deployed based on the SOW and schedule finalised as advised by ENGINEER IN
CHARGE.
NOTES:
1. The details of critical key construction equipments in good working condition, required to be mobilized during construction
by the Contractor, to complete the work within the schedule. The actual deployment schedule of Construction Equipments
shall be approved by Engineer-in-charge. Contractor shall augment the above list with additional numbers/categories of
equipments, capacity of equipments, tools & tackles, as required and directed by Engineer-In charge to complete the work
within the completion time schedule and quoted price.
2. Contractor shall ensure inventories of HDD Rig(s) ancillary units like Mud pump, Pilots, Drill pipe (Minimum 150% of
actual length of HDD) , Rock cutting tool/ bits etc maintained at site to avoid down time in case of any break-down.
3. CATEGORY-1: BIDDER has option to propose equipments from "OWNED" or "To be purchased" against this category.
BIDDER to provide proof of ownership (Copy of Invoice payment/ Insurance Cover/ Registration with Statutory body/
Certificate from Chartered Engineer) for OWNED equipments, equipment categorized as "To be purchased" shall be
supported with a copy of Purchase Order duly accepted by the Vendor provided its delivery period matches with the
mobilization schedule at site and. In addition bidder has to submit a recent inspection certificate from Chartered Engineer/
Reputed third party agency certifying that equipments are in good working condition.
5. Construction equipment identified above shall be mobilised by contractor as and when relevant activities are required to
be carried out for completing the job within completion time schedule and as per direction of Engineer In-charge.
6. Bidder to confirm that these equipments are spare available for deployment on this project site and shall be timely
mobilized in good working condition to maintain work progress. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.
7. Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipments at
any stage prior to award of work. Bidder shall organize and coordinate this inspection process. Owner/ Consultant opinion
shall be final and binding in this regard.
8. Meeting the requirement of deployment of above minimum Construction Equipments is a part of Bidder Qualification
Criteria. Bidder shall confirm compliance for deployment of above equipments. BIDDER to categorize this Equipment List
on "Owned/To be purchased" basis separately and submit along with the bid.
9. Contractor shall replace any defective/damaged equipment promptly to complete the work without any time & cost
implication to the Owner/EIL. In case some equipment are not required after completion of relevant activities, the same
can be demobilized with prior WRITTEN approval of Engineer-In-Charge.
10. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL accredited laboratory.
Page 1 of 1
HIRING/ RECOVERY
SL
DESCRIPTION OF EQUIPMENT RATE(NOTE-
NO
2)(ININR) RATE/DAY
1 Pipe Layer / Side Boom –90 T & Above Capacity Rs. 15000.00
2 Pipe Layer / Side Boom - 60 T and above (but below 90 T) Capacity Rs. 10500.00
3 Pipe Layer / Side Boom - 40 T and above (but below 60 T) Capacity Rs.8000.00
Excavator / Back Hoe-Series Ex 280/300 or Equivalent or above
4 Rs. 7500.00
Capacity
5 Excavator / Back Hoe- Series Ex 200/260 or Equivalent Rs. 7000.00
6 Rock Breaker attachment Rs. 5600.00
7 Mono Drill Crawler Mounted/ Hand Drill (Pneumatic)for rock blasting Rs. 3000.00
8 Pipe Bending Machine- For all sizes Rs. 7000.00
9 Dozer With Ripper - D8 Or Equivalent Rs. 7500.00
10 Dozer - D7 / D6 Or Equivalent Rs. 4500.00
11 Horizontal Auger Boring Machine-For all sizes Rs. 3500.00
12 Auto Welding Unit-with operators & technicians Rs. 75000.00
Pipe facing (Beveling) machine (appropriate size)
13 Rs. 3000.00
for Automatic Welding
14 Bevel Cutting Machine (Manual) Rs. 600.00
15 Grinding machine Rs. 200.00
16 Gas cutting set with cylinders Rs. 350.00
17 AUT Machine with 2 operators Rs. 15000.00
18 Semi Auto Welding Machines Rs. 2000.00
19 DG Welding Machines(SMAW) Rs. 1140.00
20 D.G. Sets : 62.5 KVA to 200 KVA (inclusive ofgenerators) Rs. 3000.00
21 Induction/Resistance Heating Equipment Rs. 3000.00
22 Pipe Clamp (Pneumatic/Hydraulic)- Internal Rs. 1000.00
23 Pipe Clamp – External Rs. 500.00
24 X-Ray M/C – Internal Crawler Rs. 2500.00
25 X-Ray M/C – External Rs. 1800.00
26 Gamma Source Rs. 760.00
27 Manual UT Machine with 2 operators Rs. 500.00
28 Tyre Mounted Cranes (20 - 40 MT) Rs. 4500.00
29 Hydra (8 – 10 MT) Rs. 3500.00
HDD Rig with All Equipment& Accessories (Capacity 150 T and
30 Rs. 50000.00
above)
31 Blast Cleaning Machine set Rs. 250.00
32 Air Compressor – (300CFM) Rs. 2000.00
33 Air Compressor - (450/600/800 CFM) Rs. 2500.00
34 Air Compressor - (1100 CFM) Rs. 2800.00
NOTES:-
CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES AT
CONSTRUCTION SITES
Abbreviations:
SI. Remarks
Description Calibration requirements Frequency
No.
A. Civil-Survey
To check for permanent Once in a year or Record to be
A.1. Theodolite adjustments by traversing and project duration maintained
observing the closing error. whichever is earlier.
(Refer Note).
To check by backsight /
Level Instruments Record to
A.2. foresight readings, the
(Auto Level / Every use. be maintained
temporary adjustments of
Dumply Level)
level. (Refer Note).
a. "Freemans"
make or BIS
approved make
shall be used.
b. Mutilated, or
A.3. Steel measurement ---- ----
broken tapes
tapes shall not be
used.
c. Marking on the
tape shall be
legible
SI.
Description Calibration requirements Frequency Remarks
No.
C. Mechanical/ Electrical/Welding
Calibration certificate from
calibrating laboratories /
C.1 Pressure gauges Records to be
agencies or calibrate by dead Once in 6 months
maintained.
weight testers with standard
weights or with master Gauge.
(Refer Note)
C.2 Dial gauges Check for Zero error. Whenever used ---
Calibration from
manufacturer or
As per manufacturer's Records
calibrating laboratories /
C.3 Dead weight recommendation or (Calibration
agency. Calibration certificate
tester once in a six month certificate) to
shall not be older than one
whichever is earlier. be maintained.
month from the date of
mobilization. (Refer Note).
Vernier caliper / ---
C.4 Check for Zero error. Whenever used.
screw gauge
Calibration from
manufacturer or
calibrating laboratories / Once in 6 months. Records to
C.5 Holiday tester
agency or calibration by zeep be maintained.
meter. (Refer Note).
SI. Calibration
Description Frequency Remarks
No. requirements
HIPOT Kit, Multimeter / Calibration Certificate
Clampmeter, Ohmicron from calibrating Records to be
C.12 Once in Six months.
Kit, CT Analyser, CRM laboratories / agencies maintained.
Kit, BDV Kit, (Refer Note).
Tachometer etc.
Calibration from
Temperature / manufacturer or any Once in Six months. Records to be
C.13 maintained
Pressure recorders calibrating laboratories /
agency (Refer Note).
Calibration Certificate To be discarded in
C.14 from Once in Six months.
Temperature gauges case of damage or
calibrating laboratories /
malfunctioning.
agencies (Refer Note).
Manufacturer's
C.15 --- --
Thermocouples Certificate or Chemical
Check
Calibration from To be discarded in
C.16 Vibration probes Once in a year.
calibrating laboratories / case of damage or
agencies (Refer Note). Malfunctioning.
Calibration from To be discarded in
C. 17 Decibel-Meter calibrating laboratories / Once in a year. case of damage or
agencies (Refer Note). Malfunctioning.
As per
Calibration from
manufacturer's
Manual Torque Wrench / manufacturer or any Records to be
C.18 recommendation or
Electric Torque Machine calibrating laboratories / maintained
once in a year
agency (Refer Note).
whichever is earlier.
As per
Calibration from
manufacturer's Records to be
manufacturer or any maintained.
C.19 Mother Oven recommendation or
calibrating laboratories /
once in a year
agency (Refer Note).
whichever is earlier.
Note: If Error is found, it has to be sent to manufacturers or their agents (Calibrating laboratories /
agency) or to any other lab / agency for recalibration / rectification and certification. The
calibrating laboratory / agency shall be NABL accredited or any other lab accredited as per
ISO/IEC:17025 by any of the National/International accreditation body for relevant testing.
ffl"ilaT V"4'
2Tg'
j .04"
XN"fr..
1 24.01.2014 Reaffirmed & Issued as Standard SM DJ RKD SC
Doc. No. 6-10-0001 Rev 0 has been revised
0 21.05.2008 AS GKI SCB VC
and issued as Standard
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by
Abbreviations:
MS Mild Steel
CONTENTS
3.0 CEMENT 5
6.0 EQUIPMENTS 7
7.0 CABLES 7
Whenever any material is issued by Owner, following conditions for issue of material in
addition to other conditions specified in the contract shall be applicable:
1.1 Necessary indents shall be raised by the Contractor as per procedure laid down by the
Engineer-in-Charge from time to time, when the materials are required for incorporation in
permanent works.
1.2 Materials shall be issued only for permanent works and not for temporary works, enabling
works etc. unless specifically approved by the Engineer-in-Charge.
1.3 The Contractor shall bear all other cost including lifting, carting from issue points to work
site/Contractor's store, custody and handling etc. and return of surplus/serviceable scrap
materials to Owner's storage points to be designated by the Engineer-in-Charge. No separate
payment for such expenditure shall be made.
1.4 No material shall be allowed to be taken outside the plant without a gate pass.
1.5 The Contractor shall be responsible for proper storage, preservation and watch & ward of
the materials.
2.1 All unused/scrap materials shall be the property of the Owner and shall be returned in good
and acceptable condition category wise by the Contractor at his own cost to Owner's Store(s).
2.2 No credit shall be given to the Contractor for return of scrap. The Contractor should quote the
rates accordingly. Contractor shall make his own arrangements for weighing the cut offs to be
returned to Owner's stores.
2.3 In case the Contractor fails to return unused materials/ accountable scrap, then recovery for
such quantity of materials, not returned by the Contractor shall be affected at following penal
rates from the Contractor's bilis or from any other dues of the Contractor to the Owner:
S.
Material Penal Rates
No.
Penal rates for non return of Unused material and Twice the Issue Rates
(a) or penal rate for generating scrap in excess of or
2. permitted % allowances Twice the Landed Rates
(in case Issue Rates are
Penal rate for using excess amount of materials not indicated in the
(b)
like cement than permitted % allowances Contract)
NOTE : 1) Landed Rate shall be arrived from the latest Purchase Order of respective
material received at site by Owner/EIL.
2) In case more stringent penal rates have been indicated elsewhere in the
Contract (based on Project requirement), the same shall supersede the above
rates.
3.0 CEMENT
3.1 Cement as received from cement Manufacturer/Stockists shall be issued to the Contractor.
The theoretical weight of cement in each bag for issue purpose shall be considered as 50 Kg or
20 bags per MT. However, cement bags weighing upto 4% less shall be accepted by the
Contractors and charged for as full bag.
3.2 The Contractor is required to submit the design mix for different grades of concrete, keeping
in view the requirements stipulated in IS:456 and IS 10262, specifically regarding durability,
slump and water cement ratio and specific gravity of materials brought to site as analyzed in
the laboratories. The design shall be based upon absolute volume method and theoretical
consumption of cement shall be worked out on this basis. For other than concrete items, the
coefficients for consumption of cement shall be adopted as per CPWD practice.
3.3 The permissible variation between Cement actually used on the job and theoretical
consumption worked out on the basis stipulated in above para 3.2 and as determined by
Engineer-in-Charge shall be 3% (Three percent only).
If the actual consumption is more than 103% of the theoretical consumption, then recovery at
the penal rates for the quantity of cement beyond the limit of 103% of theoretical consumption
shall be affected as per clause 2.3 above.
3.4 Unused quantity of cement shall be returned by the Contractor to the Owner's stores in good
condition only.
3.5 The Contractor shall maintain a good store for storing cement issued to him. The flooring of
the storage house, the clearances of cement bags from the side walls/ floor & stack height etc.
shall be as instructed by the Engineer-in-Charge.
3.6 The contractor shall maintain a Cement Register in prescribed format and update the entries
on daily basis.
3.7 The cement store shall be offered for inspection and verification by the Engineer-in-Charge or
his authorized representative at any time when the Engineer-in-Charge feels the need to do so.
3.8 Empty cement bags shall be the property of the Contractor and shall have to be disposed off
by him.
4.1 The scrap allowance for the reinforcement bars/structural steel including steel plate issued by
the Owner, shall be total 3% (2.5% accountable and 0.5% unaccountable) of the actual
consumption as incorporated in the works.
4.2 All serviceable reinforcement bars/structural steel/steel plates shall be issued in available
length/shapes/sizes and no claims for extra payment on account of issue of non-standard
lengths/shapes/sizes and bending etc. shall be entertained. Reinforcement bars and structural
steel shall be issued on weighment basis as per normal warehousing practice. In exceptional
circumstances, the reinforcement bars/ structural steel, if issued on linear measurement, the IS
coefficients for unit weight shall be considered. For the purpose of billing and accounting,
only linear measurements shall be taken and weight shall be calculated as per IS coefficients
in three decimals. The difference in unit weight as per IS and actual as issued, if any, shall be
to Contractor's account and Contractor is deemed to have considered the same at the time of
bidding.
4.3 Reinforcement bars/structural steel/steel plates shall be issued only for those items where
Owner's supply has been specifically mentioned in Schedule of Rates/ Scope of Supply. The
storage of these items shall be done in such a way so as to avoid rusting/ damage to any kind
to the materials.
4.4 All reinforcement bars/structural steel (except M.S. Plates) in length of 2 meters and above
shall be considered as serviceable materials provided the material is in good and acceptable
condition. Reinforcement bars/structural steel section (except M.S. Plates) in lengths less than
2M shall be treated as scrap.
The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.
4.5 For the purpose of accounting of the plates, all plates measuring not less than 1 Sq.m in area
and having any dimensions not less than 200mm when returned to Owner's store, shall be
considered as serviceable material. All other pieces shall be treated as wastage/scrap. The
Contractor shall prepare a plate cutting diagram in such a way that the minimum scrap is
generated. Also the cut plates should be used at proper places to reduce the scrap.
4.6 The serviceable cut pieces as mentioned in 4.4 & 4.5 above shall be considered as unused
material for reconciliation purpose.
4.7 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.
5.1 All serviceable pipes shall be issued in available lengths/shapes and no claims for extra
payments on account of issue of non-standard length & shape shall be entertained. Pipes shall
be issued on linear measurement basis. All valves, flanges, fittings etc. shall be issued on
number(s) basis. Contractor shall store the materials in such a way so as to avoid mixing of
different types of material and shall maintain complete identification and traceability at all
times.
5.2 The scrap allowance for pipes issued by the Owner shall be 3% (2.5% accountable + 0.5%
unaccountable) of the actual consumption as incorporated in the works.
5.3 All pipes in length of 2 meters and above shall be considered as serviceable material provided
the material is in good and acceptable condition and has clear identification and traceability
(Manufacturer's name, heat number/batch number and test certificates). Pipes in lengths less
than 2M shall be treated as scrap.
The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.
5.4 All unused/scrap pipes, valves, flanges, forged fittings like elbows, reducers tees shall be
returned by the Contractor category wise duly cleaned, greased and spec. marked at his own
cost to Owner's stores.
5.5 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.
6.0 EQUIPMENTS
All materials supplied by the Owner shall be duly protected by the Contractor at his own cost
with appropriate preservative like primer, lacquer coating, grease etc. as required.
7.0 CABLES
7.1 Al1 the surplus and serviceable cables out of the cables quantity(ies) issued by the Owner to
the Contractor shall be returned by the Contractor to the Owner's store in good condition and
as directed by the Engineer-in-Charge.
7.2 The Contractor shall be allowed a cutting/wastage allowance (accountable scrap) of 1.5% for
power cables and 3% for the control cables. This cutting/wastage allowance shall be
computed on the length of cables actually laid, measured and accepted.
7.3 All cables being returned to store should carry Aluminium sheet tags indicating the size &
type of cable. Cables of less than 15 meters length shall be termed as scrap. Cables of lengths
15M and above shall be termed as serviceable material & shall be returned size wise and
category wise to the Owner's store in wooden drums. Cables of serviceable length being
returned to stores in drum(s) shall be accepted only after Megger value continuity test and
physical measurement is carried out by the Contractor to the satisfaction of Engineer-in-
Charge. Empty cable drums and major packing material (as decided by Engineer-in-charge)
shall be Owner's property and shall be returned to Owner's Store/designated place without
any additional cost.
The contractor shall strive to avoid generation of cut pieces of length 15m and above, as far as
practicable, by effectively planning & executing the construction works.
7.4 While carrying out material appropriation with the Contractor, the above points shall be taken
into account. All serviceable materials returned by the Contractor (size wise & category wise)
shall be deducted from the quantity(ies) issued to the Contractor for the respective sizes.
Scrap generated for power cable and control cable shall also be returned to Owner's store on
Lot basis. Wherever applicable, the recovery at penal rates as per clause 2.3 above shall be
affected from the contractor.
8.1 All bare/ coated line pipes as per Line Pipe specifications shall be issued on linear
measurement basis. The serviceable line pipes shall be issued in available lengths and shapes
and no claim for extra payment on account of issue of non-standard length and shape shall be
entertained. Contractor shall store and maintain the line pipes in proper manner to avoid
mixing of different classes of pipes. Contractor shall maintain complete identification and
traceability at all times. Al1 cut pieces when returned to Owner's storage points after beveling,
shall be considered as serviceable material provided:
b) Pipe pieces have pipe specifications, manufacturer's logo/name and heat number duly
authenticated with hard stamp of the authorized inspector as per approved procedure.
A11 cut pieces of pipes measuring less than 2 M shall be treated as wastage/scrap.
The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.
8.2 For the purpose of accounting of bare/ coated line pipes, following allowances shall be
permitted:
a) Unaccountable wastage
- upto 100 Km 0.1%
- 101 to 500 Km 0.07%
- beyond 500 Km 0.05%
The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.
8.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.
9.1 For the purpose of accounting of optical fibre cable, all cut pieces measuring in length of 40 m
and above when retumed to Owner's storage points shall be treated as serviceable materials.
All cut pieces of cable measuring less than 40 M shall be treated as scrap.
For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be
permitted:
The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.
Cables returned in original drum (measuring 750m and above) with Optical Time Domain
Report (OTDR) shall be considered as unused material.
9.2 The contractor shall strive to avoid generation of cut pieces of length 40m and above, as far as
practicable, by effectively planning & executing the construction works.
9.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.
The Contractor shall make a schedule for use of Cable jointing kits and get the same approved
from Engineer-in-charge. The quantity mentioned in this schedule shall be termed as
`planned' usage quantity which shall be issued to the Contractor. However, any jointing based
on site requirements as decided by Engineer-in-charge shall be included in planned quantity.
Any unplanned jointing required to be carried out by the Contractor due to reasons not
attributable to Owner/EIL shall be issued from spare quantity, if available with Owner. Such
unplanned OFC Jointing Kits shall be charged from the contractor at penal rates as per clause
2.3 above.
Abbreviations:
CONTENTS
Attachments
1.0 SCOPE
All documents / data against the Tender / Contract shall be developed and submitted to EIL /
Owner by the contractor for review / records, in line with this specification.
2.0 DEFINITIONS
2.1 Contractor
For the purpose of this specification, the word “CONTRACTOR” means the person(s), firm,
company or organization who has entered into a contract with EIL / Owner for delivery of
some products and services. The word is considered synonymous to bidder, supplier or
vendor.
2.2 Owner
Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.
After placement of order, Contractor shall acknowledge order through V-Portal within 7 days
of receipt of FOA / PO. Contractor shall assign a Project Manager for that order though
online portal and provide requisite details. Project Manager details shall include e-mail
address, mailing address, mobile / telephone nos., fax nos. and name of Project Manager. All
the system generated emails pertaining to that order shall be sent to the assigned Project
Manager.
4.2.1 The contractor shall submit the documents and data against the Tender / Contract as per the
list specified in respective Tender / Contract.
4.2.2 Review of the contractor drawings / Documents by EIL would be only to review the
compatibility with basic designs and concepts and in no way absolve the contractor of his
responsibility / contractual obligation to comply with Tender / Contract requirements,
applicable codes, specifications and statutory rules / regulations. Any error / deficiency
noticed during any stage of manufacturing / execution / inspection / installation shall be
promptly corrected by the contractor without any extra cost or time, whether or not comments
on the same were received from EIL during the drawing review / inspection stage.
4.2.3 Unless otherwise specified, submission of documents for Review / Records shall commence
as follows from the date of Fax of Intent / Letter of Intent/ Fax of Acceptance (FOA) / Letter
of Acceptance (LOA):
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
QMS - 1 week
Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Document Control Index
4.2.4 Documents as specified in Tender / Contract are minimum requirements. Contractor shall
submit any other document / data required for completion of the job as per EIL / Owner
instructions.
4.3.1 All Documents shall be in ENGLISH language and in M.K.S System of units.
4.3.2 Before submitting the drawings and documents, contractor shall ensure that the following
information are properly entered in each drawing:
Tender Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Owner
Main Contractor (if work is sub-contracted)
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date
4.4.1 The Drawing / Documents shall be reviewed, checked, approved and duly signed / stamped by
contractor before submission. Revision number shall be changed during submission of the
revised contractor documents and all revisions shall be highlighted by clouds. Whenever the
contractor require any sub- contractor drawings to be reviewed by EIL, the same shall be
submitted by the contractor duly reviewed, approved and stamped by the contractor. Direct
submission of sub- contractor’s drawings without contractor’s approval shall not be
entertained.
Following review codes shall be used for review of contractor Drawings / Documents:
V - Void
IRN / IC shall be issued by EIL Inspector / third party inspection agency only after all the
drawings/documents as per DCI are submitted and are accepted under review code-1 & code
R. Material / Equipment dispatch from contractor’s / sub vendor’s works shall not commence
till above condition is met.
Note 1: Non fulfilling above requirement shall result into appropriate penalty or with- holding
of payment as per conditions of Tender / Contract.
Note 2: For items where IRN/IC is issued by TPIA, supplier to ensure that following as a
minimum must be mentioned by TPIA in IRN/IC
a) Tender document number
b) List of drawings / documents with EIL approval code
c) Tests witnessed, documents reviewed
d) Compliance statement by TPIA that product meets the requirement as specified in EIL
standard specifications, Inspection Test Plan / QAP and approved documents.
Final Documentation shall be bound in hard board plastic folder(s) of size 265 mm x 315 mm
(101/2 inch x 121/2 inch) and shall not be more that 75 mm thick. It may be of several volumes
and each volume shall have a volume number, index of volumes and index of contents of that
particular volume. Where numbers of volumes are more, 90mm thickness can be used. Each
volume shall have top PVC sheet of minimum 0.15 mm thick duly fixed and pressed on folder
cover and will have 2 lever clips. In case of imported items documents, 4 lever clip shall also
be accepted. All four corners of folders shall be properly metal clamped. Indexing of contents
with page numbering must be incorporated by contractor. Spiral / Spico bound documents
shall not be acceptable. As mentioned above, books should be in hard board plastic folders
with sheets punched and having 2/4 lever clips arrangement.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Each volume shall contain on cover a title block indicating Tender No., name of project, name
of customer, package equipment tag no. & name (if applicable). Each volume will have hard
front cover and a reinforced spine to fit thickness of book. These spines will also have the title
printed on them. Title shall include also volume number (say 11 of 15) etc.
Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.
Tag. No. :
Supplier’s / Contractor’s Works :
Order No.
Certified that the Engineering Documents / Manufacturing & Test Certificates submitted by the
supplier (as per Index sheet mentioned in Annexure-1) are complete in accordance with the Vendor
Data Requirements of Purchase Requisition / Tender.
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
Annexure-1
Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved
1.0 Contract Clause for acceptance of Structural Steel & TMT Bars
1.1 Steel manufactures having valid BIS certificate and listed in the BIS website as on
date of procurement of steel shall be allowed for supply of steel (Structural steel and
TMT bars) and contractor shall procure from them with prior intimation to Engineer-
in-charge.
1.2 Tests after receipt of structural steel at site:
In addition to availability of valid BIS license and MTC, testing at site shall be
conducted by the contractor as per following requirement.
• For each category / size of structural steel procured, one sample from every
50 MT or part thereof shall be drawn and tested in approved laboratory.
• The charges for such testing shall be borne by the contractor.
1.3 Tests after receipt of TMT bars at site:
In addition to availability of valid BIS license and MTC, testing at site in approved
laboratory shall be conducted by the contractor as per the following requirement.
• Under 10 mm bars one sample (diameter wise) for each 25 MT (or part
thereof) for consignment below 100 MT and one sample (diameter wise)
each 40 MT for consignment above 100 MT shall be tested.
• For 10 mm to 16 mm bars, one sample (diameter wise) for each 35 MT (or
part thereof) for consignment below 100 MT and one sample (diameter wise)
for each 45 MT (or part thereof) for consignment above 100MT shall be
tested.
• Over 16 mm bars one sample (diameter wise) for each 45 MT (or part
thereof) for consignment below 100 MT and one sample (diameter wise) for
each 50 MT (or part thereof) for consignment above 100 MT shall be tested.
• The charges for such testing shall be borne by the contractor.
2.0 Contract Clause for acceptance of Cement manufacturer
2.1 Cement manufacturers having valid BIS certificate and listed in the BIS website as
on the date of procurement of cement shall be allowed for supply of cement and
contractor shall procure cement from them with prior intimation to Engineer-in-
charge.
Each batch of cement (week wise as mentioned on cement bags) supplied by the
contractor after delivery at site shall be subject to the tests and analysis required by
the relevant Indian Standard codes. The contractor shall carry out and bear the cost
of all tests and analysis to ensure quality of cement before using in actual works.
1. NAME OF SUB-CONTRACTOR :
2. NAME OF WORK LOCATION :
3. NAME OF PROPOSED FURTHER :
SUB-CONTRACTOR
4. SCOPE OF WORK PROPOSED TO BE SUB- :
CONTRACTED (BRIEF) BY THE SUB-
CONTRACTOR SELECTED BY EIL
5. ESTIMATED VALUE OF THE PROPOSED :
WORK TO BE SUB-CONTRACTED (INR):
6. QUALIFYING CRITERIA FOR FURTHER SUB- :
CONTRACTOR:
i) Similar Work experience : :
1 (One) Contract of 50% or 2 (two) contracts of
40 % or 3 (Three) Contract of 30%, each of
estimated value of proposed work to be sub-
contracted, in last 7 years :
ii) Annual Turnover :
Not less than 30% of minimum average
annualized (*) estimated value of proposed
work to be sub-contracted; as per the audited
annual financial results in at least one of the
immediate preceding three financial years
iii) Networth shall be at positive as per the :
immediate preceding year’s Audited financial
results.
iv) Working Capital:
Proposed sub-contractor should have minimum
working capital equal to 10% of the estimated
annualized (*) value of proposed work to be
sub-contracted as per the immediate preceding
year’s audited financial results.
In case proposed sub-contractor is unable to
meet the working capital requirement as above,
the proposed sub-contractor can supplement
the working capital with a fund based line of
credit from any scheduled bank in India or a
commercial bank having Net Worth more than
equivalent INR 100 Cr.. In such a case,
STANDARDSPECIFICATIONFOR
HEALTH, SAFETY&ENVIRONMENTAL
(HSE)MANAGEMENT AT
CONSTRUCTION SITES
Ur17
—"slirr1
1. 011
1 07/06/2022 REVISED & UPDATED BT RK JPV
0 23/12/2020 REVISED & UPDATED BT RK AKK S Mazumdar
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No. by by
Approved by
Abbreviations:
AERB : Atomic Energy Regulatory Board
ANSI : American National Standards Institute
BARC : Bhabha Atomic Research Centre
BS : British Standard
BOO/BOOT : Build, Own, Operate/Build, Own, Operate,Transfer
EIL : Engineers India Limited
ELCB : Earth Leakage Circuit Breaker
EPC : Engineering, Procurement and Construction
EPCC : Engineering, Procurement, Construction and Commissioning
ESI : Employee State Insurance
GCC : General Conditions of Contract
GM : General Manager
GTAW : Gas Tungsten Arc Welding
HOD : Head of Department
HSE : Health, Safety & Environment
HIRAC : Hazard, Identification Risk Assessment & Control
HMV : Heavy Motor Vehicle
HV : High Voltage
IS : Indian Standard
ISO : International Organization for Standardization
IE : Indian Electricity
LTI : Lost Time Injuries
LMV : Light Motor Vehicle
LOTO : Lock Out & Tag Out
LPG : Liquefied Petroleum Gas
LSTK : Lump Sum Turn Key
MV : Medium Voltage
OH&S : Occupational Health and Safety
OISD : Oil Industry Safety Directorate
PPE : Personal Protective Equipment
PUC : Pollution Under Control
RC : Registration Certificate
RCCB : Residual Current Circuit Breaker
RCM : Resident Construction Manager or Site-in-Charge, as applicable
SCC : Special Conditions of Contract
SLI : Safe Load Indicator
SWL : Safe Working Load
TPI : Third Party Inspection
TBT : Tool Box Talks
CONTENTS
PAGE
CLAUSE TITLE
NO.
1.0 SCOPE ………………………………………………………………………... 5
2.0 REFERENCES ………………………………………………………………... 5
3.0 REQUIREMENT OF HEALTH, SAFETY AND ENVIRONMENTAL (HSE)
MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS ........ 5
3.1 Management Responsibility ………………………………………... 5
3.1.1 HSE Policy & Objective ……………………………… 5
3.1.2 Management System ………………………………….. 5
3.1.3 Indemnification ……………………………………….. 5
3.1.4 Deployment &Qualification of Safety Personnel ……. 6
3.1.5 Implementation, Inspection& Monitoring …………… 8
3.1.6 Behavior Based Safety ……………………………….. 8
3.1.7 Awareness …………………………………………….. 9
3.1.8 Fire Prevention &First-Aid …………………………... 9
3.1.9 Documentation ………………………………………... 10
3.1.10 Audit ………………………………………………….. 10
3.1.11 Meetings ………………………………………………. 11
3.1.12 Intoxicating Drinks & Drugs and Smoking …………... 11
3.1.13 Penalty ………………………………………………… 11
3.1.14 Accident/Incident Investigation ……………………… 14
3.2 House Keeping ……………………………………………………… 14
3.3 HSE Measures ……………………………………………………… 15
3.3.1 Construction Hazards …………………………………. 15
3.3.2 Accessibility …………………………………………... 16
3.3.3 Personal Protective Equipments (PPEs) ……………… 16
3.3.4 Working at Height ……………………………………. 17
3.3.5 Scaffoldings …………………………………………... 19
3.3.6 Electrical Installations ………………………………… 20
3.3.7 Welding/Gas Cutting …………………………………. 22
3.3.8 Ergonomics and Tools &Tackles …………………….. 23
3.3.9 Occupational Health …………………………………... 24
3.3.10 Hazardous Substances ………………………………… 25
3.3.11 Slips, Trips & Falls …………………………………… 25
3.3.12 Radiation Exposure …………………………………… 25
3.3.13 Explosives/Blasting Operations ……………………… 26
3.3.14 Demolition/Dismantling ……………………………… 26
3.3.15 Road Safety …………………………………………… 26
3.3.16 Welfare Measures …………………………………….. 27
3.3.17 Environment Protection ………………………………. 27
3.3.18 Rules & Regulations ………………………………….. 28
3.3.19 Weather Protection ……………………………………. 28
3.3.20 Communication ……………………………………….. 28
3.3.21 Confined Space Entry ………………………………… 29
3.3.22 Heavy Lifts ………………………………………….… 29
3.3.23 Key Performance Indicators ………………………….. 30
3.3.24 Unsuitable Land Conditions ………………………….. 30
3.3.25 Under Water Inspection ………………………………. 30
3.3.26 Excavation …………………………………………….. 31
1.0 SCOPE
This specification establishes the Health, Safety and Environment (HSE) management
requirement to be complied by Contractors/Vendors including their sub-contractors/sub vendors
during construction.
This specification is not intended to replace the necessary professional judgment needed to
design & implement an effective HSE system for construction activities and the contractor is
expected to fulfill HSE requirements in this specification as a minimum. It is expected that
contractor shall implement best HSE practices beyond whatever are mentioned in this
specification.
2.0 REFERENCES
The Contractor should have a documented and duly approved HSE policy &objectives to
demonstrate commitment of their organization to ensure health, safety and environmental
aspects in their line of operations.
3.1.2 Management System
The HSE management system of the Contractor shall cover the HSE requirements &
commitments to fulfill them, including but not limited to what have been specified under
clauses 1.0 and 2.0 above. The Contractor shall obtain the approval of its site specific HSE Plan
from EIL/ Owner prior to commencement of any site works. Corporate as well as Site
management of the Contractor shall ensure compliance of their HSE Plan at work sites in its
entirety in true spirit.
3.1.3 Indemnification
Contractor shall indemnify & hold harmless, Owner/EIL & their representatives, free from any
and all liabilities arising out of non-fulfillment of HSE requirements or its consequences.
The Contractor shall designate/deploy various categories of HSE personnel at site as indicated
below in sufficient number. In no case, deployment of safety Supervisor / Safety Steward shall
substitute deployment of Safety Officer / Safety Engineer what is indicated in relevant statute of
BOCW Act i.e. deployment of safety officer/Safety Engineer is compulsory at project site. The
Safety supervisors, Safety stewards/Observer etc. would facilitate the HSE tasks at grass root
level for construction sites and shall assist Safety Officer /Engineers.
Contractor shall appoint safety personnel as given below for every work shift:
(i) Safety Observer/Steward: Contractor shall depute one Safety Observer/Steward for
every 100 workers or part thereof
(ii) Safety Supervisor: In addition to above (i), contractor shall depute one Safety
Supervisor for every 250 workers or part thereof
(iii) Safety Engineer: In addition to above (i &ii), one safety engineer/ officer for every
1000 workers or part thereof.
Contractor shall intimate/obtain prior permission from EIC before demobilizing any safety
personnel. The Contractor shall mobilize suitable safety personnel as replacement.
a) Safety Steward/Observer
As a minimum, he shall possess class XII pass certificate and trained in fire-fighting as
well as in safety/occupational health related subjects, with minimum two year of practical
experience in construction work environment and should have adequate knowledge of the
local language spoken by majority of the workers at the construction site.
b) Safety Supervisor
As a minimum, he shall possess a recognized graduation Degree in Science (with Physics
& Chemistry) or a Diploma in Engg. Or Tech. with minimum Two years of practical
experience in construction work environment and should possess requisite skills to deal
with construction safety & fire related day-to-day issues.
(i) Recognized degree in any branch of Engg. or Tech. or Architecture with practical
experience of working in a building or other construction work in supervisory
capacity for a period of not less than two years, or possessing recognized diploma in
any branch of Engg. or Tech with practical experience of working in a building or
other construction work in supervisory capacity for a period of not less than five
years.
(ii) Recognized degree or one year diploma in Industrial safety(from any Indian
Institutes recognized by AICTE or State Council of Tech. Education of any Indian
State/Union territory) with at least one paper in construction safety (as an elective
subject).
(iii) Preferably have adequate knowledge of the language spoken by majority of the
workers at the construction site.
Alternately
(i) Person possessing Graduation Degree in Science with Physics & Chemistry and
degree or one year diploma in Industrial Safety (from any Indian institutes
recognized by AICTE or State Council of Tech. Education of any Indian State/
Union Territory) with practical experience of working in a building, plant or other
construction works (as Safety Officer, in line with Indian Factories Act, 1948) for a
period of not less than five years, may be considered as Safety Officer.
d) HSE In-Charge
In case there is more than one Safety Officer at any project construction site, one of them,
who is senior most by experience (in HSE discipline), may be designated as HSE In-
Charge. Duties & responsibilities of such person shall be commensurate with that of
relevant statute and primarily to coordinate with top management of EIL/Client and
contractors.
In case the statutory requirements i.e. State or Central Acts and / or Rules as applicable like
the Building and Other Construction Workers’ Regulation of Employment and Conditions
of Service- Act,1996 or State Rules (wherever notified), the Factories Act, 1948 or Rules
(wherever notified), etc. are more stringent than above clarifications, the same shall be
followed.
Contractors shall ensure physical availability of safety personnel at the place of specific
work location, where Hot Work Permit is required/granted. No work shall be started at any
of the project sites until above safety personnel & concerned Site Engineer of Contractor
are physically deployed at site. The Contractor shall submit a HSE Organogram clearly
indicating the lines of responsibility and reporting system and elaborate the responsibilities
of safety personnel in their HSE Plan.
The Contractor shall verify & authenticate credentials of such safety personnel and furnish
Bio-Data/Resume/Curriculum Vitae of the safety personnel as above for EIL/Owner’s
approval, at least 1 month before the mobilization. The Contractor, whenever required,
shall arrange submission of original testimonials/certificates of their Safety personnel, to
EIL/Owner (for verification/scrutiny, etc.)
Imposition/ Realization of penalty shall not absolve the Contractor from his/her
responsibility of deploying competent safety officer at site.
Adequate planning and deployment of safety personnel shall be ensured by the Contractor
so that field activities do not get affected because of non-deployment of competent &
qualified safety personnel in appropriate numbers.
3.1.5 Implementation, Inspection/Monitoring
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
a) The Contractor shall be fully responsible for planning, reporting, implementing and
monitoring all HSE requirements and compliance of all laws & statutory requirements.
b) The Contractor shall also ensure that the HSE requirements are clearly understood &
implemented conscientiously by their site personnel at all levels at site.
c) The Contractor shall ensure physical presence of their field engineers / supervisors, during
the continuation of their contract works / site activities including all material transportation
activities. Physical absence of experienced field engineers / supervisors of Contractor at
critical work spot during the course of work may invite halting / stoppage of work.
d) The Contractor shall regularly review inspection report internally and implement all
practical steps / actions for improving the status continuously.
e) Contractor skilled workmen like riggers, scaffold erectors, welders, crane operators etc.
should have sufficient past experience and skill on the relevant job.
f) The Contractor shall ensure important safety checks right from beginning of works at every
work site locations and to this effect format No. HSE-10 “Daily Safety Check List” shall be
prepared by field engineer & duly checked by safety personnel for conformance.
g) The Contractor shall carry out inspection to identify various unsafe conditions of work
sites/machinery/equipment’s as well as unsafe acts on the part of
workmen/supervisor/engineer while carrying out different project related works.
h) Adequate records for all inspections shall be maintained by the Contractor and the same
shall be furnished to EIL/Owner, whenever sought.
i) To demonstrate involvement/commitment of site management of Contractor, at least one
Safety Walk through in a month shall be carried out by Contractor’s head of site (along
with his area manager/field engineers) and a report shall be furnished to EIL/Owner as per
format No: HSE-1” Safety walk through report” followed by compliance for unsatisfactory
remarks.
j) As a general practice lifting tools/tackles, machinery, accessories etc. shall be inspected,
tested and examined by competent person(approved by concerned State authorities) before
being used at site and also at periodical interval (e.g. during replacement, extension,
modification, elongation/reduction of machine/parts, etc.) as per relevant statutes. Hydra,
cranes, lifting machinery, mobile equipment’s/ machinery/ vehicles, etc. shall be inspected
regularly by only competent / experienced personnel at site and requisite records for such
inspections shall be maintained by contractor. Contractor shall also maintain records of
maintenance of all other site machinery (e.g. generators, rectifiers, compressors, cutters,
etc.) &portable tools/equipment’s being used at project related works (e.g. drills, abrasive
wheels, punches, chisels, spanners, etc.).The Contractor shall not make use of arbitrarily
fabricated ‘derricks’ at project site for lifting/ lowering of construction materials.
k) Site facilities /temporary. installations, e.g. batching plant, cement godown, DG-room,
temporary electrical panels/distribution boards, shot-blasting booth, fabrication yards, etc.
and site welfare facilities, like labour colonies, canteen/pantry, rest-shelters, motor
cycle/bicycle-shed, First-aid centers, urinals/toilets, etc. should be periodically inspected by
Contractor (preferably utilizing HR/Admin. personnel to inspect site welfare facilities) and
records to be maintained.
a) The contractor shall develop a system to implement Behavior-Based Safety (BBS) through
which work groups can identify, measure and change the behaviors of employees and
workers towards construction safety aspects.
b) The BBS process shall include the following:
- Identify the behaviors critical to achieve required safety performance.
- Communicate the behaviors and how they are performed correctly by all
- Observe the work force and record safe/at risk behaviors. Intervene with workers to
give positive reinforcement when unsafe behaviors are observed. Provide
coaching/correction when at risk behaviors are observed
- Collect and record observation data
- Summarize and analyze observation data
- Communicate observation data and analysis results to all employees
- Provide recognition or celebrate when safe behavior improvements occur
- Change behaviors to be observed or change activators or change consequences as
appropriate.
- Communicate any changes to workforce
c) Contractor through its own HSE committee shall implement the above process.
d) The necessary procedures and Monthly reporting formats shall be developed by the
contractor for approval by EIL/Owner.
e) The HSE committee of contractor shall observe individual’s behavior for safe practices
adapted for utilization/execution of work for followings a minimum:-
- PPE
- Tools & equipment’s
- Hazard Identification & control
- House keeping
- Confined space entry
- Hot works
- Excavation
- Loading & unloading
- Work at height
- Stacking & storage
- Ergonomics
The Contractor shall arrange suitable First-aid measures such as First Aid Box (Refer
Appendix-B for details), stand-by Emergency Vehicle .Additionally separate ambulance with
trained personnel/male or female nurse to administer First Aid shall be provided by the
Contractor beyond deployment of 500 workmen during day/night working hours.
a) The Contractor shall arrange installation of fire protection measures such as adequate
number of steel buckets with sand & water and adequate number of appropriate portable
fire extinguishers (Refer Appendix-C for details) to the satisfaction of EIL/Owner.
b) The Contractor shall arrange EMERGENCY MOCK DRILL like fire, bomb threat, gas
leakage, earth quake, etc. at each site at least once in three months, involving site workmen
and site supervisory personnel & engineers. The Contractor shall maintain record of such
mock drills at project site.
c) The contractor shall require to tie-up with the hospitals located in the neighborhood for
attending medical emergency.
3.1.9 Documentation
The Contractor shall evolve a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the
same shall be submitted for approval by owner/EIL.
- HSE Organogram
- Site specific HSE Plan
- Safety Procedures, forms and Checklist. Indicative list of HSE procedures is attached as
Appendix :H
- Inspections and Test Plan
- Risk Assessment & HIRAC for critical works.
- HIRAC Register as per Format no: HSE-19 to identify, assess, analyze & mitigate the
construction hazards& incorporate relevant control measures before actually executing site
works.
- Environmental Aspect Impact Register as per Format no: HSE-18 (identify, assess, analyze
& mitigate the environmental impact & incorporate relevant control measures).
- Legal Register to identify and comply to all applicable HSE related legal requirements.
The monitoring for implementation shall be done by regular inspections and compliance of the
observations thereof. The Contractor shall get similar HSE requirements implemented at his
sub-contractor(s) work site/office, if applicable. However, compliance of HSE requirements
shall be the responsibility of the Contractor. Any review/approval by EIL/Owner shall not
absolve contractor of his responsibility/liability in relation to fulfilling all HSE requirements.
3.1.10 Audit
The Contractor shall submit an Audit Plan to EIL/Owner indicating the type of audits covering
following as minimum:
a) Internal HSE audits regularly on six monthly basis by engaging internal qualified auditors
(viz. safety officers/Construction personnel having 5years experience in construction safety
and Lead Auditor Course: OHSAS 18001/ISO 45001 certification).However, minimum
two internal HSE audit will have to be conducted irrespective of time period of the
contract.
b) External HSE audits regularly on yearly basis by engaging authorized auditing agencies
(viz. National Safety Council etc.) or qualified external auditors (viz safety
officers/Construction personnel having 10years experience in construction safety and Lead
Auditor Course: OHSAS 18001/ISO 45001certification). However, minimum one external
HSE audit will have to be conducted irrespective of time period of the contract.
All HSE shortfalls/ non-conformances on HSE matters brought out during review/audit, shall be
resolved forthwith (generally within a week) by Contractor& compliance report shall be
submitted to EIL/Owner.
In addition to above audits by contractor, the contractor’s work shall be subjected to HSE audit
by EIL/Owner at any point of time during the pendency of contract. The Contractor shall take
all actions required to comply with the findings of the Audit Report and issue regular
Compliance Reports for the same to OWNER/ EIL till all the findings of the Audit Report are
fully complied.
Failure to carry-out HSE Audits& its compliance (internal & external) by Contractor, shall
invite penalization.
3.1.11 Meetings
i. The Contractor shall ensure participation of his top most executive at site (viz. Resident
Construction Manager / Resident Engineer/ Project Manager / Site-in-Charge) along with
safety officer in Safety Committee/HSE Committee meetings arranged by EIL/Owner
usually on monthly basis or as and when called for. In case Contractor’s top most
executive at site is not in a position to attend such meeting, he shall inform EIL/Owner in
writing before the commencement of such meeting indicating reasons of his absence and
nominate his representative – failure to do so may invite very stringent penalization against
the specific Contractor, as deemed fit as per Contract. The obligation of compliance of any
observations during the meeting shall be always time bound. The Contractor shall always
assist EIL/Owner to achieve the targets set by them on HSE management during the project
implementation.
ii. In addition, the Contractor shall also arrange internal HSE meetings chaired by his top most
executive at site on fortnightly basis and maintain records. Such internal HSE meetings
shall essentially be attended by field engineers / supervisors including safety personnel of
the Contractor and its associates. Records of such internal HSE meetings shall be
maintained by the Contractor for review by EIL/Owner or for any HSE Audits.
EIL/Owner may impose stoppage of work without any cost & time implication to the Owner
and/or impose a suitable penalty.
The amount of penalty to be levied against defaulted Contractor shall be up to a cumulative
limit of
2.0% (Two percent) of the contract value for Item Rate or Composite contracts with an overall
ceiling of 1,00,00,000(Rupees One Crore).
0.5% (Zero decimal five percent) of the contract value for LSTK, OBE, EPC, BOO/BOOT,
EPCC or Package contracts with an overall ceiling of 10,00,00,000(Rupees Ten Crores.)
This penalty shall be in addition to all other penalties specified elsewhere in the contract. The
decision of imposing stop-work-instruction and imposition of penalty shall rest with
EIL/Owner. The same shall be binding on the Contractor. Imposition of penalty does not make
the Contractor eligible to continue the work in unsafe manner.
The amount of penalty applicable for the Contractor on different types of HSE violations is
specified below:
Sl.
Violation of HSE Norms Penalty Amount
No.
1. For not using personal protective equipment like Rs.500/- per day/Item / Person
Helmet, Safety Shoes, and other safety gadgets as
applicable as per nature of work.
2. Working without Work Permit/Clearance Rs.20,000/- per occasion
3 Execution of work without deployment of requisite Rs.5,000/- per violation per day
field engineer / supervisor at work spot
4. Unsafe electrical practices (not installing ELCB, Rs.10,000/- per item per day
using poor joints of cables, using naked wire without
top plug into socket, laying wire/cables on the roads,
electrical jobs by incompetent person, etc.)
5. Working at height without full body harness, using Rs.10,000/- per case per day
non-standard/ rejected scaffolding and not arranging
fall protection arrangement as required, like hand-
rails, life-lines, Safety Nets etc.
6. Unsafe handling of compressed gas cylinders (No Rs.1,000/- per item per day
trolley, jubilee clips double gauge regulator, and not
keeping cylinders vertical during storage/handling,
not using safety cap of cylinder).
7. Use of domestic LPG for cutting purpose / not using Rs.5,000/-per occasion
flash back arresters on both the hoses/tubes on both
ends.
8. No fencing/barricading of excavated areas / Rs.5,000/- per occasion
trenches.
9. Not providing shoring/strutting/proper slope and not Rs.5,000/-per occasion
keeping the excavated earth at least 1.5M away from
excavated area.
10. Non display of scaffold tags, caution boards on Rs.1,000/- per occasion per day
erected scaffolds.
11. Traffic rules violations like over speeding of Rs.3,000/-per occasion per day
vehicles, rash driving, talking on mobile phones
during vehicle driving, wrong parking, not using seat
belts, vehicles not fitted with reverse horn / warning
alarms / flicker lamps during foggy weather.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Sl.
Violation of HSE Norms Penalty Amount
No.
12. Absence of Contractor’s RCM/SIC or his nominated Rs.10,000/- per meeting
representative (prior approval must be taken for each
meeting for nomination) from site HSE meetings
whenever called by EIL/Owner& failure to nominate
his immediate deputy for such HSE meetings.
13. Failure to maintain HSE records by Contractor Rs.10,000/- per month
Safety personnel, in line with approved HSE
Plan/Procedures/Contract specifications.
14. Failure to conduct daily site safety inspection (by Rs.10,000/- per occasion
Contractor’s Site Engineer & safety officer), internal
HSE meeting, internal HSE Awareness/Motivation
Program and Site HSE Training at predefined
frequencies (as approved in HSE Plan).
15. Failure to fill online/submit the monthly HSE report
Rs10,000/-per occasion and
by 5th of subsequent month to Engineer-in-Charge/ Rs.1,000/-per day of further
Owner delay
16. Poor House Keeping Rs.5,000 /- per occasion per
subject
17. Failure to report &follow-up accident (including Rs.20,000/- per occasion
Near Miss) reporting system within specific time-
frame.
18. Degradation of environment (not confining toxic Rs.10,000/- per occasion
spills, spilling oil/lubricants onto ground)
19. Not medically examining the workers before Rs.5,000/- per occasion per
allowing them to work at height / to work in worker
confined space / to work in shot-blasting / to work
for painting / to work in bitumen or asphalt works,
not providing ear muffs while allowing them to work
in noise polluted areas, made them to work in air
polluted areas without respiratory protective devices,
etc.
20. Violation of any other safety condition as per job Rs.5,000/- per occasion
HSE plan / work permit and HSE conditions of
contract (e.g. using crowbar on cable trenches,
improper welding booth, not keeping fire
extinguisher ready at hot work site, unsafe rigging
practices, non-availability of First-Aid box at site,
not providing dead man handle switch for blasting,
whiplash arrestor for the compressor line, not using
hood with respiratory devices by blaster for
shot//grit blasting, etc.)
21. Penalty for non-deployment of ambulance in case of Rs.3,000 per day
man-power more than 500 or not providing
dedicated emergency vehicle in case of man-power
less than 500.
22. Failure to carry-out Safety audit in time (internal & Rs.20,000/- per occasion (for
external),close-out of identified shortfalls of internal audit &OSA).
Observations of Safety Aspects(OSA),etc. Rs.30,000/-per occasion for
external audit
23. Carrying out sand blasting instead of grit/shot Rs.50,000/- per day
blasting
Sl.
Violation of HSE Norms Penalty Amount
No.
24. Failure to deploy adequately qualified and Rs.10,000/- per day per Officer
competent Safety Officer
The Contractor shall make his field engineers/supervisors fully aware of the fact that they keep
track with the site workmen for their behavior and compliance of various HSE requirements.
Safety lapses / defects of project construction site shall be attributable to the concerned job
supervisor / engineer of the Contractor, (who remains directly responsible for safely executing
field works). For repeated HSE violations, concerned job supervisor / engineer shall be
reprimanded or appropriate action, as deemed fit, shall be initiated (with information to EIL &
Owner) by the concerned Contractor.
Contractor shall initiate verbal warning shall be given to the worker/employee during his first
HSE violation. A written warning shall be issued on second violation and specific training shall
be arranged / provided by the Contractor to enhance HSE awareness/skill including feedback on
the mistakes/ flaws. Any further violation of HSE stipulations by the erring individuals shall call
for his forthright debar from the specific construction site. A record of warnings for each
worker/employee shall be maintained by the Contractor, like by punching their cards / Gate
passes or by displaying their names at the Project entry gate. Warnings, penalizations,
appreciations etc. shall be discussed in HSE Committee meetings by site Head of the
Contractor.
c) All wooden scrap, empty wooden cable drums and other combustible packing materials,
shall be removed from work place to identified location(s).
d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips and
bricks etc. shall not be allowed on the roads to obstruct free movement of men &
machineries.
e) Fabricated steel structural, pipes & piping materials shall be stacked properly.
f) Water logging on roads shall not be allowed.
g) No parking of trucks/trolleys, cranes and trailers etc. shall be allowed on roads, which may
obstruct the traffic movement.
h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working
areas.
i) Protective measures to be ensured with projected rebar by suitable means.
j) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.
k) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate matter like dust, sand, etc. by keeping the top surface wet for ease in breathing.
l) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits/ trench excavation/ elevated work platforms/ confined spaces
etc.
m) Welding cables and the power cable must be segregated and properly stored and used. The
same shall be laid away from the area of movement and shall be free from obstruction.
n) Schedule for upkeep/cleaning of site to be firmed up and implemented on regular basis.
The Contractor shall carry-out regular checks (minimum one per fortnight) as per format No.
HSE-11 for maintaining high standard of housekeeping and maintain records for the same. The
Contractor shall provide supervisor for housekeeping exclusively for management of day-to-day
housekeeping activities.
The Contractor shall ensure identification of all Occupational Health, Safety & Environmental
hazards in the type of work he is going to undertake and enlist mitigation measures. Contractor
shall carry out HIRAC specifically for high risk jobs/critical jobs like
a) Working at height (+2.0 Mts height) for cold (incl. colour washing, painting, insulation
etc.) & hot works.
b) Work in confined space,
c) Deep excavations &trench cutting (depth > 2.0 mts.)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of structural steel members / roof-trusses / pipes at height more than 2.0 Mts. with
or without crane.
h) Erection of pipes (full length or fabricated) at height more than 2.0 Mts. height with Crane
of 100T capacity.
i) All lifts using 100T Crane plus mechanical pulling.
j) All lifts using two cranes in unison (Tandem Lifting).
k) Any lift exceeding 80% capacity of the lifting equipment’s (hydra, crane etc.).
l) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or
mechanically.
m) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.
n) Erection of any item at >2.0 Mts. height using 100T crane or of higher capacity
o) Hydrostatic test of pipes, vessels & columns and water-flushing.
p) Radiography jobs (in-plant & open field)
q) Work in Live Electrical installations / circuits
r) Handling of explosives &Blasting operations
s) Demolishing/ dismantling activities
t) Welding/ gas cutting jobs at height (+2.0 Mts.)
u) Lifting/placing roof-girders at height(+2.0 Mts.)
v) Lifting & laying of metallic / non-metallic sheet over roof/structures.
w) Lifting of pipes, gratings, equipment’s/vessels at heights (+2.0 Mts.) with & without using
cranes
x) Calibration of equipment, instruments and functional tests at yards / work-sites.
y) Operability test of Pump, Motors (after coupling) & Compressors.
z) Cold or Hot works inside Confined Space.
aa) Transportation & shifting of ODC consignments into project areas.
bb) Working in “Charged/Live” elect. Panels
cc) Stress Relieving works (Electrically or by Gas-burners).
dd) Pneumatic Tests
ee) Card board blasting
ff) Grit Blasting activity
gg) Catalyst loading/unloading
hh) Erection/dismantling of scaffolding
ii) Chemical cleaning
The necessary HSE measures devised shall be put in place, prior to start of an activity &also
shall be maintained during the course of works, by the Contractor. Copies of such HIRAC shall
be kept available at work sites by the Contractor to enable all concerned carrying out checks /
verification.
A list of typical construction hazards along with their effects & preventive measures is given in
Appendix-E.
3.3.2 Accessibility
g) The Contractor shall provide safe means of access(in sufficient numbers)& efficient exit to
any working place including provisions of suitable and sufficient scaffolding at various
stages during all operations of the work for the safety of his workmen and EIL/Owner.
h) The Contractor shall implement use of all measures including use of “life line”, “fall-
arresters”, “retractable fall arresters”, “safety nets” etc. during the course of using all safe
accesses& exits, so that in no case any individual remains at risk of slip & fall during their
travel.
i) A ladder or step- ladder must have a level and firm footing, in case of use of fixed ladders,
sufficient foot hold and hand hold to be provided.
j) The access to operating plant / project complex shall be strictly regulated. Any person or
vehicle entering such complex shall undergo identification check, as per the procedures in
force / requirement of EIL/Owner.
k) Accessibility to ‘confined space’ shall be governed by specific system / regulation, as
established at project site.
a) The Contractor workmen shall be permitted entry inside the project premises only with
proper PPEs.
b) The Contractor shall ensure that all their staff, workers and visitors including their sub-
contractor(s) have been issued (records to be kept) & wear appropriate PPEs like nape strap
type safety helmets preferably with head &sweat band with ¾” cotton chin strap (made of
industrial HDPE), High ankle safety shoes with steel toe cap and antiskid sole, Coverall,
full body harness (CЄ marked and conforming to EN361), protective goggles, gloves, ear
muffs, respiratory protective devices, etc. All these gadgets shall conform to applicable IS
Specifications/CE or other applicable international standards. The Contractor shall
implement a regular regime of inspecting physical conditions of the PPEs being issued /
used by the workmen of their own & also its sub-agencies and the damaged / unserviceable
PPEs shall be replaced forthwith.
c) Owner/EIL may issue a comprehensive color scheme for helmets to be used by various
agencies. The Contractor shall follow the scheme issued by the owner/EIL and shall choose
colour other than white (for Owner) or blue (for EIL). All HSE personnel shall preferably
wear dark green band on their helmet or green color safety helmet so that workmen can
approach them for guidance during emergencies. HSE personnel shall preferably wear such
dresses with fluorescent stripes, which are noticeable during night, when light falls on
them.
d) Florescent jackets with respective company logo to be worn by the contractor workmen
with different color coding for categories like supervisor and workmen.
e) Workers required using or handling alkalies, acid or other similar corrosive substance at
site shall be provided with appropriate protective equipment, in accordance with MSDS.
f) For shot blasting, the usage of protective face shield and helmets, gauntlet and protective
clothing is mandatory. Such protective clothing should conform relevant IS Specification.
g) For off-shore jobs/contracts, contractor shall provide PPEs (new) of all types to EIL &
Owner's personnel, at his (contractor's) cost. All personnel shall wear life jacket at all time.
h) An indicative list of HSE standards/codes is given under Appendix-A.
i) Contractor shall ensure procurement & usage of following safety equipment’s/ accessories
(conforming to applicable IS mark / CE standard) by their staff, workmen & visitors
including their subcontractors all through the span of project construction / pre-
commissioning/ Commissioning:-‘
i. PPEs (Helmet with company name/logo, Safety Goggles, Coverall, Ear-muff, Face
Shield, Hand Gloves, High Ankle Safety Shoes, Gum Boot etc.)
ii. Barricading tape / warning signs
iii. Rechargeable Safety torch (flame-proof)
iv. Safety nets (with tie-chords)
v. Fall arresters
vi. Portable ladders (varying lengths)
vii. Life-lines (steel wire-rope, dia. not less than 8.0 mm)
viii. Full body double lanyard Safety harness with Rebar/ladder hook or scaffolding hook.
ix. Lanyard
x. Karabiner
xi. Retractable fall arresters (various length)
xii. Portable fire extinguishers (DCP type) – 5 kg&10 kg capacity
xiii. Portable Multi Gas detector
xiv. Sound level meter
xv. Digital lux meter
xvi. Fire hoses & flow nozzles
xvii. Fire blankets/ Fire retardant cloth (with eyelets)
xviii. Flame retardant/Flame resistant coverall-based on hazard identification & risk
assessment, if required.
b) Such PFW shall be initially issued for one single shift or expected duration of normal work
and extended further for balance duration, if required. EIL/Owner can devise block-permit
system at any specific area, in consultation with project specific HSE Committee to specify
the time-period of validity of such PFW or its renewal. This permit shall be applicable in
areas where specific clearance from Owner’s operation Deptt./Safety Deptt. is not required.
EIL / Owner’s field Engineers/Safety Officers/Area Coordinators may verify and counter
sign this permit (as an evidence of verification) during the execution of the job.
c) All personnel shall be medically examined & certified by registered doctor, confirming
their ‘medical fitness (Vertigo or epilepsy must be covered under test report)for working at
height. The fitness examination shall be done once in six months.
d) In case work is undertaken without taking sufficient precautions as given in the permit,
EIL/Owner Engineers may exercise their authority to cancel such permit and stop the work
till satisfactory compliance/rectification is arranged made. Contractors are expected to
maintain a register for issuance of permit and extensions thereof including preserving the
used permits for verification during audits etc.
e) The Contractor shall arrange (at his cost) and ensure use of Fall Arrester Systems by his
workers. Fall arresters are to be used while climbing/descending tall structures or vessels /
columns etc. These arresters should lock automatically against the anchorage line,
restricting free fall of the user. The device is to be provided with a double security opening
system to ensure safe attachment or release of the user at any point of rope. In order to
avoid shock, the system should be capable of keeping the person in vertical position in case
of a fall. All the fall arrest systems should be cleaned after use and stored in a clean & dry
area .Defective Safety Harness, lanyards & life line must be discarded from workplace and
record to be maintained.
f) The Contractor shall ensure that Full body harnesses with double lanyards conforming
EN361 and having authorized CЄ marking is used by all personnel while working at
height. The lanyards and life lines should have enough tensile strength to take the load of
the worker in case of a fall. One end of the lanyard shall be firmly tied with the harnesses
and the other end with life line. The harness should be capable of keeping the workman
vertical in case of a fall, enabling him to rescue himself.
g) The Contractor shall provide Roof Top Walk Ladders for carrying out activities on sloping
roofs in order to reduce the chances of slippages and falls.
h) The Contractor shall ensure that a proper Safety Net System is used wherever the hazard of
fall from height is present. The safety net, preferably a knotted one with mesh ropes
conforming to IS 5175/ ISO 1140 shall have a border rope & tie cord of minimum 12mm
dia. The Safety Net shall be located not more than 6.0 meters below the working surface
extending on either side upto. sufficient margin to arrest fall of persons working at different
heights.
i) In case of accidental fall of person on such Safety Net, the bottom most portion of Safety
Net should not touch any structure, object or ground.
j) Grade separators shall be provided in Pipe-rack/Tech-structures to arrest falling objects like
welding spatters, welding rods, nuts, bolts, tools etc. and to facilitate U/G and A/G works
simultaneously.
k) Beam Clamps may be used for construction of localized temporary working platforms
sheds for welding booths etc. at height in all types of steel structure due to faster
installation and requirement of less scaffolding materials.
l) Hanging Platform, manufactured by Standard HSE equipment vendors must be
encouraged for painting of Buildings etc.
m) All the tools used at height (like spanner, screw driver etc.) shall be provided with securing
arrangement like back-pack/waist pouch to prevent accidental slippage from worker hand.
n) The Contractor shall install temporary lightening arrester in tall structures during
construction to save human life and to avoid damage to equipment’s& machineries. During
the possibility of a thunderstorm, all the work at height where a person can be exposed to
lightning shall be stopped.
o) To the extent possible use Roller arrangement to shift overhead pipes from one end to other
in Pipe Racks Area.
p) Providing of steel scaffold stair tower system with landings at regular intervals as and when
required for height work.
q) The Contractor shall ensure positive isolation while working at different levels like in the
pipe rack areas. The working platforms with toe boards & hand rails shall be sufficiently
strong & shall have sufficient space to hold the workmen and tools & tackles including the
equipment’s required for executing the job. Such working platforms shall have mid-rails, to
enable people work safely in sitting posture.
a) Suitable steel scaffoldings only shall be provided to workmen for all works that cannot be
safely done from the ground or from solid construction except such short period work that
can be safely done using ladders or certified (by 3rd party competent person) man-basket.
When a ladder is used, an extra workman shall always be engaged for holding the ladder.
The ladder shall be inspected before use for cracked or split stiles, missing, broken, loose
or damaged rungs & splinters. The ladder shall be of adequate length to enable it to extend
to at least 1.0m above the landing place or working point. Metallic ladders shall be only
used as access.
.
b) The Contractor shall ensure that the scaffolds used during construction activities shall be
strong enough to take the designed load. Main Contractor shall always furnish duly
approved construction-design details of scaffold &SWL (from competent designers) free of
charge, before they are being installed/ constructed at site. Owner/EIL reserves the right to
ask the Contractor to submit certification and or design calculations from his Head Office/
Design/Engineering expert regarding load carrying capacity of the scaffoldings. All steel
tubing, couplers and fittings used for scaffolding shall conform to IS 3696 or an acceptable
equivalent. Only metallic scaffold boards shall be allowed to use. Steel tubes shall be free
from cracks, splits. Surface flaws & other defects. All couplers & fittings shall be properly
oiled and maintained. Nuts shall have a free running fit on their bolts. Bolts with worn or
damaged thread shall be replaced.
a) All electrical installations/ connections shall be carried out as per the provisions of latest
revision of following codes/standards, in addition to the requirements of Statutory
Authorities and IE/applicable international rules& regulations:
- OISD STD 173 : Fire prevention & protection system for electrical installations
- SP 30 (BIS) : National Electric Code
a. Shall make Single Line Diagram (SLD) for providing connection to each equipment’s &
machinery and the same (duly approved by EIL/Owner) shall be pasted on the front face of
DBs (distribution boards) or JBs (Junction boxes) at every site.(A typical Switch Board
Sketch is attached as Appendix -G)
b. Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per provisions
of the latest revision of the Indian Electrical/ applicable international regulations.
c. Shall deploy qualified & licensed electricians for proper & safe installation and for regular
inspection of construction power distribution system/points including their earthing. A
copy of the license shall be submitted to EIL / Owner for records. Availability of at least
one competent (ITI qualified) / licensed electrician (by State Elec. authorities) shall be
ensured at site round the clock to attend to the normal/emergency jobs.
d. All switchboards / welding machines shall be kept in well-ventilated & covered shed/ with
rain shed protection. The shed shall be elevated from the existing ground level to avoid
water logging inside the shed. Installation of electrical switch board must be done taking
care of the prevention of shock and safety of machine.
e. No flammable materials shall be used for constructing the shed. Also flammable materials
shall not be stored in and around electrical equipment / switchboard. Adequate clearances
and operational space shall be provided around the equipment.
f. Fire extinguishers and insulating mats shall be provided in all power distribution centers.
g. Temporary electrical equipment shall not be employed in hazardous area without obtaining
safety permit.
i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.
k. Multilingual (Hindi, English and local language) caution boards, shock treatment charts and
instruction plate containing location of isolation point for incoming supply, name &
telephone No. of contact person in emergency shall be provided in substations and near all
distribution boards / local panels.
l. ELCB tester /test meter shall be used for testing the ELCBs operation. ELCBs testing shall
be carried out by using ELCB tester on monthly basis but in specific cases like heavy rain
as decided by owner/EIC. Record of the testing shall be maintained.
m. Regular inspection of all installations at least once in a month. (Ref. Format HSE-12).
3.3.6.2 The following features shall also be ensured for all electrical installations during construction
phase by the contractor:
a. Each installation shall have a main switch with a protective device, installed in an
enclosure adjacent to the metering point. The operating height of the main switch shall not
exceed 1.5 M. The main switch shall be connected to the point of supply by means of
armoured cable.
b. The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads in a
three phase circuit shall be balanced as far as possible and load on neutral should not
exceed 20% of load in the phase.
c. The installation shall be adequately protected against overload, short circuit and earth
leakage by the use of suitable protective devices. Fuses wherever used shall be HRC type.
Use of rewirable fuses shall be strictly prohibited. ELCB/RCCB (Residual Current Circuit
Breaker) must be fitted with all Electrical installation. The earth leakage devices shall have
an operating current not exceeding 30 mA.
d. All connections to the hand tools / welding receptacles shall be taken through proper
switches, sockets and plugs.
e. All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be
provided with socket caps.
f. Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor size of 1.5
mm2 copper shall be used for all single phase hand tools.
g. Only metallic distribution boxes with double earthing shall be used at site. No wooden
boxes shall be used.
h. All power cables shall be terminated with compression type cable glands. Tinned copper
lugs shall be used for multi-strand wires / cables.
When laid above ground, cables shall be properly cleated or supported on rigid poles of
atleast 2.1 M high. Minimum head clearance of 6 meters shall be provided at road
crossings.
k. Underground road crossings for cables shall be avoided to the extent feasible. In any case
no underground power cable shall be allowed to cross the roads without pipe sleeve.
l. All cable joints shall be done with proper jointing kit. No taped/temporary joints shall be
used.
m. An independent earthing facility should preferably be established within the temporary
installation premises. All appliances and equipment shall be adequately earthed. In case of
armored cables, the armour shall be bonded to the earthing system.IS: 3043 Code for
earthing practices shall be followed at project site.
n. All cables(green colour) and wire rope used for earth connections shall be terminated
through tinned copper lugs.
o. In case of local earthing, earth electrodes shall be buried near the supply point and earth
continuity wire shall be connected to local earth plate for further distribution to various
appliances. All insulated wires for earth connection shall have insulation of green colour.
Periodical check tests of all electrodes should be carried out and record shall be maintained
of such checks.
p. Separate core shall be provided for neutral. Earth / Structures shall not be used as a neutral
in any case.
q. ON/OFF position of all switches shall be clearly designated / painted for easy isolation in
emergency.
a) Contractor shall ensure that flash back arrestors conforming to BS:6158 or equivalent are
installed on all gas cylinders as well as at the torch end of the gas hose, while in use.
b) All cylinders shall be mounted on trolleys and provided with a closing key. Empty &
filled-up gas cylinders shall be stored separately with TAG, protecting them from direct
sun or rain. Minimum 2 nos. of Portable DCP type fire extinguishers (10 kg) shall be
maintained at the gas cylinder stores. Stacking & storing of compressed gas cylinders shall
be arranged away from DG set, hot works, Elect. Panels / Elec. boards, etc.
c) The burner and the hose placed downstream of pressure reducer shall be equipped with
Flash Back Arrester/Non Return Valve device.
d) The hoses for acetylene and oxygen cylinders must be of different colours. Their
connections to cylinders and burners shall be made with a safety collar.
e) At end of work, the cylinders in use shall be closed and hoses depressurized.
f) Cutting of metals using gases, other than oxygen &acetylene, shall require written
concurrence from Owner.
g) Grinding activity shall not be carried out in confined spaces without a valid work permit.
h) All grinding/cutting machines shall be guarded and fitted with Dead-Man switch and this
shall not be bypassed any time.
i) All welding/grinding machines shall have effective earthing at least at distinctly isolated
two points.
j) In order to help maintain good housekeeping, and to reduce fire hazard, live electrode bits
shall be contained safely and shall not be thrown directly on the ground.
k) The hoses of Acetylene and Oxygen shall be kept free from entanglement & away from
common pathways / walkways and preferably be hanged overhead in such a manner which
can avoid contact with cranes, hydra or other mobile construction machinery.
l) Hot spatters shall be contained / restricted appropriately (by making use of effective fire-
retardant cloth/fabric) and their flying-off as well as chance of contact with near-by
flammable materials shall be stopped. The Fire retardant blanket shall be woven from
ceramic yarn with eyelets.
m) The Contractor shall arrange adequate systems & practices for accumulation / collection of
metal & other scraps and remnant electrodes and their safe disposal at regular interval so as
to maintain the fabrication and other areas satisfactorily clean & tidy.
n) All gas cylinders must have a cylinder cap on at all times when not in use.
a) The Contractor shall assign to his workmen, tasks commensurate with their qualification,
experience and state of health. Competency of the crane operator to be thoroughly checked
prior to engaging in crane operation.
b) All lifting tools, tackles, equipment, trailers, trucks/dumpers, accessories including cranes
shall be tested periodically by statutory/competent authority for their condition and load
carrying capacity. Valid test & fitness certificates from the applicable authority shall be
submitted to Owner/EIL for their review/acceptance before the lifting tools, tackles,
equipment, trailers, trucks/dumpers, accessories and cranes are used. Third party inspection
certificate is mandatory for all lifting tools & tackles before put into use.
c) Load testing of Cranes by competent person must be made mandatory after each
modification/alteration of crane configuration/change in boom length. All heavy
equipment’s including cranes must be maintained in good condition &record of such
maintenance shall be maintained. Routine preventive maintenance of the crane to be carried
out& record to be maintained for such preventive maintenance. Healthiness of the crane to
be checked by Crane Expert on regular basis as per manufacturer guidelines.
d) HIRAC/JSA for assembly/dismantling activity of the crane to be submitted for approval of
EIC.
e) No one should stand/work below the mast & boom of the crane. Mast of the crane should
not be used for unintended lifts.
f) Mast of the crane to be kept in right position during dismantling activity of the crane.
g) Log book of all crane to be maintained.
h) Only authorized person shall be allowed to give signal to the operator.
i) Lifting/Loading/Unloading activities shall be carried out by the trained riggers under
supervision of rigging Foreman.
j) Prior to marching/movement of the crane, obstructions free access/route to be ensured.
k) Skilled Technician to be engaged for AC gas checking and refilling of refrigerant and
should follow the safe operating procedure for cranes.
l) Manufacturer’s instructions to be followed without any deviation.
m) The contractor shall not be allowed to use defective equipment or tools not adhering to
safety norms.
n) Adequate capacity of Chain pulley blocks with valid TPI certificate to be used for
lifting/lowering/dragging/erection of piping material .
o) Colour coding system for lifting tools & tackles shall be followed on quarterly basis for a
particular colour as mentioned below:
Period Colour Code
January, February, March Blue
April,May, June Yellow
July, August, September Green
October, November, December Orange
For Quarantine (Unsafe Tools & Tackles) Red
Contractor shall arrange non-sparking tools for project construction works in operating plant
areas / hydrocarbon prone areas.
i. Wherever required the Contractor shall make use of Elevated Work Platforms (EWP) or
Aerial Work Platforms (mobile or stationary) to avoid ergonomical risks and workmen
shall be debarred to board such elevated platform during the course of their shifting /
transportation.
ii. Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in
use) to minimize overloading risk. SLI shall have capability to continuously monitor
and display the load on the hook, and automatically compare it with the rated crane
capacity at the operating condition of the crane. The system shall also provide visual
and audible warnings at set capacity levels to alert the operator in case of violations.
iii. The contractor shall be responsible for safe operations of different equipments
mobilized and used by him at the workplace like transport vehicles, Tower Crane,
engines, cranes, mobile ladders, scaffoldings, work tools, etc. Strictly avoid standing
close to Hydra/vehicles tyres during operation.
iv. In general Man basket shall not be lifted by Hydra. Generally Crane shall be used for
lifting the man basket.
v. Tower Crane, Crane, Hydra mobile Crane (F-15 or equivalent), Hydraulic Rig &Boom
Lift shall be inspected on fortnightly basis as per Format No. HSE-20, HSE-21, HSE-
22, HSE-23 & HSE-24.
vi. The Contractor shall arrange periodical training for the operators of hydra mobile crane,
crane, excavator, mobile machinery, Tower Crane, etc. at site by utilizing services from
renowned manufacturers.
vii. Hydra mobile crane (F-15 or equivalent) having steering control mechanism shall be
permitted at construction site only for the purpose of loading/unloading. However,
continuous rigger availability during marching of hydraulic crane at site shall be
ensured by contractor.
a) The contractor shall identify all operations that can adversely affect the health of its
workers and issue & implement mitigation measures.
b) For surface cleaning operations, sand blasting shall not be permitted even if not explicitly
stated elsewhere in the contract.
c) To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding
shall not contain Thorium.
d) Appropriate respiratory protective devices(hood with respiratory devices) shall be used to
protect workmen from inhalation of air borne contaminants like silica, asbestos, gases,
fumes, etc.
e) Workmen shall be made aware of correct methods for lifting, carrying, pushing & pulling
of heavy loads. Wherever possible, manual handling shall be replaced by mechanical lifting
equipment’s.
f) In view of the congested working environment and associated hazards, deployment of
manpower/machineries shall be in staggered manner keeping adequate safe distance
between two adjacent work spot.
g) For jobs like drilling/demolishing/dismantling/steam blowing/cardboard blasting etc. where
noise pollution exceeds the specified limit of 85decibels, ear muffs shall be provided to the
workers. The Noise level monitoring record shall be maintained.
h) To avoid work related upper limb disorders (WRULD) and backaches, Display Screen
Equipments' workplace stations shall be carefully designed & used with proper sitting
postures. Power driven hand-held tools shall be maintained in good working condition to
minimize their vibrating effects and personnel using these tools shall be taught how to
operate them safely & how to maintain good blood circulation in hands.
i) The Contractor shall arrange health check-up(by registered medical practitioner) for all the
workers at the time of induction. Health check may have to be repeated if the nature of duty
assigned to him is changed necessitating health check or doubt arises about his wellness.
EIL/Owner reserves the right to ask the contractor to submit medical test reports. Regular
health check-ups are mandatory for the workers assigned with Welding, Radiography,
Blasting, Painting, Heavy Lift and Height (>2m) jobs. All the health check-ups shall be
conducted by registered Medical practitioner and records are to be maintained by the
Contractor.
j) The Contractor shall arrange Medical Camps at regular intervals at work sites and labor
colonies to assess health condition of workers.
k) The Contractor shall ensure vaccination of all the workers including their families, during
the course of entire project span.
a) Hazardous, inflammable and/or toxic materials such as solvent coating, thinners, anti-
termite solutions, water proofing materials shall be stored in appropriate containers
preferably with lids having spillage catchment trays and shall be stored in a good ventilated
area. These containers shall be labeled with the name of the materials highlighting the
hazards associated with its use and necessary precautions to be taken. Respective MSDS
(Material Safety Data Sheet) shall be made available at site &may be referred whenever
problem arises.
b) Where contact or exposure of hazardous materials are likely to exceed the specified limit or
otherwise have harmful effects, appropriate personal protective Equipment’s such as
gloves, goggles/face-shields, aprons, chemical resistant clothing, respirator, etc. shall be
used.
c) The work place shall be checked prior to start of activities to identify the location, type and
condition of any asbestos materials which could be disturbed during the work. In case
asbestos material is detected, usage of appropriate PPEs by all personnel shall be ensured
and the matter shall be reported immediately to EIL/ Owner.
a) The contractor shall establish a regular cleaning and basic housekeeping programme that
covers all aspects of the workplace to help minimize the risk of slips, trips & falls. The
contractor shall take positive measures like keeping the work area tidy, storing waste in
suitable containers & harmful items separately, keeping passages, stairways, entrances &
exits especially emergency ones clear, cleaning up spillages immediately and replacing
damaged carpet/ floor tiles, mats & rugs at once to avoid slips, trips & falls.
b) Grating removal permit system should be implemented during construction phase. So that
after permanent gratings are installed on platforms and tech structure floors; removal of
any gratings for whatever purpose (including for lifting piping material etc.) is required to
be sanctioned by signed permit by HSE officers of both contractor and Engineer-in-charge.
The spot where gratings are removed shall be hard-barricaded during course of work. The
removed gratings shall be re-installed immediately after completion of work or at the time
of cessation of work every day whichever is earlier and the permit shall be closed on daily
basis. A register shall be maintained for recording all the grating removal permits and their
closure shall be monitored on daily basis.
3.3.12 Radiation exposure
a) All personnel exposed to physical agents such as ionizing &non-ionizing radiation,
including ultraviolet rays or similar other physical agents shall be provided with adequate
shielding or protection commensurate with the type of exposure involved.
b) For Open Field Radiography works, requirements of Bhabha Atomic Research Centre
(BARC)/ Atomic Energy Regulatory Board (AERB) shall be followed.
c) The Contractor shall implement an effective system of control (as described in the AERB
regulations) at site for handling radiography-sources & for avoiding its misuse & theft.
d) The contractor shall generate the Format No: HSE-8 “Permit for radiation work” before
start of work.
e) In case the radiography work has to be carried out at day time, suitable methodology to be
used so that other works, people are not affected.
3.3.13 Explosives/Blasting operations
a) Blasting operations shall be carried out as per latest Explosive Rules (Indian/ International)
with prior permission. The Contractor shall obtain license from Chief Controller of
Explosives (CCoE) for collection, transportation, storage of explosives as well as for
carrying out blasting operations.
b) The Contractor shall prepare exclusive method statement (in cognizance with statutory
requirements)for rock blasting works &diffusing unfired explosives, if any, at project site
before carrying out actual task. Nowhere blasting shall be carried out by the Contractor or
its agency without the involvement of competent supervisor and licensed blaster.
a) The Contractor shall ensure adequately planned road transport safety management system.
b) The vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights and
usage of seat belts shall be ensured.
c) The Contractor shall also ensure a separate pedestrian route for safety of the workers and
comply with all traffic rules & regulations, including maintaining speed limit of 20 KMPH
or indicated by owner for all types of vehicles / mobile machinery. The maximum
allowable speed shall be adhered to.
d) In case of an alert or emergency, the Contractor must arrange clearance of all the routes,
roads, access. The Contractor shall deploy sufficient number of traffic controllers at project
site routes / roads/ accesses, to alert reversing movement of vehicles & machinery as well
as pedestrians. Experienced drivers/operators with valid driving license (LMV/HMV)shall
be allowed to drive/operate the vehicles/equipment’s.The Contractor shall maintain copy of
PUC,RC and Insurance etc. for all the vehicles/equipment’s.
e) Dumpers, Tippers, etc. shall not be allowed to carry workers within the plant area and also
to & from the labour colony to & from project sites.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Contractor shall ensure proper storage and utilization methodology of materials that are
detrimental to the environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected and emphasize on recycling of waste materials, such
as metals, plastics, glass, paper, oil & solvents. The waste that cannot be minimized, reused or
recovered shall be stored and disposed of safely. In no way, toxic spills shall be allowed to
percolate into the ground. The contractor shall not use the empty areas for dumping the wastes.
The contractor shall ensure availability of stack emission test report of DG set.
Contractor to submit Environmental Aspect Impact Register detailing the list of activities in his
scope, the respective environmental impact and the actions taken to minimize the impact.
Environmental Aspect Impact Register to be prepared as per Format HSE-18 and to be updated
and maintained till job completion.
The contractor shall strive to conserve energy and water wherever feasible.
The contractor shall ensure dust free environment at workplace by sprinkling water on the
ground at frequent intervals. The air quality parameters for dust, poisonous gases, toxic releases,
harmful radiations, etc. shall be checked by the contractor on daily basis and whenever need
arises.
The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be
submitted to EIL/Owner for approval.
For pipeline jobs, top soil shall be stacked separately while making ROW through fields. This
fertile soil shall be placed back on top after backfilling.
For offshore construction barges, arrangements shall be made for safe disposal of human, food
& other wastes and applicable laws in this regard shall be followed.
All persons deployed at site shall be knowledgeable of and comply with the environmental laws,
rules & regulations relating to the hazardous materials, substances and wastes. Contractor shall
not dump, release or otherwise discharge or disposes off any such materials without the express
authorization of EIL/Owner. An indicative list of Statutory Acts & Rules relating to HSE is
given under Appendix-D.
3.3.20 Communication
All persons deployed at the work site shall have access to effective means of communication so
that any untoward incident can be reported immediately and assistance sought by them.
All health & safety information shall be communicated in a simple & clear language easily
understood by the local workforce.
k. H & S publicity
l. Suggestions
The contractor shall generate a work permit (Format No. HSE -7) before entering a confined
space. People, who are permitted to enter into confined space, must be medically examined &
certified by registered doctor, confirming their ‘medical fitness for working in confined space’.
All necessary precautions mentioned therein shall be adhered to. An attendant shall be
positioned outside a confined space for extending help during an emergency. Effective
communication shall be maintained between personnel in confined space and outside by
combination of visual/voice or portable radio. Compressed gas cylinders shall not be taken into
confine space. Entry Register for confined space to be maintained with the name and time of
entry/exit. All appropriate PPEs and air quality parameters shall be checked before entering a
confined space. It shall be ensured that the piping of the equipment which has to be opened is
pressure- free by checking that blinds are in place, vents are open and volume is drained. Inside
confined space works, only electrical facilities / installations of 24V shall be permitted.
Contactor shall ensure usage of safe & suitable arrangement of oxygen supply for individual
workmen (during the course of work in confined space), if oxygen concentration is found to be
less than 19.5% (v/v) there. All persons must be made aware of the risk associated with
Nitrogen &all precautionary measures shall be taken when vessel/sphere/pipelines etc. are being
purged with nitrogen.
Rescue arrangement must be readily available at workplace to fulfill requirement of the
emergency situation.
i) For lifting any material (irrespective of shape, size or volume), at any height, it is always
advisable to prepare a Plan of Erection (PoE) taking into consideration hazards & risks
associated therein – this can enable people to put their own experiences of various natures
& side-by-side establish a practical method for risk-free erection / lifts. The contractor shall
prepare PoE & shall document the same, when risks are identified as “medium” or “high”
and the same shall be approved by its competent / qualified engineer.
The contractor shall measure an activity in both leading & trailing indicators for statistical and
performance measurement. The activities pertaining to key performance indicators are covered
in Monthly HSE Report (Format No. HSE-5). The contractor shall try to achieve a statistically
fair record and strive for its continual improvement.
- Number of Safety Inductions carried-out at site (for workmen & staff members)
- Number of HSE inspections carried out
- Number of “Safety Walk Through” carried-out by site-head.
- Number of HSE shortfalls / lapses identified per contractor& closed-out in time.
- Number of Safety Meetings conducted (in-house / with contractors)
- Number of HSE Audits made (internal & external) vis-à-vis non conformances raised
- Number of HSE Awareness / Motivational program conducted by contractors
- Number of HSE Trainings conducted at site for supervisors & workmen
- Study of Near miss case reported
- Encouragements / Awards / Recognitions to workmen, job supervisors & field engineers.
- Suggestions for improvement
Variety
Period of the year / project span
Timings of the incident / accident
Age profile of victims
Body parts involved
Penalty levied for causing incident / accident
Contractor shall take appropriate measures and necessary work permits/clearances if work is to
be done in or around marshy areas, river crossings, mountains, monuments, etc. The Contractor
shall make right assessment and take all necessary action for developing work areas to make
them safe & suitable for crane operations or other vehicular movement before carrying out any
project related activity / operation. Contractor shall take all necessary actions to make the
surroundings of its site establishments (site office, stores, lay-down area etc.) work-worthy
safe and secure.
Contractor shall ensure that boats and other means used for transportation, surveying &
investigation works shall be certified seaworthy by a recognized classification society. It shall
be equipped with all life saving devices like life jackets, adequate fire protection arrangements
and shall possess communication facilities like cellular phones, wireless, walkie-talkie. All
divers used for seabed surveys, underwater inspections shall have required authorized license,
suitable life-saving kit. Number of hours of work by divers shall be limited as per regulations.
EIL/ Owner shall have the right to inspect the boat and scrutinize documents in this regard.
3.3.26 Excavation
The Contractor shall obtain permission from competent authorities prior to excavation wherever
required.
The Contractor shall locate the position of buried utilities (water line, cable route, etc.) by
referring to project / plant drawing / in consultation with EIL/Owner. The Contractor shall start
digging manually to locate the exact position of buried utilities & thereafter use mechanical
means.
In case of non-availability of sufficient data/drawings, underground services i.e. underground
cable/ pipe shall be checked by cable detector/pipe locator by the contractor.
The Contractor shall keep soil heaps at least 1.5 M away from edge or a distance equal to depth
of pit (whichever is more)
All excavated pits greater than 10 Sq.M plan area and depth more than 1.5M shall have at least
two access routes for ingress and egress. Also, additional access routes shall be provided such
that distance between any two access routes shall not be more than 20M.
The Contractor shall maintain sufficient “angle of repose” during excavation – shall also
provide slope or suitable bench as decided by EIL / Owner.
The Contractor shall arrange “battering” or “benching” wherever required for preventing
collapse of edge of excavations.
Avoid vertical wall of less than 2mtrs between two adjacent deep excavated pit/area. Further
deep excavation should not be kept open for a longer duration.
The Contractor shall identify & arrange de-watering pump or well-point system to prevent earth
collapse due to heavy rain / influx of underground water.
The Contractor shall arrange protective fencing/hard barricading with warning signal around
excavated pits, trenches, etc. along with minimum 2 (two) entries, exits / escape ladders.
The Contractor must avoid “underpinning” / under-cutting to prevent collapse of chunk of earth
during excavation.
The Contractor shall use “stoppers” to prevent over-run of vehicle wheels at the edge of
excavated pits / trenches. Vehicles movement should be restricted to minimum three meters
away from the excavated pit.
The Contractor shall arrange strengthening of “shoring” & “strutting” proactively to avoid
collapse of earth / edges due to vehicular movement in close proximity of excavated areas / pits/
trenches, etc.
Contractor shall conduct daily TBT with workers prior to start of work and shall maintain
proper record of the meeting. A suggested format is given below. The Job specific TBT is to be
conducted by the immediate supervisor of the workers.
The Contractor shall conduct TBT before start of every morning or evening shift or night shift
activities, for alerting the workers on specific hazards and their appropriate dos & don’ts. The
Contractor shall provide sufficient rests to the site workmen and their foremen to avert fatigue
& thereby endangering their lives during the course of site works.
Remarks, in any
The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.
a) Initial induction of workers into Construction oriented activities and appraising them about
the methodology of works and how to carry-out safely and the same should not be inter
mixed with Tool Box Talks or HSE Training. In this regard careful action should be made
& maintained for imparting HSE induction to every individual, irrespective of his
task/designation/level of employment, whereas, HSE Training should be imparted to
specific person/group of people who are to carry-out that specific task more than once – for
example, Riggers must be trained for working at heights, welders must be trained for work
in confined space, fitters/carpenters, mesons must be trained for work at heights, etc.
b) Contractor shall conduct Safety induction programme on HSE for all his workers and
maintain records. The Gate Pass shall be issued only to those workers who successfully
qualify the Safety induction programme.
c) The Contractor shall brief the visitors about the HSE precautions which are required to be
taken before their proceeding to site and make necessary arrangements to issue appropriate
PPEs like Aprons, hard hats, ear-plugs, goggles & safety shoes etc., to his visitors. The
Contractor shall always maintain relevant acknowledgement from visitor on providing him
brief information on HSE actions.
d) Contractor shall ensure that all his personnel possess appropriate training to carry out the
assigned job safely. The training should be imparted in a language understood by them and
should specifically be trained about
f) The Contractor shall make regular program for conducting Safety Training on various
topics related to various activities & their safe-guarding utilizing experienced persons /
outside agency / faculty. A program for Safety Training (indicative list as per Appendix –F)
shall be furnished by the Contractor in its HSE Plan.
g) For offshore and jetty jobs, contractor shall ensure that all personnel deployed have
undergone a structured sea survival training including use of lifeboats, basket landing, use
of radio communication etc. from an agency acceptable to Owner/EIL.
As a minimum, the contractor shall ensure adherence to following safety requirements while
working in or in the close vicinity of an operating plant:
a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.
b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.
c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to
enter units' area, tanks area, pump rooms, etc. without work authorization permit.
d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.
e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.
f) Specific training on working in a hydrocarbon plant shall be imparted to the work force and
mock drills shall be carried out for Rescue operations/First-Aid measures.
j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.
k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with
flame retardant tarpaulin.
l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of
Gas/Hydrocarbon shall be done.
m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.
n) Positive isolation of line/equipment by blinding for welding/cutting/grinding shall be done.
Closing of valve will not be considered sufficient for isolation.
o) Welding spatters shall be contained properly by using fire retardant blanket and in no case
shall be allowed to fall on the ground containing oil. Similar care shall be taken during
cutting operations.
p) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.
q) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.
r) Gas detectors should be installed in gas leakage prone areas as per requirement of Owner's
plant operation personnel.
s) Flame proof electrical distribution board, plug and socket shall be used for electrical
appliances.
t) Experienced full time safety personnel shall be exclusively deployed to monitor safety
aspects in running plants.
3.9 Lock Out and Tag Out(LOTO) for Isolation of Energy Source
a) Contractor shall follow the LOTO/Isolation procedure of owner for all energy source
isolations installed/under purview by /of owner i.e. “Brown field”
b) For all the other energy source (not under purview of client/owner)i.e. “Green field”
Contractor shall develop a system to ensure the isolation of equipments, pipelines, Vessel,
electrical panels from the energy source covering following as minimum:-
- Identification of all energy source viz electrical, mechanical, hydraulic, pneumatic,
chemical, thermal, gravitational, radiation and other forms of stored or kinetic
energy.
- Establishing the energy isolation devices viz manually operated electrical circuit
breakers, disconnection switches, blind flanges, etc.
- Installation of Lock Out devices for preventing the inadvertent release of stored
energy and Tag Out devices (“Danger”, “Do Not operate” or Do not Remove”tags)
to indicate that testing, maintenance or servicing is underway and the device cannot
be operated until the tag out device is removed.
- Lock Out and Tag out log book
- Permit for isolation and de-isolation of energy source as per format No.: HSE-16
- Availability of competent persons like experienced operators at substations, pump
house, units etc. supervisors etc.
c) Contractor shall ensure that all the sources are locked out and tagged properly before giving
clearance to start the job.
d) After the completion of job, contractor shall ensure all tools and tackles are removed and
nobody is present in the working area and signing on LOTO log book.
e) Only on confirmation of above the contractor will remove their lock and tag from the
isolation points and give instructions for energizing the same. Only the person carrying out
the task shall himself carry the key for the lock in /Lock out.
4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR
4.1 On Award of Contract
The Contractor shall submit a comprehensive Health, Safety and Environmental Plan or
programme for approval by EIL/Owner prior to start of work. The Contractor shall participate in
the pre-start meeting with EIL/Owner to finalize HSE Plans which shall including the
following:
- HSE policy & Objectives
- Job procedure to be followed by the Contractor for construction activities including
handling of equipment’s, scaffolding, electric installations, etc. describing the risks
involved, actions to be taken and methodology for monitoring each activity. Indicative list
of procedures is enclosed as Annexure-H
- EIL/Owner review/audit requirement.
- Organization structure along with responsibility and authority, on HSE activities.
- Administrative & disciplinary steps involving implementation of HSE requirements
- Emergency evacuation plan/ procedures for site and labour camps
- Procedures for reporting & investigation of accidents and near misses.
- HSE Inspection
- HSE Training programme at project site
- HSE Awareness programme at project site
- Reference to Rules, Regulations and statutory requirements.
- HIRAC
- Environment Aspect Impact Register
- Legal Register
- HSE documentation viz reporting, analysis & record keeping.
chemical/explosive materials & its use and implement all precautions mentioned therein.
In this regard, requirements of Oil industry Safety Directorate StandardNo. Std -105 "Work
Permit Systems” shall be complied with while working in existing Oil or Gas processing
plants. List of the persons involved shall be maintained as annexure to the work permit
issued for a particular activity.
c) to submit, timely, the completed checklist on HSE activities in Format No.HSE-1, Monthly
HSE report in Format No.HSE-5 (use of web based package (www.eil.co.in/conthse) is
compulsory wherever the facility is available else a hard copy is to be submitted), accident/
incident reports, investigation reports etc. as per EIL/Owner requirements. Compliance of
instructions on HSE shall be done by Contractor and informed urgently to EIL/Owner.
d) that his top most executive at site attends all the Safety Committee/HSE meetings arranged
by EIL/Owner and carries out safety walk regularly. Only in case of his absence from site
that a second senior most person shall be nominated by him, in advance, and
communicated to EIL/Owner for performing the above tasks.
e) display at site office and at prominent locations HSE Policy, caution boards, list of
hospitals, emergency services available, safety signs like Men at work, Speed Limits,
Hazardous Area, various do’s & don’ts, etc.
f) provide posters, banners for safe working to promote safety consciousness.
g) identify, assess, analyze & mitigate the construction hazards& incorporate relevant control
measures before actually executing site works. (HIRAC = Hazard Identification, Risk
Analysis and Control).
h) identify, assess, analyze & mitigate the environmental impact & incorporate relevant
control measures through Environmental Aspect Impact Register
i) Identify and comply to all applicable HSE related legal requirements by preparing and
maintaining a Legal register
j) arrange testing, examination, inspection of own as well as borrowed construction
equipment’s/ machinery (stationary &mobile) before being used at site and also at
periodical interval, through own resources and also by 3rd party competent agencies (as
deemed fit in statutes). Records of such test, examination etc. shall be maintained & shall
be submitted to EIL/Owner as & when asked for.
k) carryout audits/inspection (internal & external) at his works as well as sub-contractor
works as per approved HSE plan/procedure/programme & submit the compliance reports of
identified shortfalls for EIL/Owner review.
l) Arranging HSE training for site workmen (of his own &subcontractors) through internal or
external faculty at periodical intervals.
m) Assistance& cooperate during HSE audits by EIL/Owner or any other 3rd party and submit
compliance report.
n) Generate& submit of HSE records/report as per this specification.
o) Contractor shall arrange minimum 100 lux illumination level at construction site for night
works& record shall be maintained.
p) The contractor shall assign responsible person as in charge for night works and it shall be
informed to owner/EIL.
q) Appraise EIL/Owner on HSE activities at site regularly.
r) Carry-out all dismantling activities safely, with prior approval of EIL/Owner
representative.
s) The Contractor shall ensure that “Hot works” and painting works do not continue at the
same place/ location at project site for which chance or probability of “fire” incident exists.
5.0 RECORDS
At the minimum, the contractor shall maintain/ submit HSE records in the following reporting
formats:
Safety Walk Through Report HSE-1
Accident/ Incident Report HSE-2
Supplementary Accident/ Incident Investigation report HSE-3
Near Miss Incident Report HSE-4
Monthly HSE Report HSE-5
Permit for working at height HSE-5
Permit for working in confined space HSE-7
Permit for radiation work HSE-8
Permit for demolishing/ dismantling HSE-9
Daily Safety checklist HSE-10
Housekeeping Assessment & compliance HSE-11
Inspection of temporary electrical booth/installation HSE-12
Inspection for scaffolding HSE-13
Permit for erection/modification &dismantling of scaffolding HSE-14
Permit for heavy lift/critical erection. HSE-15
Permit for Energy isolation and de-isolation. HSE-16
Permit for Excavation HSE-17
Environmental Aspect Impact Register HSE-18
HIRAC Register HSE-19
Checklist for Tower Crane HSE-20
Crane Inspection Checklist HSE-21
Hydra Crane Inspection Checklist HSE-22
Hydraulic Rig Inspection Checklist HSE-23
Boom Lift Inspection Checklist HSE-24
Inspection reports of Equipment/tools/tackles *
Report of Toolbox Talks As indicated in
specification
PPE issue report/register *
Site inspection reports *
Training records *
APPENDIX-A
(Sheet 1 of 2)
A. IS CODES ON HSE
SP: 53 Safety code for the use, Care and protection of hand operated tools.
IS: 838 Code of practice for safety & health requirements in electric and gas welding
and cutting operations
IS: 1179 Eye & Face precautions during welding, equipment etc.
IS: 1860 Safety requirements for use, care and protection of abrasive grinding wheels.
IS: 1989 (Pt -II) Leather safety boots and shoes
IS: 2925 Industrial Safety Helmets
IS: 3016 Code of practice for fire safety precautions in welding & cutting operation.
IS: 3043 Code of practice for earthing
IS: 3764 Code of safety for excavation work
IS: 3786 Methods for computation of frequency and severity rates for industrial injuries
and classification of industrial accidents
IS: 3696 Safety Code of scaffolds and ladders
IS: 4083 Recommendations on stacking and storage of construction materials and
components at site
IS: 4770 Rubber gloves for electrical purposes
IS: 5121 Safety code for piling and other deep foundations
IS: 5216 (Pt-I) Recommendations on Safety procedures and practices in electrical works
IS: 5557 Industrial and Safety rubber lined boots
IS: 5983 Eye protectors
IS: 6519 Selection, care and repair of Safety footwear
IS: 6994 (Pt-I) Industrial Safety Gloves (Leather & Cotton Gloves)
IS: 7293 Safety Code for working with construction Machinery
IS: 8519 Guide for selection of industrial safety equipment for body protection
IS: 9167 Ear protectors
IS: 11006 Flash back arrestor (Flame arrestor)
IS: 11016 General and safety requirements for machine tools and their operation
IS: 11057 Specification for Industrial safety nets
IS: 11226 Leather safety footwear having direct moulded rubber sole
IS: 11972 Code of practice for safety precaution to be taken when entering a sewerage
system
IS: 13367 Code of practice-safe use of cranes
IS: 13416 Recommendations for preventive measures against hazards at working place
APPENDIX-A
(Sheet 2 of 2)
Lanyard : EN-354
APPENDIX-B
DETAILS OF FIRST AID BOX
------------------------------------------------------------------------------------------------------------------------
SL. DESCRIPTION QUANTITY
NO.
------------------------------------------------------------------------------------------------------------------------
1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniqut 1 No.
13. Safety Pins 1 Dozen
14. Tinc. Iodine/ Betadine (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tinc. Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/Moov(25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.
23. Sodium Bicarbonate (20 gms.) 1 Pkt.
24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English& Local Language) 1 No. each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Snake –Bite Lancet 1No.
33. Note Book 1 No.
34. Splints 4 Nos.
35. Lock 1 Piece
36. Life Saving/Emergency/Over-the counter Drugs As decided at site
-----------------------------------------------------------------------------------------------------------------
Box size:Suitable size first aid box to be used for first aid items
-----------------------------------------------------------------------------------------------------------------
Note : The medicines prescribed above are only indicative. Equivalent medicines can also be used.
A prescription, in this regard, shall be required from a qualified Physician.
APPENDIX-C
Fire
Extinguisher
Multi
Fire Water Foam CO2 Dry Powder purpose
(ABC)
Inflammable liquids
like alcohol, diesel,
petrol, edible oils,
bitumen
Originated from
gases like LPG,
CNG, H2
Electrical fires
: NOT TO BE USED
Note: Fire extinguishing equipment must be checked atleast once a year and after every use by an
authorized person. The equipment must have an inspection label on which the next inspection
date is given. Type of extinguisher shall clearly be marked on it.
APPENDIX-D
APPENDIX-E(Sheet 1 of 12)
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(A) Falling into pit Personal injury Provide guard rails/ barricade with warning
EXCAVATION signal
Provide atleast two entries/ exits.
Pit Excavation Provide escape ladders.
upto 3.0m Earth Collapse Suffocation/ Provide suitable size of shoring and strutting,
Breathlessness if required.
Buried Keep soil heaps away from the edge
equivalent to 1.5m or depth of pit whichever
is more.
Don't allow vehicles to operate too close to
excavated areas. Maintain atleast 2m distance
from edge of cut.
Maintain sufficient angle of repose. Provide
slope not less than 1:1 and suitable bench of
0.5m width at every 1.5m depth of excavation
in all soils except hard rock.
Battering/benching the sides.
Contact with Electrocution Obtain permission from competent
buried electric Explosion authorities, prior to excavation, if required.
cables Locate the position of buried utilities by
Gas/ Oil referring to plant drawings.
Pipelines Start digging manually to locate the exact
position of buried utilities and thereafter use
mechanical means.
Pit Excavation Same as above Can cause Prevent ingress of water
beyond 3.0m plus drowning situation Provide ring buoys
Flooding due to Identify and provide suitable size dewatering
excessive rain/ pump or well point system
underground
water
Digging in the Building/Structure Obtain prior approval of excavation method
vicinity of may collapse from local authorities.
existing Loss of health & Use under-pining method
Building/ wealth Construct retaining wall side byside.
Structure
Movement of May cause cave-in Barricade the excavated area with proper
vehicles/ or slides. lighting arrangements
Equipments Persons may get Maintain at least 2m distance from edge of
close to the buried. cut and use stop blocks to prevent over-run
edge of cut. Strengthen shoring and strutting
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Narrow deep Same as above plus May cause Battering/benching of sides
excavations for Frequent cave-in or severe injuries or Provide escape ladders
pipelines, etc. slides prove fatal
Flooding due to May arise Same as above plus
Hydro- static drowning Bail out accumulated water
testing situation Maintain adequate ventilation.
Rock by Improper handling May prove fatal Ensure proper storage, handling & carrying
excavation of explosives of explosives by trained personnel.
blasting Comply with the applicable explosive acts &
rules.
Uncontrolled May cause Allow only authorized persons to perform
explosion severe injuries or blasting operations.
prove fatal Smoking and open flames are to be strictly
prohibited
Scattering of stone Can hurt people Use PPE like goggles, face mask, helmets
pieces in etc.
atmosphere
Rock Entrapping of May cause Barricade the area with red flags and blow
excavation by persons/ animals. severe injuries or siren before blasting.
blasting (Contd) prove fatal
Misfire May explode Do not return to site for atleast 20 minutes or
suddenly unless announced safe by designated person.
Piling Work Failure of pile- Can hurt people Inspect Piling rigs and pulley blocks before
driving equipment the beginning of each shift.
Noise pollution Can cause Use personal protective equipment’s like ear
deafness and plugs, muffs, etc.
psychological
imbalance.
Extruding Can hurt people Barricade the area and install sign boards
rods/casing Provide first-aid
Working in the Can cause Keep sufficient distance from Live-
vicinity of 'Live- electrocution/ Electricity as per IS code.
Electricity' Asphyxiation Shut off the supply, if possible
Provide artificial/rescue breathing to the
injured
(B) Air pollution by May affect Wear respirators or cover mouth and nose
CONCRETING cement Respiratory with wet cloth.
System
Handling of Hands may get Use gloves & other PPE.
ingredients injured
Protruding Feet may get Provide platform above reinforcement for
reinforcement rods. injured movement of workers or provide end caps
for protection on reinforcement bars.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Earthing of Can cause Ensure earthing of equipments and proper
electrical electrocution/ functioning of electrical circuit before
mixers, asphyxiation commencement of work.
vibrators, etc.
not done.
Falling of Persons may get Use hard hats
materials from injured Remove surplus material immediately from
height work place.
Ensure lighting arrangements during night
hours
Continuous Cause tiredness of Insist on shift pattern
pouring by workers and may Provide adequate rest to workers between
same gang lead to accident. subsequent pours.
Revolving of Parts of body or Allow only mixers with hopper
concrete mixer/ clothes may get Provide safety cages around moving motors
vibrators entrapped. Ensure proper mechanical locking of
vibrator.
Super-structure Same as above Shuttering/props Avoid excessive stacking on shuttering
plus may collapse and material
Deflection in prove fatal Check the design and strength of shuttering
props or material before commencement of work
shuttering Rectify immediately the deflection noted
material during concreting.
Passage to Improperly tied Ensure the stability and strength of passage
work place and designed before commencement of work.
props/planks may Do not overload and stand under the
collapse passage.
(C) REINFOR- Curtailment Persons may get Use PPE like gloves, shoes, helmets, etc.
CEMENT and binding of injured Avoid usage of shift tools
rods
Carrying of Workers may get Provide suitable pads on shoulders and use
rods for short injured their hands safety gloves.
distances/at and shoulders. Tie up rods in easily liftable bundles
heights Ensure proper staging.
Checking of Rods may cut or Use measuring devices like tape, measuring
clear distance/ injure the fingers rods, etc.
cover with
hands
Hitting Persons may get Use safety shoes and avoid standing
projected rods injured and fell unnecessarily on cantilever rods
and standing on down Avoid wearing of loose clothes
cantilever rods.
APPENDIX-E:(Sheet 4 of 12)
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Falling of material May prove fatal Use helmets
from height Provide safety nets
APPENDIX-E:(Sheet 5 of 12)
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(E) Ionizing Radiations may Ensure Safety regulations as per
RADIOGRAPHY radiation react with the skin BARC/AERB before commencement of job.
and can cause Cordon off the area and install Radiation
cancer, skin warning symbols
irritation, Restrict the entry of unauthorized persons
dermatitis, etc. Wear appropriate PPE and film badges issued
by BARC/AERB
Transportation Same as above Never touch or handle radiography source
and Storage of with hands
Radiography Store radiography source inside a pit in an
source exclusive isolated storage room with lock and
key arrangement. The pit should be approved
by BARC/AERB.
Radiography source should never be carried
either in passenger bus or in a passenger
compartment of trains.
BARC/AERBhas to be informed before
source movement.
Permission from Director General of Civil
Aviation is required for booking radio
isotopes with airlines.
Loss of Radio Same as above Try to locate with the help of Survey Meter.
isotope Inform BARC/AERB (*)
(F) Short circuiting Can cause Use rubberized hand gloves and other PPE
ELECTRICAL Electrocution or Don't lay wires under carpets, mats or door
INSTALLATION Fire ways.
ANDUSAGE Allow only licensed electricians to perform
on electrical facilities
Use one socket for one appliance
Ensure usage of only fully insulated wires or
cables
Don't place bare wire ends in a socket
Ensure earthing of machineries and
equipment’s
Do not use damaged cords and avoid
temporary connections
Use spark-proof/flame proof type field
distribution boxes.
APPENDIX-E:(Sheet 6 of 12)
TYPE OF EFFECT OF
ACTIVITY
HAZARD HAZARD
PREVENTIVE MEASURES
Do not allow open/bare connections
Provide all connections through 30mAELCB
Protect electrical cables/equipments from
water and naked flames
Check all connections before energizing
Overloading of Bursting of system Display voltage and current ratings
Electrical can occur which prominently with 'Danger' signs.
System leads to fire Ensure approved cable size, voltage grade and
type
Switch off the electrical utilities when not in
use
Do not allow unauthorized connections.
Ensure proper grid wise distribution of Power
Improper laying Can cause Do not lay unarmoured cable directly on
of overhead and electrocution and ground, wall, roof of trees
underground prove fatal Maintain atleast 3m distance from HT cables
transmission All temporary cables should be laid atleast 750
lines/cables mm below ground on 100 mm fine sand
overlying by brick soling
Provide proper sleeves at crossings/ inter-
sections
Provide cable route markers indicating the
type and depth of cables at intervals not
exceeding 30m and at the
diversions/termination
(G) FIRE Small fires can Cause burn injuries In case a fire breaks out, press fire alarm
PREVENTION become big and may prove fatal system and shout "Fire, Fire".
AND ones and may Keep buckets full of sand & water/ fire
PROTECTION spread to the extinguishing equipment near hazardous
surrounding locations.
areas Confine smoking to 'Smoking Zones' only.
Train people for using specific type of fire
fighting equipments under different classes of
fire.
Keep fire doors/shutters, passages and exit
doors unobstructed.
Maintain good housekeeping and first-aid
boxes (for details refer Appendix-B).
Don't obstruct assess to Fire extinguishers.
Do not use elevators for evacuation during
fire.
Maintain lightening arrestors for elevated
structures.
Stop all electrical motors with internal
combustion.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Move the vehicles from dangerous locations.
Remove the load hanging from the crane
booms
Remain out of the danger areas.
Improper It may not Ensure usage of correct fire extinguisher
selection of Fire extinguish the fire meant for the specified fire (for details refer
extinguisher Appendix-C).
Do not attempt to extinguish Oil and electric
fires with water. Use foam
cylinders/CO2/sand or earth.
Improper Same as above Maintain safe distance of flammable
storage of substances from source of ignition.
highly Restrict the distribution of flammable
inflammable materials to only min. necessary amount.
substances Construct specifically designed fuel storage
facilities.
Keep chemicals in cool and dry place away
from heat. Ensure adequate ventilation.
Before welding operation, remove or shield
the flammable material properly.
Store flammable materials in stable racks,
correctly labeled preferably with catchment
trays.
Wipe off the spills immediately
Short circuiting Same as above Don't lay wires under carpets, mats or door
of electrical Can cause ways
system Electrocution Use one socket for one appliance.
Use only fully insulated wires or cables.
Do not allow open/bare connections.
Provide all connections through
30mAELCB.
Ensure earthing of machineries and
equipments.
(H) Crossing the Personal injury Obey speed limits and traffic rules strictly.
VEHICULAR Speed Limits Always expect the unexpected and be a
MOVEMENT (Rash driving) defensive driver.
Use seat belts/helmets.
Blow horn at intersections and during
overtaking operations.
Maintain the vehicle in good condition.
Do not overtake on curves, bridges and
slopes.
Adverse Same as Above Read the road ahead and ride to the left.
weather Keep the wind screen and lights clean.
condition Do not turn at speed.
Recognize the hazard, understand the
defense and act correctly in time.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Consuming Same as above Alcohol and driving do not mix well. Either
alcohol before choose alcohol or driving.
and during the If you have a choice between hitting a fixed
driving object or an on-coming vehicle, hit the fixed
operation object
Quit the steering at once and become a
passenger. Otherwise take sufficient rest
and then drive.
Do not force the driver to drive fast and
round the clock.
Do not day dream while driving
Falling objects/ May prove fatal Ensure effective braking system, adequate
Mechanical visibility for the drives, reverse warning
failure alarm.
Proper maintenance of the vehicle as per
manufacturer instructions
(I) PROOF Bursting of May cause injury Prepare test procedure & obtain EIL/owner's
TESTING piping and prove fatal approval.
(HYDROSTATIC/ Collapse of Provide separate gauge for pressurizing
PNEUMATIC tanks pump and piping/equipment.
TESTING) Tanks flying Check the calibration status of all pressure
off gauges, dead weight testers and temperature
recorders.
Take dial readings at suitable defined
intervals and ensure most of them fall
between 40-60% of the gauge scale range.
Provide safety relief valve (set at pressure
slightly higher than test pressure) while
testing with air/ nitrogen.
Ensure necessary precautions, stepwise
increase in pressure, tightening of
bolts/nuts, grouting, etc. before and during
testing.
Keep the vents open before opening any
valve while draining out of water used for
hydro-testing of tanks.
Pneumatic testing involves the hazard of
released energy stored in compressed gas.
Specific care must therefore be taken to
minimize the chance of brittle failure during
a pneumatic leak test. Test temperature is
important in this regard and must be
considered when the designer chooses the
material of construction.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
A pressure relief device shall be provided,
having a set pressure not higher than the test
pressure plus the lesser of 345 KPa (50 psi) or
10% of the test pressure.
The gas used as test fluid, if not air, shall be
nonflammable and nontoxic.
(J) Person can fall May sustain severe Provide guard rails/barricade at the work
WORKING AT down injuries or prove place
HEIGHTS fatal Use PPE like full body harness, life line,
helmets, safety shoes, etc.
Obtain a permit before starting the work at
height above 2 meters
Fall arrest and safety nets, etc. must be
installed
Provide adequate working space(min. 0.6 m)
Tie/weld working platform with fixed support
Use roof top walk ladder while working on a
slopping roofs
Avoid movement on beams
May hit the Keep the work place neat and clean
scrap/material Remove the scrap immediately
stacked at the
ground or in
between
Material can May hit the Same as above plus
fall down workers working at Do not throw or drop materials or equipment
lower levels and from height. i.e. do not bomb materials
prove fatal All tools to be carried in a tool-kit
Bag or on working uniform
Remove scrap from the planks
Ensure wearing of helmet by the workers
working at lower levels.
Multiple activities at same location to be
avoided.
.
(K) Suffocation/ Unconsciousness, Use respiratory devices, if reqd.
CONFINED drowning death Avoid overcrowding inside a confined space
SPACES Provide Exhaust fans for ventilation
Do not wear loose clothes, neck ties, etc.
Fulfill conditions of the permit
APPENDIX-E:(Sheet 10 of 12)
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Check for presence of hydrocarbons, O2 level
Obtain work permit before entering a confined
space
Ensure that the connected piping of the
equipment which is to be opened is pressure
free, fluid has been drained, vents are open and
piping is positively isolated by a blind flange
Presence of Inhalation can pose Same as above plus
foul smell and threat to life Check for hydrocarbon and Aromatic
toxic compounds before entering a confined space
substances Depute one person outside the confined space
for continuous monitoring and for extending
help in case of an emergency
Ignition/ Person may sustain Keep fire extinguishers at a hand distance
flame can burn injuries or Remove surplus material and scrap
cause fire explosion may immediately
occur Do not smoke inside a confined space
Do not allow gas cylinders inside a confined
space
Use low voltage (24V) lamps for lighting
Use tools with air motors or electric tools with
max. voltage of 24V
Remove all equipment’s at the end of the day
(L) Failure of load Can cause accident Avoid standing under the lifted load and within
HANDLING lifting and and prove fatal the operating radius of cranes.
AND moving Check periodically oil, brakes, gears, horns and
LIFTING equipment’s tyre pressure of all moving machinery.
EQUIPMENTS Check quality, size and condition of all chain
pulley blocks, slings, U-clamps, D-shackles,
wire ropes, etc.
Allow crane to move only on hard, firm and
leveled ground.
Allow lifting slings as short as possible and
check gunny packings at the friction points.
Do not allow crane to tilt its boom while
moving
Install Safe Load Indicator.
Ensure certification by applicable authority.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Overloading Same as above Safe lifting capacity of derricks and winches
of lifting written on them shall be got verified
equipments The max. safe working load shall be marked on
all lifting equipments
Check the weight of columns and other heavy
items painted on them and accordingly decide
about the crane capacity, boom and angle of
erection
Allow only trained operators and riggers during
crane operation.
Overhead Can cause Do not allow boom or other parts of crane to
electrical electrocution and come within 3m reach of overhead HT cables
wires fire Hook and load being lifted shall preferably
remain in full visibility of crane operators.
(M) Person can Person May sustain Provide guard rails for working at height.
SCAFFOLDING, fall down severe injuries and Face ladder while climbing and useboth hands.
FORMWORK prove fatal Ladders shall extend about 1m above landing for
AND LADDERS easy access and tying up purpose.
Do not place ladders against movable objects
and maintain base at 1/4 unit of the working
length of the ladder.
Suspended scaffolds shall not be less than 500
mm wide and tied properly with ropes.
No loose planks shall be allowed.
Use PPE, like helmets, safety shoes etc.
Failure of Same as above Inspect visually all scaffolding materials for
scaffolding stability and anchoring with permanent
material structures.
Design scaffolding for max. load carrying
capacity.
Scaffolding planks shall not be less than 50X250
mm full thickness lumber or equivalent. These
shall be cleated or secured and must extend over
the end supports by at least 150mm and not
more than 300mm.
Don't overload the scaffolds.
Do not splice short ladders to make a longer
one. Vertical ladders shall not exceed 6m.
Material can Persons working at Remove excess material and scrap immediately.
fall down lower level gets Carry the tools in a tool-kit bag only.
injured Provide safety nets.
APPENDIX-E:(Sheet 12 of 12)
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(N) Personal Can cause injury or Do not take rest inside rooms built for welding
STRUC- negligence and casualty machines or electrical distribution system.
TURAL danger of fall Avoid walking on beams at height.
WORKS Wear helmet with chin strap and full body
harness while working at height.
Use hand gloves and goggles during grinding
operations.
Cover or mark the sharp andprojected edges.
Do not stand within the operating radius of
cranes.
Lifting/ slipping Same as above Do not stand under the lifted load.
of material Stack properly all the materials. Avoid slippage
during handling.
Control longer pieces lifted up by cranes from
both ends.
Remove loose materials from height.
Ensure tightening of all nuts & bolts.
(O)PIPELIN Erection/ Can cause injury Do not stand under the lifted load.
E WORKS lowering failure Do not allow any person to come within the
radii of the side boom handling pipes.
Check the load carrying capacity of the lifting
tools & tackles.
Use safe Load Indicators (SLI).
Use appropriate PPEs.
(P) Pollution in Can cause personal Ensure the blasting is done in enclosed shed.
GRIT neighboring injury Keep safe distance while blasting operations.
BLASTING area, hit by grits Wear positive pressure blast hood or helmet
and high with view-window, ear-muff/plug, gloves,
pressure air overall or leather coat /apron, rubber shoes.
APPENDIX-F
1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer /
employee.
2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at
project site / Effect of incentive on accident prevention.
3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision / Who should be held
responsible for site accidents?
4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs.
5. Hazard Identification / Type of hazards / HIRAC.
6. Behavioral Safety & Motivation.
7. Housekeeping – Storage / Stacking / Handling of materials / Hydra handling.
8. Occupational Health in Construction sector.
9. Personal Protective Equipment’s – Respiratory & Non- respiratory.
10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination.
11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention.
12. Machine Safety – Machine guarding / Maintenance.
13. Transportation – Hazards & risks in transp. of materials / ODC consignments.
14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety
requirements.
15. Communication – HSE Induction / TBTs / Safety Committee / Safety meeting / Safety
propaganda / Publicity.
16. Excavation – Risks & Dangers / Safety measures.
17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyards /
Life-line / Fall arrester / Safety Nets / Floor openings.
18. Hazards in Welding & important safety precautions.
19. Gas Cutting – Hazards & safety measures.
20. Fire prevention & fire protection.
APPENDIX - G
CONSTRUCTION POWER BOARD(typ)
DRAFT
APPENDIX-H
e) Other
2. PERSONNEL PROTECTIVE EQUIPMENT
DRAFT
a) Goggles; Shields
b) Face protection
c) Hearing protection
d) Foot protection
e) Hand protection
i) Other
3. EXCAVATIONS/OPENINGS
c) Excavations barricaded
e) Other
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
4. WELDING & GAS CUTTING
g) Other
e) Adequate access
h) Other
6. LADDERS
b) Top of landing
c) Properly secured
e) Other
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
7. HOISTS, CRANES AND DERRICKS
h) Qualified operators
i) Other
a) Proper instruction
b) Safety devices
c) Proper cords
e) Other
c) Licensed drivers
d) Other
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
10. TEMPORARY FACILITIES
e) General neatness
g) Other
12. ELECTRICAL
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
13. HANDLING AND STORAGE OF
MATERIALS
a) Safely stored or stacked
b) Passageways clear / free from obstructions
c) Fire fighting facility in place
14. FLAMMABLE GASES AND LIQUIDS
a) Containers clearly identified / protected from
fire
b) Safe storage & transportation arrangement
made
c) Fire extinguishers positioned nearby
d) Facilities kept away from electric spark, hot
spatters & ignition source.
15. WORKING AT HEIGHT
a) Approved Erection plan and work permit in
place
b) Safe access, Safe work platform & Safety nets
provided
c) Life lines, Fall arrester, Full body harness
with double lanyards used;
d) Health Check record available for workers
going up?
e) Protective handrails arranged around floor
openings
16. CONFINED SPACE
a) Work Permit obtained from requisite authority
b) Test for toxic gas and sufficient availability of
oxygen conducted & status
c) Supervisor present at site & at least one
person outside the confined space for
monitoring deputed
d) Availability of safe means of entry, exit and
ventilation (register for entry & exit
maintained)
e) Fire extinguisher and first-aid facility ensured
f) Lighting provision made by using 24V Lamp
g) Proper usage of PPEs ensured
17. RADIOGRAPHY
a) Proper storage and handling of source as per
BARC/ AERB guidelines (authorized
radiographer available)
b) Work permit obtained
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
c) Cordoning of the area done
d) Use of appropriate PPE's ensured
e) HSE training to workers/supervisors imparted
during the fortnight (indicate topic)
f) Minimum occupancy of workplace ensured
ACCIDENT REPORT
(To be submitted by Contractor after every Accident within 24 hours to EIL/ Owner)
Non-disabling injury (Non-LTI) Hospitalized but resumed duty before end of 48 hrsof
accident
Disabling injury (other LTI) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTI): Death / Expiry
First Aid case Resume duty after first aid
Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify
Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above
What exactly the victim was doing just before the incident / accident? ..........................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify
Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)
_____________________________________________________________________________
Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
To : Owner
: RCM/Site-in-charge EIL (3 copies)
Nodal Officer HO through RCM (In case of major accident)
Divisional Head (Constn) through RCM
Project Manager, EIL, through RCM
Non-disabling injury (Non-LTI ) Hospitalized but resumed duty before end of 48 hrsof
accident.
Disabling injury (otherLTI ) Hospitalized & failed to resume duty within next 48 hrs.
Fatal (LTI) Death / Expiry
First Aid case Resume duty after first aid
Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify
Job Experience
NIL Less than 2 yrs. 2-5 yrs.
5-10 yrs. 11-15 yrs. 15 years and above
What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Particular of tools & tackles being used and condition of the same after incident/accident:
…………………………………………………………………………….........................................
………………………………………………………………………………………………………
Description of Incident/Accident (How the incident was caused) : …………………………………...
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify
Name & Designation of person who provided First-Aid to the victim: ___________________________
Name & Telephone number of Hospital where the victim was treated ___________________________
Mode of transport used for transporting victim – Ambulance / Private car / Tempo / Truck / Others
In case of FATAL incident, indicate clearly the BOCW Registration No. of the
victim/Company…………………………………………………………………………………………
…
Comments of Medical Practitioner, who treated / attended the victim/injured (attached / described
here)_____________________________________________________________________
What actions are taken for investigation of the incident, please indicate clearly – (Video film /
Photography / Measurements taken etc. ……………………………………………………………..)
Basic cause
Root cause
Others(specify)
Was the victim performing relevant tasks for which he was engaged /employed? Yes / No
Was the Supervisor present on work-site during the incident? Yes / No
Have the causes of incident rightly identified? Yes / No
Cause of Accident was_________________________________________________________
Remedial measures recommended by Safety Officer of Contractor for avoiding similar incident in
future
: ………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...
Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
_____________________________________________________________________________
To : Owner
: RCM/ Site-in-charge of EIL (3 copies)
Nodal Officer HO through RCM (In case of major accident)
Divisional Head (Constn.) through RCM
Project Manager EIL, through RCM
Location :
_________________________________________________________________________________
Note:
Near Miss: Human injury escaped & no damage to property, equipment or
interruption to work.
Dangerous Occurrence: Occurrences as mentioned below shall be considered as “Dangerous
occurrences”
a. collapse or failure of lifting appliances or hoist or conveyors or other similar equipment for handling
building or construction material or breakage or failure of rope, chain or loose gears; overturning of
cranes used in building or other construction work; falling of objects from height;
b. collapse or subsidence of soil, any wall, floor, gallery, roof or any other part of any structure, platform,
staging, scaffolding or any means of access including formwork;
c. collapse of transmission tower;
d. fire and explosion causing damage to property at Construction site.
e. spillage or leakage of hazardous substances and damage to their container;
f. Collapse, capsizing, toppling or collision of transport equipment;
g. Leakage or release of harmful toxic gases at the construction site.
To :Owner
:RCM/Site-in-charge EIL (3 copies)
To: -
- RCM EIL
Above items have been checked & compliance has been found in place. Hence work is permitted to
start / continue at the above-mentioned location. Work shall not start till identified lapses are rectified.
Permit Closure :
Remarks, if any:
Project : Sr.No. :
Name of the work : Date :
Name of site contractor : Job No. :
Location of work :
Source strength :
The following items have been checked &compliance shall be ensured during currency of the
permit:
S.
Item description Done
No.
Safety regulations as per BARC/AERB ensured while source in use/in transit & during storage
Area cordoned off / safe working platform provided
Lighting arrangements for working during nights ensured
Warning signs/ flash lights installed
Cold work permit taken (if applicable)
PPEs like film badges, dosimeters used
Permission is granted.
Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date
Permit renewal:
Sign of issuing
Additional precautions
Permit extended up to authority with date (of
required, if any
site contractor)
Date Time
The following items have been checked &compliance shall be ensured during currency of the
permit:
S. Not
Item description Done
No. Applicable
Services like power, gas supply, water, etc. disconnected
Permission is granted.
Name :
Date :
Completion report:
CONTRACTOR’s NAME
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Description of Job decided to perform : -
Indicate actions taken, if status of any of the above items is found “No”
……………………………………………………………………………………………………………
…………………………………………………………………………………………………………….
Above conditions and PPE compliances are checked by undersigned and correct status are indicated after
verification
Prepared by Verification By
Contractor Site Engineer Contractor Safety Officer
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
SL
SUBJECTS OBSERVATION (YES /NO) ACTION TAKEN
NO
Switchboards installed properly are in order and
1
protected from rain & water-logging.
Adequate illumination provided for switchboard
2 operation during night hours & the lamps are protected
from direct human contact.
Voltage ratings, DANGER signs, Shock-Treatment-
3
Chart displayed in the installation / booth
Fire extinguisher (DCP or CO2) & Sand Bucket kept in
4
close vicinity of Switchboards
Valid License & Competent Electrician / Wireman
5 available & name/ license no. displayed at booth /
installation.
General housekeeping in & around booth / installation
6
found in order.
7 Cable-route-markers for U/G cables provided.
Monthly inspection report of Electrical hand tools
8
available in booth / installation.
Electrical Panel door to be in closed condition and
9
Insulated Mat to be provided in front of panel.
10 Rubber hand gloves available/ used by Electricians
Availability of CAUTION boards for shutdown & / or
11
repairing works.
All incoming & outgoing feeders have proper MCCB /
12
HRC fuses / Switches.
Switchboards “earthed” at two distinctly isolated
13
locations.
Switchboards have adequate operating space at the front
14
face & at the rear face too.
15 All connections provided through 30mA ELCB.
16 Testing records of all ELCBs available at site
17 Only industrial type plugs & sockets are used.
Temporary connections are 3-core double insulated &
18 free from cuts & joints and 3rd core is earthed at both
ends
Socket boards are properly mounted on stand &
19
protected from water ingress.
Electrical equipments operating above 250V have two
20
earthing / double earthing.
All incoming / outgoing cables are properly glanded&
21
terminated with “lugs”.
22 Switch-boards are of industrial variety / type.
Sketch for installation / connection (SLD) made &
23
pasted& other safety labels/display boards
24 Labeling of incoming / outgoing feeders made.
25 All hand lamps are protected from direct contact.
26 All electrical cable / joints are in safe condition
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
(Sheet 2 of 2)
Sl. Actions
Description Yes No N. A
No taken
Whether provision is made to arrange duck ladder, crawling board for
29
working on fragile roof?
Whether scaffold has been inspected by qualified civil engineers prior to
30
their use?
Whether the scaffolding has been designed for the load to be borne by the
31
same?
Whether the erection and dismantling of the scaffolding is being done by
32
trained persons and under adequate supervision?
Whether safety net with proper working arrangement and life-line has
33
been provided?
Whether TAGS (Green for acceptable and Red for incomplete/unsafe
34
scaffolds) are used on scaffolds?
Whether sufficient illumination is provided in and around the scaffold
35
and access?
Whether emergency rescue / response arrangements are made in place
36
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
SL. NOT
SUBJECTS / ITEMS DONE REMARKS
No. DONE
Specific task of Erection / Modification / Dismantling of scaffolds,
1 identified & TAGGED accordingly (before as well as after carrying-out
jobs).
People engaged in doing the job are identified & are certified by Job Names to be
2
Engineer of Main Contractor as experienced / trained. noted
Concerned persons are alerted by the Job Engineer of Main Contractor in
3 connection with possible hazards & what the workmen MUST do /
MUST not do.
Verification by Job Engineer of Main Contractor made for confirming
that all persons permitted to carry-out the jobs are making use of Helmet,
4
Safety Shoes, Goggles, Gloves & Double lanyard safety harness and
other relevant PPEs.
5 Area of work is effectively cordoned-off / barricaded / illuminated.
For taking-up / lowering down Scaffolding members / clamps / couplings
etc. appropriate ropes / pulleys/ chains etc. have been arranged for use
6
(not to throw any item) & the same have been verified as “fit for
purpose”.
Items / members of scaffold, being lowered are removed from the area &
7
stacked correctly.
Ropes, chains, pulley blocks etc. being used for lifting or lowering
scaffold items, are inspected by the Job Engineer & their certifications as
8
well as physical conditions have been found O.K, before signing this
PERMIT.
Safety Net / Life-line / Fall Arresters etc. are arranged in position and Job
9
Engineer has found working conditions favorable for activities to start.
Scaffold erection or dismantling tasks are being supervised by
10
Experienced Engineer / Competent person.
Only competent & experienced people have been selected / engaged in
11
Scaffolding erection, modification or dismantling tasks.
Adequate & effective actions for traffic and movement of people around
12
the cordoned-off area taken to avoid inadvertent incident
13 Working platforms are protected with handrails & toe-boards.
14 Access & Exit (for reach & escape) are safe for use by people.
Tools, tackles to be used for above jobs are verified by job Engineers of
15 Main contractor as genuinely good and tied-up at height (to prevent their
fall).
16 Site important Telephone Nos. are made known to everyone
SOP (Safe Operating Procedure) for the specific task is made & followed
17
too.
18 Emergency vehicle has been arranged at work locations.
This permit for work shall be available at specific work location all the time.
After completion of work, permit shall be returned to safety cell of main contractor, without fail.
This Permit shall be issued maximum upto (Monday to Sunday).
Additional Precautions, if any
…………………………………………………………………………………………………………………
ACCORD OF PERMISSION (to be ticked) - YES ( ) / NO ( )
Work Permit Receiver Verification By Work Permit issuer
Contractor Job Supervisor Contractor Safety Officer Contractor Engineer/RCM
Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same.
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
Location of work : Name /Type of crane :
Equipment/Structure to be erected: Wt. of equipment/ structure to be erected
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
ENERGY ISOLATION PERMIT
Clearance required from:…..Hrs ………Date To ……..Hrs ….Date
Name of equipment/ energy source etc. ………………………………………………………………….
Nature of job to be done: ……………………………………………………………………………….
Area………………………….Location:…………………………………………………………………..
COMPLIANCE STATUS
SL.
Description of Item Not Remarks
NO. Yes No
applicable
1) Suitable and sufficient risk assessments and method
statements has been carried to ensure that the work shall be
undertaken in accordance with specification and standard.
2) Are plans/details of underground services available and the
same has been reviewed?
3) Has survey done to locate the services/obstacles etc.
4) Has the live services (electrical, water line, air
line,telephoneline,etc)has been disabled for carrying out
the job.
5) Is adequate barriers/fences to protect the excavation are in
place?
6) Is Adequate warning signs are in place?
7) Is Assessment of ground conditions done and remedial
action(if any) taken?
8) Safe access / egress (e.g. ramp / steps / ladders etc.)
provided for site workmen & supervisors.
9) Is the excavation work being undertaken in proximity of
structure, etc. ?If Yes, it’s effect is considered?
10) Availability of competent person for supervising the
excavation work?
11) Adequate safe arrangement to prevent collapse of edges
(e.g. shoring / strutting / benching / sloping etc.) made at
site.
12) Hard barricades (at least 1.0M away from edge & for
excavation near site access roads) with warning
signs/caution boards are provided
13) Accumulation / passage-ways of water at periphery of
excavation / trench stopped/ restricted.
14) Is the equipment being used for excavation has been
checked for adequacy and is in good working condition
having all the safety features?
15) Age & fitness of workmen ensured by medical test before
engagement in job ?
16) Arrangement of Monitoring of possible oxygen deficiency
or obnoxious gases done & action taken?
Name & Signature of Site Engr. Name & Signature of Area – In charge/RCM of
NOTES: -
1. Slopes or benches for excavation beyond 2.0M depth shall be designed & approved by Contractor’s site head.
2. Excavated earth to be kept at least 1.5M away from edges
3. Safety helmets, Safety shoes or gum-boots, gloves, goggles, Face shield, Safety Harness shall be essential
PPEs.
4. Permit shall be made in duplicate and original shall be available at site of work.
5. Permit shall be issued for maximum one week only (Monday to Sunday)
6. After completion of works, permit shall be closed & preserved for record purpose
Issuer (Area In
Validity period Receiver (site Review by EIL /
Sl. Working Time charge/RCMof
From ____To Engr. of Main Owner (Remarks
No. From _____To _____ Main
____ Contractor) with date
Contractor)
1.
2.
3.
4.
5.
6.
7.
Risk
Environmental Environment Consequences Significant Gaps/
S.No Activity N/A/E Control Measures Level
Aspect Impact Recommendations
A B C D E F G Yes/No
(Sheet 2 of 2)
WP = DNR = Depletion of
Environmental Impacts AP = Air Pollution LC = Land Contamination NP = Noise Pollution
Water Pollution Natural Resources
3 Moderate Once a day Resource Depletion Within 8 hours Needs human Intervention
5 Excessive Continuous Human health effect More than 24 hours Absent or no effective control Not in compliance
Risk Level - G : A x B x C x D x Ex F
Condition
N NORMAL
A ABNORMAL
E EMERGENCY
Recommended
Desired Controls & Existing Control Actions Action
Risk Identification Risk Assessment Remarks
Gaps, If Any To Reduce The By
Risk Level
SN Activity Activity Hazards Condition( Associat Desired Control Gaps If Probabi Impact Risk Risk
Type N/AN/E) ed Risk Measures Any lity(P) (I) R= Classific
(R/NR) P*I ation
Likelihood – Possibility of occurrence of risks based on present gaps (technological / operational / competence / measurement and monitoring);
Impact –
SI: Slight Injury, MI: Minor Injury, MJ: Major Injury, SF: Single Fatality, MF: Multiple Fatalities
Level of consequence – Refer Guidance criteria for this i.e. possible degree of damage;
RISK –
Remarks &
Sr. No. Description Observation
Suggestions
1 Crane hooks have got smooth surface and no dent
Remarks &
Sr. No. Description Observation
Suggestions
6 RC Document
8 Valid Insurance
9 Valid PUC
16 SLI
17 Condition of boom
21 Tyre condition
22 Battery
24 Break
25 Parking Break
26 Front horn
27 Reverse horn
30 Fire Extinguisher
Remarks &
Sr. No. Description Observation
Suggestions
13 Battery Charge
17 Fire Extinguisher
20 SLI
21 TPI Certificate
22 Colour Coding
23 Insurance
26 Others
Remarks &
Sr. No. Description Observation
Suggestions
19 Battery Charge
25 Fire Extinguisher
28 TPI Certificate
29 Colour Coding
30 Insurance
33 Others
FOR RESTRICTED
CIRCULATION
OISD-GDN-192
FOR RESTRICTED
CIRCULATION
Prepared by
COMMITTEE ON
SAFETY PRACTICES DURING CONSTRUCTION
Preamble
Indian petroleum industry is the energy lifeline of the nation and its continuous performance is essential
for sovereignty and prosperity of the country. As the industry essentially deals with inherently
inflammable substances throughout its value chain – upstream, midstream and downstream – Safety is
of paramount importance to this industry as only safe performance at all times can ensure optimum ROI
of these national assets and resources including sustainability.
While statutory organizations were in place all along to oversee safety aspects of Indian petroleum
industry, Oil Industry Safety Directorate (OISD) was set up in 1986 Ministry of Petroleum and Natural
Gas, Government of India as a knowledge centre for formulation of constantly updated world-scale
standards for design, layout and operation of various equipment, facility and activities involved in this
industry. Moreover, OISD was also given responsibility of monitoring implementation status of these
standards through safety audits.
In more than 25 years of its existence, OISD has developed a rigorous, multi-layer, iterative and
participative process of development of standards – starting with research by in-house experts and
iterating through seeking & validating inputs from all stake-holders – operators, designers, national level
knowledge authorities and public at large – with a feedback loop of constant updation based on ground
level experience obtained through audits, incident analysis and environment scanning.
The participative process followed in standard formulation has resulted in excellent level of compliance
by the industry culminating in a safer environment in the industry. OISD – except in the Upstream
Petroleum Sector – is still a regulatory (and not a statutory) body but that has not affected
implementation of the OISD standards. It also goes to prove the old adage that self-regulation is the best
regulation. The quality and relevance of OISD standards had been further endorsed by their adoption in
various statutory rules of the land.
Petroleum industry in India is significantly globalized at present in terms of technology content requiring
its operation to keep pace with the relevant world scale standards & practices. This matches the OISD
philosophy of continuous improvement keeping pace with the global developments in its target
environment. To this end, OISD keeps track of changes through participation as member in large number
of International and national level Knowledge Organizations – both in the field of standard development
and implementation & monitoring in addition to updation of internal knowledge base through continuous
research and application surveillance, thereby ensuring that this OISD Standard, along with all other
extant ones, remains relevant, updated and effective on a real time basis in the applicable areas.
Together we strive to achieve NIL incidents in the entire Hydrocarbon Value Chain. This, besides other
issues, calls for total engagement from all levels of the stake holder organizations, which we, at OISD,
fervently look forward to.
Jai Hind!!!
Executive Director
Oil Industry Safety Directorate
FOREWORD
The Oil Industry in India is nearly 100 years old. Due to various collaboration agreements a
variety of international codes, standards and practices are in vogue. Standardisation in design
philosophies, operating and maintenance practices at a national level was hardly in existence.
This lack of uniformity coupled with feedback from some serious accidents that occurred in the
recent past in India and abroad, emphasised the need for the industry to review the existing
state of art in designing, operating and maintaining oil and gas installations.
With this in view, the Ministry of Petroleum and Natural Gas in 1986 constituted a Safety
Council assisted by the Oil Industry Safety Directorate (OISD) staffed from within the industry
in formulating and implementing a series of self-regulatory measures aimed at removing
obsolescence, standardising and upgrading the existing standards to ensure safer operations.
Accordingly OISD constituted a number of functional committees comprising of experts
nominated from the industry to draw up standards and guidelines on various subjects.
The present document on “Safety Practices during Construction” was prepared by the
Functional Committee on “Safety Practices during Construction”. This document is based on
the accumulated knowledge and experience of industry members and the various national and
international codes and practices.
It is hoped that provisions of this document if implemented objectively, may go a long way to
improve the safety to reduce accidents in Oil and Gas Industry. Users are cautioned that no
document can be substitute for the judgment of responsible and experienced engineer.
Suggestions are invited from the users after it is put into practice to improve the document
further. Suggestions for amendments, if any, to this standard should be addressed to:
The Co-ordinator
Committee on “Safety Practices during Construction”
Oil Industry Safety Directorate
Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802
NOTE
FUNCTIONAL COMMITTEE ON
SAFETY PRACTICES DURING CONSTRUCTION
NAME ORGANISATION
LEADER
Shri A.K. Tandon EIL, New Delhi.
MEMBERS
1. Shri U.M. Rao GAIL, Noida.
Member-Coordinator
CONTENTS
1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2
6.1 Excavation
6.2 Scaffolding, Platforms & Ladders
6.3 Structural Work, Laying Of Reinforcement & Concreting
6.4 Road Work
6.5 Cutting/Welding
6.6 Working In Confined Spaces
6.7 Proof/Pressure Testing
6.8 Working At Heights
6.9 Handling And Lifting Equipment
6.10 Vehicle Movement
6.11 Electrical
6.12 Offshore
6.13 Demolition
6.14 Radiography
6.15 Sand/Shot Blasting / Spray Painting
6.16 Work above Water
9.0 Documentation 34
11.0 References 35
Annexure I 36
1.0 INTRODUCTION
This document specifies broad guidelines on safe practices to be adhered to during construction
activities in oil industry. However, before commencing any job, specific hazards and its effects
should be assessed and necessary corrective/preventive actions should be taken by all
concerned. The document is intended only to supplement and not to replace or supersede the
prevailing statutory requirements, which shall also be followed as applicable. For Personal
Protective Equipment, OISD-STD-155 (Part I&II) shall be referred to. The scope of this document
does not include the design aspects and quality checks during construction.
3.0 DEFINITIONS
Brace: A structural member that holds one point in a fixed position with respect to another
point; bracing is a system of structural members designed to prevent distortion of a structure.
Competent Authority: A stautory agency having the power to issue regulations, orders or
other instructions having the force of law.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
Execution agency:
Any physical or legal person, having contractual obligation with the owner, and who employs
one or more workers on a construction site
Owner:
Any physical or legal person for whom construction job is carried out.
It shall also include owner's designated representative/consultant/nominee/agent, authorised
from time to time to act for and on its behalf, for supervising/ coordinating the activities of the
execution agency.
Guard-rail: An adequately secured rail erected along an exposed edge to prevent persons
from falling.
Hoist: A machine, which lifts materials or persons by means of a platform, which runs on
guides.
Lifting gear: Any gear or tackle by means of which a load can be attached to a lifting
appliance but which does not form an integral part of the appliance or load.
Lifting appliance: Any stationary or mobile appliance used for raising or lowering persons or
loads.
Means of access or egress: Passageways, corridors, stairs, platforms, ladders and any other
means for entering or leaving the workplace or for escaping in case of danger.
Scaffold: Any fixed, suspended or mobile temporary structure supporting workers and
material or to gain access to any such structure and which is not a lifting appliance as defined
above.
Toe-board: A barrier placed along the edge of a scaffold platform, runway, etc., and secured
there to guard against the slipping of persons or the falling of material.
i) provide means and organisation to comply with the safety and health measures required
at the workplace.
ii) provide and maintain workplaces, plant, equipment, tools and machinery and organise
construction work so that, there is no risk of accident or injury to health of workers. In
particular, construction work should be planned, prepared and undertaken so that:
(a) dangers, liable to arise at the workplace, are prevented;
(b) excessively or unnecessarily strenuous work positions and movements are avoided;
(c) organisation of work takes into account the safety and health of workers;
(d) materials and products used are suitable from a safety and health point of view;
(e) working methods are adopted to safeguard workers against the harmful effects of
chemical, physical and biological agents.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
iii) establish committees with representatives of workers and management or make other
arrangement for the participation of workers in ensuring safe working conditions.
iv) arrange for periodic safety inspections by competent persons of all buildings, plant,
equipment, tools, machinery, workplaces and review of systems of work, regulations,
standards or codes of practice. The competent person should examine and ascertain the
safety of construction machinery and equipment.
v) provide such supervision to ensure that workers perform their work with due regard to
safety and health of theirs as well as that of others.
vi) Employ only those workers who are qualified, trained and suited by their age, physique,
state of health and skill.
vii) satisfy themselves that all workers are informed and instructed in the hazards connected
with their work and environment and trained in the precautions necessary to avoid
accidents and injury to health.
viii) Ensure that buildings, plant, equipment, tools, machinery or workplaces in which a
dangerous defect has been found should not be used until the defect has been rectified.
ix) Organise for and remain always prepared to take immediate steps to stop the operation
and evacuate workers as appropriate, where there is an imminent danger to the safety of
workers.
x) establish a checking system by which it can be ascertained that all the members of a
shift, including operators of mobile equipment, have returned to the camp or base at the
close of work on dispersed sites and where small groups of workers operate in isolation.
xi) provide appropriate first aid, training and welfare facilities to workers as per various
statutes like the Factories Act, 1948 etc. and, whenever collective measures are not
feasible or are insufficient, provide and maintain personal protective equipment and
clothing in line with the requirement as per OISD-STD-155 (Vol. I& II) on Personnel
Protective Equipment. They should also provide access to workers to occupational health
services.
xii) Educate workers about their right and the duty at any workplace to participate in ensuring
safe working conditions to the extent of their control over the equipment and methods of
work and to express views on working procedures adopted as may affect safety and
health.
xiii) Ensure that except in an emergency, workers, unless duly authorised, should not interfere
with, remove, alter or displace any safety device or other appliance furnished for their
protection or the protection of others, or interfere with any method or process adopted
with a view to avoiding accidents and injury to health.
xiv) Ensure that workers do not operate or interfere with plant and equipment that they have
not been duly authorised to operate, maintain or use.
xv) Ensure that workers do not sleep, rest or cook etc in dangerous places such as scaffolds,
railway tracks, garages, confined spaces or in the vicinity of fires, dangerous or toxic
substances, running machines or vehicles and heavy equipment etc.
xvii) Obtain the necessary clearance/permits as required and specified by owner
xviii) As per the Govt. circular as amended from time to time all contractors who employ more
than 50 workers or where the contract value exceeds Rs. 50 crores, the following facilities
are to be provided by contractor at site :
Arrangement for drinking water
Toilet facilities
A creche where 10 or more women workers are having children below the age of 6 years
Transport arrangement for attending to emergencies
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
Adequate and safe means of access (atleast two, differently located) to and egress from
all workplaces should be provided. Same should be displayed and maintained.
5.3 HOUSEKEEPING
5.3.1 Ensure:
i) proper storage of materials and equipment;
ii) removal of scrap, inflammable material, waste and debris at appropriate intervals.
5.3.2 Removal of loose materials, which are not required for use, to be ensured. Accumulation
of these at the site can obstruct means of access to and egress from workplaces and
passageways.
5.3.3 Workplaces and passageways, that are slippery owing to oil, grease or other causes,
should be cleaned up or strewn with sand, sawdust, ash etc.
5.4 PRECAUTIONS AGAINST THE FALL OF MATERIALS & PERSONS AND COLLAPSE
OF STRUCTURES
5.4.1 Precautions should be taken such as the provision of fencing, look-out men or barriers to
protect any person against injury by the fall of materials, or tools or equipment being
raised or lowered.
5.4.2 Where necessary to prevent danger, guys, stays or supports should be used or other
effective precautions should be taken to prevent the collapse of structures or parts of
structures that are being erected, maintained, repaired, dismantled or demolished.
5.4.3 All openings through which workers are liable to fall should be kept effectively covered or
fenced and displayed prominently.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
5.4.4 As far as practicable, guardrails and toe-boards should be provided to protect workers
from falling from elevated workplaces.
5.5 PREVENTION OF UNAUTHORISED ENTRY
5.5.1 Construction sites located in built-up areas and alongside vehicular and pedestrian traffic
routes should be fenced to prevent the entry of unauthorised persons.
5.5.2 Visitors should not be allowed access to construction sites unless accompanied by or
authorised by a competent person and provided with the appropriate protective
equipment.
5.6 FIRE PREVENTION AND FIRE FIGHTING
5.6.1 All necessary measures should be taken by the executing agency and owner to:
i) avoid the risk of fire;
ii) control quickly and efficiently any outbreak of fire;
iii) bring out a quick and safe evacuation of persons.
iv) Inform unit/fire station control room, where construction work is carried out within
existing operating area.
5.6.2 Combustible materials such us packing materials, sawdust, greasy/oily waste and scrap
wood or plastics should not be allowed to accumulate in workplaces but should be kept in
closed metal containers in a safe place.
5.6.3 Places where workers are employed should, if necessary to prevent the danger of fire, be
provided with:
i) suitable and sufficient fire-extinguishing equipment, which should be easily visible and
accessible;
ii) an adequate water supply at sufficient pressure meeting the requirements of various
OISD standards.
5.6.4 To guard against danger at places having combustible material, workers should be
trained in the action to be taken in the event of fire, including the use of means of escape.
5.6.5 At sites having combustible material, suitable visual signs should be provided to indicate
clearly the direction of escape in case of fire.
5.6.6 Means of escape should be kept clear at all times. Escape routes should be frequently
inspected particularly in high structures and where access is restricted.
5.7 LIGHTING
5.7.1 Where natural lighting is not adequate, working light fittings or portable hand-lamps
should be provided at workplace on the construction site where a worker will do a job.
5.7.2 Emergency lighting should be provided for personnel safety during night time to facilitate
standby lighting source, if normal system fails.
5.7.2 Artificial lighting should not produce glare or disturbing shadows.
5.7.3 Lamps should be protected by guards against accidental breakage.
5.7.4 The cables of portable electrical lighting equipment should be of adequate size &
characteristics for the power requirements and of adequate mechanical strength to
withstand severe conditions in construction operations.
5.8 PLANT, MACHINERY, EQUIPMENT AND HAND TOOLS
i) Plant, machinery and equipment including hand tools, both manual and power driven,
should:
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
a) be of proper design and construction, taking into account health, Safety and ergonomic
principles.
b) be maintained in good working order;
c) be used only for work for which they have been designed.
d) be operated only by workers who have been authorised and given appropriate training.
e) be provided with protective guards, shields or other devices as required.
ii) Adequate instructions for safe use should be provided.
iii) Safe operating procedures should be established and used for all plant, machinery and
equipment.
iv) Operators of plant, machinery and equipment should not be distracted while work is in
progress.
v) Plant, machinery and equipment should be switched off when not in use and isolated
before any adjustment, clearing or maintenance is done.
vi) Where trailing cables or hose pipes are used they should be kept as short as practicable
and not allowed to create a hazard.
vii) All moving parts of machinery and equipment should be enclosed or adequately guarded.
viii) Every power-driven machine and equipment should be provided with adequate means,
immediately accessible and readily identifiable to the operator, of stopping it quickly and
preventing it from being started again inadvertently.
ix) Operators of plant, machinery, equipment and tools should be provided with PPEs,
including where necessary, suitable ear protection.
5.8.2 Hand tools
i) Hand tools should be repaired by competent persons.
ii) Heads of hammers and other shock tools should be dressed or ground to a suitable
radius on the edge as soon as they begin to mushroom or crack.
iii) When not in use and while being carried or transported sharp tools should be kept in
sheaths, shields, chests or other suitable containers.
iv) Only insulated or nonconducting tools should be used on or near live electrical
installations.
v) Only non-sparking tools should be used near or in the presence of flammable or explosive
dusts or vapours.
ii) Hose and hose connections for compressed air supply to portable pneumatic tools should
be:
a) designed and tested for the pressure and service for which they are intended;
b) fastened securely on the pipe outlet and equipped with the safety chain, as
appropriate.
iii) Pneumatic shock tools should be equipped with safety clips or retainers to prevent dies
and tools from being accidentally expelled from the barrel.
iv) Pneumatic tools should be disconnected from power and the pressure in hose lines
released before any adjustment or repair is made.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
ii) IC engines should not be run in confined spaces unless adequate exhaust ventilation is
provided.
Excavation
Scaffolding, Platforms & Ladders
Structural Work, Laying of Reinforcement & Concreting
Road Work (Laying of roads)
Cutting /Welding
Working in Confined Space
Proof/Pressure Testing
Working at Heights
Handling & Lifting Equipments
Vehicle Movement
Electrical
Offshore
Demolition
Radiography
Sand/shot blasting/ spray painting
Work above water
The safe practices to be followed during the implementation of above construction
activities are given below:
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.1 EXCAVATION
6.1.1 All excavation work should be planned and the method of excavation and the type of
support work required should be decided considering the following:
i) the stability of the ground;
ii) the excavation will not affect adjoining buildings, structures or roadways;
iii) to prevent hazard, the gas, water, electrical and other public utilities should be shut off
or disconnected, if necessary;
iv) presence of underground pipes, cable conductors, etc.,
v) the position of culvert/bridges, temporary roads and spoil heaps should be determined;
6.1.2 Before digging begins on site, all excavation work should be planned and the method of
excavation and the type of support work required decided.
6.1.3 All excavation work should be supervised.
6.1.4 Sites of excavations should be thoroughly inspected:
i) daily, prior to each shift and after interruption in work of more than one day;
ii) after every blasting operation;
iii) after an unexpected fall of ground;
iv) after substantial damage to supports;
v) after a heavy rain, frost or snow;
vi) when boulder formations are encountered.
6.1.5 Safe angle of repose while excavating trenches exceeding 1.5m depth upto 3.0m should
0
be maintained. Based on site conditions, provide proper slope, usually 45 ,and suitable
bench of 0.5m width at every 1.5m depth of excavation in all soils except hard rock or
provide proper shoring and strutting to prevent cave-in or slides.
6.1.6 As far as possible, excavated earth should not be placed within one meter of the edge of
the trench or depth of trench whichever is greater.
6.1.7 Don't allow vehicles to operate too close to excavated area. Maintain atleast 2m distance
from edge of excavation. No load, plant or equipment should be placed or moved near
the edge of any excavation where it is likely to cause its collapse and thereby endanger
any person unless precautions such as the provision of shoring or piling are taken to
prevent the sides from collapsing.
6.1.8 Adequately anchored stop blocks and barriers should be provided to prevent vehicles
being driven into the excavation. Heavy vehicles should not be allowed near the exca-
vation unless the support work has been specially designed to permit it.
6.1.9 If an excavation is likely to affect the security of a structure on which persons are working,
precautions should be taken to protect the structure from collapse.
6.1.10 Barricade at 1m height (with red & white band/self glowing caution board) should be
provided for excavations beyond 1.5m depth. Provide two entries/exits for such
excavation.
6.1.11 Necessary precautions should be taken for underground utility lines like cables, sewers
etc. and necessary approvals/clearances from the concerned authorities shall be
obtained before commencement of the excavation job.
6.1.12 Water shall be pumped/bailed out, if any accumulates in the trench. Necessary
precautions should be taken to prevent entry of surface water in trenches.
6.1.13 During rains, the soil becomes loose. Take additional precaution against collapse of side
wall.
6.1.14 In hazardous areas, air should be tested to ascertain its quality. No one should be
allowed entry till it is suitable for breathing.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.1.15 In case of mechanised excavation, precaution shall be taken to not to allow anybody to
come within one meter of extreme reach of the mechanical shovel. The mechanised
excavator shall be operated by a well-trained experienced operator. When not in
operation, the machine shall be kept on firm leveled ground with mechanical shovel
resting on ground. Wheel or belt shall be suitably jammed to prevent any accidental
movement of the machine. Suitable precautions as per manufacturer guidelines should
be taken for dozers, graders and other heavy machines.
6.1.16 In case of blasting, follow strictly IS:4081-1986 & Indian Explosive Act and rules for
storage, handling and carrying of explosive materials and execution of blasting operation.
6.2 SCAFFOLDING, PLATFORMS & LADDERS
6.2.1 Metal as material of construction
i) A scaffold should be provided and maintained or other equally safe and suitable provision
should be made where work cannot safely be done on or from the ground or from part of
a building or other permanent structure.
ii) Scaffolds should be provided with safe means of access, such as stairs, ladders or
ramps. Ladders should be secured against inadvertent movement.
iii) Every scaffold should be constructed, erected and maintained so as to prevent collapse
or accidental displacement when in use.
iv) Every scaffold and part thereof should be constructed :
(a) in such a way so as not to cause hazards for workers during erection and dismantling;
(b) in such a way so as guard rails and other protective devices, platforms, ladders, stairs
or ramps can be easily put together;
(c) with sound material and of requisite size and strength for the purpose for which it is to
be used and maintained in a proper condition.
v) Boards and planks used for scaffolds should be protected against splitting.
vi) Materials used in the construction of scaffolds should be stored under good conditions
and apart from any material unsuitable for scaffolds.
vii) Couplers should not cause deformation in tubes. Couplers should be made of drop forged
steel or equivalent material.
viii) Tubes should be free from cracks, splits and excessive corrosion and be straight to the
eye, and tube ends cut cleanly square with the tube axis.
ix) Scaffolds should be designed for their maximum load as per relevant code.
x) Scaffolds should be adequately braced.
xi) Scaffolds which are not designed to be independent should be rigidly connected to the
building at designated vertical and horizontal places.
xii) A scaffold should never extend above the highest anchorage to an extent which might
endanger its stability and strength.
xiii) Loose bricks, drainpipes, chimney-pots or other unsuitable material should not be used
for the construction or support of any part of a scaffold.
xiv) Scaffolds should be inspected and certified:
(a) before being taken into use;
(b) at periodic intervals thereafter as prescribed for different types of scaffolds;
(c) after any alteration, interruption in use, exposure to weather or seismic conditions or
any other occurrence likely to have affected their strength or stability.
xv) Inspection should more particularly ascertain that:
(a) the scaffold is of suitable type and adequate for the job;
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
(b) materials used in its construction are sound and of sufficient strength;
(c) it is of sound construction and stable;
(d) that the required safeguards are in position.
xvi) A scaffold should not be erected, substantially altered or dismantled except by or under
the supervision.
xvii) Every scaffold should be maintained in good and proper condition, and every part should
be kept fixed or secured so that no part can be displaced in consequence of normal use.
xviii) If out-rigger scaffolding is to be used, it should be specifically designed and inspected
before putting in use.
6.2.2 Lifting appliances on scaffolds
xvii) The width of ladder shall not be less than 300mm and rungs shall be spaced not more
than 300mm.
xviii) Every platform and means of access shall be kept free from obstruction.
xix) If grease, mud, gravel, mortar etc., fall on platform or scaffolds, these shall be removed
immediately to avoid slippage.
xx) Workers shall not be allowed to work on scaffolds during storms or high wind. After
heavy rain or storms, scaffolds shall be inspected before reuse.
xxi) Don't overload the scaffolding. Remove excess material and scrap immediately.
xxii) Dismantling of scaffolds shall be done in a pre-planned sequential manner.
i) In general, it should be avoided as far as possible. It should not be used in the unit/off-site
areas and where hot work is to be done.
ii) For construction and maintenance of residential and office buildings, situated outside
explosive licensed area, bamboo scaffold, if used, should conform to provisions given in
lS-3696 (Part 1)-1987.
6.3 STRUCTURAL WORK, LAYING OF REINFORCEMENT & CONCRETING
6.3.1 General provisions
i) The safety of workers employed on the erection and dismantling of steel and prefabri-
cated structures should be ensured by appropriate means, such as provision and use of:
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xiii) A raised structural steel or prefabricated part should be so secured and wall units so
propped that their stability cannot be imperiled, even by external agencies such as wind
and passing loads before its release from the lifting appliance.
xiv) At work places, instruction should be given to the workers on the methods, arrangements
and means required for the storage, transport, lifting and erection of structural steel or
prefabricated parts, and, before erection starts, a meeting of all those responsible should
be held to discuss and confirm the requirements for safe erection.
xv) During transportation within the construction area, attachments such as slings and
stirrups mounted on structural steel or prefabricated parts should be securely fastened to
the parts.
xvi) Structural steel or prefabricated parts should be so transported that the conditions do not
affect the stability of the parts or the means of transport result in jolting, vibration or
stresses due to blows, or loads of material or persons.
xvii) When the method of erection does not permit the provision of other means of protection
against fall of persons, the workplaces should be protected by guardrails, and if appro-
priate by toe-boards.
xviii) When adverse weather conditions such as snow, ice and wind or reduced visibility entail
risks of accidents, the work should be carried on with particular care, or, if necessary,
interrupted.
xix) Structures should not be worked on during violent storms or high winds, or when they are
covered with ice or snow, or are slippery from other causes.
xx) If necessary, to prevent danger, structural steel parts should be equipped with
attachments for suspended scaffolds, lifelines or safety harnesses and other means of
protection.
xxi) The risks of falling, to which workers moving on high or sloping girders are exposed,
should be limited by all means of adequate collective protection or, where this is imposs-
ible, by the use of a safety harness that is well secured to a strong support.
xxii) Structural steel parts that are to be erected at a great height should as far as practicable
be assembled on the ground.
xxiii) When structural steel or prefabricated parts are being erected, a sufficiently extended
area underneath the workplace should be barricaded or guarded
xxiv) Steel trusses that are being erected should be adequately shored, braced or guyed until
they are permanently secured in position.
xxv) Load-bearing structural member should not be dangerously weakened by cutting, holing
or other means.
xxvi) Structural members should not be forced into place by the hoisting machine while any
worker is in such a position that he could be injured by the operation.
xxvii) Open-web steel joists that are hoisted singly should be directly placed in position and
secured against dislodgment.
6.3.3 Reinforcement
i) Ensure that workers use Personnel Protective equipment like safety helmet, safety shoes,
gloves etc.
ii) Don't place the hand below the rods for checking clear distance. Use measuring devices.
iii) Don't wear loose clothes while checking the rods.
iv) Don't stand unnecessarily on cantilever rods.
v) To carry out welding/cutting of rods, safety procedures/precautions as mentioned in Item
No. 6.5 to be followed.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
vi) For supplying of rods at heights, proper staging and/or bundling to be provided.
vii) Ensure barricading and staging for supplying and fixing of rods at height.
viii) For short distance carrying of materials on shoulders, suitable pads to be provided.
ix) While transporting material by trucks/trailers, the rods shall not protrude in front of or by
the sides of driver's cabin. In case such protrusion cannot be avoided behind the deck,
rd
then it should not extend 1/3 of deck length or 1.5M which ever is less and tied with red
flags/lights.
6.3.4 Concreting
6.4.1 Site shall be barricaded and provided with warning signs, including night warning lamps
at appropriate locations for traffic diversion.
6.4.2 Filled and empty bitumen drums shall be stacked separately at designated places.
6.4.3 Mixing aggregate with bitumen shall preferably be done with the help of bitumen batch
mixing plant, unless operationally non-feasible.
6.4.4 Road rollers, Bitumen sprayers, Pavement finishers shall be driven by experienced
drivers with valid driving license.
6.4.5 Workers handling hot bitumen sprayers or spreading bitumen aggregate mix or mixing
bitumen with aggregate, shall be provided with PVC hand gloves and rubber shoes with
legging up to knee joints.
6.4.6 At the end of day's work, surplus hot bitumen in tar boiler shall be properly covered by a
metal sheet, to prevent anything falling in it,
6.4.7 If bitumen accidentally falls on ground, it shall be immediately covered by sprinkling sand,
to prevent anybody stepping on it. Then it shall be removed with the help of spade.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.4.8 For cement concrete roads, besides site barricading and installation of warning signs for
traffic diversion, safe practices mentioned in the chapter on "Concreting", shall also be
applicable.
6.5 CUTTING/WELDING
6.5.1 Common hazards involved in welding/cutting are sparks, molten metal, flying particles,
harmful light rays, electric shocks etc. Following precautions should be taken: -
i) A dry chemical type fire extinguisher shall be made available in the work area.
ii) Adequate ventilation shall be ensured by opening manholes and fixing a shield or forced
circulation of air etc, while doing a job in confined space.
iii) Ensure that only approved and well-maintained apparatus, such as torches, manifolds,
regulators or pressure reducing valves, and acetylene generators, be used.
iv) All covers and panels shall be kept in place, when operating an electric Arc welding
machine.
v) The work piece should be connected directly to Power supply, and not indirectly through
pipelines/structures/equipments etc.
vi) The welding receptacles shall be rated for 63 A suitable for 415V, 3-Phase system with a
scraping earth. Receptacles shall have necessary mechanical interlocks and earthing
facilities.
vii) All cables, including welding and ground cables, shall be checked for any worn out or
cracked insulation before starting the job. Ground cable should be separate without any
loose joints.
viii) Cable coiling shall be maintained at minimum level, if not avoidable.
ix) An energised electrode shall not be left unattended.
x) The power source shall be turned off at the end of job.
xi) All gas cylinders shall be properly secured in upright position.
xii) Acetylene cylinder shall be turned and kept in such a way that the valve outlet points
away from oxygen cylinder.
xiii) Acetylene cylinder key for opening valve shall be kept on valve stem, while cylinder is in
use, so that the acetylene cylinder could be quickly turned off in case of emergency. Use
flash back arrestors to prevent back-fire in acetylene/oxygen cylinder.
xiv) When not in use, valves of all cylinders shall be kept closed.
xv) All types of cylinders, whether full or empty, shall be stored at cool, dry place under shed.
xvi) Forced opening of any cylinder valve should not be attempted.
xvii) Lighted gas torch shall never be left unattended.
xviii) Store acetylene and oxygen cylinders separately.
xix) Store full and empty cylinders separately.
xx) Avoid cylinders coming into contact with heat.
xxi) Cylinders that are heavy or difficult to carry by hand may be rolled on their bottom edge
but never dragged.
xxii) If cylinders have to be moved, be sure that the cylinder valves are shut off.
xxiii) Before changing torches, shut off the gas at the pressure reducing regulators and not by
crimping the hose.
xxiv) Do not use matches to light torches, use a friction lighter.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.6.1 Following safety practices for working in confined space like towers, columns, tanks and
other vessels should be followed in addition to the safety guidelines for specific jobs like
scaffolding, cutting/welding etc.
i) Shut down, isolate, depressurise and purge the vessel as per laid down procedures.
ii) Entry inside the vessel and to carry out any job should be done after issuance of valid
permit only in line with the requirement of OISD-STD-105.
iii) Ensure proper and accessible means of exit before entry inside a confined space.
iv) The number of persons allowed inside the vessel should be limited to avoid overcrowding.
v) When the work is going on in the confined space, there should always be one man
standby at the nearby manway.
vi) Before entering inside the vessels underground or located at lower elevation, probability
of dense vapours accumulating nearby should also be considered in addition to inside the
vessel.
vii) Ensure requisite O2 level before entry in the confined space and monitor level periodically
or other wise use respiratory devices.
viii) Check for no Hydrocarbon or toxic substances before entry and monitor level periodically
or use requisite Personal Protective Equipment.
ix) Ensure adequate ventilation or use respiratory devices.
x) Depending upon need, necessary respirator system, gas masks and suit shall be worn by
everyone entering confined space. In case of sewer, OWS or in the confined area where
there is a possibility of toxic or inert gas, gas masks shall be used by everyone while
entering.
xi) Barricade the confined spaces during hoisting, radiography, blasting, pressure testing etc.
xii) Use 24V flameproof lamp fittings only for illumination.
xiii) Use tools with air motors or electric tools with maximum voltage of 24V.
xiv) House keeping shall be well maintained.
xv) Safety helmet, safety shoes and safety belt shall be worn by everyone entering the
confined space.
xvi) Don't wear loose clothing while working in a confined space.
xvii) In case of the vessels which are likely to contain pyropheric substances (like Iron
Sulphide), special care need to be taken before opening the vessel. Attempt should be
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
made to remove the pyropheric substances. Otherwise, these should be always kept wet
by suitable means.
xviii) The cutting torches should also be kept outside the vessel immediately after the cutting.
xix) The gas cylinders used for cutting/welding shall be kept outside.
xx) All cables, hoses, welding equipment etc., shall be removed from confined space at end
of each work day, even if the work is to be resumed in the same space the next day.
xxi) To the extent possible sludge shall be cleared and removed from outside before entering.
xxii) No naked light or flame or hot work such as welding, cutting and soldering should be
permitted inside a confined space or area unless it has been made completely free of the
flammable atmosphere, tested and found safe by a competent person. Only non-sparking
tools and flameproof hand lamps protected with guard and safety torches should be used
inside such confined space or area for initial inspection, cleaning or other work required to
be done for making the area safe.
xxiii) Communication should be always maintained between the worker and the attendant.
6.7 PROOF/PRESSURE TESTING
6.7.1 Review test procedure before allowing testing with water or air or any other fluid.
6.7.2 Provide relief valves of adequate size while testing with air or other gases.
6.7.3 Ensure compliance of necessary precautions, step wise loading, tightening of fasteners,
grouting etc. before and during testing.
6.7.4 Inform all concerned in advance of the testing.
6.7.5 Keep the vents open before opening any valve for filling/draining of liquid used for
hydrotesting. The filling/draining should not exceed the designed rate for pressure testing.
6.7.6 Provide separate gauges of suitable range for pressurising pump and the equipment to
be tested.
6.7.7 Provide gauges at designated locations for monitoring of pressures.
6.7.8 Check the calibration of all pressurising equipment and accessories and maintain records.
6.7.9 Take readings at pre-defined intervals.
6.8 WORKING AT HEIGHTS
6.8.1 General Provision
i) While working at a height of more than 3 meters, ISI approved safety belt shall be used.
ii) While working at a height of more than 3 meters, permit should be issued by competent
person before commencement of the job.
iii) Worker should be well trained on usage of safety belt including its proper usage at the
time of ascending/descending.
iv) All tools should be carried in tool kits to avoid their falling.
v) If the job is on fragile/sloping roof, roof walk ladders shall be used.
vi) Provide lifeline wherever required.
vii) Additional safety measures like providing Fall Arrestor type Safety belt, safety net should
be provided depending upon site conditions, job requirements.
viii) Keep working area neat and clean. Remove scrap material immediately.
ix) Don't throw or drop material/equipment from height.
x) Avoid jumping from one member to another. Use proper passageway.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xi) Keep both hands free while climbing. Don't try to bypass the steps of the ladder.
xii) Try to maintain calm at height. Avoid over exertion.
xiii) Avoid movements on beam.
xiv) Elevated workplaces including roofs should be provided with safe means of access and
egress such as stairs, ramps or ladders.
6.8.2 Roof Work
i) For the erection and repair of tall chimneys, scaffolding should be provided. A safety net
should be maintained at a suitable distance below the scaffold.
ii) The scaffold floor should always be at least 65 cm below the top of the chimney.
iii) Under the working floor of the scaffolding the next lower floor should be left in position as
a catch platform.
iv) The distance between the inside edge of the scaffold and the wall of the chimney should
not exceed 20 cm at any point.
v) Catch platforms should be erected over:
(a) the entrance to the chimney;
(b) Passageways and working places where workers could be endangered by falling
objects.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
Following are the general guidelines to be followed with regard to all types of handling
and lifting equipment in addition to the guidelines for specific type of equipments dealt
later on.
i) There should be a well-planned safety programme to ensure that all the lifting appliances
and lifting gear are selected, installed, examined, tested, maintained, operated and
dismantled with a view to preventing the occurrence of any accident;
ii) All lifting appliances shall be examined by competent persons at frequencies as specified
in "The Factories act".
iii) Check thoroughly quality, size and condition of all lifting tools like chain pulley blocks,
slings, U-clamps, D-shackles etc. before putting them in use.
iv) Safe lifting capacity of all lifting & handling equipment, tools and shackles should be got
verified and certificates obtained from competent authorities before its use. The safe
working load shall be marked on them.
v) Check periodically the oil, brakes, gears, horns and tyre pressure of all moving
equipments like cranes, forklifts, trailers etc as per manufacturer's recommendations.
vi) Check the weights to be lifted and accordingly decide about the crane capacity, boom
length and angle of erection.
vii) Allow lifting slings as short as possible and check packing at the friction points.
viii) While lifting/placing of the load, no unauthorised person shall remain within the radius of
the boom and underneath the load.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
ix) While loading, unloading and stacking of pipes, proper wedges shall be placed to prevent
rolling down of the pipes.
x) Control longer jobs being lifted up from both ends.
xi) Only trained operators and riggers should carry out the job. While the crane is moving or
lifting the load, the trained rigger should be there for keeping a vigil against hitting any
other object.
xii) During high wind conditions and nights, lifting of heavy equipments should be avoided. If
unavoidable to do erection in night, operator and rigger should be fully trained for night
signaling. Also proper illumination should be there.
xiii) Allow crane to move on hard, firm and leveled ground.
xiv) When crane is in idle condition for long periods or unattended, crane boom should either
be lowered or locked as per manufacturer's guidelines.
xv) Hook and load being lifted shall remain in full visibility of crane operators, while lifting, to
the extent possible.
xvi) Don't allow booms or other parts of crane to come within 3 meters reach of overhead
electrical cables.
xvii) No structural alterations or repairs should be made to any part of a lifting appliance, which
may affect the safety of the appliance without the permission and supervision of the
competent person.
6.9.2 Hoists
i) Hoist shafts should be enclosed with rigid panels or other adequate fencing at:
(a) ground level on all sides;
(b) all other levels at all points at which access is provided;
(c) all points at which persons are liable to be struck by any moving part.
ii) The enclosure of hoist shafts, except at approaches should extend where practicable at
least 2mt above the floor, platform or other place to which access is provided except
where a lesser height is sufficient to prevent any person falling down the hoistway and
there is no risk of any person coming into contact with any moving part of the hoist, but in
no case should the enclosure be less than 1mt in height.
iii) The guides of hoist platforms should offer sufficient resistance to bending and, in the case
of jamming by a safety catch, to buckling.
iv) Where necessary to prevent danger, adequate covering should be provided above the
top of hoist shafts to prevent material falling down them.
v) Outdoor hoist towers should be erected on firm foundations, and securely braced, guyed
and anchored.
vi) A ladderway should extend from the bottom to the top of outdoor hoist towers, if no other
ladderway exists within easy reach.
vii) Hoisting engines should be of ample capacity to control the heaviest load that they will
have to move.
viii) Hoists should be provided with devices that stop the hoisting engine as soon as the
platform reaches its highest stopping place.
ix) Winches should be so constructed that the brake is applied when the control handle is not
held in the operating position.
x) It should not be possible to set in motion from the platform a hoist, which is not designed
for the conveyance of persons.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xi) Winches should not be fitted with pawl and ratchet gears on which the pawl must be
disengaged before the platform is lowered.
xii) Hoist platforms should be capable of supporting the maximum load that they will have to
carry with a safety factor.
xiii) Hoist platforms should be equipped with safety gear that will hold the platform with the
maximum load if the hoisting rope breaks.
xiv) If workers have to enter the cage or go on the platform at landings there should be a
locking arrangement preventing the cage or platform from moving while any worker is in
or on it.
xv) On sides not used for loading and unloading, hoist platforms should be provided with toe-
boards and enclosures of wire mesh or other suitable material to prevent the fall of parts
of loads.
xvi) Where necessary to prevent danger from falling objects, hoist platforms should be
provided with adequate covering.
xvii) Counterweights consisting of an assemblage of several parts should be made of specially
constructed parts rigidly connected together.
xviii) Counterweights should run in guides.
xix) Platforms should be provided at all landings used by workers.
xx) Following notices should be posted up conspicuously and in very legible characters:
(a) on all hoists:
on the platform or cage: the maximum number of persons to be carried at one time;
(c) on hoists for goods only:
on every approach to the hoist and on the platform: prohibition of use by persons.
xxi) Hoists intended for the carriage of persons should be provided with a cage so constructed
as to prevent any person from falling out or being trapped between the cage and any
fixed part of the structure when the cage gate is shut, or from being struck by the
counterbalance weight or by articles or materials tailing down the hoistway.
xxii) On each side in which access is provided, the cage should have a gate fitted with devices
which ensure that the gate cannot be opened except when the cage is at a landing and
that the gate must be closed before the cage can move away from the landing.
xxiii) Every gate in the enclosure of the hoist shaft which gives access from a landing place to
the cage should be fitted with devices to ensure that the gate cannot be opened except
when the cage is at that landing place, and that the cage cannot be moved away from
that landing place until the gate is closed.
6.9.3 Derricks
Stiff-leg derricks
i) Derricks should be erected on a firm base capable of taking the combined weight of the
crane structure and maximum rated load.
ii) Devices should be used to prevent masts from lifting out of their seating.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
iii) Electrically operated derricks should be effectively earthed from the sole plate or
framework.
iv) Counterweights should be so arranged that they do not subject the backstays, sleepers or
pivots to excessive strain.
v) When derricks are mounted on wheels:
a) a rigid member should be used to maintain the correct distance between the wheels;
b) they should be equipped with struts to prevent them from dropping if a wheel breaks or
the derrick is derailed.
vi) The length of a derrick jib should not be altered without consulting the manufacturer.
vii) The jib of a scotch derrick crane should not be erected within the backstays of the crane.
Guy derricks
i) The restraint of the guy ropes should be ensured by fitting stirrups or anchor plates in
concrete foundations.
ii) The mast of guy derricks should be supported by six top guys spaced approximately
equally.
0
iii) The spread of the guys of a guy derrick crane from the mast should not be more than 45
from the horizontal.
iv) Guy ropes of derricks should be equipped with a stretching screw or turnbuckle or other
device to regulate the tension.
v) Gudgeon pins, sheave pins and fool bearings should be lubricated frequently.
vi) When a derrick is not in use, the boom should be anchored to prevent it from swinging.
6.9.4 Gin poles
i) Where tower cranes have cabs at high level, persons, capable and trained to work at
heights, should only be employed as crane operators.
ii) The characteristics of the various machines available should be considered against the
operating requirements and the surroundings in which the crane will operate before a par-
ticular type of crane is selected.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
iii) Care should be taken in the assessment of wind loads both during operations and out of
service. Account should also be taken of the effects of high structures on wind forces in
the vicinity of the crane.
iv) The ground on which the tower crane stands should have the requisite bearing capacity.
Account should be taken of seasonal variations in ground conditions.
v) Bases for tower cranes and tracks for rail-mounted tower cranes should be firm and level.
Tower cranes should only operate on gradients within limits specified by the
manufacturer. Tower cranes should only be erected at a safe distance from excavations
and ditches.
vi) Tower cranes should be sited where there is clear space available for erection, operation
and dismantling. As far as possible, cranes should be sited so that loads do not have to
be handled over occupied premises, over public thoroughfares, other construction works
and railways or near power cables.
vii) Where two or more tower cranes are sited in positions where their jibs could touch any
part of the other crane, there should be direct means of communication between them
and a distinct warning system operated from the cab so that one driver may alert the
other of impending danger.
viii) The manufacturers' instructions on the methods and sequence of erection and
dismantling should be followed. The crane should be tested before being taken into use.
ix) The climbing operation of climbing tower cranes should be carried out in accordance with
manufacturers' instructions. The free-standing height of the tower crane should not
extend beyond what is safe and permissible in the manufacturers' instructions.
x) When the tower crane is left unattended, loads should be removed from the hook, the
hook raised, the power switched off and the boom brought to the horizontal. For longer
periods or at times when adverse weather conditions are expected, out of service
procedures should be followed. The main jib should be slewed to the side of the tower
away from the wind, put into free slew and the crane immobilised.
xi) A windspeed measuring device should be provided at an elevated position on the tower
crane with the indicator fitted in the drivers' cab.
xii) Devices should be provided to prevent loads being moved to a point where the
corresponding safe working load of the crane would be exceeded. Name boards or other
items liable to catch the wind should not be mounted on a tower crane other than in
accordance with the manufacturers' instructions.
xiii) Tower cranes should not be used for magnet, or demolition ball service, piling operations
or other duties, which could impose excessive loading on the crane structure.
6.9.6 Lifting ropes
i) Only ropes with a known safe working capacity should be used as lifting ropes.
ii) Lifting ropes should be installed, maintained and inspected in accordance with
manufacturers' instructions.
iii) Repaired steel ropes should not be used on hoists.
iv) Where multiple independent ropes are used, for the purpose of stability, to lift a work
platform, each rope should be capable of carrying the load independently.
6.10 VEHICLE MOVEMENT
6.10.1 Park vehicles only at designated places. Don't block roads to create hindrance for other
vehicles.
6.10.2 Don't overload the vehicle.
6.10.3 Obey speed limits and traffic rules.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
i) Only persons having valid licenses should be allowed to work on electrical facilities.
ii) No person should be allowed to work on live circuit. The same, if unavoidable, special
care and authorisation need to be taken.
iii) Treat all circuits as "LIVE" unless ensured otherwise.
iv) Electrical "Tag Out" procedure "MUST" be followed for carrying out maintenance jobs.
v) Display voltage ratings prominently with "Danger" signs.
vi) Put caution/notice signs before starting the repair works.
vii) All electrical equipment operating above 250V shall have separate and distinct
connections to earth grid.
viii) Proper grounding to be ensured for all switch boards and equipment including Portable
ones prior to taking into service.
ix) Make sure that electrical switch boards, portable tools, equipments (like grinding machine
etc.) don't get wet during their usage. If it happens, stop the main supply, make the tools
dry and then only use them. Check proper earthing.
All temporary switch boards/ KIOSKS put up at work site should be suitably protected
from rain and the level of same should be high enough to avoid contact with water due to
water logging.
x) Don't work wet on electrical system.
xi) Don't overload the electrical system.
xii) Use only proper rated HRC fuses.
xiii) Industrial type extension boards and Plug sockets are only to be used.
xiv) ELCB for all temporary connections must be provided. Use insulated 3-pin plug tops.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xv) All power supply cables should be laid properly and neatly so that they don't cause
hindrance to persons working and no physical damage also takes place to the cables
during various construction activities.
xvi) All Power cables to be properly terminated using glands and lugs of proper size and
adequately crimped.
xvii) Use spark-proof/flame proof type electrical fittings in Fire Hazard zones as per area
classification under OISD-STD-113.
xviii) Check installations of steel plates/pipes to protect underground cables at crossings.
xix) Don't lay unarmored cable directly on ground, wall, roof or trees. All temporary cables
should be laid at least 750 mm below ground and cable markers should be provided.
Proper sleeves should be provided at road crossings. In case temporary cables are to be
laid on wooden poles/steel poles, the minimum cable heights should be 4.5 M.
xx) Maintain safe overhead distance of HT cables as per Indian Electricity Rules and relevant
acts.
xxi) Don't connect any earthing wire to the pipelines/structures.
xxii) Don't make any unsafe temporary connections, naked joints/wiring etc.
xxiii) Ensure that temporary cables are free from cuts, damaged insulation, kinks or improper
insulated joints.
xxiv) Check at periodic intervals that pins of sockets and joints are not loose.
xxv) Protect electrical wires/equipments from water and naked flames.
xxvi) Illuminate suitably all the work areas.
xxvii) All switchboards should be of MS structure only and incoming source should be marked.
xxviii) Hand lamps should not be of more than 24V rating.
xxix) Fire extinguishers (DCP/CO2/Sand buckets) should be kept near temporary switch boards
being used for construction purposes. Don't use water for fighting electrical fires.
xxx) Insulating mats shall be provided in the front and back end of switch boards.
xxxi) All parts of electrical installations should be so constructed, installed and maintained as to
prevent danger of electric shock, fire and external explosion.
Periodic checking/certification of electrical safety appliances such as gloves, insulating
mats, hoods etc. to be done/witnessed along with maintaining a register at site signed by
competent authority.
xxxii) A notice displaying following, should be kept exhibited at suitable places:
a) prohibiting unauthorised persons from entering electrical equipment rooms or from
handling or interfering with electrical apparatus;
b) containing directions as to procedures in case of fire, rescue of persons in contact with
live conductors and the restoration of persons suffering from electric shock;
c) specifying the person to be notified in case of electrical accident or dangerous
occurrence, and indicating how to communicate with him.
xxxiii) No other cables/pipes to be laid in trench used for electrical cables.
xxxiv) Utmost care should be taken while excavating Earth from cable trench to avoid damage
or any accident.
xxxv) Sub-station floor cut-outs meant for switch board installations to be covered wherever
installation is incomplete.
NOTE: A Residual Current Operated Circuit Breaker (RCCB) or Earth Leakage Circuit Breaker
(ELCB), when installed, protects a human being to the widest extent. RCCB or ELCB
should be provided as per Indian Electricity Rules.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
i) All electrical equipment should be inspected before taking into use to ensure suitability for
its proposed use.
ii) At the beginning of every shift, the person using the electrical equipment should make a
careful external examination of the equipment and conductors, especially the flexible
cables.
iii) Apart from some exceptional cases, work on or near live parts of electrical equipment
should be forbidden.
iv) Before any work is begun on conductors or equipment that do not have to remain live:
a) the current should be switched off by a responsible authorised person;
b) precautions should be taken to prevent the current from being switched on again;
c) the conductors or the equipment should be tested to ascertain that they are dead;
d) the conductors and equipment should be earthed and short-circuited;
e) neighbouring live parts should be adequately protected against accidental contact.
v) After work has been done on conductors and equipment, the current should only be
switched on again on the orders of a competent person after the earthing and short-
circuiting have been removed and the workplace reported safe.
vi) Electricians should be provided with approved and tested tools, and personal protective
equipment such as rubber gloves, mats etc.
vii) All conductors and equipment should be considered to be live unless there is a proof of
the contrary.
viii) When work has to be done in dangerous proximity to live parts the current should be cut
off. If for operational reasons this is not possible, the live parts should be fenced off or
enclosed by qualified staff from the sub-station concerned.
6.11.3. Testing
i) Electrical installations should be inspected and tested and the results recorded.
ii) Periodic testing of the efficiency of the earth leakage protective devices should be carried
out.
iii) Particular attention should be paid to the earthing of apparatus, the continuity of
protective conductors, polarity and insulation resistance, protection against mechanical
damage and condition of connections at points of entry.
6.12 OFFSHORE
6.12.1 General
The isolated nature of offshore installations are hazardous. They call for greater need for safety
and survival at offshore. Safety at offshore is safety of installations and safety of personnel.
Safety problems and accidents at offshore have high risks due to limited space, helicopter
operation, sea transport etc. Following are the general safety guidelines to be followed in addition
to the safety guidelines stipulated for specific jobs dealt later on:
i) Workers should be well trained to do their job independently with high degree of self-
control and self-discipline.
ii) On arrival at offshore, everyone should be briefed about the safety rules to be followed at
offshore, evacuation system etc. All personnel should wear overall (dangri), helmet and
shoes for personnel protection.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
i) Location of jack up rigs should not be less than 5 Kms from shipping route. Orientation of
the rig, wind direction etc are required for safe landing of helicopter. Information w.r.t. sea
currents, wind speed, Hi-lo tide etc are required for mooring of supply vessels.
ii) Sea bed condition at every location should be ensured for safety of rig.
iii) Radio and other communication facilities should be such to maintain contact with base all
times.
iv) During toeing of rig, the rig deck should be clear of load, toeing lines should be in good
condition and tensions in various toeing lines should be constantly monitored.
v) Few steps during toeing are:
a) crane booms should be secured to their vesta,
b) all hatches and water tight doors should be closed,
c) number of personnel on board should be restricted,
d) evacuate in case of emergency and operation should be completed preferably in
day light.
6.12.3 Drilling
i) In view of CO2 and H2S gas cut from well, effective ventilation should be provided where
drilling is in progress.
ii) Safety alarm shall be checked in advance in view of failure of ventilation system.
iii) Suitable sensors for H2S and Methane should be function tested time to time and suitable
colour code should be given.
iv) Working areas of the crane should be illuminated during night to avoid accident.
v) Clear space should be available for despatch and receipt of load and, in particular,
basket transfer of passengers. Persons engaged in loading/unloading of materials
should be protected from falling into the sea.
vi) Signal light should be fitted at the top of the jib.
vii) Crane hook should be fitted with safety latches.
viii) Experienced person should be engaged in operation of specific equipment like winches,
cranes etc.
ix) At least three cable turns shall always be there on the winch drum.
x) Adequate communication like walkie talkie, round robin phone should be available
between the crane operator, supervisor and helper.
xi) Crane operation should be completely stopped during helicopter landing/taking off.
xii) Except for helicopter landing deck, all decks, platforms, bridges, ladders should have
rigid and fixed guard rails atleast one meter high and should have one intermediate rail
midway between the handrail and 100 mm toe board.
xiii) Wooden ladders shall not be used at offshore.
xiv) Flow sensor in the flow line should be ensured for safe working and to avoid blow out.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xv) Hydrogen sulphuide gas In offshore is of great risk and at 10 ppm (0.001%) concentration
in air, a person should not be exposed for more than 8 hours, If concentration is more,
then breathing apparatus should be used. Corrosion of equipment is also caused by H2S.
xvi) Portable H2S gas detector should be continously used.
6.12.4 Production Platforms
i) In case hydrocarbon Is released due to overpressure, leak, overflow, gas blow etc., shut
down process to stop flow of hydrocarbon. Prevent ignition of released hydrocarbon and
in case of fire shut in the process complex and follow emergency contigency plan.
ii) Sub surface safetv valve (SSSV)) below the well head should be actuated during
uncontrolled well -flow and they should be regularly checked.
iii) Surface safety valve or SDV should be checked for no gas leakage from bleed port /
flange etc., in the well head area. It should not be in "mechanical override" or bypassed
from panel.
iv) High pressure gas lift lines - blowdown system should be O.K.
v) Auto actuation of SDVs in the inlet of pressure vessels should be O.K. and in "normal
position" from shutdown panels. A record of status of switches normal/bypassed in auto-
con* panels (PSH, PSL, LSL, ILSL) should be maintained.
i) Provision be made for safe handling and storage of dirty rags, trash, and waste oil.
Flammable liquids and chemicals applied on platform should be immediately cleaned.
ii) Paint containers and hydrocarbon samples, gas cylinders for welding and cutting should
be stored properly. Cylinders should be transported in hand-cart.
iii) Smoking should be restricted and no smoking area should be identified.
iv) Special attention should be given to crude oil pump seals, diesel and gas engines which
are potential source of ignition in the event of failure.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
v) Fire and smoke detectors i.e. ultraviolet heat, thermal and smoke detector should be
function tested once in three months.
vi) Fire is controlled in offshore by water spraying, Halon, CO2 flooding, DCP and sprinkler
system.
vii) Foaming agent is applied for controlling fire in liquid hydrocarbon. The system is not
effective in gas fire.
viii) Light weight breathing system should be used.
ix) The fire control plan at offshore should reveal control station, fire alarms and fire
detectors, deluge valves and sprinkler, fire extinguishing appliances, fireman outfit and
ventilation system.
x) Fire fighting equipment should be maintained in ready to use condition.
6.12.6 Life Saving Appliances
i) Life boats with a speed of 6 knots and carrying capacity upto 50 persons are used in
offshore.
ii) No. of life boats on one installation should have a capacity to accommodate twice the
number of persons onboard installation.
iii) Launching appliances and life boat equipment should be checked every week.
iv) Boat landing areas should be adequately illuminated.
v) Life raft has no power and they rely on drift.
vi) Life jacket lifts the wearer after entering water.
vii) Life buoys are used to rescue persons if any person accidentally falls in the sea.
viii) All life saving appliances should be inspected by the MMD surveyor /sr. officials once a
year.
ix) Every life boat shall be inspected once a week.
x) Every life boat and life raft should be serviced once a year by a competent authority,
6.12.7 Safety Precautions during Helicopter Transportation
i) Passenger briefing regarding safety rules while travelling in helicopter should be carried
out before boarding the helicopter.
ii) Emergency procedure should be briefed to all the passenger In case helicopter is to ditch
into the sea.
iii) Heli-pad should have a non-skid surface. Nylon rope net should be stretched on the
deck.
iv) Proper drainage should be available on helideck.
v) There should be no obstruction on the helideck itself and within 3 meters of its parameter.
Closest super structure above the helideck should have red obstruction light.
vi) While landing fire crew of two persons should be standby adjacent to helideck.
vii) Heli-deck should be properly illuminated for night landing.
viii) During switching off helicopter, persons should not be allowed to go out/ towards
helicopter
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.13 DEMOLITION
6.13.1. General provisions
i) When the demolition of any building or structure might present danger to workers or to the
public:
(a) necessary precautions, methods and procedures should be adopted, including those
for the disposal of waste or residues;
(b) the work should be planned and undertaken only under the supervision of a competent
person.
ii) Before demolition operations begin:
(a) structural details and builders' drawings should be obtained wherever possible;
(b) details of the previous use should be obtained to identify any possible contamination
and hazards from chemicals, flammables, etc.;
(c) an initial survey should be carried out to identify any structural problems and risks
associated with flammable substances and substances hazardous to health. The
survey should note the type of ground on which the structure is erected, the condition
of the roof trusses, the type of framing used in framed structures and the load-bearing
walls;
(d) a method of demolition should be formulated after the survey and recorded in a
method statement having taken all the various considerations into account and
identifying the problems and their solutions;
iii) All electric, gas, water and steam service lines should be shut off and, as necessary,
capped or otherwise controlled at or outside the construction site before work
commences.
iv) If it is necessary to maintain any electric power, water or other services during demolition
operations, they should be adequately protected against damage.
v) As far as practicable, the danger zone round the building should be adequately fenced off
and sign posted. To protect the public a fence 2m high should be erected enclosing the
demolition operations and the access gates should be secured outside working hours.
vi) The fabric of buildings contaminated with substances hazardous to health should be
decontaminated. Protective clothing and respiratory devices should be provided and
worn.
vii) Where plant has contained flammable materials, special precautions should be taken to
avoid fire and explosion.
viii) The plant to be demolished should be isolated from all other plant that may contain
flammable materials. Any residual flammable material in the plant should be rendered
safe by cleaning, purging or the application of an inert atmosphere as appropriate.
ix) Care should be taken not to demolish any parts, which would destroy the stability of other
parts.
x) Demolition activities should not be continued under adverse climatic conditions such as
high winds, which could cause the collapse of already weakened structures.
xi) To prevent hazards parts of structures should be adequately shored, braced or otherwise
supported.
xii) Structures should not be left in a condition in which they could be brought down by wind
pressure or vibration.
xiii) Where a deliberate controlled collapse technique is to be used, expert engineering advice
should be obtained, and:
(a) it should only be used where the whole structure is to come down because it relies on
the removal of key structural members to effect a total collapse;
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
(b) it should only be used on sites that are fairly level and where there is enough
surrounding space for all operatives and equipment to be withdrawn to a safe
distance.
xiv) When equipment such as power shovels and bulldozers are used for demolition, due
consideration should be given to the nature of the building or structure, its dimensions, as
well as to the power of the equipment being used.
xv) If a swinging weight is used for demolition, a safety zone having a width of at least one-
and-a-half times the height of the building or structure should be maintained around the
points of impact.
6.13.2. Demolition of structural steelwork
i) All precautions should be taken to prevent danger from any sudden twist, spring or
collapse of steelwork, ironwork or reinforced concrete when it is cut or released.
ii) Steel construction should be demolished tier by tier.
iii) Structural steel parts should be lowered and not dropped from a height.
6.14 RADIOGRAPHY
6.14.1 All radiography jobs shall be carried out as per BARC Safety Regulations
6.14.2 During field radiography, nearby area around the radiation source should be cordoned off.
6.14.3 If the field radiography is to be done at the same location repeatedly, it is advisable to
provide either a wire fencing around or a temporary brick enclosure.
6.14.4 Special permission/permit should be taken for radiography from area-in-charge.
6.14.5 As far as possible, field radiography should be done only during night time when there is
little or no occupancy there.
6.14.6 Radiation warning signals should be pasted all along the cordoned off area.
6.14.7 Entry into the restricted area by unauthorised persons should be strictly prohibited during
exposure.
6.14.8 The radiation level alongwith the cordon should be monitored by a suitable and well-
calibrated radiation survey meter.
6.14.9 All personnel working with radiography sources should wear appropriate protective
equipment and film badges issued by BARC.
6.14.10 Protection facilities such as manipulator rod, remote handling tongs, lead pots, radiation
hazard placards and means of cordon off shall be available at each site.
6.14.11 The radiography source shall never be touched or handled directly with hands.
6.14.12 The package containing radiography cameras and sources should never be carried by
public transport like bus, train etc.
6.14.13 Radiography sources and cameras, when not in use, should be stored inside a source pit
with lock and key arrangement as approved by BARC. The storage room should
preferably be located in an isolated area of minimum occupancy and radiation level
outside the storage room should not exceed 0.25 mR/hr as per BARC Regulations.
6.14.14 In case of an accident (due to loss or of damage to radiography source), action should be
taken in line with BARC Safety Rules/Guidelines.
6.15.1 Sand blasting should be used only after approval from competent person.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.15.2 Air Compressor used for sand/shot blasting/painting should have guard and positioned
away from the work place.
6.15.3 Exhaust of the prime mover, if IC engine is used, should be directed away from the work
place.
6.15.4 In case of motor driven compressor, the body of the motor as well as the compressor to
be properly earthed.
6.15.5 The hoses used for compressed air should be of proper quality, and health of the same to
be ensured through regular check/ test.
6.15.6 The operator of sand/shot blasting/painting should wear suitable PPE's including mask.
6.15.7 Adequate measures to be taken to suppress dust/spray particle.
6.15.8 Sand used for sand blasting should be suitably covered & protected from to rain/moisture.
6.15.9 When these activities are done in confined places, adequate measure to be taken for
proper ventilation.
ii) Provisions for the safe performance of work over or in close proximity to water should
include, where appropriate, the provision and use of suitable and adequate:
i) Persons who work over water should be provided with some form of buoyancy aid. Life
jackets should provided sufficient freedom of movement, have sufficient buoyancy to
bring persons to the surface and keep them afloat face upwards, be easily secured to the
body, be readily visible by way of self luminous paint/strip.
ii) Nobody should work alone on or above water.
iii) Each worker should be trained in the procedure to be followed in the event of an
emergency.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
First aid facilities should be provided in line with various statutory regulations like factory
act etc. However following care should be taken:
i) First aid, including the provision of trained personnel should be ensured at work sites.
Arrangement should be made for ensuring the medical attention of the injured workers.
First aid box should be as per the Factory rules.
ii) Suitable rescue equipment, like stretchers should be kept readily available at the
construction site.
iii) First-aid kits or boxes, as appropriate and as per statutory requirements, should be
provided at workplaces and be protected against contamination by dust, moisture etc.
iv) First-aid kit or boxes should not keep anything besides material for first aid in
emergencies.
v) First-aid kits and boxes should contain simple and clear instructions to be followed, be
kept under the charge of a responsible person qualified to render the first aid and be
regularly inspected and stocked.
vi) Where the work involves risk of drowning, asphyxiation or electric shock, first-aid
personnel should be proficient in the use of resuscitation and other life saving techniques
and in rescue procedures.
vii) Emergency telephone numbers of nearby Hospitals, Police, Fire Station and
Administration should be prominently displayed.
9.0 DOCUMENTATION
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
ANNEXURE I
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
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
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 hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
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
ANNEXURE-A
TO
SPECIAL PURCHASE CONDITIONS
(SPC)
TAXES & DUTIES
1. The quoted price(s) shall be inclusive of all taxes and duties except GST (i.e. IGST
or CGST and SGST/UTGST applicable in case of interstate supply or intra-state
supply respectively and GST Compensation Cess, if applicable) leviable on sale of
finished goods / services.
3. Transportation charges (as per price schedule) upto project site shall be exclusive of
GST.
4. Site work/Dumpsite Management prices, if applicable shall be inclusive of all taxes
and duties but exclusive of GST. All necessary registrations, if required, for carrying
out the site activities shall be done by the supplier/contractor and costs towards the
same shall be included in quoted site work prices.
5. Prices of per diem supervision charges, training/AMC, HAZOP Study etc. as
applicable shall be exclusive of GST. However, GST shall not be applicable on
training provided at foreign supplier’s/Contractor’s work/training facilities in any
territory other than India.
Note: Price basis, if quoted on GeM portal in Price schedule shall supersede
the above.
B. TAX CLAUSES
g. Where Owner has the obligation to discharge GST liability under Reverse
Charge Mechanism and Owner has paid or is liable to pay GST to the
government on which interest/penalty becomes payable as per GST law for
any reason which is not attributable to Owner or input tax credit w.r.t. such
payment is not available to Owner for any reason not attributable to Owner,
then Owner shall be entitled to deduct/set off/recover such amount against
any amounts paid/payable by Owner to supplier/contractor.
j. The supplier/contractor will be under obligation for charging correct rate of tax
as prescribed under the relevant tax laws. Further the supplier/contractor
shall avail and pass on benefits of all exemptions/concessions available
under applicable tax laws.
2. IMPORT DUTIES
iii. Presently, the Owner is not entitled for Project Rate of Custom Duty
or any other concessional rate of custom duty for imports made for
this project and the supplier/contractor should consider merit rate of
basic custom duty. However, in case of applicability of concessional
(lower) project rate of custom duty later on, Owner shall issue
necessary concessional certificate towards import of materials against
the advance request letter submitted by the Indian supplier and the
differential custom duties between concessional rate and as quoted
by supplier/contractor shall be passed on to the Owner or it shall be
recovered by the Owner from the supplier/contractor’s invoice.
iv. The supplier/contractor shall be responsible for and shall exercise due
diligence in properly classifying the goods and materials, undertaking
viii. Statutory variation, if any in the rate of import duty upto maximum
period of the contractual delivery period shall be to Owner’s account.
If supplier/contractor has considered Import Duty other than Merit
Rate of Import Duty then statutory variation on the Import Duty shall
be payable extra on the Merit Rate of Import Duty or the rate of Import
Duty considered by the supplier/contractor, whichever is lower.
ix. Owner will not bear any liability towards payment of Safeguard Duty,
Anti-Dumping Duty, Protective Duty and applicable IGST on same or
Countervailing Duty on subsidized articles or any other such duties of
Customs imposed by Government under Customs Tariff Act, 1975.
a. Foreign supervisors/supplier/contractor:
iv. Foreign supplier/contractor must submit (along with their bid) the
following particulars which are required to be furnished by the Owner
to Income Tax Department for complying with the requirements for
making remittances to non-residents as per Income Tax Act, 1961 (as
amended from time to time):-
the Owner will not bear additional tax liability (if any) arising from non-
submission of documents.
Note 5- The supplier/contractor shall be liable to intimate the
subsequent changes (if any) to the information submitted against any
of the above particulars, along with full details.
Note 6- In case the non-resident has a Permanent Establishment in
India, in terms of DTAA between India and his country of tax
residence through which the non-resident carries on business
activities in relation to its engagement by the Owner, the address of
Permanent Establishment or Dependent Agent is to be provided.
Note- 7 In addition to the above particulars, the supplier/contractor
should also provide any other information as may be required at a
later stage for determining the taxability of the amount to be remitted
to the non-residents.
In case, any additional tax liability arises on the Owner due to any action
of supplier/contractor like delay in submission / non-submission of
information / documents required as above or change in residential status
post submission of documents or change in any document (like TRC,
Form 10F etc.) after its submission shall be recovered from the
supplier/contractor.
Income Tax shall be deducted at source (TDS) by Owner on all sums due to
supplier/contractor in accordance with provisions of Indian Income Tax Act
read with Rules there under as in force at the relevant point of time.
ii) The Indian Income Tax Act and Rules made there under contains
provisions permitting deduction of tax at source (TDS) at lesser rate if the
supplier/contractor is able to justify to the Income Tax Authorities such
lesser rate of deduction. However, a deduction once made has to be
deposited by the Owner with the Income Tax Authorities and will not be
adjustable by the Owner. It is therefore in the interest of the
supplier/contractor that prior to release of any payment due to the
supplier/contractor under the contract that the supplier/contractor obtains
from the relevant Income Tax Authorities in India, a certificate specifying
the rate of deduction/withholding of Income Tax at source, failing which,
payment to the supplier/contractor shall be made by the Owner after
deduction/withholding at rate as may be applicable to the
supplier/contractor as per provisions of Income Tax Act, 1961.
1. Since GST in the subject project is not available to the Owner, Output GST as
quoted by the bidder shall be loaded for evaluation
2. 100% of GST Compensation Cess, if applicable.
3. Applicable Withholding Tax (Income Tax), in case foreign supplier/contractor quotes
prices ‘Net of Taxes’.
4. Applicable Custom Duty, Social Welfare Surcharge, etc. (excluding IGST & Cess), if
required as per Bid Evaluation Methodology w.r.t supplies for which Bill of Entry has
to be filed by the Owner.
In case of package MRs and tenders, since supplier/contractor shall bring material at
project site in their own name and raise invoice to Owner (as per payment milestone
achieved) after charging applicable GST, location of fabrication yard, whether inside
or outside factory premises, will not attract any additional liability under GST.
G. TAX IMPLICATION WHERE OWNER WILL ISSUE FREE ISSUE MATERIAL (FIM) TO
CONTRACTOR
Where Owner issues Free Issue Material (FIM) to supplier/contractor, such FIM will
be released against delivery challan and such FIM shall be received back in factory
premises as per provisions of GST.
3. Any new output tax/duty/cess/levy notified or imposed after the due date of
submission of last price bid but upto the contractual date of
delivery/completion (including extended contractual delivery/completion
period for the reasons attributable to Owner or due to Force Majeure
I. TAX INDEMNITY
Any omission/ errors of interpretation of applicability of taxes, duties,
cesses and levies, whatsoever named, howsoever named, as are payable
to any government, local or statutory authority in India or in any country
other than India by the supplier/contractor shall be to supplier’s/contractor’s
account.
Annexure-A
We, <Name of Bidder entity>, a *Proprietorship firm / Partnership firm / Company, having its
registered office at < address>, having PAN No. _______________and GSTIN
No.________________, hereby declare that <Name of Bidder entity> is not required to
comply with e-invoicing provisions under GST.
<Name of bidder entity> also hereby declare that <Name of bidder entity> will update
BHARAT PETROLEUM CORPORATION LIMITED (herein after referred to as BPCL) in case
there is any change in the above details or in case <Name of bidder entity> is required to
adhere to e-invoicing provisions under GST due to any subsequent change in law. In such case,
<Name of bidder entity> shall comply with provisions of e-invoicing regime as and when the
same becomes applicable to <Name of bidder entity>.
<Name of bidder entity> hereby declare the above statement is true and correct and <Name
of bidder entity> shall indemnify and hold BPCL good for any demand, credit reversal, denial
of refund, loss, interest or penalty, suit, action, costs and expenses whatsoever (including
attorneys’ fees and associated legal costs) which may be commenced against and/or incurred
by BPCL due to any incorrect declaration or non-compliance by <Name of bidder entity> and
BPCL shall have the right to withhold or recover any such loss/cost/expense from any amount
payable to <Name of bidder entity>.
<Date>
Annexure B
FORMAT OF DECLARATION BY THE BIDDER THAT THE BIDDER DOES NOT HAVE A
BUSINESS CONNECTION IN INDIA
2. Till 31st March ____, we did not have a business connection or fixed base in India as per the
provisions of Indian Income Tax Act, 1961. Further, up to 31st March ____, we have no intention
to have a business connection or fixed base in India.
We further undertake to notify your good office immediately if there is a change in the facts or
status of our organization in relation to being or operating a business connection of fixed base
as stated herein above.
For Place:
Date:
(Authorized Signatory)
Name:
Address:
Local Contact No. (With ISD Code):
Email ID:
Annexure C
FORMAT OF DECLARATION BY THE BIDDER THAT THE BIDDER DOES NOT HAVE
PERMANENT ESTABLISHMENT (PE) IN INDIA
2. Till 31st March ____, we did not have a permanent establishment in India as contemplated
under Article 5 of the Treaty respectively. Further, up to 31st March ____, we have no
intention to have a fixed base or permanent establishment in
the…………………………………… (Other Contracting State/ India) within the meaning of
Article 5 of the Treaty respectively.
For Place:
Date:
(Authorized Signatory)
Name:
Address:
Local Contact No. (With ISD Code):
Email ID:
Annexure D
5 Period for which the residential status as mentioned in the certificate referred
to in sub-section (4) of section 90 or sub-section (4) of section 90A is
applicable
6 Address of the assessee in the country or territory outside India during the
period for which the certificate, mentioned in (v) above, is applicable
Signature: ……………………………..
Name: …………………………….
Address: ……………………………
Verification
I ______________ do hereby declare that to the best of my knowledge and belief what is
stated above is correct, complete and is truly stated.
Place: ……………………………
Notes :
2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-
section (4) of section 90 or sub-section (4) of section 90A.
Annexure E
h) Address of the applicant for the period for which the certificate is applicable.
The Tax Residency Certificate shall be duly verified by the Government of the Country or the
specified territory of the assessee of which the assessee claims to be a resident for the
purposes of tax.
PRICE PART
1. Prices must be filled in format for "PRICE BID" through BPCL e-Tendering only.
If quoted in separate typed sheets and any variation in item description, unit or quantity
is noticed; the Bid is liable to be rejected.
2. Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole
works as described in Bidding Documents, based on the rates and prices submitted by
the Bidder and accepted by the Employer. The prices quoted by the Bidders will be
inclusive of all taxes & duties except GST (CGST & SGST/UTGST or IGST).
3. Bidder shall quote for all the items of "PRICE BID/ SOR" after careful analysis of cost
involved for the performance of the completed item considering all parts of the
Bidding Document. In case any activity though specifically not covered in description
of item under "SOR" but is required to complete the works as per Specifications,
Scope of Work / Service, Standards, "GCC", "SCC" or any other part of Bidding
Document, the prices quoted shall deemed to be inclusive of cost incurred for such
activity.
4. The Price Bid /Schedule of Rates/BOQ shall be read with all other sections of this
Bidding Document.
5. The Contractor is deemed to have studied the drawings, specifications and details of
works to be done within the Time Schedule and should have acquainted himself of the
conditions prevailing at site.
6. No claim shall be entertained during currency of this Contract towards any items due
to the above including where the Contractor has quoted low/ high rates.
7. Employer/Consultant reserves the right to interpolate or extrapolate the rates for any
new item of work not covered in PRICE BID /Schedule of Price from the similar items
already available in BOQ/schedule of rates. All the works shall be measured upon
completion and paid for at the rate quoted and accepted in the "BOQ". In case any
activity though specifically not covered in PRICE BID /schedule of rates descriptions
but the same is covered under scope of work/ scope of supply/ specification/
drawings etc. no extra claim on this account shall be entertained, since
BOQ/Schedule of Price is to be read in conjunction with all other documents forming
part of the Contract.
8. All items of work mentioned in the “PRICE BID/SOR” shall be carried out as per the
specifications, drawings and instructions of Employer/Consultant and the rates are
deemed to be inclusive of material, consumable, labour, supervision, tools & tackles
and detailing of construction/fabrication drawings, isometric wherever required as
called for in the detail specification and conditions of the Contract.
9. Employer/Consultant reserves the right to cancel/ delete/ curtail any item or group of
work if necessary. Such a step shall not be construed as reason for changing the
rates.
10. Quoted prices should be inclusive of all taxes and duties, except GST (CGST & SGST
/ UTGST or IGST). Bidder to quote GST @18 % in the PRICE BID at BPCL e-
tendering only.
11. Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of
the Contract and will not be subject to variation on any account. Any new taxes &
01CT.MA4.2 01CT.MB4.2
01CT.MA4.3 01CT.MB4.3
01CT.MA4.4 01CT.MB4.4
01CT.MA4.5 01CT.MB4.5
17. In case bidder quote less than 3% for PCP works, then the differential amount shall be
retained for the SOR items of other than PCP works on prorate basis and shall be
released after completion of PCP works.
A 11397 1000391235
B 11423 1000391237
C 11424 1000391800
D 11425 1000392000
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
1A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM METALLIC MATERIALS AND CORROSION
Geometry Pigging
2A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0 Magnetic Cleaning and Electronic Geometry Pigging
Geometry Pigging
3A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.1 Mobilisation/ Demobilisation of pigging tools, tackles, 1 Lumpsu INR
Geometry Pigging consumables, accessories and personnel by Contractor at m
work site including but not limited to magnet pigs, electronic
geometry pigs and pig tracking device, temporary launcher
and receiver as per Specification and other provision of the
bid document including supply of material, equipment,
manpower, etc. as required for geometry inspection and
magnet cleaning in accordance with the EIL Specification
B414-000-06-41-EGP-0001:
A) Mobilisation
B) Demobilisation
NOTE: Lumpsum charge is applicable for Mobilization and
Demobilization charge only, and not for the entire Magnetic
Cleaning and EGP charge.
4A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.2 Magnetic Cleaning: 138200 m INR
Geometry Pigging Running of adequate no. of Magnet Pigs for pipeline
including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report as per Specification and
provisions of the bid document.
5A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.3 Electronic Geometry Pigging: 138200 m INR
Geometry Pigging Running of adequate no. of Electronic Geometry Pig
(Caliper) including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report on pipeline, data
analysis at Contractors facility as per Specification and
provisions of the bid document.
6A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.4 Defect Verification: 1 each INR
Geometry Pigging Defect verification at a max. of 3 locations for each segment
inspected including supply of all tools, tackles, instruments,
personnel and their transportation, all earth work, repair of
pipeline coating wherever exposed, backfilling, work
complete in all respect as per direction of engineer-in-
charge.
NOTE: Unit EACH signifies each segment of the pipeline.
7A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.5 Final Report: 1 Lumpsu INR
Geometry Pigging Preparation of final work report as per agreed format and m
submission to Client / Client's Consultant in total of 4
copies.
8A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT CATHODIC PROTECTION
WORKS (PART-A)
Page 1 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
Page 2 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
18 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4.2 Current Attenuation test (CAT) survey: 233.5 km INR
WORKS (PART-A)
Current Attenuation test (CAT) survey of the entire pipeline
to check the condition of the coating and classify the health
of the coating, identify sections with high decibel loss which
could be due to coating faults or shorted casings. The CAT
Survey Will be done at interval of 50 mtr.
19 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4.3 Direct current Voltage gradient (DCVG) Survey: 70 km INR
WORKS (PART-A)
Direct current Voltage gradient (DCVG) at locations
identified by CIPL survey to locate holidays, size the
holidays and determine whether the holidays are anodic or
cathodic.
20 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4.4 Coating conductance survey at every 10 km at Type A1 TLP 24 km INR
WORKS (PART-A) and HDD locations:
Page 3 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
21 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4.5 Interference Survey and mitigation using software modeling 1 Lumpsu INR
WORKS (PART-A) (CDEGS Modelling/Utility Modelling) : m
26 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.MC01 Supply of Jointing closures with 4 entry ports, jointing 80 nos INR
WORKS (PART-A) chamber materials and any other items required for jointing
of 24 Fibres OFC (Fusion splicing only) with sleeve
protectors, Factory acceptance testing, storage, and
transportation to site, loading, unloading, jointing of OFC all
complete as per specifications provided in the bid document
and direction of CLIENT/CONSULTANT.
27 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.MC02 Supply and installation of Jointing Pit, including sand, OFC 80 nos INR
WORKS (PART-A) joint identification marker including GPS coordinates, back
filling as required etc. all complete
28 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.7 Supply and installation of Electronic marker system
WORKS (PART-A) consisting of:
29 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.7.1 Electronic Marker 276 nos INR
WORKS (PART-A)
30 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.7.2 Marker locator 1 nos INR
WORKS (PART-A)
31 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.8 Site acceptance Testing of the laid OFC, all complete as per 1 Lumpsu INR
WORKS (PART-A) specification and direction of CLIENT/CONSULTANT. m
32 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.15 Supply of Permanently lubricated HDPE conduit for
WORKS (PART-A) following sizes in required length of pressure rating 6
kgf/cm2 to be laid in pipeline trench or in separate trench
directly or inside CS conduit including FAT, storage,
transportation to site, loading, unloading etc. all complete
33 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.15.1V2 Duct with nominal diameter 40 mm 280000 m INR
WORKS (PART-A)
Page 4 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
34 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.16 Laying, Testing and commissioning of the following sizes of
WORKS (PART-A) HDPE duct/pipe of pressure rating 6 kgf/cm2, including
supply of clamps, small iron structures, spacers, and duct
accessories like push-fit couplers, bends and elbows, end
plugs, simple plugs, sonic heads, etc, and including small
civil works, cleaning with compressed air, calibrating, testing
for air tightness, sealing of ends, including all labour and
materials, as per directions of the Engineer-in-Charge.
35 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.16.1V2 Duct with nominal diameter 40 mm 280000 m INR
WORKS (PART-A)
36 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.MC04 Supply, handling, transportation to site, installation, testing 18 nos INR
WORKS (PART-A) and commissioning of 48 Ports Wall Mount Fibre
Termination Closure (FTC) with SC connectors suitable for
2 numbers of 24 Fibres OFC Cable (18 x G.652 & 6 x G.655
) including pigtails, Splice protection sleeve, splice tray and
splicing the cables with pigtails, Cable glands, termination of
OFC, including supply & installation of loop box (separate
for each OFC), including all labour and materials all
complete suitable for 2 nos. of 24 Fibres OFC (In/Out) with
spare
37 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.MC03 Installation & laying of OFC in pipeline trench through 250000 m INR
WORKS (PART-A) HDPE/CS conduit by blowing method, trenching and
excavation as required, padding, backfilling, restoration of
land & other constructions, as applicable to original
conditions etc. including supply and installation of Blowing
Pits, supply and use of all materials required like sand,
couplers, end plugs etc. all complete
38 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.19 Installation & laying of OFC in separate trench directly or 2000 m INR
WORKS (PART-A) through HDPE/CS conduit by blowing method, trenching
and excavation as required, padding, backfilling, restoration
of land & other constructions, as applicable to original
conditions etc., including supply and use of all materials
required like warning mats, couplers, end plugs etc. all
complete
39 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.21 Installation and Laying of OFC through permanently 28000 m INR
WORKS (PART-A) lubricated HDPE conduit (which is sub-ducted in CS
conduit) including supply and use of all materials required
like couplers, end plug etc. all complete as per the job
specification (Supply & Installation of CS Conduit are
covered in the Pipeline laying Section of the tender)
Page 5 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
40 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.23 Supply & installation of OFC route marker (Metallic Marker) 200 nos INR
WORKS (PART-A) on the Optical Fibre Cable laying route inside the terminals
as per specifications and direction of
CLIENT/CONSULTANT.
41 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS STRUCTURAL
WORKS (PART-A)
42 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1 EARTH WORK (REFER SPECIFICATION NO. 6-68-0003)
WORKS (PART-A)
43 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.1 Earthwork excavation in soil
WORKS (PART-A)
44 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.1.1 Earth work in EXCAVATION below ground level for all kinds 250 m³ INR
WORKS (PART-A) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
upto 1.5m including removal of vegetation, shrubs and
debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.
45 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.1.2 Earth work in EXCAVATION below ground level for all kinds 125 m³ INR
WORKS (PART-A) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
beyond 1.5m and upto and inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.
Page 6 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
48 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.6.2 Providing and installing approved type of "SHORING AND 10 m² INR
WORKS (PART-A) STRUTTING" by close timbering method for all depths to
retain earth including dismantling and removal of the same
etc. from site after completion of work etc. all complete as
directed.
49 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.7 Backfilling after execution of work
WORKS (PART-A)
50 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.7.1 BACKFILLING after execution of the WORK to proper grade 275 m³ INR
WORKS (PART-A) and level with selected materials from available excavated
soil from spoil heaps within a LEAD OF 100M, including re-
excavating the deposited soil excavated earlier, breaking
clods, laying at all depths and heights in layers of thickness
not exceeding 15 Cms. watering, rolling and ramming by
manual methods/ mechanical compactors to achieve 90%
laboratory maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.
51 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.7.2 BACKFILLING after execution of the WORK to proper grade 5 m³ INR
WORKS (PART-A) and level with selected materials from available excavated
soil from spoil heaps beyond a LEAD OF 100M AND UPTO
& INCLUSIVE OF 500M including re-excavating the
deposited soil excavated earlier, breaking clods, laying at all
depths and heights in layers of thickness not exceeding 15
Cms. watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% laboratory
maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.
54 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.10 Transporting & Disposing the SURPLUS EARTH AND
WORKS (PART-A) DEBRIS
Page 7 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
55 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.10.1 Transporting and disposing the SURPLUS EARTH AND 40 m³ INR
WORKS (PART-A) DEBRIS including shrubs and vegetations from construction
area beyond the initial LEAD OF 100M AND UPTO 1KM
including re-excavating the deposited soil excavated earlier,
transportation, loading, unloading, laying at all depths and
heights, stacking, levelling and dressing both the area (viz.
from where the earth is transported and where it is
deposited) to required levels and slopes complete with all
lifts as directed. For carting on the basis of truck
measurements (volume of truck reduced by 30% for voids).
56 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.10.5 "Transporting and disposing the SURPLUS EARTH AND 35 m³ INR
WORKS (PART-A) DEBRIS including shrubs and vegetations from construction
areas to areas ANYWHERE OUTSIDE THE PLANT
BOUNDARY, including re-excavating the deposited soil
excavated earlier, loading, transportation, unloading, laying
at all depths and heights, stacking, levelling and dressing
both the area (viz. from where the earth is transported and
where it is deposited) to required levels and slopes
complete with all lifts as directed. For carting on the basis of
truck measurements (volume of truck reduced by 30% for
voids). DISPOSAL AREAS OUTSIDE PLANT BOUNDARY
TO BE ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
"
57 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
WORKS (PART-A) SPECIFICATION NO. 6-68-0004)
58 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.17 PCC - Non FIM Items
WORKS (PART-A)
59 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.17.1 Providing and laying PLAIN CEMENT CONCRETE for all 10 m³ INR
WORKS (PART-A) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete of nominal
mix 1:5:10 by mass (1 Cement: 5 Coarse Sand: 10 Crushed
Stone Aggregates/Gravels) with 40mm and down size
graded crushed stone aggregates/Gravels. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
Page 8 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
60 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.17.8 Providing and laying PLAIN CEMENT CONCRETE for all 1 m³ INR
WORKS (PART-A) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete grade M20
with 20mm and down size graded crushed stone
aggregates/Gravels. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
61 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.18 RCC Substrutures - Non FIM Items
WORKS (PART-A)
62 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.18.17 Providing and laying REINFORCED CEMENT CONCRETE 75 m³ INR
WORKS (PART-A) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals, pipe
sleepers, columns, suspended floors, staircases, landings,
steps, brackets etc., including equipment/ machine
foundations & pedestals viz. compressors, ID & FD fans,
pumps, generators, crushers, mills, etc., (including single
pour concreting as specified on the drawing), applying
cement wash on concrete surface (wherever no other
surface application is specified), providing pockets,
openings, recesses, chamfering, etc., wherever required,
vibrating, tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level in
any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE CONTRACTOR.
63 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.19 RCC Superstructures - Non FIM Items
WORKS (PART-A)
Page 9 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
64 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.19.17 Providing and laying REINFORCED CEMENT CONCRETE 1 m³ INR
WORKS (PART-A) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUPER STRUCTURE
in suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies, lintels,
girders, ducts, brackets, chajjas with drip moulds, pedestals,
posts, struts, equipment/ machine foundations, ramps etc.
(including single pour concreting as specified on the
drawing), providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating, tamping,
curing and rendering if required to give a smooth and even
surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO & INCLUSIVE
OF 20 m ABOVE PLINTH LEVEL in any shape, position,
thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
65 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.22 Precast Elements - Non FIM Items
WORKS (PART-A)
66 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.22.27 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-A) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit upto and inclusive of 1000 kg.
for all leads, levels below plinth, shapes and thickness
including all moulds, shuttering and centering, vibrating,
tamping, curing, chamfering wherever required, providing
lifting hooks, metal inserts, making holes, pockets, (only
M.S. inserts to be measured & paid separately) transporting
to site, erecting, levelling, aligning and fixing in position with
cement mortar 1:3 (Cement : 3 Coarse Sand), breaking
bricks and/ or concrete surfaces and making good the same
etc. all complete (excluding the Cost of Reinforcement) and
as directed. All materials including cement supplied by the
contractor.
Page 10 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
67 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.22.28 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-A) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit beyond 1000 kg and upto and
inclusive of 3000 kg. for all leads, levels below plinth,
shapes and thickness including all moulds, shuttering and
centering, vibrating, tamping, curing, chamfering wherever
required, providing lifting hooks, metal inserts, making
holes, pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling, aligning
and fixing in position with cement mortar 1:3 (Cement : 3
Coarse Sand), breaking bricks and/ or concrete surfaces
and making good the same etc. all complete (excluding the
Cost of Reinforcement) and as directed. All materials
including cement supplied by the contractor.
68 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.23 HYD Bars / MS Bars - Non FIM Items
WORKS (PART-A)
69 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.23.8 Supplying and placing in position HIGH YEILD-STRENGTH 10 MT INR
WORKS (PART-A) DEFORMED STEEL BARS REINFORCEMENT of Grade
Fe500D TMT conforming to IS:1786, for RCC work including
transporting the Steel, straightening, cleaning, decoiling,
cutting, bending to required shapes and lengths as per
details, binding with 18 SWG black soft annealed binding
wire at every intersection, supplying and placing with proper
cover blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete as
directed. SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.
70 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.25 Centering and Shuttering - Non FIM Items
WORKS (PART-A)
Page 11 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
71 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.25.1 Providing and fixing CENTERING AND SHUTTERING in 300 m² INR
WORKS (PART-A) foundations, footings,raft beams, slabs, pile caps, retaining
walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments, pipe
sleepers, columns, plinth beams, lintels, suspended slabs,
beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.
72 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.25.2 Providing and fixing CENTERING AND SHUTTERING in 5 m² INR
WORKS (PART-A) superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single pour
concreting, strutting, bracing, propping etc., keeping the
same in position during concreting and removal of the same
after specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.
73 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.29 Fixing Re-bars in already cast concrete - Non FIM Items
WORKS (PART-A)
74 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.29.1 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-A) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. upto 12 mm of
Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.
Page 12 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
75 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.29.2 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-A) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. 16 mm & 20 mm
of Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.
76 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3 CONCRETE FOR LIQUID RETAINING/LEAK PROOF
WORKS (PART-A) STRUCTURES (REFER SPECIFICATION NO.6-68-0005
77 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.3 RCC - Non FIM Items
WORKS (PART-A)
78 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.3.13 Providing and laying Leak Proof Reinforced Cement 10 m³ INR
WORKS (PART-A) Concrete of GRADE M-30 (minimum Cement content shall
be as per EIL Specifications) with 20 mm and down size
graded crushed stone aggregates/ gravel at all positions and
in any shape and thickness, in SUB-STRUCTURE, leaving
pockets, recesses, vibrating, tamping, curing, testing (for
leak-proofness) and rendering (if required to give smooth
and even surface) in foundations, walls , beams, buttresses,
columns, piers, slabs, tunnels, basements, storage bins,
reservoirs etc. including cement wash (if no other surface
application is specified) but excluding the cost of
Reinforcement, Shuttering and specified admixtures, all
complete as specified and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.
79 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.4 Water Proofing Comp. - Non FIM Items
WORKS (PART-A)
80 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.4.1 Supplying and mixing of approved brand of integral WATER 1 kg INR
WORKS (PART-A) PROOFING COMPOUND in cement concrete, cement
mortar etc. as per manufacturer's specifications or 1% by
weight of cement (whichever is minimum), to make it leak
proof/ water tight etc. all complete as specified and directed.
81 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.5 PVC Water bars - Non FIM Items
WORKS (PART-A)
Page 13 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
82 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.5.2 Supplying and fixing in position 230mm wide x 5mm thick 5m INR
WORKS (PART-A) approved PVC WATER STOPS as per manufacturer's
specifications in R.C.C. Structures including cutting, fixing,
jointing by vulcanising etc. all complete as shown specified
and directed.
83 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4 STRUCTURAL STEEL WORKS SPEC NO. 6-68-0006
WORKS (PART-A)
84 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.3 General Steel Works - Non FIM Items
WORKS (PART-A)
85 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.3.MF01 Supplying, transporting, storing, fabricating & erecting in 5 MT INR
WORKS (PART-A) position and testing/examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20m ABOVE HPP/ FGL,
including all built up sections/ compound sections made out
of rolled sections and/or plates/ bent plates in all types of
structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same after
erection, grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified, including preparation and
submission of detailed fabrication drawings, preparing the
surface for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron DFT)
as per EIL Specification No. 6-79-0020 (or as per Job
Specification, wherever applicable) after fabrication etc., all
complete. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.
86 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.4 Painting - Non FIM Items
WORKS (PART-A)
Page 14 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
87 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.4.8 Supplying and applying COATING (Post-erection/ Field) of 4 MT INR
WORKS (PART-A) approved quality and shade as per Sl. No. 9.2 of Table 9.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable), for steel structures
(excluding ladders, spiral stairways & hand rails) at all
location & levels, all complete as specified, for OFFSITE
(INLAND) areas considering environment classification as
INDUSTRIAL. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.(Unit rate based on Structural
steel weight).
88 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.4.10 Supplying and applying FIELD PAINT SYSTEM of approved 1 MT INR
WORKS (PART-A) quality and shade as per Sl. No. 10.2 of Table 10.0 of EIL
Specification No. 6-79-0020 (or as per Job Specifications,
wherever applicable) over the coat of shop primer already
applied, including storage, surface preparation, degreasing,
cleaning, drying, providing necessary arrangement for
access, testing etc. including touching up of shop primer
coat as per Sl. No. 7.2.1 of Table 7.2 of EIL Specification
No. 6-79-0020 (or as per Job Specifications, wherever
applicable), for steel structures (excluding ladders, spiral
stairways & hand rails) at all location & levels, all complete
as specified, in OFFISTE (COASTAL) areas as well as
UNIT (INLAND & COSTAL) areas considering
environmental classification as INDUSTRIAL MARINE.
SUPPLY OF ALL MATERIAL IN CONTRACTOR'S SCOPE.
(Unit rate based on Structural steel weight).
Page 15 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
89 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.4.11 Supplying and applying COATING (Post-erection/ Field) of 0.5 MT INR
WORKS (PART-A) approved quality and shade as per Sl. No. 8.1 of Table 8.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) for painting over the
coat of shop primer & galvanisation already applied,
including storage, surface preparation, degreasing, cleaning,
drying, providing necessary arrangement for access, testing
etc. including touching up of shop primer coat, for
LADDERS, SPIRAL STAIRWAYS & HAND RAILS at all
location & levels, all complete as specified. SUPPLY OF
ALL MATERIAL IN CONTRACTOR'S SCOPE. (Unit rate
based on weight of steel).
90 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO.
WORKS (PART-A) 6-68-0008
91 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.15 Anchor Bolts - Non FIM Items
WORKS (PART-A)
92 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.15.1 Supplying, fabricating, fixing and keeping in position at all 0.5 MT INR
WORKS (PART-A) levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to required
diameter, threading, welding, providing necessary templates
and auxiliary dummy structures, if any, necessary tying and
welding with reinforcement, adjustment of shuttering &
reinforcement/any other fixture, greasing exposed metal
surfaces, covering bolts and packing the sleeves with jute
cloth etc. all complete as specified and directed.(SUPPLY
OF ALL MATERIALS IN CONTRACTOR'S SCOPE).
93 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.16 MS Metal Inserts - Non FIM Items
WORKS (PART-A)
Page 16 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
94 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.16.1 Supplying, transporting, storing, fabricating and fixing in 1 MT INR
WORKS (PART-A) position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced Cement
concrete members inclusive of adjusting shuttering &
reinforcement/ any other fixture, welding where necessary,
tying and holding to correct level, line and position, any
auxiliary dummy structures to support the heavy inserts,
painting exposed surfaces with a coat of primer as per EIL
Specification No. 6-79-0020 (or as per Job Specification
wherever applicable), etc. all complete for all depths and
heights as specified and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).
95 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.17 GI Pipe Sleeves - Non FIM Items
WORKS (PART-A)
96 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.17.1 Supplying, fabricating and fixing in position G.I. PIPE 0.1 MT INR
WORKS (PART-A) SLEEVES of all diameters including providing necessary
staging, cutting, straightening if required, bolting, welding as
required and embedding in position on both Plain and
Reinforced Cement concrete members inclusive of adjusting
shuttering & reinforcement/any other fixture, welding where
necessary, tying and holding to correct level, line and
position, any auxiliary dummy structures to support heavy
sleeves etc. all complete for all depths and heights as
specified and directed.
97 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.18 MS Chequered Plates - Non FIM Items
WORKS (PART-A)
98 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.18.1 Supplying, fabricating and erecting in position at all levels 0.1 MT INR
WORKS (PART-A) and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening if
required, making the edges smooth, removing the burrs,
fixing, welding, preparation and submission of fabrication
drawings and preparing the surfaces for painting and
applying shop primer as per EIL Specification No. 6-79-0020
(or Job Specification, wherever applicable) after fabrication
etc. all complete as specified and directed. (SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE).
Page 17 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
99 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.19 MS Grating Cat. A,B - Non FIM Items
WORKS (PART-A)
100 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.19.6 Supplying, fabricating and erecting in position at all levels 3 MT INR
WORKS (PART-A) and locations ELECTROFORGED GALVANISED GRATING
(purchased from approved manufacturer by the Contractor)
conforming to EIL Standard No. 7-68-0697 (in walkways,
platforms, stair treads etc.) and EIL Standard No. 7-65-0206
(in catch basins, drains, etc.) including cutting to required
size, shape, making holes, notches, openings of required
size, nosing, straightening if required, making the edges
smooth, removing the burrs, fixing with manufacturer's
supplied galvanised clamps, preparation and submission of
fabrication drawings, all complete as specified and directed
(SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).
101 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.22 MS Rungs - Non FIM Items
WORKS (PART-A)
102 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.22.1 Supplying, fabricating, fixing and keeping in position M.S. 1 kg INR
WORKS (PART-A) RUNGS in R.C.C. works at all depths and heights including
handling, transporting the steel to site workshop and site of
work, straightening, if required, cutting, bending to shape,
necessary tying and welding with reinforcement, adjustment
of shuttering, cleaning, surface preparation, shop primer as
per EIL Spec. 6-79-0020 (or Job Specification, wherever
applicable) and two coats of anticorrosive paint of approved
quality on the exposed portion of rungs etc. all complete as
specified and directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
103 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.23 Hand Railing 1000mm - Non FIM Items
WORKS (PART-A)
Page 18 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
104 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.23.ME01 Supplying, fabricating and fixing in position at all locations 40 m INR
WORKS (PART-A) 1000mm high INCLINED HAND RAILING (for staircases)
consisting of top rail, mid rail and vertical posts (Maximum
spacing 1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, bolting, grouting
with ordinary grout, cleaning, surface preparation, hot-dip
galvanising (80-85 micron as per IS:4759, IS:2629, IS:
4736, IS:2633), shop primer (1 coat of P6 of 40 micron) as
per Sl. No. 8.1 of Table 8.0 of EIL SPEC. 6-79-0020 (or as
per Job Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings) (SUPPLY
OF ALLMATERIALS IN CONTRACTOR'S SCOPE).
(Complete handrail work shall be measured as length of top
rail only and not length of each element fixed).
105 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.23.ME02 "Supplying, fabricating and fixing in position at all locations 160 metre INR
WORKS (PART-A) 1000mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and
directed. Inter Connection of rail and post shall be pre fab
built up screwed / clamped connection(Kee
clamps/structural pipe fitting/tube fittings) (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrailwork shall be measured as length of top rail only
and not length of each element fixed).
106 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.24 Hand Railing 500mm - Non FIM Items
WORKS (PART-A)
Page 19 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
107 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.24.ME01 Supplying, fabricating and fixing in position at all locations 5 metre INR
WORKS (PART-A) 500mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings)(SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).
108 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.25 Mechanical Anchor fastners - Non FIM Items
WORKS (PART-A)
109 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.25.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 12mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
Page 20 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
110 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.25.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
111 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.25.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
112 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.26 Chemical Anchor Fastner
WORKS (PART-A)
Page 21 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
113 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.26.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
12mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size, testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
114 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.26.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
16mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
Page 22 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
115 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.26.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
20mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
116 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.7 BRICK MASONRY (REFER SPECIFICATION NO.6-68-
WORKS (PART-A) 0009)
117 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.7.9 CLASS 5.0 at all depths -Non FIM Items
WORKS (PART-A)
118 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.7.9.1 Providing and laying BRICK MASONRY WITH BRICKS OF 2 m³ INR
WORKS (PART-A) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all depths below plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
Page 23 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
119 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.7.9.2 Providing and laying BRICK MASONRY WITH BRICKS OF 2 m³ INR
WORKS (PART-A) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all heights above plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
120 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10 DEMOLISHING AND DISMANTLING (REFER SPEC NO. 6-
WORKS (PART-A) 68-0012)
121 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.1 Brickwork - Non FIM Items
WORKS (PART-A)
122 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.1.1 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-A) precautions) for all depths below plinth level including supply
of all tools and tackles, necessary scaffolding, propping,
underpinning, cleaning and stacking of serviceable material,
disposal of unserviceable material to spoil heaps anywhere
within the plant boundary, all complete as specified and
directed. (Excavation & backfilling shall be paid separately
under relevant items).
123 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.1.2 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-A) precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material to
spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
124 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.2 RCC - Non FIM Items
WORKS (PART-A)
Page 24 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
125 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.2.1 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-A) precautions) for all depths below plinth level including supply
of all tools & tackles, necessary scaffolding, propping,
underpinning etc., cutting, straightening, scraping and
cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation & backfilling shall be
paid separately under relevant items).
126 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.2.2 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-A) precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening, scraping
and cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed.
127 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.2.3 Chipping of RCC WORK (taking all necessary safety 1 m² INR
WORKS (PART-A) precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc., cutting,
lapping/welding of reinforcement bars as per drawings,
disposal of the unserviceable material to spoil heaps
anywhere within the plant boundary, all complete at all
heights and depths, as specified and directed. (Excavation
and backfilling shall be paid separately under relevant
items).
128 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.4 PCC _ Non FIM Items
WORKS (PART-A)
129 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.4.1 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-A) necessary safety precautions) for all depths below plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items)
Page 25 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
130 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.4.2 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-A) necessary safety precautions) for all heights above plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
131 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.6 Steelwork - Non FIM Items
WORKS (PART-A)
132 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.6.1 Dismantling bolted/rivetted/welded STRUCTURAL STEEL 1 MT INR
WORKS (PART-A) WORK of all descriptions (taking all necessary safety
precautions), including supply of all tools and tackles,
consumables, necessary scaffolding etc., providing
temporary bracings as required, cutting (by flame or saw)
gusset plates, bolts, nuts, weldings etc., transporting and
stacking of the serviceable materials, cleaning the site of
work of all unserviceable materials for disposal to spoil
heaps anywhere within the plant boundary, all complete at
all depths and heights, as specified and directed.
133 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11 MISCELLANEOUS ITEMS (REFER SPECIFICATION NO. 6-
WORKS (PART-A) 68-0013)
134 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.6 Sand Filling - Non FIM Items
WORKS (PART-A)
135 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.6.1 Supplying and filling approved SAND of specified quality 25 m³ INR
WORKS (PART-A) under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand, royalties,
transportation to site for all leads and lifts, including loading,
unloading, spreading in layers of loose thickness not
exceeding 150 mm, watering, ramming, compacting with
mechanical compactors and/or other equipment to the
specified levels to achieve 85% relative density as per
IS:2720 Part XIV, including preparation of subgrade to the
required slope, providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge. The rates
shall be inclusive of the cost of all labour, material,
equipments etc. all complete .
136 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.7 DPC - Non FIM Items
WORKS (PART-A)
Page 26 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
137 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.7.1 Providing and laying 40mm thick DAMP PROOF COURSE 1 m² INR
WORKS (PART-A) with plain cement concrete of nominal mix of 1:1.5:3 with
10mm & down size graded crushed stone aggregates in two
layers of 20mm thick with two coats of hot bitumen (Grade
A90/S90 conforming to IS:73) applied @ 1.7 Kg/sq.m. over
each layer as per specifications including cleaning, watering
the top surface of walls, centering, shuttering, placing,
tamping, curing, sprinkling an even layer of dry & sharp
sand over the hot bitumen etc. all complete as specified and
directed.
138 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.9 Dressing - Non FIM Items
WORKS (PART-A)
139 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.9.1 Dressing and trimming all around the completed 2 m³ INR
WORKS (PART-A) buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
140 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.10 BI-POLAR CONCRETE PENETRATING CORROSION
WORKS (PART-A) INHIBITING ADMIXTURE
141 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.10.1 Supplying and mixing of approved brand of BI-POLAR 250 kg INR
WORKS (PART-A) CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE (confirming to EIL Specification No. 6-68-
0017) in concrete as per manufacturer's specification for
protection of reinforcement against corrosion. Supply of
admixture in Contractor's scope.
142 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.14 BONDING FRESH CONCRETE TO OLD CONCRETE BY
WORKS (PART-A) EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
143 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.14.1 Epoxy Resin - non FIM Items
WORKS (PART-A)
144 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.14.1.1 Providing and applying approved EPOXY RESIN (prepared 2 kg INR
WORKS (PART-A) as per manufacturer's recommendation) for bonding of fresh
concrete to old concrete in all types of structure at all depths
and heights including cleaning of concrete surface,
removing of all loose concrete pieces, making rough by
chiselling, taking off the skin of concrete, application of
Epoxy Resin System by spraying, necessary working
platforms, props, scaffolding and other safety measures,
removal of same after completion etc. all complete as
specified and directed. (Excavation, backfilling, removal of
surplus earth, keeping pit dry by pumping/bailing subsoil
water shall be paid separately under relevant items).
Page 27 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
Page 28 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
154 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1 Installation of Casing pipe & CS Conduit for OFC (Including/
WORKS (PART-A) Excluding supply of casing pipe as defined in below & refer
SOW for further details) by jacking/ boring or open cut for
rail, road, drain, nala or canal crossings wherever required
(as defined in SOW) (including 500µm of Epoxy coating on
Casing Pipes, vent & drain pipes and CS Conduit as
required) in all types of soil and terrain separately for carrier
pipes and fiber optic cable/cable conduit, supply of all other
Contractor supplied materials viz. casing insulators and
casing end seals, materials for casing vents and drain
assemblies etc., including transportation, supply of all other
materials, equipment, consumables, man-power, welding
including visual inspection of all weld joints, installation of
casing insulators, end seals, vents and drain- off pipes,
backfilling and restoration as original of the facility crossed
and performing all works as per drawings, scope of work,
specifications, standards and instructions of Engineer-in-
Charge and provisions of Contract document.
155 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.ME01 Scope of Work Supply & Installation of Casing Pipe OD 60 m INR
WORKS (PART-A) 610 mm Material Grade API 5L Gr. B/ IS 3589 Grade Fe
410 Method of Crossing Jacking/Boring Thickness
20.62 mm
NOTE:
1. This item is valid only for South Central Railway Crossing
(From Chennai - To Vijaywada) at CH. 138.11946 km.
156 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.1V3 Scope of Work Supply & Installation of CS Conduit Pipe 400 m INR
WORKS (PART-A) OD 168.3 mm Material Grade API 5L Gr. B/ IS 3589
Grade Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Open Cut Thickness 6.40 mm
157 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.1V7 Scope of Work Supply & Installation of CS Conduit Pipe 1260 m INR
WORKS (PART-A) OD 168.3 mm Material Grade API 5L Gr. B/ IS 3589
Grade Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 6.40 mm
158 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.1V19 Scope of Work Supply & Installation of Casing Pipe Pipe 1200 m INR
WORKS (PART-A) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 8.74 mm
159 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.1V20 Scope of Work Supply & Installation of Casing Pipe Pipe 400 m INR
WORKS (PART-A) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing Open
Cut Thickness 8.74 mm
Page 29 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
160 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9 INSTALLATION OF PIPELINE BY TRENCHLESS
WORKS (PART-A) TECHNIQUE (USING HORIZONTAL DIRECTIONAL
DRILLING)
161 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1 Complete work for all type of crossings (RIVER/CANAL/
WORKS (PART-A) DRAIN/ NALA/ ROAD/ RAILWAY/ UTILITY) (between the
limits as indicated in the drawing/ Scope of work) in all types
of soil/ rocky strata including all additional drilled lengths
necessitated by Contractor's design and based on site
conditions, carrying out geo-technical investigation, carrying
out topographical and hydrological survey and collection of
data to establish the bed of the water body (for River/
Unlined waterbody); calculation of scour depth of water body
crossings (for River/ Unlined Waterbody), including
construction design calculation and engineering of the
crossing for all types of crossings, "Receiving and taking-
over", handling, loading, transportation and unloading of
externally corrosion coated/ bare line pipes (as applicable)
from designated place(s) of issue/ dump site(s) to
Contractor's own stock-yard(s)/ work site; mobilization and
de- mobilization at site(s), supply of all materials as per
"Scope of Supply" all consumables, equipment, manpower,
other resources, temporary acquisition of additional land as
required for string preparations/ all other works, and
execution of, but not limited to, the following works in
accordance with specifications, drawings; preparation of
all necessary construction drawings for Owner's approval,
Preparation of detailed construction method statement,
calculations and installation procedures, Strings preparation
including welding, NDT of welds and re-beveled areas,
radiography, weld repair and re-test, pre-hydro testing of
completed string, corrosion coating of field joints with HDD
sleeves, inspection of corrosion coating and repair of
defects, installation of pipeline string by Horizontal
directional drilling, Supply & Installation of 6" size, 6.4 mm,
API 5L Gr. B/ IS 3589 Fe 410 CS conduit for OFC
(including 500µm of epoxy coating on CS Conduit as
required) below the lowest level of the crossing including
cover by separate horizontal directional drilling to the
correct profile as per approved drawings and specification,
Post-installation hydrotest including leaks and repair of
defects and retesting, etc. for defects attributed to
Contractor's faulty work, safe disposal of corrosion Inhibited
Page 30 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
162 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME01 Scope of Work Installation of Pipeline (Line Pipe Free 2100 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Penneru River
Chainage of Crossing 36.08422 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 31 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
163 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME02 Scope of Work Installation of Pipeline (Line Pipe Free 1600 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Manneru River
Chainage of Crossing 116.88902 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 32 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
164 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME03 Scope of Work Installation of Pipeline (Line Pipe Free 320 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Palleru River
Chainage of Crossing 127.17443 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 33 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
165 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME04 Scope of Work Installation of Pipeline (Line Pipe Free 800 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Paleru River
Chainage of Crossing 129.84112 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 34 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
166 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME05 Scope of Work Installation of Pipeline (Line Pipe Free 1000 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Buckingham
Canal Chainage of Crossing 1.83658 km Pipe Wall
Thickness 11.91 mm
NOTES:
Page 35 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
167 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME06 Scope of Work Installation of Pipeline (Line Pipe Free 100 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Lined Canal
Chainage of Crossing 57.57319 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 36 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
168 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME07 Scope of Work Installation of Pipeline (Line Pipe Free 250 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Bungala
Kalava Canal Chainage of Crossing 60.84164 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 37 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
169 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME08 Scope of Work Installation of Pipeline (Line Pipe Free 250 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Dongatumu
Kalava Canal Chainage of Crossing 62.80105 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 38 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
170 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME09 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Lined Canal
Chainage of Crossing 26.765 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 39 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
171 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME10 Scope of Work Installation of Pipeline (Line Pipe Free 600 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 5.42019 km to 5.87805 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 40 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
172 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME11 Scope of Work Installation of Pipeline (Line Pipe Free 350 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds &
Major District Road Chainage of Crossing 15.651 km to
15.795 km Pipe Wall Thickness 11.91 mm
NOTES:
Page 41 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
173 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME12 Scope of Work Installation of Pipeline (Line Pipe Free 1300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 23.47508 km to 24.67605 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 42 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
174 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME13 Scope of Work Installation of Pipeline (Line Pipe Free 400 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 27.08161 km to 27.309 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 43 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
175 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME14 Scope of Work Installation of Pipeline (Line Pipe Free 300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 29.815 km to 30.02526 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 44 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
176 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME15 Scope of Work Installation of Pipeline (Line Pipe Free 500 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 30.97328 km to 31.221 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 45 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
177 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME16 Scope of Work Installation of Pipeline (Line Pipe Free 480 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds &
Marshy Area Chainage of Crossing 31.72132 km to 32.105
km Pipe Wall Thickness 11.91 mm
NOTES:
Page 46 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
178 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME17 Scope of Work Installation of Pipeline (Line Pipe Free 270 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 32.72405 km to 32.89856 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 47 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
179 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME18 Scope of Work Installation of Pipeline (Line Pipe Free 250 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 33.480 km to 33.670 km Pipe Wall
Thickness 11.91 mm
NOTES:
Page 48 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
180 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME20 Scope of Work Installation of Pipeline (Line Pipe Free 300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 41.821 km to 41.976 km Pipe Wall
Thickness 11.91 mm
NOTES:
Page 49 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
181 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME21 Scope of Work Installation of Pipeline (Line Pipe Free 700 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 48.515 km to 49.211 km Pipe Wall
Thickness 11.91 mm
NOTES:
Page 50 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
182 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME22 Scope of Work Installation of Pipeline (Line Pipe Free 670 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds &
Pilli Nala Chainage of Crossing 68.313 km to 68.867 km
Pipe Wall Thickness 11.91 mm
NOTES:
Page 51 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
183 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME23 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds &
Canal (supplying water to the fish pond) Chainage of
Crossing 70.996 km to 71.115 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 52 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
184 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME24 Scope of Work Installation of Pipeline (Line Pipe Free 300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Pond
Chainage of Crossing 71.563 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 53 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
185 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME25 Scope of Work Installation of Pipeline (Line Pipe Free 230 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 72.15067 km to 72.4133 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 54 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
186 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME27 Scope of Work Installation of Pipeline (Line Pipe Free 300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road /
Highway Type of Soil/Strata Normal Strata (Soft Soil/
Sand/ Clay/ Silty Sand/ Silty Clay etc.) Crossing Name
SH-57 (from Nellore to Pattapalem) & 02 Nos. Lined Canals
Chainage of Crossing 28.88944 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 55 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
187 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME28 Scope of Work Installation of Pipeline (Line Pipe Free 1000 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Any
unspecified crossing (Water body, NH, SH, Other roads,
Railway etc.) Type of Soil/Strata Any Crossing Name
Unlisted Chainage of Crossing Any km Pipe Wall
Thickness 11.91 mm
NOTES:
Page 56 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
189 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1 Supply, fabrication and installation of following types of
WORKS (PART-A) permanent markers along the route including all associated
civil works such as excavation in all types of soil,
construction of pedestals and grouting with concrete,
clearing, supply and application of approved color & text and
quality of primer and paint, stencil letter cutting for numbers,
direction, chainage etc., restoration of area to original
condition and performing all works as per drawings, scope
of work, specifications, standards and instructions of
Engineer-in-Charge.
190 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V1 Type of Marker Aerial Marker 28 nos INR
WORKS (PART-A)
191 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V2 Type of Marker Direction Marker 65 nos INR
WORKS (PART-A)
192 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V3 Type of Marker Kilometer Marker 138 nos INR
WORKS (PART-A)
193 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V4 Type of Marker Navigable Waterway Marker 10 nos INR
WORKS (PART-A)
194 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V5 Type of Marker Pipeline Warning Marker 202 nos INR
WORKS (PART-A)
195 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V6 Type of Marker ROU Boundary Marker 1215 nos INR
WORKS (PART-A)
196 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15 REPAIR OF DEFECTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-A)
197 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1 Repair of defects in Pipes/ Line Pipes
WORKS (PART-A)
Repair of defects in pipes/ line pipes (by Cutting and re-
beveling including NDT of re-beveled area or by Jack out) of
all thicknesses and external coating noted at the time of
taking delivery by Contractor, including performing all works
as per specifications, scope of work, standards and
directions of Engineer-In-Charge, supply of all repair
material and inspection.
198 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.1V7 Type of Repair by Cutting and re-beveling including NDT 20 nos INR
WORKS (PART-A) (for dent exceeding 3mm in depth) Pipe OD 406.4 mm
199 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.1V8 Type of Repair by Jack out for dents in bevels (for dent 50 nos INR
WORKS (PART-A) between 1 mm and 3 mm in depth) Pipe OD 406.4 mm
Page 57 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
200 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.2 Repair of Holiday/ Cosmetic defects in Coating
WORKS (PART-A)
Supply of all coating repair materials as per the
requirements of the relevant specifications, supply of all
consumables, utilities, equipment, and all manpower
required, pipe cleaning and surface preparation, repairing of
coating defects (resulting in holiday in coating) and testing
including all handling, transportation, etc. for line pipes,
performing all works necessary for the completion of the
works strictly in accordance with the relevant specifications
and instructions of Engineer-in-Charge. This rate shall be
applicable per sq. cm of the exposed steel area and/ or
damaged coating area, as applicable.
201 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V1 Type of Repair Repair of Cosmetic defects Type of 1000 SCM INR
WORKS (PART-A) Coating 3LPE
202 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V2 Type of Repair Repair of Holiday Type of Coating 3LPE 2000 SCM INR
WORKS (PART-A)
203 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-A)
204 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16.1 Repair of Leaks/ Bursts in Pipeline
WORKS (PART-A)
All works for locating any major leak/burst (occurred during
hydrostatic testing) or any minor leak by sectionalizing or
any other methods which cannot be located by visual
means, including necessary repairing/ replacing defective
pipe length, including cutting and removing out defective
pipes, transportation, pretesting of replacement pipe and
welding into mainline, NDT of welds and re-beveled area,
repair and re-testing of defective welds, coating/ painting of
welded joints, clean-up, retesting the pipeline/ pipe segment
including providing all necessary equipment, labour,
materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.
Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.
205 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16.1.1V11 Type of Leak Major Leak (detected by visual method) 5 nos INR
WORKS (PART-A) Pipe OD 406.4 mm
Page 58 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
206 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16.1.1V18 Type of Leak Minor Leak (detected by sectionalizing) 10 nos INR
WORKS (PART-A) Pipe OD 406.4 mm
207 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16.2 Repair of Leak/ Burst in Terminal Piping 30 Inch Mtr INR
WORKS (PART-A)
All works for repair of leak/burst (occurred during hydrostatic
testing) by necessary repairing/ replacing defective pipes/
fittings/ flanges etc., including cutting and removing out
defective items, transportation, welding, NDT of welds and
re-beveled area, repair and re-testing of defective welds,
coating/ painting of welded joints, clean-up, retesting the
pipe segment including providing all necessary equipment,
labour, materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.
Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.
208 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17 IDLE TIME PRESERVATION WORKS
WORKS (PART-A)
209 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1 Idle time preservation of Pipeline and Associated facilities:
WORKS (PART-A)
Preservation of complete pipeline and associated facilities
and its maintenance by filling and pressurizing with nitrogen
including supply and maintenance of nitrogen or by filling
and pressurizing with corrosion inhibited water including
supply and maintenance of water with regular dosing of
inhibitor to maintain the effectiveness of the inhibitor water
(along with disposal of corrosion inhibited water at a proper/
suitable location, after due preservation works) and supply
of all consumables, all equipment, man- power, etc.,
complete as per the requirements of specifications, scope of
work, standards, other provisions of Contract document and
instructions of Engineer-in- Charge as per following details:
210 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V22 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 3 to 6 Month
211 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V24 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 6 to 9 Month
Page 59 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
212 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V25 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 9 to 12 Month
213 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V39 Type of Preservation By Filling Corrosion Inhibited Water 138200 metre INR
WORKS (PART-A) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period Up to
3 Month
214 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V46 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 12 to 18 Month
215 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V47 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 18 to 24 Month
216 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V48 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period Up to 3 Month
217 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V49 Type of Preservation By Filling Corrosion Inhibited Water 138200 metre INR
WORKS (PART-A) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period 3 to 6
Month
218 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22 PIPING WORKS IN DESPATCH/ RECEIPT/
WORKS (PART-A) INTERMEDIATE PUMPING/ COMPRESSOR/
INTERMEDIATE PIGGING/ SV/ SIV/ BLOCK VALVE/ TAP
OFF STATIONS
219 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2 INSTALLATION OF VALVES/FLOW METERS/
WORKS (PART-A) STRAINERS/ SCRAPER TRAPS/ EQUIPMENT/ SKIDS
Page 60 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
220 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2.1 Receiving and taking over of all Owner supplied/ Free
WORKS (PART-A) Issued materials, equipment including skids from Owner's
designated place(s) of issue, transportation including
loading, unloading, handling from Owner's designated
place(s) of issue to Contractor's owned/ hired stock yard(s)/
work site(s)/ work shop(s) including arranging all necessary
intermediate storage area(s) thereof, as required; supply of
all materials, equipment, consumables as defined in
Contractor's scope of supply and its transportation to the
work site(s);installation of valves, flow meters, strainers,
scraper traps including QOEC, equipment, skids etc., supply
and fixing of gaskets, stud bolts, nuts of all sizes including
torque tightening as applicable, leveling, aligning,
installation and assembly of accessories, including
accessories for actuators, making electrical/ pneumatic
connections for such actuators, if any, by bolting/threading
or welding of pipes at all elevations, hook up works with
others facilities as necessary as per P&ID, testing,
completing all works in all respects as per drawings, scope
of work, specifications, standards, other provisions of
Contract and directions of the Engineer-in-Charge. For all
Instrumentation items, details/ specifications/ datasheets
are covered elsewhere in the tender document.
221 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V13 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-A) Item Type Scraper Launcher Major Barrel 508 mm
Minor Barrel 406.4 mm Rating 600#
222 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V14 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-A) Item Type Scraper Receiver Major Barrel 559 mm
Minor Barrel 406.4 mm Rating 600#
223 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2.1.5V89 Installation of Valve (Ball/ Plug/ Gate/ Globe/ Check/ 4 nos INR
WORKS (PART-A) PCV/FCV/SDV/Butterfly) as below: Installation Above
Ground End Type Butt Welded Operation Actuated
(MOV) Size 406.4 mm Rating 600#
224 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4 PAINTING WORKS
WORKS (PART-A)
Page 61 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
225 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1 Supply of paints, solvents and primers, preparation of
WORKS (PART-A) surfaces and application of primer and finish paints suitable
for highly corrosive/corrosive/ normal corrosive painting
environment for above ground piping including valves &
fittings as defined in contract document and as per standard
specification for Surface preparation and protective coating,
identification, lettering/ numbering, colour coding etc. as
specified including rub down and touch up of shop primer or
scrapping of shop primer wherever required and providing of
scaffolding for all heights, labour, materials, tools and
tackles, consumables, supervision etc. to complete the work
in all respect as per Standard/ Job Specification, Drawings,
Standards and instruction of Engineer-in-Charge. All works
shall be done as per details below
226 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V17 Pipe OD 60.3 mm Painting Environment Industrial 48 m INR
WORKS (PART-A) Marine
227 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V18 Pipe OD 114.3 mm Painting Environment Industrial 48 m INR
WORKS (PART-A) Marine
228 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V27 Pipe OD 33.4 mm Painting Environment Industrial 48 m INR
WORKS (PART-A) Marine
229 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V28 Pipe OD 26.7 mm Painting Environment Industrial 48 m INR
WORKS (PART-A) Marine
230 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V30 Pipe OD 406.4 mm Painting Environment Industrial 150 m INR
WORKS (PART-A) Marine
231 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24 SUPPLY OF ASSORTED PIPES
WORKS (PART-A)
232 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of pipes as per EIL
Specification No. 6-44-0051 (Technical notes for Pipes) & its
addendum (if any), PMS & any other information forming the
tender document as per the following details:
233 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24.1.1V9 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-A) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 48.3 mm Wall thickness (mm) / Schedule XS
Page 62 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
234 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24.1.1V79 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-A) Ended - ASME Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 33.4 mm Wall thickness (mm) / Schedule XS
235 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24.1.1V108 Make SMLS Standard ASME B 36.10 Ends Plain 36 m INR
WORKS (PART-A) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 26.7 mm Wall thickness (mm) / Schedule S120
238 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.25.1.1V152 Flanges for Piping (PMS) Type Socket Welded (SW) 20 nos INR
WORKS (PART-A) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 63-125 Rating 600# Material ASTM A 105
Pipe OD 33.4 mm Wall thickness (mm)/ Schedule 4.55
239 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.25.1.1V153 Flanges for Piping (PMS) Type Blind Face Raised 20 nos INR
WORKS (PART-A) Face(RF) Standard ASME B 16.5 Finish (AARH) 63-
125 Rating 600# Material ASTM A 105 Pipe OD 33.4
mm Wall thickness (mm)/ Schedule 4.55
Page 63 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
242 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V19 Type ELBOW 90 DEG Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-A) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
243 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V187 Type HALF COUPLING Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-A) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
244 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V194 Type FULL COUPLING Ends/ Rating Socket Welded / 50 nos INR
WORKS (PART-A) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
245 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V200 Type HALF COUPLING Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-A) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
246 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V214 Type FULL COUPLING Ends/ Rating Socket Welded / 50 nos INR
WORKS (PART-A) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
247 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V215 Type CONCENTRIC SWAGE Ends/ Rating Socket 50 nos INR
WORKS (PART-A) Welded / 6000# Standard BS-3799 Material ASTM A
105 (CHARPY) OD1 26.7 mm Wall thickness (mm)/
Schedule 1 NA OD2 21.3 mm Wall thickness (mm)/
Schedule 2 NA
248 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V229 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 50 nos INR
WORKS (PART-A) Standard MSS SP97 Material ASTM A 105 OD1 26.7
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA
249 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V230 Type SOCKOLET Ends/ Rating Socket Welded / 3000# 20 nos INR
WORKS (PART-A) Standard MSS SP97 Material ASTM A 105 OD1 33.4
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA
Page 64 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
251 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.27.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of valves (including
commissioning spares (as applicable)) as per EIL
Specification No. 6-71-0014 (Specification for Ball Valves), 6-
71-0016 (Specification for Plug Valves), 6-71-0017
(Specification for Check Valves), 6-44-0052 (Technical
notes for valves) & their addendum (if any), Job
Specifications, Datasheets, VMS, PMS & any other
information forming the tender document, as per the
following details
252 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.27.1.1V47 Type Gate Valve Ends Socket Welded Standard API 45 nos INR
WORKS (PART-A) 602 Rating 800# Operation Manual Installation
Above Ground Size 26.7 mm Datasheet No. B414-000-
83-41-DS-0080
253 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.27.1.1V48 Type Gate Valve Ends Socket Welded Standard API 12 nos INR
WORKS (PART-A) 602 Rating 800# Operation Manual Installation
Above Ground Size 33.4 mm Datasheet No. B414-000-
83-41-DS-0080
254 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36 SUPPLY OF GASKETS
WORKS (PART-A)
255 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Gaskets as per
EIL Specification no. 6-44-0056 (Technical Notes for
Gaskets), PMS & any other information forming part of the
tender document, as per the following details:
256 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V3 Type Spiral Wound Standard ASME B 16.5 & ASME B 40 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
33.4 mm Rating 600#
257 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V4 Type Spiral Wound Standard ASME B 16.5 & ASME B 190 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
60.3 mm Rating 600#
258 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V5 Type Spiral Wound Standard ASME B 16.5 & ASME B 32 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
114.3 mm Rating 600#
Page 65 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
259 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V27 Type Spiral Wound Standard ASME B 16.5 & ASME B 6 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
323.9 mm Rating 600#
260 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V28 Type Spiral Wound Standard ASME B 16.5 & ASME B 12 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
406.4 mm Rating 600#
261 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37 SUPPLY OF FASTENERS
WORKS (PART-A)
262 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Fasteners as per
EIL Specification no. 6-44-0057 (Technical Notes for
Fasteners), ASME B 18.2, PMS & any other information
forming part of the tender document, as per the following
details:
263 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V38 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 96 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
3.50 Inch
264 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V39 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 1056 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
4.25 Inch
265 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V40 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 192 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.875 Inch Bolt Length
5.75 Inch
266 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V41 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 144 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.250 Inch Bolt Length
10.00 Inch
267 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V42 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 216 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.500 Inch Bolt Length
11.50 Inch
268 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.47 HYDRAULIC BOLT TENSIONING
WORKS (PART-A)
Page 66 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
269 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.47.1 Carrying out tensioning of bolted joints on all types of piping
WORKS (PART-A) as per specification (EIL Specification no. 6-76-0002 or any
other job specification, as included in tender document)
including supply of all materials, recording devices,
instruments etc.; providing all specialized equipment,
skilled/ unskilled man power, specialist, supervisory staff
and completing the work in all respects as per scope of
work, specifications, provisions of Contract document and
instructions of engineer-in-charge for following details
270 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.47.1.1V8 Joint Size 323.9 mm Rating 600# 5 nos INR
WORKS (PART-A)
271 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.47.1.1V27 Joint Size 406.4 mm Rating 600# 5 nos INR
WORKS (PART-A)
Page 67 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
272 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME50 INSTALLATION OF STEEL PIPELINE IN UNRESTRICTED
WORKS (PART-A) ROU
The works shall include, but not limited to, the following:
Page 68 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
274 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME50.02 Scope of Work Installation of Pipeline (Line Pipe Free 2810 m INR
WORKS (PART-A) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7.92 mm
275 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME50.03 Scope of Work Installation of Pipeline (Line Pipe Free 6690 m INR
WORKS (PART-A) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 11.91 mm
276 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.51 TRANSPORTATION OF SURPLUS ITEMS TO OWNER'S
WORKS (PART-A) DESIGNATED STORAGE YARD/ DUMPSITE (AFTER
COMPLETION OF INSTALLATION WORKS)
277 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.51.1 Loading, transportation including all works necessary for
WORKS (PART-A) transportation, loading, unloading, handling, stacking etc. of
all surplus piping/ pipeline material from Contractor’s
storage yard/ worksite/ temporary storage facility including
arrangement of all handling equipment such as trailers,
trucks, cranes etc, carrying out inspection of surplus
material & recording of pipe & coating defects & any other
defects in the surplus material at the time of handing over in
the presence of Company's representative at Owner
designated storage yard/ dump site & as per the Scope of
work, other provisions of the Contract and instructions of
Engineer-in-Charge.
278 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.51.1.1V3 Approximate Distance of transport 200 km 5 MT INR
WORKS (PART-A)
Page 69 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
279 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME51 LAYING OF STEEL PIPELINE IN RESTRICTED ROU
WORKS (PART-A) (RESERVED FOREST)
Page 70 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
281 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME53 ANTI-BUOYANCY MEASURES FOR PIPELINE
WORKS (PART-A) (CONTINUOUS CONCRETE WEIGHT COATING)
Unit rate for additional work over and above item no.
01PP.ME50/ 01PP.ME51 (as applicable) for supply of all
consumables and materials and application of continuous
concrete weight coating on pipes of all wall thicknesses
except weld joints as mentioned below and/or supply of all
consumables and materials in all areas of work except
waterbody crossings covered separately, and performing all
works as per scope of work, specifications, standards and
instructions of Engineer-in-Charge and other provisions of
Contract document. All work shall be executed as per
following details:
282 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME53.01 Type of Protection Concrete Weight Coating Pipe OD 2020 metre INR
WORKS (PART-A) 406.4 mm Pipe Wall Thickness 7 mm Concrete Weight
Thickness 65 mm
283 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME53.02 Type of Protection Concrete Weight Coating Pipe OD 290 metre INR
WORKS (PART-A) 406.4 mm Pipe Wall Thickness 7.92 mm Concrete
Weight Thickness 60 mm
284 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME53.03 Type of Protection Concrete Weight Coating Pipe OD 30 metre INR
WORKS (PART-A) 406.4 mm Pipe Wall Thickness 11.91 mm Concrete
Weight Thickness 35 mm
285 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME54 ANTI-BUOYANCY MEASURES FOR PIPELINE (GEO-
WORKS (PART-A) TEXTILE BAGS)
Unit rate for additional work over and above item no.
01PP.ME50/ 01PP.ME51 (as applicable) for design,
manufacture and supply of non-biodegradable geo-textile
bags (made of polypropylene fabric) materials and
installation of geotextile bags duly filled with gravel/stone
ballast on pipelines of all wall thickness for anti-buoyancy as
mentioned below and/or supply of all consumables and
materials in all areas of work except waterbody crossings
covered separately, including carrying out the necessary
weight calculations of geo-textile bags & getting the same
approved from the Owner and performing all works as per
scope of work, specifications, standards and instructions of
Engineer-in-Charge and other provisions of Contract
document. All work shall be executed as per following
details:
286 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME54.01 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 1000 metre INR
WORKS (PART-A) Pipe Wall Thickness 7 mm
287 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME54.02 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 200 metre INR
WORKS (PART-A) Pipe Wall Thickness 7.92 mm
Page 71 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
288 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME54.03 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 30 metre INR
WORKS (PART-A) Pipe Wall Thickness 11.91 mm
289 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-A) ASSISTANCE FOR PIPELINES
290 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.01 Pre-Commissioning Works as per details: Type of Activity 138200 metre INR
WORKS (PART-A) Dewatering Pipe OD 406.4 mm
291 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.02 Pre-Commissioning Works as per details: Type of Activity 138200 metre INR
WORKS (PART-A) Drying Pipe OD 406.4 mm
292 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.03 Pre-Commissioning Works as per details: Type of Activity 138200 metre INR
WORKS (PART-A) Swabbing Pipe OD 406.4 mm
293 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.04 Pre-Commissioning Works as per details: Type of Activity 138200 metre INR
WORKS (PART-A) Inertisation by Nitrogen Pipe OD 406.4 mm
294 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.05 Commissioning Assistance: All works for Commissioning 138200 metre INR
WORKS (PART-A) assistance as per details below: Pipe OD 406.4 mm
Page 72 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
295 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME56 DIGITIZATION OF PIPELINE CONSTRUCTION ACTIVITY
WORKS (PART-A)
Supply of qualified manpower (at least 2 nos. personnel per
construction spread) having knowledge of pipeline laying
and associated activities for entering all the construction
data/ reports pertaining to various pipeline construction
activities such as route survey, backfilling, OFC/ OFC duct
laying, various crossings, HDDs, hydrotesting, WPS, PQR
etc., in the Owner’s digitization software (software owned by
the Owner) using hardware supplied by the Owner as free
issue, updating of all construction progress exclusively
through the software in digital form on a daily basis without
exception, final submission of all the construction activities
related data in Owner owned ArcGIS based software for
generating digital reports of the entire gamut of pipeline
construction activities from beginning of site work to end of
commissioning including obtaining of prior approval from the
Consultant/ Engineer-In-Charge after daily verification of the
data, arrangement of the required number of high speed
internet connections (preferably 4G/ 5G or equivalent
speeds) including payment of internet charges till the
completion of the digitization activity, procurement of
hardware such as modems/ SIMs etc., needed to maintain
the internet connections and returning the free issued IT
assets/ hardware back to the Owner without any damage/
loss whatsoever including all works as per applicable
standards/ specifications/ provisions of the tender document
& as per the instructions of the Engineer-In-charge.
NOTES:
Page 73 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
297 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME57 FABRICATION, ERECTION, INSTALLATION AND
WORKS (PART-A) TESTING OF SECTIONALIZING VALVE (SV) STATION,
STATION BLOCK VALVE (SBV) & ASSOCIATED PIPING
Page 74 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
298 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME57.01 Installation of SV inside valve pit (design & construction of 7 nos INR
WORKS (PART-A) valve pits for SVs not in the scope of this tender) including
all branch connections as applicable, all associated piping
including all associated flanges, fittings & fasteners etc., all
impulse piping, valves of all sizes, mounting of instruments
etc. complete as per the P&ID and GAD of SV Stations and
as per the scope of work, applicable conditions of this
tender & as per the instructions of the Engineer-In-Charge.
NOTE:
299 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME57.02 Installation of SBV inside valve pit (design & construction of 2 nos INR
WORKS (PART-A) valve pits for SBVs not in the scope of this tender) all
associated flanges, fittings & fasteners & complete in all
respects as per applicable P&ID(s) and GAD(s) and as per
the scope of work, applicable conditions of this tender & as
per the instructions of the Engineer-In-Charge.
NOTE:
Page 75 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
300 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME58 PIPE SUPPORT WORKS
WORKS (PART-A)
Supply of all materials required for fabrication of pipe
supports & special supports including supply of bolts, nuts,
washers, U Clamps, Wooden Blocks, Teflon Pads, SS
Plates (as required) etc. as mentioned in the drawing/
standards and as defined in scope of work document,
fabrication and erection of pipe/ equipment supports (for all
sizes/ thickness) including shoes, pipes, cradles, turn
buckles, T-posts for all types of guides, anchors, special
supports, reinforcement pads for all types of supports
including full encirclement supports, for cold/hot insulated
pipes etc. if applicable, all necessary equipment,
consumables, labour etc. for completing all works, supply
and application of paints and primers suitable for painting
environment as defined in contract document and as per
standard specification for Surface preparation and protective
coating and completing the work as per drawings, scope of
work, specifications, standards, other provisions of Contract
and instruction of Engineer-in-Charge.
301 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME58.01 CS Structural Steel 1 MT INR
WORKS (PART-A)
Page 76 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
302 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME59 DRONE PHOTOGRAPHY/ VIDEOGRAPHY
WORKS (PART-A)
Carrying out periodic Drone Photography/ Videography or
engaging a suitable agency to carry out Drone Photography/
Videography with date & time stamp and geo tags as per
the applicable specification/ standards for the same for the
entire pipeline section, covering all construction activities
consisting before construction and after construction
footages/ photographs including obtaining required
approvals from agencies having jurisdiction to fly the
drones, transmitting the live video feed to BPCL officers at
designated locations/ regional offices, keeping records/
archives of the photography/ videography, submission of the
same after completion of the job etc. The scope of supply of
this item shall include supply of the required camera
equipped DGCA registered drone(s) with valid UIN(s), all
required manpower with valid Remote Pilot Certificate(s)
issued by DGCA to fly the drone(s), all hardware, software &
IT assets required, all spares required for operation &
maintenance of the drone(s) etc. Repair of any damage to
the drone or replacement of the drone in the event of loss/
complete damage shall be done by the Contractor/ agency
engaged by the Contractor without any cost or time
implication to the Client whatsoever.
NOTE:
303 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME59.01 Drone photography/ videography of all pipeline laying & 1 Lumpsu INR
WORKS (PART-A) related construction activities. m
Page 77 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
304 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME60 PHYSICAL MODEL OF THE PIPELINE
WORKS (PART-A)
Supply of 1 no. fully assembled physical model of the entire
pipeline (including all parts of the pipeline) displaying all the
major pipeline features such as DT, RT, IPs, SVs, major
crossings, state boundaries etc. with the required lighting,
transparent glass/ epoxy display case, transportation and
placement of the model at the required location at
Krishnapatnam DT as per the instructions of the Engineer-in-
Charge.
NOTE:
305 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME60.01 Supply of fully assembled physical model of the entire 1 Lumpsu INR
WORKS (PART-A) pipeline m
306 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME61 BACKFILLING WITH SELECT SOIL
WORKS (PART-A)
Unit rate over and above item no. 01PP.ME50/ 01PP.ME51
(as applicable) for supply of specified and approved quality
of sand (for station approaches) or approved quality of
cohesion-less soil as backfill material like graded sand,
morrum, silty sand etc. (for seismic zones along pipeline
route) including supply of sand or approved quality of backfill
material like graded sand /other types of soil etc. in place of
available excavated material and/ or other suitable soil as
per applicable standards/ specifications, including backfilling
of excavated trench for specified length after laying of
pipeline and optical fibre cables/ cable conduit, including
transportation of backfill material over all distances and
disposal of surplus excavated soil. All work shall be
executed as per following details:
307 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME61.01 Type of Backfill Station Approach Pipe OD 406.4 mm 750 m INR
WORKS (PART-A) Distance of Transport Within 25km
308 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME61.02 Type of Backfill Station Approach Pipe OD 406.4 mm 250 m INR
WORKS (PART-A) Distance of Transport Beyond 25km
Page 78 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
310 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME62.01 Works Related to Bank Stabilization 250 SCM INR
WORKS (PART-A)
311 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME62.02 Works Related to Slope Stabilization 250 SCM INR
WORKS (PART-A)
312 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63 RADIOGRAPHY-SAFE RADIATION TECHNOLOGY
WORKS (PART-A)
Radiography using safe radiation technology (Se-75 source)
Performance of radiographic inspection on pipeline/ piping
(as applicable) of all types & thickness including providing or
hiring of all necessary equipment and whatever else even
though not expressly mentioned but required to perform the
work as per requirements specified in the Piping Scope of
Work, Safe radiography specifications and by instructions of
Engineer in-charge by using Se-75 source based
radiographic system enclosed in a lead chamber unit so that
radiography can be taken at erection site with minimum
cordon off distance. Radiographs shall be submitted to the
Engineer in-charge. (Repeat Radiography due to defective
radiograph on repaired joints due to Contractor's fault and
for additional radiography necessitated due to poor
performance of contractor's welder shall be done at
contractor's cost)
NOTE:
313 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-A)
Page 79 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
314 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.01.01 OD 406.4 mm (NB 16 Inch) 13820 nos INR
WORKS (PART-A)
315 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-A)
316 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02.01 OD 60.3 mm (NB 2 Inch) 84 nos INR
WORKS (PART-A)
317 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02.02 OD 114.3 mm (NB 4 Inch) 140 nos INR
WORKS (PART-A)
318 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02.03 OD 219.1 mm (NB 8 Inch) 2 nos INR
WORKS (PART-A)
319 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02.04 OD 406.4 mm (NB 16 Inch) 4 nos INR
WORKS (PART-A)
320 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64 DIGITAL RADIOGRAPHY
WORKS (PART-A)
Performance of Digital Radiographic inspection on pipeline/
piping (as applicable) of all types & thicknesses including
providing or hiring of all necessary equipment and whatever
else even though not expressly mentioned but required to
perform the work as per requirements specified in the piping
scope of work, Digital Radiography specifications and
instructions of Engineer-in-Charge. Radiographs shall be
submitted to the Engineer-in-Charge. (Repeat radiography
due to defective radiograph on repaired joints due to
contractor's fault and for additional radiography necessitated
due to poor performance of contractor's welder shall be
done at contractor's cost).
NOTE:
321 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-A)
322 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.01.01 OD 406.4 mm (NB 16 Inch) 6910 nos INR
WORKS (PART-A)
323 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-A)
324 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02.01 OD 60.3 mm (NB 2 Inch) 42 nos INR
WORKS (PART-A)
325 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02.02 OD 114.3 mm (NB 4 Inch) 70 nos INR
WORKS (PART-A)
326 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02.03 OD 219.1 mm (NB 8 Inch) 1 nos INR
WORKS (PART-A)
Page 80 of 81
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
327 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02.04 OD 406.4 mm (NB 16 Inch) 2 nos INR
WORKS (PART-A)
328 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65 FABRICATION OF LR BENDS
WORKS (PART-A)
Transportation of Company supplied free issue or
Contractor procured bare line pipes (as detailed
subsequently) to fabrication shop, fabrication of long radius
bends, transportation of fabricated LR bends to coating
plant (if required), factory application of 3LPE/ PU coating of
all LR bends at the coating plant, testing and transportation
of complete & factory coated LR bends to
worksite(s)/workshop(s) including loading, unloading and
handling as per Scope of work and other provisions of the
Contract as per the following details.
329 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.01 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 55 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
330 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.02 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 42 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
331 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.03 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 10 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
332 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.04 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 20 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
333 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.05 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 10 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
334 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.06 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 5 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
335 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.07 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 4 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
336 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.08 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 7 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
BASIC SUB TOTAL 0.00
BASIC TOTAL 0.00
OVERALL REBATE %
FINAL AMOUNT ( EXCL GST) 0.00
GST@18% 0.00
FINAL AMOUNT ( INCL GST) 0.00
Page 81 of 81
Notes:
1 Bidder shall furnish CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY THE BIDDER) to be imported in the above Format.
2 Bidder to consider import tax credit of IGST available at their end (in case of import of raw materials/components) in their quoted prices.
3 Merit rate of custom duty shall be applicable.
Page 1 of 1
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
1B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM METALLIC MATERIALS AND CORROSION
Geometry Pigging
2B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0 Magnetic Cleaning and Electronic Geometry Pigging
Geometry Pigging
3B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.1 Mobilisation/ Demobilisation of pigging tools, tackles, 1 Lumpsu INR
Geometry Pigging consumables, accessories and personnel by Contractor at m
work site including but not limited to magnet pigs, electronic
geometry pigs and pig tracking device, temporary launcher
and receiver as per Specification and other provision of the
bid document including supply of material, equipment,
manpower, etc. as required for geometry inspection and
magnet cleaning in accordance with the EIL Specification
B414-000-06-41-EGP-0001:
A) Mobilisation
B) Demobilisation
NOTE: Lumpsum charge is applicable for Mobilization and
Demobilization charge only, and not for the entire Magnetic
Cleaning and EGP charge.
4B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.2 Magnetic Cleaning: 95300 m INR
Geometry Pigging Running of adequate no. of Magnet Pigs for pipeline
including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report as per Specification and
provisions of the bid document.
5B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.3 Electronic Geometry Pigging: 95300 m INR
Geometry Pigging Running of adequate no. of Electronic Geometry Pig
(Caliper) including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report on pipeline, data
analysis at Contractors facility as per Specification and
provisions of the bid document.
6B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.4 Defect Verification: 1 each INR
Geometry Pigging Defect verification at a max. of 3 locations for each segment
inspected including supply of all tools, tackles, instruments,
personnel and their transportation, all earth work, repair of
pipeline coating wherever exposed, backfilling, work
complete in all respect as per direction of engineer-in-
charge.
NOTE: Unit EACH signifies each segment of the pipeline.
7B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.5 Final Report: 1 Lumpsu INR
Geometry Pigging Preparation of final work report as per agreed format and m
submission to Client / Client's Consultant in total of 4
copies.
8B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT CATHODIC PROTECTION
WORKS (PART-B)
Page 1 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
11 B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT.MB3 SPECIAL TOOLS FOR CP & ROU MAINTENANCE
WORKS (PART-B)
12 B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT.MB3.1 Holiday Detector 1 nos INR
WORKS (PART-B)
13 B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT.MB3.2 Pipeline Defect Mappers including features of pipeline 2 nos INR
WORKS (PART-B) locator CAT instrument
14 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II INSTRUMENTATION
WORKS (PART-B)
15 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000 TELECOMMUNICATION WORKS
WORKS (PART-B)
16 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6 OPTICAL FIBRE CABLE INSTALLATION
WORKS (PART-B)
17 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.1 Submission of OFC alignment sheets, as-built drawings and 1 Lumpsu INR
WORKS (PART-B) all documentation in accordance with the specifications. m
18 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.MC01 Supply of Jointing closures with 4 entry ports, jointing 56 nos INR
WORKS (PART-B) chamber materials and any other items required for jointing
of 24 Fibres OFC (Fusion splicing only) with sleeve
protectors, Factory acceptance testing, storage, and
transportation to site, loading, unloading, jointing of OFC all
complete as per specifications provided in the bid document
and direction of CLIENT/CONSULTANT.
19 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.MC02 Supply and installation of Jointing Pit, including sand, OFC 56 nos INR
WORKS (PART-B) joint identification marker including GPS coordinates, back
filling as required etc. all complete
20 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.7 Supply and installation of Electronic marker system
WORKS (PART-B) consisting of:
21 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.7.1 Electronic Marker 190 nos INR
WORKS (PART-B)
22 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.7.2 Marker locator 1 nos INR
WORKS (PART-B)
23 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.8 Site acceptance Testing of the laid OFC, all complete as per 1 Lumpsu INR
WORKS (PART-B) specification and direction of CLIENT/CONSULTANT. m
Page 2 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
24 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.15 Supply of Permanently lubricated HDPE conduit for
WORKS (PART-B) following sizes in required length of pressure rating 6
kgf/cm2 to be laid in pipeline trench or in separate trench
directly or inside CS conduit including FAT, storage,
transportation to site, loading, unloading etc. all complete
25 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.15.1V2 Duct with nominal diameter 40 mm 192000 m INR
WORKS (PART-B)
26 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.16 Laying, Testing and commissioning of the following sizes of
WORKS (PART-B) HDPE duct/pipe of pressure rating 6 kgf/cm2, including
supply of clamps, small iron structures, spacers, and duct
accessories like push-fit couplers, bends and elbows, end
plugs, simple plugs, sonic heads, etc, and including small
civil works, cleaning with compressed air, calibrating, testing
for air tightness, sealing of ends, including all labour and
materials, as per directions of the Engineer-in-Charge.
27 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.16.1V2 Duct with nominal diameter 40 mm 192000 m INR
WORKS (PART-B)
28 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.MC04 Supply, handling, transportation to site, installation, testing 6 nos INR
WORKS (PART-B) and commissioning of 48 Ports Wall Mount Fibre
Termination Closure (FTC) with SC connectors suitable for
2 numbers of 24 Fibres OFC Cable (18 x G.652 & 6 x G.655
) including pigtails, Splice protection sleeve, splice tray and
splicing the cables with pigtails, Cable glands, termination of
OFC, including supply & installation of loop box (separate
for each OFC), including all labour and materials all
complete suitable for 2 nos. of 24 Fibres OFC (In/Out) with
spare
29 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.MC03 Installation & laying of OFC in pipeline trench through 188000 m INR
WORKS (PART-B) HDPE/CS conduit by blowing method, trenching and
excavation as required, padding, backfilling, restoration of
land & other constructions, as applicable to original
conditions etc. including supply and installation of Blowing
Pits, supply and use of all materials required like sand,
couplers, end plugs etc. all complete
30 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.19 Installation & laying of OFC in separate trench directly or 600 m INR
WORKS (PART-B) through HDPE/CS conduit by blowing method, trenching
and excavation as required, padding, backfilling, restoration
of land & other constructions, as applicable to original
conditions etc., including supply and use of all materials
required like warning mats, couplers, end plugs etc. all
complete
Page 3 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
31 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.21 Installation and Laying of OFC through permanently 3400 m INR
WORKS (PART-B) lubricated HDPE conduit (which is sub-ducted in CS
conduit) including supply and use of all materials required
like couplers, end plug etc. all complete as per the job
specification (Supply & Installation of CS Conduit are
covered in the Pipeline laying Section of the tender)
32 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.23 Supply & installation of OFC route marker (Metallic Marker) 60 nos INR
WORKS (PART-B) on the Optical Fibre Cable laying route inside the terminals
as per specifications and direction of
CLIENT/CONSULTANT.
33 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS STRUCTURAL
WORKS (PART-B)
34 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1 EARTH WORK (REFER SPECIFICATION NO. 6-68-0003)
WORKS (PART-B)
35 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.1 Earthwork excavation in soil
WORKS (PART-B)
36 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.1.1 Earth work in EXCAVATION below ground level for all kinds 45 m³ INR
WORKS (PART-B) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
upto 1.5m including removal of vegetation, shrubs and
debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.
37 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.1.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-B) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
beyond 1.5m and upto and inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.
Page 4 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
38 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.2 Earthwork excavation in soft rock
WORKS (PART-B)
39 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.2.1 Earth work in EXCAVATION below ground level for all kinds 20 m³ INR
WORKS (PART-B) of works in SOFT ROCK as classified in specification for a
depth upto 1.5m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.
40 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.2.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-B) of works in SOFT ROCK as classified in specification for a
depth beyond 1.5m and upto & inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.
41 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.4 Earthwork excavation by controlled blasting (Explosive/ Non-
WORKS (PART-B) explosive)
Page 5 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
42 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.4.1 Earthwork in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-B) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth of 1.5m including all related work for blasting such
as drilling, supplying, storage & charging of explosives
making necessary safety measures around the area,
chiselling and cutting to required levels, dressing & trimming
of sides, levelling & grading of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works & disposal of spoils to
spoil heaps and stacking of usable excavated materials
within a lead of 100m etc. as directed including providing
temporary support to existing structures, service lines like
water pipes, sewage pipes, electric overhead and
underground cable etc. all complete.
43 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.4.2 Earthwork in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-B) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth beyond 1.5m and upto & inclusive of 3.0m including
all related work for blasting such as drilling, supplying,
storage & charging of explosives making necessary safety
measures around the area, chiselling & cutting to required
levels, dressing & trimming of sides, levelling & grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works &
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. as directed
including providing temporary support to existing structures,
service lines like water pipes, sewage pipes, electric
overhead and underground cable etc. all complete.
Page 6 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
45 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.5.1 Earth work in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-B) of works in HARD ROCKS for a depth upto 1.5m by
CHISELLING (pneumatic or manual), wedging or any other
agreed methods (where blasting is prohibited for any reason
or as decided) including all related works, all equipments
required for chiselling, and cutting upto required levels,
dressing and trimming of sides, levelling and grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works and
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. all complete
as directed including providing temporary supports to
existing service lines like waterpipes, sewage pipes, electric
overhead and underground cables etc. all complete.
46 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.5.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-B) of works in HARD ROCKS for a depth beyond 1.5m and
upto & inclusive of 3.0m by CHISELLING (pneumatic or
manual), wedging or any other agreed methods (where
blasting is prohibited for any reason or as decided) including
all related works, all equipments required for chiselling, and
cutting upto required levels, dressing and trimming of sides,
levelling and grading of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal of spoils to spoil heaps and
stacking of usable excavated materials within a lead of
100m etc. all complete as directed including providing
temporary supports to existing service lines like waterpipes,
sewage pipes, electric overhead and underground cables
etc. all complete.
Page 7 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
51 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.7.1 BACKFILLING after execution of the WORK to proper grade 125 m³ INR
WORKS (PART-B) and level with selected materials from available excavated
soil from spoil heaps within a LEAD OF 100M, including re-
excavating the deposited soil excavated earlier, breaking
clods, laying at all depths and heights in layers of thickness
not exceeding 15 Cms. watering, rolling and ramming by
manual methods/ mechanical compactors to achieve 90%
laboratory maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.
52 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.7.2 BACKFILLING after execution of the WORK to proper grade 5 m³ INR
WORKS (PART-B) and level with selected materials from available excavated
soil from spoil heaps beyond a LEAD OF 100M AND UPTO
& INCLUSIVE OF 500M including re-excavating the
deposited soil excavated earlier, breaking clods, laying at all
depths and heights in layers of thickness not exceeding 15
Cms. watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% laboratory
maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.
55 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.10 Transporting & Disposing the SURPLUS EARTH AND
WORKS (PART-B) DEBRIS
Page 8 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
56 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.10.1 Transporting and disposing the SURPLUS EARTH AND 30 m³ INR
WORKS (PART-B) DEBRIS including shrubs and vegetations from construction
area beyond the initial LEAD OF 100M AND UPTO 1KM
including re-excavating the deposited soil excavated earlier,
transportation, loading, unloading, laying at all depths and
heights, stacking, levelling and dressing both the area (viz.
from where the earth is transported and where it is
deposited) to required levels and slopes complete with all
lifts as directed. For carting on the basis of truck
measurements (volume of truck reduced by 30% for voids).
57 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.10.5 "Transporting and disposing the SURPLUS EARTH AND 25 m³ INR
WORKS (PART-B) DEBRIS including shrubs and vegetations from construction
areas to areas ANYWHERE OUTSIDE THE PLANT
BOUNDARY, including re-excavating the deposited soil
excavated earlier, loading, transportation, unloading, laying
at all depths and heights, stacking, levelling and dressing
both the area (viz. from where the earth is transported and
where it is deposited) to required levels and slopes
complete with all lifts as directed. For carting on the basis of
truck measurements (volume of truck reduced by 30% for
voids). DISPOSAL AREAS OUTSIDE PLANT BOUNDARY
TO BE ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
"
Page 9 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
60 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.11.5 Transportation of ROCK material coming out of operation of 25 m³ INR
WORKS (PART-B) item Nos. 01CS.1.2 to 01CS.1.5 UPTO the area of disposal
ANYWHERE OUTSIDE THE PLANT BOUNDARY including
loading, unloading, laying at all depths and heights,
stacking, spreading, levelling at an area of disposal as
directed. For carting on the basis of Truck Measurements
(volume of truck reduced by 50% for voids). DISPOSAL
AREAS OUTSIDE PLANT BOUNDARY TO BE
ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
61 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
WORKS (PART-B) SPECIFICATION NO. 6-68-0004)
62 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.17 PCC - Non FIM Items
WORKS (PART-B)
63 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.17.1 Providing and laying PLAIN CEMENT CONCRETE for all 5 m³ INR
WORKS (PART-B) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete of nominal
mix 1:5:10 by mass (1 Cement: 5 Coarse Sand: 10 Crushed
Stone Aggregates/Gravels) with 40mm and down size
graded crushed stone aggregates/Gravels. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
64 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.17.8 Providing and laying PLAIN CEMENT CONCRETE for all 1 m³ INR
WORKS (PART-B) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete grade M20
with 20mm and down size graded crushed stone
aggregates/Gravels. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
65 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.18 RCC Substrutures - Non FIM Items
WORKS (PART-B)
Page 10 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
66 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.18.17 Providing and laying REINFORCED CEMENT CONCRETE 30 m³ INR
WORKS (PART-B) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals, pipe
sleepers, columns, suspended floors, staircases, landings,
steps, brackets etc., including equipment/ machine
foundations & pedestals viz. compressors, ID & FD fans,
pumps, generators, crushers, mills, etc., (including single
pour concreting as specified on the drawing), applying
cement wash on concrete surface (wherever no other
surface application is specified), providing pockets,
openings, recesses, chamfering, etc., wherever required,
vibrating, tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level in
any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE CONTRACTOR.
67 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.19 RCC Superstructures - Non FIM Items
WORKS (PART-B)
Page 11 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
68 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.19.17 Providing and laying REINFORCED CEMENT CONCRETE 1 m³ INR
WORKS (PART-B) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUPER STRUCTURE
in suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies, lintels,
girders, ducts, brackets, chajjas with drip moulds, pedestals,
posts, struts, equipment/ machine foundations, ramps etc.
(including single pour concreting as specified on the
drawing), providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating, tamping,
curing and rendering if required to give a smooth and even
surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO & INCLUSIVE
OF 20 m ABOVE PLINTH LEVEL in any shape, position,
thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
69 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.22 Precast Elements - Non FIM Items
WORKS (PART-B)
70 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.22.27 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-B) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit upto and inclusive of 1000 kg.
for all leads, levels below plinth, shapes and thickness
including all moulds, shuttering and centering, vibrating,
tamping, curing, chamfering wherever required, providing
lifting hooks, metal inserts, making holes, pockets, (only
M.S. inserts to be measured & paid separately) transporting
to site, erecting, levelling, aligning and fixing in position with
cement mortar 1:3 (Cement : 3 Coarse Sand), breaking
bricks and/ or concrete surfaces and making good the same
etc. all complete (excluding the Cost of Reinforcement) and
as directed. All materials including cement supplied by the
contractor.
Page 12 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
71 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.22.28 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-B) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit beyond 1000 kg and upto and
inclusive of 3000 kg. for all leads, levels below plinth,
shapes and thickness including all moulds, shuttering and
centering, vibrating, tamping, curing, chamfering wherever
required, providing lifting hooks, metal inserts, making
holes, pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling, aligning
and fixing in position with cement mortar 1:3 (Cement : 3
Coarse Sand), breaking bricks and/ or concrete surfaces
and making good the same etc. all complete (excluding the
Cost of Reinforcement) and as directed. All materials
including cement supplied by the contractor.
72 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.23 HYD Bars / MS Bars - Non FIM Items
WORKS (PART-B)
73 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.23.8 Supplying and placing in position HIGH YEILD-STRENGTH 5 MT INR
WORKS (PART-B) DEFORMED STEEL BARS REINFORCEMENT of Grade
Fe500D TMT conforming to IS:1786, for RCC work including
transporting the Steel, straightening, cleaning, decoiling,
cutting, bending to required shapes and lengths as per
details, binding with 18 SWG black soft annealed binding
wire at every intersection, supplying and placing with proper
cover blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete as
directed. SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.
74 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.25 Centering and Shuttering - Non FIM Items
WORKS (PART-B)
Page 13 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
75 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.25.1 Providing and fixing CENTERING AND SHUTTERING in 150 m² INR
WORKS (PART-B) foundations, footings,raft beams, slabs, pile caps, retaining
walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments, pipe
sleepers, columns, plinth beams, lintels, suspended slabs,
beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.
76 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.25.2 Providing and fixing CENTERING AND SHUTTERING in 5 m² INR
WORKS (PART-B) superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single pour
concreting, strutting, bracing, propping etc., keeping the
same in position during concreting and removal of the same
after specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.
77 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.29 Fixing Re-bars in already cast concrete - Non FIM Items
WORKS (PART-B)
78 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.29.1 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-B) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. upto 12 mm of
Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.
Page 14 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
79 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.29.2 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-B) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. 16 mm & 20 mm
of Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.
80 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3 CONCRETE FOR LIQUID RETAINING/LEAK PROOF
WORKS (PART-B) STRUCTURES (REFER SPECIFICATION NO.6-68-0005
81 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.3 RCC - Non FIM Items
WORKS (PART-B)
82 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.3.13 Providing and laying Leak Proof Reinforced Cement 10 m³ INR
WORKS (PART-B) Concrete of GRADE M-30 (minimum Cement content shall
be as per EIL Specifications) with 20 mm and down size
graded crushed stone aggregates/ gravel at all positions and
in any shape and thickness, in SUB-STRUCTURE, leaving
pockets, recesses, vibrating, tamping, curing, testing (for
leak-proofness) and rendering (if required to give smooth
and even surface) in foundations, walls , beams, buttresses,
columns, piers, slabs, tunnels, basements, storage bins,
reservoirs etc. including cement wash (if no other surface
application is specified) but excluding the cost of
Reinforcement, Shuttering and specified admixtures, all
complete as specified and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.
83 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.4 Water Proofing Comp. - Non FIM Items
WORKS (PART-B)
84 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.4.1 Supplying and mixing of approved brand of integral WATER 1 kg INR
WORKS (PART-B) PROOFING COMPOUND in cement concrete, cement
mortar etc. as per manufacturer's specifications or 1% by
weight of cement (whichever is minimum), to make it leak
proof/ water tight etc. all complete as specified and directed.
85 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.5 PVC Water bars - Non FIM Items
WORKS (PART-B)
Page 15 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
86 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.5.2 Supplying and fixing in position 230mm wide x 5mm thick 5m INR
WORKS (PART-B) approved PVC WATER STOPS as per manufacturer's
specifications in R.C.C. Structures including cutting, fixing,
jointing by vulcanising etc. all complete as shown specified
and directed.
87 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4 STRUCTURAL STEEL WORKS SPEC NO. 6-68-0006
WORKS (PART-B)
88 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.3 General Steel Works - Non FIM Items
WORKS (PART-B)
89 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.3.ME01 Supplying, transporting, storing, fabricating & erecting in 1 MT INR
WORKS (PART-B) position and testing/examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20m ABOVE HPP/ FGL,
including all built up sections/ compound sections made out
of rolled sections and/or plates/ bent plates in all types of
structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same after
erection, grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified, including preparation and
submission of detailed fabrication drawings, preparing the
surface for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron DFT)
as per EIL Specification No. 6-79-0020 (or as per Job
Specification, wherever applicable) after fabrication etc., all
complete. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.
90 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.4 Painting - Non FIM Items
WORKS (PART-B)
Page 16 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
91 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.4.8 Supplying and applying COATING (Post-erection/ Field) of 1 MT INR
WORKS (PART-B) approved quality and shade as per Sl. No. 9.2 of Table 9.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable), for steel structures
(excluding ladders, spiral stairways & hand rails) at all
location & levels, all complete as specified, for OFFSITE
(INLAND) areas considering environment classification as
INDUSTRIAL. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.(Unit rate based on Structural
steel weight).
92 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.4.11 Supplying and applying COATING (Post-erection/ Field) of 0.5 MT INR
WORKS (PART-B) approved quality and shade as per Sl. No. 8.1 of Table 8.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) for painting over the
coat of shop primer & galvanisation already applied,
including storage, surface preparation, degreasing, cleaning,
drying, providing necessary arrangement for access, testing
etc. including touching up of shop primer coat, for
LADDERS, SPIRAL STAIRWAYS & HAND RAILS at all
location & levels, all complete as specified. SUPPLY OF
ALL MATERIAL IN CONTRACTOR'S SCOPE. (Unit rate
based on weight of steel).
93 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO.
WORKS (PART-B) 6-68-0008
94 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.15 Anchor Bolts - Non FIM Items
WORKS (PART-B)
Page 17 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
95 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.15.1 Supplying, fabricating, fixing and keeping in position at all 0.1 MT INR
WORKS (PART-B) levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to required
diameter, threading, welding, providing necessary templates
and auxiliary dummy structures, if any, necessary tying and
welding with reinforcement, adjustment of shuttering &
reinforcement/any other fixture, greasing exposed metal
surfaces, covering bolts and packing the sleeves with jute
cloth etc. all complete as specified and directed.(SUPPLY
OF ALL MATERIALS IN CONTRACTOR'S SCOPE).
96 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.16 MS Metal Inserts - Non FIM Items
WORKS (PART-B)
97 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.16.1 Supplying, transporting, storing, fabricating and fixing in 1 MT INR
WORKS (PART-B) position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced Cement
concrete members inclusive of adjusting shuttering &
reinforcement/ any other fixture, welding where necessary,
tying and holding to correct level, line and position, any
auxiliary dummy structures to support the heavy inserts,
painting exposed surfaces with a coat of primer as per EIL
Specification No. 6-79-0020 (or as per Job Specification
wherever applicable), etc. all complete for all depths and
heights as specified and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).
98 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.17 GI Pipe Sleeves - Non FIM Items
WORKS (PART-B)
Page 18 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
99 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.17.1 Supplying, fabricating and fixing in position G.I. PIPE 0.1 MT INR
WORKS (PART-B) SLEEVES of all diameters including providing necessary
staging, cutting, straightening if required, bolting, welding as
required and embedding in position on both Plain and
Reinforced Cement concrete members inclusive of adjusting
shuttering & reinforcement/any other fixture, welding where
necessary, tying and holding to correct level, line and
position, any auxiliary dummy structures to support heavy
sleeves etc. all complete for all depths and heights as
specified and directed.
100 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.18 MS Chequered Plates - Non FIM Items
WORKS (PART-B)
101 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.18.1 Supplying, fabricating and erecting in position at all levels 0.1 MT INR
WORKS (PART-B) and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening if
required, making the edges smooth, removing the burrs,
fixing, welding, preparation and submission of fabrication
drawings and preparing the surfaces for painting and
applying shop primer as per EIL Specification No. 6-79-0020
(or Job Specification, wherever applicable) after fabrication
etc. all complete as specified and directed. (SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE).
102 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.19 MS Grating Cat. A,B - Non FIM Items
WORKS (PART-B)
103 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.19.6 Supplying, fabricating and erecting in position at all levels 1.5 MT INR
WORKS (PART-B) and locations ELECTROFORGED GALVANISED GRATING
(purchased from approved manufacturer by the Contractor)
conforming to EIL Standard No. 7-68-0697 (in walkways,
platforms, stair treads etc.) and EIL Standard No. 7-65-0206
(in catch basins, drains, etc.) including cutting to required
size, shape, making holes, notches, openings of required
size, nosing, straightening if required, making the edges
smooth, removing the burrs, fixing with manufacturer's
supplied galvanised clamps, preparation and submission of
fabrication drawings, all complete as specified and directed
(SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).
104 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.22 MS Rungs - Non FIM Items
WORKS (PART-B)
Page 19 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
105 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.22.1 Supplying, fabricating, fixing and keeping in position M.S. 1 kg INR
WORKS (PART-B) RUNGS in R.C.C. works at all depths and heights including
handling, transporting the steel to site workshop and site of
work, straightening, if required, cutting, bending to shape,
necessary tying and welding with reinforcement, adjustment
of shuttering, cleaning, surface preparation, shop primer as
per EIL Spec. 6-79-0020 (or Job Specification, wherever
applicable) and two coats of anticorrosive paint of approved
quality on the exposed portion of rungs etc. all complete as
specified and directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
106 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.23 Hand Railing 1000mm - Non FIM Items
WORKS (PART-B)
107 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.23.ME01 Supplying, fabricating and fixing in position at all locations 15 metre INR
WORKS (PART-B) 1000mm high INCLINED HAND RAILING (for staircases)
consisting of top rail, mid rail and vertical posts (Maximum
spacing 1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, bolting, grouting
with ordinary grout, cleaning, surface preparation, hot-dip
galvanising (80-85 micron as per IS:4759, IS:2629, IS:
4736, IS:2633), shop primer (1 coat of P6 of 40 micron) as
per Sl. No. 8.1 of Table 8.0 of EIL SPEC. 6-79-0020 (or as
per Job Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings) (SUPPLY
OF ALLMATERIALS IN CONTRACTOR'S SCOPE).
(Complete handrail work shall be measured as length of top
rail only and not length of each element fixed).
Page 20 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
108 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.23.ME02 "Supplying, fabricating and fixing in position at all locations 50 metre INR
WORKS (PART-B) 1000mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and
directed. Inter Connection of rail and post shall be pre fab
built up screwed / clamped connection(Kee
clamps/structural pipe fitting/tube fittings) (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).
109 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.24 Hand Railing 500mm - Non FIM Items
WORKS (PART-B)
Page 21 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
110 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.24.ME01 Supplying, fabricating and fixing in position at all locations 5 metre INR
WORKS (PART-B) 500mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings)(SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).
111 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.25 Mechanical Anchor fastners - Non FIM Items
WORKS (PART-B)
112 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.25.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 12mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
Page 22 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
113 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.25.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
114 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.25.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
115 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.26 Chemical Anchor Fastner
WORKS (PART-B)
Page 23 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
116 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.26.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
12mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size, testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
117 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.26.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
16mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
Page 24 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
118 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.26.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
20mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
119 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.7 BRICK MASONRY (REFER SPECIFICATION NO.6-68-
WORKS (PART-B) 0009)
120 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.7.9 CLASS 5.0 at all depths -Non FIM Items
WORKS (PART-B)
121 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.7.9.1 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-B) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all depths below plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
Page 25 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
122 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.7.9.2 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-B) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all heights above plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
123 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10 DEMOLISHING AND DISMANTLING (REFER SPEC NO. 6-
WORKS (PART-B) 68-0012)
124 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.1 Brickwork - Non FIM Items
WORKS (PART-B)
125 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.1.1 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-B) precautions) for all depths below plinth level including supply
of all tools and tackles, necessary scaffolding, propping,
underpinning, cleaning and stacking of serviceable material,
disposal of unserviceable material to spoil heaps anywhere
within the plant boundary, all complete as specified and
directed. (Excavation & backfilling shall be paid separately
under relevant items).
126 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.1.2 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-B) precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material to
spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
127 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.2 RCC - Non FIM Items
WORKS (PART-B)
Page 26 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
128 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.2.1 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-B) precautions) for all depths below plinth level including supply
of all tools & tackles, necessary scaffolding, propping,
underpinning etc., cutting, straightening, scraping and
cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation & backfilling shall be
paid separately under relevant items).
129 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.2.2 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-B) precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening, scraping
and cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed.
130 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.2.3 Chipping of RCC WORK (taking all necessary safety 1 m² INR
WORKS (PART-B) precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc., cutting,
lapping/welding of reinforcement bars as per drawings,
disposal of the unserviceable material to spoil heaps
anywhere within the plant boundary, all complete at all
heights and depths, as specified and directed. (Excavation
and backfilling shall be paid separately under relevant
items).
131 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.4 PCC _ Non FIM Items
WORKS (PART-B)
132 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.4.1 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-B) necessary safety precautions) for all depths below plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items)
Page 27 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
133 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.4.2 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-B) necessary safety precautions) for all heights above plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
134 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.6 Steelwork - Non FIM Items
WORKS (PART-B)
135 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.6.1 Dismantling bolted/rivetted/welded STRUCTURAL STEEL 1 MT INR
WORKS (PART-B) WORK of all descriptions (taking all necessary safety
precautions), including supply of all tools and tackles,
consumables, necessary scaffolding etc., providing
temporary bracings as required, cutting (by flame or saw)
gusset plates, bolts, nuts, weldings etc., transporting and
stacking of the serviceable materials, cleaning the site of
work of all unserviceable materials for disposal to spoil
heaps anywhere within the plant boundary, all complete at
all depths and heights, as specified and directed.
136 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11 MISCELLANEOUS ITEMS (REFER SPECIFICATION NO. 6-
WORKS (PART-B) 68-0013)
137 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.6 Sand Filling - Non FIM Items
WORKS (PART-B)
138 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.6.1 Supplying and filling approved SAND of specified quality 25 m³ INR
WORKS (PART-B) under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand, royalties,
transportation to site for all leads and lifts, including loading,
unloading, spreading in layers of loose thickness not
exceeding 150 mm, watering, ramming, compacting with
mechanical compactors and/or other equipment to the
specified levels to achieve 85% relative density as per
IS:2720 Part XIV, including preparation of subgrade to the
required slope, providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge. The rates
shall be inclusive of the cost of all labour, material,
equipments etc. all complete .
139 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.7 DPC - Non FIM Items
WORKS (PART-B)
Page 28 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
140 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.7.1 Providing and laying 40mm thick DAMP PROOF COURSE 1 m² INR
WORKS (PART-B) with plain cement concrete of nominal mix of 1:1.5:3 with
10mm & down size graded crushed stone aggregates in two
layers of 20mm thick with two coats of hot bitumen (Grade
A90/S90 conforming to IS:73) applied @ 1.7 Kg/sq.m. over
each layer as per specifications including cleaning, watering
the top surface of walls, centering, shuttering, placing,
tamping, curing, sprinkling an even layer of dry & sharp
sand over the hot bitumen etc. all complete as specified and
directed.
141 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.9 Dressing - Non FIM Items
WORKS (PART-B)
142 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.9.1 Dressing and trimming all around the completed 2 m³ INR
WORKS (PART-B) buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
143 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.10 BI-POLAR CONCRETE PENETRATING CORROSION
WORKS (PART-B) INHIBITING ADMIXTURE
144 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.10.1 Supplying and mixing of approved brand of BI-POLAR 100 kg INR
WORKS (PART-B) CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE (confirming to EIL Specification No. 6-68-
0017) in concrete as per manufacturer's specification for
protection of reinforcement against corrosion. Supply of
admixture in Contractor's scope.
145 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.14 BONDING FRESH CONCRETE TO OLD CONCRETE BY
WORKS (PART-B) EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
146 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.14.1 Epoxy Resin - non FIM Items
WORKS (PART-B)
147 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.14.1.1 Providing and applying approved EPOXY RESIN (prepared 2 kg INR
WORKS (PART-B) as per manufacturer's recommendation) for bonding of fresh
concrete to old concrete in all types of structure at all depths
and heights including cleaning of concrete surface,
removing of all loose concrete pieces, making rough by
chiselling, taking off the skin of concrete, application of
Epoxy Resin System by spraying, necessary working
platforms, props, scaffolding and other safety measures,
removal of same after completion etc. all complete as
specified and directed. (Excavation, backfilling, removal of
surplus earth, keeping pit dry by pumping/bailing subsoil
water shall be paid separately under relevant items).
Page 29 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
Page 30 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
157 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1 Installation of Casing pipe & CS Conduit for OFC (Including/
WORKS (PART-B) Excluding supply of casing pipe as defined in below & refer
SOW for further details) by jacking/ boring or open cut for
rail, road, drain, nala or canal crossings wherever required
(as defined in SOW) (including 500µm of Epoxy coating on
Casing Pipes, vent & drain pipes and CS Conduit as
required) in all types of soil and terrain separately for carrier
pipes and fiber optic cable/cable conduit, supply of all other
Contractor supplied materials viz. casing insulators and
casing end seals, materials for casing vents and drain
assemblies etc., including transportation, supply of all other
materials, equipment, consumables, man-power, welding
including visual inspection of all weld joints, installation of
casing insulators, end seals, vents and drain- off pipes,
backfilling and restoration as original of the facility crossed
and performing all works as per drawings, scope of work,
specifications, standards and instructions of Engineer-in-
Charge and provisions of Contract document.
158 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1.1V3 Scope of Work Supply & Installation of CS Conduit Pipe 400 m INR
WORKS (PART-B) OD 168.3 mm Material Grade API 5L Gr. B/ IS 3589
Grade Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Open Cut Thickness 6.40 mm
159 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1.1V7 Scope of Work Supply & Installation of CS Conduit Pipe 1200 m INR
WORKS (PART-B) OD 168.3 mm Material Grade API 5L Gr. B/ IS 3589
Grade Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 6.40 mm
160 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1.1V19 Scope of Work Supply & Installation of Casing Pipe Pipe 1200 m INR
WORKS (PART-B) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 8.74 mm
161 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1.1V20 Scope of Work Supply & Installation of Casing Pipe Pipe 400 m INR
WORKS (PART-B) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing Open
Cut Thickness 8.74 mm
162 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12 PERMANENT MARKERS
WORKS (PART-B)
Page 31 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
163 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1 Supply, fabrication and installation of following types of
WORKS (PART-B) permanent markers along the route including all associated
civil works such as excavation in all types of soil,
construction of pedestals and grouting with concrete,
clearing, supply and application of approved color & text and
quality of primer and paint, stencil letter cutting for numbers,
direction, chainage etc., restoration of area to original
condition and performing all works as per drawings, scope
of work, specifications, standards and instructions of
Engineer-in-Charge.
164 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V1 Type of Marker Aerial Marker 20 nos INR
WORKS (PART-B)
165 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V2 Type of Marker Direction Marker 110 nos INR
WORKS (PART-B)
166 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V3 Type of Marker Kilometer Marker 100 nos INR
WORKS (PART-B)
167 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V4 Type of Marker Navigable Waterway Marker 10 nos INR
WORKS (PART-B)
168 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V5 Type of Marker Pipeline Warning Marker 100 nos INR
WORKS (PART-B)
169 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V6 Type of Marker ROU Boundary Marker 420 nos INR
WORKS (PART-B)
170 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15 REPAIR OF DEFECTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-B)
171 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1 Repair of defects in Pipes/ Line Pipes
WORKS (PART-B)
Repair of defects in pipes/ line pipes (by Cutting and re-
beveling including NDT of re-beveled area or by Jack out) of
all thicknesses and external coating noted at the time of
taking delivery by Contractor, including performing all works
as per specifications, scope of work, standards and
directions of Engineer-In-Charge, supply of all repair
material and inspection.
172 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.1V7 Type of Repair by Cutting and re-beveling including NDT 10 nos INR
WORKS (PART-B) (for dent exceeding 3mm in depth) Pipe OD 406.4 mm
173 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.1V8 Type of Repair by Jack out for dents in bevels (for dent 10 nos INR
WORKS (PART-B) between 1 mm and 3 mm in depth) Pipe OD 406.4 mm
Page 32 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
174 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.2 Repair of Holiday/ Cosmetic defects in Coating
WORKS (PART-B)
Supply of all coating repair materials as per the
requirements of the relevant specifications, supply of all
consumables, utilities, equipment, and all manpower
required, pipe cleaning and surface preparation, repairing of
coating defects (resulting in holiday in coating) and testing
including all handling, transportation, etc. for line pipes,
performing all works necessary for the completion of the
works strictly in accordance with the relevant specifications
and instructions of Engineer-in-Charge. This rate shall be
applicable per sq. cm of the exposed steel area and/ or
damaged coating area, as applicable.
175 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V1 Type of Repair Repair of Cosmetic defects Type of 100 SCM INR
WORKS (PART-B) Coating 3LPE
176 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V2 Type of Repair Repair of Holiday Type of Coating 3LPE 500 SCM INR
WORKS (PART-B)
177 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-B)
178 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16.1 Repair of Leaks/ Bursts in Pipeline
WORKS (PART-B)
All works for locating any major leak/burst (occurred during
hydrostatic testing) or any minor leak by sectionalizing or
any other methods which cannot be located by visual
means, including necessary repairing/ replacing defective
pipe length, including cutting and removing out defective
pipes, transportation, pretesting of replacement pipe and
welding into mainline, NDT of welds and re-beveled area,
repair and re-testing of defective welds, coating/ painting of
welded joints, clean-up, retesting the pipeline/ pipe segment
including providing all necessary equipment, labour,
materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.
Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.
179 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16.1.1V11 Type of Leak Major Leak (detected by visual method) 3 nos INR
WORKS (PART-B) Pipe OD 406.4 mm
Page 33 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
180 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16.1.1V18 Type of Leak Minor Leak (detected by sectionalizing) 3 nos INR
WORKS (PART-B) Pipe OD 406.4 mm
181 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16.2 Repair of Leak/ Burst in Terminal Piping 15 Inch Mtr INR
WORKS (PART-B)
All works for repair of leak/burst (occurred during hydrostatic
testing) by necessary repairing/ replacing defective pipes/
fittings/ flanges etc., including cutting and removing out
defective items, transportation, welding, NDT of welds and
re-beveled area, repair and re-testing of defective welds,
coating/ painting of welded joints, clean-up, retesting the
pipe segment including providing all necessary equipment,
labour, materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.
Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.
182 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17 IDLE TIME PRESERVATION WORKS
WORKS (PART-B)
183 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1 Idle time preservation of Pipeline and Associated facilities:
WORKS (PART-B)
Preservation of complete pipeline and associated facilities
and its maintenance by filling and pressurizing with nitrogen
including supply and maintenance of nitrogen or by filling
and pressurizing with corrosion inhibited water including
supply and maintenance of water with regular dosing of
inhibitor to maintain the effectiveness of the inhibitor water
(along with disposal of corrosion inhibited water at a proper/
suitable location, after due preservation works) and supply
of all consumables, all equipment, man- power, etc.,
complete as per the requirements of specifications, scope of
work, standards, other provisions of Contract document and
instructions of Engineer-in- Charge as per following details:
184 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V22 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 3 to 6 Month
185 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V24 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 6 to 9 Month
Page 34 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
186 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V25 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 9 to 12 Month
187 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V39 Type of Preservation By Filling Corrosion Inhibited Water 95450 metre INR
WORKS (PART-B) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period Up to
3 Month
188 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V46 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 12 to 18 Month
189 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V47 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 18 to 24 Month
190 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V48 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period Up to 3 Month
191 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V49 Type of Preservation By Filling Corrosion Inhibited Water 95450 metre INR
WORKS (PART-B) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period 3 to 6
Month
192 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22 PIPING WORKS IN DESPATCH/ RECEIPT/
WORKS (PART-B) INTERMEDIATE PUMPING/ COMPRESSOR/
INTERMEDIATE PIGGING/ SV/ SIV/ BLOCK VALVE/ TAP
OFF STATIONS
193 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2 INSTALLATION OF VALVES/FLOW METERS/
WORKS (PART-B) STRAINERS/ SCRAPER TRAPS/ EQUIPMENT/ SKIDS
Page 35 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
194 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2.1 Receiving and taking over of all Owner supplied/ Free
WORKS (PART-B) Issued materials, equipment including skids from Owner's
designated place(s) of issue, transportation including
loading, unloading, handling from Owner's designated
place(s) of issue to Contractor's owned/ hired stock yard(s)/
work site(s)/ work shop(s) including arranging all necessary
intermediate storage area(s) thereof, as required; supply of
all materials, equipment, consumables as defined in
Contractor's scope of supply and its transportation to the
work site(s);installation of valves, flow meters, strainers,
scraper traps including QOEC, equipment, skids etc., supply
and fixing of gaskets, stud bolts, nuts of all sizes including
torque tightening as applicable, leveling, aligning,
installation and assembly of accessories, including
accessories for actuators, making electrical/ pneumatic
connections for such actuators, if any, by bolting/threading
or welding of pipes at all elevations, hook up works with
others facilities as necessary as per P&ID, testing,
completing all works in all respects as per drawings, scope
of work, specifications, standards, other provisions of
Contract and directions of the Engineer-in-Charge. For all
Instrumentation items, details/ specifications/ datasheets
are covered elsewhere in the tender document.
195 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V13 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-B) Item Type Scraper Launcher Major Barrel 508 mm
Minor Barrel 406.4 mm Rating 600#
196 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V14 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-B) Item Type Scraper Receiver Major Barrel 559 mm
Minor Barrel 406.4 mm Rating 600#
197 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2.1.5V89 Installation of Valve (Ball/ Plug/ Gate/ Globe/ Check/ 4 nos INR
WORKS (PART-B) PCV/FCV/SDV/Butterfly) as below: Installation Above
Ground End Type Butt Welded Operation Actuated
(MOV) Size 406.4 mm Rating 600#
198 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4 PAINTING WORKS
WORKS (PART-B)
Page 36 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
199 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1 Supply of paints, solvents and primers, preparation of
WORKS (PART-B) surfaces and application of primer and finish paints suitable
for highly corrosive/corrosive/ normal corrosive painting
environment for above ground piping including valves &
fittings as defined in contract document and as per standard
specification for Surface preparation and protective coating,
identification, lettering/ numbering, colour coding etc. as
specified including rub down and touch up of shop primer or
scrapping of shop primer wherever required and providing of
scaffolding for all heights, labour, materials, tools and
tackles, consumables, supervision etc. to complete the work
in all respect as per Standard/ Job Specification, Drawings,
Standards and instruction of Engineer-in-Charge. All works
shall be done as per details below
200 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V8 Pipe OD 33.4 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
201 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V9 Pipe OD 48.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
202 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V10 Pipe OD 60.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
203 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V11 Pipe OD 114.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
204 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V17 Pipe OD 60.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
205 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V18 Pipe OD 114.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
206 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V22 Pipe OD 26.7 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
207 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V23 Pipe OD 406.4 mm Painting Environment Industrial 150 m INR
WORKS (PART-B)
208 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V27 Pipe OD 33.4 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
209 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V28 Pipe OD 26.7 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
210 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V29 Pipe OD 48.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
211 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V30 Pipe OD 406.4 mm Painting Environment Industrial 150 m INR
WORKS (PART-B) Marine
212 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24 SUPPLY OF ASSORTED PIPES
WORKS (PART-B)
Page 37 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
213 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of pipes as per EIL
Specification No. 6-44-0051 (Technical notes for Pipes) & its
addendum (if any), PMS & any other information forming the
tender document as per the following details:
214 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24.1.1V9 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-B) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 48.3 mm Wall thickness (mm) / Schedule XS
215 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24.1.1V10 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-B) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 33.4 mm Wall thickness (mm) / Schedule XS
216 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24.1.1V11 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-B) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 26.7 mm Wall thickness (mm) / Schedule S160
219 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V5 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-B) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 48.3 mm Wall thickness (mm)/ Schedule XS
Page 38 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
220 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V6 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-B) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 33.4 mm Wall thickness (mm)/ Schedule XS
221 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V7 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-B) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 26.7 mm Wall thickness (mm)/ Schedule S160
222 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V233 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-B) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 26.7
mm Wall thickness (mm)/ Schedule S160
223 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V234 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-B) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD
323.9 mm Wall thickness (mm)/ Schedule STD
224 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V235 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-B) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 48.3
mm Wall thickness (mm)/ Schedule XS
227 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V64 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 10 nos INR
WORKS (PART-B) Standard MSS SP97 Material ASTM A 105 OD1
114.3 mm Wall thickness (mm)/ Schedule 1 NA OD2
26.7 mm Wall thickness (mm)/ Schedule 2 NA
Page 39 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
228 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V187 Type HALF COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
229 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V194 Type FULL COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
230 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V200 Type HALF COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
231 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V214 Type FULL COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
232 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V220 Type ELBOW 90 DEG Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 4.55
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
233 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V222 Type CONCENTRIC SWAGE Ends/ Rating Socket 10 nos INR
WORKS (PART-B) Welded / 6000# Standard BS-3799 Material ASTM A
105 (CHARPY) OD1 26.7 mm Wall thickness (mm)/
Schedule 1 NA OD2 26.7 mm Wall thickness (mm)/
Schedule 2 NA
234 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V229 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 10 nos INR
WORKS (PART-B) Standard MSS SP97 Material ASTM A 105 OD1 26.7
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA
235 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V230 Type SOCKOLET Ends/ Rating Socket Welded / 3000# 10 nos INR
WORKS (PART-B) Standard MSS SP97 Material ASTM A 105 OD1 33.4
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA
Page 40 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
237 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.27.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of valves (including
commissioning spares (as applicable)) as per EIL
Specification No. 6-71-0014 (Specification for Ball Valves), 6-
71-0016 (Specification for Plug Valves), 6-71-0017
(Specification for Check Valves), 6-44-0052 (Technical
notes for valves) & their addendum (if any), Job
Specifications, Datasheets, VMS, PMS & any other
information forming the tender document, as per the
following details
238 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.27.1.1V47 Type Gate Valve Ends Socket Welded Standard API 20 nos INR
WORKS (PART-B) 602 Rating 800# Operation Manual Installation
Above Ground Size 26.7 mm Datasheet No. B414-000-
83-41-DS-0080
239 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.27.1.1V48 Type Gate Valve Ends Socket Welded Standard API 10 nos INR
WORKS (PART-B) 602 Rating 800# Operation Manual Installation
Above Ground Size 33.4 mm Datasheet No. B414-000-
83-41-DS-0080
240 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36 SUPPLY OF GASKETS
WORKS (PART-B)
241 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Gaskets as per
EIL Specification no. 6-44-0056 (Technical Notes for
Gaskets), PMS & any other information forming part of the
tender document, as per the following details:
242 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V3 Type Spiral Wound Standard ASME B 16.5 & ASME B 20 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
33.4 mm Rating 600#
243 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V4 Type Spiral Wound Standard ASME B 16.5 & ASME B 74 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
60.3 mm Rating 600#
244 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V5 Type Spiral Wound Standard ASME B 16.5 & ASME B 24 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
114.3 mm Rating 600#
Page 41 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
245 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V17 Type Spiral Wound Standard ASME B 16.5 & ASME B 4 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL + Internal
Ring Size 48.3 mm Rating 300#
246 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V28 Type Spiral Wound Standard ASME B 16.5 & ASME B 8 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
406.4 mm Rating 600#
247 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37 SUPPLY OF FASTENERS
WORKS (PART-B)
248 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Fasteners as per
EIL Specification no. 6-44-0057 (Technical Notes for
Fasteners), ASME B 18.2, PMS & any other information
forming part of the tender document, as per the following
details:
249 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V38 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 240 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
3.50 Inch
250 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V39 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 240 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
4.25 Inch
251 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V40 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 144 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.875 Inch Bolt Length
5.75 Inch
252 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V41 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 96 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.250 Inch Bolt Length
10.00 Inch
253 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V42 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 144 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.500 Inch Bolt Length
11.50 Inch
254 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.47 HYDRAULIC BOLT TENSIONING
WORKS (PART-B)
Page 42 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
255 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.47.1 Carrying out tensioning of bolted joints on all types of piping
WORKS (PART-B) as per specification (EIL Specification no. 6-76-0002 or any
other job specification, as included in tender document)
including supply of all materials, recording devices,
instruments etc.; providing all specialized equipment,
skilled/ unskilled man power, specialist, supervisory staff
and completing the work in all respects as per scope of
work, specifications, provisions of Contract document and
instructions of engineer-in-charge for following details
256 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.47.1.1V8 Joint Size 323.9 mm Rating 600# 6 nos INR
WORKS (PART-B)
257 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.47.1.1V27 Joint Size 406.4 mm Rating 600# 6 nos INR
WORKS (PART-B)
258 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.50 SUPPLY & INSTALLATION OF PIPE SLEEVE FOR
WORKS (PART-B) PIPING UNDER ROAD/ DYKES
259 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.50.1 Supply & Installation of pipe sleeve by open cut for road/
WORKS (PART-B) dyke crossings wherever required in all type of soils inside
the terminal/ stations as per standard no. 7-44-0404. Sleeve
thickness & size shall be as per standard no. 7-44-0404.
260 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.50.1.1V6 Pipe OD 406.4 mm 50 m INR
WORKS (PART-B)
261 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.51 TRANSPORTATION OF SURPLUS ITEMS TO OWNER'S
WORKS (PART-B) DESIGNATED STORAGE YARD/ DUMPSITE (AFTER
COMPLETION OF INSTALLATION WORKS)
262 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.51.1 Loading, transportation including all works necessary for
WORKS (PART-B) transportation, loading, unloading, handling, stacking etc. of
all surplus piping/ pipeline material from Contractor’s
storage yard/ worksite/ temporary storage facility including
arrangement of all handling equipment such as trailers,
trucks, cranes etc, carrying out inspection of surplus
material & recording of pipe & coating defects & any other
defects in the surplus material at the time of handing over in
the presence of Company's representative at Owner
designated storage yard/ dump site & as per the Scope of
work, other provisions of the Contract and instructions of
Engineer-in-Charge.
263 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.51.1.1V4 Approximate Distance of transport 150 km 2 MT INR
WORKS (PART-B)
Page 43 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
264 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME60 INSTALLATION OF STEEL PIPELINE IN UNRESTRICTED
WORKS (PART-B) ROU
The works shall include, but not limited to, the following:
Page 44 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
266 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME60.02 Scope of Work Installation of Pipeline (Line Pipe Free 2600 m INR
WORKS (PART-B) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7.92 mm
267 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME60.03 Scope of Work Installation of Pipeline (Line Pipe Free 3210 m INR
WORKS (PART-B) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 11.91 mm
268 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME61 BACKFILLING WITH SELECT SOIL
WORKS (PART-B)
Unit rate over and above item no. 01PP.ME60 for supply of
specified and approved quality of sand (for station
approaches) or approved quality of cohesion-less soil as
backfill material like graded sand, morrum, silty sand etc.
(for seismic zones along pipeline route) including supply of
sand or approved quality of backfill material like graded
sand /other types of soil etc. in place of available excavated
material and/ or other suitable soil as per applicable
standards/ specifications, including backfilling of excavated
trench for specified length after laying of pipeline and optical
fiber cables/ cable conduit, including transportation of
backfill material over all distances and disposal of surplus
excavated soil. All work shall be executed as per following
details:
269 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME61.01 Type of Backfill Station Approach Pipe OD 406.4 mm 500 m INR
WORKS (PART-B) Distance of Transport Within 25km
270 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME61.02 Type of Backfill Station Approach Pipe OD 406.4 mm 500 m INR
WORKS (PART-B) Distance of Transport Beyond 25km
Page 45 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
271 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME63 ANTI-BUOYANCY MEASURES FOR PIPELINE
WORKS (PART-B) (CONTINUOUS CONCRETE WEIGHT COATING)
Unit rate for additional work over and above item no.
01PP.ME60 for supply of all consumables and materials and
application of continuous concrete weight coating on pipes
of all wall thicknesses except weld joints as mentioned
below and/or supply of all consumables and materials in all
areas of work except waterbody crossings covered
separately, and performing all works as per scope of work,
specifications, standards and instructions of Engineer-in-
Charge and other provisions of Contract document. All work
shall be executed as per following details:
272 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME63.01 Type of Protection Concrete Weight Coating Pipe OD 1680 m INR
WORKS (PART-B) 406.4 mm Pipe Wall Thickness 7 mm Concrete Weight
Thickness 65 mm
273 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME63.02 Type of Protection Concrete Weight Coating Pipe OD 1040 m INR
WORKS (PART-B) 406.4 mm Pipe Wall Thickness 7.92 mm Concrete
Weight Thickness 60 mm
274 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME63.03 Type of Protection Concrete Weight Coating Pipe OD 30 m INR
WORKS (PART-B) 406.4 mm Pipe Wall Thickness 11.91 mm Concrete
Weight Thickness 35 mm
275 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME64 ANTI-BUOYANCY MEASURES FOR PIPELINE (GEO-
WORKS (PART-B) TEXTILE BAGS)
Unit rate for additional work over and above item no.
01PP.ME60 for design, manufacture and supply of non-
biodegradable geo-textile bags (made of polypropylene
fabric) materials and installation of geotextile bags duly filled
with gravel/stone ballast on pipelines of all wall thickness for
anti-buoyancy as mentioned below and/or supply of all
consumables and materials in all areas of work except
waterbody crossings covered separately, including carrying
out the necessary weight calculations of geo-textile bags &
getting the same approved from the Owner and performing
all works as per scope of work, specifications, standards
and instructions of Engineer-in-Charge and other provisions
of Contract document. All work shall be executed as per
following details:
276 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME64.01 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 200 m INR
WORKS (PART-B) Pipe Wall Thickness 7 mm
277 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME64.02 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 200 m INR
WORKS (PART-B) Pipe Wall Thickness 7.92 mm
Page 46 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
278 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME64.03 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 30 m INR
WORKS (PART-B) Pipe Wall Thickness 11.91 mm
279 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME65 SOIL STABILIZATION
WORKS (PART-B)
Unit rate for additional works over and above item no.
01PP.ME60 for supply, fabrication and installation for
protection and stabilization of banks of water crossings or
stabilization of soil in hilly areas including supply of all
materials, equipment, consumables, manpower and
performing works as per drawings, scope of work,
specifications, standards and any additional provision
specific to job requirements as per instructions of Engineer-
in-Charge and provisions of Contract. All work shall be
executed as per following details:
280 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME65.01 Works Related to Bank Stabilization 500 sqm INR
WORKS (PART-B)
281 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME65.02 Works Related to Slope Stabilization 100 sqm INR
WORKS (PART-B)
282 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-B) ASSISTANCE FOR PIPELINES
283 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.01 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Dewatering Pipe OD 406.4 mm
284 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.02 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Drying Pipe OD 406.4 mm
Page 47 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
285 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.03 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Swabbing Pipe OD 406.4 mm
286 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.04 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Inertisation by Nitrogen Pipe OD 406.4 mm
287 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.05 Commissioning Assistance: All works for Commissioning 95450 m INR
WORKS (PART-B) assistance as per details below: Pipe OD 406.4 mm
288 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME67 DIGITIZATION OF PIPELINE CONSTRUCTION ACTIVITY
WORKS (PART-B)
Supply of qualified manpower (at least 2 nos. personnel per
construction spread) having knowledge of pipeline laying
and associated activities for entering all the construction
data/ reports pertaining to various pipeline construction
activities such as route survey, backfilling, OFC/ OFC duct
laying, various crossings, HDDs, hydrotesting, WPS, PQR
etc., in the Owner’s digitization software (software owned by
the Owner) using hardware supplied by the Owner as free
issue, updating of all construction progress exclusively
through the software in digital form on a daily basis without
exception, final submission of all the construction activities
related data in Owner owned ArcGIS based software for
generating digital reports of the entire gamut of pipeline
construction activities from beginning of site work to end of
commissioning including obtaining of prior approval from the
Consultant/ Engineer-In-Charge after daily verification of the
data, arrangement of the required number of high speed
internet connections (preferably 4G/ 5G or equivalent
speeds) including payment of internet charges till the
completion of the digitization activity, procurement of
hardware such as modems/ SIMs etc., needed to maintain
the internet connections and returning the free issued IT
assets/ hardware back to the Owner without any damage/
loss whatsoever including all works as per applicable
standards/ specifications/ provisions of the tender document
& as per the instructions of the Engineer-In-charge.
NOTES:
Page 48 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
290 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME68 FABRICATION, ERECTION, INSTALLATION AND
WORKS (PART-B) TESTING OF SECTIONALIZING VALVE (SV) STATION,
STATION BLOCK VALVE (SBV) & ASSOCIATED PIPING
Page 49 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
291 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME68.01 Installation of SV inside valve pit (design & construction of 2 nos INR
WORKS (PART-B) valve pits for SVs not in the scope of this tender) including
all branch connections as applicable, all associated piping
including all associated flanges, fittings & fasteners etc., all
impulse piping, valves of all sizes, mounting of instruments
etc. complete as per the P&ID and GAD of SV Stations and
as per the scope of work, applicable conditions of this
tender & as per the instructions of the Engineer-In-Charge.
NOTE:
292 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME68.02 Installation of SBV inside valve pit (design & construction of 2 nos INR
WORKS (PART-B) valve pits for SBVs not in the scope of this tender) all
associated flanges, fittings & fasteners & complete in all
respects as per applicable P&ID(s) and GAD(s) and as per
the scope of work, applicable conditions of this tender & as
per the instructions of the Engineer-In-Charge.
NOTE:
Page 50 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
293 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME69 PIPE SUPPORT WORKS
WORKS (PART-B)
Supply of all materials required for fabrication of pipe
supports & special supports including supply of bolts, nuts,
washers, U Clamps, Wooden Blocks, Teflon Pads, SS
Plates (as required) etc. as mentioned in the drawing/
standards and as defined in scope of work document,
fabrication and erection of pipe/ equipment supports (for all
sizes/ thickness) including shoes, pipes, cradles, turn
buckles, T-posts for all types of guides, anchors, special
supports, reinforcement pads for all types of supports
including full encirclement supports, for cold/hot insulated
pipes etc. if applicable, all necessary equipment,
consumables, labour etc. for completing all works, supply
and application of paints and primers suitable for painting
environment as defined in contract document and as per
standard specification for Surface preparation and protective
coating and completing the work as per drawings, scope of
work, specifications, standards, other provisions of Contract
and instruction of Engineer-in-Charge.
294 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME69.01 CS Structural Steel 1 MT INR
WORKS (PART-B)
Page 51 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
295 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME70 DRONE PHOTOGRAPHY/ VIDEOGRAPHY
WORKS (PART-B)
Carrying out periodic Drone Photography/ Videography or
engaging a suitable agency to carry out Drone Photography/
Videography with date & time stamp and geo tags as per
the applicable specification/ standards for the same for the
entire pipeline section, covering all construction activities
consisting before construction and after construction
footages/ photographs including obtaining required
approvals from agencies having jurisdiction to fly the
drones, transmitting the live video feed to BPCL officers at
designated locations/ regional offices, keeping records/
archives of the photography/ videography, submission of the
same after completion of the job etc. The scope of supply of
this item shall include supply of the required camera
equipped DGCA registered drone(s) with valid UIN(s), all
required manpower with valid Remote Pilot Certificate(s)
issued by DGCA to fly the drone(s), all hardware, software &
IT assets required, all spares required for operation &
maintenance of the drone(s) etc. Repair of any damage to
the drone or replacement of the drone in the event of loss/
complete damage shall be done by the Contractor/ agency
engaged by the Contractor without any cost or time
implication to the Client whatsoever.
NOTE:
296 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME70.01 Drone photography/ videography of all pipeline laying & 1 Lumpsu INR
WORKS (PART-B) related construction activities. m
Page 52 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
297 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME71 PHYSICAL MODEL OF THE PIPELINE
WORKS (PART-B)
Supply of 1 no. fully assembled physical model of the entire
pipeline (including all parts of the pipeline) displaying all the
major pipeline features such as DT, RT, IPs, SVs, major
crossings, state boundaries etc. with the required lighting,
transparent glass/ epoxy display case, transportation and
placement of the model at the required location at
Krishnapatnam DT as per the instructions of the Engineer-in-
Charge.
NOTE:
Page 53 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
298 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72 INSTALLATION OF PIPELINE BY TRENCHLESS
WORKS (PART-B) TECHNIQUE (USING HORIZONTAL DIRECTIONAL
DRILLING)
Page 54 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
299 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.01 Scope of Work Installation of Pipeline (Line Pipe Free 250 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Addanki
Branch Canal Chainage of Crossing 213.22669 km Pipe
Wall Thickness 11.91 mm
NOTES:
Page 55 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
300 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.02 Scope of Work Installation of Pipeline (Line Pipe Free 100 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name South Central
Railway (from Vinukonda to Guntur) Chainage of Crossing
226.61659 km Pipe Wall Thickness 11.91 mm
NOTES:
Page 56 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
301 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.03 Scope of Work Installation of Pipeline (Line Pipe Free 150 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Normal Strata (Soft Soil/
Sand/ Clay/ Silty Sand/ Silty Clay etc.) Crossing Name
NH-16 (from Chennai to Baharagora) Chainage of
Crossing 139.28636 km Pipe Wall Thickness 11.91 mm
NOTES:
Page 57 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
302 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.04 Scope of Work Installation of Pipeline (Line Pipe Free 1000 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Normal Strata (Soft Soil/
Sand/ Clay/ Silty Sand/ Silty Clay etc.) Crossing Name
SH-34 (From Kurnool to Ongole) Chainage of Crossing
156.13521 km Pipe Wall Thickness 11.91 mm
NOTES:
Page 58 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
303 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.05 Scope of Work Installation of Pipeline (Line Pipe Free 100 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name SH-374 (from
Talluru to Velampalli (NH-16)) Chainage of Crossing
173.09895 km Pipe Wall Thickness 11.91 mm
NOTES:
Page 59 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
304 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.06 Scope of Work Installation of Pipeline (Line Pipe Free 1m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name SH-50 ( from
Kurnool to Narasaraopet) Chainage of Crossing 225.12909
km Pipe Wall Thickness 11.91 mm
NOTES:
Page 60 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
305 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.07 Scope of Work Installation of Pipeline (Line Pipe Free 1000 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Any
unspecified crossing (Water body, NH, SH, Other roads,
Railway etc.) Type of Soil/Strata Any type of soil strata
Crossing Name Unlisted Crossing Chainage of Crossing
Any km Pipe Wall Thickness 11.91 mm
NOTES:
Page 61 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
306 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-B) ASSISTANCE FOR PIPELINES
307 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.01 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Dewatering Pipe OD 406.4 mm
308 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.02 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Drying Pipe OD 406.4 mm
309 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.03 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Swabbing Pipe OD 406.4 mm
310 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.04 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Inertisation by Nitrogen Pipe OD 406.4 mm
311 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.05 Commissioning Assistance: All works for Commissioning 95450 m INR
WORKS (PART-B) assistance as per details below: Pipe OD 406.4 mm
Page 62 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
312 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74 RADIOGRAPHY-SAFE RADIATION TECHNOLOGY
WORKS (PART-B)
Radiography using safe radiation technology (Se-75 source)
Performance of radiographic inspection on pipeline/ piping
(as applicable) of all types & thickness including providing or
hiring of all necessary equipment and whatever else even
though not expressly mentioned but required to perform the
work as per requirements specified in the Piping Scope of
Work, Safe radiography specifications and by instructions of
Engineer in-charge by using Se-75 source based
radiographic system enclosed in a lead chamber unit so that
radiography can be taken at erection site with minimum
cordon off distance. Radiographs shall be submitted to the
Engineer in-charge. (Repeat Radiography due to defective
radiograph on repaired joints due to Contractor's fault and
for additional radiography necessitated due to poor
performance of contractor's welder shall be done at
contractor's cost)
NOTE:
313 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-B)
314 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.01.01 OD 406.4 mm (NB 16 Inch) 9530 nos INR
WORKS (PART-B)
315 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-B)
316 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.02.01 OD 60.3 mm (NB 2 Inch) 48 nos INR
WORKS (PART-B)
317 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.02.02 OD 114.3 mm (NB 4 Inch) 80 nos INR
WORKS (PART-B)
318 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.02.04 OD 406.4 mm (NB 16 Inch) 4 nos INR
WORKS (PART-B)
Page 63 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
NOTE:
320 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-B)
321 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.01.01 OD 406.4 mm (NB 16 Inch) 4765 nos INR
WORKS (PART-B)
322 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-B)
323 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.02.01 OD 60.3 mm (NB 2 Inch) 24 nos INR
WORKS (PART-B)
324 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.02.02 OD 114.3 mm (NB 4 Inch) 40 nos INR
WORKS (PART-B)
325 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.02.03 OD 406.4 mm (NB 16 Inch) 2 nos INR
WORKS (PART-B)
326 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76 FABRICATION OF LR BENDS
WORKS (PART-B)
Transportation of Company supplied free issue or
Contractor procured bare line pipes (as detailed
subsequently) to fabrication shop, fabrication of long radius
bends, transportation of fabricated LR bends to coating
plant (if required), factory application of 3LPE/ PU coating of
all LR bends at the coating plant, testing and transportation
of complete & factory coated LR bends to
worksite(s)/workshop(s) including loading, unloading and
handling as per Scope of work and other provisions of the
Contract as per the following details.
Page 64 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
327 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.01 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 50 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
328 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.02 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 30 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
329 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.03 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 15 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
330 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.04 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 6 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
331 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.05 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 3 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
332 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.06 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 2 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
BASIC SUB TOTAL 0.00
BASIC TOTAL 0.00
OVERALL REBATE %
FINAL AMOUNT (EXCL GST) 0.00
GST@18% 0.00
FINAL AMOUNT (INCL GST) 0.00
Page 65 of 65
Notes:
1 Bidder shall furnish CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY THE BIDDER) to be imported in the above Format.
2 Bidder to consider import tax credit of IGST available at their end (in case of import of raw materials/components) in their quoted prices.
3 Merit rate of custom duty shall be applicable.
Page 1 of 1
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
1C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM METALLIC MATERIALS AND CORROSION
Geometry Pigging
2C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0 Magnetic Cleaning and Electronic Geometry Pigging
Geometry Pigging
3C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.1 Mobilisation/ Demobilisation of pigging tools, tackles, 1 Lumpsu INR
Geometry Pigging consumables, accessories and personnel by Contractor at m
work site including but not limited to magnet pigs, electronic
geometry pigs and pig tracking device, temporary launcher
and receiver as per Specification and other provision of the
bid document including supply of material, equipment,
manpower, etc. as required for geometry inspection and
magnet cleaning in accordance with the EIL Specification
B414-000-06-41-EGP-0001:
A) Mobilisation
B) Demobilisation
NOTE: Lumpsum charge is applicable for Mobilization and
Demobilization charge only, and not for the entire Magnetic
Cleaning and EGP charge.
4C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.2 Magnetic Cleaning: 76322 m INR
Geometry Pigging Running of adequate no. of Magnet Pigs for pipeline
including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report as per Specification and
provisions of the bid document.
5C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.3 Electronic Geometry Pigging: 76322 m INR
Geometry Pigging Running of adequate no. of Electronic Geometry Pig
(Caliper) including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report on pipeline, data
analysis at Contractors facility as per Specification and
provisions of the bid document.
6C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.4 Defect Verification: 1 each INR
Geometry Pigging Defect verification at a max. of 3 locations for each segment
inspected including supply of all tools, tackles, instruments,
personnel and their transportation, all earth work, repair of
pipeline coating wherever exposed, backfilling, work
complete in all respect as per direction of engineer-in-
charge.
NOTE: Unit EACH signifies each segment of the pipeline.
7C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.5 Final Report: 1 Lumpsu INR
Geometry Pigging Preparation of final work report as per agreed format and m
submission to Client / Client's Consultant in total of 4
copies.
8C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT CATHODIC PROTECTION
WORKS (PART-C)
Page 1 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
11 C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT.MB3 SPECIAL TOOLS FOR CP & ROU MAINTENANCE
WORKS (PART-C)
12 C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT.MB3.1 Holiday Detector 1 nos INR
WORKS (PART-C)
13 C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT.MB3.2 Pipeline Defect Mappers including features of pipeline 2 nos INR
WORKS (PART-C) locator CAT instrument
14 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II INSTRUMENTATION
WORKS (PART-C)
15 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000 TELECOMMUNICATION WORKS
WORKS (PART-C)
16 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6 OPTICAL FIBRE CABLE INSTALLATION
WORKS (PART-C)
17 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.1 Submission of OFC alignment sheets, as-built drawings and 1 Lumpsu INR
WORKS (PART-C) all documentation in accordance with the specifications. m
18 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.MC01 Supply of Jointing closures with 4 entry ports, jointing 44 nos INR
WORKS (PART-C) chamber materials and any other items required for jointing
of 24 Fibres OFC (Fusion splicing only) with sleeve
protectors, Factory acceptance testing, storage, and
transportation to site, loading, unloading, jointing of OFC all
complete as per specifications provided in the bid document
and direction of CLIENT/CONSULTANT.
19 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.MC02 Supply and installation of Jointing Pit, including sand, OFC 44 nos INR
WORKS (PART-C) joint identification marker including GPS coordinates, back
filling as required etc. all complete
20 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.7 Supply and installation of Electronic marker system
WORKS (PART-C) consisting of:
21 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.7.1 Electronic Marker 152 nos INR
WORKS (PART-C)
22 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.7.2 Marker locator 1 nos INR
WORKS (PART-C)
23 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.8 Site acceptance Testing of the laid OFC, all complete as per 1 Lumpsu INR
WORKS (PART-C) specification and direction of CLIENT/CONSULTANT. m
Page 2 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
24 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.15 Supply of Permanently lubricated HDPE conduit for
WORKS (PART-C) following sizes in required length of pressure rating 6
kgf/cm2 to be laid in pipeline trench or in separate trench
directly or inside CS conduit including FAT, storage,
transportation to site, loading, unloading etc. all complete
25 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.15.1V2 Duct with nominal diameter 40 mm 151000 m INR
WORKS (PART-C)
26 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.16 Laying, Testing and commissioning of the following sizes of
WORKS (PART-C) HDPE duct/pipe of pressure rating 6 kgf/cm2, including
supply of clamps, small iron structures, spacers, and duct
accessories like push-fit couplers, bends and elbows, end
plugs, simple plugs, sonic heads, etc, and including small
civil works, cleaning with compressed air, calibrating, testing
for air tightness, sealing of ends, including all labour and
materials, as per directions of the Engineer-in-Charge.
27 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.16.1V2 Duct with nominal diameter 40 mm 151000 m INR
WORKS (PART-C)
28 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.MC04 Supply, handling, transportation to site, installation, testing 4 nos INR
WORKS (PART-C) and commissioning of 48 Ports Wall Mount Fibre
Termination Closure (FTC) with SC connectors suitable for
2 numbers of 24 Fibres OFC Cable (18 x G.652 & 6 x G.655
) including pigtails, Splice protection sleeve, splice tray and
splicing the cables with pigtails, Cable glands, termination of
OFC, including supply & installation of loop box (separate
for each OFC), including all labour and materials all
complete suitable for 2 nos. of 24 Fibres OFC (In/Out) with
spare
29 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.MC03 Installation & laying of OFC in pipeline trench through 147000 m INR
WORKS (PART-C) HDPE/CS conduit by blowing method, trenching and
excavation as required, padding, backfilling, restoration of
land & other constructions, as applicable to original
conditions etc. including supply and installation of Blowing
Pits, supply and use of all materials required like sand,
couplers, end plugs etc. all complete
30 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.19 Installation & laying of OFC in separate trench directly or 400 m INR
WORKS (PART-C) through HDPE/CS conduit by blowing method, trenching
and excavation as required, padding, backfilling, restoration
of land & other constructions, as applicable to original
conditions etc., including supply and use of all materials
required like warning mats, couplers, end plugs etc. all
complete
Page 3 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
31 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.21 Installation and Laying of OFC through permanently 3500 m INR
WORKS (PART-C) lubricated HDPE conduit (which is sub-ducted in CS
conduit) including supply and use of all materials required
like couplers, end plug etc. all complete as per the job
specification (Supply & Installation of CS Conduit are
covered in the Pipeline laying Section of the tender)
32 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.23 Supply & installation of OFC route marker (Metallic Marker) 40 nos INR
WORKS (PART-C) on the Optical Fibre Cable laying route inside the terminals
as per specifications and direction of
CLIENT/CONSULTANT.
33 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS STRUCTURAL
WORKS (PART-C)
34 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1 EARTH WORK (REFER SPECIFICATION NO. 6-68-0003)
WORKS (PART-C)
35 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.1 Earthwork excavation in soil
WORKS (PART-C)
36 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.1.1 Earth work in EXCAVATION below ground level for all kinds 35 m³ INR
WORKS (PART-C) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
upto 1.5m including removal of vegetation, shrubs and
debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.
37 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.1.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-C) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
beyond 1.5m and upto and inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.
Page 4 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
38 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.2 Earthwork excavation in soft rock
WORKS (PART-C)
39 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.2.1 Earth work in EXCAVATION below ground level for all kinds 20 m³ INR
WORKS (PART-C) of works in SOFT ROCK as classified in specification for a
depth upto 1.5m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.
40 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.2.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-C) of works in SOFT ROCK as classified in specification for a
depth beyond 1.5m and upto & inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.
41 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.4 Earthwork excavation by controlled blasting (Explosive/ Non-
WORKS (PART-C) explosive)
Page 5 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
42 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.4.1 Earthwork in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-C) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth of 1.5m including all related work for blasting such
as drilling, supplying, storage & charging of explosives
making necessary safety measures around the area,
chiselling and cutting to required levels, dressing & trimming
of sides, levelling & grading of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works & disposal of spoils to
spoil heaps and stacking of usable excavated materials
within a lead of 100m etc. as directed including providing
temporary support to existing structures, service lines like
water pipes, sewage pipes, electric overhead and
underground cable etc. all complete.
43 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.4.2 Earthwork in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-C) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth beyond 1.5m and upto & inclusive of 3.0m including
all related work for blasting such as drilling, supplying,
storage & charging of explosives making necessary safety
measures around the area, chiselling & cutting to required
levels, dressing & trimming of sides, levelling & grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works &
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. as directed
including providing temporary support to existing structures,
service lines like water pipes, sewage pipes, electric
overhead and underground cable etc. all complete.
Page 6 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
45 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.5.1 Earth work in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-C) of works in HARD ROCKS for a depth upto 1.5m by
CHISELLING (pneumatic or manual), wedging or any other
agreed methods (where blasting is prohibited for any reason
or as decided) including all related works, all equipments
required for chiselling, and cutting upto required levels,
dressing and trimming of sides, levelling and grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works and
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. all complete
as directed including providing temporary supports to
existing service lines like waterpipes, sewage pipes, electric
overhead and underground cables etc. all complete.
46 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.5.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-C) of works in HARD ROCKS for a depth beyond 1.5m and
upto & inclusive of 3.0m by CHISELLING (pneumatic or
manual), wedging or any other agreed methods (where
blasting is prohibited for any reason or as decided) including
all related works, all equipments required for chiselling, and
cutting upto required levels, dressing and trimming of sides,
levelling and grading of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal of spoils to spoil heaps and
stacking of usable excavated materials within a lead of
100m etc. all complete as directed including providing
temporary supports to existing service lines like waterpipes,
sewage pipes, electric overhead and underground cables
etc. all complete.
Page 7 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
51 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.7.1 BACKFILLING after execution of the WORK to proper grade 100 m³ INR
WORKS (PART-C) and level with selected materials from available excavated
soil from spoil heaps within a LEAD OF 100M, including re-
excavating the deposited soil excavated earlier, breaking
clods, laying at all depths and heights in layers of thickness
not exceeding 15 Cms. watering, rolling and ramming by
manual methods/ mechanical compactors to achieve 90%
laboratory maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.
52 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.7.2 BACKFILLING after execution of the WORK to proper grade 5 m³ INR
WORKS (PART-C) and level with selected materials from available excavated
soil from spoil heaps beyond a LEAD OF 100M AND UPTO
& INCLUSIVE OF 500M including re-excavating the
deposited soil excavated earlier, breaking clods, laying at all
depths and heights in layers of thickness not exceeding 15
Cms. watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% laboratory
maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.
55 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.10 Transporting & Disposing the SURPLUS EARTH AND
WORKS (PART-C) DEBRIS
Page 8 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
56 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.10.1 Transporting and disposing the SURPLUS EARTH AND 20 m³ INR
WORKS (PART-C) DEBRIS including shrubs and vegetations from construction
area beyond the initial LEAD OF 100M AND UPTO 1KM
including re-excavating the deposited soil excavated earlier,
transportation, loading, unloading, laying at all depths and
heights, stacking, levelling and dressing both the area (viz.
from where the earth is transported and where it is
deposited) to required levels and slopes complete with all
lifts as directed. For carting on the basis of truck
measurements (volume of truck reduced by 30% for voids).
57 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.10.5 "Transporting and disposing the SURPLUS EARTH AND 20 m³ INR
WORKS (PART-C) DEBRIS including shrubs and vegetations from construction
areas to areas ANYWHERE OUTSIDE THE PLANT
BOUNDARY, including re-excavating the deposited soil
excavated earlier, loading, transportation, unloading, laying
at all depths and heights, stacking, levelling and dressing
both the area (viz. from where the earth is transported and
where it is deposited) to required levels and slopes
complete with all lifts as directed. For carting on the basis of
truck measurements (volume of truck reduced by 30% for
voids). DISPOSAL AREAS OUTSIDE PLANT BOUNDARY
TO BE ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
"
Page 9 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
60 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.11.5 Transportation of ROCK material coming out of operation of 25 m³ INR
WORKS (PART-C) item Nos. 01CS.1.2 to 01CS.1.5 UPTO the area of disposal
ANYWHERE OUTSIDE THE PLANT BOUNDARY including
loading, unloading, laying at all depths and heights,
stacking, spreading, levelling at an area of disposal as
directed. For carting on the basis of Truck Measurements
(volume of truck reduced by 50% for voids). DISPOSAL
AREAS OUTSIDE PLANT BOUNDARY TO BE
ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
61 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
WORKS (PART-C) SPECIFICATION NO. 6-68-0004)
62 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.17 PCC - Non FIM Items
WORKS (PART-C)
63 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.17.1 Providing and laying PLAIN CEMENT CONCRETE for all 5 m³ INR
WORKS (PART-C) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete of nominal
mix 1:5:10 by mass (1 Cement: 5 Coarse Sand: 10 Crushed
Stone Aggregates/Gravels) with 40mm and down size
graded crushed stone aggregates/Gravels. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
64 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.17.8 Providing and laying PLAIN CEMENT CONCRETE for all 1 m³ INR
WORKS (PART-C) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete grade M20
with 20mm and down size graded crushed stone
aggregates/Gravels. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
65 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.18 RCC Substrutures - Non FIM Items
WORKS (PART-C)
Page 10 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
66 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.18.17 Providing and laying REINFORCED CEMENT CONCRETE 25 m³ INR
WORKS (PART-C) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals, pipe
sleepers, columns, suspended floors, staircases, landings,
steps, brackets etc., including equipment/ machine
foundations & pedestals viz. compressors, ID & FD fans,
pumps, generators, crushers, mills, etc., (including single
pour concreting as specified on the drawing), applying
cement wash on concrete surface (wherever no other
surface application is specified), providing pockets,
openings, recesses, chamfering, etc., wherever required,
vibrating, tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level in
any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE CONTRACTOR.
67 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.19 RCC Superstructures - Non FIM Items
WORKS (PART-C)
Page 11 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
68 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.19.17 Providing and laying REINFORCED CEMENT CONCRETE 1 m³ INR
WORKS (PART-C) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUPER STRUCTURE
in suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies, lintels,
girders, ducts, brackets, chajjas with drip moulds, pedestals,
posts, struts, equipment/ machine foundations, ramps etc.
(including single pour concreting as specified on the
drawing), providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating, tamping,
curing and rendering if required to give a smooth and even
surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO & INCLUSIVE
OF 20 m ABOVE PLINTH LEVEL in any shape, position,
thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
69 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.22 Precast Elements - Non FIM Items
WORKS (PART-C)
70 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.22.27 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-C) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit upto and inclusive of 1000 kg.
for all leads, levels below plinth, shapes and thickness
including all moulds, shuttering and centering, vibrating,
tamping, curing, chamfering wherever required, providing
lifting hooks, metal inserts, making holes, pockets, (only
M.S. inserts to be measured & paid separately) transporting
to site, erecting, levelling, aligning and fixing in position with
cement mortar 1:3 (Cement : 3 Coarse Sand), breaking
bricks and/ or concrete surfaces and making good the same
etc. all complete (excluding the Cost of Reinforcement) and
as directed. All materials including cement supplied by the
contractor.
Page 12 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
71 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.22.28 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-C) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit beyond 1000 kg and upto and
inclusive of 3000 kg. for all leads, levels below plinth,
shapes and thickness including all moulds, shuttering and
centering, vibrating, tamping, curing, chamfering wherever
required, providing lifting hooks, metal inserts, making
holes, pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling, aligning
and fixing in position with cement mortar 1:3 (Cement : 3
Coarse Sand), breaking bricks and/ or concrete surfaces
and making good the same etc. all complete (excluding the
Cost of Reinforcement) and as directed. All materials
including cement supplied by the contractor.
72 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.23 HYD Bars / MS Bars - Non FIM Items
WORKS (PART-C)
73 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.23.8 Supplying and placing in position HIGH YEILD-STRENGTH 3 MT INR
WORKS (PART-C) DEFORMED STEEL BARS REINFORCEMENT of Grade
Fe500D TMT conforming to IS:1786, for RCC work including
transporting the Steel, straightening, cleaning, decoiling,
cutting, bending to required shapes and lengths as per
details, binding with 18 SWG black soft annealed binding
wire at every intersection, supplying and placing with proper
cover blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete as
directed. SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.
74 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.25 Centering and Shuttering - Non FIM Items
WORKS (PART-C)
Page 13 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
75 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.25.1 Providing and fixing CENTERING AND SHUTTERING in 75 m² INR
WORKS (PART-C) foundations, footings,raft beams, slabs, pile caps, retaining
walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments, pipe
sleepers, columns, plinth beams, lintels, suspended slabs,
beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.
76 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.25.2 Providing and fixing CENTERING AND SHUTTERING in 5 m² INR
WORKS (PART-C) superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single pour
concreting, strutting, bracing, propping etc., keeping the
same in position during concreting and removal of the same
after specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.
77 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.29 Fixing Re-bars in already cast concrete - Non FIM Items
WORKS (PART-C)
78 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.29.1 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-C) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. upto 12 mm of
Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.
Page 14 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
79 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.29.2 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-C) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. 16 mm & 20 mm
of Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.
80 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3 CONCRETE FOR LIQUID RETAINING/LEAK PROOF
WORKS (PART-C) STRUCTURES (REFER SPECIFICATION NO.6-68-0005
81 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.3 RCC - Non FIM Items
WORKS (PART-C)
82 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.3.13 Providing and laying Leak Proof Reinforced Cement 10 m³ INR
WORKS (PART-C) Concrete of GRADE M-30 (minimum Cement content shall
be as per EIL Specifications) with 20 mm and down size
graded crushed stone aggregates/ gravel at all positions and
in any shape and thickness, in SUB-STRUCTURE, leaving
pockets, recesses, vibrating, tamping, curing, testing (for
leak-proofness) and rendering (if required to give smooth
and even surface) in foundations, walls , beams, buttresses,
columns, piers, slabs, tunnels, basements, storage bins,
reservoirs etc. including cement wash (if no other surface
application is specified) but excluding the cost of
Reinforcement, Shuttering and specified admixtures, all
complete as specified and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.
83 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.4 Water Proofing Comp. - Non FIM Items
WORKS (PART-C)
84 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.4.1 Supplying and mixing of approved brand of integral WATER 1 kg INR
WORKS (PART-C) PROOFING COMPOUND in cement concrete, cement
mortar etc. as per manufacturer's specifications or 1% by
weight of cement (whichever is minimum), to make it leak
proof/ water tight etc. all complete as specified and directed.
85 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.5 PVC Water bars - Non FIM Items
WORKS (PART-C)
Page 15 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
86 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.5.2 Supplying and fixing in position 230mm wide x 5mm thick 5m INR
WORKS (PART-C) approved PVC WATER STOPS as per manufacturer's
specifications in R.C.C. Structures including cutting, fixing,
jointing by vulcanising etc. all complete as shown specified
and directed.
87 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4 STRUCTURAL STEEL WORKS SPEC NO. 6-68-0006
WORKS (PART-C)
88 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.3 General Steel Works - Non FIM Items
WORKS (PART-C)
89 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.3.MF01 Supplying, transporting, storing, fabricating & erecting in 1 MT INR
WORKS (PART-C) position and testing/examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20m ABOVE HPP/ FGL,
including all built up sections/ compound sections made out
of rolled sections and/or plates/ bent plates in all types of
structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same after
erection, grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified, including preparation and
submission of detailed fabrication drawings, preparing the
surface for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron DFT)
as per EIL Specification No. 6-79-0020 (or as per Job
Specification, wherever applicable) after fabrication etc., all
complete. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.
90 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.4 Painting - Non FIM Items
WORKS (PART-C)
Page 16 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
91 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.4.8 Supplying and applying COATING (Post-erection/ Field) of 1 MT INR
WORKS (PART-C) approved quality and shade as per Sl. No. 9.2 of Table 9.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable), for steel structures
(excluding ladders, spiral stairways & hand rails) at all
location & levels, all complete as specified, for OFFSITE
(INLAND) areas considering environment classification as
INDUSTRIAL. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.(Unit rate based on Structural
steel weight).
92 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.4.11 Supplying and applying COATING (Post-erection/ Field) of 0.5 MT INR
WORKS (PART-C) approved quality and shade as per Sl. No. 8.1 of Table 8.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) for painting over the
coat of shop primer & galvanisation already applied,
including storage, surface preparation, degreasing, cleaning,
drying, providing necessary arrangement for access, testing
etc. including touching up of shop primer coat, for
LADDERS, SPIRAL STAIRWAYS & HAND RAILS at all
location & levels, all complete as specified. SUPPLY OF
ALL MATERIAL IN CONTRACTOR'S SCOPE. (Unit rate
based on weight of steel).
93 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO.
WORKS (PART-C) 6-68-0008
94 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.15 Anchor Bolts - Non FIM Items
WORKS (PART-C)
Page 17 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
95 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.15.1 Supplying, fabricating, fixing and keeping in position at all 0.1 MT INR
WORKS (PART-C) levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to required
diameter, threading, welding, providing necessary templates
and auxiliary dummy structures, if any, necessary tying and
welding with reinforcement, adjustment of shuttering &
reinforcement/any other fixture, greasing exposed metal
surfaces, covering bolts and packing the sleeves with jute
cloth etc. all complete as specified and directed.(SUPPLY
OF ALL MATERIALS IN CONTRACTOR'S SCOPE).
96 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.16 MS Metal Inserts - Non FIM Items
WORKS (PART-C)
97 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.16.1 Supplying, transporting, storing, fabricating and fixing in 1 MT INR
WORKS (PART-C) position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced Cement
concrete members inclusive of adjusting shuttering &
reinforcement/ any other fixture, welding where necessary,
tying and holding to correct level, line and position, any
auxiliary dummy structures to support the heavy inserts,
painting exposed surfaces with a coat of primer as per EIL
Specification No. 6-79-0020 (or as per Job Specification
wherever applicable), etc. all complete for all depths and
heights as specified and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).
98 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.17 GI Pipe Sleeves - Non FIM Items
WORKS (PART-C)
Page 18 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
99 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.17.1 Supplying, fabricating and fixing in position G.I. PIPE 0.1 MT INR
WORKS (PART-C) SLEEVES of all diameters including providing necessary
staging, cutting, straightening if required, bolting, welding as
required and embedding in position on both Plain and
Reinforced Cement concrete members inclusive of adjusting
shuttering & reinforcement/any other fixture, welding where
necessary, tying and holding to correct level, line and
position, any auxiliary dummy structures to support heavy
sleeves etc. all complete for all depths and heights as
specified and directed.
100 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.18 MS Chequered Plates - Non FIM Items
WORKS (PART-C)
101 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.18.1 Supplying, fabricating and erecting in position at all levels 0.1 MT INR
WORKS (PART-C) and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening if
required, making the edges smooth, removing the burrs,
fixing, welding, preparation and submission of fabrication
drawings and preparing the surfaces for painting and
applying shop primer as per EIL Specification No. 6-79-0020
(or Job Specification, wherever applicable) after fabrication
etc. all complete as specified and directed. (SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE).
102 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.19 MS Grating Cat. A,B - Non FIM Items
WORKS (PART-C)
103 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.19.6 Supplying, fabricating and erecting in position at all levels 1.5 MT INR
WORKS (PART-C) and locations ELECTROFORGED GALVANISED GRATING
(purchased from approved manufacturer by the Contractor)
conforming to EIL Standard No. 7-68-0697 (in walkways,
platforms, stair treads etc.) and EIL Standard No. 7-65-0206
(in catch basins, drains, etc.) including cutting to required
size, shape, making holes, notches, openings of required
size, nosing, straightening if required, making the edges
smooth, removing the burrs, fixing with manufacturer's
supplied galvanised clamps, preparation and submission of
fabrication drawings, all complete as specified and directed
(SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).
104 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.22 MS Rungs - Non FIM Items
WORKS (PART-C)
Page 19 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
105 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.22.1 Supplying, fabricating, fixing and keeping in position M.S. 1 kg INR
WORKS (PART-C) RUNGS in R.C.C. works at all depths and heights including
handling, transporting the steel to site workshop and site of
work, straightening, if required, cutting, bending to shape,
necessary tying and welding with reinforcement, adjustment
of shuttering, cleaning, surface preparation, shop primer as
per EIL Spec. 6-79-0020 (or Job Specification, wherever
applicable) and two coats of anticorrosive paint of approved
quality on the exposed portion of rungs etc. all complete as
specified and directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
106 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.23 Hand Railing 1000mm - Non FIM Items
WORKS (PART-C)
107 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.23.ME01 Supplying, fabricating and fixing in position at all locations 15 metre INR
WORKS (PART-C) 1000mm high INCLINED HAND RAILING (for staircases)
consisting of top rail, mid rail and vertical posts (Maximum
spacing 1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, bolting, grouting
with ordinary grout, cleaning, surface preparation, hot-dip
galvanising (80-85 micron as per IS:4759, IS:2629, IS:
4736, IS:2633), shop primer (1 coat of P6 of 40 micron) as
per Sl. No. 8.1 of Table 8.0 of EIL SPEC. 6-79-0020 (or as
per Job Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed.Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings) (SUPPLY
OF ALLMATERIALS IN CONTRACTOR'S SCOPE).
(Complete handrail work shall be measured as length of top
rail only and not length of each element fixed).
Page 20 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
108 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.23.ME02 "Supplying, fabricating and fixing in position at all locations 50 metre INR
WORKS (PART-C) 1000mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and
directed. Inter Connection of rail and post shall be pre fab
built up screwed / clamped connection(Kee
clamps/structural pipe fitting/tube fittings) (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).
109 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.24 Hand Railing 500mm - Non FIM Items
WORKS (PART-C)
Page 21 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
110 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.24.ME01 Supplying, fabricating and fixing in position at all locations 5 metre INR
WORKS (PART-C) 500mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings)(SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).
111 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.25 Mechanical Anchor fastners - Non FIM Items
WORKS (PART-C)
112 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.25.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 12mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
Page 22 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
113 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.25.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
114 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.25.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
115 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.26 Chemical Anchor Fastner
WORKS (PART-C)
Page 23 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
116 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.26.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
12mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size, testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
117 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.26.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
16mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
Page 24 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
118 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.26.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
20mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
119 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.7 BRICK MASONRY (REFER SPECIFICATION NO.6-68-
WORKS (PART-C) 0009)
120 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.7.9 CLASS 5.0 at all depths -Non FIM Items
WORKS (PART-C)
121 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.7.9.1 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-C) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all depths below plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
Page 25 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
122 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.7.9.2 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-C) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all heights above plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
123 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10 DEMOLISHING AND DISMANTLING (REFER SPEC NO. 6-
WORKS (PART-C) 68-0012)
124 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.1 Brickwork - Non FIM Items
WORKS (PART-C)
125 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.1.1 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-C) precautions) for all depths below plinth level including supply
of all tools and tackles, necessary scaffolding, propping,
underpinning, cleaning and stacking of serviceable material,
disposal of unserviceable material to spoil heaps anywhere
within the plant boundary, all complete as specified and
directed. (Excavation & backfilling shall be paid separately
under relevant items).
126 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.1.2 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-C) precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material to
spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
127 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.2 RCC - Non FIM Items
WORKS (PART-C)
Page 26 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
128 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.2.1 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-C) precautions) for all depths below plinth level including supply
of all tools & tackles, necessary scaffolding, propping,
underpinning etc., cutting, straightening, scraping and
cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation & backfilling shall be
paid separately under relevant items).
129 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.2.2 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-C) precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening, scraping
and cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed.
130 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.2.3 Chipping of RCC WORK (taking all necessary safety 1 m² INR
WORKS (PART-C) precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc., cutting,
lapping/welding of reinforcement bars as per drawings,
disposal of the unserviceable material to spoil heaps
anywhere within the plant boundary, all complete at all
heights and depths, as specified and directed. (Excavation
and backfilling shall be paid separately under relevant
items).
131 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.4 PCC _ Non FIM Items
WORKS (PART-C)
132 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.4.1 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-C) necessary safety precautions) for all depths below plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items)
Page 27 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
133 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.4.2 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-C) necessary safety precautions) for all heights above plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
134 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.6 Steelwork - Non FIM Items
WORKS (PART-C)
135 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.6.1 Dismantling bolted/rivetted/welded STRUCTURAL STEEL 1 MT INR
WORKS (PART-C) WORK of all descriptions (taking all necessary safety
precautions), including supply of all tools and tackles,
consumables, necessary scaffolding etc., providing
temporary bracings as required, cutting (by flame or saw)
gusset plates, bolts, nuts, weldings etc., transporting and
stacking of the serviceable materials, cleaning the site of
work of all unserviceable materials for disposal to spoil
heaps anywhere within the plant boundary, all complete at
all depths and heights, as specified and directed.
136 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11 MISCELLANEOUS ITEMS (REFER SPECIFICATION NO. 6-
WORKS (PART-C) 68-0013)
137 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.6 Sand Filling - Non FIM Items
WORKS (PART-C)
138 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.6.1 Supplying and filling approved SAND of specified quality 25 m³ INR
WORKS (PART-C) under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand, royalties,
transportation to site for all leads and lifts, including loading,
unloading, spreading in layers of loose thickness not
exceeding 150 mm, watering, ramming, compacting with
mechanical compactors and/or other equipment to the
specified levels to achieve 85% relative density as per
IS:2720 Part XIV, including preparation of subgrade to the
required slope, providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge. The rates
shall be inclusive of the cost of all labour, material,
equipments etc. all complete .
139 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.7 DPC - Non FIM Items
WORKS (PART-C)
Page 28 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
140 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.7.1 Providing and laying 40mm thick DAMP PROOF COURSE 1 m² INR
WORKS (PART-C) with plain cement concrete of nominal mix of 1:1.5:3 with
10mm & down size graded crushed stone aggregates in two
layers of 20mm thick with two coats of hot bitumen (Grade
A90/S90 conforming to IS:73) applied @ 1.7 Kg/sq.m. over
each layer as per specifications including cleaning, watering
the top surface of walls, centering, shuttering, placing,
tamping, curing, sprinkling an even layer of dry & sharp
sand over the hot bitumen etc. all complete as specified and
directed.
141 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.9 Dressing - Non FIM Items
WORKS (PART-C)
142 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.9.1 Dressing and trimming all around the completed 2 m³ INR
WORKS (PART-C) buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
143 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.10 BI-POLAR CONCRETE PENETRATING CORROSION
WORKS (PART-C) INHIBITING ADMIXTURE
144 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.10.1 Supplying and mixing of approved brand of BI-POLAR 100 kg INR
WORKS (PART-C) CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE (confirming to EIL Specification No. 6-68-
0017) in concrete as per manufacturer's specification for
protection of reinforcement against corrosion. Supply of
admixture in Contractor's scope.
145 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.14 BONDING FRESH CONCRETE TO OLD CONCRETE BY
WORKS (PART-C) EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
146 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.14.1 Epoxy Resin - non FIM Items
WORKS (PART-C)
147 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.14.1.1 Providing and applying approved EPOXY RESIN (prepared 2 kg INR
WORKS (PART-C) as per manufacturer's recommendation) for bonding of fresh
concrete to old concrete in all types of structure at all depths
and heights including cleaning of concrete surface,
removing of all loose concrete pieces, making rough by
chiselling, taking off the skin of concrete, application of
Epoxy Resin System by spraying, necessary working
platforms, props, scaffolding and other safety measures,
removal of same after completion etc. all complete as
specified and directed. (Excavation, backfilling, removal of
surplus earth, keeping pit dry by pumping/bailing subsoil
water shall be paid separately under relevant items).
Page 29 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
Page 30 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
157 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1 Installation of Casing pipe & CS Conduit for OFC (Including/
WORKS (PART-C) Excluding supply of casing pipe as defined in below & refer
SOW for further details) by jacking/ boring or open cut for
rail, road, drain, nala or canal crossings wherever required
(as defined in SOW) (including 500µm of Epoxy coating on
Casing Pipes, vent & drain pipes and CS Conduit as
required) in all types of soil and terrain separately for carrier
pipes and fiber optic cable/cable conduit, supply of all other
Contractor supplied materials viz. casing insulators and
casing end seals, materials for casing vents and drain
assemblies etc., including transportation, supply of all other
materials, equipment, consumables, man-power, welding
including visual inspection of all weld joints, installation of
casing insulators, end seals, vents and drain- off pipes,
backfilling and restoration as original of the facility crossed
and performing all works as per drawings, scope of work,
specifications, standards and instructions of Engineer-in-
Charge and provisions of Contract document.
158 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1.1V19 Scope of Work Supply & Installation of Casing Pipe Pipe 1100 m INR
WORKS (PART-C) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 8.74 mm
159 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1.1V20 Scope of Work Supply & Installation of Casing Pipe Pipe 300 m INR
WORKS (PART-C) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing Open
Cut Thickness 8.74 mm
160 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1.1V27 Scope of Work Supply & Installation of CS Conduit Pipe 1100 m INR
WORKS (PART-C) OD 168.3 mm Material Grade API 5L Gr. B/ IS 1239
Method of Crossing Jacking/Boring Thickness 6.40 mm
161 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1.1V29 Scope of Work Supply & Installation of CS Conduit Pipe 300 m INR
WORKS (PART-C) OD 168.3 mm Material Grade API 5L Gr. B/ IS 1239
Method of Crossing Open Cut Thickness 6.35 mm
162 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9 INSTALLATION OF PIPELINE BY TRENCHLESS
WORKS (PART-C) TECHNIQUE (USING HORIZONTAL DIRECTIONAL
DRILLING)
Page 31 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
163 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1 Complete work for all type of crossings (RIVER/CANAL/
WORKS (PART-C) DRAIN/ NALA/ ROAD/ RAILWAY/ UTILITY) (between the
limits as indicated in the drawing/ Scope of work) in all types
of soil/ rocky strata including all additional drilled lengths
necessitated by Contractor's design and based on site
conditions, carrying out geo-technical investigation, carrying
out topographical and hydrological survey and collection of
data to establish the bed of the water body (for River/
Unlined waterbody); calculation of scour depth of water body
crossings (for River/ Unlined Waterbody), including
construction design calculation and engineering of the
crossing for all types of crossings, "Receiving and taking-
over", handling, loading, transportation and unloading of
externally corrosion coated/ bare line pipes (as applicable)
from designated place(s) of issue/ dump site(s) to
Contractor's own stock-yard(s)/ work site; mobilization and
de- mobilization at site(s), supply of all materials as per
"Scope of Supply" all consumables, equipment, manpower,
other resources, temporary acquisition of additional land as
required for string preparations/ all other works, and
execution of, but not limited to, the following works in
accordance with specifications, drawings; preparation of
all necessary construction drawings for Owner's approval,
Preparation of detailed construction method statement,
calculations and installation procedures, Strings preparation
including welding, NDT of welds and re-beveled areas,
radiography, weld repair and re-test, pre-hydro testing of
completed string, corrosion coating of field joints with HDD
sleeves, inspection of corrosion coating and repair of
defects, installation of pipeline string by Horizontal
directional drilling, Supply & Installation of 6" size, 6.4 mm,
API 5L Gr. B/ IS 3589 Fe 410 CS conduit for OFC
(including 500µm of epoxy coating on CS Conduit as
required) below the lowest level of the crossing including
cover by separate horizontal directional drilling to the
correct profile as per approved drawings and specification,
Post-installation hydrotest including leaks and repair of
defects and retesting, etc. for defects attributed to
Contractor's faulty work, safe disposal of corrosion Inhibited
Page 32 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
164 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME02 Scope of Work Installation of Pipeline (Line Pipe Free 200 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name Nagarjuna Sagar
Canal Chainage of Crossing 250.83247 km Pipe Wall
Thickness 11.91 mm
NOTES:
Page 33 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
165 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME03 Scope of Work Installation of Pipeline (Line Pipe Free 100 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Lined Canal
Chainage of Crossing 265.267 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 34 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
166 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME04 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Tangeda Major
Canal Chainage of Crossing 276.22807 km Pipe Wall
Thickness 11.91 mm
NOTES:
Page 35 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
167 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME05 Scope of Work Installation of Pipeline (Line Pipe Free 1000 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name Railway Line
(Under Construction) Chainage of Crossing 258.10525
km Pipe Wall Thickness 11.91 mm
NOTES:
Page 36 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
168 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME06 Scope of Work Installation of Pipeline (Line Pipe Free 100 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Railway Line
(Under Construction, From Macherla to Guntur) Chainage
of Crossing 293.6521 km Pipe Wall Thickness 11.91 mm
NOTES:
Page 37 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
169 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME07 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Hard Strata (Soft Rock/
Murrum / Weathered Rock etc.) Crossing Name SH-2
(from Narkatpalli to Medarametla (NH-16)) Chainage of
Crossing 252.01892 km Pipe Wall Thickness 11.91 mm
NOTES:
Page 38 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
170 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME08 Scope of Work Installation of Pipeline (Line Pipe Free 1000 m INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Any
unspecified crossing (Water body, NH, SH, Other roads,
Railway etc.) Type of Soil/Strata Any type of soil strata
Crossing Name Unlisted Crossing Chainage of Crossing
Any km Pipe Wall Thickness 11.91 mm
NOTES:
Page 39 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
172 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1 Supply, fabrication and installation of following types of
WORKS (PART-C) permanent markers along the route including all associated
civil works such as excavation in all types of soil,
construction of pedestals and grouting with concrete,
clearing, supply and application of approved color & text and
quality of primer and paint, stencil letter cutting for numbers,
direction, chainage etc., restoration of area to original
condition and performing all works as per drawings, scope
of work, specifications, standards and instructions of
Engineer-in-Charge.
173 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V1 Type of Marker Aerial Marker 16 nos INR
WORKS (PART-C)
174 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V2 Type of Marker Direction Marker 40 nos INR
WORKS (PART-C)
175 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V3 Type of Marker Kilometer Marker 40 nos INR
WORKS (PART-C)
176 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V4 Type of Marker Navigable Waterway Marker 10 nos INR
WORKS (PART-C)
177 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V5 Type of Marker Pipeline Warning Marker 160 nos INR
WORKS (PART-C)
178 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V6 Type of Marker ROU Boundary Marker 330 nos INR
WORKS (PART-C)
179 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15 REPAIR OF DEFECTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-C)
180 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1 Repair of defects in Pipes/ Line Pipes
WORKS (PART-C)
Repair of defects in pipes/ line pipes (by Cutting and re-
beveling including NDT of re-beveled area or by Jack out) of
all thicknesses and external coating noted at the time of
taking delivery by Contractor, including performing all works
as per specifications, scope of work, standards and
directions of Engineer-In-Charge, supply of all repair
material and inspection.
181 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.1V7 Type of Repair by Cutting and re-beveling including NDT 10 nos INR
WORKS (PART-C) (for dent exceeding 3mm in depth) Pipe OD 406.4 mm
182 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.1V8 Type of Repair by Jack out for dents in bevels (for dent 10 nos INR
WORKS (PART-C) between 1 mm and 3 mm in depth) Pipe OD 406.4 mm
Page 40 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
183 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.2 Repair of Holiday/ Cosmetic defects in Coating
WORKS (PART-C)
Supply of all coating repair materials as per the
requirements of the relevant specifications, supply of all
consumables, utilities, equipment, and all manpower
required, pipe cleaning and surface preparation, repairing of
coating defects (resulting in holiday in coating) and testing
including all handling, transportation, etc. for line pipes,
performing all works necessary for the completion of the
works strictly in accordance with the relevant specifications
and instructions of Engineer-in-Charge. This rate shall be
applicable per sq. cm of the exposed steel area and/ or
damaged coating area, as applicable.
184 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V1 Type of Repair Repair of Cosmetic defects Type of 2500 SCM INR
WORKS (PART-C) Coating 3LPE
185 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V2 Type of Repair Repair of Holiday Type of Coating 3LPE 2500 SCM INR
WORKS (PART-C)
186 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-C)
187 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16.1 Repair of Leaks/ Bursts in Pipeline
WORKS (PART-C)
All works for locating any major leak/burst (occurred during
hydrostatic testing) or any minor leak by sectionalizing or
any other methods which cannot be located by visual
means, including necessary repairing/ replacing defective
pipe length, including cutting and removing out defective
pipes, transportation, pretesting of replacement pipe and
welding into mainline, NDT of welds and re-beveled area,
repair and re-testing of defective welds, coating/ painting of
welded joints, clean-up, retesting the pipeline/ pipe segment
including providing all necessary equipment, labour,
materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.
Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.
188 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16.1.1V11 Type of Leak Major Leak (detected by visual method) 5 nos INR
WORKS (PART-C) Pipe OD 406.4 mm
Page 41 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
189 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16.1.1V18 Type of Leak Minor Leak (detected by sectionalizing) 5 nos INR
WORKS (PART-C) Pipe OD 406.4 mm
190 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16.2 Repair of Leak/ Burst in Terminal Piping 25 Inch Mtr INR
WORKS (PART-C)
All works for repair of leak/burst (occurred during hydrostatic
testing) by necessary repairing/ replacing defective pipes/
fittings/ flanges etc., including cutting and removing out
defective items, transportation, welding, NDT of welds and
re-beveled area, repair and re-testing of defective welds,
coating/ painting of welded joints, clean-up, retesting the
pipe segment including providing all necessary equipment,
labour, materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.
Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.
191 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17 IDLE TIME PRESERVATION WORKS
WORKS (PART-C)
192 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1 Idle time preservation of Pipeline and Associated facilities:
WORKS (PART-C)
Preservation of complete pipeline and associated facilities
and its maintenance by filling and pressurizing with nitrogen
including supply and maintenance of nitrogen or by filling
and pressurizing with corrosion inhibited water including
supply and maintenance of water with regular dosing of
inhibitor to maintain the effectiveness of the inhibitor water
(along with disposal of corrosion inhibited water at a proper/
suitable location, after due preservation works) and supply
of all consumables, all equipment, man- power, etc.,
complete as per the requirements of specifications, scope of
work, standards, other provisions of Contract document and
instructions of Engineer-in- Charge as per following details:
193 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V22 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 3 to 6 Month
194 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V24 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 6 to 9 Month
Page 42 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
195 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V25 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 9 to 12 Month
196 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V39 Type of Preservation By Filling Corrosion Inhibited Water 75200 metre INR
WORKS (PART-C) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period Up to
3 Month
197 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V46 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 12 to 18 Month
198 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V47 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 18 to 24 Month
199 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V48 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period Up to 3 Month
200 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V49 Type of Preservation By Filling Corrosion Inhibited Water 75200 metre INR
WORKS (PART-C) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period 3 to 6
Month
201 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22 PIPING WORKS IN DESPATCH/ RECEIPT/
WORKS (PART-C) INTERMEDIATE PUMPING/ COMPRESSOR/
INTERMEDIATE PIGGING/ SV/ SIV/ BLOCK VALVE/ TAP
OFF STATIONS
202 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.2 INSTALLATION OF VALVES/FLOW METERS/
WORKS (PART-C) STRAINERS/ SCRAPER TRAPS/ EQUIPMENT/ SKIDS
Page 43 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
203 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.2.1 Receiving and taking over of all Owner supplied/ Free
WORKS (PART-C) Issued materials, equipment including skids from Owner's
designated place(s) of issue, transportation including
loading, unloading, handling from Owner's designated
place(s) of issue to Contractor's owned/ hired stock yard(s)/
work site(s)/ work shop(s) including arranging all necessary
intermediate storage area(s) thereof, as required; supply of
all materials, equipment, consumables as defined in
Contractor's scope of supply and its transportation to the
work site(s);installation of valves, flow meters, strainers,
scraper traps including QOEC, equipment, skids etc., supply
and fixing of gaskets, stud bolts, nuts of all sizes including
torque tightening as applicable, leveling, aligning,
installation and assembly of accessories, including
accessories for actuators, making electrical/ pneumatic
connections for such actuators, if any, by bolting/threading
or welding of pipes at all elevations, hook up works with
others facilities as necessary as per P&ID, testing,
completing all works in all respects as per drawings, scope
of work, specifications, standards, other provisions of
Contract and directions of the Engineer-in-Charge. For all
Instrumentation items, details/ specifications/ datasheets
are covered elsewhere in the tender document.
204 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V13 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-C) Item Type Scraper Launcher Major Barrel 508 mm
Minor Barrel 406.4 mm Rating 600#
205 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.2.1.5V135 Installation of Valve (Ball/ Plug/ Gate/ Globe/ Check/ 2 nos INR
WORKS (PART-C) PCV/FCV/SDV/Butterfly) as below: Installation Above
Ground End Type Butt Welded Operation Manual
Size 406.4 mm Rating 600#
206 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4 PAINTING WORKS
WORKS (PART-C)
Page 44 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
207 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1 Supply of paints, solvents and primers, preparation of
WORKS (PART-C) surfaces and application of primer and finish paints suitable
for highly corrosive/corrosive/ normal corrosive painting
environment for above ground piping including valves &
fittings as defined in contract document and as per standard
specification for Surface preparation and protective coating,
identification, lettering/ numbering, colour coding etc. as
specified including rub down and touch up of shop primer or
scrapping of shop primer wherever required and providing of
scaffolding for all heights, labour, materials, tools and
tackles, consumables, supervision etc. to complete the work
in all respect as per Standard/ Job Specification, Drawings,
Standards and instruction of Engineer-in-Charge. All works
shall be done as per details below
208 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V8 Pipe OD 33.4 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
209 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V9 Pipe OD 48.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
210 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V10 Pipe OD 60.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
211 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V11 Pipe OD 114.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
212 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V17 Pipe OD 60.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
213 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V18 Pipe OD 114.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
214 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V22 Pipe OD 26.7 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
215 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V23 Pipe OD 406.4 mm Painting Environment Industrial 100 m INR
WORKS (PART-C)
216 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V27 Pipe OD 33.4 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
217 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V28 Pipe OD 26.7 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
218 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V29 Pipe OD 48.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
219 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V30 Pipe OD 406.4 mm Painting Environment Industrial 100 m INR
WORKS (PART-C) Marine
220 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24 SUPPLY OF ASSORTED PIPES
WORKS (PART-C)
Page 45 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
221 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of pipes as per EIL
Specification No. 6-44-0051 (Technical notes for Pipes) & its
addendum (if any), PMS & any other information forming the
tender document as per the following details:
222 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24.1.1V9 Make SMLS Standard ASME B 36.10 Ends Plain 12 m INR
WORKS (PART-C) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 48.3 mm Wall thickness (mm) / Schedule XS
223 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24.1.1V10 Make SMLS Standard ASME B 36.10 Ends Plain 12 m INR
WORKS (PART-C) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 33.4 mm Wall thickness (mm) / Schedule XS
224 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24.1.1V11 Make SMLS Standard ASME B 36.10 Ends Plain 12 m INR
WORKS (PART-C) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 26.7 mm Wall thickness (mm) / Schedule S160
227 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V5 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-C) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 48.3 mm Wall thickness (mm)/ Schedule XS
Page 46 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
228 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V6 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-C) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 33.4 mm Wall thickness (mm)/ Schedule XS
229 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V7 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-C) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 26.7 mm Wall thickness (mm)/ Schedule S160
230 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V55 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-C) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 48.3
mm Wall thickness (mm)/ Schedule NA
231 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V233 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-C) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 26.7
mm Wall thickness (mm)/ Schedule S160
232 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V236 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-C) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 33.4
mm Wall thickness (mm)/ Schedule XS
235 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V19 Type ELBOW 90 DEG Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-C) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
Page 47 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
236 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V187 Type HALF COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-C) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
237 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V194 Type FULL COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-C) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
238 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V200 Type HALF COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-C) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
239 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V214 Type FULL COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-C) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
240 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V226 Type CONCENTRIC SWAGE Ends/ Rating Socket 15 nos INR
WORKS (PART-C) Welded / 6000# Standard BS-3799 Material ASTM A
105 OD1 26.7 mm Wall thickness (mm)/ Schedule 1
NA OD2 21.3 mm Wall thickness (mm)/ Schedule 2 NA
241 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V229 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 20 nos INR
WORKS (PART-C) Standard MSS SP97 Material ASTM A 105 OD1 26.7
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA
242 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V230 Type SOCKOLET Ends/ Rating Socket Welded / 3000# 10 nos INR
WORKS (PART-C) Standard MSS SP97 Material ASTM A 105 OD1 33.4
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA
Page 48 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
244 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.27.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of valves (including
commissioning spares (as applicable)) as per EIL
Specification No. 6-71-0014 (Specification for Ball Valves), 6-
71-0016 (Specification for Plug Valves), 6-71-0017
(Specification for Check Valves), 6-44-0052 (Technical
notes for valves) & their addendum (if any), Job
Specifications, Datasheets, VMS, PMS & any other
information forming the tender document, as per the
following details
245 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.27.1.1V47 Type Gate Valve Ends Socket Welded Standard API 30 nos INR
WORKS (PART-C) 602 Rating 800# Operation Manual Installation
Above Ground Size 26.7 mm Datasheet No. B414-000-
83-41-DS-0080
246 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.27.1.1V48 Type Gate Valve Ends Socket Welded Standard API 10 nos INR
WORKS (PART-C) 602 Rating 800# Operation Manual Installation
Above Ground Size 33.4 mm Datasheet No. B414-000-
83-41-DS-0080
247 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36 SUPPLY OF GASKETS
WORKS (PART-C)
248 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Gaskets as per
EIL Specification no. 6-44-0056 (Technical Notes for
Gaskets), PMS & any other information forming part of the
tender document, as per the following details:
249 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V3 Type Spiral Wound Standard ASME B 16.5 & ASME B 20 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
33.4 mm Rating 600#
250 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V4 Type Spiral Wound Standard ASME B 16.5 & ASME B 60 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
60.3 mm Rating 600#
251 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V5 Type Spiral Wound Standard ASME B 16.5 & ASME B 10 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
114.3 mm Rating 600#
Page 49 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
252 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V27 Type Spiral Wound Standard ASME B 16.5 & ASME B 6 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
323.9 mm Rating 600#
253 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V28 Type Spiral Wound Standard ASME B 16.5 & ASME B 10 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
406.4 mm Rating 600#
254 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37 SUPPLY OF FASTENERS
WORKS (PART-C)
255 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Fasteners as per
EIL Specification no. 6-44-0057 (Technical Notes for
Fasteners), ASME B 18.2, PMS & any other information
forming part of the tender document, as per the following
details:
256 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V38 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 240 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
3.50 Inch
257 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V39 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 96 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
4.25 Inch
258 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V40 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 48 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.875 Inch Bolt Length
5.75 Inch
259 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V41 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 48 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.250 Inch Bolt Length
10.00 Inch
260 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V42 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 72 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.500 Inch Bolt Length
11.50 Inch
261 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.51 TRANSPORTATION OF SURPLUS ITEMS TO OWNER'S
WORKS (PART-C) DESIGNATED STORAGE YARD/ DUMPSITE (AFTER
COMPLETION OF INSTALLATION WORKS)
Page 50 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
262 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.51.1 Loading, transportation including all works necessary for
WORKS (PART-C) transportation, loading, unloading, handling, stacking etc. of
all surplus piping/ pipeline material from Contractor’s
storage yard/ worksite/ temporary storage facility including
arrangement of all handling equipment such as trailers,
trucks, cranes etc, carrying out inspection of surplus
material & recording of pipe & coating defects & any other
defects in the surplus material at the time of handing over in
the presence of Company's representative at Owner
designated storage yard/ dump site & as per the Scope of
work, other provisions of the Contract and instructions of
Engineer-in-Charge.
263 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.51.1.1V5 Approximate Distance of transport 100 km 2 MT INR
WORKS (PART-C)
Page 51 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
264 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME70 INSTALLATION OF STEEL PIPELINE IN UNRESTRICTED
WORKS (PART-C) ROU
The works shall include, but not limited to, the following:
Page 52 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
266 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME70.02 Scope of Work Installation of Pipeline (Line Pipe Free 1430 m INR
WORKS (PART-C) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7.92 mm
267 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME70.03 Scope of Work Installation of Pipeline (Line Pipe Free 200 m INR
WORKS (PART-C) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 11.91 mm
Page 53 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
268 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME71 LAYING OF STEEL PIPELINE IN RESTRICTED ROU
WORKS (PART-C) (RESERVED FOREST)
Page 54 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
270 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME72 ANTI-BUOYANCY MEASURES FOR PIPELINE
WORKS (PART-C) (CONTINUOUS CONCRETE WEIGHT COATING)
Unit rate for additional work over and above item no.
01PP.ME70/ 01PP.ME71 (as applicable) for supply of all
consumables and materials and application of continuous
concrete weight coating on pipes of all wall thicknesses
except weld joints as mentioned below and/or supply of all
consumables and materials in all areas of work except
waterbody crossings covered separately, and performing all
works as per scope of work, specifications, standards and
instructions of Engineer-in-Charge and other provisions of
Contract document. All work shall be executed as per
following details:
271 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME72.01 Type of Protection Concrete Weight Coating Pipe OD 930 m INR
WORKS (PART-C) 406.4 mm Pipe Wall Thickness 7 mm Concrete Weight
Thickness 65 mm
272 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME72.02 Type of Protection Concrete Weight Coating Pipe OD 100 m INR
WORKS (PART-C) 406.4 mm Pipe Wall Thickness 7.92 mm Concrete
Weight Thickness 60 mm
273 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME72.03 Type of Protection Concrete Weight Coating Pipe OD 24 m INR
WORKS (PART-C) 406.4 mm Pipe Wall Thickness 11.91 mm Concrete
Weight Thickness 35 mm
274 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME73 ANTI-BUOYANCY MEASURES FOR PIPELINE (GEO-
WORKS (PART-C) TEXTILE BAGS)
Unit rate for additional work over and above item no.
01PP.ME70/ 01PP.ME71 (as applicable) for design,
manufacture and supply of non-biodegradable geo-textile
bags (made of polypropylene fabric) materials and
installation of geotextile bags duly filled with gravel/stone
ballast on pipelines of all wall thickness for anti-buoyancy as
mentioned below and/or supply of all consumables and
materials in all areas of work except waterbody crossings
covered separately, including carrying out the necessary
weight calculations of geo-textile bags & getting the same
approved from the Owner and performing all works as per
scope of work, specifications, standards and instructions of
Engineer-in-Charge and other provisions of Contract
document. All work shall be executed as per following
details:
275 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME73.01 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 300 m INR
WORKS (PART-C) Pipe Wall Thickness 7 mm
276 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME73.02 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 50 m INR
WORKS (PART-C) Pipe Wall Thickness 7.92 mm
Page 55 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
277 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME73.03 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 24 m INR
WORKS (PART-C) Pipe Wall Thickness 11.91 mm
278 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-C) ASSISTANCE FOR PIPELINES
279 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.01 Pre-Commissioning Works as per details: Type of Activity 75200 m INR
WORKS (PART-C) Dewatering Pipe OD 406.4 mm
280 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.02 Pre-Commissioning Works as per details: Type of Activity 75200 m INR
WORKS (PART-C) Drying Pipe OD 406.4 mm
281 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.03 Pre-Commissioning Works as per details: Type of Activity 75200 m INR
WORKS (PART-C) Swabbing Pipe OD 406.4 mm
282 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.04 Pre-Commissioning Works as per details: Type of Activity 75200 m INR
WORKS (PART-C) Inertisation by Nitrogen Pipe OD 355.6 mm
283 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.05 Commissioning Assistance: All works for Commissioning 75200 m INR
WORKS (PART-C) assistance as per details below: Pipe OD 406.4 mm
Page 56 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
284 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME75 DIGITIZATION OF PIPELINE CONSTRUCTION ACTIVITY
WORKS (PART-C)
Supply of qualified manpower (at least 2 nos. personnel per
construction spread) having knowledge of pipeline laying
and associated activities for entering all the construction
data/ reports pertaining to various pipeline construction
activities such as route survey, backfilling, OFC/ OFC duct
laying, various crossings, HDDs, hydrotesting, WPS, PQR
etc., in the Owner’s digitization software (software owned by
the Owner) using hardware supplied by the Owner as free
issue, updating of all construction progress exclusively
through the software in digital form on a daily basis without
exception, final submission of all the construction activities
related data in Owner owned ArcGIS based software for
generating digital reports of the entire gamut of pipeline
construction activities from beginning of site work to end of
commissioning including obtaining of prior approval from the
Consultant/ Engineer-In-Charge after daily verification of the
data, arrangement of the required number of high speed
internet connections (preferably 4G/ 5G or equivalent
speeds) including payment of internet charges till the
completion of the digitization activity, procurement of
hardware such as modems/ SIMs etc., needed to maintain
the internet connections and returning the free issued IT
assets/ hardware back to the Owner without any damage/
loss whatsoever including all works as per applicable
standards/ specifications/ provisions of the tender document
& as per the instructions of the Engineer-In-charge.
NOTES:
Page 57 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
286 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME76 FABRICATION, ERECTION, INSTALLATION AND
WORKS (PART-C) TESTING OF SECTIONALIZING VALVE (SV) STATION,
STATION BLOCK VALVE (SBV) & ASSOCIATED PIPING
Page 58 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
287 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME76.01 Installation of SV inside valve pit (design & construction of 2 nos INR
WORKS (PART-C) valve pits for SVs not in the scope of this tender) including
all branch connections as applicable, all associated piping
including all associated flanges, fittings & fasteners etc., all
impulse piping, valves of all sizes, mounting of instruments
etc. complete as per the P&ID and GAD of SV Stations and
as per the scope of work, applicable conditions of this
tender & as per the instructions of the Engineer-In-Charge.
NOTE:
288 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME76.02 Installation of SBV inside valve pit (design & construction of 1 nos INR
WORKS (PART-C) valve pits for SBVs not in the scope of this tender) all
associated flanges, fittings & fasteners & complete in all
respects as per applicable P&ID(s) and GAD(s) and as per
the scope of work, applicable conditions of this tender & as
per the instructions of the Engineer-In-Charge.
NOTE:
Page 59 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
289 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME77 PIPE SUPPORT WORKS
WORKS (PART-C)
Supply of all materials required for fabrication of pipe
supports & special supports including supply of bolts, nuts,
washers, U Clamps, Wooden Blocks, Teflon Pads, SS
Plates (as required) etc. as mentioned in the drawing/
standards and as defined in scope of work document,
fabrication and erection of pipe/ equipment supports (for all
sizes/ thickness) including shoes, pipes, cradles, turn
buckles, T-posts for all types of guides, anchors, special
supports, reinforcement pads for all types of supports
including full encirclement supports, for cold/hot insulated
pipes etc. if applicable, all necessary equipment,
consumables, labour etc. for completing all works, supply
and application of paints and primers suitable for painting
environment as defined in contract document and as per
standard specification for Surface preparation and protective
coating and completing the work as per drawings, scope of
work, specifications, standards, other provisions of Contract
and instruction of Engineer-in-Charge.
290 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME77.01 CS Structural Steel 1 MT INR
WORKS (PART-C)
Page 60 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
291 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME78 DRONE PHOTOGRAPHY/ VIDEOGRAPHY
WORKS (PART-C)
Carrying out periodic Drone Photography/ Videography or
engaging a suitable agency to carry out Drone Photography/
Videography with date & time stamp and geo tags as per
the applicable specification/ standards for the same for the
entire pipeline section, covering all construction activities
consisting before construction and after construction
footages/ photographs including obtaining required
approvals from agencies having jurisdiction to fly the
drones, transmitting the live video feed to BPCL officers at
designated locations/ regional offices, keeping records/
archives of the photography/ videography, submission of the
same after completion of the job etc. The scope of supply of
this item shall include supply of the required camera
equipped DGCA registered drone(s) with valid UIN(s), all
required manpower with valid Remote Pilot Certificate(s)
issued by DGCA to fly the drone(s), all hardware, software &
IT assets required, all spares required for operation &
maintenance of the drone(s) etc. Repair of any damage to
the drone or replacement of the drone in the event of loss/
complete damage shall be done by the Contractor/ agency
engaged by the Contractor without any cost or time
implication to the Client whatsoever.
NOTE:
292 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME78.01 Drone photography/ videography of all pipeline laying & 1 Lumpsu INR
WORKS (PART-C) related construction activities. m
Page 61 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
293 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME79 BACKFILLING WITH SELECT SOIL
WORKS (PART-C)
Unit rate over and above item no. 01PP.ME70/ 01PP.ME71
(as applicable) for supply of specified and approved quality
of sand (for station approaches) or approved quality of
cohesion-less soil as backfill material like graded sand,
morrum, silty sand etc. (for seismic zones along pipeline
route) including supply of sand or approved quality of backfill
material like graded sand /other types of soil etc. in place of
available excavated material and/ or other suitable soil as
per applicable standards/ specifications, including backfilling
of excavated trench for specified length after laying of
pipeline and optical fibre cables/ cable conduit, including
transportation of backfill material over all distances and
disposal of surplus excavated soil. All work shall be
executed as per following details:
294 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME79.01 Type of Backfill Station Approach Pipe OD 406.4 mm 250 m INR
WORKS (PART-C) Distance of Transport Within 25km
295 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME79.02 Type of Backfill Station Approach Pipe OD 406.4 mm 250 m INR
WORKS (PART-C) Distance of Transport Beyond 25km
Page 62 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
296 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80 "RADIOGRAPHY-SAFE RADIATION TECHNOLOGY
WORKS (PART-C)
Radiography using safe radiation technology (Se-75 source)
Performance of radiographic inspection on pipeline/ piping
(as applicable) of all types & thickness including providing or
hiring of all necessary equipment and whatever else even
though not expressly mentioned but required to perform the
work as per requirements specified in the Piping Scope of
Work, Safe radiography specifications and by instructions of
Engineer in-charge by using Se-75 source based
radiographic system enclosed in a lead chamber unit so that
radiography can be taken at erection site with minimum
cordon off distance. Radiographs shall be submitted to the
Engineer in-charge. (Repeat Radiography due to defective
radiograph on repaired joints due to Contractor's fault and
for additional radiography necessitated due to poor
performance of contractor's welder shall be done at
contractor's cost)
NOTE:
297 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-C)
298 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.01 OD 406.4 mm (NB 16 Inch) 7520 nos INR
WORKS (PART-C)
299 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-C)
300 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.02.01 OD 60.3 mm (NB 2 Inch) 48 nos INR
WORKS (PART-C)
301 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.02.02 OD 114.3 mm (NB 4 Inch) 80 nos INR
WORKS (PART-C)
302 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.02.03 OD 406.4 mm (NB 16 Inch) 2 nos INR
WORKS (PART-C)
Page 63 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
NOTE:
304 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-C)
305 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.01 OD 406.4 mm (NB 16 Inch) 3760 nos INR
WORKS (PART-C)
306 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-C)
307 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.02.01 OD 60.3 mm (NB 2 Inch) 24 nos INR
WORKS (PART-C)
308 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.02.02 OD 114.3 mm (NB 4 Inch) 40 nos INR
WORKS (PART-C)
309 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.02.03 OD 406.4 mm (NB 16 Inch) 1 nos INR
WORKS (PART-C)
Page 64 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
311 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME82.01 Works Related to Bank Stabilization 100 sqm INR
WORKS (PART-C)
312 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME82.02 Works Related to Slope Stabilization 100 SCM INR
WORKS (PART-C)
313 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83 FABRICATION OF LR BENDS
WORKS (PART-C)
Transportation of Company supplied free issue or
Contractor procured bare line pipes (as detailed
subsequently) to fabrication shop, fabrication of long radius
bends, transportation of fabricated LR bends to coating
plant (if required), factory application of 3LPE/ PU coating of
all LR bends at the coating plant, testing and transportation
of complete & factory coated LR bends to
worksite(s)/workshop(s) including loading, unloading and
handling as per Scope of work and other provisions of the
Contract as per the following details.
314 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83.01 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 20 nos INR
WORKS (PART-C) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
315 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83.02 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 10 nos INR
WORKS (PART-C) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
316 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83.03 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 5 nos INR
WORKS (PART-C) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
317 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83.04 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 10 nos INR
WORKS (PART-C) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
BASIC SUB TOTAL 0.00
BASIC TOTAL 0.00
OVERALL REBATE %
Page 65 of 66
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)
Page 66 of 66
Notes:
1 Bidder shall furnish CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY THE BIDDER) to be imported in the above Format.
2 Bidder to consider import tax credit of IGST available at their end (in case of import of raw materials/components) in their quoted prices.
3 Merit rate of custom duty shall be applicable.
Page 1 of 1
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
1D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM METALLIC MATERIALS AND CORROSION
Geometry Pigging
2D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0 Magnetic Cleaning and Electronic Geometry Pigging
Geometry Pigging
3D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.1 Mobilisation/ Demobilisation of pigging tools, tackles, 1 Lumpsu INR
Geometry Pigging consumables, accessories and personnel by Contractor at m
work site including but not limited to magnet pigs, electronic
geometry pigs and pig tracking device, temporary launcher
and receiver as per Specification and other provision of the
bid document including supply of material, equipment,
manpower, etc. as required for geometry inspection and
magnet cleaning in accordance with the EIL Specification
B414-000-06-41-EGP-0001:
A) Mobilisation
B) Demobilisation
NOTE: Lumpsum charge is applicable for Mobilization and
Demobilization charge only, and not for the entire Magnetic
Cleaning and EGP charge.
4D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.2 Magnetic Cleaning: 112589 m INR
Geometry Pigging Running of adequate no. of Magnet Pigs for pipeline
including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report as per Specification and
provisions of the bid document.
5D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.3 Electronic Geometry Pigging: 112589 m INR
Geometry Pigging Running of adequate no. of Electronic Geometry Pig
(Caliper) including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report on pipeline, data
analysis at Contractors facility as per Specification and
provisions of the bid document.
6D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.4 Defect Verification: 1 each INR
Geometry Pigging Defect verification at a max. of 3 locations for each segment
inspected including supply of all tools, tackles, instruments,
personnel and their transportation, all earth work, repair of
pipeline coating wherever exposed, backfilling, work
complete in all respect as per direction of engineer-in-
charge.
NOTE: Unit EACH signifies each segment of the pipeline.
7D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.5 Final Report: 1 Lumpsu INR
Geometry Pigging Preparation of final work report as per agreed format and m
submission to Client / Client's Consultant in total of 4
copies.
8D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT CATHODIC PROTECTION
WORKS (PART-D)
Page 1 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
Page 2 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
18 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4.2 Current Attenuation test (CAT) survey: 188.911 km INR
WORKS (PART-D)
Current Attenuation test (CAT) survey of the entire pipeline
to check the condition of the coating and classify the health
of the coating, identify sections with high decibel loss which
could be due to coating faults or shorted casings. The CAT
survey shall be done at interval of 50 mtr.
19 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4.3 Direct current Voltage gradient (DCVG) Survey: 57 km INR
WORKS (PART-D)
Direct current Voltage gradient (DCVG) at locations
identified by CIPL survey to locate holidays, size the
holidays and determine whether the holidays are anodic or
cathodic. Conducting Direct Current Voltage Gradient
Survey over the buried line to identify / pin point the coating
defects in the right of way including the cost of all expert
manpower, transportation and camping facilities etc. to their
employees, materials, test instruments, equipment,
consumables etc., required for the survey as per the
standard specifications and approved procedures,
identification of areas/locations where coating repair is
required along with suggestion for remedial measures etc.
including the submission of draft reports in 2 sets and
incorporation of owner's comments in the draft report and
final reports in 6 sets including one soft copy containing the
survey results in the graphical as well as tabular forms
computerized color print and complete in all respects as per
directions of Site Engineer /Engineer-in-Charge.
20 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4.4 Coating conductance survey at every 10 km at Type A1 TLP 19 km INR
WORKS (PART-D) and HDD locations:
Page 3 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
21 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4.5 Interference Survey and mitigation using software modeling 1 Lumpsu INR
WORKS (PART-D) (CDEGS Modelling/Utility Modelling): m
26 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.MC01 Supply of Jointing closures with 4 entry ports, jointing 64 nos INR
WORKS (PART-D) chamber materials and any other items required for jointing
of 24 Fibres OFC (Fusion splicing only) with sleeve
protectors, Factory acceptance testing, storage, and
transportation to site, loading, unloading, jointing of OFC all
complete as per specifications provided in the bid document
and direction of CLIENT/CONSULTANT.
27 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.MC02 Supply and installation of Jointing Pit, including sand, OFC 64 nos INR
WORKS (PART-D) joint identification marker including GPS coordinates, back
filling as required etc. all complete
28 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.7 Supply and installation of Electronic marker system
WORKS (PART-D) consisting of:
29 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.7.1 Electronic Marker 224 nos INR
WORKS (PART-D)
30 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.7.2 Marker locator 1 nos INR
WORKS (PART-D)
31 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.8 Site acceptance Testing of the laid OFC, all complete as per 1 Lumpsu INR
WORKS (PART-D) specification and direction of CLIENT/CONSULTANT. m
32 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.15 Supply of Permanently lubricated HDPE conduit for
WORKS (PART-D) following sizes in required length of pressure rating 6
kgf/cm2 to be laid in pipeline trench or in separate trench
directly or inside CS conduit including FAT, storage,
transportation to site, loading, unloading etc. all complete
33 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.15.1V2 Duct with nominal diameter 40 mm 229500 m INR
WORKS (PART-D)
Page 4 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
34 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.16 Laying, Testing and commissioning of the following sizes of
WORKS (PART-D) HDPE duct/pipe of pressure rating 6 kgf/cm2, including
supply of clamps, small iron structures, spacers, and duct
accessories like push-fit couplers, bends and elbows, end
plugs, simple plugs, sonic heads, etc, and including small
civil works, cleaning with compressed air, calibrating, testing
for air tightness, sealing of ends, including all labour and
materials, as per directions of the Engineer-in-Charge.
35 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.16.1V2 Duct with nominal diameter 40 mm 229500 m INR
WORKS (PART-D)
36 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.MC04 Supply, handling, transportation to site, installation, testing 10 nos INR
WORKS (PART-D) and commissioning of 48 Ports Wall Mount Fibre
Termination Closure (FTC) with SC connectors suitable for
2 numbers of 24 Fibres OFC Cable (18 x G.652 & 6 x G.655
) including pigtails, Splice protection sleeve, splice tray and
splicing the cables with pigtails, Cable glands, termination of
OFC, including supply & installation of loop box (separate
for each OFC), including all labour and materials all
complete suitable for 2 nos. of 24 Fibres OFC (In/Out) with
spare
37 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.MC03 Installation & laying of OFC in pipeline trench through 223600 m INR
WORKS (PART-D) HDPE/CS conduit by blowing method, trenching and
excavation as required, padding, backfilling, restoration of
land & other constructions, as applicable to original
conditions etc. including supply and installation of Blowing
Pits, supply and use of all materials required like sand,
couplers, end plugs etc. all complete
38 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.19 Installation & laying of OFC in separate trench directly or 1100 m INR
WORKS (PART-D) through HDPE/CS conduit by blowing method, trenching
and excavation as required, padding, backfilling, restoration
of land & other constructions, as applicable to original
conditions etc., including supply and use of all materials
required like warning mats, couplers, end plugs etc. all
complete
39 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.21 Installation and Laying of OFC through permanently 4600 m INR
WORKS (PART-D) lubricated HDPE conduit (which is sub-ducted in CS
conduit) including supply and use of all materials required
like couplers, end plug etc. all complete as per the job
specification (Supply & Installation of CS Conduit are
covered in the Pipeline laying Section of the tender)
Page 5 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
40 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.23 Supply & installation of OFC route marker (Metallic Marker) 110 nos INR
WORKS (PART-D) on the Optical Fibre Cable laying route inside the terminals
as per specifications and direction of
CLIENT/CONSULTANT.
41 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS STRUCTURAL
WORKS (PART-D)
42 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1 EARTH WORK (REFER SPECIFICATION NO. 6-68-0003)
WORKS (PART-D)
43 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.1 Earthwork excavation in soil
WORKS (PART-D)
44 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.1.1 Earth work in EXCAVATION below ground level for all kinds 65 m³ INR
WORKS (PART-D) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
upto 1.5m including removal of vegetation, shrubs and
debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.
45 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.1.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-D) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
beyond 1.5m and upto and inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.
46 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.2 Earthwork excavation in soft rock
WORKS (PART-D)
Page 6 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
47 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.2.1 Earth work in EXCAVATION below ground level for all kinds 20 m³ INR
WORKS (PART-D) of works in SOFT ROCK as classified in specification for a
depth upto 1.5m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.
48 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.2.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-D) of works in SOFT ROCK as classified in specification for a
depth beyond 1.5m and upto & inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.
49 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.4 Earthwork excavation by controlled blasting (Explosive/ Non-
WORKS (PART-D) explosive)
Page 7 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
50 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.4.1 Earthwork in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-D) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth of 1.5m including all related work for blasting such
as drilling, supplying, storage & charging of explosives
making necessary safety measures around the area,
chiselling and cutting to required levels, dressing & trimming
of sides, levelling & grading of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works & disposal of spoils to
spoil heaps and stacking of usable excavated materials
within a lead of 100m etc. as directed including providing
temporary support to existing structures, service lines like
water pipes, sewage pipes, electric overhead and
underground cable etc. all complete.
51 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.4.2 Earthwork in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-D) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth beyond 1.5m and upto & inclusive of 3.0m including
all related work for blasting such as drilling, supplying,
storage & charging of explosives making necessary safety
measures around the area, chiselling & cutting to required
levels, dressing & trimming of sides, levelling & grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works &
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. as directed
including providing temporary support to existing structures,
service lines like water pipes, sewage pipes, electric
overhead and underground cable etc. all complete.
Page 8 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
53 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.5.1 Earth work in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-D) of works in HARD ROCKS for a depth upto 1.5m by
CHISELLING (pneumatic or manual), wedging or any other
agreed methods (where blasting is prohibited for any reason
or as decided) including all related works, all equipments
required for chiselling, and cutting upto required levels,
dressing and trimming of sides, levelling and grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works and
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. all complete
as directed including providing temporary supports to
existing service lines like waterpipes, sewage pipes, electric
overhead and underground cables etc. all complete.
54 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.5.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-D) of works in HARD ROCKS for a depth beyond 1.5m and
upto & inclusive of 3.0m by CHISELLING (pneumatic or
manual), wedging or any other agreed methods (where
blasting is prohibited for any reason or as decided) including
all related works, all equipments required for chiselling, and
cutting upto required levels, dressing and trimming of sides,
levelling and grading of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal of spoils to spoil heaps and
stacking of usable excavated materials within a lead of
100m etc. all complete as directed including providing
temporary supports to existing service lines like waterpipes,
sewage pipes, electric overhead and underground cables
etc. all complete.
Page 9 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
59 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.7.1 BACKFILLING after execution of the WORK to proper grade 200 m³ INR
WORKS (PART-D) and level with selected materials from available excavated
soil from spoil heaps within a LEAD OF 100M, including re-
excavating the deposited soil excavated earlier, breaking
clods, laying at all depths and heights in layers of thickness
not exceeding 15 Cms. watering, rolling and ramming by
manual methods/ mechanical compactors to achieve 90%
laboratory maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.
60 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.7.2 BACKFILLING after execution of the WORK to proper grade 5 m³ INR
WORKS (PART-D) and level with selected materials from available excavated
soil from spoil heaps beyond a LEAD OF 100M AND UPTO
& INCLUSIVE OF 500M including re-excavating the
deposited soil excavated earlier, breaking clods, laying at all
depths and heights in layers of thickness not exceeding 15
Cms. watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% laboratory
maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.
63 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.10 Transporting & Disposing the SURPLUS EARTH AND
WORKS (PART-D) DEBRIS
Page 10 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
64 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.10.1 Transporting and disposing the SURPLUS EARTH AND 30 m³ INR
WORKS (PART-D) DEBRIS including shrubs and vegetations from construction
area beyond the initial LEAD OF 100M AND UPTO 1KM
including re-excavating the deposited soil excavated earlier,
transportation, loading, unloading, laying at all depths and
heights, stacking, levelling and dressing both the area (viz.
from where the earth is transported and where it is
deposited) to required levels and slopes complete with all
lifts as directed. For carting on the basis of truck
measurements (volume of truck reduced by 30% for voids).
65 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.10.5 "Transporting and disposing the SURPLUS EARTH AND 25 m³ INR
WORKS (PART-D) DEBRIS including shrubs and vegetations from construction
areas to areas ANYWHERE OUTSIDE THE PLANT
BOUNDARY, including re-excavating the deposited soil
excavated earlier, loading, transportation, unloading, laying
at all depths and heights, stacking, levelling and dressing
both the area (viz. from where the earth is transported and
where it is deposited) to required levels and slopes
complete with all lifts as directed. For carting on the basis of
truck measurements (volume of truck reduced by 30% for
voids). DISPOSAL AREAS OUTSIDE PLANT BOUNDARY
TO BE ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
"
Page 11 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
68 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.11.5 Transportation of ROCK material coming out of operation of 25 m³ INR
WORKS (PART-D) item Nos. 01CS.1.2 to 01CS.1.5 UPTO the area of disposal
ANYWHERE OUTSIDE THE PLANT BOUNDARY including
loading, unloading, laying at all depths and heights,
stacking, spreading, levelling at an area of disposal as
directed. For carting on the basis of Truck Measurements
(volume of truck reduced by 50% for voids). DISPOSAL
AREAS OUTSIDE PLANT BOUNDARY TO BE
ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
69 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
WORKS (PART-D) SPECIFICATION NO. 6-68-0004)
70 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.17 PCC - Non FIM Items
WORKS (PART-D)
71 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.17.1 Providing and laying PLAIN CEMENT CONCRETE for all 10 m³ INR
WORKS (PART-D) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete of nominal
mix 1:5:10 by mass (1 Cement: 5 Coarse Sand: 10 Crushed
Stone Aggregates/Gravels) with 40mm and down size
graded crushed stone aggregates/Gravels. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
72 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.17.8 Providing and laying PLAIN CEMENT CONCRETE for all 1 m³ INR
WORKS (PART-D) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete grade M20
with 20mm and down size graded crushed stone
aggregates/Gravels. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
73 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.18 RCC Substrutures - Non FIM Items
WORKS (PART-D)
Page 12 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
74 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.18.17 Providing and laying REINFORCED CEMENT CONCRETE 50 m³ INR
WORKS (PART-D) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals, pipe
sleepers, columns, suspended floors, staircases, landings,
steps, brackets etc., including equipment/ machine
foundations & pedestals viz. compressors, ID & FD fans,
pumps, generators, crushers, mills, etc., (including single
pour concreting as specified on the drawing), applying
cement wash on concrete surface (wherever no other
surface application is specified), providing pockets,
openings, recesses, chamfering, etc., wherever required,
vibrating, tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level in
any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE CONTRACTOR.
75 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.19 RCC Superstructures - Non FIM Items
WORKS (PART-D)
Page 13 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
76 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.19.17 Providing and laying REINFORCED CEMENT CONCRETE 1 m³ INR
WORKS (PART-D) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUPER STRUCTURE
in suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies, lintels,
girders, ducts, brackets, chajjas with drip moulds, pedestals,
posts, struts, equipment/ machine foundations, ramps etc.
(including single pour concreting as specified on the
drawing), providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating, tamping,
curing and rendering if required to give a smooth and even
surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO & INCLUSIVE
OF 20 m ABOVE PLINTH LEVEL in any shape, position,
thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
77 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.22 Precast Elements - Non FIM Items
WORKS (PART-D)
78 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.22.27 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-D) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit upto and inclusive of 1000 kg.
for all leads, levels below plinth, shapes and thickness
including all moulds, shuttering and centering, vibrating,
tamping, curing, chamfering wherever required, providing
lifting hooks, metal inserts, making holes, pockets, (only
M.S. inserts to be measured & paid separately) transporting
to site, erecting, levelling, aligning and fixing in position with
cement mortar 1:3 (Cement : 3 Coarse Sand), breaking
bricks and/ or concrete surfaces and making good the same
etc. all complete (excluding the Cost of Reinforcement) and
as directed. All materials including cement supplied by the
contractor.
Page 14 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
79 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.22.28 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-D) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit beyond 1000 kg and upto and
inclusive of 3000 kg. for all leads, levels below plinth,
shapes and thickness including all moulds, shuttering and
centering, vibrating, tamping, curing, chamfering wherever
required, providing lifting hooks, metal inserts, making
holes, pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling, aligning
and fixing in position with cement mortar 1:3 (Cement : 3
Coarse Sand), breaking bricks and/ or concrete surfaces
and making good the same etc. all complete (excluding the
Cost of Reinforcement) and as directed. All materials
including cement supplied by the contractor.
80 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.23 HYD Bars / MS Bars - Non FIM Items
WORKS (PART-D)
81 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.23.8 Supplying and placing in position HIGH YEILD-STRENGTH 6 MT INR
WORKS (PART-D) DEFORMED STEEL BARS REINFORCEMENT of Grade
Fe500D TMT conforming to IS:1786, for RCC work including
transporting the Steel, straightening, cleaning, decoiling,
cutting, bending to required shapes and lengths as per
details, binding with 18 SWG black soft annealed binding
wire at every intersection, supplying and placing with proper
cover blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete as
directed. SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.
82 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.25 Centering and Shuttering - Non FIM Items
WORKS (PART-D)
Page 15 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
83 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.25.1 Providing and fixing CENTERING AND SHUTTERING in 150 m² INR
WORKS (PART-D) foundations, footings,raft beams, slabs, pile caps, retaining
walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments, pipe
sleepers, columns, plinth beams, lintels, suspended slabs,
beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.
84 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.25.2 Providing and fixing CENTERING AND SHUTTERING in 5 m² INR
WORKS (PART-D) superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single pour
concreting, strutting, bracing, propping etc., keeping the
same in position during concreting and removal of the same
after specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.
85 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.29 Fixing Re-bars in already cast concrete - Non FIM Items
WORKS (PART-D)
86 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.29.1 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-D) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. upto 12 mm of
Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.
Page 16 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
87 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.29.2 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-D) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. 16 mm & 20 mm
of Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.
88 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3 CONCRETE FOR LIQUID RETAINING/LEAK PROOF
WORKS (PART-D) STRUCTURES (REFER SPECIFICATION NO.6-68-0005
89 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.3 RCC - Non FIM Items
WORKS (PART-D)
90 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.3.13 Providing and laying Leak Proof Reinforced Cement 10 m³ INR
WORKS (PART-D) Concrete of GRADE M-30 (minimum Cement content shall
be as per EIL Specifications) with 20 mm and down size
graded crushed stone aggregates/ gravel at all positions and
in any shape and thickness, in SUB-STRUCTURE, leaving
pockets, recesses, vibrating, tamping, curing, testing (for
leak-proofness) and rendering (if required to give smooth
and even surface) in foundations, walls , beams, buttresses,
columns, piers, slabs, tunnels, basements, storage bins,
reservoirs etc. including cement wash (if no other surface
application is specified) but excluding the cost of
Reinforcement, Shuttering and specified admixtures, all
complete as specified and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.
91 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.4 Water Proofing Comp. - Non FIM Items
WORKS (PART-D)
92 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.4.1 Supplying and mixing of approved brand of integral WATER 1 kg INR
WORKS (PART-D) PROOFING COMPOUND in cement concrete, cement
mortar etc. as per manufacturer's specifications or 1% by
weight of cement (whichever is minimum), to make it leak
proof/ water tight etc. all complete as specified and directed.
93 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.5 PVC Water bars - Non FIM Items
WORKS (PART-D)
Page 17 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
94 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.5.2 Supplying and fixing in position 230mm wide x 5mm thick 5m INR
WORKS (PART-D) approved PVC WATER STOPS as per manufacturer's
specifications in R.C.C. Structures including cutting, fixing,
jointing by vulcanising etc. all complete as shown specified
and directed.
95 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4 STRUCTURAL STEEL WORKS SPEC NO. 6-68-0006
WORKS (PART-D)
96 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.3 General Steel Works - Non FIM Items
WORKS (PART-D)
97 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.3.MF01 Supplying, transporting, storing, fabricating & erecting in 2 MT INR
WORKS (PART-D) position and testing/examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20m ABOVE HPP/ FGL,
including all built up sections/ compound sections made out
of rolled sections and/or plates/ bent plates in all types of
structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same after
erection, grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified, including preparation and
submission of detailed fabrication drawings, preparing the
surface for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron DFT)
as per EIL Specification No. 6-79-0020 (or as per Job
Specification, wherever applicable) after fabrication etc., all
complete. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.
98 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.4 Painting - Non FIM Items
WORKS (PART-D)
Page 18 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
99 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.4.8 Supplying and applying COATING (Post-erection/ Field) of 2 MT INR
WORKS (PART-D) approved quality and shade as per Sl. No. 9.2 of Table 9.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable), for steel structures
(excluding ladders, spiral stairways & hand rails) at all
location & levels, all complete as specified, for OFFSITE
(INLAND) areas considering environment classification as
INDUSTRIAL. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.(Unit rate based on Structural
steel weight).
100 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.4.11 Supplying and applying COATING (Post-erection/ Field) of 0.5 MT INR
WORKS (PART-D) approved quality and shade as per Sl. No. 8.1 of Table 8.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) for painting over the
coat of shop primer & galvanisation already applied,
including storage, surface preparation, degreasing, cleaning,
drying, providing necessary arrangement for access, testing
etc. including touching up of shop primer coat, for
LADDERS, SPIRAL STAIRWAYS & HAND RAILS at all
location & levels, all complete as specified. SUPPLY OF
ALL MATERIAL IN CONTRACTOR'S SCOPE. (Unit rate
based on weight of steel).
101 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO.
WORKS (PART-D) 6-68-0008
102 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.15 Anchor Bolts - Non FIM Items
WORKS (PART-D)
Page 19 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
103 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.15.1 Supplying, fabricating, fixing and keeping in position at all 0.2 MT INR
WORKS (PART-D) levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to required
diameter, threading, welding, providing necessary templates
and auxiliary dummy structures, if any, necessary tying and
welding with reinforcement, adjustment of shuttering &
reinforcement/any other fixture, greasing exposed metal
surfaces, covering bolts and packing the sleeves with jute
cloth etc. all complete as specified and directed.(SUPPLY
OF ALL MATERIALS IN CONTRACTOR'S SCOPE).
104 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.16 MS Metal Inserts - Non FIM Items
WORKS (PART-D)
105 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.16.1 Supplying, transporting, storing, fabricating and fixing in 1 MT INR
WORKS (PART-D) position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced Cement
concrete members inclusive of adjusting shuttering &
reinforcement/ any other fixture, welding where necessary,
tying and holding to correct level, line and position, any
auxiliary dummy structures to support the heavy inserts,
painting exposed surfaces with a coat of primer as per EIL
Specification No. 6-79-0020 (or as per Job Specification
wherever applicable), etc. all complete for all depths and
heights as specified and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).
106 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.17 GI Pipe Sleeves - Non FIM Items
WORKS (PART-D)
Page 20 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
107 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.17.1 Supplying, fabricating and fixing in position G.I. PIPE 0.1 MT INR
WORKS (PART-D) SLEEVES of all diameters including providing necessary
staging, cutting, straightening if required, bolting, welding as
required and embedding in position on both Plain and
Reinforced Cement concrete members inclusive of adjusting
shuttering & reinforcement/any other fixture, welding where
necessary, tying and holding to correct level, line and
position, any auxiliary dummy structures to support heavy
sleeves etc. all complete for all depths and heights as
specified and directed.
108 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.18 MS Chequered Plates - Non FIM Items
WORKS (PART-D)
109 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.18.1 Supplying, fabricating and erecting in position at all levels 0.1 MT INR
WORKS (PART-D) and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening if
required, making the edges smooth, removing the burrs,
fixing, welding, preparation and submission of fabrication
drawings and preparing the surfaces for painting and
applying shop primer as per EIL Specification No. 6-79-0020
(or Job Specification, wherever applicable) after fabrication
etc. all complete as specified and directed. (SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE).
110 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.19 MS Grating Cat. A,B - Non FIM Items
WORKS (PART-D)
111 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.19.6 Supplying, fabricating and erecting in position at all levels 3 MT INR
WORKS (PART-D) and locations ELECTROFORGED GALVANISED GRATING
(purchased from approved manufacturer by the Contractor)
conforming to EIL Standard No. 7-68-0697 (in walkways,
platforms, stair treads etc.) and EIL Standard No. 7-65-0206
(in catch basins, drains, etc.) including cutting to required
size, shape, making holes, notches, openings of required
size, nosing, straightening if required, making the edges
smooth, removing the burrs, fixing with manufacturer's
supplied galvanised clamps, preparation and submission of
fabrication drawings, all complete as specified and directed
(SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).
112 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.22 MS Rungs - Non FIM Items
WORKS (PART-D)
Page 21 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
113 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.22.1 Supplying, fabricating, fixing and keeping in position M.S. 1 kg INR
WORKS (PART-D) RUNGS in R.C.C. works at all depths and heights including
handling, transporting the steel to site workshop and site of
work, straightening, if required, cutting, bending to shape,
necessary tying and welding with reinforcement, adjustment
of shuttering, cleaning, surface preparation, shop primer as
per EIL Spec. 6-79-0020 (or Job Specification, wherever
applicable) and two coats of anticorrosive paint of approved
quality on the exposed portion of rungs etc. all complete as
specified and directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
114 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.23 Hand Railing 1000mm - Non FIM Items
WORKS (PART-D)
115 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.23.ME01 Supplying, fabricating and fixing in position at all locations 20 metre INR
WORKS (PART-D) 1000mm high INCLINED HAND RAILING (for staircases)
consisting of top rail, mid rail and vertical posts (Maximum
spacing 1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, bolting, grouting
with ordinary grout, cleaning, surface preparation, hot-dip
galvanising (80-85 micron as per IS:4759, IS:2629, IS:
4736, IS:2633), shop primer (1 coat of P6 of 40 micron) as
per Sl. No. 8.1 of Table 8.0 of EIL SPEC. 6-79-0020 (or as
per Job Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings) (SUPPLY
OF ALLMATERIALS IN CONTRACTOR'S SCOPE).
(Complete handrail work shall be measured as length of top
rail only and not length of each element fixed).
Page 22 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
116 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.23.ME02 "Supplying, fabricating and fixing in position at all locations 70 metre INR
WORKS (PART-D) 1000mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and
directed. Inter Connection of rail and post shall be pre fab
built up screwed / clamped connection(Kee
clamps/structural pipe fitting/tube fittings) (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).
117 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.24 Hand Railing 500mm - Non FIM Items
WORKS (PART-D)
Page 23 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
118 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.24.ME02 Supplying, fabricating and fixing in position at all locations 5 metre INR
WORKS (PART-D) 500mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings)(SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).
119 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.25 Mechanical Anchor fastners - Non FIM Items
WORKS (PART-D)
120 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.25.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 12mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
Page 24 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
121 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.25.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
122 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.25.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"
123 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.26 Chemical Anchor Fastner
WORKS (PART-D)
Page 25 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
124 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.26.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
12mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size, testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
125 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.26.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
16mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
Page 26 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
126 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.26.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
20mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"
127 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.7 BRICK MASONRY (REFER SPECIFICATION NO.6-68-
WORKS (PART-D) 0009)
128 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.7.9 CLASS 5.0 at all depths -Non FIM Items
WORKS (PART-D)
129 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.7.9.1 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-D) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all depths below plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
Page 27 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
130 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.7.9.2 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-D) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all heights above plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
131 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10 DEMOLISHING AND DISMANTLING (REFER SPEC NO. 6-
WORKS (PART-D) 68-0012)
132 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.1 Brickwork - Non FIM Items
WORKS (PART-D)
133 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.1.1 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-D) precautions) for all depths below plinth level including supply
of all tools and tackles, necessary scaffolding, propping,
underpinning, cleaning and stacking of serviceable material,
disposal of unserviceable material to spoil heaps anywhere
within the plant boundary, all complete as specified and
directed. (Excavation & backfilling shall be paid separately
under relevant items).
134 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.1.2 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-D) precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material to
spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
135 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.2 RCC - Non FIM Items
WORKS (PART-D)
Page 28 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
136 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.2.1 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-D) precautions) for all depths below plinth level including supply
of all tools & tackles, necessary scaffolding, propping,
underpinning etc., cutting, straightening, scraping and
cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation & backfilling shall be
paid separately under relevant items).
137 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.2.2 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-D) precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening, scraping
and cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed.
138 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.2.3 Chipping of RCC WORK (taking all necessary safety 1 m² INR
WORKS (PART-D) precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc., cutting,
lapping/welding of reinforcement bars as per drawings,
disposal of the unserviceable material to spoil heaps
anywhere within the plant boundary, all complete at all
heights and depths, as specified and directed. (Excavation
and backfilling shall be paid separately under relevant
items).
139 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.4 PCC _ Non FIM Items
WORKS (PART-D)
140 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.4.1 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-D) necessary safety precautions) for all depths below plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items)
Page 29 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
141 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.4.2 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-D) necessary safety precautions) for all heights above plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
142 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.6 Steelwork - Non FIM Items
WORKS (PART-D)
143 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.6.1 Dismantling bolted/rivetted/welded STRUCTURAL STEEL 1 MT INR
WORKS (PART-D) WORK of all descriptions (taking all necessary safety
precautions), including supply of all tools and tackles,
consumables, necessary scaffolding etc., providing
temporary bracings as required, cutting (by flame or saw)
gusset plates, bolts, nuts, weldings etc., transporting and
stacking of the serviceable materials, cleaning the site of
work of all unserviceable materials for disposal to spoil
heaps anywhere within the plant boundary, all complete at
all depths and heights, as specified and directed.
144 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11 MISCELLANEOUS ITEMS (REFER SPECIFICATION NO. 6-
WORKS (PART-D) 68-0013)
145 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.6 Sand Filling - Non FIM Items
WORKS (PART-D)
146 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.6.1 Supplying and filling approved SAND of specified quality 25 m³ INR
WORKS (PART-D) under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand, royalties,
transportation to site for all leads and lifts, including loading,
unloading, spreading in layers of loose thickness not
exceeding 150 mm, watering, ramming, compacting with
mechanical compactors and/or other equipment to the
specified levels to achieve 85% relative density as per
IS:2720 Part XIV, including preparation of subgrade to the
required slope, providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge. The rates
shall be inclusive of the cost of all labour, material,
equipments etc. all complete .
147 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.7 DPC - Non FIM Items
WORKS (PART-D)
Page 30 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
148 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.7.1 Providing and laying 40mm thick DAMP PROOF COURSE 1 m² INR
WORKS (PART-D) with plain cement concrete of nominal mix of 1:1.5:3 with
10mm & down size graded crushed stone aggregates in two
layers of 20mm thick with two coats of hot bitumen (Grade
A90/S90 conforming to IS:73) applied @ 1.7 Kg/sq.m. over
each layer as per specifications including cleaning, watering
the top surface of walls, centering, shuttering, placing,
tamping, curing, sprinkling an even layer of dry & sharp
sand over the hot bitumen etc. all complete as specified and
directed.
149 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.9 Dressing - Non FIM Items
WORKS (PART-D)
150 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.9.1 Dressing and trimming all around the completed 2 m³ INR
WORKS (PART-D) buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
151 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.10 BI-POLAR CONCRETE PENETRATING CORROSION
WORKS (PART-D) INHIBITING ADMIXTURE
152 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.10.1 Supplying and mixing of approved brand of BI-POLAR 175 kg INR
WORKS (PART-D) CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE (confirming to EIL Specification No. 6-68-
0017) in concrete as per manufacturer's specification for
protection of reinforcement against corrosion. Supply of
admixture in Contractor's scope.
153 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.14 BONDING FRESH CONCRETE TO OLD CONCRETE BY
WORKS (PART-D) EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
154 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.14.1 Epoxy Resin - non FIM Items
WORKS (PART-D)
155 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.14.1.1 Providing and applying approved EPOXY RESIN (prepared 2 kg INR
WORKS (PART-D) as per manufacturer's recommendation) for bonding of fresh
concrete to old concrete in all types of structure at all depths
and heights including cleaning of concrete surface,
removing of all loose concrete pieces, making rough by
chiselling, taking off the skin of concrete, application of
Epoxy Resin System by spraying, necessary working
platforms, props, scaffolding and other safety measures,
removal of same after completion etc. all complete as
specified and directed. (Excavation, backfilling, removal of
surplus earth, keeping pit dry by pumping/bailing subsoil
water shall be paid separately under relevant items).
Page 31 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
Page 32 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
165 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1 Installation of Casing pipe & CS Conduit for OFC (Including/
WORKS (PART-D) Excluding supply of casing pipe as defined in below & refer
SOW for further details) by jacking/ boring or open cut for
rail, road, drain, nala or canal crossings wherever required
(as defined in SOW) (including 500µm of Epoxy coating on
Casing Pipes, vent & drain pipes and CS Conduit as
required) in all types of soil and terrain separately for carrier
pipes and fiber optic cable/cable conduit, supply of all other
Contractor supplied materials viz. casing insulators and
casing end seals, materials for casing vents and drain
assemblies etc., including transportation, supply of all other
materials, equipment, consumables, man-power, welding
including visual inspection of all weld joints, installation of
casing insulators, end seals, vents and drain- off pipes,
backfilling and restoration as original of the facility crossed
and performing all works as per drawings, scope of work,
specifications, standards and instructions of Engineer-in-
Charge and provisions of Contract document.
166 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1.1V19 Scope of Work Supply & Installation of Casing Pipe Pipe 400 m INR
WORKS (PART-D) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 8.74 mm
167 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1.1V20 Scope of Work Supply & Installation of Casing Pipe Pipe 150 m INR
WORKS (PART-D) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing Open
Cut Thickness 8.74 mm
168 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1.1V24 Scope of Work Supply & Installation of CS Conduit Pipe 150 m INR
WORKS (PART-D) OD 168.3 mm Material Grade API 5L Gr. B/ IS 1239
Method of Crossing Open Cut Thickness 6.40 mm
169 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1.1V27 Scope of Work Supply & Installation of CS Conduit Pipe 400 m INR
WORKS (PART-D) OD 168.3 mm Material Grade API 5L Gr. B/ IS 1239
Method of Crossing Jacking/Boring Thickness 6.40 mm
170 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9 INSTALLATION OF PIPELINE BY TRENCHLESS
WORKS (PART-D) TECHNIQUE (USING HORIZONTAL DIRECTIONAL
DRILLING)
Page 33 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
171 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1 Complete work for all type of crossings (RIVER/CANAL/
WORKS (PART-D) DRAIN/ NALA/ ROAD/ RAILWAY/ UTILITY) (between the
limits as indicated in the drawing/ Scope of work) in all types
of soil/ rocky strata including all additional drilled lengths
necessitated by Contractor's design and based on site
conditions, carrying out geo-technical investigation, carrying
out topographical and hydrological survey and collection of
data to establish the bed of the water body (for River/
Unlined waterbody); calculation of scour depth of water body
crossings (for River/ Unlined Waterbody), including
construction design calculation and engineering of the
crossing for all types of crossings, "Receiving and taking-
over", handling, loading, transportation and unloading of
externally corrosion coated/ bare line pipes (as applicable)
from designated place(s) of issue/ dump site(s) to
Contractor's own stock-yard(s)/ work site; mobilization and
de- mobilization at site(s), supply of all materials as per
"Scope of Supply" all consumables, equipment, manpower,
other resources, temporary acquisition of additional land as
required for string preparations/ all other works, and
execution of, but not limited to, the following works in
accordance with specifications, drawings; preparation of
all necessary construction drawings for Owner's approval,
Preparation of detailed construction method statement,
calculations and installation procedures, Strings preparation
including welding, NDT of welds and re-beveled areas,
radiography, weld repair and re-test, pre-hydro testing of
completed string, corrosion coating of field joints with HDD
sleeves, inspection of corrosion coating and repair of
defects, installation of pipeline string by Horizontal
directional drilling, Supply & Installation of 6" size, 6.4 mm,
API 5L Gr. B/ IS 3589 Fe 410 CS conduit for OFC
(including 500µm of epoxy coating on CS Conduit as
required) below the lowest level of the crossing including
cover by separate horizontal directional drilling to the
correct profile as per approved drawings and specification,
Post-installation hydrotest including leaks and repair of
defects and retesting, etc. for defects attributed to
Contractor's faulty work, safe disposal of corrosion Inhibited
Page 34 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
172 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME01 Scope of Work Installation of Pipeline (Line Pipe Free 250 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Nagarjuna
Sagar Left Canal Chainage of Crossing 334.46308 km
Pipe Wall Thickness 11.91 mm
NOTES:
Page 35 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
173 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME02 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name Lined Canal
Chainage of Crossing 371.50816 km Pipe Wall Thickness
11.91 mm
NOTES:
Page 36 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
174 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME03 Scope of Work Installation of Pipeline (Line Pipe Free 100 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
highway Type of Soil/Strata Normal Strata (Soft Soil/
Sand/ Clay/ Silty Sand/ Silty Clay etc.) Crossing Name
Road Chainage of Crossing 333.36618 km Pipe Wall
Thickness 11.91 mm
NOTES:
Page 37 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
175 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME04 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Hard Strata (Soft Rock/
Murrum / Weathered Rock etc.) Crossing Name NH-565
(from Anumala to Narketpalli) Chainage of Crossing
361.45769 km Pipe Wall Thickness 11.91 mm
NOTES:
Page 38 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
176 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME05 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Hard Strata (Soft Rock/
Murrum / Weathered Rock etc.) Crossing Name SH-16
(from Mahabubnagar to Nalagonda) Chainage of Crossing
367.220 km Pipe Wall Thickness 11.91 mm
NOTES:
Page 39 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
177 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME06 Scope of Work Installation of Pipeline (Line Pipe Free 1500 m INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Hard Rock Crossing Name Krishna
River Chainage of Crossing 308.99431 km Pipe Wall
Thickness 11.91 mm
NOTES:
Page 40 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
178 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME07 Scope of Work Installation of Pipeline (Line Pipe Free 1000 m INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Any
unspecified crossing (Water body, NH, SH, Other roads,
Railway etc.) Type of Soil/Strata Any type of soil strata
Crossing Name Unlisted Crossing Chainage of Crossing
Any km Pipe Wall Thickness 11.91 mm
NOTES:
Page 41 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
180 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1 Supply, fabrication and installation of following types of
WORKS (PART-D) permanent markers along the route including all associated
civil works such as excavation in all types of soil,
construction of pedestals and grouting with concrete,
clearing, supply and application of approved color & text and
quality of primer and paint, stencil letter cutting for numbers,
direction, chainage etc., restoration of area to original
condition and performing all works as per drawings, scope
of work, specifications, standards and instructions of
Engineer-in-Charge.
181 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V1 Type of Marker Aerial Marker 29 nos INR
WORKS (PART-D)
182 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V2 Type of Marker Direction Marker 70 nos INR
WORKS (PART-D)
183 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V3 Type of Marker Kilometer Marker 115 nos INR
WORKS (PART-D)
184 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V4 Type of Marker Navigable Waterway Marker 16 nos INR
WORKS (PART-D)
185 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V5 Type of Marker Pipeline Warning Marker 115 nos INR
WORKS (PART-D)
186 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V6 Type of Marker ROU Boundary Marker 550 nos INR
WORKS (PART-D)
187 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15 REPAIR OF DEFECTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-D)
188 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1 Repair of defects in Pipes/ Line Pipes
WORKS (PART-D)
Repair of defects in pipes/ line pipes (by Cutting and re-
beveling including NDT of re-beveled area or by Jack out) of
all thicknesses and external coating noted at the time of
taking delivery by Contractor, including performing all works
as per specifications, scope of work, standards and
directions of Engineer-In-Charge, supply of all repair
material and inspection.
189 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.1V7 Type of Repair by Cutting and re-beveling including NDT 15 nos INR
WORKS (PART-D) (for dent exceeding 3mm in depth) Pipe OD 406.4 mm
190 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.1V8 Type of Repair by Jack out for dents in bevels (for dent 10 nos INR
WORKS (PART-D) between 1 mm and 3 mm in depth) Pipe OD 406.4 mm
Page 42 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
191 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.2 Repair of Holiday/ Cosmetic defects in Coating
WORKS (PART-D)
Supply of all coating repair materials as per the
requirements of the relevant specifications, supply of all
consumables, utilities, equipment, and all manpower
required, pipe cleaning and surface preparation, repairing of
coating defects (resulting in holiday in coating) and testing
including all handling, transportation, etc. for line pipes,
performing all works necessary for the completion of the
works strictly in accordance with the relevant specifications
and instructions of Engineer-in-Charge. This rate shall be
applicable per sq. cm of the exposed steel area and/ or
damaged coating area, as applicable.
192 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.2.1V1 Type of Repair Repair of Cosmetic defects Type of 5000 SCM INR
WORKS (PART-D) Coating 3LPE
193 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.2.1V2 Type of Repair Repair of Holiday Type of Coating 3LPE 10000 SCM INR
WORKS (PART-D)
194 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-D)
195 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16.1 Repair of Leaks/ Bursts in Pipeline
WORKS (PART-D)
All works for locating any major leak/burst (occurred during
hydrostatic testing) or any minor leak by sectionalizing or
any other methods which cannot be located by visual
means, including necessary repairing/ replacing defective
pipe length, including cutting and removing out defective
pipes, transportation, pretesting of replacement pipe and
welding into mainline, NDT of welds and re-beveled area,
repair and re-testing of defective welds, coating/ painting of
welded joints, clean-up, retesting the pipeline/ pipe segment
including providing all necessary equipment, labour,
materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.
Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.
196 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16.1.1V11 Type of Leak Major Leak (detected by visual method) 5 nos INR
WORKS (PART-D) Pipe OD 406.4 mm
Page 43 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
197 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16.1.1V18 Type of Leak Minor Leak (detected by sectionalizing) 5 nos INR
WORKS (PART-D) Pipe OD 406.4 mm
198 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16.2 Repair of Leak/ Burst in Terminal Piping 20 Inch Mtr INR
WORKS (PART-D)
All works for repair of leak/burst (occurred during hydrostatic
testing) by necessary repairing/ replacing defective pipes/
fittings/ flanges etc., including cutting and removing out
defective items, transportation, welding, NDT of welds and
re-beveled area, repair and re-testing of defective welds,
coating/ painting of welded joints, clean-up, retesting the
pipe segment including providing all necessary equipment,
labour, materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.
Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.
199 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17 IDLE TIME PRESERVATION WORKS
WORKS (PART-D)
200 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1 Idle time preservation of Pipeline and Associated facilities:
WORKS (PART-D)
Preservation of complete pipeline and associated facilities
and its maintenance by filling and pressurizing with nitrogen
including supply and maintenance of nitrogen or by filling
and pressurizing with corrosion inhibited water including
supply and maintenance of water with regular dosing of
inhibitor to maintain the effectiveness of the inhibitor water
(along with disposal of corrosion inhibited water at a proper/
suitable location, after due preservation works) and supply
of all consumables, all equipment, man- power, etc.,
complete as per the requirements of specifications, scope of
work, standards, other provisions of Contract document and
instructions of Engineer-in- Charge as per following details:
201 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V22 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 3 to 6 Month
202 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V24 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 6 to 9 Month
Page 44 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
203 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V25 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 9 to 12 Month
204 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V39 Type of Preservation By Filling Corrosion Inhibited Water 113770 metre INR
WORKS (PART-D) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period Up to
3 Month
205 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V46 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 12 to 18 Month
206 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V47 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 18 to 24 Month
207 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V48 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period Up to 3 Month
208 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V49 Type of Preservation By Filling Corrosion Inhibited Water 113770 metre INR
WORKS (PART-D) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period 3 to 6
Month
209 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22 PIPING WORKS IN DESPATCH/ RECEIPT/
WORKS (PART-D) INTERMEDIATE PUMPING/ COMPRESSOR/
INTERMEDIATE PIGGING/ SV/ SIV/ BLOCK VALVE/ TAP
OFF STATIONS
210 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2 INSTALLATION OF VALVES/FLOW METERS/
WORKS (PART-D) STRAINERS/ SCRAPER TRAPS/ EQUIPMENT/ SKIDS
Page 45 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
211 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2.1 Receiving and taking over of all Owner supplied/ Free
WORKS (PART-D) Issued materials, equipment including skids from Owner's
designated place(s) of issue, transportation including
loading, unloading, handling from Owner's designated
place(s) of issue to Contractor's owned/ hired stock yard(s)/
work site(s)/ work shop(s) including arranging all necessary
intermediate storage area(s) thereof, as required; supply of
all materials, equipment, consumables as defined in
Contractor's scope of supply and its transportation to the
work site(s);installation of valves, flow meters, strainers,
scraper traps including QOEC, equipment, skids etc., supply
and fixing of gaskets, stud bolts, nuts of all sizes including
torque tightening as applicable, leveling, aligning,
installation and assembly of accessories, including
accessories for actuators, making electrical/ pneumatic
connections for such actuators, if any, by bolting/threading
or welding of pipes at all elevations, hook up works with
others facilities as necessary as per P&ID, testing,
completing all works in all respects as per drawings, scope
of work, specifications, standards, other provisions of
Contract and directions of the Engineer-in-Charge. For all
Instrumentation items, details/ specifications/ datasheets
are covered elsewhere in the tender document.
212 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2.1.1V13 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-D) Item Type Scraper Launcher Major Barrel 508 mm
Minor Barrel 406.4 mm Rating 600#
213 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2.1.1V14 Installation of Scraper Launcher/Receiver as defined below: 2 nos INR
WORKS (PART-D) Item Type Scraper Receiver Major Barrel 559 mm
Minor Barrel 406.4 mm Rating 600#
214 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2.1.5V89 Installation of Valve (Ball/ Plug/ Gate/ Globe/ Check/ 6 nos INR
WORKS (PART-D) PCV/FCV/SDV/Butterfly) as below: Installation Above
Ground End Type Butt Welded Operation Actuated
(MOV) Size 406.4 mm Rating 600#
215 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3 RADIOGRAPHY WORKS
WORKS (PART-D)
216 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1 Performance of radiographic inspection of piping of all
WORKS (PART-D) types, sizes, thickness including providing or hiring of all
necessary equipment, supply of all consumables including
radiographic films and whatever else even though not
expressly mentioned but required to perform the work as per
specification and instructions of Engineer-in-Charge. All
works shall be done as per details below:
Page 46 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
217 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V3 Pipe OD 114.3 mm 15 nos INR
WORKS (PART-D)
218 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V8 Pipe OD 60.3 mm 30 nos INR
WORKS (PART-D)
219 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V14 Pipe OD 48.3 mm 25 nos INR
WORKS (PART-D)
220 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V16 Pipe OD 26.7 mm 25 nos INR
WORKS (PART-D)
221 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V17 Pipe OD 33.4 mm 30 nos INR
WORKS (PART-D)
222 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4 PAINTING WORKS
WORKS (PART-D)
223 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1 Supply of paints, solvents and primers, preparation of
WORKS (PART-D) surfaces and application of primer and finish paints suitable
for highly corrosive/corrosive/ normal corrosive painting
environment for above ground piping including valves &
fittings as defined in contract document and as per standard
specification for Surface preparation and protective coating,
identification, lettering/ numbering, colour coding etc. as
specified including rub down and touch up of shop primer or
scrapping of shop primer wherever required and providing of
scaffolding for all heights, labour, materials, tools and
tackles, consumables, supervision etc. to complete the work
in all respect as per Standard/ Job Specification, Drawings,
Standards and instruction of Engineer-in-Charge. All works
shall be done as per details below
224 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V8 Pipe OD 33.4 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
225 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V9 Pipe OD 48.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
226 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V10 Pipe OD 60.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
227 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V11 Pipe OD 114.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
228 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V17 Pipe OD 60.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine
229 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V18 Pipe OD 114.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine
230 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V22 Pipe OD 26.7 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
231 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V23 Pipe OD 406.4 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
232 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V27 Pipe OD 33.4 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine
Page 47 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
233 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V28 Pipe OD 26.7 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine
234 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V29 Pipe OD 48.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine
235 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V30 Pipe OD 406.4 mm Painting Environment Industrial 150 m INR
WORKS (PART-D) Marine
236 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24 SUPPLY OF ASSORTED PIPES
WORKS (PART-D)
237 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of pipes as per EIL
Specification No. 6-44-0051 (Technical notes for Pipes) & its
addendum (if any), PMS & any other information forming the
tender document as per the following details:
238 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24.1.1V9 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-D) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 48.3 mm Wall thickness (mm) / Schedule XS
239 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24.1.1V10 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-D) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 33.4 mm Wall thickness (mm) / Schedule XS
240 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24.1.1V11 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-D) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 26.7 mm Wall thickness (mm) / Schedule S160
Page 48 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
243 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V5 Flanges for Piping (PMS) Type Socket Welded (SW) 15 nos INR
WORKS (PART-D) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 48.3 mm Wall thickness (mm)/ Schedule XS
244 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V6 Flanges for Piping (PMS) Type Socket Welded (SW) 15 nos INR
WORKS (PART-D) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 33.4 mm Wall thickness (mm)/ Schedule XS
245 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V7 Flanges for Piping (PMS) Type Socket Welded (SW) 15 nos INR
WORKS (PART-D) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 26.7 mm Wall thickness (mm)/ Schedule S160
246 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V53 Flanges for Piping (PMS) Type Blind Face Raised 15 nos INR
WORKS (PART-D) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 26.7
mm Wall thickness (mm)/ Schedule NA
247 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V55 Flanges for Piping (PMS) Type Blind Face Raised 15 nos INR
WORKS (PART-D) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 48.3
mm Wall thickness (mm)/ Schedule NA
248 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V158 Flanges for Piping (PMS) Type Blind Face Raised 15 nos INR
WORKS (PART-D) Face(RF) Standard ASME B 16.5 Finish (AARH) 63-
125 Rating 600# Material ASTM A 105 Pipe OD 33.4
mm Wall thickness (mm)/ Schedule NA
Page 49 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
251 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V19 Type ELBOW 90 DEG Ends/ Rating Socket Welded / 15 nos INR
WORKS (PART-D) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
252 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V187 Type HALF COUPLING Ends/ Rating Socket Welded / 25 nos INR
WORKS (PART-D) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
253 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V194 Type FULL COUPLING Ends/ Rating Socket Welded / 50 nos INR
WORKS (PART-D) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
254 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V200 Type HALF COUPLING Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-D) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
255 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V215 Type CONCENTRIC SWAGE Ends/ Rating Socket 40 nos INR
WORKS (PART-D) Welded / 6000# Standard BS-3799 Material ASTM A
105 (CHARPY) OD1 26.7 mm Wall thickness (mm)/
Schedule 1 NA OD2 21.3 mm Wall thickness (mm)/
Schedule 2 NA
256 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V227 Type FULL COUPLING Ends/ Rating Socket Welded / 50 nos INR
WORKS (PART-D) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA
257 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V229 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 20 nos INR
WORKS (PART-D) Standard MSS SP97 Material ASTM A 105 OD1 26.7
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA
258 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V230 Type SOCKOLET Ends/ Rating Socket Welded / 3000# 20 nos INR
WORKS (PART-D) Standard MSS SP97 Material ASTM A 105 OD1 33.4
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA
Page 50 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
260 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.27.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of valves (including
commissioning spares (as applicable)) as per EIL
Specification No. 6-71-0014 (Specification for Ball Valves), 6-
71-0016 (Specification for Plug Valves), 6-71-0017
(Specification for Check Valves), 6-44-0052 (Technical
notes for valves) & their addendum (if any), Job
Specifications, Datasheets, VMS, PMS & any other
information forming the tender document, as per the
following details
261 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.27.1.1V47 Type Gate Valve Ends Socket Welded Standard API 40 nos INR
WORKS (PART-D) 602 Rating 800# Operation Manual Installation
Above Ground Size 26.7 mm Datasheet No. B414-000-
83-41-DS-0080
262 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.27.1.1V48 Type Gate Valve Ends Socket Welded Standard API 10 nos INR
WORKS (PART-D) 602 Rating 800# Operation Manual Installation
Above Ground Size 33.4 mm Datasheet No. B414-000-
83-41-DS-0080
263 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36 SUPPLY OF GASKETS
WORKS (PART-D)
264 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Gaskets as per
EIL Specification no. 6-44-0056 (Technical Notes for
Gaskets), PMS & any other information forming part of the
tender document, as per the following details:
265 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V3 Type Spiral Wound Standard ASME B 16.5 & ASME B 20 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
33.4 mm Rating 600#
266 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V4 Type Spiral Wound Standard ASME B 16.5 & ASME B 112 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
60.3 mm Rating 600#
267 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V5 Type Spiral Wound Standard ASME B 16.5 & ASME B 40 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
114.3 mm Rating 600#
Page 51 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
268 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V27 Type Spiral Wound Standard ASME B 16.5 & ASME B 10 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
323.9 mm Rating 600#
269 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V28 Type Spiral Wound Standard ASME B 16.5 & ASME B 20 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
406.4 mm Rating 600#
270 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37 SUPPLY OF FASTENERS
WORKS (PART-D)
271 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Fasteners as per
EIL Specification no. 6-44-0057 (Technical Notes for
Fasteners), ASME B 18.2, PMS & any other information
forming part of the tender document, as per the following
details:
272 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V2 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 96 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 0.625 Inch Bolt Length
3.50 Inch
273 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V6 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 1056 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 0.625 Inch Bolt Length
4.25 Inch
274 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V9 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 192 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 0.875 Inch Bolt Length
5.75 Inch
275 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V36 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 144 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 1.250 Inch Bolt Length
10.00 Inch
276 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V37 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 216 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 1.500 Inch Bolt Length
11.50 Inch
277 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.47 HYDRAULIC BOLT TENSIONING
WORKS (PART-D)
Page 52 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
278 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.47.1 Carrying out tensioning of bolted joints on all types of piping
WORKS (PART-D) as per specification (EIL Specification no. 6-76-0002 or any
other job specification, as included in tender document)
including supply of all materials, recording devices,
instruments etc.; providing all specialized equipment,
skilled/ unskilled man power, specialist, supervisory staff
and completing the work in all respects as per scope of
work, specifications, provisions of Contract document and
instructions of engineer-in-charge for following details
279 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.47.1.1V8 Joint Size 323.9 mm Rating 600# 6 nos INR
WORKS (PART-D)
280 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.47.1.1V27 Joint Size 406.4 mm Rating 600# 6 nos INR
WORKS (PART-D)
281 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.51 TRANSPORTATION OF SURPLUS ITEMS TO OWNER'S
WORKS (PART-D) DESIGNATED STORAGE YARD/ DUMPSITE (AFTER
COMPLETION OF INSTALLATION WORKS)
282 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.51.1 Loading, transportation including all works necessary for
WORKS (PART-D) transportation, loading, unloading, handling, stacking etc. of
all surplus piping/ pipeline material from Contractor’s
storage yard/ worksite/ temporary storage facility including
arrangement of all handling equipment such as trailers,
trucks, cranes etc, carrying out inspection of surplus
material & recording of pipe & coating defects & any other
defects in the surplus material at the time of handing over in
the presence of Company's representative at Owner
designated storage yard/ dump site & as per the Scope of
work, other provisions of the Contract and instructions of
Engineer-in-Charge.
283 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.51.1.1V6 Approximate Distance of transport 170 km 5 MT INR
WORKS (PART-D)
Page 53 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
284 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME60 INSTALLATION OF STEEL PIPELINE IN UNRESTRICTED
WORKS (PART-D) ROU
The works shall include, but not limited to, the following:
Page 54 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
286 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME60.02 Scope of Work Installation of Pipeline (Line Pipe Free 1960 m INR
WORKS (PART-D) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7.92 mm
287 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME60.03 Scope of Work Installation of Pipeline (Line Pipe Free 5650 m INR
WORKS (PART-D) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 11.91 mm
288 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME61 BACKFILLING WITH SELECT SOIL
WORKS (PART-D)
Unit rate over and above item no. 01PP.ME60 for supply of
specified and approved quality of sand (for station
approaches) or approved quality of cohesion-less soil as
backfill material like graded sand, morrum, silty sand etc.
(for seismic zones along pipeline route) including supply of
sand or approved quality of backfill material like graded
sand /other types of soil etc. in place of available excavated
material and/ or other suitable soil as per applicable
standards/ specifications, including backfilling of excavated
trench for specified length after laying of pipeline and optical
fibre cables/ cable conduit, including transportation of
backfill material over all distances and disposal of surplus
excavated soil. All work shall be executed as per following
details:
289 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME61.01 Type of Backfill Station Approach Pipe OD 406.4 mm 750 m INR
WORKS (PART-D) Distance of Transport Within 25km
290 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME61.02 Type of Backfill Station Approach Pipe OD 406.4 mm 750 m INR
WORKS (PART-D) Distance of Transport Beyond 25km
Page 55 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
291 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME63 ANTI-BUOYANCY MEASURES FOR PIPELINE
WORKS (PART-D) (CONTINUOUS CONCRETE WEIGHT COATING)
Unit rate for additional work over and above item no.
01PP.ME60 for supply of all consumables and materials and
application of continuous concrete weight coating on pipes
of all wall thicknesses except weld joints as mentioned
below and/or supply of all consumables and materials in all
areas of work except waterbody crossings covered
separately, and performing all works as per scope of work,
specifications, standards and instructions of Engineer-in-
Charge and other provisions of Contract document. All work
shall be executed as per following details:
292 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME63.01 Type of Protection Concrete Weight Coating Pipe OD 1470 m INR
WORKS (PART-D) 406.4 mm Pipe Wall Thickness 7 mm Concrete Weight
Thickness 65 mm
293 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME63.02 Type of Protection Concrete Weight Coating Pipe OD 390 m INR
WORKS (PART-D) 406.4 mm Pipe Wall Thickness 7.92 mm Concrete
Weight Thickness 60 mm
294 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME63.03 Type of Protection Concrete Weight Coating Pipe OD 30 m INR
WORKS (PART-D) 406.4 mm Pipe Wall Thickness 11.91 mm Concrete
Weight Thickness 35 mm
295 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME64 ANTI-BUOYANCY MEASURES FOR PIPELINE (GEO-
WORKS (PART-D) TEXTILE BAGS)
Unit rate for additional work over and above item no.
01PP.ME60 for design, manufacture and supply of non-
biodegradable geo-textile bags (made of polypropylene
fabric) materials and installation of geotextile bags duly filled
with gravel/stone ballast on pipelines of all wall thickness for
anti-buoyancy as mentioned below and/or supply of all
consumables and materials in all areas of work except
waterbody crossings covered separately, including carrying
out the necessary weight calculations of geo-textile bags &
getting the same approved from the Owner and performing
all works as per scope of work, specifications, standards
and instructions of Engineer-in-Charge and other provisions
of Contract document. All work shall be executed as per
following details:
296 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME64.01 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 50 m INR
WORKS (PART-D) Pipe Wall Thickness 7 mm
297 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME64.02 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 50 m INR
WORKS (PART-D) Pipe Wall Thickness 7.92 mm
Page 56 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
298 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME64.03 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 30 m INR
WORKS (PART-D) Pipe Wall Thickness 11.91 mm
299 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME65 SOIL STABILIZATION
WORKS (PART-D)
Unit rate for additional works over and above item no.
01PP.ME60 for supply, fabrication and installation for
protection and stabilization of banks of water crossings or
stabilization of soil in hilly areas including supply of all
materials, equipment, consumables, manpower and
performing works as per drawings, scope of work,
specifications, standards and any additional provision
specific to job requirements as per instructions of Engineer-
in-Charge and provisions of Contract. All work shall be
executed as per following details:
300 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME65.01 Works Related to Bank Stabilization 500 sqm INR
WORKS (PART-D)
301 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME65.02 Works Related to Slope Stabilization 500 sqm INR
WORKS (PART-D)
302 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-D) ASSISTANCE FOR PIPELINES
303 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.01 Pre-Commissioning Works as per details: Type of Activity 113770 m INR
WORKS (PART-D) Dewatering Pipe OD 406.4 mm
304 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.02 Pre-Commissioning Works as per details: Type of Activity 113770 m INR
WORKS (PART-D) Drying Pipe OD 406.4 mm
Page 57 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
305 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.03 Pre-Commissioning Works as per details: Type of Activity 113770 m INR
WORKS (PART-D) Swabbing Pipe OD 406.4 mm
306 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.04 Pre-Commissioning Works as per details: Type of Activity 113770 m INR
WORKS (PART-D) Inertisation by Nitrogen Pipe OD 406.4 mm
307 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.05 Commissioning Assistance: All works for Commissioning 113770 m INR
WORKS (PART-D) assistance as per details below: Pipe OD 406.4 mm
308 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME67 DIGITIZATION OF PIPELINE CONSTRUCTION ACTIVITY
WORKS (PART-D)
Supply of qualified manpower (at least 2 nos. personnel per
construction spread) having knowledge of pipeline laying
and associated activities for entering all the construction
data/ reports pertaining to various pipeline construction
activities such as route survey, backfilling, OFC/ OFC duct
laying, various crossings, HDDs, hydrotesting, WPS, PQR
etc., in the Owner’s digitization software (software owned by
the Owner) using hardware supplied by the Owner as free
issue, updating of all construction progress exclusively
through the software in digital form on a daily basis without
exception, final submission of all the construction activities
related data in Owner owned ArcGIS based software for
generating digital reports of the entire gamut of pipeline
construction activities from beginning of site work to end of
commissioning including obtaining of prior approval from the
Consultant/ Engineer-In-Charge after daily verification of the
data, arrangement of the required number of high speed
internet connections (preferably 4G/ 5G or equivalent
speeds) including payment of internet charges till the
completion of the digitization activity, procurement of
hardware such as modems/ SIMs etc., needed to maintain
the internet connections and returning the free issued IT
assets/ hardware back to the Owner without any damage/
loss whatsoever including all works as per applicable
standards/ specifications/ provisions of the tender document
& as per the instructions of the Engineer-In-charge.
NOTES:
Page 58 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
310 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME68 FABRICATION, ERECTION, INSTALLATION AND
WORKS (PART-D) TESTING OF SECTIONALIZING VALVE (SV) STATION,
STATION BLOCK VALVE (SBV) & ASSOCIATED PIPING
Page 59 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
311 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME68.01 Installation of SV inside valve pit (design & construction of 3 nos INR
WORKS (PART-D) valve pits for SVs not in the scope of this tender) including
all branch connections as applicable, all associated piping
including all associated flanges, fittings & fasteners etc., all
impulse piping, valves of all sizes, mounting of instruments
etc. complete as per the P&ID and GAD of SV Stations and
as per the scope of work, applicable conditions of this
tender & as per the instructions of the Engineer-In-Charge.
NOTE:
312 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME68.02 Installation of SBV inside valve pit (design & construction of 3 nos INR
WORKS (PART-D) valve pits for SBVs are not in the scope of this tender) all
associated flanges, fittings & fasteners complete in all
respects as per applicable P&ID(s) and GAD(s) and as per
the scope of work, applicable conditions of this tender & as
per the instructions of the Engineer-In-Charge.
NOTE:
Page 60 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
313 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME69 PIPE SUPPORT WORKS
WORKS (PART-D)
Supply of all materials required for fabrication of pipe
supports & special supports including supply of bolts, nuts,
washers, U Clamps, Wooden Blocks, Teflon Pads, SS
Plates (as required) etc. as mentioned in the drawing/
standards and as defined in scope of work document,
fabrication and erection of pipe/ equipment supports (for all
sizes/ thickness) including shoes, pipes, cradles, turn
buckles, T-posts for all types of guides, anchors, special
supports, reinforcement pads for all types of supports
including full encirclement supports, for cold/hot insulated
pipes etc. if applicable, all necessary equipment,
consumables, labour etc. for completing all works, supply
and application of paints and primers suitable for painting
environment as defined in contract document and as per
standard specification for Surface preparation and protective
coating and completing the work as per drawings, scope of
work, specifications, standards, other provisions of Contract
and instruction of Engineer-in-Charge.
314 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME69.01 CS Structural Steel 3 MT INR
WORKS (PART-D)
Page 61 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
315 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME70 DRONE PHOTOGRAPHY/ VIDEOGRAPHY
WORKS (PART-D)
Carrying out periodic Drone Photography/ Videography or
engaging a suitable agency to carry out Drone Photography/
Videography with date & time stamp and geo tags as per
the applicable specification/ standards for the same for the
entire pipeline section, covering all construction activities
consisting before construction and after construction
footages/ photographs including obtaining required
approvals from agencies having jurisdiction to fly the
drones, transmitting the live video feed to BPCL officers at
designated locations/ regional offices, keeping records/
archives of the photography/ videography, submission of the
same after completion of the job etc. The scope of supply of
this item shall include supply of the required camera
equipped DGCA registered drone(s) with valid UIN(s), all
required manpower with valid Remote Pilot Certificate(s)
issued by DGCA to fly the drone(s), all hardware, software &
IT assets required, all spares required for operation &
maintenance of the drone(s) etc. Repair of any damage to
the drone or replacement of the drone in the event of loss/
complete damage shall be done by the Contractor/ agency
engaged by the Contractor without any cost or time
implication to the Client whatsoever.
NOTE:
316 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME70.01 Drone photography/ videography of all pipeline laying & 1 Lumpsu INR
WORKS (PART-D) related construction activities. m
Page 62 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
317 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71 RADIOGRAPHY-SAFE RADIATION TECHNOLOGY
WORKS (PART-D)
Radiography using safe radiation technology (Se-75 source)
Performance of radiographic inspection on pipeline/ piping
(as applicable) of all types & thickness including providing or
hiring of all necessary equipment and whatever else even
though not expressly mentioned but required to perform the
work as per requirements specified in the Piping Scope of
Work, Safe radiography specifications and by instructions of
Engineer in-charge by using Se-75 source based
radiographic system enclosed in a lead chamber unit so that
radiography can be taken at erection site with minimum
cordon off distance. Radiographs shall be submitted to the
Engineer in-charge. (Repeat Radiography due to defective
radiograph on repaired joints due to Contractor's fault and
for additional radiography necessitated due to poor
performance of contractor's welder shall be done at
contractor's cost).
NOTE:
318 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-D)
319 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.01.01 OD 406.4 mm (NB 16 Inch) 11340 nos INR
WORKS (PART-D)
320 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-D)
321 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.02.01 OD 60.3 mm (NB 2 Inch) 64 nos INR
WORKS (PART-D)
322 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.02.02 OD 114.3 mm (NB 4 Inch) 106 nos INR
WORKS (PART-D)
323 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.02.04 OD 406.4 mm (NB 16 Inch) 6 nos INR
WORKS (PART-D)
Page 63 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
NOTE:
325 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-D)
326 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.01.01 OD 406.4 mm (NB 16 Inch) 5670 nos INR
WORKS (PART-D)
327 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-D)
328 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.02.01 OD 60.3 mm (NB 2 Inch) 32 nos INR
WORKS (PART-D)
329 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.02.02 OD 114.3 mm (NB 4 Inch) 53 nos INR
WORKS (PART-D)
330 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.02.04 OD 406.4 mm (NB 16 Inch) 3 nos INR
WORKS (PART-D)
331 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73 FABRICATION OF LR BENDS
WORKS (PART-D)
Transportation of Company supplied free issue or
Contractor procured bare line pipes (as detailed
subsequently) to fabrication shop, fabrication of long radius
bends, transportation of fabricated LR bends to coating
plant (if required), factory application of 3LPE/ PU coating of
all LR bends at the coating plant, testing and transportation
of complete & factory coated LR bends to
worksite(s)/workshop(s) including loading, unloading and
handling as per Scope of work and other provisions of the
Contract as per the following details.
Page 64 of 65
Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)
332 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.01 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 35 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
333 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.02 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 21 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
334 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.03 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 10 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
335 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.04 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 8 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
336 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.05 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 2 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
337 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.06 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 2 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
338 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.07 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 2 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
339 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.08 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 2 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
SUB BASIC TOTAL 0.00
BASIC TOTAL 0.00
OVERALL REBATE %
FINAL AMOUNT ( EXCL GST) 0.00
GST@18% 0.00
FINAL AMOUNT ( INCL GST) 0.00
Page 65 of 65
Notes:
1 Bidder shall furnish CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY THE BIDDER) to be imported in the above Format.
2 Bidder to consider import tax credit of IGST available at their end (in case of import of raw materials/components) in their quoted prices.
3 Merit rate of custom duty shall be applicable.
Page 1 of 1
SCOPE OF WORK
FOR
PIPELINE LAYING AND HDD WORKS
(PIPELINE ENGINEERING DEPARTMENT)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
CONTENTS
5.0 SCOPE OF WORK AND SCOPE OF SUPPLY FOR OTHER DISCIPLINES ....... 29
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
1.0 INTRODUCTION
To meet the growing demand of Petroleum products in state of Andhra Pradesh
and Telangana, M/s Bharat Petroleum Corporation Ltd. (BPCL), a Maharatna
Company envisages to lay a cross country multi product pipeline (approx. Length
422km) from BPCL, Krishnapatnam Dispatch Terminal situated at Krishnapatnam
Coastal Installation in Andhra Pradesh to upcoming Receipt Terminal at Malkapur
(Hyderabad) in Telangana with intermediate Tap off point at Ongole Depot en-
route.
The scope of work for the proposed multi-product pipeline from Krishnapatnam
Dispatch Terminal to Receipt Terminal at Malkapur (Hyderabad) has been
indicated in schematic drawing no. B414-000-83-41-30001 and as described
below:
PART – A
Part-A covers approx. 138.200 km long 16” OD pipeline and associated works
from Ch. 0.000 km (Krishnapatnam Dispatch Terminal in Andhra Pradesh) to Ch.
138.200 km (scrapper receiver at IP-1 cum Tap off Point at Ongole in Andhra
Pradesh). This part includes Pipeline laying works, installation of scrapper
launcher at Krishnapatnam Dispatch Terminal in Andhra Pradesh, installation of
scrapper receiver at Intermediate Pigging Station IP-1 cum Tap off Point at
Ongole, installation of all station isolation valves (SIVs), MOVs (Motor Operated
Ball Valves), flow tees, insulating joints (IJs), pig signallers on the main pipeline
section & all station piping works at seven (7 nos.) sectionalizing valve (SV)
stations (SV-1 to SV-7) including installation of SVs as detailed subsequently. This
part also include works such as installation of pipeline using HDD technique across
rivers/ canals/ fish ponds/ Railways/ NH/ SH crossings as specified elsewhere in
bid document.
PART – B
Part-B covers approx. 95.300 km long 16” OD pipeline and associated works from
Ch. 138.200 km (from scrapper launcher at IP-1 cum Tap off Point at Ongole in
Andhra Pradesh) to Ch. 233.500 km (scrapper receiver at IP-2 in Andhra
Pradesh). This part includes Pipeline laying works, installation of scrapper
launcher IP-1 cum tap off point at Ongole, installation of scrapper receiver at
Intermediate Pigging Station IP-2, installation of all station isolation valves (SIVs),
MOVs (Motor Operated Ball Valves), flow tees, insulating joints (IJs), pig signallers
on the main pipeline section & all station piping works at two (2 nos.) sectionalizing
valve (SV) stations (SV-8 & SV-9) including installation of SVs as detailed
subsequently. This part also include works such as installation of pipeline using
HDD technique across rivers/ canals/ fish ponds/ Railways/ NH/ SH crossings as
specified elsewhere in bid document.
PART – C
Part-C covers approx. 75.182 km long 16” OD pipeline and associated works from
Ch. 233.500 km (from scrapper launcher at IP-2 in Andhra Pradesh) to Ch.
308.682 km (upstream side of Krishna river) (centerline chainage of Krishna river
is 308.944km). This part includes Pipeline laying works, installation of scrapper
launcher at IP-2 and all station piping works at two (2 nos.) sectionalizing valve
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
1.1 This document covers details of work tendered, scope of work, scope of supply
pertaining to pipeline laying and associated works.
1.2 Battery limit scope of this tender shall be laying of main pipeline section (16” OD)
from scrapper launcher at Krishnapatnam Dispatch Terminal (DT) up to scrapper
receiver at BPCL’s Receipt Terminal (RT) at Malkapur, Hyderabad including all
above ground main pipeline section up to launchers/ receivers, installation of all
scrapper launchers and receivers at Dispatch Terminal (DT), Receipt Terminal
(RT) & at all 3 nos. Intermediate Pigging stations (IP-1 cum tap off, IP-2 & IP-3),
installation of all station isolation valves (SIVs), MOVs (Motor Operated Ball
Valves), flow tees, insulating joints (IJs), pig signallers on the main pipeline
section. Station Piping works at all SV stations including installation of all SVs
(Sectionalizing Ball valves) shall also be in the scope this tender.
Note:
Piping for vent/ drain/kicker line/ instruments on scrapper launchers/ receivers is
not part of scope of this tender and shall be covered in separate composite
mechanical tender for station works to be floated separately.
Separate composite mechanical tender shall be floated for station piping and
associated civil works at DT, IP-1, IP-2, IP-3 and RT and shall not be part of
scope of this tender.
Separate civil works tender shall be floated for DT, IP-1, IP-2, IP-3, SV-1 to SV-
14 and RT and shall not be part of scope of this tender.
Separate E&I (Electrical and instrumentation) composite works tender shall be
floated for DT, IP-1, IP-2, IP-3, SV-1 to SV-14 and RT.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
2.1.1 PART-A
a) Laying of approx. 138.200 km long, 16" (406.4 mm) OD, 7.0/ 7.92/ 11.91mm
WT, API 5L Gr. X-65 PSL-2, SAWL/ HFW main pipeline from Ch. 0.000 km
(Krishnapatnam Dispatch Terminal in Andhra Pradesh) to Ch. 138.200 km
(scrapper receiver at IP-1 cum Tap off Point at Ongole in Andhra Pradesh).
d) All station piping works at seven (7 nos.) sectionalizing valve (SV) stations
(SV-1 to SV-7) including installation of SVs.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
e) Installation of pipeline using HDD technique across rivers/ canals/ fish ponds/
Railways/ NH/ SH crossings as specified elsewhere in bid document.
Termination point shall be welded type only. Contractor shall weld an end cap
after successful completion of installation & testing of their part.
k) All works related to Optical fibre cable laying sub-ducted in HDPE conduit as
mentioned elsewhere in the bid document.
l) All works related to Cathodic Protection (TCP) for Part-A (From Ch.0.000KM
to Ch. 138.200km) as mentioned elsewhere in the bid document.
m) All works related to Cathodic Protection (PCP) for Part-A & Part-B (i.e. From
Ch. 0.000km to Ch. 233.500km) as mentioned elsewhere in the bid document.
2.1.2 PART-B
a) Laying of approx. 95.300 km long, 16" (406.4 mm) OD, 7.0/ 7.92/ 11.91mm
WT, API 5L Gr. X-65 PSL-2, SAWL/ HFW main pipeline from Ch. 138.200 km
(scrapper launcher at IP-1 cum Tap off Point at Ongole-Andhra Pradesh) to
Ch. 233.500 km (scrapper receiver at IP-2 in Andhra Pradesh).
c) All station piping works at two (2 nos.) sectionalizing valve (SV) stations (SV-8
& SV-9) including installation of SVs.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
d) Installation of pipeline using HDD technique across rivers/ canals/ fish ponds/
Railways/ NH/ SH crossings as specified elsewhere in bid document.
Termination point shall be welded type only. Contractor shall weld an end cap
after successful completion of installation & testing of their part.
j) All works related to Optical fibre cable laying sub-ducted in HDPE conduit as
mentioned elsewhere in the bid document.
k) All works related to Cathodic Protection (TCP) for Part-B (From Ch.138.200
km to Ch. 233.500km) as mentioned elsewhere in the bid document.
2.1.3 PART-C
a) Laying of approx. 75.182 km long, 16" (406.4 mm) OD, 7.0/ 7.92/ 11.91mm
WT, API 5L Gr. X-65 PSL-2, SAWL/ HFW main pipeline from Ch. 233.500 km
(scrapper launcher at IP-2 in Andhra Pradesh) to Ch. 308.682 km (upstream
side of Krishna river) (centerline chainage of Krishna river is 308.944km).
c) All station piping works at two (2 nos.) sectionalizing valve (SV) stations (SV-
10 & SV-11) including installation of SVs.
d) Installation of pipeline using HDD technique across rivers/ canals/ fish ponds/
Railways/ NH/ SH crossings as specified elsewhere in bid document.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Termination point shall be welded type only. Contractor shall weld an end cap
after successful completion of installation & testing of their part.
k) All works related to Optical fibre cable laying sub-ducted in HDPE conduit as
mentioned elsewhere in the bid document.
l) All works related to Cathodic Protection (TCP) for Part-C (From Ch.
233.500km to Ch. 308.682 km) as mentioned elsewhere in the bid document.
2.1.4 PART-D
a) Laying of approx. 113.729 km long, 16" (406.4 mm) OD, 7.0/ 7.92/ 11.91mm
WT, API 5L Gr. X-65 PSL-2, SAWL/ HFW main pipeline from Ch. 308.682 km
(upstream side of Krishna river) (centerline chainage of Krishna river is
308.944km) to Ch. 422.411 km (BPCL’s Receipt Terminal (RT) at Malkapur,
Hyderabad in Telangana).
d) All station piping works at three (3 nos.) sectionalizing valve (SV) stations (SV-
12 to SV-14) including installation of SVs.
e) Installation of pipeline using HDD technique across rivers/ canals/ fish ponds/
Railways/ NH/ SH crossings as specified elsewhere in bid document.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Termination point shall be welded type only. Contractor shall weld an end cap
after successful completion of installation & testing of their part.
l) All works related to Optical fibre cable laying sub-ducted in HDPE conduit as
mentioned elsewhere in the bid document.
m) All works related to Cathodic Protection (TCP) for Part-D (From Ch.
308.682km to Ch. 422.411 km) as mentioned elsewhere in the bid document.
n) All works related to Cathodic Protection (PCP) for Part-C & Part-D (i.e. From
Ch. 233.500km to Ch. 422.411km) as mentioned elsewhere in the bid
document.
All works listed below shall be applicable for all four parts i.e. Part-A, Part-B, Part-
C & Part-D unless specifically mentioned otherwise.
The detailed scope of work pertaining to the proposed multi product cross country
pipeline system shall be in general but not limited to the following:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
survey, geo-technical investigation & hydrological survey (for rivers) for HDD
crossings without any cost and time implication.
3.1.9 Carrying out thorough internal cleaning of all pipes to remove debris, shots, grits
etc. to the satisfaction of Engineer-in-charge.
3.1.10 Mobilising and providing all equipments, manpower (skilled and unskilled),
consumables and other resources etc., as required for the execution of complete
work and thereafter demobilising the same upon completion of work.
3.1.11 Mobilizing specialized machinery and manpower for execution of cross country
pipeline in difficult access/ marshy areas as required.
3.1.12 Obtaining all necessary approvals and work permits from concerned authorities
having jurisdiction, as applicable for performing the work including shifting/
relocation and restoration of telephone/ electrical poles, Hume/ PVC pipes,
underground pipes and other utilities etc., as required by local authorities and as
directed by Company. Contractor shall also obtain all necessary working
permission and work permits from concerned authorities having jurisdiction for
crossing underground utilities/ pipelines wherever encountered along the pipeline
route. In principle approval will be obtained by BPCL, however working permission
to be obtained by contractor.
3.1.13 Cutting/ uprooting of trees within ROU, counting the number and type of trees to
be cut (before cutting) during pipeline laying works in presence of DFO/ concerned
authorities (after getting due permissions from DFO/ concerned authorities by the
B pipeline laying contractor), keeping record thereof and handing over the cut trees
as directed by concerned authorities/ Company.
3.1.14 Staking, clearing, grading of Right of Use (ROU) as required, trenching to all
depths in all types of soils including soft and hard rock, including blasting,
controlled blasting, chiselling, or otherwise cutting etc. to a width to also
accommodate the OFC/ cable conduit as per relevant standards, drawings,
specifications etc., stringing, aligning, bending, welding, NDT including AUT,
radiography (Digital as well as conventional), field weld joint coating including
supply of all materials, protective coating of long radius bends and buried fittings/
valves including supply of materials, providing sand/ soft soil padding including
supply of sand/ soft soil, laying and lowering of the pipeline including locating
existing pipeline using pipe locator and maintaining the specified minimum spacing
from existing pipeline(s), back filling including supply of select backfill material
where required, carrying out rail, road, river, canal, drain, utility and submerged
minor and major water course crossings including installation of carrier pipe inside
casing pipe at cased crossings wherever required, providing two component epoxy
coating on inner surface of casing pipe wherever required by statutory authority,
bank stabilization of water course crossings as required, arranging all additional
temporary land/ area required for construction purposes. Disposal of excess earth,
B pebbles, rocks etc outside the ROU limit to a suitable place as directed by
Statutory authority / Engineer I/C.
Supply and installation of anti-buoyancy measures viz. continuous concrete
coating, geo-textile gravel filled bags, extra cover, select backfill etc. on pipeline,
installation of supports wherever required, tie-in/ hook-up with pipeline/ piping
installed by others including cutting of temporary test headers, if any, re-beveling,
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
NDT, fit-up, welding, radiography etc.; clean-up, ROU restoration, pigging, flushing,
gauging, hydrostatic testing with the quantity of corrosion inhibitor as required,
dewatering with the addition of approved chemicals to neutralize the effect of
inhibitor added during hydrostatic test at required dosage, swabbing, pre-
commissioning and assistance for commissioning of pipeline including supply of all
materials such as required type and quantity of pigs, manpower, equipment,
consumables and carrying out all associated works as per relevant specifications,
standards and approved drawings enclosed with the bid document.
3.1.15 Utilisation of Mud mats
a) Contractor to note that requisite arrangements for un-interrupted working
during monsoon/ in marshy areas shall be made by providing Mud mats in
adequate numbers, as indicated elsewhere in the bid, for movements of pipe
trailers/ equipment/ vehicles for access during monsoon period/ in marshy
areas without getting stuck, rutting or tracking mud off at no extra cost to
Company.
b) Material of Mud mats shall be high strength polymer (GRP/ PVC) as per
manufacturer’s standard. Mud mat shall have pocketed, double-wall, high-
strength polymer with high tensile reinforcing ribs confined within each sleeve
which allows for easy deployment and structural stability. Mud mat shall be
furnished in rolls and shall be suitable for driving construction equipment
during monsoon period.
c) Mud mat shall reduce ground pressure from vehicle tires load up to 40 times
causing minimal ground disturbance. A mud mat shall avoid lateral sliding and
penetration of land for moving vehicles.
3.1.16 All welding, NDT and 50% computerized radiography shall be carried out as per
B welding specification no. B414-000-6-41-WSP-0001 and Welding Specification
Chart No. B414-000-6-41-WSC-0001 compliant to API 1104.
3.1.17 Welding of all tie-in joints including tie-in joints and bends on either side of river/
canal/ road/ rail crossings/ other facilities as required including adjoining pipeline
parts, cutting of test header, re-bevelling and tie-in with adjacent pipeline segments
3.1.18 Carrying out welding including cutting, edge preparation (inclusive of grinding the
edges of pipe, fittings, flanges, etc. to match with the matching edges of different
thickness wherever required), fit-up, bending, pre-heating wherever required, NDT
including radiography and other non-destructive tests as specified. NDT
requirements for process and other piping shall be in accordance with relevant
specifications enclosed with the bid document.
3.1.19 Field weld joint coating and corrosion coating of Long Radius (LR) bends and pup
pieces of sectionalizing valves by heat shrink sleeves (HSS) complying relevant
specification enclosed with bid package. 100% solid high build epoxy (minimum
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
500 micron thick- R95 coating shall be used for SV valves and associated piping.)
shall be applied for underground piping & valves.
3.1.20 Installation of all in-line insulating joints, valves, appurtenances, online instruments
etc.
3.1.21 Providing slope breakers in steep slope areas including supply of all materials.
Contractor shall carry out slope breaker survey and slope breaker shall be installed
(before backfilling) as per standard no. 7-71-0027 after approval of Engineer-In-
charge. Slope breakers shall also be installed in locations wherever there are
possibilities of erosion of soil as per instruction of Engineer-in-charge.
3.1.22 Making provision of drain, as may be required, in the ROU, along/ across the
pipeline route in the steep slope areas as per the directions of Engineer-in-Charge.
The provision of drain may be kept essential to prevent wash out/ erosion of the
ROU during monsoon Slope breakers, select backfill shall also be provided, to
arrest soil erosion in the ROU.
3.1.23 Sand/ soft soil padding of minimum 300 mm thickness all around pipe wherever
required in areas where trenching has been done in rock or gravel or hard soil
including supply of sand/ soft soil as per the directions of Engineer-in-Charge. The
pipeline trench shall not be filled with gravel and large stones or boulders.
3.1.24 Providing engineered select backfill consisting of loosely compacted cohesion less
soil like sand (for the areas prone to seismic activity) including supply of cohesion
less soil like sand, as per job standards. The pipeline shall be surrounded by at
least 0.7 m of select backfill. Extra digging of trench shall be carried out to comply
with above requirement.
3.1.25 Providing engineered select backfill consisting of loosely compacted cohesion less
soil like sand at the station approach of pipeline on minimum length of 100 m.
3.1.26 Installation of pipeline by Horizontal directional drilling method (HDD) at river
crossings as tabulated under clause no. 6.15.4. Carrying out topographic survey,
geo-technical investigation and hydrological survey for the said river crossings and
its interpretation including calculation of scour level, preparing plan and profile
drawings as directed by Engineer-in-Charge. Contractor shall submit the scour
level calculations, crossing drawings and installation design calculations to
Company for review and approval. Contractor shall also indicate the name of HDD
agency and approval for the same shall be obtained from Company before
placement of the order. Work shall start only after approval of the above.
3.1.27 Installation of pipeline by Horizontal directional drilling (HDD) method at crossings
other than rivers (nala/ canal/ pond/ marshy land etc.) as tabulated under clause
no. 6.15.3. Carrying out topographic survey and geo-technical investigation for the
said crossing and its interpretation, preparing plan and profile drawings as directed
by Engineer-in-Charge. Contractor shall submit the crossing drawings and
installation design calculations to Company for review and approval. Contractor
shall also indicate the name of HDD agency and approval for the same shall be
obtained from company before placement of the order. Work shall start only after
approval of the above.
3.1.28 Installation of pipeline by Horizontal directional drilling (HDD) method at Fish
ponds as tabulated under clause no. 6.15.5. Carrying out topographic survey and
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
geo-technical investigation for the said crossing and its interpretation, preparing
plan and profile drawings as directed by Engineer-in-Charge. Contractor shall
submit the crossing drawings and installation design calculations to Company for
review and approval. Contractor shall also indicate the name of HDD agency and
approval for the same shall be obtained from company before placement of the
order. Work shall start only after approval of the above. Contractor shall take
appropriate insurance to cover the damages if any caused to fish pond / fish inside
the ponds due to pipeline laying and HDD works. The compensation payable on
this account shall be entirely borne by the pipeline laying contractor.
3.1.29 If any additional crossing is executed by HDD method as decided by Engineer- In-
Charge other than listed HDD crossings, the rate for the same shall be derived
from the existing rates available in the Schedule of Rates (SOR) for a particular
section. Work at these locations includes performing all topographical,
geotechnical & hydrological surveys, design and engineering, preparation of
crossing drawing, procedures and submitting the same for COMPANY’s approval.
Installation works shall start only after getting COMPANY’s approval of design /
drawing documents. Contractor shall submit the crossing drawings and installation
design calculations to Company for review and approval. Contractor shall also
indicate the name of HDD agency and approval for the same shall be obtained
from company before placement of the order. Work shall start only after approval
of the above.
3.1.30 In case, the Contractor proposes to install the river crossings (which are not listed
under HDDs and considered as open cut) by HDD or any other equivalent method
instead of open cut method complying tender requirement, the Contractor may do
so at his own risk, time and cost. The Company shall not make any extra payment,
whatsoever, on this account. The rates quoted by the Contractor for such rivers
shall remain applicable irrespective of the method of installation (HDD/ any other
equivalent method or Open cut method) adopted.
3.1.31 The rates quoted for the crossing shall be applicable for the pipeline within the
limits of the crossing as defined subsequently in this document. Any additional
length of pipe installed during crossing installation (beyond limit of crossing) in
order to comply with the minimum requirements of cover/ burial depth specified for
the crossing or for any installation convenience shall not be considered as part of
crossing and shall be paid as per the rates quoted for the normal laying of the
pipeline. No additional compensation shall be admissible in this regard.
3.1.32 Safe disposal of bentonite and HDD Rig dead-man as per the requirement of
concerned authorities. In case of any incident of unsafe dumping of bentonite
within ROU/ adjoining areas causing litigation, the Contractor shall be solely
responsible for the expenses and cost of contesting the litigation. An equivalent
amount shall be deducted from the Contractor payables against such expenses
including any additional compensation award declared by Competent Authority.
3.1.33 Carrying out National Highway /State Highway, Expressway, Railways and major
road crossings by conventional/ boring/ jacking method with casing pipe other than
those mentioned in tables of clause no. 6.15.1 & 6.15.2.
3.1.34 Supply and installation of 6.625” OD (168.3 mm) CS conduit for Optical Fiber
Cable (2nos.) / HDPE conduit (4nos. for HDD and bored crossings, 2 nos. for other
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
crossings) to be installed along pipeline (externally coated with coal tar epoxy, if
required) for all bored crossings, crossings with continuous concrete weight
coating and HDD crossings.
3.1.35 Supply of warning mat as per BS EN 12613 Type-1 and installation over entire
pipeline as per standard no. B414-000-83-41-ST-0031. Rates for supply and
installation of warning mat shall be included in Pipeline laying/ installation items
(Item nos. 01PP.ME50 & 01PP.ME51 for Part-A SOR, Item no. 01PP.ME60 for
Part-B SOR, Item nos. 01PP.ME70 & 01PP.ME71 for Part-C SOR and Item no.
01PP.ME60 for Part-D SOR).
3.1.36 Loading, unloading, handing over and transportation of all surplus Company
supplied free issue materials including line pipe to Company at designated stores
or as directed by Engineer-in-Charge and stacking the same. Stacking of surplus
pipe & other material shall be inclusive of supplying of sand bags etc.
3.1.37 Transportation of free issue bare line pipes from COMPANY's designated Dump
Site(s) (DS-1/ DS-2/ DS-3 as applicable) to fabrication shop of bends manufacturer
and fabrication of long radius bends from free issue line pipes including factory
coating of LR Bends with 3LPE/ PU coating for installation in stations/ other areas.
B Fabrication of long radius bends shall be performed by induction process as per
specifications enclosed with the bid document by Company approved fabricators
only. LR bends shall be installed at only those locations as shown in alignment
sheets and approach drawings Transportation of free issue bare line pipes from
COMPANY's designated Dump Site(s) (DS-1/ DS-2/ DS-3 as applicable) to the
bend manufacturer’s plant and transportation of fabricated bends from the bend
manufacturer’s plant to work site(s), return of surplus pipes/ material/ bends etc. to
storage yard/ work site/ Company’s store shall be in Contractor’s scope.
3.1.38 All works related to hydrostatic testing, dewatering, swabbing, pre-commissioning
of the pipeline.
3.1.39 Repair of leaks/ burst, not attributable to Contractor, occurring in Company
supplied material shall be carried out by the Contractor and the Contractor shall be
compensated as per provisions of the contract. However, repair of defects
attributable to Contractor shall be carried out by Contractor at no extra cost to
Company. Contractor shall submit a report for failure to Company.
3.1.40 Carrying out magnetic cleaning (pigging with the help of magnetic pig to remove
steel debris) and electronic geometric pigging (EGP) of pipeline.
3.1.41 Carrying out repair of all defects found during electronic geometric pigging
including locating, digging, cutting, welding, NDT etc.
3.1.42 Digitization of Pipeline Construction Activity: BPCL has their own P/L digitization
software in which all daily reports starting from Route Survey to backfilling, OFC
laying , OFC duct laying, Cased Crossing , HDD, Hyrotesting , Pre- testing , WPS ,
PQR etc has to be recorded in the digitization software by means of Hardware
provided by Owner as free issue. Owner will provide adequate number of Bar code
B Scanner, Tablet and high accuracy GPS hardware to the contractor. The Tablet
requires good quality data connectivity for entering the data to the server. The
contractor should provide good quality / high speed data connectivity (Preferably
5G) to each tablet at there own cost. The contractor should keep good upkeep of
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
the hard ware provided to them as free issue. Any damage and loss of equipment /
to its any component has to be replaced / rectified by the contractor at their own
cost. After completion of job all equipment are to be handed over to the owner in
its original condition. Necessary deductions will be made if any faulty / damaged/
short hardware is returned.
The entire progress of the project will be monitored through this software and the
contractor needs to update the daily progress of all activity through this software
on daily basis without fail. Any progress reporting / activity report in manual mode /
hard copy will not be accepted and will be consider as violation to contract terms
and condition. After completion of project the entire data needs to be transferred to
BPCL’s Arc GIS platform and necessary support by the contractor needs to be
provided to the satisfaction of BPCL .
Contractor needs to deploy sufficient qualified person at least 2 nos. for each
construction spread, who will be trained by the BPCL’ service provider to enter
daily progress data of each activity. Each activity entered in the system needs to
approved by the Engineer I/C before publishing the same in the server. Entering of
each data and getting the same approved from the EIC is the responsibility of the
contractor. The data entry has to be done on daily basis preferably at the
construction site and is duly verified by the Engineer I/C on daily basis without fail.
3.1.43 Final clean-up and restoration of ROU and other conveniences like temporary
approach roads/ temporary works, barren land, road, rail, canals, water crossings,
cultivable land etc. to original condition as per specification and drawings to the
entire satisfaction of Company and/ or authorities having jurisdiction over the
same, including disposal of surplus construction materials to Company’s
designated stock yard(s) or as directed by Engineer-in-charge. Stones laid to mark
the boundaries of adjoining fields shall be restored by Contractor to original
conditions. Contractor shall arrange necessary clearance from all concerned
authorities/ land owners to the effect that ROU has been restored back to the
original condition.
3.1.44 Disposal of surplus excavated soil from trench outside ROU. Rock disposal shall
be carried out as per site requirement.
3.1.45 Idle time preservation of pipeline and associated facilities by filling corrosion
inhibited water at a pressure of 2 bar(g) for specified period. If required, drying and
idle time preservation by filling Nitrogen at a pressure of 2 bar (g) as per
specification, including supply of Nitrogen.
3.1.46 Preparation of as-built drawings, pipe-books, documents, photographs, video
records (in Full HD resolution) of major events during pipeline construction and
project records as per specification and instructions of the Company including
furnishing of all Test Certificates/ Inspection Reports for all materials used for
permanent installation. Contractor shall submit all as-built drawings in native
format also.
3.1.47 After completion of work, loading, unloading, transportation and handing over of all
surplus Company supplied free issue material including short length of pipes to
Company’s designated Store as directed by Engineer-in-charge.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
3.1.48 All associated pipeline works w.r.t. temporary cathodic protection (TCP) including
supply and installation as per requirements mentioned elsewhere in the bid
document.
3.1.49 All associated pipeline work w.r.t permanent cathodic protection (PCP) including
supply and installation as per requirements mentioned elsewhere in the bid
document. PCP from Ch. 0.000km (DT) to Ch. 233.500km (IP-2) shall be in scope
of Part-A. PCP from Ch. 233.500km (IP-2) to Ch. 422.411km (RT) shall be in
scope of Part-D.
3.1.50 In case any activity though not specifically covered in scheduled of rates
description but same is covered under scope of work/ specification / drawings, it is
understood that the Contractor shall do such performance & provisions so
mentioned without any time & cost implication.
3.1.51 Any other works not specifically listed herein but are required to be carried out to
complete entire work related to pipelines and the associated facilities.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Company shall supply the following Pipeline/ Terminal piping materials required for
permanent installation to the Contractor at an appropriate time during the
execution stage as free issue materials:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Notes:
i. Following pipe diameter & thickness shall be used only for fabrication of LR
bends by the CONTRACTOR. These pipes shall be supplied as Free Issue
Material, without any external coating.
406.4 mm (OD) x 7.92 mm. (in non high consequence areas along the
pipeline).
406.4 mm (OD) x 12.70 mm. (in high consequence areas along the pipeline
& at station).
ii. Item nos. 01.03, 01.06, 01.09 & 01.14 is for LR Bends (Hot Induction bends).
Quantity of item no. 01.14 is combined quantity for all four parts (i.e. Part-A,
Part-B, Part-C & Part-D).
iii. Item nos. 01.11, 01.13 & 01.16 is for bare pipes that shall be used for above
ground pipeline portion in front of scraper traps.
iv. The quantities of coated and bare line pipes indicated in the table above are
approximate and may vary. The exact quantity shall be intimated to the
Contractor after award of work.
v. CONTRACTOR to note that quantities of line pipe indicated above includes
contingency/ extra length over and above the actual requirements. Surplus
pipes shall be taken over by the Installation Contractor. It is the responsibility
of Installation CONTRACTOR (Part A, B, C & D as applicable) to return
surplus pipes to the COMPANY storage yard as per instructions Engineer In-
Charge after completion of installation works. Line Pipes to be returned shall
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
be supplied with end caps on both sides. 5kg silica bag shall be put inside
each returned line pipe. Protection of cutback area of line pipe shall be
ensured by providing End Seal Tape, which shall be applied over the coating-
B
steel transition area with minimum 50 mm overlap on coating and 50 mm
beyond the cutback or FBE toe i.e. total length of minimum 70 + 5 mm on steel
portion considering 20 + 5 mm FBE toe.
vi. Receiving and taking over of bare and coated line pipes at Company dump
sites (DS-1/ DS-2 & DS-3) including its inspection. All trucks/ trailers for
transportation of line pipes from Company dump site to work site/ ROU/
CONTRACTOR’s storage yard/ own dumpsite shall be supplied by Installation
CONTRACTOR. Contractor shall also supply manpower, equipment & cranes
for loading the line pipes.
vii. Contractor shall note that Chainage indicated above for dump sites are
approximate and may vary based on the availability of land and NH/ SH/ Rail
approach. The exact location of Dump Sites shall be intimated to the
Contractor after award. Contractor shall be responsible for performing all
works as per scope of work at the finally selected Dump Site location by the
Company at no extra time/ cost to the Company.
viii. Transportation of pipes and other free issue material from place of issue is in
Contractor’s scope. Contractor shall note that the prices indicated in the
Schedule of Rates shall be inclusive of taking the delivery and transportation
of line pipes and other materials from the above Dump Sites to work place(s).
ix. Bevel Protectors of the line pipes shall be the property of the pipeline
Installation Contractor. Contractor has to collect and dispose off the bevel
protectors. Contractor shall quote accordingly.
x. For Fabrication of LR bends (i.e. Hot Induction Bends, R=6D), Contractor shall
arrange all transportation from Dump sites (DS-1/ DS-2 & DS-3) to bend
fabricator’s shop and work site(s).
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
The Company shall make above free issue materials (except line-pipes) available
at their designated store located at following locations:
Sl. Part/ Section Company Designated Store location#
no.
1 From Krishnapatnam up to BPCL’s Krishnapatnam Dispatch
SV-7 Terminal, Andhra Pradesh
2 IP-1 cum Tap off Point- Ongole, Andhra Pradesh
Ongole
3 SV-8 up to SV-11 including IP-2, Andhra Pradesh
IP-02
4 SV-12 up to RT including Hyderabad, Telangana
IP-3
The exact location of Company’s designated store shall be intimated to the
#
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
4.2.2 Casing pipe of API 5L Gr. B/ IS 3589 Gr. Fe410 or equivalent of 22” size (559 mm
OD) and 8.74 mm wall thickness.
4.2.3 All ball, plug, check & globe valves of size below 2” and of all ratings and
conforming to PMS/ data sheets enclosed with the bid document.
B
4.2.4 Gate valves of all sizes & of all ratings and conforming to PMS/ data sheets
enclosed with the bid document (except below 2” valves for impulse piping).
4.2.5 All fittings, flanges and assorted pipes of size below 2” of all thicknesses & ratings
with material conforming to PMS/ specification enclosed with the bid document.
4.2.6 All materials for all types of pipeline markers including cement, sand,
reinforcements, structural steel etc. and paint conforming to specification 6-79-
0020 (Sl. No. 10.2 of Table 10.0).
4.2.7 Casing insulators, end seals and materials for casing vents and drains as per
drawings.
4.2.8 Supply of warning mat as per BS EN 12613 standard (latest edition) Type-1 and
complying with the requirements of standard no. B414-000-83-41-ST-0031.
4.2.9 All materials required for continuous concrete coating/ gravel filled geo-textile bags
for providing negative buoyancy to the pipeline wherever required. Contractor shall
take prior approval of Company and furnish all details including design calculations
in case of use of purpose built geo-textile bags. For river crossings, only
continuous concrete coating shall be provided for negative buoyancy.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
4.2.10 All materials and consumables required for external corrosion coating of field weld
joints.
4.2.11 All materials required for field joint coating, factory applied corrosion coating like
3LPE/ PU coating for LR bends, pup pieces of sectionalizing valves and repair of
damaged external coating of line pipes. Contractor shall confirm that proposed
B field joint coating material is suitable for type of terrain encountered along pipeline
route. Contractor shall take prior approval from Company for field joint coating
material to be used. Cold applied tapes are not acceptable and shall not be used.
4.2.12 All material, equipment & consumables for HDD works including Heat shrink
sleeves except coated line pipes.
4.2.13 All materials required for carrying out two component epoxy coating of casing pipe,
wherever required by statutory authorities.
4.2.14 All materials required for sand/ soft soil padding around pipeline and optical fibre
cable, warning mat, select backfill of approved quality, slope breakers, bank
stabilization of water crossings etc.
4.2.15 All materials including consumables, nitrogen etc required for hook-up with existing
facilities and equipments.
4.2.16 Long radius bends (R=6D) of all angles and wall thickness fabricated from
Company supplied free issue line pipes.
4.2.17 All stud bolts, nuts, jack screws, all type of gaskets (metallic spiral wound gaskets)
in required quantities to be used for permanent installation into the system for all
sizes and ratings of flanges and flanged valves, equipment etc., including nuts,
bolts, gaskets, washers, U bolts, clamps, clips etc. for pipe/ equipment supports.
All materials for supports shall be in contractor’s account.
4.2.18 All types of coating and painting materials including primer and paints for painting
above ground piping and 100% solid high build epoxy (minimum 500 micron thick)
for underground piping/ valves, solvents, sand blasting materials & cleaning
agents, compressed air etc.
4.2.19 All pipes, fittings, flanges, blind flanges, gaskets, nuts, bolts, clamps, strainers,
equipment/ consumable, metallic blinds, temporary gaskets as required for filling,
pressurising, hydrostatic testing and dewatering, swabbing etc. including test
headers for pigging and hydrostatic testing.
4.2.20 All materials such as cohesion-less soil/ sand required for installation of pipeline in
seismic active zones.
4.2.21 All materials, equipments, consumables etc. required for magnetic cleaning and
EGP of pipeline.
4.2.22 All materials required for structural works for supports (as per scope of this tender
i.e. supports for above ground main pipeline section upto launchers/ receivers,
supports for launchers/ receivers and all supports at SV stations) including
structural steel, cement, reinforcement, concreting, grouting etc. in facilities like
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DT, Intermediate pigging stations (IP-1, IP-2 & IPS-3), SV stations & RT including
all types of equipment and material required for excavation/ construction of pits
and steel/ structural steel materials of all types.
4.2.23 All materials required for repair/ restoration of pavements, roads, bunds, walls,
other structures affected/ damaged by Contractor’s construction activities.
Materials shall be equivalent/ superior to those used for original construction of the
facility.
4.2.24 All equipment and consumables required for hydrostatic testing like pumps,
pressure and temperature gauges, test water and corrosion inhibitors for
hydrostatic testing.
4.2.25 Supply of all materials, viz. casing insulators and end seals, vents and drains etc.
complete at cased crossings.
4.2.26 Supply of API 5L Gr. B/ IS1239 Gr. Fe 410, 6.625” OD (168.3 mm), 6.4 mm wall
thickness CS conduit for OFC (2nos.) to be installed along the pipeline (externally
coated with coal tar epoxy, if required) for all cased/ bored crossings and wherever
main pipeline is installed by HDD method including supply of insulators, end seals
etc. CS conduit of 168.3 mm dia. for OFC shall also be used in open cut river
crossing by strapping with concrete coated line pipe.
4.2.27 All materials, consumables and equipment required for semi-automatic and
manual welding for all types of tests and NDT such as radiography, AUT, manual
ultrasonic testing, magnetic particle, dye penetrant examination etc. including
radiography film, X-ray/ gamma ray machines, developing equipment and
consumables, Ultrasonic equipments etc.
4.2.28 All safety tools, tackles, devices, apparatus, equipment etc. including ladders and
scaffolding complete as required. Mobilizing and providing all necessary
barricading materials, safety signboards, warning lights etc. to safeguard the
pipeline against accidents during construction.
4.2.29 All structural steels, reinforcement steels and steel for all types of supports,
foundations etc.
4.2.30 All steel materials such as structural steel, reinforcement steel, shims, wedges,
packing plates (machined wherever required), pipes, nuts & bolts, washers, U-
bolts, anchor bolts, clamps, clips, pipe saddles/ shoes etc. as required for the
fabrication of structural supports and supports basements/ foundations etc. Pipes
supplied by Company shall not be used for fabrication of supports and
support saddles etc.
4.2.31 All materials for corrosion protection of buried piping, pipe fittings, valves, casing
pipes, etc.
4.2.32 All materials and equipments related to blasting of rock/ controlled blasting for
excavating trench, grading of ROU, pipeline & pipe laying/ installation and other
works.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
4.2.34 Sand ridges (sand, polyethylene sheets etc.) and other materials for stacking of
surplus pipes at Company’s designated store.
4.2.35 Corrosion inhibitor, oxygen scavengers and bactericides for water used for
hydrostatic testing including water for testing.
4.2.36 Required quantities of water, corrosion inhibitor, nitrogen and other materials for
idle time preservation of Pipeline and associated facilities, if required.
4.2.37 All pigs for cleaning, gauging, filling, dewatering, swabbing, pre-commissioning
and commissioning of the pipeline.
4.2.38 All materials i.e. fittings, flanges, valves, blind flange etc. required for isolation and
nitrogen purging for pipe section(s), if required.
4.2.40 All materials, manpower, equipment, pigs, consumables, required for carrying out
pre-commissioning of pipeline along with necessary piping and instrumentation
connection for monitoring flow rate, pressure, temperature etc. providing temporary
facilities for venting along with necessary piping, valves and instrumentation etc.
4.2.41 All other materials not specified above but required for successful completion of
the entire work whether temporary or permanent in nature.
4.2.42 The item rates quoted for the execution of the work shall be inclusive of supply of
all materials mentioned above unless specifically covered otherwise under
schedule of rates. The quantities indicated in schedule of rates under Contractor’s
scope of supply are approximate. Contractor shall carryout MTO of all materials
required based on IFC Piping General Arrangement Drawings, P&IDs and firm up
the actual requirement of materials. All escalation/ extra materials procured by
Contractor for contingencies shall be Contractor’s property and no payments shall
be made for such materials. Payment shall be made for actual materials installed
by the Contractor as a part of permanent installation.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
4.3.5 All machined surfaces shall be properly greased and should be maintained and
protected from damages.
4.3.6 Openings of equipment, machinery, valves etc. shall be kept blocked/ covered with
blinds to prevent entry of foreign matter.
4.3.7 As far as possible materials shall be transported to the site of erection only just
prior to the actual erection and shall not be left lying around indefinitely on ground
but kept on packing/ sleepers etc. to maintain the minimum distance from the
ground as specified and/ or as per directions of Engineer-in-Charge.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Parts
(Krishnapatnam-Hyderabad Multi Product
Sl.
Description Unit Pipeline)
no.
A B C D
National
3. Nos. --- 1 --- 1
Highway
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Parts
(Krishnapatnam-Hyderabad Multi Product
Sl.
Description Unit Pipeline)
no.
A B C D
7. Canal Nos. 73 44 40 33
8. Nala Nos. 75 31 26 35
Pipeline
10. Nos. --- --- 1 16
Crossing
Cable line
11. Nos. 5 1 3 1
crossing
6.3.2 The number of crossings and features along the pipeline route described above
are approximate. Contractor shall not be entitled for any compensation in terms of
time and cost in case of variation in the above. Contractor shall verify the above
data and carry out pipeline installation works without any extra cost & time to
Company.
6.3.3 Cased crossing shall be installed as a minimum at all Railway, National Highway,
Expressway and State Highway crossings. The number of cased crossings may
vary and is subject to change based on engineering, construction and statutory
requirements or requirements of the Authority having jurisdiction over a utility
crossing.
6.3.4 All railway lines shall be preferably crossed by HDD Method or auger boring
method depending upon site condition. Crossing angle shall be close to 90° as far
as possible.
6.3.5 All NH/SH shall be preferably crossed by HDD Method or auger boring method
depending upon site condition. Crossing angle shall be close to 90° as far as
possible.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
construction activity, on both sides of the crossing and within crossing limits, such
that no existing pipeline/ cable gets damaged. Any damage to the existing
pipelines/ cables due to the constructional activities by Contractor shall be
attributable to the Contractor.
Damages, if any, to existing facilities shall be to Contractor’s account.
Wherever the detouring is carried out beyond ROU during pipeline installation, the
detoured pipeline alignment shall be marked on village maps by Contractor.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
COMPANY has carried out seismic analysis for pipeline and following
recommendations are made:
The pipeline is checked for anticipated fault displacement with sandy soils and
found to be safe.
The proposed pipeline has been checked for the anticipated seismic hazard due
to wave propagation and the entire pipeline is found to be safe.
A minimum gap of 100 m should be maintained between two successive bends
of the underground pipeline where the divergent (deflection) angle is more than
45 degrees.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
1 16 (406.4) 500
6.15 CROSSINGS
Contractor shall liaison with relevant authorities and intimate them well in advance
about the schedule and methodology of crossing for all railway, road, canal, river &
other water crossings. It shall be obligatory on the part of the laying Contractor to
ensure that Authorized Representative of the authority under whose jurisdiction the
crossing falls should be made available at site by the Contractor at the time of
executing crossing. After completion of works and complete restoration of ROU,
Contractor shall obtain NOC from the relevant official pertaining to complete
restoration to their satisfaction and certification in respect of no other damage
caused to the their property outside the earmarked ROU.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
used. For rest of the cased crossings, Casing pipe of API 5L Gr. B/ IS 3589
Gr. Fe410 or equivalent of 22” size (559 mm OD) and 8.74 mm wall thickness
shall be used.
d) The railway crossing shall comply with the requirements of API RP-1102 and
Indian Railways regulations. The crossing angle shall be as close to 90° as
possible. Cover of casing pipe for railway crossings shall be minimum 1.7 m
wherever railway track is on embankment.
e) Care shall be taken to isolate the pipeline crossing installation from aerial
electrical wires and shall be suitably insulated from underground conduits
carrying electrical wires.
f) The casing pipe shall be provided with minimum 50 mm diameter vent pipe.
Casing vent pipe shall be at least 1.2 m away vertically from aerial electrical
wires and shall be suitably insulated from underground conduits carrying
electrical wires on railway land.
Approx.
Chainage ROW
Sl. No. Description HDD length Part
(km) Width (m)
(m)
South Central Railway
1.
(from Vinukonda to 226.616 24.47 170 B
Guntur)
2.
Railway Line U/C 258.105 40.85 1000* C
3. Railway Line U/C (from
293.652 16.81 170 C
Macherla to Guntur)
*At this crossing location, single HDD will cross SH-2 at Ch. 257.683km, Railway
Line U/C at Ch. 258.105km & Bellamkonda Canal at Ch. 258.546km.
Note:- HDD length given above is indicative only. Payment shall be made for
actual HDD length executed as per conditions of Contract. Actual length of pipe
string between tie-in points at two ends shall be considered as HDD length and
same shall be deducted from mainline length.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
ii. The above Railway crossings shall be installed in accordance with the
requirement of the specification 6-71-0054 and shall be paid separately as per
schedule of rates.
iii. Unless specified otherwise the top of pipeline for railway crossings to be
crossed using HDD technique shall be taken at least 7 m below the ground level
throughout railway land.
iv. The detailed construction methodology/ plan and time etc. shall have to be
finalized by CONTRACTOR in consultation with concerned railway authorities.
6.625” OD (168.3 mm), 6.4 mm thk. CS conduit for OFC (2nos.) shall be
installed along with pipeline, CS conduit shall be externally coated with coal tar
epoxy, if required) in the entire railway crossing, same shall be supplied and
installed by pipeline CONTRACTOR. Separate HDD shall be carried out for
6.625” OD (168.3 mm) CS conduit for OFC. Separation distance between 16”’
OD Pipeline and 6.625”OD (168.3mm) CS conduit shall be minimum 6m for
HDD or as per minimum safety distance available within ROU limits.
v. All other railway crossings (except as per table above) installed by Jacking
Boring method shall be included in the Pipeline Laying/ Installation item as per
schedule of rates (Item nos. 01PP.ME50 & 01PP.ME51 for Part-A SOR, Item
no. 01PP.ME60 for Part-B SOR, Item nos. 01PP.ME70 & 01PP.ME71 for Part-
C SOR and Item no. 01PP.ME60 for Part-D SOR) for payment purpose. For
installation of pipeline at other railway crossings by jacking boring method with
casing pipe, rates for supply and installation of casing pipes by boring shall be
paid separately as per applicable SOR item.
c) After laying the pipeline in a road crossing by open cut method, the Contractor
shall completely restore the road to its original condition.
d) While laying the pipeline in road crossings by open cut method the Contractor
should ensure that the traffic is not stopped during the execution of work. This
may be done by cutting half of the road at a time so as to enable the traffic to
pass on the remaining half of the road. Alternatively, the Contractor can
provide diversion roads to maintain the flow of traffic.
e) The Contractor shall provide proper caution boards during daytime and danger
lights during night time when the cutting operation of the road is going on.
f) For cased crossings, the pipeline should be taken through the casing pipe, the
top of which should be at least 1.5 metres below the road top as specified or
as per the requirements of the local authorities, whichever is higher.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
h) For open cut road crossings, the road crust shall be built to the same strength
as the existing crust on either side of the trench or to thickness and
specification stipulated by road/ highway authority. Care shall be taken to
avoid the formation of a dip at the trench.
i) All NH/SH shall be preferably crossed by HDD Method or auger boring method
depending upon site condition. Crossing angle shall be close to 90° as far as
possible.
Note:- HDD length given above is indicative only. Payment shall be made for
actual HDD length executed as per conditions of Contract. Actual length of pipe
string between tie-in points at two ends shall be considered as HDD length and
same shall be deducted from mainline length.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
drawings for COMPANY’s approval. WORK shall start only after COMPANY’s
approval.
ii. The above NH/SH crossings shall be installed in accordance with the
requirement of the specification 6-71-0054 and shall be paid separately as per
schedule of rates.
iii. Unless specified otherwise the depth of pipeline below the centerline of NH/SH
crossings shall be at least 3 m.
iv. The detailed construction methodology/ plan and time etc. shall have to be
finalized by CONTRACTOR in consultation with concerned authorities. 6.625”
OD (168.3 mm), 6.4 mm thk. CS conduit for OFC (2nos.) shall be installed
along with pipeline (CS conduit shall be externally coated with coal tar epoxy, if
required) in the entire NH/SH crossing, same shall be supplied and installed by
pipeline CONTRACTOR. Separate HDD shall be carried out for 6.625” OD
(168.3 mm) CS conduit for OFC. Separation distance between 16”’ OD Pipeline
and 6.625”OD (168.3mm) CS conduit shall be minimum 6m for HDD or as per
minimum safety distance available within ROU limits.
v. All other road crossings (except as per table above above) installed by Open
Cut/ Boring/ Trenchless technology method shall be included in the Pipeline
Laying/ Installation item as per schedule of rates (Item nos. 01PP.ME50 &
01PP.ME51 for Part-A SOR, Item no. 01PP.ME60 for Part-B SOR, Item nos.
01PP.ME70 & 01PP.ME71 for Part-C SOR and Item no. 01PP.ME60 for Part-D
SOR) for payment purpose. No extra payment shall be paid for installation of
pipeline at other road crossings. However, for installation of crossings by boring
method with casing pipe (applicable only where permission by open cut has not
been granted/ statutory regulation and as decided by Engineer in charge) rates
for supply and installation of casing pipes by boring shall be paid separately as
per applicable SOR item.
d) The flood banks of the River/ Canal should be brought to the original condition,
if they are damaged by the laying of the pipeline. Stabilisation of banks shall
be carried out as per requirements of concerned authorities.
e) The pipeline shall be at least 1.5 m below the canal/ drain bed. However in
case of HDD crossing of canals, pipeline shall be at least 4 m below canal
bed.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Approx.
Chainage ROW
Sl. No. Description HDD length Part
(km) Width (m)
(m)
1.
Buckingham Canal 1.836 45.16 1000* A
2.
Lined canal 26.765 25.34 150 A
3.
Lined canal 57.573 30.51 100 A
4.
Bungala Kalava Canal 60.841 90.75 250 A
5. Dongatumu Kalava
62.801 102.94 250 A
Canal
6.
Addanki Branch Canal 213.226 57.83 250 B
7.
Nagarjuna Sagar Canal 250.832 73.99 200 C
8.
Lined Canal 265.267 19.10 100 C
9.
Tangeda Major Canal 276.228 60.64 150 C
10. Nagarjunasagar left
334.463 95.81 250 D
Canal
11.
Lined Canal 371.508 41.59 150 D
*HDD at this location will include fish ponds on upstream of Buckingham canal
including asphalted road at Ch. 1.183km (aphalted road, fish ponds & Buckingham
canal will be crossed in a single HDD).
Note:- HDD length given above is indicative only. Payment shall be made for
actual HDD length executed as per conditions of Contract. Actual length of pipe
string between tie-in points at two ends shall be considered as HDD length and
same shall be deducted from mainline length.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
and downstream of Paleru River crossing and Paleru river will be crossed in single
HDD).
*****Krishna river crossing HDD shall be in Part-D Contractor’s scope. However tie-
in of upstream side of HDD section will be in scope of Part-C Contractor and
downstream side by Part-D Contractor.
#For Krishna River scour depth is not available as rock starts from bed level.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
*HDD at this location includes major district road at Ch. 15.690km and downstream
marshy area. (Fish pond, major district road and downstream marshy area shall be
crossed in a single HDD)
**HDD at this location includes Asphalted Road at Ch. 26.915km. (Fish pond,
asphalted road shall be crossed in a single HDD)
***HDD at this location includes Lined canal at Ch. 30.035km. (Fish pond, lined
canal shall be crossed in a single HDD)
****HDD at this location includes Nala (Maldevi Vagu) at Ch. 42.014km. (Fish
pond, nala shall be crossed in a single HDD)
*****HDD at this location includes Asphalted road at Ch. 49.017km. (Fish pond,
asphalted road shall be crossed in a single HDD)
******HDD at this location includes Pilli nala at Ch. 68.614km. (Fish pond, pilli nala
shall be crossed in a single HDD)
*******HDD at this location includes canal/nala at Ch. 71.094km. (Fish pond,
canal/nala shall be crossed in a single HDD)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
6.19.2 The CONTRACTOR shall be responsible for coordination with and providing all
necessary assistance to TCP/ PCP sub-CONTRACTOR (if applicable) especially
to ensure that the works related to TCP/ PCP such as connection to the pipeline
for cables for cathodic protection system (for anodes of TCP, measurement cables,
CPTR / CPPSM cables etc.), laying of reference cell, ER probes, polarization
coupon etc. can be completed by TCP/ PCP sub-CONTRACTOR (if applicable)
before backfilling of the trench by pipeline CONTRACTOR. Similarly the pipeline
CONTRACTOR shall coordinate with TCP/ PCP sub-CONTRACTOR (if
applicable) for pipeline portion laid in cased crossings so that TCP/ PCP sub-
CONTRACTOR (if applicable) provides the CP protection before laying of pipeline
in cased crossing. The pipeline CONTRACTOR shall also coordinate with TCP/
PCP sub-CONTRACTOR (if applicable) during close interval potential logging
(CIPL) survey longitudinally along the pipeline and lateral potential measurement
survey and when conducting other tests as may be required for identification of
coating defects/ holidays and for current drainage survey.
6.19.3 CAT, DCVG, Coating conductance, Interference Survey, Mitigation of Interference
post PCP commissioning are in the scope of CP works covered elsewhere in the
bid document.
6.19.4 The CONTRACTOR shall be responsible for physical verification and repair of all
coating defects that may be detected during such surveys at no extra cost to
COMPANY.
6.20 HYDROSTATIC TESTING
6.20.1 Pipelines
Hydrostatic testing of mainline shall exclude valves at IP stations, pumping
stations, terminals and facilities that are to be installed as a part of the scraper
stations and sectionalizing valve stations. Temporary test headers shall be
provided and the mainline shall be hydrostatically tested between the temporary
test headers only. The pipeline shall be hydrostatically tested to the minimum test
pressure of 1.25 times the design pressure as specified below.
Wall Thickness, Hydrostatic test
Pipe Size, Material mm Pressure (min.),
inch (mm) Grade
kg/cm2 (g)
The highest point of the test section shall be subjected to the minimum test
pressure as specified above. The maximum hydrostatic test pressure at any
location in the pipeline during testing shall not exceed the pressure required to
produce hoop stress equal to 95% of SMYS of pipe material based on the
minimum wall thickness in the test section. The test duration shall be 24 hrs.
Hydrotest shall be done with corrosion inhibitor and dosage of corrosion inhibitor
shall be suitable for period of minimum two months.
Subsequent to separate hydro testing of pipeline and associated facilities, tie-in/
hook up shall be carried out by the Contractor. Pipes/ prefabricated assembly used
for such tie-in shall be pretested to a test pressure specified for the pipeline. All
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
materials required for the fabrication of the test headers shall be provided by the
Contractor at no extra cost to Company. After successful completion of hydrostatic
testing, the Contractor shall de-water the pipeline as per the directions of
Engineer-in-charge. Transfer of test water from one test section to another test
section may be considered, however dosing additional quantity of corrosion
inhibitor shall be done.
Disposal of water (hydro testing) shall be done by Contractor after seeking
necessary permission from concerned authority/ land owner so that no liability on
this account comes on Company.
6.20.2 Corrosion Inhibitor
The products to be used for corrosion inhibition of the water used for hydrostatic
testing and their dosage shall be as specified in Hydrostatic test specification.
Contractor (not the inhibitor manufacturer) shall get the inhibitor tested for
corrosion inhibition and microbiological control efficiency from competent
Government/ PSU Laboratory. The test report shall be submitted to Company for
approval prior to undertaking hydrostatic testing works.
The dosage as recommended by Company shall only be adopted.
Necessary records for dosing of inhibitor should be maintained by the laying
Contractor and such records should be handed over to Company.
6.20.3 Station Facilities (SV stations only)
Piping facilities at all sectionalizing valve stations (SV-1 to SV-14) installed by
Contractor shall be hydrostatically tested to a test pressure equivalent to 1.5 times
design pressure as indicated in line schedule document, in accordance with
“Standard specification for Inspection, Flushing and Testing of Piping System”
enclosed with the bid document. All valves in the piping network being hydro-
tested shall be kept in the full open position. The test duration shall be four hours.
6.20.4 Dewatering, Swabbing and Idle Time Preservation
It is envisaged that dewatering and swabbing operations shall be carried out as a
part of pre-commissioning activities. Dewatering of pipeline after hydrostatic testing
shall be taken up by Contractor only when Contractor is ready for swabbing
operations. Till such time Contractor is ready to start pre-commissioning activities,
the pipeline/ section of pipeline after hydrostatic testing shall be left filled with
inhibited water. The dewatering & swabbing operation shall be carried out as per
specification enclosed with the tender.
The positive pressure shall be maintained at 2 bar (g) in the pipeline during
preservation. The necessary arrangements like valves, fittings, manpower etc.
shall be kept for maintenance of pressure in the pipeline during idle time. In no
case shall the pipeline be kept empty i.e. without corrosion inhibited water.
Transfer of test water from one test section to another section may be considered,
however dosing additional quantity of corrosion inhibitor shall be done. Disposal of
water (hydro testing) shall be done by Contractor after seeking necessary
permission from concerned authority/ land owner so that no liability on this account
comes on Company.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
The entire progress of the project will be monitored through this software and the
B contractor needs to update the daily progress of all activity through this software
on daily basis without fail. Any progress reporting / activity report in manual mode /
hard copy will not be accepted and will be consider as violation to contract terms
and condition. After completion of project the entire data needs to be transferred to
BPCL’s Arc GIS platform and necessary support by the contractor needs to be
provided to the satisfaction of BPCL.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Contractor needs to deploy sufficient qualified person at least 2 nos. for each
construction spread, who will be trained by the BPCL’ service provider to enter
daily progress data of each activity. Each activity entered in the system needs to
approved by the Engineer I/C before publishing the same in the server. Entering of
each data and getting the same approved from the EIC is the responsibility of the
contractor. The data entry has to be done on daily basis preferably at the
construction site and is duly verified by the Engineer I/C on daily basis without fail.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
desired nos. of Pigs. The contractor needs to arrange for sweet water of about
10000 KL for pumping into the pipeline.
6.25 MAGNETIC CLEANING AND EGP (ELECTRONIC GEOMETRIC PIGGING)
Magnetic cleaning and EGP shall be carried out by individual Contractor in each
part (Part-A/Part-B/Part-C/Part-D).
Contractor shall engage a specialised agency who have previously carried out
such operations (magnetic cleaning and EGP) and shall develop procedures,
supervise and monitor the entire operations, coordinate with other Contractor(s) as
required. Rectification of defects observed during caliper pig run, shall be carried
out by individual Contractor (who has installed that particular section) including
digging, cutting, replacement, repair, welding, NDT etc. All works shall be carried
out as per relevant specifications enclosed elsewhere along with the bid document.
6.26 MEASURES FOR DELAYED COMMISSIONING
In case, there is substantial delay in the commissioning of the 16” pipeline (KHPL),
entire 16” pipeline section from Krishnapatnam to Malkapur in Hyderabad,
preserved using corrosion inhibited water, shall be dewatered and swabbed as per
applicable requirements of Contract.
After swabbing, all online permanent instruments, SVs, SIVs etc. shall be installed.
Subsequently, the pipeline shall be dried and filled with nitrogen at a pressure of 2
bar (g) with residual content of oxygen less than 1% v/v after fulfilling additional
requirements as mentioned elsewhere.
The positive pressure shall be maintained at 2 bar (g) in the pipeline during
preservation. The necessary arrangements like valves, fittings, manpower etc.
shall be kept for maintenance of pressure in the pipeline during idle time. In no
case shall the pipeline be kept empty i.e. without nitrogen filling.
6.27 PRIORITIES
Company may, at its sole option, assign priority of construction to any part of the
total pipeline or terminal works. Contractor shall comply with such priority of
execution without any time and cost implication to the Company.
6.28 TIE-IN WITH PIPELINE
Tie-in of pipeline between Parts i.e. Part-C & Part-D shall be carried out as
mentioned in clause 3.2 of this document. Tie-in work shall be carried out as per
the instruction of Engineer In-charge.
6.29 CONTRACTOR’S RESPONSIBILITIES
6.29.1 Appraisal and taking cognisance of site-conditions, pipeline route, Central
Government, Government of Andhra Pradesh, Government of Telangana rules and
regulations/ bye-laws, applicable Indian Standards and Codes, authorities having
jurisdiction over the work site(s), environmental and pollution rules and regulations
including conditions/ stipulations laid down by the concerned authorities etc. The
Contractor is deemed to have recognized any restrictive features and constraints
of the site(s), pipeline route and/ or specific requirements of the work and made
due allowance for it in the work to be performed by him. Furnishing and mobilizing
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
documents shall also be submitted in electronic media i.e. CD ROM/ DVD ROM
diskettes (Native/ PDF Format).
Softwares used for the presentation of these documents shall be as follows:
Type of document Software
a) Reports MS Office – 2007(Word / Excel)
b) Drawings AutoCAD-2010
Note: Authorized and licensed software shall be used for preparation of all
documents. Drawings prepared in trial/ educational/ unlicensed versions of
AutoCAD shall not be acceptable.
For the purpose of preparation of as-built drawings, Contractor shall update the
"Issued for Construction" drawings provided by the Company. For drawings where
electronic copies are available for IFC drawings, Contractor shall provide as built
drawings in electronic form as well as in hard copies. Where only hard copies are
available for IFC drawings, Contractor shall prepare and submit as built drawings
in hard copies. Major construction events shall be video filmed by the Contractor &
submitted to Company in Full HD resolution. Contractor shall submit all as-built
drawings in native format also.
8.0 DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING
No technical documents are required to be submitted at the time of bidding. Bidder
is advised to comply with all requirements of bid document without any deviation.
Company reserves the right to reject any bid with deviation without making any
reference to the Bidder.
9.0 GENERAL
In case of conflict between the requirements given in this document and the
requirements of other specifications enclosed with the tender document, the
requirements specified in the scope of document shall govern.
Should there be conflict, discrepancy, inconsistency or dispute between the
various documents, they shall be referred in order of priority as given below:
Scope of Work
Design Basis
P&IDs
Piping Material Specification/Data Sheets
Job specifications
Job Standards
Standards
Drawings
Standard Specifications
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
LIST OF ATTACHMENTS
FOR
PIPELINE LAYING AND HDD WORKS
(PIPELINE ENGINEERING)
Format No. EIL 1641-1924 Rev. 1 090000000038b5ec_A4.docx Copyright EIL – All rights reserved
CONTENTS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
CONTRACTOR shall carry out all works strictly in accordance with the
drawings/documents/specifications indicated in subsequent paragraphs.
B414-000-83-41-SP-
2 A Overall Pipeline Route Map
30002
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Addendum to Standard
Specification for 3 layer
8 B414-000-83-41-AD-
1 polyethylene coating of linepipes
0041
(6-71-0041, rev 4)
Addendum to standard
9 B414-000-83-41-AD- specification for Documentation for
0
0059 Pipeline Construction (6-71-0059)
Addendum to standard
10 B414-000-83-41-AD- specification for technical notes for
0
0151 pipes (6-44-0051)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
6.0 STANDARDS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
1. - - P&IDs (all)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Alignment sheets
Crossing drawings
Route maps
1. - Profile Maps
-
Geotechnical Investigation
Reports
Soil investigation Report
Krishnapatnam
Crossing list
TP/IP List
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
QOEC
4 1 3 2 4
PLAN
SLOPE 1:100
N3 N2 N5 N13 N10
ELEVATION
GUNDLAKAMMA RIVER
BUCKINGHAM CANAL District: Prakasam
CHILAKALERU RIVER
DS
MANNERU RIVER
DORNAPU RIVER
PENNERU RIVER
PALLERU RIVER
CH. 233.500
PALERU RIVER
CH. 138.119
CH. 226.616
MUSI RIVER
CH. 116.889
CH. 127.174
CH. 129.841
CH. 135.931
CH. 180.375
CH. 182.255
CH. 196.068
CH. 139.286
CH. 156.135
CH. 173.098
CH. 213.226
CH. 225.129
RAILWAY
RAILWAY
CH. 113.000
CH. 117.500
CH. 128.000
CH. 132.500
CH. 179.100
CH. 198.000
CH. 36.084
CH. 28.889
CH. 60.841
CH. 62.801
CH. 34.500
CH. 38.800
CH. 73.000
CH. 1.836
MATCHLINE A-A
SH-374
NH-16
SH-57
SH-34
SH-50
IP-2
SV-1
SV-2
SV-3
SV-4
SV-5
SV-6
SV-7
SV-8
SV-9
CP CP CP CP CP CP
CP CP
PART-A PART-B
Tehsil: Thripuram
TANGEDA MAJOR CANAL
NAGARJUNASAGAR LBC
STATE BOUNDARY District: Nalgonda
BELLAMKONDA CANAL
DS
UNLINED CANAL
KRISHNA RIVER
CH. 331.000
CH. 309.822
RAILWAY U/C
RAILWAY U/C
LINED CANAL
CH. 258.105
CH. 293.652
CH. 308.944
CH. 252.018
CH. 257.683
CH. 294.803
CH. 361.457
CH. 367.220
CH. 250.832
CH. 276.228
CH. 334.463
CH. 344.207
CH. 371.508
CH. 258.546
CH. 269.000
CH. 307.700
CH. 310.150
CH. 365.500
CH. 398.700
NH-565
SH-02
SH-02
SH-02
SH-16
IP-3
MATCHLINE A-A
SV-10
SV-11
SV-12
SV-13
SV-14
CP
CP CP CP CP
CP
PART-C PART-D
N
GENERAL NOTES:-
N
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
`A'
DETAIL-B
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
`A'
DETAIL-D
DETAIL-D
DETAIL-C
LEGEND:
DETAIL-B VEIW-"A-A"
(NOTE-14)
Dept/Sec. : 83/41
Abbreviations:
CONTENTS
3 AA33A 150 1.5 CARBON STEEL FIRE WATER (ABOVE GROUND AND UNDER
GROUND)
5 BA1A 300 1.5 CARBON STEEL HSD/ PCK (SKO)/ MS/ ATF
6 DA1A 600 1.5 CARBON STEEL HSD/ PCK (SKO)/ MS/ ATF
8 EA1A 900 1.5 CARBON STEEL HSD/ PCK (SKO)/ MS/ ATF
Package : IPMCS
Report No. : 50
SERVICE
HSD/PCK (SKO)/ MS/ ATF
NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL ABOVE GROUND PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON
THE NEXT PAGE. IN BURIED PIPING O'LETS SHALL NOT BE USED AND BRANCH CONNECTION SHALL BE DONE BY
USING TEES & REDUCERS, AS REQUIRED. THE BRANCH DETAILS INDICATED IN APPLICABLE STANDARD SHALL BE
IGNORED.
104 IN ORDER TO MINIMISE POTENTIAL LEAK SOURCES, VALVES USED IN OR CONNECTED TO MAINLINE SHALL HAVE
BUTT WELDING ENDS.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
106 CHARPY V-NOTCH TEST AND HARDNESS TEST SHALL BE CONDUCTED FOR SIZE 2 INCH AND ABOVE PIPES,
FITTINGS, O'LETS AND FLANGES.
107 FOR MATERIAL DESCRIPTION OF VALVES, REFER APPLICABLE DATA SHEET.
108 FOR MATERIAL DESCRIPTION OF PIPELINE SPECIALITY ITEMS VIZ. SCRAPER TRAP, FLOW TEE, INSULATING JOINT,
LR BEND, REFER TABLE-2 OF ANNEXURE-I TO THIS SPECIFICATION.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
TEMP. CONN 1.5" FLANGED, INSTALLATION AS PER EIL STD 7-44-0353, EXCEPT
SKIN TEMPERATURE MEASUREMENT
PRESS. CONN 0.75" SW PLUG VALVE UNLESS OTHERWISE INDICATED IN P & ID
Package : IPMCS
Report No. : 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 890 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 6 of 49
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. T 24.
22. T T 22.
20. T T T 20.
18. T T T T 18.
16. T T T T T 16.
14. T T T T T T 14.
12. T T T T T T T 12.
10. T T T T T T T T 10.
8.0 T T T T T T T W W 8.0
6.0 T T T T T T W W W W 6.0
5.0 5.0
4.0 T T T T W W W W W W W 4.0
3.5 3.5
3.0 T T T W W W W W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W W W W W 2.0
1.5 T T T T S S S S S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 891 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 7 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 16 20 6.35 API 5L API 5L GR.B PSL2 BE, SAW PIAF816Z0
PIP PIPE 24 24 7.92 API 5L API 5L GR.B PSL2 BE, SAW PIAF816Z0
NIP NIPPLE .5 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
Flange Group
FLG FLNG.WN .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0
Package
Report No.
: IPMCS
: 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 892 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 8 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
ELB45 ELBOW.45 2 16 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10
GR.WPB
(CHARPY)
ELB45 ELBOW.45 18 24 M B-16.9 ASTM A 234 BW, 1.5D WBGM94Z10
GR.WPB-W
(CHARPY)
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0
Package
Report No.
: IPMCS
: 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 893 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 9 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0
O'let Group
SLT SOCKOLET .5 .75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0
Bolt Group
BOS BOLT.STUD .5 24 B-18.2 BOLT:A193 GR.B7, BS40404Z0 130
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.20- SP.WND SPIRAL, 150 GK65072Z0
ANSI B16.5 SS316+GRAFIL
Package
Report No.
: IPMCS
: 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 894 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 10 of 49
SERVICE
CORROSION INHIBITOR
NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
Package : IPMCS
Report No. : 50 AA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 895 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 11 of 49
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 4.0
3.5 3.5
3.0 T 3.0
2.5 2.5
2.0 T T 2.0
1.5 T T T 1.5
1.25 1.25
1.0 T T S S 1.0
0.75 T T T S S 0.75
0.5 T T T T S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 AA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 896 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 12 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Pipe Group
PIP PIPE .5 .75 80S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0
PIP PIPE 1 1.5 40S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0
PIP PIPE 2 2 40S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0
PIP PIPE 3 3 10S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0
NIP NIPPLE .5 1.5 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0
Flange Group
FLG FLNG.WN .5 3 M B-16.5 ASTM A 182 150, RF/125AARH FWC4127Z0
GR.F304
FLB FLNG.BLIND .5 3 B-16.5 ASTM A 182 150, RF/125AARH FBC4127Z0
GR.F304
FEF FLNG.FIG.8 .5 3 ASME- ASTM A 182 150, FF/125AARH FGK4121Z0
B16.48 GR.F304
Fitting Group
ELB90 ELBOW.90 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WA642D2Z0
GR.F304
ELB90 ELBOW.90 2 3 M B-16.9 ASTM A 403 BW, 1.5D WAG874Z10
GR.WP304-S
ELB45 ELBOW.45 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WB642D2Z0
GR.F304
ELB45 ELBOW.45 2 3 M B-16.9 ASTM A 403 BW, 1.5D WBG874Z10
GR.WP304-S
TEQ T.EQUAL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WE642D2Z0
GR.F304
TEQ T.EQUAL 2 3 M B-16.9 ASTM A 403 BW WEG874ZZ0
GR.WP304-S
TRED T.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WR642D2Z0
GR.F304
TRED T.RED 2 3 M, M B-16.9 ASTM A 403 BW WRG874ZZ0
GR.WP304-S
REDC REDUC.CONC 2 3 M, M B-16.9 ASTM A 403 BW WUG874ZZ0
GR.WP304-S
REDE REDUC.ECC 2 3 M, M B-16.9 ASTM A 403 BW WVG874ZZ0
GR.WP304-S
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 182 PBE WNH426ZZ0
GR.F304
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 182 PBE WPH426ZZ0
GR.F304
PLG PLUG .5 1.5 B-16.11 ASTM A 182 SCRM, 3000 WH64292Z0
GR.F304
CPLF CPLNG.FULL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WJ642D2Z0
GR.F304
Package
Report No.
: IPMCS
: 50 AA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 897 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 13 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
CPLH CPLNG.HALF .5 1.5 B-16.11 ASTM A 182 SW, 3000 WK642D2Z0
GR.F304
CPLL CPLNG.LH .5 1.5 B-16.11 ASTM A 182 SW, 3000 WL642D2Z0
GR.F304
CPLR CPLNG.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WM642D2Z0
GR.F304
O'let Group
SLT SOCKOLET .5 1.5 MSS-SP97 ASTM A 182 SW, 3000 YSS422Z0
GR.F304
TLT THREADOLET .5 1.5 MSS-SP97 ASTM A 182 SCRF, 3000 YTS4282Z0
GR.F304
Bolt Group
BOS BOLT.STUD .5 3 B-18.2 BOLT:A193 GR.B7, BS40404Z0 130
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 3 B-16.20- SP.WND SPIRAL, 150 GK66272Z0
ANSI B16.5 SS316+GRAFIL+ I
RING
Package
Report No.
: IPMCS
: 50 AA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 898 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 14 of 49
SERVICE
FIRE WATER (ABOVE GROUND AND UNDER GROUND)
NOTES
1 NDT REQUIREMENTS AS PER EIL STANDARD SPECIFICATION 6-44-0016.
5 FOR PERMANENT 'T' TYPE BW STRAINERS,REFER EIL'STD 7-44-0303 & 7-44-0304; AND FOR TEMPORARY
STRAINERS,REFER EIL'STD 7-44-0300; FOR SPACER AND BLIND REFER EIL'STD 7-44-0162.
32 CORROSION ALLOWANCE HAS BEEN ADJUSTED TO SELECT OPTIMUM SCH. REFER GENERAL NOTES TO PMS.
65 FORGINGS ARE ACCEPTABLE IN LIEU OF PLATE MATERIAL FOR BLIND FLANGES AND SPACER & BLINDS.
88 10% OF THE BUTT WELD JOINTS SHALL BE RADIOGRAPHED. HOWEVER, 50% OF THESE BUTT WELD JOINTS SHALL
BE FIELD WELD JOINTS.
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V1
PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354
Package : IPMCS
Report No. : 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 899 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 15 of 49
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. T 48.
46. T R 46.
44. T R R 44.
42. T R R R 42.
40. T R R R R 40.
38. T R R R R R 38.
36. T R R R R R R 36.
34. T R R R R R R R 34.
32. T R R R R R R R R 32.
30. T R R R R R R R R R 30.
28. T R R R R R R R R R R 28.
26. T R R R R R R R R R R R 26.
24. T R R R R R R R R R R R R 24.
22. 22.
20. T R R R R R R R R R R R R R 20.
18. T R R R R R R R R R R R R R R 18.
16. T R R R R R R R R R R R R R R R 16.
14. T R R R R R R R R R R R R R R R R 14.
12. T P R R R R R R R R R R R R R R R R 12.
10. T P P R R R R R R R R R R R R R R R R 10.
8.0 T P P P R R R R R R R R R R R R R R R R 8.0
6.0 T P P P P R R R R R R R R R R R R R R R R 6.0
5.0 5.0
4.0 T P P P P P R R R R R R R R R R R R R R R R 4.0
3.5 3.5
3.0 T P P P P P P R R R R R R R R R R R R R R R R 3.0
2.5 2.5
2.0 T P P P P P P P R R R R R R R R R R R R R R R R 2.0
1.5 T T H H H H H H H H H H H H H H H H H H H H H H H 1.5
1.25 1.25
1.0 T T H H H H H H H H H H H H H H H H H H H H H H H H 1.0
0.75 T T T H H H H H H H H H H H H H H H H H H H H H H H H 0.75
0.5 T T T T H H H H H H H H H H H H H H H H H H H H H H H H 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
26.000
28.000
30.000
32.000
34.000
36.000
38.000
40.000
42.000
44.000
46.000
48.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 900 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 16 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
NIP NIPPLE .5 .75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
NIP NIPPLE 1 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FSC0127Z0
Package
Report No.
: IPMCS
: 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 901 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 17 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0
Package
Report No.
: IPMCS
: 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 902 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 18 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
CAP CAP 2 48 M B-16.9 ASTM A 234 BW WFG684ZZ0
GR.WPB
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0
Valves Group
GAV VLV.GATE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2 24 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51321ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 51321
SEATS-STELLITED
GLV VLV.GLOBE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2 16 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52321
SEATS-STELLITED
CHV VLV.CHECK .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2 24 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 53321
SEATS-STELLITED
Package
Report No.
: IPMCS
: 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 903 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 19 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Bolt Group
BOS BOLT.STUD .5 48 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.21- NONASBESTOS RING, 150, 2 MM GKBAX52Z0
ANSI B16.5 BS7531 GR X
GAS GASKET 26 48 B-16.21- NONASBESTOS RING, 150, 2 MM GKAAX52Z0
ANSI BS7531 GR X
B16.47B
Trap/Strainer Group
TSR STRNR.TEMP 1.5 24 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16833Z0
S304 150,RF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510
Package
Report No.
: IPMCS
: 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 904 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 20 of 49
SERVICE
NON CORROSIVE UTILITIES (ABOVE
GROUND) CATEGORY "D" FLUID - COOLING
WATER, INSTRUMENT AIR(2" & ABOVE-IN
OFFISTES), PLANT AIR, INERT GAS, CARBON
DI OXIDE (DRY), NITROGEN, CONDENSATE &
BOILER FEED SUCTION (NON IBR). THIS
CLASS DOES NOT COVER UNDERGROUND
PIPING AND THE FIRE WATER SERVICE. FOR
SIZES ABOVE 30", TEMPERATURE AND
PRESSURE RATINGS SHALL BE 70 DEG.C &
7.0 KG/CM2G RESPECTIVELY.
NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
103 ALL PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
107 FOR MATERIAL DESCRIPTION OF VALVES, REFER APPLICABLE DATA SHEET.
109 ALL VENTS & DRAINS, INCLUDING HYDROTEST VENTS & DRAINS, SHALL BE PROVIDED WITH GATE VALVE & BLIND
FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN THE P&ID.
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V1
Package : IPMCS
Report No. : 50 AA3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 905 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 21 of 49
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 4.0
3.5 3.5
3.0 T 3.0
2.5 2.5
2.0 T T 2.0
1.5 T T T 1.5
1.25 1.25
1.0 T T S S 1.0
0.75 T T T S S 0.75
0.5 T T T T S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 AA3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 906 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 22 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 3 3 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
NIP NIPPLE .5 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FSC0127Z0
Package
Report No.
: IPMCS
: 50 AA3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 907 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 23 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
REDE REDUC.ECC 2 3 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0
O'let Group
SLT SOCKOLET .5 .75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0
Bolt Group
BOM BOLT.M/C .5 3 B-18.2 BOLT:A307 GR.B, BM41418Z0
NUT:A563 GR.B
Gasket Group
GAS GASKET .5 3 B-16.21- NONASBESTOS RING, 150, 2 MM GKBAX52Z0
ANSI B16.5 BS7531 GR X
Package
Report No.
: IPMCS
: 50 AA3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 908 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 24 of 49
SERVICE
HSD/ PCK (SKO)/ MS/ ATF
NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL ABOVE GROUND PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON
THE NEXT PAGE.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
Package : IPMCS
Report No. : 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 909 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 25 of 49
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 T 4.0
3.5 3.5
3.0 T T 3.0
2.5 2.5
2.0 T T T 2.0
1.5 T T T T 1.5
1.25 1.25
1.0 T T S S S 1.0
0.75 T T T S S S 0.75
0.5 T T T T S S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 910 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 26 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 300, RF/125AARH FSC0147Z0
Package
Report No.
: IPMCS
: 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 911 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 27 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0
O'let Group
SLT SOCKOLET .5 .75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0
Package
Report No.
: IPMCS
: 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 912 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 28 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Bolt Group
BOS BOLT.STUD .5 4 B-18.2 BOLT:A193 GR.B7, BS40404Z0 130
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 4 B-16.20- SP.WND SPIRAL, 300 GK65074Z0
ANSI B16.5 SS316+GRAFIL
Package
Report No.
: IPMCS
: 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 913 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 29 of 49
SERVICE
HSD/ PCK (SKO)/ MS/ ATF
NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL ABOVE GROUND PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON
THE NEXT PAGE. IN BURIED PIPING O'LETS SHALL NOT BE USED AND BRANCH CONNECTION SHALL BE DONE BY
USING TEES & REDUCERS, AS REQUIRED. THE BRANCH DETAILS INDICATED IN APPLICABLE STANDARD SHALL BE
IGNORED.
104 IN ORDER TO MINIMISE POTENTIAL LEAK SOURCES, VALVES USED IN OR CONNECTED TO MAINLINE SHALL HAVE
BUTT WELDING ENDS.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
106 CHARPY V-NOTCH TEST AND HARDNESS TEST SHALL BE CONDUCTED FOR SIZE 2 INCH AND ABOVE PIPES,
FITTINGS, O'LETS AND FLANGES.
107 FOR MATERIAL DESCRIPTION OF VALVES, REFER APPLICABLE DATA SHEET.
108 FOR MATERIAL DESCRIPTION OF PIPELINE SPECIALITY ITEMS VIZ. SCRAPER TRAP, FLOW TEE, INSULATING JOINT,
LR BEND, REFER TABLE-2 OF ANNEXURE-I TO THIS SPECIFICATION.
121 THIS ITEM REFERS TO LINEPIPE FOR MAINLINE IN BURIED / ABOVEGROUND SECTION IN FRONT OF SCRAPER TRAP.
THICKNESS INDICATED AS "CALC." SHALL BE READ AS 11.91 MM.
122 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 16 INCH LINEPIPE OF MATERIAL
GRADE API 5L GR.X-65.
123 THIS FLANGE SHALL BE USED WHEN DIRECTLY WELDED TO 16 INCH LINEPIPE OF MATERIAL GRADE API 5L GR.X-65
IN ABOVEGROUND SECTION. THICKNESS INDICATED AS "M" SHALL BE READ AS 11.91 MM.
124 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 2 INCH - 14 INCH PIPE OF
MATERIAL GRADE ASTM A106 GR.B / API 5L GR.B.
125 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 16 INCH PIPE OF MATERIAL
GRADE API 5L GR.X-52.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.
Package : IPMCS
Report No. : 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 914 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 30 of 49
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
Package : IPMCS
Report No. : 50
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. T 16.
14. T T 14.
12. T T T 12.
10. T T T T 10.
8.0 T T T T T 8.0
6.0 T T T T T T 6.0
5.0 5.0
4.0 T T T T W W W 4.0
3.5 3.5
3.0 T T T W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W 2.0
1.5 T T T T S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 916 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 32 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 10 10 14.3 API 5L API 5L GR.B PSL2 BE, SEAMLESS PIAF817Z0
PIP PIPE 12 12 15.9 API 5L API 5L GR.B PSL2 BE, SEAMLESS PIAF817Z0
PIP PIPE 14 14 17.5 API 5L API 5L GR.B PSL2 BE, SEAMLESS PIAF817Z0
Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z0
Package
Report No.
: IPMCS
: 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 917 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 33 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0
Package
Report No.
: IPMCS
: 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 918 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 34 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
REDE REDUC.ECC 16 16 M, M MSS-SP75 MSS SP-75 BW WVUBH4ZZ0
GR.WPHY-52
(CHARPY)
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNHM76ZZ0
(CHARPY)
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPHM76ZZ0
(CHARPY)
CAP CAP 2 14 M B-16.9 ASTM A 234 BW WFGM84ZZ0
GR.WPB
(CHARPY)
PLG PLUG .5 .75 B-16.11 ASTM A 105 SCRM, 6000 WH60293Z0
O'let Group
SLT SOCKOLET .5 .75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0
Package
Report No.
: IPMCS
: 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 919 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 35 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Bolt Group
BOS BOLT.STUD .5 16 B-18.2 BOLT:A193 GR.B7, BS40404Z0 130
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 16 B-16.20- SP.WND SPIRAL, 600 GK65076Z0
ANSI B16.5 SS316+GRAFIL
Package
Report No.
: IPMCS
: 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 920 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 36 of 49
SERVICE
CORROSION INHIBITOR & DRAG REDUCING
CHEMICAL
NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE.
105 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED. MATERIAL FOR STRAINER SIZE SHALL BE READ AS MSS SP-75 Gr. WPHY-52(CHARPY):
INT SS 304.
114 M" INDICATED AS THICKNESS MEANS THE THICKNESS IS MATCHING WITH/ SAME AS THE THICKNESS OF SAME
SIZE PIPE INDICATED WITHIN THE PIPING CLASS
130 ALL STUD BOLTS AND NUTS SHALL BE HOT-DIPPED GALVANISED AS PER ASTM A 153
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
Package : IPMCS
Report No. : 50 DA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 921 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 37 of 49
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 4.0
3.5 3.5
3.0 T 3.0
2.5 2.5
2.0 T T 2.0
1.5 T T T 1.5
1.25 1.25
1.0 T T S S 1.0
0.75 T T T S S 0.75
0.5 T T T T S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 DA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 922 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 38 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Pipe Group
PIP PIPE .5 .75 80S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0
PIP PIPE 1 1.5 40S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0
PIP PIPE 2 3 40S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0
NIP NIPPLE .5 1.5 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0
Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 182 600, RF/125AARH FSC4167Z0
GR.F304
FLG FLNG.WN 2 3 M B-16.5 ASTM A 182 600, RF/125AARH FWC4167Z0
GR.F304
FLB FLNG.BLIND .5 3 B-16.5 ASTM A 182 600, RF/125AARH FBC4167Z0
GR.F304
FEF FLNG.FIG.8 .5 3 ASME- ASTM A 182 600, FF/125AARH FGK4161Z0
B16.48 GR.F304
Fitting Group
ELB90 ELBOW.90 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WA642D2Z0
GR.F304
ELB90 ELBOW.90 2 3 M B-16.9 ASTM A 403 BW, 1.5D WAG874Z10
GR.WP304-S
ELB45 ELBOW.45 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WB642D2Z0
GR.F304
ELB45 ELBOW.45 2 3 M B-16.9 ASTM A 403 BW, 1.5D WBG874Z10
GR.WP304-S
TEQ T.EQUAL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WE642D2Z0
GR.F304
TEQ T.EQUAL 2 3 M B-16.9 ASTM A 403 BW WEG874ZZ0
GR.WP304-S
TRED T.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WR642D2Z0
GR.F304
TRED T.RED 2 3 M, M B-16.9 ASTM A 403 BW WRG874ZZ0
GR.WP304-S
REDC REDUC.CONC 2 3 M, M B-16.9 ASTM A 403 BW WUG874ZZ0
GR.WP304-S
REDE REDUC.ECC 2 3 M, M B-16.9 ASTM A 403 BW WVG874ZZ0
GR.WP304-S
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 182 PBE WNH426ZZ0
GR.F304
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 182 PBE WPH426ZZ0
GR.F304
PLG PLUG .5 1.5 B-16.11 ASTM A 182 SCRM, 3000 WH64292Z0
GR.F304
CPLF CPLNG.FULL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WJ642D2Z0
GR.F304
Package
Report No.
: IPMCS
: 50 DA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 923 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 39 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
CPLH CPLNG.HALF .5 1.5 B-16.11 ASTM A 182 SW, 3000 WK642D2Z0
GR.F304
CPLL CPLNG.LH .5 1.5 B-16.11 ASTM A 182 SW, 3000 WL642D2Z0
GR.F304
CPLR CPLNG.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WM642D2Z0
GR.F304
O'let Group
SLT SOCKOLET .5 1.5 MSS-SP97 ASTM A 182 SW, 3000 YSS422Z0
GR.F304
TLT THREADOLET .5 1.5 MSS-SP97 ASTM A 182 SCRF, 3000 YTS4282Z0
GR.F304
Valves Group
GLV VLV.GLOBE .5 1.5 API 602/ ISO BODY-ASTM A 182 SW, 800, 3000, B- 52045ZZZ0
15761 GR.F304,TRIM- 16.11, SHT NO.- 52045
STELLITED,STEM-
SS 316
GLV VLV.GLOBE 2 12 BS-1873 BODY-ASTM A 351 FLGD, 600, B-16.5, 52545ZZZ0
GR.CF8 / ASTM A RF/125AARH, SHT
182 GR.F304,TRIM- NO.- 52545
STELLITED,STEM-
SS 316
CHV VLV.CHECK 2 24 BS-1868 BODY-ASTM A 351 FLGD, 600, B-16.5, 53545ZZZ0
GR.CF8 / ASTM A RF/125AARH, SHT
182 GR.F304,TRIM- NO.- 53545
STELLITED
BLV VLV.BALL .5 16 BS EN ISO BODY-ASTM A 351 FLGD, 600, B-16.5, 54545ZZZ0
17292 GR.CF8 / ASTM A RF/125AARH, SHT
182 GR.F304,TRIM- NO.- 54545
SEAT-RPTFE
Bolt Group
BOS BOLT.STUD .5 3 B-18.2 BOLT:A193 BS43931Z0 130
GR.B7(HDG),
NUT:A194 GR.4
(HDG)
Gasket Group
GAS GASKET .5 3 B-16.20- SP.WND SPIRAL, 600 GK66276Z0
ANSI B16.5 SS316+GRAFIL+ I
RING
Package
Report No.
: IPMCS
: 50 DA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 924 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 40 of 49
SERVICE
HSD/ PCK (SKO)/ MS/ ATF
NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
103 ALL ABOVE GROUND PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON
THE NEXT PAGE. IN BURIED PIPING O'LETS SHALL NOT BE USED AND BRANCH CONNECTION SHALL BE DONE BY
USING TEES & REDUCERS, AS REQUIRED. THE BRANCH DETAILS INDICATED IN APPLICABLE STANDARD SHALL BE
IGNORED.
104 IN ORDER TO MINIMISE POTENTIAL LEAK SOURCES, VALVES USED IN OR CONNECTED TO MAINLINE SHALL HAVE
BUTT WELDING ENDS.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
106 CHARPY V-NOTCH TEST AND HARDNESS TEST SHALL BE CONDUCTED FOR SIZE 2 INCH AND ABOVE PIPES,
FITTINGS, O'LETS AND FLANGES.
107 FOR MATERIAL DESCRIPTION OF VALVES, REFER APPLICABLE DATA SHEET.
108 FOR MATERIAL DESCRIPTION OF PIPELINE SPECIALITY ITEMS VIZ. SCRAPER TRAP, FLOW TEE, INSULATING JOINT,
LR BEND, REFER TABLE-2 OF ANNEXURE-I TO THIS SPECIFICATION.
111 ALL VENTS & DRAINS INCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH BW PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED.
126 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 2 INCH - 8 INCH PIPE OF MATERIAL
GRADE ASTM A106 GR.B / API 5L GR.B.
127 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 10 INCH - 16 INCH PIPE OF
MATERIAL GRADE API 5L GR.X-52.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.
SPECIAL NOTES
DRAINS ON LINES <= 1.5" AS PER P&ID OR 0.75" TEE, NIPPLE, BW PLUG VALVE, BLIND
FLANGE ASSEMBLY.
ON LINES >= 2.0" AS PER P&ID OR 0.75" WELDOLET, NIPPLE, BW PLUG VALVE,
BLIND FLANGE ASSEMBLY.
VENTS ON LINES <= 1.5" AS PER P&ID OR 0.75" TEE, NIPPLE, BW PLUG VALVE, BLIND
FLANGE ASSEMBLY.
ON LINES >= 2.0" AS PER P&ID OR 0.75" WELDOLET, NIPPLE, BW PLUG VALVE,
BLIND FLANGE ASSEMBLY.ASSEMBLY
TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353
PRESS.CONN 0.75" TEE / WELDOLET & NIPPLE WITH DOUBLE BW PLUG VALVES
Package : IPMCS
Report No. : 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 925 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 41 of 49
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. T 16.
14. T T 14.
12. T T T 12.
10. T T T T 10.
8.0 T T T T T 8.0
6.0 T T T T T T 6.0
5.0 5.0
4.0 T T T T W W W 4.0
3.5 3.5
3.0 T T T W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W 2.0
1.5 T T T T W W W W W W 1.5
1.25 1.25
1.0 T T W W W W W W W W W 1.0
0.75 T T T W W W W W W W W W 0.75
0.5 T T T T W W W W W W W W W 0.5
10.000
12.000
14.000
16.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 926 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 42 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
Flange Group
FLG FLNG.WN .5 1.5 M B-16.5 ASTM A 105 1500, RTJ/63AARH FWC0189Z0
Package
Report No.
: IPMCS
: 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 927 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 43 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
ELB90 ELBOW.90 2 8 M B-16.9 ASTM A 234 BW, 1.5D WAGM84Z10
GR.WPB
(CHARPY)
ELB90 ELBOW.90 10 16 M MSS-SP75 MSS SP-75 BW, 1.5D WAUBH4Z10
GR.WPHY-52
(CHARPY)
ELB45 ELBOW.45 .5 1.5 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10
GR.WPB
ELB45 ELBOW.45 2 8 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10
GR.WPB
(CHARPY)
ELB45 ELBOW.45 10 16 M MSS-SP75 MSS SP-75 BW, 1.5D WBUBH4Z10
GR.WPHY-52
(CHARPY)
TEQ T.EQUAL .5 1.5 M B-16.9 ASTM A 234 BW WEG684ZZ0
GR.WPB
TEQ T.EQUAL 2 8 M B-16.9 ASTM A 234 BW WEGM84ZZ0
GR.WPB
(CHARPY)
TEQ T.EQUAL 10 16 M MSS-SP75 MSS SP-75 BW WEUBH4ZZ0
GR.WPHY-52
(CHARPY)
TRED T.RED .5 1.5 M, M B-16.9 ASTM A 234 BW WRG684ZZ0
GR.WPB
TRED T.RED 2 8 M, M B-16.9 ASTM A 234 BW WRGM84ZZ0
GR.WPB
(CHARPY)
TRED T.RED 10 16 M, M MSS-SP75 MSS SP-75 BW WRUBH4ZZ0
GR.WPHY-52
(CHARPY)
REDC REDUC.CONC .5 1.5 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 2 8 M, M B-16.9 ASTM A 234 BW WUGM84ZZ0
GR.WPB
(CHARPY)
REDC REDUC.CONC 10 16 M, M MSS-SP75 MSS SP-75 BW WUUBH4ZZ0
GR.WPHY-52
(CHARPY)
REDE REDUC.ECC .5 1.5 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 2 8 M, M B-16.9 ASTM A 234 BW WVGM84ZZ0
GR.WPB
(CHARPY)
REDE REDUC.ECC 10 16 M, M MSS-SP75 MSS SP-75 BW WVUBH4ZZ0
GR.WPHY-52
(CHARPY)
CAP CAP .5 1.5 M B-16.9 ASTM A 234 BW WFG684ZZ0
GR.WPB
Package
Report No.
: IPMCS
: 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 928 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 44 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
CAP CAP 2 8 M B-16.9 ASTM A 234 BW WFGM84ZZ0
GR.WPB
(CHARPY)
O'let Group
WLT WELDOLET .5 .75 M, M MSS-SP97 ASTM A 105 BW YWS024ZZ0
Package
Report No.
: IPMCS
: 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 929 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 45 of 49
SERVICE
POTABLE WATER (A/G AND U/G WITH A
BURIAL DEPTH OF 1.5 MTR. MAX.),WATER
SPRAY(A/G & U/G)
NOTES
1 NDT REQUIREMENTS AS PER EIL STANDARD SPECIFICATION 6-44-0016.
19 THREADED JOINTS SHALL BE MADE WITH 1" WIDTH PTFE JOINING TAPE.
20 SURFACES WHERE GALVANISING HAS BEEN BURNT OFF SHALL BE WIRE BRUSHED AND COLD GALVANISED WITH
ZINC COATING COMPOUND.
113 CHARPY IMPACT TESTING REQUIRED FOR ALL WELDED ITEMS (2" & ABOVE).
114 BULK DENSITY OF SOIL = 1.50 T/CUM TO 2.0 T/CUM
199 FOR U/G SERVICES, PIPE WALL THICKNESSES ARE CALCULATED BASED ON SOIL PARAMETERS AND BURIAL DEPTH
OF 1500MM.
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D3
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V3
PRESS.CONN 0.75" SCRD NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354
Package : IPMCS
Report No. : 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 930 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 46 of 49
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. T 12.
10. T P 10.
8.0 T P P 8.0
6.0 T P P P 6.0
5.0 5.0
4.0 T T P P P 4.0
3.5 3.5
3.0 T T T P P P 3.0
2.5 2.5
2.0 T T T T P P P 2.0
1.5 T T T T T H H H 1.5
1.25 1.25
1.0 T T T T T T H H H 1.0
0.75 T T T T T T T H H H 0.75
0.5 T T T T T T T T H H H 0.5
10.000
12.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No. : 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 931 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 47 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Pipe Group
PIP PIPE .5 6 HVY IS-1239-I IS-1239 (GALV) SCRM, WELDED PI6D599Z0
Flange Group
FLG FLNG.SCRD .5 6 B-16.5 ASTM A 150, FF/125AARH FTC0721Z0
105(GALV.)
FLG FLNG.SO 8 12 B-16.5 ASTM A 150, FF/125AARH FNC0721Z0
105(GALV.)
FLB FLNG.BLIND .5 12 B-16.5 ASTM A 150, FF/125AARH FBC0721Z0
105(GALV.)
FEF FLNG.FIG.8 .5 8 ASME- ASTM A 150, FF/125AARH FGK0721Z0
B16.48 105(GALV.)
FEF SPCR&BLND 10 12 ASME- ASTM A 150, FF/125AARH FCK0721Z0
B16.48 105(GALV.)
Fitting Group
ELB90 ELBOW.90 .5 1.5 B-16.11 ASTM A SCRF, 3000 WA60882Z0
105(GALV)
ELB90 ELBOW.90 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WALE98ZZ0
(GALV)
ELB90 ELBOW.90 8 12 M B-16.9 ASTM A 234 BW, 1.5D WAG764Z10
GR.WPB-W(GALV)
ELB45 ELBOW.45 .5 1.5 B-16.11 ASTM A SCRF, 3000 WB60882Z0
105(GALV)
ELB45 ELBOW.45 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WBLE98ZZ0
(GALV)
ELB45 ELBOW.45 8 12 M B-16.9 ASTM A 234 BW, 1.5D WBG764Z10
GR.WPB-W(GALV)
TEQ T.EQUAL .5 1.5 B-16.11 ASTM A SCRF, 3000 WE60882Z0
105(GALV)
TEQ T.EQUAL 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WELE98ZZ0
(GALV)
TEQ T.EQUAL 8 12 M B-16.9 ASTM A 234 BW WEG764ZZ0
GR.WPB-W(GALV)
TRED T.RED .5 1.5 B-16.11 ASTM A SCRF, 3000 WR60882Z0
105(GALV)
TRED T.RED 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WRLE98ZZ0
(GALV)
TRED T.RED 8 12 M, M B-16.9 ASTM A 234 BW WRG764ZZ0
GR.WPB-W(GALV)
REDC REDUC.CONC .5 6 IS-1239-II IS-1239(PART-II) SCRF, NA WULE98ZZ0
(GALV)
REDC REDUC.CONC 8 12 M, M B-16.9 ASTM A 234 BW WUG764ZZ0
GR.WPB-W(GALV)
Package
Report No.
: IPMCS
: 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 932 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 48 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
REDE REDUC.ECC .5 6 IS-1239-II IS-1239(PART-II) SCRF, NA WVLE98ZZ0
(GALV)
REDE REDUC.ECC 8 12 M, M B-16.9 ASTM A 234 BW WVG764ZZ0
GR.WPB-W(GALV)
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A TBE WNH08EZZ0
105(GALV)
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A TBE WPH08EZZ0
105(GALV)
CAP CAP .5 1.5 B-16.11 ASTM A SCRF, 3000 WF60882Z0
105(GALV)
CAP CAP 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WFLE98ZZ0
(GALV)
CAP CAP 8 12 M B-16.9 ASTM A 234 BW WFG714ZZ0
GR.WPB(GALV)
CPLF CPLNG.FULL .5 1.5 B-16.11 ASTM A SCRF, 3000 WJ60882Z0
105(GALV)
CPLF CPLNG.FULL 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WJLE98ZZ0
(GALV)
CPLH CPLNG.HALF .5 1.5 B-16.11 ASTM A SCRF, 3000 WK60882Z0
105(GALV)
CPLH CPLNG.HALF 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WKLE98ZZ0
(GALV)
CPLL CPLNG.LH .5 1.5 B-16.11 ASTM A SCRF, 3000 WL60882Z0
105(GALV)
CPLL CPLNG.LH 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WLLE98ZZ0
(GALV)
CPLR CPLNG.RED .5 1.5 B-16.11 ASTM A SCRF, 3000 WM60882Z0
105(GALV)
CPLR CPLNG.RED 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WMLE98ZZ0
(GALV)
UNN UNION .5 6 IS-1239-II IS-1239(PART-II) SCRF, NA WQLE98ZZ0
(GALV)
Valves Group
GAV VLV.GATE .5 1.5 IS:778 CL.2 BODY-IS 318 GR.2 SCRF, CL.2, 3000, B- 51080ZZZ0
LEADED TIN 1.20.1, SHT NO.- 51080
BRONZE,TRIM- IS
320 ALLOY HT2
GAV VLV.GATE 2 8 IS:780 BODY-IS 210 FLGD, PN1.6, B-16.1, 51380ZZZ0
GR.FG 200,TRIM- FF/125AARH, SHT
IS 320 ALLOY HT2 NO.- 51380
GAV VLV.GATE 10 12 IS:780 BODY-IS 210 FLGD, PN1.6, B-16.1, 51390ZZZ0
GR.FG 200,TRIM-IS FF/125AARH, SHT
320 ALLOY HT2 NO.- 51390
GLV VLV.GLOBE .5 1.5 IS:778 CL.2 BODY-IS 318 GR2 SCRF, CL.2, 3000, B- 52080ZZZ0
LEADED TIN 1.20.1, SHT NO.- 52080
BRONZE,TRIM- IS
320 ALLOY HT2
Package
Report No.
: IPMCS
: 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 933 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 49 of 49
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Valves Group
CHV VLV.CHECK .5 1.5 IS:778 CL.2 BODY-IS 318 GR2 SCRF, CL.2, 3000, B- 53080ZZZ0
LEADED TIN 1.20.1, SHT NO.- 53080
BRONZE,TRIM- IS
320 ALLOY HT2
CHV VLV.CHECK 2 24 API-6D BODY-ASTM A 216 FLGD, 150, B-16.5, 53390ZZZ0 112
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53390
CHV VLV.CHECK 2 6 IS:5312 (PT- BODY-IS 210 FLGD, PN1.6, B-16.1, 53380ZZZ0
1) GR.FG 200,TRIM- FF/125AARH, SHT
IS 320 ALLOY HT2 NO.- 53380
Bolt Group
BOM BOLT.M/C .5 12 B-18.2 BOLT:A307 BM41519Z0
GR.B(GALV),
NUT:A563
GR.B(GALV)
Gasket Group
GAS GASKET .5 6 B-16.21- BUTYL RUBBER FULLFACE, 150, 2 MM GKB0422Z0
ANSI B16.5
GAS GASKET 8 12 B-16.21- GRAPHITE WITH RING, 150, 2 MM GKBAA52Z0
ANSI B16.5 SS316 TANGED
INS
Package
Report No.
: IPMCS
: 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 934 of 4779
DOCUMENT No.
ANNEXURE - I
PIPING MATERIAL SPECIFICATION B414-000-83-41-SP-0010
GENERAL NOTES ANNEXURE - I
Page 1 of 10
ANNEXURE – I
Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved
TABLE OF CONTENTS
1.0 SCOPE
5.0 PIPELINE
6.0 PIPES
7.0 FITTINGS
8.0 BENDS
9.0 FLANGES
10.0 GASKETS
12.0 VALVES
Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved
1.0 SCOPE
1.1 This specification (PMS) covers various pipeline classes for process piping and
minimum requirements for various pipeline/ piping materials necessary for the
design of the pipeline facilities.
This specification shall be read in conjunction with various Codes and Standards as
applicable.
2.1 Pipeline and pipeline terminal facilities envisaged as part of this project shall be
designed and engineered primarily in accordance with the provisions of the latest
edition of the following codes:
(i) ASME B 31.4 - Pipeline Transportation Systems for Liquids & Slurries
2.2 All codes, standards and specifications referred herein shall be the latest edition of
such documents.
2.3 For sake of brevity, the initials of the society to which the codes are referred may
be omitted in the specifications. For example; B16.5 is a code referring to ASME;
A106 is a standard referring to ASTM.
2.4 In addition, EIL specifications and standards for various piping and pipeline
materials shall also be applicable.
3.1 Individual piping classes have been generally designed to cover a set of service
operating within pressure-temperature consideration as per ASME B16.5/ B16.34
or part of it.
3.2 The PMS shall be strictly adhered to in design, requisitioning, purchasing,
fabrication and testing of the pipeline/ piping system. However, deviations of
material from class specifications may occur due to specific design conditions and /
or availability. These deviations are permissible if they equal or better the
individual class requirements and shall be subjected to approval on case-to-case
basis.
All materials shall conform to detailed specifications listed elsewhere.
The pipeline class designation shall generally consist of four characters made up of
a letter, letter, number & letter, e.g. AA1A, BA1A, DA1A, EA1A etc. as follows:
First & Second character indicates ASME class rating, e.g.
Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved
Third character indicates differences in the specifications within the same class
rating and material, e.g.
1 CA = 1.5 mm CA = 0 mm
3 CA = 1.5 mm -
5.0 PIPELINE
5.1 Line pipe material grade and wall thickness details are indicated in Table-1.
6.0 PIPES
6.1 Carbon steel pipe shall be made by open hearth, electric furnace or basic oxygen
process only. The steel used shall be fully killed and made with fine grain structure.
The grade and wall thickness of various sizes of pipes shall be as per piping
material specification for the applicable class.
6.2 Pipe dimensions shall be in accordance with ASME B36.10 for carbon steel ASTM
standard pipes, API 5L for carbon steel API 5L Grade pipes & ASME B36.19 for
stainless steel ASTM standard pipes.
6.3 All pipe threads shall conform to American Standard taper as per ASME B1.20.1
NPT, unless otherwise specified.
6.4 For butt weld end, bevel shall be in accordance with API specification 5L or ASME
B16.25, as applicable.
7.0 FITTINGS
7.1 Fully killed carbon steel shall be used in the manufacture of carbon steel fittings
with carbon equivalent not exceeding 0.45, based on check analysis.
7.2 Threaded joints, if used, shall conform to American Standard taper as per ASME
B1.20.1 NPT.
7.3 Dimensions of socket welded / screwed fittings shall conform to ASME B16.11.
Swage shall be as per BS-3799.
7.4 Dimensions of steel butt welded fittings shall be as per ASME B16.9 / MSS-SP75,
as applicable.
7.5 Bore of socket welded fittings shall suit outside diameter (OD) of pipe and its
thickness.
7.6 Butt welding ends shall conform to API specification 5L or ASME B16.25 as
applicable. In case of difference in thickness of matching ends, requirements of
ASME B31.4 shall apply.
Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved
7.7 Integrally reinforced forged branch fittings such as Sockolet, Weldolet etc. shall be
as per MSS-SP-97. Fittings not covered in ASME B16.9 and MSS-SP-97 shall
conform to manufacturer’s standard.
7.8 Fittings thickness tolerances shall match pipe thickness tolerance.
8.0 BENDS
8.1 Unless otherwise specified for process piping, elbow of radius R = 1.5 D shall only
be used. Bends shall be governed by Standard Specification for Long Radius
Bends for Onshore Pipelines (EIL Specification No. 6-71-0021).
8.2 In order to accommodate changes in vertical and horizontal alignment in piggable
section of pipeline, cold field bends R = 30D (D is nominal dia. of pipe) shall be
used. The radius of cold field bends shall not be less than 30 times the pipe
nominal diameter for pipe size 450 mm (16") NB.
8.3 Limited use of R = 6D bends (shop bends) may be permitted for reason of space
constraints. For induction bends, only LSAW pipe shall be used. Induction bends
shall be used at space constraint locations, station approaches and above ground /
buried transition.
8.4 Miter bends shall not be used.
9.0 FLANGES
9.1 Pressure Temperature rating of flanges shall conform to B16.5 / B16.47 Series-A,
as applicable.
9.3 Neck of weld neck (WN) flanges shall suit pipe bore and thickness.
9.4 Bore of socket welded (SW) flanges shall suit pipe O.D. and its thickness.
9.5 Threads for screwed flanges, if used, shall conform to American Standard taper as
per ASME B1.20.1 NPT.
9.6 Sizes for blind flanges shall be indicated by nominal pipe size.
9.9 Spectacle blind / spacer & blind shall be in accordance with ASME B16.48/ EIL
Standard 7-71-0030.
9.10 Brinnel hardness for RTJ groove shall be at least 140 BHN.
Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved
10.0 GASKETS
10.1 Spiral wound metallic gasket with grafil filler shall conform to B16.20/ B16.5 for
sizes upto 24” and B16.20 / B16.47 Series A for sizes 26” and above. All spiral
wound gaskets shall be provided with carbon steel outer ring. Spiral wound gasket
shall be self aligning type.
10.2 Inner ring of same material as spiral strip material shall be provided for all spiral
wound gaskets for sizes 26” and above.
10.3 Octagonal ring joint gasket shall conform to B16.20.
11.1 Nuts for stud bolts shall be American Standard Hexagon Heavy Series and double
chamfered.
11.2 Dimension and tolerances for stud bolts and nuts shall be as per ASME B18.2.1
and B18.2.2 with full threading to ASME B1.1 Class 2A thread for bolts and Class
2B thread for nuts. Diameter and length of stud bolts shall be as per B16.5 / B16.47
with full threading.
11.3 Threads for nuts shall be as per ASME B1.1
11.4 Threads for stud bolts shall be as per ASME B1.1, as follows:
11.5 Threads for threaded pipe, fitting, flanges and valve shall be in accordance with
B1.20.1 taper threads, unless specified otherwise.
11.6 Threaded joints shall be made with 1" wide PTFE jointing tape.
12.0 VALVES
12.1 Valve ends shall be as per valve data sheets for various piping class.
12.2 Sectionalizing valves, Block valves and other isolation valves installed on the main
pipeline shall be ball valves with butt welding ends.
12.3 All buried valves shall be provided with stem extension, sealant, vent/ drain and
shall have butt welded ends as per relevant specification/ data sheet.
12.4 Flange dimensions and face finish of flanged end valves shall conform to clause
9.0 of this specification.