Ioc Sanganer

Download as pdf or txt
Download as pdf or txt
You are on page 1of 343

,

, , - 303901

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
WESTERN REGION PIPELINES, CHAKSU
PHAGI ROAD, CHAKSU, JAIPUR - 303901

TENDER NO. CHTS242510

PART- I of II: TECHNO-COMMERCIAL PART

TENDER DOCUMENTS FOR

Renovation work of 2 no. of D type, 1 no. of C type, 1


no. of B type and 1 no. of H type Quarters at IOCL
Residential Colony, Sanganer, Jaipur

ISSUED BY

CHIEF OPERATIONS MANAGER


Indian Oil Corporation Limited
Western Region Pipelines, Chaksu
Phagi Road, Chaksu, Jaipur - 303901

i
,
, , - 303901

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
WESTERN REGION PIPELINES, CHAKSU
PHAGI ROAD, CHAKSU, JAIPUR - 303901

TENDER NO. CHTS242510


PART- I of II: TECHNO-COMMERCIAL PART

TENDER DOCUMENTS FOR

Renovation work of 2 no. of D type, 1 no. of C type, 1


no. of B type and 1 no. of H type Quarters at IOCL
Residential Colony, Sanganer, Jaipur

INDEX
Sr.
Description Page No.(s)
No.
1 Inner Cover i
2 Index ii
3 Detailed Notice Inviting Tender iii-iv
4 Chapter-I: Special Instruction to Tenderers 1-28
5 Chapter-II: Special Conditions of Contract (Section-A) Commercial 1-27
6 Chapter-II: Special Conditions of Contract (Section-B) Technical 1-9
7 Chapter-III: General Conditions of Contract 1-142
8 Chapter-IV: PPE Guidelines by CO 1-50
9 Chapter-V: Technical Specifications 1-41
10 Annexure-A to T 1-30
11 Form of Schedule of Rates 1-8

ii
INDIAN OIL CORPORATION LIMITED
WESTERN REGION PIPELINES, CHAKSU
TECHNICAL SERVICES DEPARTMENT
(Incorporating ISO 9001:2015, ISO 14001: 2015 & ISO 45001: 2018)
TITLE: - DETAILED NOTICE INVITING E-TENDER Doc. No.: SF NIT
Issue No.: 04 Issue date: 15.12.2020 Revision No.: 00 Revision date: --

DETAILED NOTICE INVITING E-TENDER


Indian Oil Corporation Ltd. invites electronic bids through its website https://iocletenders.nic.in under two bid system for the
subject work, from bonafide experienced Contractors of sound financial standing and reputation and fulfilling the qualifying
requirements stated hereunder and in the tender document:
1 Name of Work Renovation work of 2 no. of D type, 1 no. of C type, 1 no. of B type and 1 no. of H type
Quarters at IOCL Residential Colony, Sanganer, Jaipur
2 Tender No. CHTS242510 (E-Tender ID: 2024_WRCHK_177358_1)
3 Type of tender Open/e-Tender/Two Bid
4 Area and Location Indian Oil Residential Colony, Sanganer, Jaipur
5 Time for completion of job Time of completion may be considered as Five (05) months reckoned from the date of
site clearance given by Engineer-in-Charge through specific notice.
6 a) Tender Fee NIL
b) Download period of e- From 12:30 Hrs on 20.05.2024 to 14:30 Hrs on 10.06.2024
tender documents -tender portal
https://iocletenders.nic.in
c) Pre-bid Meeting NA
d) Online bid preparation & From 12:30 Hrs on 20.05.2024 to 14:30 Hrs on 10.06.2024
submission
e) Online bid opening On 11.06.2024 at 15:00 Hrs or at the earliest convenience thereafter
7 Earnest Money Deposit Rs. 86,300/- (Rupees Eighty SIx Thousand Three Hundred Only)
(EMD) amount EMD shall be remitted/ submitted in any one of the following form/ mode:
Online EMD payment through Net Banking/ NEFT on e-tender portal. For more
information regarding the same, please refer "Special Instructions to the Bidder
for participating in e-Tender (SITB)".
Bank Guarantee/Insurance Surety Bonds in lieu of EMD (value not less than 1.0
Lakh) from any Nationalized/ Scheduled Bank in the standard format annexed to the
GCC.
EMD SUBMITTED IN FORM OR THROUGH MODE OTHER THAN MENTIONED ABOVE
SHALL NOT BE ACCEPTED.
Entities exempted from submission of EMD: Central / State PSUs / JVs of IOC/ Micro
and Small Enterprises registered with agencies/bodies as per the Public Procurement
Policy for MSEs Order 2012, issued by Ministry of Micro, Small and Medium
Enterprises, Govt of India, irrespective of the items for which they are registered with
the said agencies/bodies. The registration shall be valid as on the Techno-Commercial
bid opening date.
The scanned copy of the BG/NSIC or MSME Registration Certificate shall be uploaded
as EMD exemption document on the e-tender portal. The EMD BG in original shall be
delivered through Post/ Courier/ in Person by Bank to the office of Tender Inviting
Authority within seven (07) working days from the date of opening of technical bids.
Tenders without EMD are liable to be rejected.
8 Pre-qualification criteria
(Financial):
a) Minimum Annual 51.76 Lakh
Turnover in any of the Proof of annual turnover shall be submitted in the form of audited financial
last three preceding results of three preceding financial years i.e. 2021-22, 2022-23 and 2023-24
financial years i.e. F.Y. with UDIN mentioned on it. If the Bidder is not required to get its accounts
2021-22, 2022-23 and audited under Section 44AB of The Income Tax Act, 1961, certificate from a
2023-24 Practicing Chartered Accountant with UDIN towards the turnover of the Bidder
along with copies of Income Tax Returns for preceding three financial years
shall be submitted.

iii
In case of tenders having the bid closing date up to 30th September of the
current financial year, and, in case audited financial results of the immediate
three preceding financial years are not available, the bidder has an option to
submit the audited financial results of the three years immediately prior to
that. Wherever the closing date of the bid is after 30th September of the
current financial year, bidder has to compulsorily submit the audited financial
results for the immediate three preceding financial years. The immediate
preceding financial year shall be considered, accordingly. The audited financial
results shall be certified by an auditor on or before the date of bid submission.
For the bidders whose financial year is calendar year, the audited financial
results shall be considered on calendar year basis in lieu of financial year.
Unique Document Identification Number (UDIN) has been mandatory for all
certificate issued by CA.
b) Minimum Value of Number of similar work(s) Executed Single Work Order Value shall not be less
Single Work Order than ( in Lakh)
executed for similar 1 (one) work of value 43.13
nature of work during
last 07 (seven) years Or 2 (two) works each of value 34.51
ending on last day of the Or 3 (three) works each of value 25.88
month, immediately
previous to the month The Bidder should have successfully completed the work of Civil
in which the last date of repair/maintenance/construction work of the minimum aforesaid value, as a main or
bid submission of this sub-contractor, during any of the last 07 (seven) years ending on last day of the month,
tender falls immediately previous to the month in which the last date of bid submission of this tender
falls.

Bidders to note the following:


Qualifying value of Single Work Order specified at Point Sr. No. 8(b) above shall be
inclusive of Service Tax / GST.
The completion certificate submitted by the Bidder shall separately indicate the
Service Tax / GST amount included in the value of completed job OR separate
certificate from respective Client, mentioning the Service Tax / GST amount (if any),
included in the value of completed job under consideration should be submitted by
the Bidder.
In case Service Tax / GST amount/ component is not specified in the submitted
completion certificate, then the amount mentioned in the completion certificate
would be considered to be work executed value with Service Tax / GST.
9 Pre-qualification criteria The Bidder should have past experience of having executed the work Civil
(Experience/ Technical): repair/maintenance/construction work , as a main or sub-Contractor, during any of the
last 07 (seven) years ending on last day of the month, immediately previous to the month
in which the last date of bid submission of this tender falls.
Note: For details regarding qualification criteria please refer Clause 21.0.0 & associated sub-clauses of Special
Instructions to Tenderers.
10 Copy of other documents to 1. Copy of PAN card
be submitted along with 2. Copy of PF Registration
Techno-commercial bid 3. GST (Goods & Services Tax) registration No. - Copy of GST Registration
4. MSME certificate (UDYAM certificate), if applicable.
5. Certificate of incorporation of company/Partnership deed of firm, if applicable.
6. MOA/AOA of company, if applicable.
7. Power of attorney of tender signing person, if applicable.
8. Declaration of blacklisting and other duly filled & signed copy of Annexures
9. Signed copy of tender documents.
11 Tender issuing/ receiving CHIEF OPERATIONS MANAGER
Authority Indian Oil Corporation Limited, Western Region Pipelines, Phagi Road, Chaksu, Distt.
Jaipur-303 901 (Rajasthan)
Contact-Phone Nos.: 01429- 243090, 243318 Fax: 01429-243683
E-mail: [email protected]; [email protected]; [email protected]

iv
12 Mode of submission of bids -tender portal
https://iocletenders.nic.in. Bids submitted through E-mail/ Fax/ Post/ Courier or any
other mode shall not be accepted.

13 Others:
IOCL reserves the right to cancel tender in full/part, extend e-tender download/submission date, etc. without
assigning any reasons thereof. No compensation shall be payable for the efforts made by the Bidders. Reasons for
rejection shall be disclosed on written representation by the concerned Bidder whose bid is rejected.

cognizance before submitting the tender. Failure of the Bidder to submit tender without taking cognizance of
corrigendum/ amendment issued by IOCL shall make the bid liable for rejection.
In the event of any legal disputes arising out of the tender and/or contract, the same shall be within the jurisdiction
of Jaipur (Rajasthan) courts only.

Place: Chaksu CHIEF OPERATIONS MANAGER


Date: 20.05.2024
For more information please visit our website https://iocletenders.nic.in

iv
CHAPTER-I

SPECIAL INSTRUCTIONS TO TENDERERS


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

CHAPTER-I
SPECIAL INSTRUCTIONS TO TENDERERS
INDEX
Cl. No. DESCRIPTION Page No.
1.0.0 INTRODUCTION 3
2.0.0 INFORMATION 3
3.0.0 BIDDING ENTITIES 4
4.0.0 TENDER DOCUMENTS 5
5.0.0 PRICE OF TENDER DOCUMENT 5
6.0.0 TENDER INSTRUCTIONS 5
7.0.0 SITE VISIT 6
8.0.0 LOCAL CONDITIONS 7
9.0.0 SUBMISSION OF TENDER 7
10.0.0 CURRENCIES AND PAYMENT 12
11.0.0 CORRIGENDA/ ADDENDA/ CLARIFICATION 12
12.0.0 SIGNING OF TENDER 13
13.0.0 CONFORMITY TO TENDER TERMS & CONDITIONS 14
14.0.0 LAST DATE FOR SUBMISSION OF BIDS 14
15.0.0 VALIDITY OF OFFER 14
16.0.0 EARNEST MONEY DEPOSIT (EMD) 15
17.0.0 MODIFICATION/ WITHDRAWAL OF BIDS 17
18.0.0 LANGUAGE OF BID 17
19.0.0 PRE-BID MEETING 17
20.0.0 OPENING OF TENDER 18
21.0.0 CRITERIA FOR EVALUATION 18
22.0.0 CLARIFICATION OF BIDS 21
23.0.0 APPOINTMENT OF CONSULTANTS 22
24.0.0 PRE-PRICE BID MEETING 22
25.0.0 BID EVALUATION AND AWARD CRITERIA 22
26.0.0 NEGOTIATIONS 23
27.0.0 RIGHTS OF THE OWNER TO ACCEPT OR REJECT TENDERS 23
28.0.0 AWARD OF WORK & NOTIFICATION 23
29.0.0 ORDER OF PRECEDENCE 24
30.0.0 EXCLUSION OF LIABILITY 24
31.0.0 INTEGRITY PACT PROGRAM 24
32.0.0 RETIRED COMPANY DIRECTORS 25
33.0.0 CANVASSING 25
34.0.0 COLLUSIVE OR FRAUDULENT TENDERS 25
35.0.0 COST OF PREPARATION & SUBMISSION OF BIDS 25
36.0.0 SIGNING OF CONTRACT 25
37.0.0 INSOLVENCY AND BANKRUPTCY CODE 26
38.0.0 ADDITIONAL BANK GUARANTEE 26

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 1 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

39.0.0 DOCUMENT VERIFICATION 27

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 2 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

CHAPTER-I
SPECIAL INSTRUCTIONS TO TENDERERS
1.0.0 INTRODUCTION
1.1.0 Indian Oil Corporation Limited, a company registered in India under the Companies Act 1956,
through its CHIEF OPERATIONS MANAGER WRPL Chaksu (here
invites tenders in electronic format from bonafide and experienced Indian Contractors
of requisite financial standings and reputation for the following job(s):

Name of Work: Renovation work of 2 no. of D type, 1 no. of C type, 1 no. of B type and
1 no. of H type Quarters at IOCL Residential Colony, Sanganer, Jaipur
Tender No./ E-tender ID CHTS242510/2024_WRCHK_177358_1
Location Indian Oil Residential Colony, Sanganer, Jaipur
Unit/Region/Division Western Region Pipelines (WRPL) of IOCL (Pipelines Division)

(More specifically described in the Tender Documents, upon the terms & conditions mentioned in
the Tender Documents)
1.2.0 Indian Oil Corporation Limited (IOCL), the largest commercial Government of India undertaking in
the country is engaged in the business of refining, transportation and marketing of crude oil and
petroleum products. The Indian Oil Corporation Limited
companies.
1.3.0 The Pipelines Division of the Owner owns and operates more than 19,000 Km of petroleum (Crude,
Product, LPG, R-LNG) pipeline network across the length & breadth of the country.
1.4.0 Western Region Pipelines (WRPL) of Pipelines Division, having its headquarters at Gauridad, Rajkot
(Gujarat) operates & maintains several pipelines, namely Salaya - Mathura Pipeline (SMPL, Crude),
Mundra - Panipat Pipeline (MPPL, Crude), Koyali - Ahmedabad Pipeline (KAPL, Product), Koyali -
Dahej Pipeline (KDPL, Product), Koyali - Sanganer Pipeline (KSPL, Product), Koyali - Ratlam Pipeline
(KRPL, Product) and their branch lines.
2.0.0 INFORMATION
2.1.0 Special Instructions to Tenderers s to

documents forming part of this contract wherever the context so requires.


2.2.0 Notwithstanding the sub-division of the documents into these separate parts 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 in so far as it may be practicable to do so.
2.3.0
provision of the Special Instructions to Tenderers, then the provision of the Special Instructions to

to the extent of such repugnance or variations prevail.


2.4.0 The information given in the Tender Documents and in the Plans and Drawings forming part
thereof is merely intended as a general information without undertaking on the part of the Owner
as to its accuracy and without obligation relative thereto upon the Owner. Tenderers are expected
to conduct their own surveys and investigations prior to tendering.
2.5.0 All headings of the clauses in the Tender Documents are intended solely for the purpose of giving a
broad indication of the contents of the clause and not as a summary of the contents thereof.
2.6.0 The "Tender Document" shall mean the same as the "Bid Document". "Tender" shall have the same
meaning as "Bid" or "Offer". The "Tenderer" shall have the same meaning as the "Contractor" or

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 3 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

"Bidder".
3.0.0 BIDDING ENTITIES
3.1.0 Tenders may be submitted by following entities provided they meet the pre-qualification criteria as
specified in the detailed NIT and amplified under Clause 21.0.0 hereof:
a) An Individual (Proprietary)/ Partnership/ Limited Company (called Sole Bidder)
b)
c) Indian company wholly owned Subsidiary of a foreign or Indian company on the strength of its
parent/ sister company.
3.2.0 The bids from Consortium shall not be accepted.
3.3.0 Wholly owned Indian Subsidiary of a Foreign/ Indian Company
3.3.1 A company registered in INDIA which is a wholly owned subsidiary of a foreign/Indian company can
be qualified based on the experience, technical and financial standings of its parent company
provided the parent company declares under a memorandum of understanding with the Indian
subsidiary that it would be jointly and severally responsible for all the jobs being carried out by its
subsidiary.
3.3.2 In such a case the following shall be complied and necessary documents from Parent Company/
sister concern shall be submitted:
a) The works under consideration shall either be executed by the Parent Company/ sister concern or
shall be executed under supervision and back-up of the Parent Company/ sister concern.
b) Details of mode of work execution, manpower, machinery deployment by the parent company/
sister concern shall be furnished along with the Bid.
c) Responsibility matrix of Parent company, sister concern & bidding company not limited to the
following shall be furnished along with the bid:
i) Overall responsibility for execution of entire work under the contract shall be with the
parent company/ sister concern.
ii) Both the parent company, sister concern & bidding company are jointly & severely
responsible in terms of tender.
iii) Parent company/ sister concern will provide all technical & technology transfer to bidding
company.
iv) Experienced technical personnel from parent company/ sister concern will be stationed at
work site to provide technical support during execution of field works.
v) The parent company/ sister concern will ensure deployment of requisite equipment
required for undertaking the different works as per tender requirements.
vi) The correspondences for execution of work will be made with bidding company. However,
parent company/ sister concern is to ensure its presence in progress review meeting
whenever called for by the Owner.
vii) The Parent Company & sister concern shall furnish an undertaking to be jointly and severally
responsible with the subsidiary for due, proper and timely performance of the Contract and
discharge of liabilities of its subsidiary in the event of the award of work to its subsidiary.
3.3.3 Failure to honour the commitment as per Memorandum of Understanding shall attract all actions
including but not limited to General Conditions of Contract Clause 7.0.0.0, 4.7.3.0, 4.7.4.0, holiday
listing of bidding company, Parent company/Sister concern.
3.4.0 Each tenderer can submit only one tender bid for one package. The names of specialized sub-

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 4 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

contractor(s) may, however, appear in different offers submitted by different tenderers.


3.4.1 It is clarified that a person shall be deemed to have submitted more than one bid if a person bids in
an individual or proprietorship format and/or in a partnership or association of persons format
and/or in a Company format.
3.4.2 A company shall for this purpose include any artificial person whether constituted under the laws
of Indian or of any other country.
3.4.3 A person shall be deemed to have bid in a partnership format or in association of persons format if
he is a partner of the firm which has submitted the bid or is a member of any association of
persons which has submitted a bid.
3.4.4 A person shall be deemed to have bid in a company format if the person holds more than 10% (ten
percent) of the voting share capital of the company which has submitted a bid, or is a Director of
the Company which has submitted a bid, or holds more than 10% (ten percent) of voting share
capital and/or is a Director of a holding Company which has submitted the bid.
4.0.0 TENDER DOCUMENTS
4.1.0 The Tender Documents shall consist of the following:

Part Contents
Notice Inviting Tender (NIT)
Instructions to Tenderers (GCC Page No. 114-121)
Special Instructions to Tenderers (SIT)
Special Conditions of Contract (SCC)
General Conditions of Contract (GCC)
I of II
Technical Specifications & Annexure
Techno-
Plans & Drawings
commercial
Part Form of Contract (GCC Page No. 130-132)
Form of Tender (including formats annexed to it)
Annexure(s)
Form of Schedule of Rates
Corrigenda/ Addenda/ Clarification(s) to Tender Documents (issued at later date
if necessary)
II of II
BoQ
Price Part

5.0.0 PRICE OF TENDER DOCUMENT


5.1.0 Tender Fee is not applicable for this tender. The tender document can be downloaded from the
e-tendering portal https://www.iocletenders.nic.in
5.2.0 The Owner has hosted the complete set of the Tender Documents on its e-tendering web site
https://www.iocletenders.nic.in and has ensured its availability for downloading the full set
comprising of the above.
5.3.0 Bidders to note that Physical/ Hard Copy of the Tender Documents shall not be issued from the
office of Tender Inviting Authority. Any request in this regard shall not be entertained under any
circumstances.
6.0.0 TENDER INSTRUCTIONS
6.1.0 The Bidder is expected to download the complete set of tender document from the
website as per the index of the tender, fully read, understand & compile the same as per the

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 5 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

6.2.0 All in formation disclosed to the Tenderers by way of the Tender Documents shall be considered
confidential and any person/ Tenderer shall not part with possession of the Tender Documents or
copy or disclose information thereof to any party, except as may be necessary for carrying out the
work. It being understood that the Tender Documents have been downloaded by the eligible
Tenderer solely for the purpose of bidding. Where it is found that any Tenderer has violated and
has disclosed sensitive and vital information impugning on the security of the installation/ national
security, necessary action, as may be called for, may be taken against the Tenderer concerned in
addition to his being liable to be black listed and/ or barred from participating in future bids.
6.3.0 The Tender Documents shall always be & remain the exclusive property of the Owner without any
right with the Bidder to use them for any purpose except for submitting the tender in accordance
with the provisions of these instructions by the prospective Bidders and for use by the successful
Bidder with reference to the work. The Owner shall have no obligation to return to the Bidder the
Tender Documents submitted by the Bidder.
6.4.0 The Tender shall be completely filled in all respects and shall be tendered together with requisite
information & annexures. The Bidder is expected to examine the Tender Documents, including all
instructions, specifications and drawings in the tendering document. Failure to furnish all the
information required by the tendering documents or tender incomplete in particulars or
submission of tender not substantially responsive to the tendering document in every respect shall
result in rejection of the Tender.
6.5.0 Tenderers shall set their quotations in firm figures and without qualifications or variations or
additions in the terms of the Tender Documents. Tenders containing qualifying expressions such as

incorporating terms & conditions at variance with the terms and conditions incorporated in the
Tender Documents shall be liable to be rejected.
6.6.0 It is hereby stipulated that the Tenderers shall not affect any corrections/ alterations/
modifications in the Tender Documents and various formats contained therein. Any correction/
alteration/ modification in the Tender Documents by the Bidder shall make their tender liable for
rejection.
6.7.0 All communication from the Owner to the Tenderers shall be sent by speed post/courier as may be
applicable. The tenderers must acknowledge each and every communication sent by the Owner by
returning the duplicate copy or the Xerox copy of the said communication duly signed by the
Tenderer(s) in token of receipt. Wherever feasible, communications may be sent by Fax/E-mail also
followed by confirmatory copies by speed post/ courier.
6.8.0 The Bidder shall be deemed to have satisfied him before tendering as to the correctness and
sufficiency of his tender for the works and of the rates stated by him in the Schedule of Rates,
which shall cover his entire obligation under the contract and all matters and things necessary for
proper completion of the works.
7.0.0 SITE VISIT
7.1.0 The intending Bidders are advised to visit the site and familiarize themselves thoroughly with the
working conditions at the work site and obtain all information that may be necessary for preparing
their offer/bid and entering into the contract.
7.2.0 The intending Bidders may contact the following office(s) of the Owner with due appointment for
necessary guidance and help regarding site visits:

Officer for Site Visit


Address Contact person/ Contact details

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 6 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Indian Oil Corporation Limited Sh. Himanshu Jain, M(ML)


(Pipelines Division) Phone: +91- 9928764392
Western Region Pipelines, E-mail: [email protected]
Phagi Road, Chaksu, Jaipur - 303901
Grievance Officer
Address Contact person for Any Grievance
Indian Oil Corporation Limited Sh. Ashish Sharma, COM
(Pipelines Division) Ph: 01429-243089
Western Region Pipelines, E-mail: [email protected]
Phagi Road, Chaksu, Jaipur - 303901

7.3.0 In case of any Grievance(s), bidder may contact the Grievance officer mentioned above.
8.0.0 LOCAL CONDITIONS
8.1.0 The Tenderer shall before tendering and shall be deemed before tendering to have undertaken a
thorough study of the proposed work, the job site(s) involved, the site conditions, soil conditions,
the terrain, the climatic conditions, the labour, power, material and equipment availability and
transport and communications facilities, the availability and transport suitability or borrow areas,
the availability of land for right of way and temporary office and accommodations, quarters, and all
other facts and facilities necessary or relevant for the formulation of the tender, supply of
materials and the performance of the work. Without prejudice to the foregoing, the tenderers may
be allowed access to any information regarding the site of the work, the investigations conducted
relative thereto, such as soil investigation etc. But, these shall be only indicative in nature and
tenderers are expected to collect their own data for preparation and submission of their tender.
Any claim at a later date based on either incorrectness or inadequacy of the information/data
made available by the Owner to a tenderer shall not be entertained. The Owner shall be fully
absolved of any and all liabilities in this regard.
8.2.0 It will be imperative on the part of each Tenderer to acquaint himself with all local laws, conditions
and factors which may have any effect or bearing on the execution of works and supplies under the
scope of this tender. In their own interest, the Tenderers are required to familiarise themselves
with (but not limited to) the Indian Income Tax Act, Indian Companies Act, Indian Customs Act,
Factories and Boiler Act, Contract Labour (Regulation and Abolition) Act, Arbitration Act, PF Act and
other related Acts and Laws and Regulations of India with their latest amendments as applicable.
The Owner shall not entertain any clarification from the Tenderer(s) regarding such local
conditions.
8.3.0 It must be understood & agreed that above factors have been properly investigated and
considered while submitting the offer. Any claim regarding financial or any other adjustments to
contract price or completion time or non-conformity to specifications on account of lack of clarity
of such factors shall not be entertained.
9.0.0 SUBMISSION OF TENDER
9.1.0 Tenders shall be submitted through online mode only -tendering portal
https://www.iocletenders.nic.in. Manual Bids submitted in any other form through Telex/ Fax/
Telegram/ E-mail/ Courier/ Registered Post/ manually shall not be accepted.
9.2.0 However, documents which necessarily have to be submitted in originals like EMD and any other
documents mentioned in the Tender Documents have to be submitted offline. The Owner shall not
be responsible in any way for failure on the part of the Bidder to follow the instructions.
9.3.0 Two Bid System Techno-commercial Bid and
Price Bid (BOQ) as detailed below:

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 7 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

TECHNO-COMMERCIAL : Technical and commercial aspects of the offer along with the techno-
BID commercial volumes of the Tender Documents digitally signed. NO
PRICE shall be indicated in this part.
PRICE BID (BOQ) : Price portion of the offer (not to be opened along with Technical
Bid) shall be submitted separately. BOQ (.xls file) shall be uploaded
without any change in format. This part shall
CONTAIN ONLY PRICE and no conditions whatsoever. Any condition
mentioned in this part of the tender shall not be considered at the
time of evaluation of the tender.

9.4.0 TECHNO-COMMERCIAL BID


9.4.1 The Bidder shall furnish, in Techno-commercial part, the requisite information/ data/ detail, etc.
strictly in manner described below and shall be supported by the requisite documents/ annexure.
Failure to furnish all information required as per the Tender Documents or submission of bid not
substantially responsive to the Tender Documents, in every respect, shall result in rejection of the
bid. Decision of the Owner, in this regard, shall be final & binding on the Bidder.
9.4.2 All amendments to the Tender Documents issued by the Owner subsequently, if any, must be
signed and submitted along with the Tender. The Tender submitted by the Bidder shall take into
account all such amendments.
9.4.3 Bidders shall upload legible scanned copies (preferably 300 or higher dpi resolutions) of the
following documents in already pre-configured packets (named as Fee/PreQual/Technical
individually or in combination) n the e-tender portal:
1) Bank Guarantee (BG) in lieu of Earnest Money Deposit (EMD) as specified under Clause 16.0.0
hereof OR If the Bidder is claiming exemption from the payment of EMD as per Clause 16.7.0
hereof, a Copy of registration certificate under NSIC/ Micro, Small or Medium Enterprise
Development (MSMED) Act 2006 shall be uploaded.
2) Complete set of the Tender Documents as specified under Clause 4.0.0 hereof.
3) Notarised copy of Power of Attorney or other proof of authority, in favour of person who has
signed the Tender using his Digital Signature Certificate (DSC), as required by Clause 12.0.0
hereof. The document shall be supplemented/ supported with the following documents:
a) If the Bidder is a Partnership Firm, notarised copy of the Partnership Deed along with the
full names & current addresses of all partners.
b) If the Bidder is a Private Limited Company, notarised copy of the Memorandum/ Articles
of Association, Certificate of Incorporation of Private Limited Company.
c) If the Bidder is a Public Limited Company, notarised copy of the Memorandum of
Association, Certificate of incorporation of Public Limited Company.
d) In case the Bidder is a Joint Venture (JV) Company, notarised copy of Memorandum of
Association/ Article of Association, Certificate of incorporation from ROC & JV
Agreement.
e) In case the bidder is wholly owned Indian Subsidiary of a Foreign/ Indian Company,
documents as specified under Clause 3.3.0 hereof shall be submitted.
4) Income Tax Permanent Account Number (PAN) Card. Income Tax Permanent Account
Number will be required as precondition of release of payment.
5) It's the obligation on the part of Bidder / Vendor / Contractor / Consultant to discharge his
liability by payment of GST to Government of India in cash OR utilization of Input Tax credit
in respect of such supply of services through GST Invoice under this Contract, so that Owner

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 8 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

can avail Input Tax credit on such supply. In the event that the input tax credit of the GST
charged by the Bidder / Vendor / Contractor / Consultant is denied by the tax authorities to
OWNER due to delay by Bidder / Vendor / Contractor / Consultant, in issue of Invoice, Debit
Notes or Credit notes, filing of Return of Outward Supplies, payment of taxes or filing of any
other Returns as required under GST Laws and Rules, or timely corrections, rectification or
modification in the detail of Return of Outward Supplies or any other Returns, etc., Owner,
without prejudice to clause 8.15.0.0 of General Conditions of Contract and in addition to the
same, shall be entitled to recover such amount from the Bidder / Vendor / Contractor /
Consultant by way of adjustment from the next invoice or from Bank Guarantee. In addition
to the amount of GST, Owner shall also be entitled to recover interest and penalty, in
case same is imposed by the tax authorities on Owner.
6) In case of Price Adjustment for delay in Completion applicable as per GCC Clause 4.4.0.0, the
Contractor shall issue a Credit Note for the Price Reduction amount containing all the details
stated in Annexure-P (a) to (p), for lower incidence of GST.
7) Bidders are required to submit copies of GST Registration pertaining to the State of its
operation along with the techno- commercial bid. Bidders not registered under GST Laws are
liable to be rejected.
8) Bidder to quote prices exclusive of all duties and taxes. Duties and taxes applicable to be
stated separately.
9) Bidders to take note of Anti-profiteering measure clause in CGST (Section 171) wherein it is
stated that any reduction in rate of tax on any supply of goods and services or the benefit of
input tax credit shall be passed on to the recipient by way of commensurate reduction in
prices.
10) Bidder is requested to acquaint themselves about GST Law/Act and other tax provisions

to bidder under GST. Format for submission of GST Registration is attached as Annexure -L (to
be submitted on bidder's Letter Head along with copy of GST Registration).
11) Employees Provident Fund Registration Certificate or duly acknowledged (by EPF authorities)
copy of application for Employees Provident Fund registration.
The Bidder, not registered with the EPF authorities, shall submit an undertaking (on company
letterhead) that in case of award of contract to him it shall obtain the EPF registration for its
establishment and shall furnish the copy of same to this office before issuance of Letter of
Acceptance. Work order will not be issued unless PF Code is produced.
12) Proof of annual turnover shall be submitted in the form of audited financial results of three
preceding financial years i.e. 2021-22, 2022-23 and 2023-24 with UDIN mentioned on it. If the
Bidder is not required to get its accounts audited under Section 44AB of The Income Tax Act,
1961, certificate from a Practicing Chartered Accountant with UDIN towards the turnover of
the Bidder along with copies of Income Tax Returns for preceding three financial years shall be
submitted.
13) In case of tenders having the bid closing date up to 30th September of the current financial
year, and, in case audited financial results of the immediate three preceding financial years
are not available, the bidder has an option to submit the audited financial results of the three
years immediately prior to that. Wherever the closing date of the bid is after 30th September
of the current financial year, bidder has to compulsorily submit the audited financial results
for the immediate three preceding financial years. The immediate preceding financial year
shall be considered, accordingly. The audited financial results shall be certified by an auditor
on or before the date of bid submission
14) For the bidders whose financial year is calendar year, the audited financial results shall be

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 9 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

considered on calendar year basis in lieu of financial year.


15) Unique Document Identification Number (UDIN) has been mandatory for all certificate issued
by CA.
16) Checklist for submission of offer as per Annexure-A of the Tender Document.
The Bidders, having IOCL vendor code are advised to mention their vendor code in
Annexure-A, in case of non-submission of PAN no. or GST registration Certificate along with
techno-commercially bid, PAN no. or GST registration no. available with the vendor code
shall be considered for evaluation.
17) Form of Tender (For Commercial Bid) in Performa as per Annexure-B of the Tender Document.
18) Duly filled Form of Tender (For Price Bid) in Performa as per Annexure-C of the Tender
Document. The space for indicating price is to be left blank in this copy.
19) Undertaking of the Bidder for acceptance of tender terms & conditions in Performa as per
Annexure-D of the Tender Document.
20) Exceptions/ deviations pertaining to Instructions to Tenderers, Special Instructions to
Tenderers, General Conditions of Contract (GCC), Special Conditions of Contract (SCC),
Technical Specifications, Scope of Work and other general tender conditions in Performa as
per Annexure E of the Tender Document.
21) Each Tenderer/ Bidder shall give a declaration in the prescribed format (as per Annexure-F of
the Tender Document) annexed to the Form of Tender that he/it/they is/are not under any
blacklist declared by the Owner or by any Department of the State or Central Government or
by any other Public Sector Organisation, and that there is no inquiry in respect of any corrupt
or fraudulent practice pending against him/it/them. In case he/it/they are under any such list,
or any inquiry is pending, he/it/they shall in the declaration give full details thereof. Such
declaration in respect of a partnership firm or association of persons shall cover every partner
or member of the association, and in the case of Company, shall cover every Director and
Principal Shareholder of the Company and any Holding Company and/or subsidiary
Company(ies) if any.
If a tenderer is on any such List or if any such inquiry is pending against it/him/them or if the
Bidder makes a false declaration, the Owner reserves the right to reject the Bid, and if the Bid
has resulted into a contract, the contract is liable to be terminated pursuant to the provisions
of Clause 7.0.1.0 of the General Conditions of Contract.
22) Undertaking for non-engagement of Child Labour in Performa as per Annexure-G of the
Tender Document.
23) Declaration of relationship with the directors of IOCL in Performa as per Annexure-H of the
Tender Document.
24) Information about the Tenderer in Performa as per Annexure-I of the Tender Document.
25) Consent for e-payment and bank details in Performa as per Annexure-J of the Tender
Document. A copy of a cancelled cheque must be attached with the document.
26) Declaration of Applicable Goods & Service Tax as per Annexure-K of the Tender Document.
27) Format for submission of GST registration in format attached as Annexure-L to the Tender
Document.
28) completion of similar nature works during any of
the last 07 (seven) years ending on last day of the month, immediately previous to the month
in which the last date of bid submission of this tender falls shall be submitted in format as per
Annexure-M of the Tender Document. The details shall be duly supported with copy(ies) of

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 10 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Work Order(s) for similar nature works along with Completion/ Execution/ Experience
Certificate(s), Schedule of Rates, etc.
29) Copy(ies) of Work Order(s) of successfully completed work(s) & of requisite value (as per
Financial Qualification Criteria detailed under SIT Clause 21.0.0) along with Completion/
Execution/ Experience Certificate(s), Schedule of Rates, TDS Certificates, Payment Receipts
etc.
30) Equipment Questionnaire in Annexure-N
31) Acceptance of Performa of Indemnity Bond ttached as
Annexure-O to the Tender Documents. The Indemnity Bond shall be submitted by the
Contractor along with request for issuance of Completion Certificate.
32) New Tax Clause in GCC for GST in service contracts/Composite contracts attached as
Annexure-P to the Tender Document.
33) Undertaking for Abiding by Labour Laws attached as Annexure-Q to the Tender Document.
34) Declaration on Proceedings Under Insolvency and Bankruptcy Code, 2016 attached as
Annexure-R to the Tender Document.
35) Declaration Regarding Bidder from a Country which shares a Land Border with India attached
as Annexure-S to the Tender Document.
36) Proforma of Indemnity Bond for Work Orders (Raw Materials) attached as Annexure-T to the
Tender Document.
37) In case of non-resident bidder, documents like TRC, Form 10F, PAN, Permanent Establishment
in India declaration to be submitted by the bidder.
38) Any other document as specified anywhere in the Tender Documents.
9.4.4 Whether explicitly stated or not, Annexure A-T of the Tender Document shall be submitted on
or on the non-judicial stamp paper of appropriate value duly
notarised. These annexures shall be submitted duly filled with the requisite information/ data/
details as required. None of the annexure shall be submitted blank.
9.4.5 Price shall not appear anywhere in TECHNO-COMMERCIAL BID.
9.5.0 PRICE BID
9.5.1 The Price Bid (BOQ) shall be uploaded in packet on e-tender portal. The Bidder shall
not upload any other documents except BOQ in this cover.
9.5.2 The Bidders are advised to fill the BOQ file as per following instructions:
1) The Bidders are advised to check the BOQ file before submitting the price bid with respect to
with the Tender Documents. In case of any
discrepancy in Item text, Quantity & Units in the BOQ file vis-a-
the Tender Documents shall prevail.
2) Before filling the rates in BOQ, macros shall be enabled to see the quoted figures in words.
3) The Bidders are advised to fill the name of the Bidder and rates in the designated cells only.
No changes shall be made by the Bidder in the matter contained in protected cells.
4) The Bidders are advised strictly not to alter or change the BOQ format/ contents. The Bidders
are also advised not to paste any image file or put any additional conditions in the BOQ work
sheet.
5) The Item Rates shall be filled in protected excel sheet only and shall not be submitted in other
form like copy of BOQ sheet etc. as the same shall not be considered for evaluation.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 11 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

6) Any alteration/ change of BoQ format/ contents shall make the bid liable for rejection.
9.5.3 Physical price bid(s) submitted in a sealed envelope or any other form other than mentioned
above shall not be accepted.
9.5.4 The rates/ prices quoted by the Bidder in Price Bid shall be in compliance with & taking into
consideration the following provisions:
9.5.4.1 The Bidder shall quote for the jobs on the basis of the items entered in the Schedule of Rates
(BOQ), and shall quote separately for each and every item(s) entered in the Schedule of Rates
(BOQ).
9.5.4.2 Statutory deduction such as Income Tax, etc. as applicable, shall be made by the Owner as per
Govt. Rules & Regulations.
9.5.4.3 The prices quoted shall be all inclusive as proved for in respect of Schedule of Rates in the General
Conditions of Contract and the Owner shall not entertain any claim(s) for enhancement of the
price(s) on any account whatsoever.
9.5.4.4 For supply items under the scope of the Contractor supply, the rates quoted by the Bidder shall be
all inclusive for delivery of materials at site (F.O.R. destination basis). It shall include Basic Cost, all
applicable taxes, duties & levies, inspection charge, transportation charges, transit insurance
auxiliary taxes, octroi, etc. as may be applicable except GST. The consignee for despatch of
materials shall be the Owner. However, the Contractor/ Supplier shall be responsible for any
incidental consequences arising out during the transit of materials up to destination (site).
9.5.4.5 For supply of imported items under the scope of Contractor, the Bidder shall offer the quoted price
in Indian Rupees only for any and all such imported item(s). For supply of imported items under the
scope of the Contractor, the cost of supply shall include basic cost, packing & forwarding, ocean
freight, custom duties, port handling charges, demurrage, wharfage and other auxiliary duties,
inland transportation, insurance and all cost incidentals to delivering the materials at work site.
9.5.4.6 The bid prices shall conform to the provisions of Clause 10.0.0 (Currencies & Payments) hereof.
9.5.4.7 Prices quoted by the Bidders shall be strictly in the given price format of bid. Prices should not be
clubbed with any of items in any way i.e. complete break up as suggested to be given after each
item for the materials and works covered under the scope of contract, otherwise the bid may be
considered as non-responsive.
9.5.4.8 Unless stated otherwise in the Tender Documents, the contract shall be for the complete supplies,
services and composite works as described in the relative scope of supplies, services and
composite works.
9.5.4.9 All Government circulars/ guidelines applicable on tender work would be enforced from time to
time and it would be binding on the part of the Bidder to abide by the same as per stipulations.
9.5.4.10 Price Bid shall not contain any conditions whatsoever. Any condition mentioned therein shall not
be considered for evaluation.
9.6.0 Any Bid incomplete in any of the above requirement shall be considered as non-responsive and
shall be summarily rejected without any reference whatsoever to the Bidder.
10.0.0 CURRENCIES AND PAYMENT
10.1.0 The Bidders shall quote their prices in Indian Rupees (INR) only.
10.2.0 All payments will be made in Indian Rupees only. In case the Contractors are required to pay any
amount in foreign exchange to their sub-Contractor or for any imported items, necessary
arrangement for such foreign exchange payment shall be made at their end.
11.0.0 CORRIGENDA/ ADDENDA/ CLARIFICATION

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 12 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

11.1.0 Corrigenda/ Addenda/ Clarification(s) to the Tender Documents may be issued prior to the date of
opening of the tender (and in the case of two bid system, prior to the date of opening of price part
of the bid) to clarify documents, issues arising out of various queries/ clarifications relevant to the
Tender Documents from the Bidders or to reflect modifications in the design or contract terms &
conditions.
11.2.0 Such Corrigenda/ Addenda/ Clarification(s) shall be uploaded by the Tender Inviting Authority on
-tendering portal https://www.iocletenders.nic.in.
11.3.0 Each participating Bidder shall download and submit one digitally signed copy of such Corrigenda/
Addenda/ Clarification(s) along with his/its/their tender. All such Corrigenda/ Addenda/
Clarification(s) issued shall form part of the Tender Documents.
11.4.0 It is incumbent on all the Bidders to view, download, understand and furnish Corrigenda/
Addenda/ Clarification(s) along with his/its/their tender. Any deviation/ clarification due to non-
receipt of Corrigenda/ Addenda/ Clarification(s) at later stage should not be entertained. Any bid
without copy of Corrigenda/ Addenda/ Clarification(s), if issued, as mark of its acceptance may not
be accepted.
12.0.0 SIGNING OF TENDER
12.1.0 The tender comprising of all attached documents should be digitally signed using digital signatures
issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT Act 2000.
12.2.0 All the Tenderers are required to obtain a legally valid Digital Signature Certificate (abbreviated as
DSC) as per Indian IT Act 2000 from the licensed Certifying Authorities (CA) operating under the
Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. The DSC
is issued by licensed Certifying Authorities in the name of a person authorized for filing Bids/ Offers
on behalf of his Company. The Bidder can submit his Bid/ Offers online only after digitally signing
the bid/ documents with the above allotted Digital Signatures.
12.3.0 Digital Signature Certificate (DSC) is a unique digital code which can be transmitted electronically
and primarily identifies a unique sender. The objective of digital signature is to guarantee that the
individual sending the message is who he or she really claims to be just like the written signature.
The Controller of Certifying Authorities of India (CCA) has authorized certain trusted Certifying
Authorities (CA) who in turn allots Digital Certificates on a regular basis. Documents which are
signed digitally are legally valid documents as per the Indian IT Act (2000).
12.4.0 The person signing the tender shall state his capacity and also the source of its ability to bind the
Tenderer. The power of attorney or authorisation or other document constituting adequate proof
of ability of the signatory to bind the Tenderer shall be furnished with the Tender. The Owner may

12.5.0 Witnesses: Name, occupations and addresses of the Witnesses shall be stated below their
signatures. Witnesses shall be persons of status.
12.6.0 If the Bidder is a Proprietary firm, the Tender shall be digitally signed by the Proprietor of the firm
or its authorised representative holding valid power of attorney.
12.6.1 If the Bidder is a Partnership firm, the Tender shall be digitally signed in the partnership name by
all the partners of the firm or by the partner holding valid power of attorney or by the authorised
representative of the firm holding valid power of attorney.
12.7.0 If the Bidder is a Private Limited Company, the Tender shall be digitally signed in the name of
company by the authorised representative of the company holding valid power of attorney.
12.8.0 If the Bidder is a Public Limited Company/ Corporation, the Tender shall be digitally signed in the
name of company by the authorised representative of the company holding valid power of
attorney.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 13 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

12.9.0 In Bidder is a Joint Venture, the Tender shall be digitally signed by an authorised representative of
JV holding valid power of attorney signed by legally authorised signatories of all the JV members.
13.0.0 CONFORMITY TO TENDER TERMS & CONDITIONS
13.1.0 Bidders are expected to bid strictly on the format and subject to the terms and conditions specified
in the Tender Documents. Any bid containing any deviation which in the sole opinion of the Owner
is material, or which in the opinion of the Owner cannot be evaluated so as to place other bidders
at a disadvantage, shall be liable to have his/its/their bid rejected.
13.2.0 In case any Bidder/ Tenderer considers it inevitable or unavoidable to make certain deviations from
requirements and stipulations of the Tender Document, such Bidder/ Tenderer shall bring out the
same separately and prominently in a separate statement (in format attached at Annexure-E)
enclosed with the tender (or techno-commercial part of the tender in case of two part tenders) so
as to make it prominently noticeable by the authority opening the tender. Such a statement should
clearly indicate the particular page number, clause, or section of the Tender Document deviated
from, the scope and extent of the deviations and explanation as to why the said deviation is
considered inevitable or unavoidable in the view of the Tenderer.
13.3.0 Any exceptions/ deviations stipulated anywhere in Tender other than
(in format attached at Annexure-E) shall not be considered and any and all
implication of such non-
is not submitted, it shall be presumed that the Bidder confirms to fully agree with and comply with
the tender stipulations in all respects.
13.4.0 All correspondences from the Owner as well as from the Contractor regarding clarifications during
techno-commercial evaluation of the bid and mutually accepted deviations to tender document

and all other correspondences in this regard will be treated as null and void.
14.0.0 LAST DATE FOR SUBMISSION OF BIDS
14.1.0 The Bidders are advised in their own interest to ensure that bids are submitted on e-tendering
portal well before the due date and time of submission of bids. The Owner does not take any
responsibility in case of failure of the Bidder to upload the documents or to submit bid within
specified date & time of bid submission.
14.2.0 Bids cannot be submitted/ modified/ re-submitted on e-tendering portal once the due date & time
for submission has reached.
14.3.0 The system time (IST) that will be displayed on e-tendering web page shall be the time considered
for determining the expiry of due date and time of the tender and no other time shall be taken into
cognizance.
15.0.0 VALIDITY OF OFFER
15.1.0 The Tender shall remain valid and irrevocable up to the expiry of 120 (One Hundred Twenty) days
from the date of opening of Techno-commercial Bid. The rates quoted in the schedule of rates
shall remain firm during the validity period.
15.2.0 Within the validity period of 120 (One Hundred Twenty) days, any tender submitted against this
Tender Notice/ Tender Enquiry, no reduction in price by the Tenderer suo motto would be
permitted after opening of tenders. If any Tenderer, on his own reduces the price quoted by him in
this tender after the opening of tenders, the concerned tender would be liable for rejection.
15.3.0 In exceptional circumstances, prior to expiry of the original bid, the Owner may request the Bidder
for a specified extension in the period of validity. The request and the responses thereto shall be
made in writing or by fax/ e-mail. The Bidder may refuse the request without forfeiting his bid
security. The Bidder agreeing to the request will not be permitted to modify his bid, but will be

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 14 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

required to extend the validity of his bid security correspondingly. The provisions of discharge and
forfeiture of bid security shall continue to apply during the extended period of the bid validity.
16.0.0 EARNEST MONEY DEPOSIT (EMD)
16.1.0 The Bidder shall, as a condition for the consideration of the Tender, pay the sum specified below:

Earnest Money Deposit (EMD)


In Figures In Words
Rs. 86,300/- (Rupees Eighty Six Thousand Three Hundred Only)

16.2.0 Bidders shall deposit EMD in any one of the forms & manner as specified hereunder:
16.2.1 Online Payment Gateway on E-tender Portal:
16.2.1.1 Bidders can remit EMD through online payment gateway available on e-tender portal. For detailed
information regarding online EMD payment through e-
Instructions to the Bidder for participating in e- uploaded separately with tender
documents.
16.2.2 Bank Guarantee/Insurance Surety Bonds in Lieu of EMD:
16.2.2.1 A Bank Guarantee (BG) /Insurance Surety Bonds may be accepted by the Owner in lieu of Earnest
Money Deposit, provided the amount of such Bank Guarantee is not less than 1,00,000.00 (Indian
Rupees One Lakh). It shall be an unconditional Bank Guarantee issued by a Scheduled Bank in India
or an Indian Branch of foreign Bank (acceptable to the Owner) and operating in India under the
guidelines of Reserve Bank of India. The BG shall be valid up to 06 (six) months from the date of
opening of Techno-commercial Bid of the tender.
16.2.2.2 Selection of Bank Guarantees/Insurance Surety Bonds:
(a) Bank Guarantee of value up to 2.0 Crores can be accepted if it is issued by an Indian Branch
of any Scheduled Bank appearing in the Second Schedule to the RBI Act, 1934;
(b) Bank Guarantee of value above 2.0 Crores can be accepted if it is issued by an Indian
Branch of:
(i) Any Nationalized/PSU Bank appearing in the Second schedule to the RBI Act, 1934
OR
(ii) Any scheduled bank (other than a Nationalized Bank/ PSU Bank) having at least
Desired Credit Rating at the time of acceptance of BG. Desired Credit Rating is defined
as under:

If the tenure of BG is more If the tenure of BG is up to 1


Bank
than 1 year, credit rating of year, credit rating of
In case of foreign banks -
equivalent i.e. highest short
term rating
In case of Indian Banks
i.e. highest short term rating

(c) Apart from above, the BG, irrespective of its amount, issued by any other bank including but
not limited to non-scheduled bank, foreign branches of scheduled banks and foreign
branches of foreign banks can be accepted provided such BG is confirmed/ counter
guaranteed by any Bank mentioned at (b) above.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 15 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

(d) In case of acceptance of BG issued or confirmed/ counter guaranteed by a Bank mentioned


at Para (b-ii), if the credit rating of such Bank falls below the Desired Credit Rating during the
validity period of BG, the bidder/contractor shall either submit a fresh BG or get the existing
BG confirmed / counter guaranteed, at its own cost, through a bank mentioned above at (b)
[having at least Desired Credit Rating, if applicable.
16.2.2.3 Bank Guarantee shall be strictly in the format prescribed (as annexed to General Conditions of
Contract) by the Owner. The Bidders to ensure that the text of bank guarantee submitted shall
match the prescribed format verbatim including all comma/ full stops. In case of a deviation/
variation, necessary amendment shall be sought from the Bidder/ their bankers.
16.2.2.4

16.2.2.5 The EMD Bank Guarantee in original shall be delivered through Post/ Courier/ in Person by the
Bank/ the Bidder to the office of Tender Inviting Authority within seven (07) working days from
the date of opening of technical bids. For the purpose of receipt of BG, the time recorded in
Receipt/ DAK section of the Owner against receipt shall be considered as receipt time.
16.2.2.6 Only those Physical BG instruments found matching with the copy submitted in the e- portal
shall be considered as valid.
16.2.2.7 The EMD Bank Guarantee shall be furnished in sealed envelope clearly super-scribing the Tender
No. and Name of the work, last date & time of submission. The Name, Complete postal address,
Contact Number & E-mail ID of the Bidder/ Bank shall be written on the bottom left corner of the
each envelope. The envelope should be addressed in the name of Tender Inviting Authority and
should be delivered at the following address:
CHIEF OPERATIONS MANAGER
Indian Oil Corporation Limited (Pipelines Division)
Western Region Pipelines, Chaksu
Phagi Road, Chaksu, Jaipur - 303901
16.3.0 The tender is liable to be rejected for failure to deposit earnest money in the manner aforesaid or
for failure to furnish proof of having deposited earnest money along with the Tender.
16.4.0 The Owner takes no responsibility for delay, loss or non-receipt of EMD sent by Post/ Courier/
Manually. In case of non-receipt of EMD at the office of Tender Inviting Authority on or before due
date for opening of tender, the Bids received shall be considered as without EMD and shall liable to
be rejected. No further communication shall be entertained in this regard.
16.5.0 Central/ State PSUs, JVs of IOCL and Small Scale Industries/ Micro & Small Enterprises registered
under MSMED Act-2006 (or erstwhile NSIC registered parties) having valid registration under
Single Point Registration Scheme as on the date of tender opening are exempted from payment
of EMD as mentioned above.
16.6.0 In case an Indian Company, otherwise eligible for exemption from submission of EMD as per
Government of India Guidelines, submits a bid in association (as Joint Venture or in any other
manner) with another company (not eligible for EMD exemption) then the EMD must be submitted
with the offer.
16.7.0 The EMD of the successful Bidder (hereinafter called the Contractor) will be discharged after the
Bidder has signed the agreement and furnished the required Initial Security Deposit/ Security
Deposit or shall be adjusted against Initial Security Deposit as required as per General Conditions of
Contract.
16.8.0 The Earnest Money deposited by the successful Tenderer shall be forfeited if the successful
Tenderer fails to deposit or furnish the requisite Initial Security Deposit as specified in the General

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 16 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Conditions of Contract and/or fails to commence work at each job site within 10 (ten) days of
handing over the job or any part thereof to him and/or fails to execute the contract in accordance
with the Form of Contract within 30 (thirty) days of receipt of Letter of Acceptance in this behalf
from the Owner or within such extended period as may be permitted by the Owner for the
purpose.
16.9.0 The Earnest Money of unsuccessful Bidder(s) shall be refunded/ deposited to their respective bank
accounts through e-payment without any interest. Bidders should provide their bank details in the
format as per Annexure-J for the purpose.
17.0.0 MODIFICATION/ WITHDRAWAL OF BIDS
17.1.0 A bidder who has submitted his/it/their bid are permitted to alter/amend or withdraw/ resubmit
his/its/their bid as per the instructions given in the online bid re-submission document in the
www.iocletenders.nic.in, provided the bid(s) has/have not yet been
opened.
17.2.0 After the bid(s) has/have been opened, Bidders shall not be permitted to alter/modify or withdraw
his/its/their bid.
17.3.0 A bidder who purports to alter/modify or withdraw his/its/their bid/offer after opening of bid(s),
within the period during which he/it/they promised to keep his/its/their bid valid, shall be liable to
have his/its/their tender rejected and his/its/their Earnest Money Deposit or Bank Guarantee
submitted by way of Earnest Money forfeited/encashed.
17.4.0 A bidder who offers unsolicited reduction in the price offer whether before or after the opening of
the price part of the tender(s)/bid(s) shall be liable to have his/its/their bid(s) rejected. Bidders
may, however, at any stage offer a reduction if such reduction is solicited or if the Owner gives the
Bidder an opportunity to offer such reduction.
18.0.0 LANGUAGE OF BID
18.1.0 The bid prepared by the Bidder and all correspondence and documents relating to the bid
exchanged by the Bidder and the Owner shall be written in English language only. Supporting
documents and printed literature furnished by the Bidder may be in another language provided
they are accompanied by an appropriate translation of pertinent passages in the above stated
language. For the purpose of interpretation of the bid, the English language shall prevail.
19.0.0 PRE-BID MEETING
19.1.0 Pre-bid meeting shall be held as per time & at the venue specified in the Tender Invitation. In case
pre-bid meeting information is not available in the Tender Invitation & the Owner decides to have
a pre-bid meeting to clarify any issues, necessary intimation with adequate notice shall be posted
on e-tendering portal.
19.2.0 Bidders can submit their queries through the e-tendering portal before the due date of Pre-bid
meeting. The queries shall be replied during the pre-bid meeting or the Owner will respond
through the e-tendering portal to any request for clarification received by the dead line for
submission of queries.
19.3.0 Brief summary of the queries received through e-tendering portal, queries raised by the attending
tenderers during pre-bid meeting and the clarifications given by the Owner respect thereof, as well
as any further information which the Owner choose to furnish to the tenderers, shall be posted on
e-tendering portal in the form of Minutes of the Meeting or Addendum, which shall form a part of
the Tender Documents, unless otherwise specified.
19.4.0 Further, during the pre-bid meeting, the Owner may also arrange demonstration of the e-
tendering system to the Bidder present and who may be interested in attending the same.
19.5.0 If pre-bid meeting information is not available in the e-tender notice then the same shall not be

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 17 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

held.
20.0.0 OPENING OF TENDER
20.1.0 The Part-I: Techno-Commercial Bid of all the tenders submitted online up to the due date & time
for receipt of bids shall be opened as per due date & time as specified in e-tender notice. The
system time (IST) that will be displayed on e-Procurement web page shall be the time considered
for determining the expiry of due date & time of the tender and no other time shall be taken into
cognizance.
20.2.0 The Owner shall not be responsible for non-submission of offers due to any reason whatsoever.
The responsibility of ensuring online & on-time submission of their offers lies entirely with the
Bidders. Bidders are requested to submit the bid online much before date and time of submission,
failing which the Owner shall not be responsible for any such technical problem.
21.0.0 CRITERIA FOR EVALUATION
Any Bidder participating in this tender enquiry must have qualification as described herein and the
evaluation of their offers shall be primarily done on the basis of the following qualifying criteria:
21.1.0 Financial Criteria
21.1.1 Minimum Annual Turn Over:
21.1.1.1 Annual Turnover of the Bidder for at least one of the last 03 (Three) financial years i.e. 2021-22,
2022-23 and 2023-24 shall not be less than the Minimum Annual Turnover value as specified
below:

Minimum Annual Turnover


51.76 Lakh

21.1.1.2 Proof of annual turnover shall be submitted in the form of audited financial statements of three
preceding financial years i.e. 2021-22, 2022-23 and 2023-24 with UDIN mentioned on it. If the
Bidder is not required to get its accounts audited under Section 44AB of The Income Tax Act, 1961,
certificate from a Practicing Chartered Accountant with UDIN towards the turnover of the Bidder
along with copies of Income Tax Returns for preceding three financial years shall be submitted.
21.1.1.3 In case of tenders having the bid closing date up to 30th September of the current financial year,
and, in case audited financial results of the immediate three preceding financial years are not
available, the bidder has an option to submit the audited financial results of the three years
immediately prior to that. Wherever the closing date of the bid is after 30th September of the
current financial year, bidder has to compulsorily submit the audited financial results for the
immediate three preceding financial years. The immediate preceding financial year shall be
considered, accordingly. The audited financial results shall be certified by an auditor on or before
the date of bid submission.
21.1.1.4 respective/ desired
figures for calculation of Annual Turnover shall be converted into equivalent INR considering the
Financial Report. In case the same is not indicated,
the rate of conversion as on last date of respective financial years, for which the bidder has
submitted the financial results, shall be considered. The conversion rates shall be based on SBI TT
selling rate or RBI/ Other scheduled bank/ Customs Notified exchange rate.
21.1.1.5 For the bidders whose financial year is calendar year, the audited financial results shall be
considered on calendar year basis in lieu of financial year.
21.1.1.6 All certificates issued by Chartered Accountants (CA) must have Unique Document Identification
Number (UDIN). CA certificates without UDIN shall not be accepted.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 18 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

21.1.2 Financial Experience (Single Work Order Value):


21.1.2.1 The Bidder should have successfully completed works of minimum value mentioned below
containing similar nature of work, as a main or sub-Contractor, during any of the last 07 (seven)
years ending on last day of the month, immediately previous to the month in which the last date of
bid submission of this tender falls:

No. of work orders for similar nature Minimum value of completed work against
work(s) successfully completed Work Order (in Lakh) including Service Tax

One WO ( in Lakh) 43.13


OR
Two WOs ( in Lakh) 34.51
OR
Three WOs ( in Lakh) 25.88

The similar nature of work shall be Civil repair/maintenance/construction work

21.1.2.2 The Bidder shall submit supporting documents towards their financial experience of having
executed requisite value of similar nature work in the form of copy(ies) of work order(s) along with
Schedule of Rates (SOR) and successful Execution/ Experience/ Completion certificate(s). The
Execution/ Experience/ Completion certificate(s) shall have details like work order no., date of
work order, brief description of the work, ordered & final executed value of job, duration of the
work, completion date etc. in addition to other stated requirements. The supporting documents
towards required qualification and experience shall be self-certified.
21.1.2.3 Completed value of work (including Service Tax/GST) as mentioned in the completion certificate
shall be considered for evaluation against required single work order value. The completion
certificate submitted by the Bidder shall separately indicate the Service Tax/GST amount included
in the value of completed job OR separate certificate from respective Client, mentioning the
Service Tax/GST amount (if any), included in the value of completed job under consideration
should be submitted by the Bidder. In case Service Tax/GST amount/ component is not specified in
the submitted completion certificate, then the amount mentioned in the completion certificate
would be considered to be work executed value with Service Tax / GST.
21.1.2.4 If the Bidder submits the work order(s) issued by Private Limited Company, Partnership or
Proprietary firms, then the Bidder shall also submit the TDS Certificate(s). In case the TDS
certificate is not available, the Bidder must submit the proof of payment received against the work
order(s).
21.1.2.5 The similar nature of work(s) completed by the Bidder as a sub-contractor shall be considered for
the purpose of meeting financial experience criteria as mentioned above subject to submission of
following documents (in addition to documents stipulated under Clause 21.1.2.2 & 21.1.2.4 above):
a) Copy of work order along with SOR & completion certificate issued by the Client to Main
Contractor. TDS certificate/Payment proof from main contractor to sub-contractor.
b) Bidder has to submit a certificate from end user/owner/consultant to the owner engaged as
EIC for the execution of said works.
21.1.2.6 The aforesaid documents must be for the work executed during last 07 (seven) years ending on last
day of the month, immediately previous to the month in which the last date of bid submission of
this tender falls. The value of job done before or after this period will not be considered for this

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 19 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

purpose. In case, the document submitted is for the period exceeding the said period, the Owner
reserves the right to calculate the pro-rata amount.
21.2.0 Experience (Technical) Criteria:
21.2.1 The Bidder should have past experience of successfully completing the work of Civil
repair/maintenance/construction work , as a main or sub-Contractor, during any of the last 07
(seven) years ending on last day of the month, immediately previous to the month in which the last
date of bid submission of this tender falls.
21.2.2 For Annual Rate Contracts (ARC) of repetitive nature, similar ARC job that has been successfully
completed by Bidder for the originally awarded period of such ARC, shall be considered as
completed works even though such ARC is under execution on account of extension. However, the
original contract must have been completed within the cut-off date of completion as mentioned
under Clause No. 21.2.1 above and supporting documentary evidence regarding date of
completion and executed value of work till that cut-off date shall be provided by the Bidder.
21.2.3 The Bidder shall enclose documents to show that he has previous experience in having successfully
completed the works in the recent past together with the name of Owner, location of sites and
value of contract in the format as per Annexure-M. It shall be the responsibility of the Bidders to
fill complete, correct and accurate information in line with the requirements/ stipulations of the
Tender Document, regarding their past experience and other information required to facilitate due
evaluation/ consideration of their tenders.
21.3.0 Qualification Criterion to be met by different Bidding Entities as defined under Clause 3.0.0
hereof:
21.3.1 An Individual (Proprietary)/ Partnership/ Limited Company (called Sole Bidder):
Sole Bidder has to meet both financial qualification criteria as per Clause 21.1.0 and experience
(Technical) qualification criteria as per Clause 21.2.0 amplified above.
21.3.2 :
i) One JV member has to meet financial qualification criteria as per Clause 21.1.0 and 60% of the
experience (Technical) qualification criteria as per Clause 21.2.0 amplified above.
ii) The other JV member has to meet the experience (Technical) qualification criteria as per
Clause 21.2.0 and 60% financial qualification criteria as per Clause 21.1.0 amplified above.
21.3.3 Indian company wholly owned subsidiary of a foreign or Indian company on the strength of its
Parent/ Sister company:
A company registered in INDIA which is a wholly owned subsidiary of a foreign or Indian company
can be qualified:
i) Based on the qualification (financial qualification as per Clause 21.1.0 & experience (Technical)
qualification as per Clause 21.2.0 amplified above) of its parent company provided the parent
company declares under a memorandum of understanding with the Indian subsidiary that it
would be jointly and severally responsible for all the works being carried out by the bidding
company.
OR
ii) Based on the qualification (financial qualification as per Clause 21.1.0 & experience (Technical)
qualification as per Clause 21.2.0 amplified above) of its sister concern, which is also a 100%
subsidiary of parent company provided that:
a) Bidding entity shall enclose an agreement between them, parent company and the sister
company, mentioning therein that all would be jointly and severally responsible for all the
jobs carried out by the bidding company and successful execution of job.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 20 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

b) The sister subsidiary company on its own and not through any other arrangement like
Technical Collaboration agreement meets the experience (Technical) qualification as per
Clause 21.2.0 amplified above.
21.4.0 Notwithstanding any other condition/ provision in the tender documents, bidders are required
to submit complete documents pertaining to PQC along with their offer. Failure to meet the PQC
will render the bid to be summarily rejected. IOC reserves the right to complete the evaluation
based on the details furnished by the bidder, with or without seeking any additional supporting
documents / clarifications.
21.5.0 Based on the details/ data/ information submitted by the Bidder as a part of its bid, the Owner
shall evaluate the capability & credentials of the Bidder either by visiting the site(s) or by any
other means. Such evaluation shall also form the basis of technical qualification of the Bidder.
21.6.0 In addition to above, Techno-commercial evaluation of the Bidders shall be done on the basis of
their financial soundness, past experience credentials, present commitments, deployment
capability of specified equipment for the work and confirmation regarding strict adherence to the
proposed schedule (to be submitted in the form of a bar chart) for the present work.
21.7.0 In addition to above, the performance in past/ ongoing works with IOCL, if any, shall have
important bearing in evaluating the T
the Tenderer in past/ ongoing works with IOCL is reported to be unsatisfactory, the offer of the
Bidder may be rejected. Further the bids of Tenderers to whom pre-termination/ Termination
notice has been issued by the IOCL shall not be considered.
21.8.0 In case pre-qualification of potential bidders/ tenderers had been undertaken earlier and
completed for the work, only bids from pre-qualified bidders will be considered for evaluation and
award of the contract. It shall be incumbent on the Tenderer to submit necessary evidence of
having been pre-qualified for the particular job in question or part thereof, by submitting copies of
intimation received from the Owner intimating about their being pre-qualified.
21.9.0 In case no pre-qualification of bidders/tenderers had been undertaken by the Owner, the Tenderer
shall include full details in support of their capacity, capability and financial standing for taking up
and completing the work successfully.
21.10.0 In case it is found that the Bidder is not meeting the pre-qualification criteria as per the supporting
document submitted by the Bidder, their offer shall be liable to be rejected.
21.11.0 The Bidders to note that the issuance of the tender document shall not to be construed in any
manner as the qualification for the tendered work. While bidding, the prospective Bidder(s) shall
ensure on their own that the above qualifying criteria have been fully understood and complied
with and the same shall be evaluated based on the documents submitted with their offer in line
with tender conditions.
22.0.0 CLARIFICATION OF BIDS
22.1.0 The Bidder shall submit all relevant data, documentation and drawings as specified in the Tender
Documents so as to enable the Owner to conclude the evaluation at the first instance itself. In
complete information/ submission will be treated as non-compliance and no technical clarification
may be sought from the Bidders.
22.2.0 The Owner may, at his discretion, call for technical/commercial clarification or any other
clarifications required, from any Tenderer(s), in respect of his/its/their tender(s).
22.3.0 To assist in the examination, evaluation and comparison of bids, the Owner may ask the Bidders
individually for clarification of their Bids, including break-down of unit rates. The request for
clarification and the response shall be in writing, but no changes in the price or substance of the
bid shall be sought, offered or permitted except as required to confirm the correction of errors
discovered by the Owner during the evaluation of bids.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 21 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

23.0.0 APPOINTMENT OF CONSULTANTS


23.1.0 The Owner shall have full discretion to engage consultant of his choice for expert advice on the
evaluation of bids, inspection of equipment, supervision of installation and commissioning or any
other services deemed necessary from time to time. The Bidder shall be bound to answer all
relevant queries from the Owner/ Consultant.
24.0.0 PRE-PRICE BID MEETING
24.1.0 Pre-price bid meeting shall be held as a prelude to price bid opening if required. Representatives of
the Bidders shall attend the pre-price bid meeting for resolving the outstanding issues, if any, and
for other mutual clarifications. The date and time shall be conveyed to the technically and
commercially qualified Bidders at a later date.
24.2.0 Any modification to the tendering document which may become necessary as a result of the pre-
price bid meeting shall be made by the Owner exclusively by issue of an addendum.
25.0.0 BID EVALUATION AND AWARD CRITERIA
25.1.0 The Owner reserves the right to consider/ evaluate only substantially responsive tenders. A
substantially responsive tender is one, which, in the opinion of the Owner (which shall be final and
binding on the Tenderer(s)), substantially conforms to all the terms, conditions, specifications and
requirements of the Tender Document without material deviations or reservations in respect of
any of the following:
a) Scope, Quality or Performance of the work;
b) s per the tender
documentation;
c) Such deviations the correction of which would affect the competitive position of other
tenderers, who have submitted substantially responsive bids;
d) Any tender unaccompanied by the Earnest Money in a form which is not acceptable as per the
Tender Documents, or falling short of the requirement of the Tender Document, shall be liable
for rejection.
25.2.0 Expressions like "can offer if required/ will be submitted later/ will be taken up during detailed
engineering after order is placed/ noted etc." will be construed as TOTAL NON-COMPLIANCE
and the NON-RESPONSIVE AND INCOMPLETE and may be summarily
REJECTED.
25.3.0 Prior to detailed evaluation of bids, the Owner will determine whether each bid is substantially
responsive to the requirement of bidding documents. If the bid is not substantially responsive to
the requirements of the Tender Documents, it will be rejected by the Owner, and may not
subsequently be made responsive by the Bidder having corrected or withdrawn the non-
conforming deviation or reservation.
25.4.0 The requirements of specifications shall be approximately studied for compliance on each of the
points. The Bidder may explain clearly his stand on the specifications not complied with. However

25.5.0 Bids which do not cover the complete scope of work will be treated as incomplete and shall be
rejected.
25.6.0 Bid stipulating delivery schedule beyond that specified may not be considered.
25.7.0 Substantially responsive bids shall be evaluated by the Owner to ascertain the relative position of
the best evaluated bid in the interest of the Owner, for the total of the complete supplies and
services covered by the Tender Documents including Technical Specifications and as set out in the
Price Schedule.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 22 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

25.8.0 The evaluation of bids shall be done on the basis of total prices quoted for the complete scope of
work and Supply, Services, Composite Works and conditions elsewhere as specified in the tender.
25.9.0 In case of tie between two or more bidders at L-1 position, all the L-1 bidders would be advised
to submit discount over previous quoted rate in a sealed envelope. In case there is still a tie, the
bidder with the maximum turnover of immediate preceding financial year may be awarded the full
quantum of job.
26.0.0 NEGOTIATIONS
26.1.0 Negotiations shall not be conducted with the Bidder as a matter of routine. However, the Owner
reserves the right to conduct negotiation.
27.0.0 RIGHTS OF THE OWNER TO ACCEPT OR REJECT TENDERS
27.1.0 The Owner reserves the right to reject, accept or prefer any or all or part of the Tender or to annul
the bidding process at any time prior to award of Contract, without thereby incurring any liability
to the affected Bidders. The reasons for rejection shall be disclosed on written representation by
the concerned Bidder whose bid is rejected.
27.2.0 Although ordinarily the lowest responsive bid amongst the bids submitted by tenderers and
considered by the Owner as qualified and competent shall be preferred, the Owner reserves the
right not to accept the lowest bid if in its opinion this would not be in the interest of the work.
27.3.0 Tenders in which any of the particulars and prescribed information is missing or is incomplete in
any respect and/or the prescribed conditions are not fulfilled shall be considered non-responsive
and are liable to be rejected.
27.4.0 The Owner may waive any minor infirmity or non-conformity or irregularity in a bid which does not
constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any Bidder.
27.5.0 The price bid of only those Bidders will be opened who are considered techno-commercially
acceptable to the Owner. Date of opening of the price bid shall be informed to the technically
qualified Bidders.
28.0.0 AWARD OF WORK & NOTIFICATION
28.1.0 Entire work under the scope of this tender is indivisible in nature and shall be awarded to a
single Tenderer without any bifurcation of scope of work. However, if the Owner in its discretion
considers that the interest of the work requires split, the Owner may split the works between two
or more tenderers.
28.2.0 Prior to the expiry of bid validity prescribed by the Owner and any extension thereof granted by
the Bidder, the Owner may notify the successful Bidder in writing by e-mail or telefax, with post
confirmation copy by registered letter intimating the

The Owner shall issue a Letter of Acceptance subsequently which shall indicate besides all the
relevant details of the contract, the rates which corporation will pay to the Bidder in consideration
of the Services by the Bidder as prescribed by the Contract.
28.3.0 The Owner shall not be liable for any obligation until such time it has communicated to the
successful Bidder its decision to entrust the work.
28.4.0 The Contract shall be prepared after the notification of award. Until the formal contract is signed,
the bid documents and Addendum(s) at any time and any modification thereto and/or there from
agreed upon the corporation read with the Bidder
28.5.0 The contract documents thus shall consist of the following:
a) Form of Contract

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 23 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

b) Original Bid Document issued with its Annexure, etc.


c) Addendum/ Corrigendum/ Amendment to Bid documents issued, if any.
d) Letter of Intent.
e) Letter of Acceptance along with Schedule of Rates including statement of agreed variations, if
any.
29.0.0 ORDER OF PRECEDENCE
29.1.0 In case of contradiction between General Conditions of Contract, Special Conditions of Contract,
Schedule of Rates, the following shall prevail in order of precedence:
a) Formal Contract
b) Acceptance of Tender
c) Price schedule annexed to the letter of acceptance/work order
d) Agreed variations annexed to the letter of acceptance
e) Addenda to the Tender Documents
f) Special Conditions of Contract
g) Special Instructions to Tenderers
h) General Conditions of Contract
30.0.0 EXCLUSION OF LIABILITY
30.1.0 It is expressly understood and agreed that:
a) Indian Oil Corporation Limited is entering into this contract solely on its own behalf and not on
behalf of any other person or entity. In particular, the Government of India is not a party to this
contract and has no liabilities, obligations, or rights whatsoever hereunder.
b) Indian Oil Corporation Limited is an independent legal entity with power and authority to enter
into contracts solely on its own behalf under the applicable laws of India and the general
principles of contract laws.
30.2.0 The Contractor expressly agrees, acknowledges and undertakes that:
a) Indian Oil Corporation Limited is not an agent, representative, or delegate of the Government
of India, and that the Government of India is not and shall not be liable of any acts, omissions,
commissions, breaches or other wrongs arising out of the contract. Accordingly the Contractor
hereby expressly waives, releases and forgoes any and all actions or claims whatsoever, inclu-
ding cross claims impending claims or counter claims, against the Government of India arising
out of the contract and covenants not to sue, the Government of India for any manner of
claims, causes of action or things whatsoever arising of or under this contract.
31.0.0 INTEGRITY PACT PROGRAM
31.1.0 Indian Oil Corporation Limited (the Owner) has entered into a Memorandum of Understanding
(MOU) with Transparency International India (TII), for implementing an Integrity Pact Programme
focused on enhancing transparency in its business transactions, contracts and procurement
processes. Under the MOU, the Owner is committed to implementing the Integrity Pact in all its
major procurement and work contract activities. For further details please visit the link
http://www.iocl.com/aboutus/DraftMOU.pdf
31.2.0 The Bidder has also to commit the same through executing an Integrity Pact Agreement (IPA) and
declarations which is now a part of tender document. In absence of the same, the tender would be
summarily rejected.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 24 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

31.3.0 IPA will prevail over General Conditions of Contract with regard to specific clauses of the IPA
including consequential breaches by the Bidders.
31.4.0 Any violations/alleged violation of IPA would not be subject matter of arbitration.
32.0.0 RETIRED COMPANY DIRECTORS
32.1.0 No Director of the Owner is allowed to tender for a period of 2 (two) years after his retirement
from the employment of the Owner, without the previous permission of the Owner. The Contract,
if awarded, is liable to be cancelled if the Tenderer is found at any time to be such a person and
has not obtained the permission of the Owner before submission of the Tender. Any tender by a
person aforesaid shall carry a disclosure thereof on the tender, and shall be accompanied by a copy
of the document by which the requisite consent is given. Such disqualifications shall apply to every
partner of a partnership firm.
32.2.0 The Tenderer is required to submit a declaration (in Performa attached at Annexure-H) stating
whether he is a relative of any Director of the Owner, or whether the Tenderer is a firm, whether a
Director of the Owner or relative of such Director is a partner in the firm, or whether the Tenderer
is a Company, whether a Director of the Owner or relative of such Director is a substantial member
holding more than 10% (ten percent) of the paid up capital in the Company, or a Director of the
Company.
33.0.0 CANVASSING
33.1.0 Canvassing in connection with tenders is strictly prohibited and the Tenders submitted by the
Tenderers who resort to canvassing shall be liable to rejection.
33.2.0 Subject to the provisions concerning clarification of Bids, no Bidder shall contact the Owner on any
matter relating to its bid from the time of the bid opening up to the time that the contract is
awarded.
33.3.0
any way concerning scrutiny, consideration, evaluation of the Bid(s) or decision concerning award
of contract shall entail rejection of Bid.
33.4.0 The Owner will deal with the Bidder on a principal bases, without involvement in any manner in
India or abroad of any agent or consultant or associate or other person howsoever described.
34.0.0 COLLUSIVE OR FRAUDULENT TENDERS
34.1.0 In case it appears to the Owner, after examining the tenders received, that any 2 (two) or more
tenders are collusive or otherwise manipulated to the disadvantage of the Owner and against the
spirit of ethical competition, the Owner reserves the right to summarily reject such tenders. It shall
not be incumbent on the Owner to prove any collusion or other malpractice in this regard.
35.0.0 COST OF PREPARATION & SUBMISSION OF BIDS
35.1.0 The Bidder shall prepare the tender at his/its/their own risk and shall bear all costs of preparing
and submitting his/its/their tenders, as well as all other costs of tendering for the work and the
Owner shall take no liability for these costs, regardless of the conduct of outcome of the tendering
process.
36.0.0 SIGNING OF CONTRACT
36.1.0 The successful Tenderer(s) shall be required to execute a formal contract in accordance with the
Form of Contract within 30 (thirty) days from the date of receipt of Letter of Acceptance from the
Owner, or such extended time as may be permitted by the Owner for the purpose to do so. In case
of default on part of the successful Tenderer, the Earnest Money deposited by the successful
Tenderer shall be forfeited.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 25 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

37.0.0 INSOLVENCY AND BANKRUPTCY CODE


37.1.0 Offer of Bidder(s) will not be considered in the following cases:
37.2.0 If the Bidder is undergoing insolvency resolution process or liquidation or bankruptcy proceeding
under Insolvency and Bankruptcy Code, 2016 (Code) or any other applicable law (in cases where
the said code is not applicable),
37.3.0 Insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the Code
or any other applicable law (in cases where the said code is not applicable) against/by the Bidder at
any stage of evaluation of the bid.
37.4.0 In the event, insolvency resolution process or liquidation or bankruptcy proceeding is initiated
under the Code or any other applicable law (in cases where the said code is not applicable)
against/by the Bidder, after submission of its bid but at any stage of evaluation of the bid, it will be
the responsibility of the Bidder to inform IOCL within 15 days from the date of order of insolvency
resolution process or liquidation or bankruptcy proceeding passed by the Adjudicating Authority
namely, National Company Law Tribunal (NCLT) or Debt Recovery Tribunal (DRT) under the Code or
any other applicable law (in cases where code is not applicable).
37.5.0 A declaration/ undertaking is to be furnished by the Bidder as per the attached format Annexure-R
during bidding.
37.6.0 If Bidder refuses or fails to share the information regarding their status of insolvency resolution
process or liquidation or bankruptcy proceeding as sought hereinabove, in their bid or at any later
stage, as applicable, their offer is liable to be rejected by IOCL and without prejudice to any other
remedy or action available with IOCL, the Earnest Money Deposit provided by the Bidder, in any
form whatsoever, shall be forfeited.
37.7.0 In case where the bid of the L-1 Bidder is rejected on the aforesaid grounds during the period
between Price-Bid-Opening and Award of Contract, then the bid of the next higher eligible Bidder
will be considered for further processing.
37.8.0 If Bidder fails to share or misrepresents the information regarding their status of insolvency

bid results in a contract, IOCL, without prejudice to any other any other remedy or action available
with IOCL, shall be within its rights to terminate the resultant contract.
38.0.0 ADDITIONAL BANK GUARANTEE
38.1.0 In the event, L-
of acceptance (LoA) is placed by the Corporation on such bidder, then at the time of signing of
contract, the bidder (then the contractor) shall submit to the Corporation (then the Owner) an
additional Bank Guarantee, equivalent to the amount which is the differential amount between

addition to any other guarantee or any other security whatsoever that the Owner may at any time

and/or in connection with the Contract/tender. Provided however, that in the event, the amount
of such additional security is less than Rs. 25.00 Lakh, this additional Bank Guarantee will not be
required to be deposited.
38.2.0 The additional Bank Guarantee as specified hereinabove, at the first instance, shall be valid for
three months beyond contractual completion date.
38.3.0 This additional Bank Guarantee shall be returned to the Contractor after mechanical completion of

other works, the additional Bank Guarantee will be returned after completion of the work

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 26 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

38.4.0 Failure of the Contractor to deposit the additional Bank Guarantee as specified hereinabove at the
time of signing of contract, shall entitle, Owner to terminate the LoA in terms of clause 7.0.0.0 of
GCC. The Contractor shall also be liable to put on the Holiday list of the corporation and work will
be executed at his risk and cost.
38.5.0 The additional Bank Guarantee shall, without prejudice to any other guarantee and/or rights
available to the Owner under the contract, be invoked by the Owner, in case of termination of part
job (Clause 4.7.4.0 of GCC)/ full job (clause 7.0.0.0 of GCC) for awarding the left over work on
contractor's risk and cost under relevant clause of the GCC and/ or as per CPE guidelines and if the
Contractor fails to deposit with the Owner the provisional claim worked out by the Owner on the
basis of work order value of the Contract awarded at risk and cost of the Contractor with any other
claims, if applicable, such as price discount (clause 4.4.0.0 of GCC), Liquidated Damages (Clause
7.0.7.0 of GCC), supervision charges, material reconciliation claims, etc.
38.6.0
under the contract on termination of part job (Clause 4.7.4.0 of GCC)/ full job (clause 7.0.0.0 of
GCC) with any other claims, if applicable, such as price discount (clause 4.4.0.0 of GCC), Liquidated
Damages (Clause 7.0.7.0 of GCC), supervision charges, material reconciliation claims, etc. and

the contract, shall be returned to the Contractor.


38.7.0 No waiver shall be presumed, unless expressed in writing by the Owner, if the additional Bank
Guarantee is not invoked under the provisions as enumerated above and Owner, at first instance,
takes recourse to any other security and monies available for satisfaction of its claims. The same
shall not prevent the Owner for having recourse to this additional Bank Guarantee at a later
instance for purposes as enumerated hereinabove.
39.0.0 DOCUMENT VERIFICATION
39.1.0 As the documents are being submitted by the bidders in tenders, the responsibility of authenticity
of documents shall be with bidders.
39.2.0 Documents against Pre-Qualification criteria submitted should be attested by the authorised
representative of the bidder along with the proof of the authority and by the Chartered
Accountant. Foreign bidders should get their documents verified either by the embassy or by the
Chartered accountant and should submit the documents only in English.
39.3.0 The successful bidder i.e. L1 bidder shall be required to present their original documents to the
tender inviting authority within a period of 7 days(in case of Indian bidder)/10 days(in case of
foreign bidder) from the date of opening of price bids. In absence of the same the offer may be
liable for rejection.
39.4.0
be rejected and will be put on Holiday listing as per the guidelines of the corporation.

Tender No. CHTS242510 Special Instructions to Tenderers Page No. 27 of 27


CHAPTER-IIA

SPECIAL CONDITIONS OF CONTRACT


(COMMERCIAL)
SECTION - A
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

CHAPTER-IIA
SPECIAL CONDITIONS OF CONTRACT (COMMERCIAL)
INDEX

Cl. No. Description Page No.


1.0.0 GENERAL 3
2.0.0 MATERIALS SUPPLIED BY THE CONTRACTOR 3
3.0.0 PERMITS, CONSENTS, LICENCES, ETC. 3
4.0.0 CONDITIONS OF WORK 4
5.0.0 FORCE MAJEURE 4
6.0.0 SETTING OUT OF THE WORKS 4
7.0.0 PROGRESS SCHEDULE 4
8.0.0 PROGRESS REPORT 5
9.0.0 QUALITY ASSURANCE 5
10.0.0 INSPECTION AND TESTING OF WORKS 5
11.0.0 COMPLETION CERTIFICATE (WHEREVER APPLICABLE) 5
12.0.0 SCHEDULE OF RATES 6
13.0.0 PRICE ESCALATION 6
14.0.0 CLEARING OF SITE 6
15.0.0 PENALTY CLAUSES 6
16.0.0 PERSONAL ACTS AND LIABILITIES 6
17.0.0 TAXES & DUTIES 7
18.0.0 EMPLOYMENT OF LABOUR 12
19.0.0 LABOUR LAWS AND REGULATIONS 12
20.0.0 INDEMNITY AND INSURANCE 14
21.0.0 INDEMNITY BOND 15
22.0.0 PATENT AND ROYALTIES 15
23.0.0 ENVIRONMENTAL PROTECTION & POLLUTION CONTROL 15
24.0.0 SAFETY, FIRE AND SECURITY REGULATIONS 15
25.0.0 ADHERANCE TO SAFETY PROCEDURES AND PRACTICES 21
26.0.0 COMPLIANCE TO ISO-14001 22
27.0.0 22
28.0.0 ADDITIONAL CLAUSE(S) 22
29.0.0 VARIATION IN ITEM QUANTITIES 23
30.0.0 ARBITRATION & JURISDICTION 23
31.0.0 SPECIFIC REFERENCE TO GCC CLAUSES 23
32.0.0 CORRECTION IN GENERAL CONDITIONS OF CONTRACT (GCC) 23
33.0.0 AMENDMENTS TO GENERAL CONDITIONS OF CONTRACT 23
34.0.0 INSOLVENCY AND BANKRUPTCY CODE 23

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 2 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

CHAPTER-II
SPECIAL CONDITIONS OF CONTRACT (COMMERCIAL)
1.0.0 GENERAL
1.1.0 Special Conditions of Contract shall be read in conjunction with the General Conditions of
Contract, Technical Specifications, Drawings and other documents forming part of this contract
wherever the context so requires.
1.2.0 Notwithstanding the sub-division of the documents into these separate parts 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 in so far as it may be practicable to do so.
1.3.0 Where any portion of the General Conditions of Contract is repugnant to or at irreconcilable
variance with any provision of the Special Conditions of Contract, then the relevant provision of
the Special Conditions of Contract shall to that extent be deemed to override the said provision of
the General Conditions of Contract and shall, to the extent of such repugnance or variations
prevail.
1.4.0 Wherever it is mentioned in the specifications that the Contractor shall perform certain works or
provide certain facilities, it is understood that the Contractor shall do so at his own cost, being
deemed to be part of the relevant item in the Schedule of Rates (SOR) whether explicitly stated or
not.
1.5.0 The materials, design and workmanship of the Contractor shall satisfy the relevant Indian
Standards, the specifications contained herein and codes referred to. Where the specifications
stipulate requirements in addition to these contained in the standard codes and specifications,
these additional requirements shall also be satisfied.
1.6.0 All the works under the scope of this contract shall be undertaken as per directions of the
Engineer-in-Charge or his authorised representative.
1.7.0 The contractor shall employ qualified technical staff having experience of carrying out similar
works and who are conversant with the type and standard of works elaborated under the scope of
work.
2.0.0 MATERIALS SUPPLIED BY THE CONTRACTOR
2.1.0 Further to the provisions of various relevant sub-clauses specified under clause no. 3.1.0.0 of
General Conditions of Contract, specific approval of the Engineer-in-Charge or his authorised site
representatives must be obtained by the Contractor before purchase of any material proposed to
be used in works under this contract. The approved samples for all materials shall be kept at Site
office and exhibited for reference and inspection at all times and till the completion of works. No
claim/ delay on this account will be entertained by the Owner.
2.2.0
period. Guarantee certificates of all bought out items as mentioned shall be submitted to the
Owner by the Contractor.
2.3.0 Unless specified, all material, tools & tackles, consumables, equipment, Personal protective
equipment, Transportation, manpower, fittings, water, electricity and fuel shall be in the scope of
contractor.
3.0.0 PERMITS, CONSENTS, LICENCES, ETC.
3.1.0 The Contractor shall at his own cost and initiative arrange for and obtain all necessary permissions,
permits, consents and licences, as may be necessary, to transport the equipment/ material,
machinery and labour along or across highway, roadway, railway, bridge, dike, dam, river or
through posts of toll collection, octroi checks or other line border or barrier.
Tender No. CHTS242510 Special Conditions of Contract Section A Page No 3 of 27
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

4.0.0 CONDITIONS OF WORK


4.1.0 In addition to the provisions of clause no. 4.2.0.0 of General Conditions of Contract and other
associated clauses there under, notwithstanding the shutdown of work during rain, the Contractor
shall without entitlement to any additional compensation or remuneration at his own cost and
initiative, shall take all steps necessary to protect the trenches already dug, and/or the pipes and
other materials, equipment and machinery at site during the rain and from the effects thereof, and
the Contractor shall, at his own cost and initiative, do and perform all such rectification, repairs
and/or re-workings as shall be necessary.
5.0.0 FORCE MAJEURE
5.1.0 In partial modification of clause no. 4.3.8.0 of General Conditions of Contract, Local "Bandh" shall
be included in "FORCE MAJEURE".
6.0.0 SETTING OUT OF THE WORKS
6.1.0 The Contractor shall be responsible for the true and proper setting out of the works and for the
correctness of the position and levels, dimension and alignment of all parts of the works and for
the provision of all necessary instruments, appliances and labour in connection therewith.
6.2.0 If at any time during the progress of the works any error shall appear or arise in the position,
levels, dimensions or alignment in any part of the work; the Contractor, on being required to do so
by the Engineer-in-Charge or the Site Engineer, shall at his own expense rectify such error to the
satisfaction of the Engineer-in-Charge or Site Engineer unless such error is based on incorrect data
supplied in writing by the Engineer-in-Charge or Site Engineer in which case the expense of
rectifying the same shall be borne by the Owner.
6.3.0 The checking of any setting-out or of any line or level by the Engineer-in-Charge or the Site
Engineer shall not in any way relieve the Contractor of his responsibility for the correctness
thereof and the Contractor shall carefully protect and preserve all bench marks, pegs and other
things used in setting-out the works.
7.0.0 PROGRESS SCHEDULE
7.1.0 Without prejudice to generality of provisions of General Conditions of Contract relating to
-in-
Charge regarding the constraints, restraints and other requirements of works and the required
sequence of works, in preparing the Progress Schedule. Notwithstanding the provisions relating to
"Approved Progress Schedule", weekly or monthly work programmes may be drawn up by the
Engineer-in-Charge taking into account the availability of work fronts and the requirements of
other Contractors or agencies involved at the work sites and the Contractor shall abide by the
weekly or monthly work programmes also so drawn-up.
7.2.0 The progress of work shall be monitored on weekly basis and reasons for not attending the
targeted progress shall be recorded jointly. In the event of failure on the part of the Contractor to
adhere to the weekly or monthly work programmes drawn up by the Site Engineer/ Engineer-in-
Charge, the provisions of clause no. 4.7.4.0 of General Conditions of Contract shall apply. The
decision of the Engineer-in-Charge as to whether a failure on the part of the Contractor to comply
with the weekly or monthly work programmes drawn up has occurred or not shall be final and
binding on the Contractor.
7.3.0 Any delay caused due to non-availability of work fronts (including delayed availability of work
front, wherever applicable) and/or due to other stipulations/ requirements at site a particular
sequence of construction operations has to be followed because of which certain interruptions to
due to the requirements of
other Contractors and/or agencies engaged at the work sites shall not entitle the Contractor to any

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 4 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

extra payments/ claims whatsoever, whether for idleness or otherwise. Only suitable extension of
time for completion shall be granted in accordance with the provisions of clause no. 4.3.5.0 of
General Conditions of Contract, provided the reasons for delay are not attributable to the
Contractor, and the Contractor hereby specifically waives any and all contrary rights and
entitlements.
7.4.0 Works shall be carried out in such a manner as to cause least interference with or affect or retard
or disturb the progress of works being executed by other Contractor(s)/ Agency(ies).

8.0.0 PROGRESS REPORT


8.1.0 During execution of the contract the Contractor shall furnish monthly progress report to the
Owner for the progress of the work achieved during the month, the total progress till the month as

Owner, the Contractor shall also furnish to the


Owner resources data in a specified format and time schedule. The Contractor shall also furnish
any other information necessary to ascertain the progress of the work, manufacture and/or
procurement as required by the Owner.
8.2.0 The Contractor shall make every effort to keep the Owner adequately informed as to the progress
of the work throughout the entire project. Apart from the periodic progress reports, if the Owner
calls for additional progress reports/ information related to the project the Contractor shall reply
to the Owner
Special Conditions of Contract of the bid document may please be referred.
8.3.0 Regular progress review meetings shall be held from time to time as per mutually agreed
programmes/ schedule. It shall be binding on the Contractor to attend these progress review
meetings with all information as desired by the Owner.

9.0.0 QUALITY ASSURANCE


9.1.0 Further to the provisions of various relevant sub-clauses specified under clause no. 5.0.0.0 of
General Conditions of Contract, Work shall be carried out according to Indian Standard Code.
Wherever IS Code is not applicable direction of EIC is final.

10.0.0 INSPECTION AND TESTING OF WORKS


10.1.0 Further to the provisions of various relevant sub-clauses specified under clause no. 5.2.0.0 of
General Conditions of Contract, on no account the contractor shall proceed for
concealing/covering of the works making beyond reach of inspection or measurement by the Site
Engineer or his authorized representative. Should the contractor do so, the same shall be

11.0.0 COMPLETION CERTIFICATE (Wherever applicable)


11.1.0 The Contractor shall submit to the Engineer-in-Charge the following additional documents:
i)
ii) Challan of materials brought to site
iii) Completion certificate for embedded and covered up work.
iv) Certificates of testing of materials.
v) Other documents (If any) mentioned in the tender.

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 5 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

vi) In consonance with the provisions of clause 5.5.3.0 of General Conditions of Contract, only a
completion certificate duly issued by Engineer-in-Charge shall be considered to be a valid
completion certificate under the contract
12.0.0 SCHEDULE OF RATES
12.1.0 All the items of work mentioned in the schedule of rates and covered by the Contract shall be
carried out as per the drawings, specifications and direction of EIC and shall include all labour,
materials, tools, tackles etc. required to complete the job.
12.2.0 The Contractor shall be and remain at all time exclusively responsible to provide all material,
consumables, labour, supervision, equipment, tools, machines, permits, licenses, casements and
facilities and other items and things whatsoever required for or in connection with the work,
included but not limited to those indicated by expression or implication in the Schedule of Rates,
Specification, plans, drawings and/or other Contract documents or howsoever otherwise as shall
be or may from time to time at any time be necessary for or in connection with the work either for
incorporation within the permanent works or in relative to the execution and performance of the
work.
13.0.0 PRICE ESCALATION
13.1.0 The contract price shall be firm and valid for the entire duration of the contract till the completion
of work and shall not be subject to any adjustment due to increase in price of materials, utilities,
taxes, duties etc. or any other input for performance of work except for new taxes and duties.
14.0.0 CLEARING OF SITE
14.1.0 After completion of entire works covered under the scope of this contract, the Contractor shall
clear the work site as per the requirements of the Site Engineer/ Engineer-in-Charge and the area
of worksite shall be restored to original condition.
15.0.0 PENALTY CLAUSES
15.1.0 Subject to non compliance to any terms and conditions of the contract, the Engineer-in-Charge
may instruct the Contractor through written communication (by way of mail/ letter or SMS) to
suspend all/any ongoing activity(ies) at work site. The Contractor shall immediately stop the
ongoing work till further clearance from the Engineer-in-Charge to restart the work is obtained.
Time lost in the process shall be attributable to the Contractor and shall not be entertained for
request for time extension.
15.2.0 Penalty clauses shall be as per SCC-B along with penalty clauses prescribed in the tender document
under GCC, clause 25.0.0 of SCC-A commercial etc.
15.3.0 Penalty, subject to violation of terms attributable to the Contractor, shall be levied in RA bills of
the Contractor on failure to comply with terms and conditions of the contract.
16.0.0 PERSONAL ACTS AND LIABILITIES
16.1.0 Further to the provisions of clause no. 8.0.4.0 of General Conditions of Contract, any money paid
to any director, attorney, agent, officer or employee of the Contractor and any receipt, settlement,
acknowledgement of liability or other arrangement, agreement or document whatsoever signed
by any such director, attorney, agent, officer, or employee of the Contractor or erstwhile director,
attorney, agent, officer or employee of the Contractor (without notice of his cessation of interest)
or by any person held out to be a director, attorney, agent, officer or employee of the Contractor
authorised to act on behalf of and/or to bind the Contractor, be binding upon the Contractor and
shall constitute a full release and discharge to the Owner and/or settlement, acknowledgement or
obligation of, upon or with the Contractor, as the case may be, and the Owner shall not be
concerned with the actual application of any money so paid or of the actual authority of such

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 6 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

director, attorney, agent, officer or employee (actual, erstwhile or purported as the case may be)
vis-à-vis the company to make the settlement, receipt, acknowledgement, agreement or other
document concerned.
17.0.0 TAXES & DUTIES
17.1.0 Amendment to Clause 8.1.1.0 of General Conditions of Contract:
Clause 8.1.0.0 of General Conditions of Contracts regarding taxes have been amended clauses of
GCC shall be read as follows:-
Notwithstanding anything to the contrary elsewhere provided in these General Conditions of
Contract (GCC)-
17.1.1 8.1.1.1: If there is any increase in rate of any output taxes (GST) applicable to invoices raised on
the OWNER, relevant to the execution of Contract ( in this clause referred to the "said taxes")
between rate(s) of .the 'said taxes' as exist on the last date of submission of Price bid relevant to
the Contract and the date of execution of activities under the contract (in the Clause referred to as
the "additional tax"), the· OWNER shall pay and bear the 'additional tax' provided the increase as
stated is within the completion time as enumerated under the head 'TIME SCHEDULE' in Letter of
Acceptance which will be inclusive of time extension, if any, granted by the OWNER in terms of
Clause 4.3.5.0 and/or 4.3.6.0 of GCC without imposition of any price discount under clause 4.4.0.0
of GCC (in the Clause referred to as the "Contractual Completion Period"). Similarly, in case of any
reduction in the rate(s) of the 'said taxes' between last date of submission of Price bid relevant to
the Contract and the date of execution of activities under the contract, the CONTRACTOR shall
pass on the benefit of such reduction to the OWNER with a view that OWNER shall pay the
reduced duty/tax.
17.1.2 8.1.1.2: If after the date of submission of Price bid, any new output tax is introduced in addition to
the taxes already quoted in the offer, on proof of payment by the Contractor, the Owner shall

.
17.1.3 8.1.1.3: If after the date of submission of Price Bid, any new output tax is introduced (applicable to
invoices raised on the Owner) in lieu of one or more of the then existing taxes and the rate and
impact of the new taxes is in excess in aggregate of the rate and impact of existing output tax or
taxes which it replaces, the Owner shall on satisfactory proof reimburse the Contractor the
additional tax paid by the Contractor as the result of the imposition of the new taxes provided
they are within the 'Contractual Completion Period'. If on the other hand, the rate and impact of
the new tax is less than the aggregate rate and impact of the tax(es) which it replaces, the
Contractor shall pass on to the Owner the benefit thereof by reduction in the amount payable by
the Owner to the Contractor. The computation of differential shall also be taken into account the
.
17.1.4 8.1.1.4: If there is an increase in the rate of any of the output taxes (GST) or any new output tax is
introduced in addition to the existing taxes or in lieu of existing taxes where the total financial
implication on account of new output taxes is more and arise beyond the 'Contractual
Completion Period', the Owner shall reimburse the same if the increase in output taxes is entitled
for tax credit. In other cases, the Contractor shall bear the increase in the rates of existing taxes or
any new output tax.
17.1.5 8.1.1.5: Deleted
17.1.6 8.1.1.6: Output tax means GST payable by the contractor to the tax authority on materials
transferred to the OWNER and GST payable by the contractor directly to the GST authorities in
relation to the execution of works, applicable to the invoices raised on the owner. It also includes
CONTRACTOR who is buying materials on behalf of owner where GST paid on bought out items is
Tender No. CHTS242510 Special Conditions of Contract Section A Page No 7 of 27
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

reimbursed.
17.1.7 8.1.1.7: The Contractor will be liable to ensure to have registered with the respective tax
authorities and to submit self-attested copy of such registration certificate(s) and any taxes/
duties/ levies being charged by the Contractor would be claimed by issuing proper invoice/ challan
indicating details/ elements of all taxes charged and necessary requirements as prescribed under
the respective tax laws and also to mention correct and valid registration number(s) on all invoices
raised to IOCL.
17.1.8 8.1.1.8: The Contractor would be liable to reimburse or make it good of any loss/ claim by IOCL
towards tax credit rejected/ disallowed by any of the tax authorities due to non-deposit of taxes or
non-compliance of tax laws by the Contractor.
17.1.9 8.1.1.9: The Contractor will be under obligation for quoting/ charging correct rate of tax as
prescribed under the respective tax laws. Further, the Contractor shall avail and pass on benefits
of all exemptions/ concessions available under tax laws.
17.1.10 8.1.1.10: The Contractor has to get registered wherever required as per GST & other laws of the
State where the work is to be executed and the Contractor will be responsible for procurement of
material in its own registration GST etc. and also to issue its own Road Permit/E way bill etc.
17.1.11 8.1.1.11: IOCL will issue Road Permit to the Contractor only in those cases where materials are
purchased by IOCL directly and the Contractor will be under obligation for proper utilization for
the specific supply and in case of seizure of goods/ vehicle, the Contractor will be wholly
responsible for release and also reimburse the litigation cost to IOCL.
17.2.0 Income Tax:
17.2.1 Income Tax along with surcharge of Income Tax as applicable at the prevailing rate on the gross
amount billed shall be deducted from the Contractor's bill as per applicable laws.
17.2.2 The BIDDER shall be exclusively responsible and liable to pay taxes on income comprised in all or
any payments arising out of the Contract; whether payable/paid in India or in any other
jurisdiction and quoted prices shall be inclusive of Income Tax.
17.2.3 All amounts in this Tender for supply of equipment, machinery or any other Supply of goods made
from outside India is not liable for any withholding tax in India because title to goods are
transferred in favour of OWNER outside India. However, in case it is applicable, all amounts in
this Tender for supply shall be gross of withholding tax levied under Indian Income Tax or Double
Taxation Avoidance Agreement. Owner shall deduct the Withholding Tax payable to Government
of India from the total amount payable for such supplies. All relevant documents for such payment
shall be provided to the Owner.
17.2.4 Withholding tax/tax deductible at source is applicable to all payments of Services to be made to
the BIDDER. Withholding/deduction are required to be made at the rates specified in the Indian
Income Tax Act. However, in case of non-resident BIDDERs, lower of the rate of withholding tax
as available in the relevant Double Taxation Avoidance Convention Agreements (OTAA) as notified
or amended from time to time as compared to the rate applicable as per relevant Income Tax Act
will be applicable subject to certain specified documentary compliances. Therefore, it is incumbent
upon the BIDDER to decide and declare whether it intends to take benefits of lower rate of
Withholding Tax and commit to provide necessary documents. As per extant provisions of Income
Tax Act and Rules made there under following documents are mandatory for this purpose (a) Tax
Residency Certificate (TRC) issued by the competent authority of the country of residence of the
BIDDER (b) Form 10F as described in Indian Income Tax Rules, 1962 and (c) PAN No as per Indian
Income Tax Act or a declaration in specified format in lieu of Permanent Account Number (PAN)
(d) No Permanent Establishment certificate (if applicable).

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 8 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

17.2.5 The Indian Income Tax Act and rules made there under contains provisions permitting deduction
of tax at a lower rate if the BIDDER is able to justify to the Income Tax Authorities such lower rate
of deduction. However, a deduction once made has to be deposited by the OWNER with the
Income Tax Authorities in India and will not be adjustable by the OWNER. It is therefore in the
interest of the BIDDER that prior to release of any payment due to the BIDDER under the Contract
that the BIDDER 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 BIDDER
shall be made by the OWNER after Withholding/deduction at the highest rate as may be
applicable to the non-resident BIDDERs as per Provisions of Income Tax Act, 1961.
17.3.0 Goods and Services Tax:
17.3.1 Bidder to quote their prices exclusive of GST. GST rates are to be quoted separately in Annexure K
of the tender. However, any new taxes, duties, levies etc., imposed by the Central or State
Government, subsequent to the submission of the bid but during the scheduled contractual
completion period shall be reimbursed against documentary evidence. However, the benefit of
any withdrawal of any existing taxes, duties, levies, etc. must be passed on to IOCL.
17.3.2 Bidders to note that their bids will be evaluated by adding GST at the rates mentioned in column 2
of the table below.
The below format is to be submitted with techno-commercial bid.

Item as per SOR/BOQ HSN/SAC CODE GST RATE

1 2 3

The above format is attached as Annexure-K to the Tender Document and the same shall be
submitted with the Techno-commercial bid.
17.3.3 The bidder shall indicate in its bid the Goods & Service Tax registration No. as per Annexure L.
Bidders not registered under GST laws shall undertake to obtain GST registration No. immediately
on being liable for registration under the GST law. The bidder has to ensure compliances of all legal
provisions(including GST registration, invoicing, Payments, Returns, etc.) of IGST Act, CGST Act,
SGST Act, UTGST Act, GST (Compensation to states) Act. Any liability arising to owner due to
violation of the aforesaid Acts by the bidder shall be on Bidders Account.
17.3.4
-state outward supply of goods/services. Bids found to
be in violation of the provisions of the statute shall be liable to be rejected.
17.3.5 Bidder to note that prices quoted for the subject work shall be exclusive of the applicable GST. The
declaration regarding Goods and Service tax submitted with the techno-commercial bid shall be
treated as final and no communication/ correspondence shall be entertained from the Bidder after
opening of the techno-commercial bids, except in following circumstances: Where Goods and
Service Tax rate quoted is more than maximum prevailing Goods and Service Tax Rate.
17.3.5.1 Rates as quoted by the Bidder shall be considered for evaluation of the bids. The declaration
regarding GST submitted with the techno-commercial bid shall be treated as final and no
communication/ correspondence shall be entertained from the Bidder after opening of the techno-
commercial bids, except in following circumstances:
a) Where GST quoted is more than maximum prevailing Tax.
17.3.5.2 These rates are subject to change as per notification of Govt. of India issued from time to time.
17.3.5.3 Payment of GST shall be made in accordance with the Invoice(s) raised by the Contractor, limited to
Tender No. CHTS242510 Special Conditions of Contract Section A Page No 9 of 27
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

the rate considered during evaluation, as above.


17.3.5.4 As mentioned under Clause 18.3.5 above, the quoted prices shall be exclusive of GST. However, if
the Bidder is found to have quoted prices inclusive of GST in the techno-commercial Bid, the Owner
reserves the right to bifurcate the quoted prices into basic price and GST based on GST rates
quoted by the Bidder in column 3, else rates specified as per code mentioned in column 2 of the
table above.
17.3.6 Statutory variation on GST (as payable to the bidder) as applicable for the category/service shall be

completion period mentioned above is TIME SCHEDULE indicated in letter of Acceptance which will
be inclusive of time extension, if any, granted by the OWNER in terms of Clause 4.3.5.0 and/or
4.3.6.0 of GCC without imposition of any price discount under clause 4.4.0.0 of GCC. Similarly, in

relevant to the Contract and the date of execution of activities under the contract, the
CONTRACTOR shall pass on the benefit of such reduction to the OWNER with a view that OWNER
shall pay the reduced duty/tax.
17.3.7 The tax payable by the Owner to the Contractor shall be limited to the rate(s) considered during
evaluation as per Clause 18.5.3 and its sub-clauses above (except for condition mentioned in Clause
18.5.4) irrespective of the amount payable by the Contractor towards tax to Statutory Authorities.
17.3.8 Bidders to take note of Anti profiteering measure clause in CGST(Section 171) wherein it is stated
that any reduction in rate of tax on any supply of goods and services or the benefit of input tax
credit shall be passed on to the recipient by way of commensurate reduction in prices
17.3.9 Tax Invoice to be submitted by the bidder in compliance with the prevailing tax law s at the time of
execution/delivery. No other invoice will be accepted as Owner intends to avail Input Tax/Cenvat
Credit.
17.3.10 In case of contract value greater than 2.5 Lacs (excluding GST amount), GST-TDS @ 2% shall be
deducted in accordance with the Provisions of applicable GST Act and Rules.
17.3.11 GST-TDS shall not be liable to be refunded in case credit note is issued by the vendor and the same
is processed next month.
17.3.12 In case of non-submission of credit note by vendor, IOCL reserves the right to raise invoice for
recovery/adjust the price discount/Risk & Cost Recovery/Liquidated Damages/Forfeiture of EMD or
SD along with applicable GST.
17.3.13 GST-TDS certificates shall be issued in accordance with the provision of applicable GST Act and
Rules.
17.3.14 Party shall be liable to ensure correct submission of GSTIN to the Corporation at the time of
bidding so as to ensure deposit of TDS against correct GSTIN.
17.3.15 GST amount shall be paid to the contractor at actuals against submission of invoice issued in
accordance with the Invoice Rules.
17.3.16 In case of recovery on account of License Fees on Land, Owner shall issue an Invoice including
applicable GST for adjustment against RA/ Final Bills.
17.3.17 The contractor shall not directly consign any material under their scope of supply to Owner.
17.3.18 Bidder has to obtain GSTIN registration at the location where Works Contract Services are
to be performed or carried out. In case of other type of services, Bidder may decide depending
upon their business requirement and provisions of GST Laws. However, it is advisable to obtain
GSTIN in the State where job is required to be carried out/ executed.

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 10 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

17.3.19 Bidders are to necessarily indicate their Goods and Services Tax Identification Number (GSTIN)
along with their techno commercial bids unless and otherwise they are exempted as per GST Laws

described in Clause No. 18.3.22 below.


17.3.20 Depending upon the nature of service of subject tender, category of services, service accounting
code (SAC) and applicable rate of GST (SGST+CGST OR IGST as the case may be) is to be confirmed
by bidder as per prescribed format given in the technical bid.
17.3.21 If the bidder deviates w.r.t. category of services, service code and GST rate from that as per the
format given by IOCL in the technical bid; the details with proper justification must be provided.
17.3.22 In case a Bidder declares that he is not required to be registered under GST laws and Rules, he

under reverse charge, for the purpose of evaluation, bid shall be evaluated after considering GST
Rates and Service Accounting Code (SAC) as determined by the Owner.
17.3.23 In case a Bidder declares that he has applied for GSTIN registration at the time of submission of
Bid but GSTIN is not available, he must attach a copy of Application Reference Number (ARN) as
proof of his declaration. And in such cases, Bid shall be evaluated after considering GST Rates
and Service Accounting Code (SAC) as determined by the Owner if Bidder has not confirmed or
quoted the same. In such cases, Work Order may be awarded pending submission of GSTIN by
such Bidder. However, Bidder must submit GSTIN before first payment under Contract is released.
17.3.24 In case Service is specified where Service Recipient is liable to pay GST under Reverse Charge,
same shall be clearly mentioned in the specified Annexure.
17.3.25 Bid evaluation shall be done after considering GST Rates and Service Accounting Code (SAC) quoted
or confirmed as per the format provided in the Technical Bid or and shall be evaluated on gross
tax basis i.e. after including amount of GST so quoted or confirmed. Owner shall not be liable to
pay or reimburse rate of GST actually invoiced which is in excess of GST rate quoted or confirmed
by the bidder.
17.3.26 In case a Bidder claims that he has opted for Composition Scheme as defined in Section 10 of
CGST Act, 2017, he shall submit Form GST CMP 01 and GST CMP 02. His Bid shall be evaluated
without considering GST.
17.3.27 CGST and SGST (or UTGST) or IGST, as the case may be, shall be released only on receipt of GST
Invoice containing the following details:
a) Name, address and GSTIN of the supplier.
b) A consecutive serial number of the invoice.
c) Date of issue.
d) Name, address and GSTIN or UIN, if registered of the recipient.
e) Name and address of the recipient and the address of the delivery, along with the State
and its code.
f) HSN Codes or Service Accounting Code (SAC).
g) Description of goods or services.
h) Total value of supply of goods or services.
i) Taxable value of supply of goods or services taking into discount or abatement, if
any.
j) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 11 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Tax or cess).
k) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax,
Integrated Tax (for inter-state supply), Union Territory Tax or cess).
l) Place of supply along with the name of State, in case of supply in the course of inter-state
trade or commerce.
m) Address of the dispatch point where the same is different from the place of supplier.
n) Whether the tax is payable under Reverse Charge basis and.
o) Signature or digital signature of the supplier or his authorized representative.
17.3.28 It shall be the obligation on the part of Bidder/ Vendor to discharge his liability by payment of
GST to Government of India or utilization of Input Tax credit in respect of such supply of goods or
services through GST Invoice under the Contract, so that Owner can avail Input Tax Credit (ITC)
on such supply. In the event that the input tax credit of the GST charged by the Bidder/
Vendor is denied by the tax authorities due to delay by Bidder/ Vendor/ Contractor/ Consultant
in issue of Invoice, Debit Notes or Credit notes, filing of Return of Outward Supplies, payment of
taxes or filing of any other Returns as required under GST Laws and Rules, or timely corrections,
rectification or modification in the detail of Return of Outward Supplies or any other Returns,
Owner shall be entitled to recover such amount from the Bidder/ Vendor/ Contractor/ Consultant
by way of adjustment from the next invoice or from Bank Guarantee. In addition to the amount
of GST, Owner shall also be entitled to recover interest and penalty, in case same is imposed by
the tax authorities on Owner.
17.3.29 It shall be obligatory for the Bidder to issue Credit Note for Price reduction on account of
delay in delivery as defined in the Bid or Contract Documents in the month immediately following
the month in which deduction of account of delay in delivery is affected by the Owner. In case of
non-submission of credit note by the bidder, IOCL reserves the right to raise invoice for recovery/
adjustment of the Price Discount etc. along with applicable GST.
17.3.30 In case any advance including Mobilization Advance is given as per Contract, the contractor shall
issue a GST Invoice/ advance receipt containing all the details required as per GST Laws and
Rules. Subsequent recoveries/ adjustment of Advance amount shall be separately indicated in the
GST Invoice for actual supply of Goods and Services.
17.3.31 In case any recovery is made for any facility or services provided by the Owner and such
recoveries are subject to GST, amount of recovery plus applicable GST shall be deducted/
recovered from the Invoices/ Claim of the Bidder.
17.3.32 Bidder is requested to acquaint themselves about GST law and other tax provisions before

under GST.
18.0.0 EMPLOYMENT OF LABOUR
18.1.0 In addition to the provisions of clause no. 8.3.0.0 of General Conditions of Contract, The Contractor
shall ensure that local labour, unskilled as well as skilled to the extent possible and available from
local resources, are preferentially employed on work with special priority being given to the
persons and/or dependents of persons whose lands have been acquired for the Pump Station or
for any other facilities in connection with the Salaya - Mathura Pipeline. For any infringement of
this provision, the owner shall be at liberty to rescind the contract without any liability to pay any
compensation whatsoever to the contractor
19.0.0 LABOUR LAWS AND REGULATIONS
19.1.0 In addition to provisions of clause no. 8.3.2.0 of General Conditions of Contract, within 15 (Fifteen)

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 12 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

days of award of contract, the Contractor shall submit to the Engineer-in-Charge a copy of valid
Licence under the Contract Labour (Regulation & Abolition) Act, 1970.
19.2.0 In addition to compliance of Labour Laws and Regulations stipulated in clause 8.3.0.0 of General
Conditions of Contract, the Contractor shall also comply with the following :
a. The Contractor shall also comply with the provisions of Building and Other Construction
Workers (regulation of Employment and Conditions of Service) Act 1996[BOCW
(RE&CS) Act 1996] and Building and Other Construction Workers Welfare Cess Act,
1996 and all rules, regulations, notifications issued thereunder as amended
from time to time including provisions of registration of establishment of contractor
hours of work, welfare measures and other conditions of service of building workers,
safety and health.
b. An amount of cess as per prevalent rate (presently @1 % of the cost of construction
incurred by the Contractor) shall be recovered from the bills of the Contractor as per
Building and Other Construction Workers Welfare Cess Act, 1996 and the rules
thereunder as amended from time to time for depositing the same before
appropriate authority. IOCL shall not deduct and pay cess, in case Contractor has
already paid the cess for the works executed and submitted proof of payment.
c. All the terms and conditions pertaining to compliance of labour laws contained in the
GCC shall also be applicable mutatis mutandis to the BOCW (RE&CS) Act, 1996 and
Building and Other Construction Workers Welfare Cess Act, 1996 and the rules
thereunder.
d. The above conditions will be applicable to all the Contractors performing "building
or other construction work" as defined under BOCW (RE&CS) Act, 1996 subject to other
provisions of the Act.
19.3.0 Every worker engaged by the Contractor should be enrolled under the following scheme:
i. Pradhan Mantri Jeevan Jyoti Bima Yojna (PMJJBY)
ii. Pradhan Mantri Suraksha Bima Yojna (PMSBY)

under the two schemes, applicable annual premium amount (presently Rs.342/- per
person) shall be considered by the prospective bidder while submitting the price bid.
Proof of payment towards the above two scheme shall be submitted by the Contactor to
EIC for verification of the same from time to time.
19.3.1 All workmen provided for execution of the work shall have to obtain Character and Antecedents
verification certificate issued by the local Police Station to which the concerned workmen belong
to. The responsibility of furnishing C&A verification certificate belongs solely with the contractor.
19.4.0 In addition to provisions of clause no. 8.3.6.0 of General Conditions of Contract, each Bidder shall
furnish an undertaking in the prescribed format as per the Annexure-G annexed to the Form of
Tender that he/it/they is/are not engaging child labour as per the applicable law in their work and
undertake to comply with all various legislation, as may be applicable from time to time in case the
work is awarded to them.
19.5.0 Without prejudice to the generality of clause no. 8.3.7.0 of General Conditions of Contract, the
Contractor shall adequately cover all its eligible employees under the provisions contained in
Employees Provident Fund Act 1952 and subsequent amendment thereof, if any. The Contractor
shall furnish a certificate and statement embodying therein all the relevant details in evidence of
having complied with the provisions of the said act. It would be obligatory on the part of the
Contractor to take necessary PF establishment code number and regularly deposit the PF amount

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 13 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

employees to the concerned statutory authority.


19.6.0 The Contractor shall along with his monthly bills specifically certify that he has fully complied with
all the obligations and statutory compliances including Contract Labour (Regulation & Abolition)
Act, Employees Provident Fund Act, Minimum Wages Act, Workmen Compensation Insurance,
Leave Salary, where ever applicable, etc. and all other obligations
as enforced by the State/ Central Government from time to time.
19.7.0 The Contractor shall be directed in writing or orally specifically in this behalf of his obligations for
compliance which he will be required to comply with. In case of default on part of the Contractor,
he shall be liable to be penalised and other strict actions including termination of contract as may
be deemed fit at the discretion of the Owner.
19.8.0 Contractor shall furnish proof of having made bank transfer /cheque/online payment, which is
compulsorily to be made directly into the bank account of worker i.e. no cash payment. A wage
register containing details of bank transfer/cheque/online payment and the below mentioned
details will be maintained by the contractor and submitted to EIC for inspection:
1. Name of the workmen
2. Bank Account Number
3. Name of the Bank
4. Name of the Branch
5. IFSC code of the Branch
6. Amount credited
20.0.0 INDEMNITY AND INSURANCE
20.1.0 Without prejudice to the generality of clause no. 8.5.0.0 of General Conditions of Contract and
following sub-clauses thereof, the Contractor shall take the comprehensive insurance policy for
the workmen engaged by him/ them at the Owner
the Engineer-in-Charge/ Site Engineer within 15 (Fifteen) days of award of contract. It shall be
noted that in no conditions, whatsoever, the Owner shall permit the Contractor to carry out the
work as defined/ specified elsewhere with the workmen (including supervisors and work
inspectors) not covered under such insurance policy. This may, however be noted that the
Contractor shall have to take any other insurance policy/ policies for workmen as required by the
Laws of the land, i.e. by the State Government and/or Central Government enforced from time to
time in this regard and the Owner shall not take any responsibility whatsoever. The Contractor at
his own risk and cost shall take all such insurance policy/ policies.
20.2.0 In addition to provisions of clause no. 8.5.1.0 of General Conditions of Contract, within 15 (Fifteen)
days of award of contract, the Contractor shall submit to the Engineer-in-Charge a copy of valid

20.3.0 The Contractor shall provide the following insurance through his regular agency to cover his men,
machinery and equipment:
a) Workman compensation Insurance for the persons deployed for execution of the work.
b) Group Personnel Accident Policy.
c) All required Insurances
d) The Contractor is also recommended to secure itself from any losses arising out of cost
incurred due to rectification of jobs for damage to same by the Contractor during
execution of works.
20.4.0 Regarding insurance following provisions are further incorporated over & above the provisions of

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 14 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

General Conditions of Contract:


20.4.1 Any money received by the Owner under any policy or policies of insurance shall be held by the
Owner for proportionate payment to the Contractor in respect of any appropriate repairs
undertaken and/or replacement(s) made by the Contractor, with liberty to the Owner, should the
Contractor fail to undertake in whole or part such repairs and/or replacement(s) and other works
necessary consequent upon the occurrence of any contingency covered by such insurance, without
prejudice to any other rights or remedies available to the Owner in whole or in part towards repair
or restoration or the performance of the necessary work, as the case may be through any other
agency(ies).
20.4.2 Insurance of all the equipments, machinery, plant, tools & tackles, vessels and any other
equipment brought to site for completion of work and which are not meant for permanent

be taken on their own.


20.4.3 For any infringement of these provisions, the Owner shall be at liberty to terminate the Contract
without any liability to pay any compensation whatsoever to the Contractor.
21.0.0 INDEMNITY BOND
21.1.0 All the Owner supplied materials shall be issued to Contractor by the Engineer-in-Charge against
submission of Indemnity bond by the Contractor to the Engineer-in-Charge.
22.0.0 PATENT AND ROYALTIES
22.1.0 Further to provisions of clause no. 8.8.0.0 of General Condition of Contract, the Contractor shall
indemnify the Owner against all losses, costs, damages and expenses arising from any claim
asserted against the Owner that the work or part thereof, or any methods, designs or things
furnished or specified by the Contractor or any Sub-Contractor or Supplier under this contract, or
any use thereof in the reasonable contemplation of the parties at the time furnished, or any
methods, processes or acts employed by the Contractor in connection with the performance of its
obligations hereunder constitutes an infringement of any patent, trade secret, proprietary
information, know-how copyright (statutory or non-statutory) un-patented invention or any
unauthorised use of the work of others.
23.0.0 ENVIRONMENTAL PROTECTION & POLLUTION CONTROL
23.1.0 The Contractor shall take all reasonable precautions to avoid pollution or contamination of the air,
land or water arising out of the performance of the work. Should there be a discharge or escape of
appreciable quantity of pollutants or contaminants during performance of its obligations under
this contract which occurs as a result of activities of the Contractor or its Sub-Contractor, the
Contractor shall immediately take all necessary actions to contain, control, recover or disperse the
substance and to eliminate the safety and environmental risks and correct the damage resulting
there from.
24.0.0 SAFETY, FIRE AND SECURITY REGULATIONS
24.1.0 Safety, Fire and Security Regulations outlined below may be read in conjunction with Section-8
(clause no. 8.4.0.0) and Section-10 of General Conditions of Contract as well as Safety Rules and
Fire Prevention Regulations of the Owner given Safety manuals and other such documents. It will
be the responsibility of the Contractor and its supervisors to make themselves fully conversant
with all the Rules and Regulations regarding Safety and Fire Prevention and to issue necessary
instructions to all persons deployed by the Contractor at the Construction Site(s).
24.2.0 Security:
24.2.1 While working within the compound area of Tank Farm premises, the Contractor shall, at his own

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 15 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

cost & initiative, make arrangement of gate pass for his employees as prescribed and instructed by

the Security Officer or Station-in-


employee.
24.2.2 All the Contractor employees are required to wear photo badges for identification.
24.2.3 In the event of a Contractor employee's services being terminated during the contractual period,
the Contractor shall surrender the gate pass issued to the said employee by the Security
Department. At the end of the project, all the gate passes endorsed by the Security Department
for use of Contractor's employees shall be returned to the concerned authority.
The security department or any person authorised by Station-in-
shall have the right to search bodily or otherwise each and every employee of the Contractor. The
Contractor shall abide by the rules and regulations of Central Industrial Security Act as well as set-
out by the Owner.
24.3.0 Vehicle Movement:
24.3.1 All vehicle/ trucks used for transportation must be suitable for movement in hazardous areas and
shall be approved by the Site Engineer/ Safety Engineer before their use in the works.
24.3.2
shall be fitted with spark arrestors.
24.3.3
where they are likely to interfere with the movement of other vehicles.
24.3.4 Parking of vehicles on the side of fire hydrants is strictly prohibited.
24.3.5 Vehicles shall not be allowed to enter into any operating area without a valid fire permit, safety
certificate and gate pass.
24.3.6 Within the premises, the speed limit of vehicles shall be 20 Km/hr. Speed limit and Traffic rules

24.4.0 Safe Handling/ Transportation Methods


24.4.1 The contractor's suppliers will have to adhere to safe handling / transportation methods. They will
ensure compliance to the provisions of the Hazardous wastes (management and Handling) rules,
1989, Manufacture, storage and import of hazardous Chemical Rules, 1989 and other applicable
legislative requirements.
24.4.2 The contractors suppliers will ensure that packaging, labelling and transportation of materials is
carried out in accordance with the provisions of Motor Vehicles Act 1988.
24.4.3 Contractors suppliers will label the specified information on every container of a hazardous
chemical if any.
24.4.4 The contractors suppliers will provide relief in case of death or injury to any person or damage to
property from an accident occurring while handling / transporting the materials on the principle of
no fault.
24.4.5 If contractor suppliers do not follow the instructions, the Management will take necessary action
as per the provisions of the contract.
24.5.0 General Provisions:
24.5.1 Safety starts from the individual on the job. Experience and common sense shall be generously

24.5.2 The Contractor shall ensure that the personnel (may be their own and/or their sub-vendor(s))
Tender No. CHTS242510 Special Conditions of Contract Section A Page No 16 of 27
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

engaged for working at the installation(s) follows all the safety rules/ regulations as
applicable in petroleum installation.
24.5.3 The Contractor shall take all precautions necessary and abide by relevant rules of safety including
Explosive Rules and Regulations and such other rules and regulations enforceable within limits of
Petroleum installation. The Contractor shall also take such other additional precautions or resort
to such other additional safety measures as may be directed from time to time by the Engineer-in-
Charge/ Site Engineer.
24.5.4 The Contractor shall be responsible to enforce in his work force strict discipline and safety
consciousness required to be observed in operating petroleum installation and shall ensure that
the work is carried out under constant supervision by competent supervisors who are adequately
informed and experienced for handling the work in such environment.
24.5.5 Safety zones during hoisting, radiography, sand blasting, pressure testing, commissioning, etc. shall
be created and demarcated. Trespassers through site are not being allowed in these areas.
24.5.6 Fire-fighting equipment shall be placed at designated locations and kept unobstructed. Minimum 4
Nos. of fire extinguishers in good condition are to be kept at each work site.
24.5.7 Without prejudice to the generality of the provisions of clause no. 30.1.0 hereof, the Contractor
shall take necessary precautions to ensure that no damage, whatsoever is caused to the existing
pipelines, roads, cables, drains, water mains, dykes, poles, pillars, fences, wires, supports,
embankments and other underground works, structures, construction and other facilities and utili-
ties within the Owner
any damage to those facilities results due to negligence, the Contractor shall be held responsible
and shall be liable to compensate the Owner for such damage caused as assessed by the Engineer-
in-Charge. The Contractor at his own cost and initiative forthwith restore and repair any damage
thereto to the satisfaction of the Owner.
24.6.0 Restriction of Visitors:
24.6.1 The Contractor shall not allow any visitors on the work or premises of the sites without approval of
the Engineer-in-Charge and/ or Site Engineer.
24.7.0 Fire Prevention and Fire Fighting:
24.7.1 No hot work shall be undertaken without written permit issued by the Engineer-in-Charge. Before
undertaking any hot jobs, advance clearance shall be obtained from the Competent Authority. The
Contractor shall take up the issue with the Site Engineer at an appropriate time.
24.7.2 The Contractor shall be responsible to fulfil and abide by all requirements and conditions subject
to which the fire permit is issued. Though the Fire permit will be issued by the Engineer-in-Charge
after required testing for presence of any explosive mixtures, etc., it will be the responsibility of
the Contractor to do continuous checking by means of an Explosive meter or other means
approved by Site Engineer.
24.7.3 Record of such testing shall be maintained by the Contractor and in case of presence of any
explosive mixtures is observed all hot jobs shall be stopped immediately and Site Engineer/ Fire
and Safety Department/ Station-in-Charge shall be also informed. Hot jobs shall be started only
after obtaining fresh permits.
24.7.4 Wearing of terylene/ nylon/ polyester/ clothing within premises is strictly prohibited, as there are
chances of generation of static electricity in these types of clothing.
24.7.5 The Contractor shall instruct his personnel NOT TO SMOKE
except at designated smoking booths. NO MATCHES/ LIGHTERS/ MOBILE PHONES shall be

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 17 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

any default of his workers in this regard and in that eventuality the Owner shall take liberty to
terminate the contract as per provisions of Section-7 of General Conditions of Contract shall be
imposed.
24.7.6 When a fire extinguisher is used, the Shift-in-Charge of Control Room or Site Engineer should be
informed for replacing the depleted extinguisher immediately.
24.7.7 In case of fire or other emergency in any part of station, siren shall be sounded by the Fire Station.
In such case all ongoing hot jobs to be stopped immediately followed by stoppage of other jobs
also till the clearance from Engineer-in-Charge/ Site Engineer.
24.7.8 In the event of fire emergency, the Fire Station, the Engineer-in-Charge, Site Engineer and or
nearest station Control Room should be informed immediately. The caller should indicate his
identity, telephone number and the location of fire.
24.8.0 Lighting:
24.8.1 The areas of working during nights shall be properly illuminated with flood-lights and hand-lamps
as per the requirement of the job.
24.9.0 Working at Heights:
24.9.1 In line with OISD -GDN-192), the
Contractor shall ensure that additional safety measures like Fall Arrestor type safety belt, Safety
Net, Full body Safety Harness, etc. are provided for all activities being done in line with tender
requirements at a height of 2.5 meters and more depending upon site conditions and job
requirements.
24.10.0 Working in Confined Spaces/ Hazardous Areas:
In addition to the safety arrangements, the Contractor shall also ensure strict adherence to the
following provisions:
24.10.1 It is required to have proper and continuous supervision in hazardous area. It is essential that
workers are allowed to work in hazardous area only after medical check-up.
24.10.2 Whenever presence of entrapped hydrocarbon gas/ liquid is suspected, anybody entering the
closed space should be provided with air/ gas mask by the Contractor.
24.10.3 No job including vessel entry should be undertaken by the Contractor without clearance.
24.11.0 Civil Works:
24.11.1 During excavation, the excavated earth must be dumped at a safe distance from the edge of
excavation. In no case this shall be less than 1.5 meters from the top edge of the excavation.
24.11.2 Necessary slopes and stepping shall be provided to the sides of the trenches. Shoring is to be
provided in places where danger is expected due to side collapses resulting from seepage, over -
burden soils, etc.
24.11.3 Safe cross walkways are to be provided at distances not more than 30 mtrs along a continuous
trenching for pipelines etc.
24.11.4 Ladders, gangways are to be provided at convenient places for carrying excavated muck from deep
trenches. Ladders shall be firmly secured to ground and rungs of the ladders shall be properly
secured and safe.
24.11.5 Scaffolding for shuttering and gangways for concreting, etc. (all) be checked for safety to carry
loads during construction. Necessary hand rails/rope guards and other protections are to be
ensured. These shall be properly secured to ground or tied to any permanent structure nearby.
The Contractor should arrange rigid double steel scaffolding for the working at the height of more

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 18 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

than 3.0m. All the workers should wear certified safety belts & nets with secured ropes during
working at heights.
24.11.6 All the water in the excavated pits shall be drained away from the area of working using pumps.
24.11.7 Excavated pits shall be barricaded and proper danger boards for day and night shall be exhibited.
24.11.8 Hard hats (safety helmets), rubber boots, safety shoes, and hand gloves, etc are required to be
provided for supervising as well as other working personnel by the Contractor.
24.12.0 Hoisting & Rigging Works:
24.12.1 Hard hats (safety helmets), safety belts, eye goggles, face shields, safety boots, hand-gloves,
respirators, etc as required shall be used.
24.12.2 Proper and correct lifting methods shall be adopted.
24.12.3 All lifting tools, jacks, tackles and wires ropes etc shall be of tested quality for safe working loads.
Wire ropes shall be of sound construction without any splaying.
24.12.4 The practice of inserting bolt in a lifting chain either to shorten its length or to join it with another
chain shall never be resorted to.
24.12.5 Register for hoists, lifting chains, lifting tackles and wire rope slings shall be maintained with
necessary entries as required under the State Factories Rules. The register shall be produced
before Officer-in-charge (Fire & Safety) or his authorized representative on demand for inspection.
24.12.6 Only one person shall give signals to the operator of mobile lifting appliances.
24.12.7 Guide rope should be used to the hanging load to prevent its swinging.
24.12.8
instructions are to be followed for using wire ropes and slings with broken wires. Ropes having
damage in the core shall be rejected. Experience and common sense is of immense help.
24.12.9 Usage of hoisting belts/ safety belts is must for personnel working at higher elevations. Such safety
belts and hoisting belts are to be certified by safety personnel of the station/ Engineer-in-Charge.
Besides initial certification Engineer-in-Charge/ Safety personnel can inspect/ assess the condition
and reject any or all such belts at any point of time.
24.12.10 Only safe gangways/ walkways shall be used for movement of personnel.
24.12.11 All the connections to headman anchors shall be checked before hoisting.
24.12.12 All live wires to be crossed during hoisting shall be made dead near the vicinity of the area during
hoisting/ rigging.
24.12.13 Avoid keeping the loads supported by hoisting equipments for an unreasonable length of time.
24.12.14 Ropes, cables, and slings must be protected with pads or wooden blocks at sharp edges.
24.13.0 Electrical:
The following safety aspects should be borne in mind by the Contractor and his men while working
on electrical line or with electrical tools and they should take suitable precautions accordingly:
24.13.1 All temporary electrical connections shall conform to statutory regulations and a certificate
obtained by the authorities. The connection and the wiring shall be maintained by competent and
licensed supervisors and wiremen. As far as possible the cables are to be safely buried to ensure
free access to equipment and machineries movements.
24.13.2 No person shall work on any live electric conductor or apparatus and no person shall assist any
other person on such works unless he is authorised in this behalf.

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 19 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

24.13.3 No defective extension cord/ cable shall be used on portable hand tools.
24.13.4 All portable power tools such as drills, grinders, etc. which are operated electrically, should be
subjected to thorough inspection before being put into use.
24.13.5 Earthing of machineries, tools and equipments shall be ensured. No open/ bare connections are
allowed. The arrangements should be checked periodically for damages to insulation and loose
connections, etc. and rectified so that the wiring becomes non-hazardous.
24.13.6 Hard hats (safety helmets), Safety boots, necessary hand-gloves, etc. made out of insulating
material shall be used by personnel working in 'live' areas like substations, etc.
24.13.7 Danger signals and safety tags in the live areas shall be demonstrated properly. All connections to
be switched off after the working hours.
24.13.8 Isolation switches and main switches shall be accessible easily.
24.14.0 Welding & Gas Cutting Works:
24.14.1 Oxygen cylinder shall not be stored near other cylinders containing gas or oil/ grease or other
combustible materials.
24.14.2 Trolley shall be always used for transporting the gas cylinder and rolling of gas cylinder should be
avoided in all circumstances.
24.14.3 Suitable fire extinguishers in working condition shall be deployed close to welding and gas cutting
jobs.
24.14.4 The Contractor shall be responsible for flushing and gas freeing operation and for demonstrating
the safe environment for hot work by means of Explosi-meter or other means approved by the Site
Engineer.
24.14.5 Any work carried out within premises of installation should be covered by a work permit issued by
the competent authority. The Contractor should get in touch with the Site Engineer well in
advance for this purpose. In addition a safety permit shall be obtained from the fire and safety
official prior to commencement of any work involving open flames and sparks such as welding,
gas cutting, soldering, grinding, use of Petromax, hurricane lamps etc.
24.15.0 Painting Works:
24.15.1 While carrying out painting works in confined areas, proper ventilation arrangements must be
provided to workers.
24.15.2 The paints and thinners leave vapours, which are inflammable. Adequate precautions shall be
taken while the painting work is in progress to ensure that no naked light, fire, welding or any
other hot work is in progress in the vicinity of the area being painted.
24.15.3 The Contractor shall ensure that all protective measures are taken during blasting. They shall also
provide lifebelts for workers working at a height more than 2.5 m on scaffolds. They shall abide by
the instructions of the Engineer in Charge related to safety.
24.15.4 All workers involved in painting work shall wear clean pair of boots to be used exclusively for the
work. These boots shall not be used elsewhere. No workers shall be allowed to work barefoot.
24.15.5 All workers in vicinity of blasting and painting works shall wear required safety devices.
24.16.0 Accident and Damage:
The following requirements shall be complied with by the Contractor in the event of an injury
being sustained by anybody on the works:
24.16.1 All injuries occurring on works whether minor or critical shall be reported in the prescribed Work

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 20 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Accident Forms to the Engineer-in-Charge and Site Engineer immediately or within half an hour of
occurrence of the event, as per rules of the Corporation and statutory requirements of Govt. of
India. The Contractor shall indemnify & keep indemnified the Owner of the responsibility of all
such accidents.
24.16.2 The Engineer-in-Charge shall be kept informed by the Contractor on daily basis regarding
condition, recovery/ progress and date of joining on duty about the persons who after being
inflicted by critical injuries were firstly examined and treated outside.
24.16.3 The compensation to the victims shall be paid by the Contractor as per legal requirements.
24.17.0 UNDERGROUND AND OVERHEAD STRUCTURES
24.17.1 The contractor will familiarize himself with and obtain information and details from the owner in
respect of all existing structures, overhead lines, existing pipelines and utilities existing at the job
site before commencing work. The contractor shall execute the work in such a manner that the
said structure, utilities, pipelines etc. are not disturbed or damaged and shall indemnify and keep
indemnified the owner from and against any destruction thereof or damages thereto.
25.0.0 ADHERANCE TO SAFETY PROCEDURES AND PRACTICES
25.1.0 Without prejudice to generality of provisions of clause no. 10.15.0.0 of General Conditions of
Contract, in a view to improve the safety aspects of execution of the job based on the job
requirements following penalties will be imposed for violation/ non-adherence of safety
procedures:
S.N. Nature of Violation Penalty
1. For non use of PPE (Personal Protective Equipment) 1000/- per occasion
2. Working without clearance 5000/- per occasion
Violation of applicable safety, health and environment
3. 5000/- per occasion
related norms
Violation of applicable safety, health and environment
related norms resulting in
0.5% of the contract value (maximum of
4.* Any physical injury
2 lakh) per injury + 5000.00.
1% of the contract value (maximum of
Fatal accident
100000/-) per fatality + Rs.5000.00.
5. Over speeding of vehicle in operating station 1000/- per occasion
6. Inadequate or non-availability of First Aid Box 500/- per occasion
7. Working at height without safety belt 1000/- per occasion
Non available of explosive meter at site during tank
8. 5000/- per occasion
opening, desludging and hot work
9. Non using of non-spark tools during scrapping 5000/- per occasion
Any Violation in central, state, contract labour act, EPF &
10. MP act, ESI act, workmen compensation act, labour law, 50000/- per occasion
factory law, statutory law etc.
11. Non availability of face mask during spray painting 5000/- per occasion
Non availability of sufficient light inside tank during
12. 10000/- per occasion
working hours
13. Housekeeping problem 5000/- per occasion
Non-availability (absence) of Site Engineer & Safety
14. 250/- per occasion
Supervisor as per clause no. 7.3.0 above
*Aforesaid penalty clause is over and above, the applicable statutory requirements.
25.2.0 In case of accidents depending on the seriousness of injury etc. in addition to the hospitalization/
Tender No. CHTS242510 Special Conditions of Contract Section A Page No 21 of 27
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Treatment charges and Group insurance amount, compensation shall be paid by the Contractor to
the affected person/ his family members in presence of the Engineer-in-charge as per Workmen
Compensation Act.
26.0.0 COMPLIANCE TO ISO-14001
26.1.0 SMPL is an ISO: 14001 certified unit. Its environmental management system requires that the
Contractors working on behalf of SMPL are able to demonstrate that their employees have
requiring training/ awareness. Moreover the Contractors/ suppliers are required to adhere to safe
handling/ transportation methods.
27.0.0
27.1.0 The contractor is responsible to provide all the requisite materials, consumables, labour,
supervisor, equipments, tools, facilities and other items and things whatsoever required for or in
connection with the work, including but not limited to those indicated by expression or implication
in the Schedule of Rates, Specifications, drawings and other part of contract documents or as shall
be or may from time to time, if necessary, for or in connection with the work, either for
incorporation in or within the permanent works or in relative to the execution and performance of
work.
28.0.0 ADDITIONAL CLAUSE(S)
28.1.0 Conciliation:
28.1.1 Notwithstanding any Mechanism for dispute resolution provided under the GCC, with a view to
speedy resolution, the CONTRACTOR and OWNER may at any time endeavour to settle through
conciliation, a dispute referable for settlement by conciliation under and in accordance with the

www.iocl.com and if not available, a copy thereof may be obtained from OWNER on written
request.
28.2.0 Clause: Planning and Designing in purview of Vulnerability Atlas of India
28.2.1 Vulnerability Atlas of India (VAI) is a 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, cyclones and landslides. The main purpose
of this Atlas is its use for disaster preparedness and mitigation at policy planning and project
formulation stage.
28.2.2 This Atlas is one of its kind single point source for the various stakeholders including policy makers,
administrators, municipal commissioners, urban managers, engineers, architects, planners, public
etc. to ascertain proneness of any city/location/site to multi-hazard which includes earthquakes,
winds, 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.
28.2.3 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:
i) Seismic zone (II to V) for earthquakes,
ii) Wind velocity (Basic Wind Velocity: 55, 50, 47, 44, 39 & 33 m/s)

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 22 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

iii) Area liable to floods and Probable max. surge height


iv) Thunderstorms history
v) Number of cyclonic storms/ severe cyclonic storms and max sustained wind specific to
coastal region
vi) Landslides incidences with Annual rainfall normal
vii) District wise Probable Max. Precipitation
29.0.0 VARIATION IN ITEM QUANTITIES
29.1.1 There may be some variation in quantities of any or all the items as the quantities indicated in
Schedule of Rates (SOR) are the projected quantities based on anticipated requirement of the
Owner. No claims other than items rate will be entertained under any circumstances.
30.0.0 ARBITRATION & JURISDICTION
30.1.0 Further to Section-9 of General Conditions of Contract and Article 4.1 of the Form of Contract
annexed to the General Conditions of Contract, Notwithstanding any other court or courts having
jurisdiction to decide the question(s) forming the subject matter of the reference if the same had
been the subject matter of a suit, any and all actions and proceedings arising out of or relative to
the contract (Including any arbitration in terms thereof) shall lie only in the court of competent
civil jurisdiction in this behalf at Jaipur and only the said court shall have jurisdiction to entertain
and try any such actions (s) and/or proceeding (s) to the exclusion of all other courts.
31.0.0 SPECIFIC REFERENCE TO GCC CLAUSES
31.1.0 The following document(s) as stated in clause No. 4.8 of Instructions to Tenderers (Page-119) &
Form of Tender (Page 131 & 132) of General Conditions of Contract are not required to be

(A) Income Tax Clearance Certificate (in the case of Indian Bidders)
31.2.0 In the form of tender for price bid (page-129 & 130), commercial bid (page 131 & 132) and Format
for Bank Guarantee in lieu of Earnest Money Deposit (page 136-138) of GCC, the following changes
may be incorporated while submitting the bid:

As per GCC To be changed as


Page-129 & 131 (Form of Tender To,
Price bid/ Commercial bid) To, Indian Oil Corporation Ltd.
Indian Oil Corporation Ltd. (Refineries/ (Pipelines Division)
Pipelines Division)
Refinery/ Project)
Page-136 (format for BG in lieu of EMD) To,
Indian Oil Corporation Ltd.
To, To,
Indian Oil Corporation Ltd. (Refineries Indian Oil Corporation Ltd. (Pipelines Division)
Division)
Page-136 (format for BG in lieu of EMD)
In consideration of Indian Oil Corporation limited In consideration of Indian Oil Corporation
(Refineries / Pipelines Division) limited (Pipelines Division .

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 23 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Page-138 (format for BG in lieu of We


SECURITY DEPOSIT/INITIAL SECURITY registered/constituted under the
DEPOSIT) Act, having our
We (Name of the Bank), a Registered Office/Head Office at
body
registered/constituted under the (hereinafter called the Ban which
Act, having expression shall include its successors and
our Registered Office/Head Office at assigns), at the request of the Contractor and
(hereinafter called the Ban which with the intent to bind the Bank and its
expression shall include its successors and assigns), at successors and assigns, do hereby unconditionally
the request of the Contractor and with the intent and irrevocably undertake to pay to the
to bind the Bank and its successors and assigns, Corporation at New Delhi forthwith on first
do hereby unconditionally and irrevocably undertake demand without protest or demur or proof or
to pay to the Corporation at New Delhi forthwith on satisfaction and without reference to the
first demand without protest or demur or proof or contractor up to an aggregate limit of Rs.
satisfaction and without reference to this (Rupees
guarantee up to an aggregate limit of Rs. only).
(Rupees
only).
Page-137 & 139 (format for BG in lieu of EMD and Signature:
ISD/SD) Name & Designation:
Name of Issuing Branch: Complete Po
Signature : Fax No.
Name & Designation: Name of the Email Address of the BG issuing Bank
Branch : Officer/Bank ranch
IFSC Code of the Branch:

32.0.0 CORRECTION IN GENERAL CONDITIONS OF CONTRACT (GCC)

S. Page Clause
Correction
No. No. No.
1. 9 2.1.1.5 In the 2nd line, the words `2.1.1.2 (c) may be read as
`2.1.1.2 (b) .
2. 12 2.2.5.0(ii) In the 5th line, delete the words `not covered by the
Schedule of Rates or lump sum price, as the case may be, .

3. 14 2.5.3.1 In the 1st line, the word `Pro may be read as


`Pending .
4. 22 3.3.2.0 In the 3rd line, the word `whateve may be read as
`whatsoeve .

5. 23 3.5.2.0 In the 4th line, the words `other OWNE may be read as
`the OWNER .

6. 28 4.0.6.0 In the 4th& 5th lines, the words from `including (but not
) to `renderin may be read as `including (but not limited to), at the
discretion of the OWNER, supervision and testing of the works being conducted
by the CONTRACTOR at the job site and / or for rendering .

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 24 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

7. 28 4.0.7.0 In the 2nd / 3rd line, `the words `founded thereon may be read as `founded
or dependent thereo .

8. 31 4.3.6.0 In the 4th line, after the words `if satisfied , insert the words
`of the existence of any ground(s) justifying the delay, extend the date for
comple

9. 34 4.5.2.0 In the 5th line, the words `for the calculating paymen may be read as `for
calculating the paymen
10. 36 4.7.4.0 In the 6th line, the words `item or wor may be read as
`item of work .

11. 36 4.7.4.0 In the 12th line, insert the word between the words
`CONTRAC nd `appoint .

12. 65 8.6.1.0 In the 1st line, insert the word between the words
`u and `t .

33.0.0 AMENDMENTS TO GENERAL CONDITIONS OF CONTRACT

S. Secti Ref Clause


Subject Amendments
No on Page No. No.
Entire sub clause No.8.3.1.0 to be replaced with the
following:

The CONTRACTOR shall be responsible for strict


compliance of and shall ensure strict compliance by its
sub- contractors, servants and agents of all laws,
rules or regulations having the force of law affecting
the relationship of employer and employee
between the CONTRACTOR/sub-contractors and
their respective employees and/or otherwise
LABOUR concerning labour, social welfare and provident
63 of
LAWS fund, pension, bonus, gratuity and other benefits
Conventional
AND to employees. Without prejudice to the generality of
1 8 8.3.1.0
REGULA- this provision, the CONTRACTOR shall
LSTK GCC
TIONS comply with and ensure that his sub- contractors and
other agencies employed by him comply with the
provisions of the Payment of Wages Act, 1936,
Minimum Wages Act, 1948, Employees Liability Act

Industrial Disputes Act 1947, Maternity Benefit Act


1961, Mines Act 1952, The Child Labour
(Prohibition & Regulation) Act 1986, Contract Labour
(Abolition & Regulation) Act 1970, Payment of Bonus
Act, Gratuity Act, Factories Act and the
Employees Act 1952 as amended from time to
time and all rules, regulations and schemes framed
thereunder from time to time.

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 25 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Entire sub clause No.8.3.2.0 to be replaced with the


following:

The contractor and sub- contractor(s) of the


CONTRACTOR shall obtain from the authority(ies)
designated in this behalf under any applicable law, rule
or regulation (including but not limited to) the
Factories Act and Labour (Abolition and Regulation)
Act, 1970 (in so far as applicable) any and all such
licence(s), consent(s), registration(s) and/or other
authorization(s) as shall from time to time be or
become necessary for or relative to the execution of
the work or any part or portion thereof or the storage
or supply of any material(s) or otherwise in connection
with the performance of the Contract and shall at all
63 of LABOUR
times observe and ensure due observance by the sub-
Conventional LAWS
contractors, servants and agents of all terms and
2 8 GCC 8.3.2.0 AND
conditions of the said licence(s), consent(s)
REGULA-
regulation(s) and other authorisation(s) and laws, rules
LSTK GCC TIONS
and regulations applicable thereto. Without prejudice
to the generality of this provision, the CONTRACTOR
shall obtain and ensure that his sub-contractors and
other agencies employed by him on the Work,
obtained a valid Licence under the Contract Labour
(Regulation & Abolition) Act, 1970 and shall duly and
faithfully observe and comply with the provisions of
The Child Labour (Prohibition & Regulation) Act 1986,
Contract Labour (Regulation & Abolition) Central
Rules 1971 and other Central and State Rules as
amended from time to time and applicable to the
work, and shall duly, promptly and faithfully maintain
and/or cause to be maintained all records and facilities
required to be maintained and/or provided in terms
thereof or any licence granted thereunder.
Entire sub clause no.8.3.9.0 to be replaced with the
following:
The CONTRACTOR shall indemnify and keep
indemnified the OWNER from and against all actions,
claims, demands and liabilities whatever under and in
respect of the breach of any of the provisions
64 of LABOUR hereof and/or against any claim, action or demand by
Conventional LAWS any workman/employee of the CONTRACTOR or any
3 8 GCC 8.3.9.0 AND sub- contractor and/or from any liability anywise to any
REGULA- sub- contractor under any law, rules or regulation
LSTK GCC TIONS having the force of law including (but not limited

Compensation Act 1923, the Employees Provident


Funds and Miscellaneous Provisions Act 1952, the

Labour (Abolition & Regulation) Act 1970 and/or The


Child Labour (Prohibition & Regulation) Act 1986.

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 26 of 27


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Sub clause 4.20(c) to be added as:

Each tenderer/bidder shall give a Declaration in the


INSTRUCT
prescribed format annexed to the Form of Tender that
122 of ION TO
4 - 4.2 he/it/they is/are not engaging child labour as per
GCC TENDERE
the applicable law in their work and undertake to
RS
comply with all various legislation, as may be
applicable from time to time in case the work is
awarded to them.
125 of
INSTRUCT
Conventional
ION TO Proforma of Undertaking for
GCC (New Additi
5 - TENDERE Non-engagement of child labour attached as
page) and on
RS Annexure- G to this Amendment.
Of
LSTK GCC

34.0.0 INSOLVENCY AND BANKRUPTCY CODE


34.1.0 Following stands added in Form of Contract of General Conditions of Contract
ARTICLE-9
This Contract has been duly executed and delivered on behalf of such Party and constitutes a legal,
valid and binding obligation of such Party and is enforceable against it in accordance with the terms
hereof subject to the effect of Insolvency and Bankruptcy Code,2016 (Code) or any other applicable
law (in case where Code is not applicable, or other laws of general application affecting the
enforcement of creditor rights and judicial principles affecting the availability of specific
performance and general principles of equity, whether enforceability is considered a proceeding at
law or equity.
34.2.0 Following stands added in General Conditions of Contract :
7.3.0.0 Owner shall be entitled to immediately terminate this Contract upon written notice to the
Party, without any liability whatsoever, if any of the following events occur:
a) order of insolvency resolution process or liquidation or bankruptcy proceeding is passed
by the Adjudicating Authority, namely National Company Law Tribunal (NCLT) or Debt
Recovery Tribunal (DRT) under the Insolvency and Bankruptcy Code, 2016 (Code) or any
other applicable law (in case where Code is not applicable), against the Party; or
b) the Party seeks corporate insolvency resolution process or liquidation of itself; OR
c) the Party is insolvent or evidence exists as to its insolvency; or
d) an Interim Resolution Professional/ Resolution Professional or Liquidator is appointed to
take possession, custody, or control of all the assets and property of the Party; or
e) the Party adopts any resolution of its Board of Directors or stakeholder for the purpose of
effecting any of the foregoing.
Such termination shall be deemed to be termination in terms of clause 7.0.1.0 of General Conditions
of Contract and all provisions applicable to a termination, consequent to exercise of rights under

recovery in terms of clause 7.0.9.0 of General Condition of Contract, shall mutatis mutandis apply to
the termination under this clause.

Tender No. CHTS242510 Special Conditions of Contract Section A Page No 27 of 27


CHAPTER-IIB

SPECIAL CONDITIONS OF CONTRACT


(TECHNICAL)
Section - B
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

CHAPTER-IIB
SPECIAL CONDITIONS OF CONTRACT-TECHNICAL
INDEX
Cl. No. DESCRIPTION Page No
1.0.0 GENERAL 3
2.0.0 BRIEF DESCRIPTION 3
3.0.0 SITE LOCATION 3
4.0.0 SCOPE OF WORK 3
5.0.0 OWNER SUPPLIED MATERIALS 7
6.0.0 WATER & POWER SUPPLY 7
7.0.0 PERFORMANCE OF WORK 7
8.0.0 TIME OF COMPLETION 8
9.0.0 DEFECT LIABILITY, LATENT DEFECTS AND GUARANTEE 8
10.0.0 SECURITY DEPOSIT 9
11.0.0 MEASUREMENT AND PAYMENT TERMS 9
12.0.0 PLACE & MODE OF PAYMENT 9

Tender No. CHTS242510 Special Conditions of Contract Section B Page No 2 of 9


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

CHAPTER-II
SPECIAL CONDITIONS OF CONTRACT
1.0.0 GENERAL
1.1.0 Special Conditions of Contract shall be read in conjunction with the General Conditions of Contract,
Technical Specifications, Drawings and other documents forming part of this contract wherever the
context so requires.
1.2.0 Notwithstanding the sub-division of the documents into these separate parts 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 in so far as it may be practicable to do so.
1.3.0 Where any portion of the General Conditions of Contract is repugnant to or at irreconcilable
variance with any provision of the Special Conditions of Contract, then the relevant provision of the
Special Conditions of Contract shall to that extent be deemed to override the said provision of the
General Conditions of Contract and shall, to the extent of such repugnance or variations prevail.
1.4.0 Wherever it is mentioned in the specifications that the Contractor shall perform certain works or
provide certain facilities, it is understood that the Contractor shall do so at his own cost, being
deemed to be part of the relevant item in the Schedule of Rates (SOR) whether expressly stated or
not.
1.5.0 The materials, design and workmanship of the Contractor shall satisfy the relevant Indian
Standards, the specifications contained herein and codes referred to. Where the specifications
stipulate requirements in addition to these contained in the standard codes and specifications,
these additional requirements shall also be satisfied.
1.6.0 The Contractor shall employ qualified technical staff having experience of carrying out similar
works and who are conversant with the type and standard of works elaborated under the scope of
work.
2.0.0 BRIEF DESCRIPTION
2.1.0 The owner operates and maintains cross-country pipelines in Western Region namely Mundra-
Panipat crude oil Pipeline (MPPL), Viramgam-Kandla product Pipeline (VKPL), Salaya-Mathura crude
oil pipeline (SMPL), Koyali- Sanganer product pipeline (KSPL) and Koyali Ahmadabad product
pipeline (KAPL), Koyali-Ratlam product Pipeline (KRPL), etc.
2.2.0 Owner intend to engage an agency for Renovation work of 2 no. of D type, 1 no. of C type, 1 no. of
B type and 1 no. of H type Quarters at IOCL Residential Colony, Sanganer, Jaipur as per items as
mentioned in SOR and instruction of Engineer-in-charge/Site-Engineer.
3.0.0 SITE LOCATION
3.1.0 IOCL Residential colony, Sanganer: Sanganer Colony is situated near IIHMR in Buddhsinghpura
village on Old Airport Road, at a distance of about 2½ Km from Sanganer Circle. Sanganer is about
12 km away from Jaipur City on Jaipur-Kota-Jabalpur National highway.
4.0.0 SCOPE OF WORK
4.1.0
4.1.1.1 The scope of the work to be executed under this work, described thereof, shall include but not
limited to the following works, which is indicative but not exhaustive. The Contractor shall carry out
and complete all related works so as to make the scheme complete in all respect of technical
requirement and to deliver the desired output / performance. The work shall broadly include but
not limited to the following:

Tender No. CHTS242510 Special Conditions of Contract Section B Page No 3 of 9


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

4.1.1.2 The Scope of work under this tender shall include various works as per item description and
specifications in schedule of Rates (SOR), tender documents, IOCL Civil specifications, relevant IS
Codes as the case maybe and per the directions of EIC.

4.1.1.3 Contractor shall mobilize manpower separately at all quarters at IOCL Colony Sanganer so as to
enable parallel work in order to comply with time limit of completion of work.

4.1.1.4 Shifting of furniture, electric appliances etc. already present should be done by contractor and they
should be stored at a place advised by EIC.

4.1.1.5 No damage in any form to any electric fitting, furniture etc. shall occur as a result of this renovation
work. And in case of violation of the same, it would be the responsibility of the contractor to rectify
it upto the satisfaction of the EIC.

4.1.1.6 Demolition of Tiles, marbles etc. shall also include removal of cement mortar used for laying them
by manual or mechanical scrapping or by other approved means so as to obtain required finished
floor level after installation or fixing of new tiles. Disposal of unserviceable material to be done
outside IOCL premises at any unobjectionable location at No Extra Cost. No extra payment shall be
payable to the contractor for the same.

4.1.1.7 Vitrified tiles, Ceramic glazed wall or Floor tiles etc. thickness shall be intimated to EIC and his
consent is required before use. Tiles should be of Johnson or approved Equivalent brand and color
and design should be as per the pleasure and satisfaction of EIC. Spacer to be used for laying tiles in
flooring & wall as per direction of EIC.

4.1.1.8 Contractor should ensure proper scrapping and raking out of existing Granite slab so as to ensure
proper bond between existing and new granite stones.

4.1.1.9 18 mm thick Granite stone are to be installed by a special chemical adhesive or an alternative if
approved by the EIC. The chemical adhesive shall possess sufficient bond strength and should be
compatible for use along with granite stone being used. Prior to use, test certificate, if available or
if asked, should be submitted to the EIC and his consent in this matter to be considered final.

4.1.1.10 18 mm thick granite is to be installed as per drawing.

4.1.1.11 Choice of Granite design/ color shall be up to EIC.(Reference :Galaxy Black, cat eye or equivalent).

4.1.1.12 Brick work dismantling and stacking or disposal of serviceable and unserviceable materials
respectively as per directions of EIC. It should be done carefully so as not to disturb or weaken
structure.

4.1.1.13 Doors/ windows dismantling shall be done so as not to disturb or weaken structure from which its
being taken out. Also, no damage shall be caused to either chaukhat, door, frame, particle boards,
frame, glazing etc. or any part of either door/window. They might be reused as per the direction of
EIC. Proper stacking of serviceable material should be done as per consultation with EIC.

4.1.1.14 Magic eye piece, Tower bolts, sliding door bolts, aldrops, floor stopper, handles, knobs, Mirror,
anti-bird nets(with its accessories), shutters for cupboards, locks, magnetic catcher etc. fixing shall
include removal of older ones present, if any without additional cost to the owner.

4.1.1.15 Curtain rods are to be provided as per SOR item. But, this work shall also include removal of
existing curtain rods and pelmets present without extra cost to the owner.

Tender No. CHTS242510 Special Conditions of Contract Section B Page No 4 of 9


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

4.1.1.16 Modular Kitchen cabinets above and below platforms shall be installed as per drawing (as
approved by EIC) and existing cabinets removal shall be included in this work.

4.1.1.17 All sanitary or plumbing fittings shall be installed only after due approval and consent of EIC. They
should be of Jaguar make or equivalent approved by EIC.

4.1.1.18 Older Interior Plumbing piping is intended to be left as is and it should be properly
decommissioned, sealed. Older taps, valves, faucets or pipes wherever needs to be cut or removed,
necessary action shall be taken so as not to hamper installation of new works and future
maintenance ease. No extra cost shall be payable to the contractor for the said job.

4.1.1.19 A proper documentation and drawing of older and newer piping after work completion shall be
made and submitted to the EIC for future use. No extra cost shall be payable to the contractor for
the said job.

4.1.1.20 Taking out of WCs, wash basin, bib cock etc. shall be done carefully and its stacking as per
instructions so that it can be refixed at some other location later on. It shall include all accessories,
attachments and any other material necessary for its functioning.

4.1.1.21 Prior to Painting, surfaces should be properly scraped and prepared for further paint application.
Any existing items. eg. Fans, lights etc. installed in the rooms shall be removed prior to painting and
then again reinstalled or an alternate method as per EIC should be adopted. In any case Paint
dripping on surfaces where it is not intended shall be removed and the surface restored to its
original condition at no extra cost to owner.

4.1.1.22 Wall painting shall be done as per relevant SoR items with choice of color as per the direction of
EIC.

4.1.1.23 Contractor shall arrange for safety nets etc. so as to arrest and prevent dismantled materials from
falling down without any cost to owner.

4.1.1.24 Cement plaster, brick wok demolition shall be done wherever necessary and safely without
disturbing normal activities of occupants.

4.1.1.25
be allowed to use Elevators installed in colony for this purpose.

4.1.1.26 Contractor shall be responsible for keeping work area clean, hazard free for himself, Labours as
well as the occupants, and/ or other persons using that portion of building and adjacent areas.

4.1.1.27 The contractor must ensure that all manpower involved in above handling jobs follow all safety &
environmental precautions and are covered with insurance policies taken by contractor at his cost.
Also contractor should ensure that their workers maintain the cleanliness of the working area.

4.1.1.28 All electrical items shall be fitted installed and tested as per the relevant SoR items, technical
specifications, IS codes and shall be properly grounded for safe use of occupants.(Reference model
for modular Switches/Sockets/Plates is Havells Crabtree Athena or equivalent).

4.1.1.29 The item of installation of new Modular GI Boxes includes the removing/dismantling of existing GI
Boxes and replacing the same with the new one without any extra charges.

Tender No. CHTS242510 Special Conditions of Contract Section B Page No 5 of 9


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

4.1.1.30 Quantities given in schedule of rate (BOQ) for any/all item(s) are indicative only and can
.

4.1.1.31 The contractor shall at his own cost and initiative arrange for and obtain all necessary permissions,

equipment and Labour along highway, roadway, railway, bridge, dyke, dam, river or through posts
of toll collection, octroi checks or other line border or barrier.

4.1.1.32 Electric old GI box dismantling along with old Switch/sockets and fittings shall be included in fixing
of new switch/sockets and other similar fittings.

4.1.1.33 Below table may be referred for brands/make of items along with models.

Description of items Reference Brands/Make or Reference Model


equivalent details
Nahani Trap Astral -
Nahani Trap Jaali - SS-304 Grade
Wall mounted EWC Cera CERA.-S1060103
Two-way bib cock Jaquar FUS-CHR-29041

Shower mixer Jaquar Cat. No. 7273

Shower Jaquar Cat. No. 7489N

Health faucet Jaquar Cat. No. 563


PVC pipes. PVC bends Astral IS-4985 Aquasafe
CPVC pipes etc Astral
Wash basin 410X410X155 Jaquar Cat No. - CNS-WHT-
905
Wash basin 550x400x140 Jaquar Cat no. S2020137

Pillar cock Jaquar FUS-CHR-29001


Basin Mixer Jaquar FUS-CHR-29023B
Indian type W.C. pan HINDWARE Cat No.-21029
Bib cock Jaquar Cat. No. 0107
Angle Valve Jaquar Cat. No. 7053
Stop Cock Jaquar Cat. No. 0933
Towel Rail Jaquar/Essco -
Towel Ring Jaquar/Essco -
Gun metal valve Venus/Gelato Brass
Polish Asian Paints -
Interior paint Asian Paints Apcolite

Enamel Paint Asian Paints Apcolite


Putty (cement based) J.K. Birla -
POP India Gypsum/J.K. -
Waterproofing material Pidilite URP, Pidifin2k
Laminated sheet (Mica) Century/ IS : 2046 Type S
Greenply
Tender No. CHTS242510 Special Conditions of Contract Section B Page No 6 of 9
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Telescopic drawer channels Hettich SS-304 grade


Mirror Glass Saint-Gobin -
Curtain Rod - SS-304 grade

Knob SS-304 grade


Flush Doors Century/ IS:2202
Greenply
Kitchen baskets Evershine SS-304 grade

Block board of BWP Grade Century/ IS-1659:2004


Greenply

M.S. structural steel TATA -


Aluminium for windows etc. Jindal -

Aluminium for Doors Everite -


Switch/Socket/Modular base & cover Havells Crabtree Athena
Plates/TV antenaa/Bell
switch/telphone socket outlet
Electrical Wire Havells -
MCB 5A to 32 A rating Havells -
Cement Ultratech/ J.K. luxmi OPC
Wall tiles/ Floor tiles/ Washroom Jhonson,Kajaria -
floor tiles
Adhesive for tiles MYK ,Saint-Gobin MYK Laticrete,

4.2.0
4.2.1 Issuance of detailed working Plan(s), Drawing(s), Any Specification(s) and approval(s) from time to
time as as & when required during the actual execution of work.
5.0.0 OWNER SUPPLIED MATERIALS
5.1.0 No material would be supplied by the owner.
6.0.0 WATER & POWER SUPPLY
6.1.0 Further to provisions of Clause 3.3.0.0 & 3.4.0.0 of General Conditions of Contract & following sub-
clauses thereof, the Contractor shall make his own arrangement for power required for the work at
his cost. DG set of suitable capacity may be installed and operated by the Contractor at his cost.
The Owner shall not be responsible for power supply and the Contractor shall ensure proper supply
of electricity to meet the schedule.
6.2.0 Without prejudice to provisions of Clause 3.0.0.0 & 3.5.0.0 of General Conditions of Contract &
following clauses thereof, the Contractor shall arrange water/ procure water required for the work
at his own cost for all leads and lifts. The Owner shall not be responsible for supplying water and
the Contractor shall ensure timely and adequate supply of water to meet the progress schedule.
7.0.0 PERFORMANCE OF WORK
7.1.0 In addition to the stipulations of Clause 4.0.3.0 of General Conditions Contract, it is hereby
stipulated that for day to day supervision of site work a Graduate Engineer or an experienced
Diploma Engineer (with minimum 5 ) shall be permanently deployed at site. If the
said engineer is not posted at site during execution, it would be considered as non-performance of
contractual obligation.

Tender No. CHTS242510 Special Conditions of Contract Section B Page No 7 of 9


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

7.2.0 In supersession of Clause 4.0.4.0 of General Conditions of Contract, the Contractor shall ensure for
each job site that his representative is available at all hours during which work is being performed
at the job site, for the receipt of orders, instructions, notices, and other communications.
7.3.0 Further to provisions of Clause 4.0.5.0 of General Conditions of Contract, the Owner may engage at
the work site, other Contractors or agencies to perform other works. The Contractor shall co-
operate with the Owner and other Contractors and agencies engaged at the work site to ensure
harmonious working and shall comply with any instruction issued by the Engineer-in-Charge and/or
Site Engineer for this purpose.
7.4.0 The Contractor must note that relevant IS Codes shall be made available at site for reference
whenever demanded.
7.5.0 The Contractor shall observe, in addition to codes specified in respective specifications, all national
and local laws, rules and regulations and requirements pertaining to the work.
7.6.0 If due to the stipulation or requirements at site, a particular sequence of construction operations

operations are inherent, no claim for extra compensation or idleness resultant upon such
interruption or suspension of works shall be admissible or available to the Contractor except that
suitable extension of time for completion shall be granted in accordance with the provisions of
Clause 4.3.5.0 of General Conditions of Contract, if the reasons for delay are not attributable to the
Contractor, and the Contractor hereby specifically waives any and all contrary rights and entitle-
ments.
8.0.0 TIME OF COMPLETION
8.1.0 Further to provisions of clause no. 4.3.0.0 of General Conditions of Contract & sub-clauses
thereof, the Time of completion for the Contract shall be Five (05) months and shall be reckoned
from the date of specific notice issued by the Engineer-in-Charge. The Time of Completion is
including (but not limited to) all the works covered under the Scope of the Tender, Mobilization,
Restoration of Site, etc.
8.2.0 The time for completion shall also include time for approval of procedures by the Owner;
Submission of documents; Construction drawings; Site Acceptance Test, Mobilisation of
equipment, manpower, machinery, etc. at site; supply of materials; installation; testing; trial run;
commissioning of the entire work in all respect complete to the entire satisfaction of the Engineer-
in-Charge.
9.0.0 DEFECT LIABILITY, LATENT DEFECTS AND GUARANTEE
9.1.0 Further to the Clause 5.6.0.0 of General Conditions of Contract & sub-clauses thereof, the Defect
Liability Period for entire work of this contract shall be 01 (One) Year and shall commence from the
date of completion of the works as certified by the respective Engineer-in-Charge.
9.2.0 The Contractor shall perform all works with due diligence in accordance with sound engineering
practice and shall be entirely responsible for construction method or directive plans, bills of
materials or other information made, prepared, given, checked, verified or accepted by the
Contractor and for construction method plans bills of materials or other information to meet the
stated aims of the work.
9.3.0 During the said defect liability period, the Contractor shall correct/ repair and/or rectify all such
defect(s) and/or imperfections in the works performed at his own cost and the initiative.
9.4.0 The Contractor shall indemnify and keep indemnified the Owner & its every employees against all
actions, proceedings, claims, costs & expenses, losses and damages suffered by the Owner arising
from any negligence/ omission or default on the part of the Contractor or breach of any of the
terms of the contract by the Contractor, its servants or agents observed within the defect liability
period.
Tender No. CHTS242510 Special Conditions of Contract Section B Page No 8 of 9
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

10.0.0 SECURITY DEPOSIT


10.1.0 Further to provisions of Clause 2.1.0.0 of General Conditions of Contract & sub-clauses thereof, the
security deposit will be refunded to the Contractor after completion of defect liability period as
certified by the Engineer-in-Charge and as per the terms and conditions of the contract.
10.2.0 No interest shall be payable by the corporation on Security Deposit.
10.3.0 In case of Extension of contract, if any, the Security Deposit shall be refunded after completion of
the contract including extension period. In this case, no Initial Security Deposit & Ernest Money
Deposit shall be required to be deposited. However the Security Deposit deducted from his RA bills
shall be kept under hold and released upon completion of contract in all respects including
extensions, if any.
11.0.0 MEASUREMENT AND PAYMENT TERMS
11.1.0 Pre-condition for release of On Account Payments: Release of on account payment shall be
subject to the Contractor fulfilling the following conditions:
a) Signing of the Contract.
b) Submission of Initial Security Deposit and Security deposit as defined in Clause 2.1.0.0 of
General Conditions of Contract and associated sub-clauses thereof.
c) Submission of necessary invoice(s) for payment.
11.2.0 All payments shall be considered as per Schedule of Rates (SOR) only on completion of work to the
satisfaction of the Engineer-in-Charge/ Site Engineer.
11.3.0 Without prejudice to stipulations of Clause 6.4.0.0 of General Conditions of Contract and relevant
sub-clauses thereof, Secured Advance(s) and Mobilisation advance shall not be given to the
Contractor under this contract.
11.4.0 Payment for all the items shall be made as per schedule of rates (SOR) based on measurement of
the executed work for the running accounts bills as per provisions of clause no. 6.4.0.0 and
associated sub-clauses of General Conditions of Contract.
11.5.0 Method of measurement for different items of works where not so specified shall be as per IS:
1200 (Latest Edition).
11.6.0 Successful contractor shall adhere to maintain the details of engaged contract manpower on e-
CLMS Portal of IOCL as per guidelines. The detailed guideline is available on IOCL Portal
https://associates.indianoil.co.in/Vendor/ . Bidder to refer to the website mentioned above for
further details.
12.0.0 PLACE & MODE OF PAYMENT
12.1.0 In a partial modification to provisions of Clause 6.5.1.0 of General Conditions of Contract, all
payment(s) by the Owner under or in terms of the Contract shall be made in official Indian currency
only through e-payment/ NEFT to the account notified by the Contractor. The successful Bidder
should provide their bank details as per the format in Annexure-J at the time of submission of
tender.
12.2.0 The Bidders are informed that all payments, covered under this contract, shall be released from
IOCL, Western Region Pipelines (WRPL), Chaksu office of the Owner.

Tender No. CHTS242510 Special Conditions of Contract Section B Page No 9 of 9


CHAPTER-III
GENERAL CONDITIONS OF CONTRACT
SECTION 1

DEFINITIONS
SECTION – 2

GENERAL

2.0.0.0 INTERPRETATION OF CONTRACT DOCUMENTS:

“ ” “ ,” “ ”
”, “ ”, “ ”
, ,
OWNER “ ”, “ ”
“ ” “ ” “ ” OWNER

OWNER

OWNER
or

CONTRACTOR

CONTRACTOR
CONTRACTOR

CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR

CONTRACTOR

CONTRACTOR

OWNER CONTRACTOR
OWNER

OWNER
2.1.0.0 SECURITY DEPOSIT:

CONTRACTOR
OWNER
CONTRACTOR

CONTRACTOR
OWNER

OWNER

OWNER OWNER

CONTRACTOR

OWNER

CONTRACTOR

CONTRACTOR
OWNER
OWNER

OWNER

CONTRACTOR
OWNER

CONTRACTOR

CONTRACTOR OWNER
CONTRACTOR
CONTRACTOR

OWNER
CONTRACTOR
)
CONTRACTOR

CONTRACTOR
OWNER
CONTRACTOR OWNER
OWNER

OWNER

OWNER
CONTRACTOR
CONTRACTOR OWNER
CONTRACTOR

OWNER
CONTRACTOR
OWNER
OWNER
OWNER CONTRACTOR

OWNER CONTRACTOR

OWNER

CONTRACTOR

CONTRACTOR CONTRACTOR

CONTRACTOR
CONTRACTOR
CONTRACTOR

2.2.0.0 PLANS, DRAWINGS, SPECIFICATIONS AND APPROVALS TO BE FURNISHED BY


THE OWNER

CONTRACTOR

CONTRACTOR

2.2.3.0 CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR
CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR

OWNER

CONTRACTOR OWNER CONTRACTOR

CONTRACTOR
CONTRACTOR

CONTRACTOR

CONTRACTOR

OWNER CONTRACTOR
OWNER CONTRACTOR OWNER

2.3.0.0 PLANS, DESIGNS, DRAWINGS & SPECIFICATIONS TO BE FURNISHED BY THE


CONTRACTOR

CONTRACTOR

CONTRACTOR OWNER

OWNER
OWNER
CONTRACTOR
OWNER

OWNER CONTRACTOR

CONTRACTOR

OWNER
OWNER
CONTRACTOR
OWNER

CONTRACTOR

OWNER

CONTRACTOR
OWNER
OWNER
CONTRACTOR
OWNER
OWNER

2.4.0.0 ALTERATIONS IN DESIGNS, PLANS, DRAWINGS, SPECIFICATIONS, ORDERS


AND INSTRUCTIONS

CONTRACTOR

CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR

OWNER

CONTRACTOR

CONTRACTOR

CONTRACTOR

CONTRACTOR

OWNER CONTRACTOR

CONTRACTOR

OWNER CONTRACTOR
CONTRACTOR
CONTRACTOR

2.5.0.0 ALTERATION IN THE SCOPE OF WORK

CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR

2.6.0.0 QUANTITIES OF WORK

OWNER
CONTRACTOR

CONTRACTOR

CONTRACTOR CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR

CONTRACTOR

2.7.0.0 CANCELLATION OF CONTRACT

OWNER
OWNER
OWNER CONTRACTOR

CONTRACTOR

CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR

CONTRACTOR

CONTRACTOR

OWNER
CONTRACTOR

OWNER
OWNER
OWNER

OWNER CONTRACTOR
CONTRACTOR

CONTRACTOR

CONTRACTOR

CONTRACTOR

CONTRACTOR OWNER
CONTRACTOR OWNER

CONTRACTOR

OWNER

CONTRACTOR’

CONTRACTOR
CONTRACTOR

2.8.0.0 SUSPENSION OF WORK


CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR CONTRACTOR
CONTRACTOR

CONTRACTOR
CONTRACTOR

CONTRACTOR

CONTRACTOR
CONTRACTOR
CONTRACTOR

CONTRACTOR
OWNER
OWNER
CONTRACTOR

CONTRACTOR CONTRACTOR

CONTRACTOR
SECTION - 3

MATERIALS, LABOUR AND EQUIPMENT

CONTRACTOR’S RESPONSIBILITY

MATERIALS SUPPLIED BY THE CONTRACTOR


3.2.0.0 MATERIAL AND EQUIPMENT SUPPLIED BY THE OWNER:
t

.
3.3.0.0 POWER, WATER & OTHER FACILITIES

3.4.0.0 POWER SUPPLY:


WATER SUPPLY
LAND:

,
3.8.0.0 ACCESS TO SITE

3.9.0.0 LABOUR, MACHINERY & EQUIPMENT


GOVERNMENT CONTROLLED MATERIALS
SECTION – 5

INSPECTION, TESTING AND QUALITY ASSURANCE

5.0.0.0 QUALITY ASSURANCE

INSPECTION AND TESTING OF MATERIALS

,
INSPECTION AND TESTING OF WORKS
5.2.7.
FINAL TESTS & POSSESSION OF WORKS
5.4.0.0 COMMISSIONING AND PERFORMANCE TESTS
COMPLETION CERTIFICATE

,
5.6.0.0 DEFECT LIABILITY PERIOD
SECTION 6

MEASUREMENTS AND PAYMENTS

FINAL MEASUREMENTS:

MODE OF MEASUREMENT:
FINAL BILL
SCHEDULE OF RATES:
ON ACCOUNT PAYMENTS AND ADVANCES:
CONTRACTOR

CONTRACTOR
MODE OF PAYMENT

CLAIMS BY THE CONTRACTOR


DISCHARGE OF OWNER’S LIABILITY
FINAL CERTIFICATE

CLAIMS OF OWNER:
SECTION 7

TERMINATION

TERMINATION:
SECTION 8
MISCELLANEOUS

PERSONAL ACTS AND LIABILITIES:

TAXES
GOVERNMENT REGULATIONS:

LABOUR LAWS AND REGULATIONS:


SAFETY REGULATIONS, ACCIDENT AND DAMAGE
8.5.0.0 INDEMNITY AND INSURANCE:
TRAINING OF APPRENTICES:

RECORDS AND INSPECTION

PATENT AND ROYALTIES:


ARTICLES OF VALUE FOUND:

MATERIALS OBTAINED FROM DISMANTLING :

LIENS AND LIABILITIES:

LIABILITIES FOR SUB-CONTRACTOR (S):


WAIVER

CONTRACTOR’S ESTABLISHMENT

8.15.0.0 COLLECTION OF INDEBTEDNESS


8.16.0.0 OBSERVANCE OF ENVIRONMENTAL REGULATIONS AND ENVIRONMENTAL
PROTECTION.

CONTRACTOR

CONTRACTOR

8.17.0.0 CONFIDENTIAL HANDLING OF INFORMATION


SECTION 9

ARBITRATION AND ALTERNATIVE DISPUTE RESOLUTION MACHINERY

ARBITRATION
ALTERNATIVE DISPUTE RESOLUTION MACHINERY

GENERAL
SECTION 10

SAFETY CODE

GENERAL:

FIRST AID AND INDUSTRIAL INJURIES:

GENERAL RULES:

CONTRACTOR’S BARRICADES
SCAFFOLDING :

EXCAVATION AND TRENCHING :


DEMOLITION

SAFETY EQUIPMENT
RISKY PLACES:

HOISTING EQUIPMENT:

ELECTRICAL EQUIPMENT:

MAINTENANCE OF SAFEY DEVICES:


DISPLAY OF SAFETY INSTRUCTIONS:

ENFORCEMENT OF SAFETY REGULATIONS:

NO EXEMPTION

PENALTY CLAUSE
APPENDIX –I
To

GENERAL CONDITIONS OF CONTRACT

CONTRACTORS’ LABOUR REGULATIONS

(Reference: Clause 8.3.10.0 of GCC)


NOTE:

NOTE:
APPENDIX –II
To
THE GENERAL CONDITIONS OF CONTRACT
MODEL RULES FOR LABOUR WELFARE
(Reference : Clause 8.3.10.0 of GCC)
APPENDIX –III
To
THE GENERAL CONDITIONS OF CONTRACT

SAFETY CODE

SAFETY PRACTICES DURING CONSTRUCTION

1.0 INTRODUCTION

3.0 DEFINITIONS

Adequate, appropriate or suitable

Brace:

By hand:

Competent Authority:

Competent person:

Execution agency:

2.0 SCOPE

Owner:
Hazard:

Guard-rail:

Hoist:

Lifting gear:

Lifting appliance:

Means of access or egress:

Scaffold:

Toe-board:

Worker:

Workplace:

4.0 GENERAL DUTIES


4.1 GENERAL DUTIES OF EXECUTION
AGENCIES
5.0 SAFETY PRACTICES AT WORK
PLACES
5.1. GENERAL PROVISIONS

5.2 MEANS OF ACCESS AND EGRESS

5.3 HOUSEKEEPING

4.2 GENERAL DUTIES OF OWNERS

5.4 PRECAUTIONS AGAINST THE FALL


OF MATERIALS & PERSONS AND
COLLAPSE OF STRUCTURES
5.7 LIGHTING

5.5 PREVENTION OF UNAUTHORISED


ENTRY

5.6 FIRE PREVENTION AND FIRE


FIGHTING

5.8 PLANT, MACHINERY, EQUIPMENT


AND HAND TOOLS

5.8.1 General Provisions


5.8.4 Electrical Tools

5.8.5 Engines

5.8.2 Hand tools

5.8.3 Pneumatic Tools

6.0 CONSTRUCTION ACTIVITIES


6.1 EXCAVATION
6.2 SCAFFOLDING, PLATFORMS &
LADDERS
6.2.1 Metal as material of construction

6.2.2 Lifting appliances on scaffolds

6.2.3 Prefabricated scaffolds


6.2.4 Suspended scaffolds/boatwain's chair

6.2.5 Bamboo Scaffolding

6.3 STRUCTURAL WORK, LAYING OF


REINFORCEMENT & CONCRETING
6.3.1 General provisions
6.3.2. Erection and dismantling of steel and
prefabricated structures
6.3.3 Reinforcement

6.3.4 Concreting
6.4 ROAD WORK

6.5 CUTTING/WELDING
6.6 WORKING IN CONFINED SPACES
6.7 PROOF/PRESSURE TESTING

6.8.2 Roof Work

6.8 WORKING AT HEIGHTS


6.8.1 General Provision
6.8.3 Work on tall chimneys

6.9 HANDLING AND LIFTING


EQUIPMENT:
6.9.1 General Provisions
6.9.2 Hoists
(a)

(b)

(c) on Guy derricks

6.9.4 Gin poles

6.9.3 Derricks
Stiff-leg derricks
6.9.5 Tower cranes

6.9.6 Lifting ropes

6.10 VEHICLE MOVEMENT


6.11 ELECTRICAL
6.11.1 General Provisions
6.11.3. Testing

NOTE:

6.11.2 Inspection and maintenance


6.12 OFFSHORE
6.12.1 General
6.12.2 Drilling Rigs

6.12.4 Production Platforms


6.12.3 Drilling

of
.

6.12.6 Life Saving Appliances

6.12.5 Fire Prevention And Control


6.12.7 Safety Precautions during Helicopter
Transportation

6.13 DEMOLITION
6.13.1. General provisions
6.13.2. Demolition of structural steelwork

6.15 SAND/SHOT BLASTING/ SPRAY


PAINTING

6.14 RADIOGRAPHY

6.16 WORK ABOVE WATER


6.16.1 General Provisions
6.16.2 Rescue & Emergency procedures

7.0 ADDITIONAL SAFETY PRECA-


UTION FOR UNITS WITH
HYDROCARBONS
9.0 DOCUMENTATION

10.0 SAFETY AWARENESS &


TRAINING
8.0 FIRST AID

Poster:
Safety Sign Boards

Safety Drives:

Films & Slides:


Training:

Talks, lectures & conferences:

11.0 REFERRENCES
Factory Act, 1948
Indian Electricity Rules
Safety & Health in Construction by ILO
Competitions:
The Building & Other Construction Workers
(Regulation, Employment and Conditions of
Service) Act 1996

Exhibitions:

Safety Publication:
ANNEXURE I

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF


INDIAN STANDARDS

Sr.No Code No. Title


Sr.No Code No. Title
INSTRUCTIONS TO TENDERERS

2.0 The Tender Documents shall consist of the following:

3.0 Price of Tender Documents

4.0 Tender Instructions


Rates to be in Figures and Words :

Corrections and Alterations

Signing of Tender
Witness :

All pages to be initialled :

Canvassing

Past Experience

P.F. Code Number to be furnished

Form of Earnest Money to be deposited:


5.0 Earnest Money
Cost of Preparation and Submission of Bids

7.0 Addenda

8.0 Retired Company Directors

Quotations

Information
Collusive or fraudulent tenders

Signing of the Contract


PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY
LISTING

In the case of a Proprietary Concern :

In the case of a Partnership Firm :

In the case of Company


EQUIPMENT QUESTIONNAIRE
FORM OF TENDER

Serial No. Date:

From
FORM OF TENDER

Serial No. Date:

From
INFORMATION ABOUT TENDERER
(To be furnished with Tender)

1. In case of Individual

1.1 Name of Business :


1.2 Whether his business is registered :
1.3 Date of Commencement of business :
1.4 Whether he pays Income Tax over Rs.10,000/- per year :
1.5 Whether he is a Director or is related to any Director of IOC present or
retired within the past 2 years :
1.6 Permanent Account Number :
1.7 What are his profits/losses for the past 3 (three) years with a copy of
Balance Sheet and Profit & Loss Account for the past 3 (three) years with
a copy of the audited balance sheets and Profit & Loss account for the
past 3 (three) years:
1.8 What are his concurrent job commitments :
1.9 How does he propose to finance the work if awarded to him :

2. In case of Partnership

2.1 Name of Partners :


2.2 Whether the partnership is registered :
2.3 Date of establishment of firm :
2.4 If each of the partner of the firm pays Income tax over Rs.10,000/- a year
and if not, which of them pays the same :
2.5 Whether any partner of the firm is a Director or is related to any Director
of IOC, present or retired within the past 2 years.
2.6 Permanent Account Number :
2.7 What are the firm’s profits/losses for the past 3 (three) years with a copy
of Balance Sheet and Profit & Loss Account for the past 3 (three) years :
2.8 What are the firm’s concurrent job commitments :
2.9 How does the firm propose to finance the work if awarded to him :

3. In case of Limited Company or Company Limited by Guarantees :

3.1 Amount of paid up capital :


3.2 Name of Directors :
3.3 Date of Registration of Company :
3.4 Copies of the Balance Sheet of the company of the last two years:
3.5 Whether any of the Directors of the Company is a Director or is related to
any Director of IOC, present or within the past 2 years;
3.6 Permanent Account Number
3.7 What are the Company’s profits/losses for the past 3 (three) years with a
copy of the audited Balance Sheet for the past 3 (three) years:
3.8 What are the company’s concurrent job commitments:
3.9 How does the Company propose to finance the work if awarded to it:

FOOT NOTE: Reference is also invited to Clause 9.0 of General Instructions to the
Tenderers forming part of GCC.

Signature of Tenderer
Name & Address of the Tenderer
FORM OF CONTRACT

ARTICLE – 1

CONTRACT DOCUMENTS

ARTICLE – 2

WORK TO BE PERFORMED

130
ARTICLE – 3

COMPENSATION

ARTICLE – 4

JURISDICTION

ARTICLE – 5

ENTIRE CONTRACT

ARTICLE –6

NOTICES

131
ARTICLE –7

WAIVER

ARTICLE –8

NON-ASSIGNABILITY

132
BANK GUARANTEE IN LIEU OF
EARNEST MONEY DEPOSIT

BG NO:
DATED :
VALID UPTO:
FORM OF BANK GUARANTEE
IN LIEU OF SECURITY DEPOSIT/INITIAL SECURITY DEPOSIT

BG NO:
DATED:
VALID UPTO:
FORM OF BANK GUARANTEE
TO COVER LUMPSUM ADVANCE (MOBILISATION)

BG NO:___________
DATED:___________
VALID UPTO_______
Guidelines on Personal Protective Equipment (PPE)
INDEX

SN DESCRIPTION PPE TO BE USED Page No

1 Work at Height ( height > 2 M) Safety Shoe (A) 4-11


Full Body Safety Harness With shock
absorbers ( Two alternatives),
Shock absorbing lanyard double 'Y' type
Restrain Lanyard,
Rope Grab (In case of vertical life line
being used)
Helmet (A)
2 a) Excavation. Helmet (B) 12-13
Safety Shoe (A)
b) Fire pump Operation.

c) Testing of Pressure Gauge

3 Excavation involving dewatering Helmet (B) 14-18


works Gumboot
Gloves ( Two alternatives)
Goggles
4 Blast Cleaning Helmet (B) 19-26
Safety Shoe(A)
Goggles
Ear Muff
Gloves ( Two Alternatives)
Apron ( Three Alternatives)
Half face mask
5 Painting ( Confined space / Helmet (A) 27-30
external) Safety Shoe
Gloves ( Two alternative)
Half face mask
Apron (Two Alternatives)

1|P a g e
Guidelines on Personal Protective Equipment (PPE)

INDEX

SN DESCRIPTION PPE TO BE USED Page No

6 a) Working in Confined space Helmet (B) 31-32


Safety Shoe (A)
b) Testing of Gas sensor Gloves ( Two Alternatives)
c) Tank Gauging

d) De Gassing of LPG Cylinder

e) Shuttering works

f) Brick masonry

g) Handling of Battery

7 a) Road work. Helmet (B) 33-34


Gum Boot
b) Reinforcement Goggles
Gloves ( Two Alternatives)
c) Concreting

8 a) Grass Cutting Helmet (B) 35


Gum Boot
b) Blinding & de-blinding work

9 Electrical Work Safety Shoe (B) 36-38


Helmet (B)
Gloves (Electrical)
10 Working with possibility of Helmet (B) 39-41
Safety Shoe (A)
Goggles
Apron ( Two Alternatives)

2|P a g e
Guidelines on Personal Protective Equipment (PPE)
INDEX

SN DESCRIPTION PPE TO BE USED Page No

11 Welding and Cutting works Welding shield 42-44


Safety Shoe (A)
Apron Welding
Gloves (Welding )
Helmet (B)
12 Tank Cleaning Helmet (B) 45-47
Gum Boot
Apron ( Two Alternatives)
Gloves ( Two Alternatives)
13 Product pump house operation Helmet (B) 48-19
Safety Shoe (A)
Goggles
Gloves ( Two Alternatives)
14 DG Operation Helmet (B) 50
Safety shoe (B)
Ear muff
Electrical glove

1) Additional PPE to be provided for various activities as per requirement of Job Safety Analysis (JSA), OISD and
Statutory stipulations.
2) Training inputs as required to be given for proper usage, maintenance of PPE.
3) Various EN Standards / BIS codes mentioned are available on line on IOCL CO, HSE website.
This document is strictly for internal circulation of Indian Oil Corporation Limited. No part of this publication can be
reproduced or transmitted in any form or by any means, including electronic or mechanical, photocopying, recording, or any
information storage and retrieval system without permission in writing, from Corporate HSE Department, Indian Oil
Corporation Limited.

Issued in May 2017

3|P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be
(Pictorial Display) Against hazard wearing of PPE discard

1 Work at Height ( height I) Safety Shoe (A) The safety shoe shall have Striking Not suitable Exceeding one
> 2 M) Contd... following marking as per IS against for hazards year from the
15298 ( part -2) : stationary like Chemical date of first
burns , use of the
object.
a) size; electrical shoe .
Striking by flash, welding sign of crack /
b)
moving object spark and heat damage .
identification mark;
c) Year of manufacture and Stepping on radiation
at least quarter; hot object Not suitable if Excessive wear
d) License No ( CM/L) Stepping on it is necessary
e) IS Mark to minimise
sharp object As per
electrostatic
A Typical specimen of marking. Penetration Manufactures
Category of Safety Shoe charges in the
(S3 category) recommendat
shortest
ions.
Water possible time .
Category of Safety shoe
penetration Not suitable
(S1,S2,S3 etc) as required as for work in
and
per Table 16 of IS 15298 (part explosive work
absorption.
2) : 2011 area.
(S2 & S3
S1 : Closed seat region, category)
Antistatic properties , Energy
absorption of seat region

S2 : S1 plus
Water penetration and water
absorption.

S3 : S2 plus
Penetration resistance (S3)
Cleated outsole

4|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not wearing of When to be
(Pictorial Against hazard PPE discard
Display)

Work at Height ( II) Full body Safety 1. The full body harness shall Accidental fall Shall be of no use Sign of
height > 2 M) Harness with energy conform to EN 361 if anchor point / crack /
Contd... absorber : Direct the loads to life line / lanyard damage/
( Alternative -I) Marking on the full body harness shall legs. is not properly stitching
conform to 2.2 of EN 365:1992 and any designed. giving
Lanyard along with 5 text shall be in English. In addition to Keeping body way
Point ( 1 Dorsal + 2 conforming to 2.2 of EN 365:1992 the upright. There should be
Textile loops+ 2 marking shall include the following. proper Webbing
sternal D ring) harness Prevent the neck arrangement for and rope
to be used for rescue On the full body harness, a damage rescue for cuts,
or tower climbing pictogram to indicate that users tears,
shall read the information supplied slightly opens the After accidental excessive
by the manufacturer. breathing way. fall & before wear and
safety harness damages
Prevents from
becoming
colliding with the
effective, the If in
ground or structure
person should not doubt
in case of a fall.
strike ground /
object. (Prevent
A Antistatic risk of bottoming
arrest attachment element; characteristics As per
out)
The model/type identification mark Manufact
of the full body harness; ures
The number of this European recomme
Standard, i.e. EN 361. SAFETY BELT NOT ndations
2. Connector shall conform to EN TO BE USED
362 and Marking on the connector
shall conform to EN 365. The
marking shall include:

The model/type identification mark


of the connector.
EN number & the letter of the
class e.g. EN 362:2004/A

5|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation of Hazard of When to be


(Pictorial Against hazard PPE Not discard
Display) wearing of
PPE

Work at Height ( A Typical specimen of marking. Marking of major axis strength with gate closed &
height > 2 M) locked.
Contd...

CE marking Marking of Strength


EN Marking
Pictorgram

Please see required PPE of "Energy absorbing lanyard '' for


attaching to safety Harness. Energy absorbing lanyard
Capital letter A double 'Y' Type
marking at
attachment To be attached to full body harness at one end and life line
Element at other end
Must if full body harness being used for protection
against fall.
The total length of a lanyard connected to an energy
absorber (including terminations and connectors) shall
not exceed 2 m.

6|P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be discard
(Pictorial Display) Against hazard wearing of PPE

Work at Height ( III) Full body Safety Full body harness conforming to IS 3521 may be Accidental fall Shall of no use Sign of crack /
height > 2 M) - Harness with engery allowed in "Green field project" where antistatic Direct the loads if anchor point damage/
Contd... absorber (Alternative safety harness are not required. to legs. / life line / stitching giving
Following marking to be ensured in case of IS
-II) Keeping body lanyard is not way
marked full body Harness.
upright. properly
The name, trade-mark or other means of Prevent the designed. Webbing and
identification of the manufacturer or the neck damage There should be rope for cuts,
supplier who is responsible for acting on behalf slightly opens proper tears,
of the manufacturer for claiming compliance the breathing arrangement excessive wear
with this standard; way. for rescue and damages
Prevents from After
accidental fall If in doubt
information that shall include the colliding with
the ground or & before safety
enables the origin of the item to be traced; structure in harness
As per
The year of manufacture; The identity of the case of a fall. becoming
Manufactures
fibre used as the material of construction; effective, the
recommendati
Information that states by appropriate means person should
ons
the intended purpose of each attachment not strike
element ground /
and to identify specifically those attachment object.
elements that are designed to be used as part of (Prevent risk of
a complete fall arrest system; and bottoming out)
Warning for not to deviate from the
SAFETY BELT
A Typical specimen of NOT TO BE
Name of marking USED
Manufacture and ISI marked
other details Other details such full body
year of harness are
manufactures , not antistatic
ISI Mark and number batch number etc
hence not
Material used recommended
in running
plants.

7|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be
(Pictorial Display) Against wearing of PPE discard
hazard
Work at Height ( height Energy absorbing lanyard double Energy absorbing lanyard shall conform to Accidental Shall of no use Sign of cut
> 2 M) - Contd... 'Y' Type EN 355 and shall have the following Fall if anchor point / damage
marking : / life line is After every
To be attached to full body harness fall.
not properly
at one end and life line at other a) On the energy absorber, a pictogram to As per
end designed.
indicate that users shall read the manufactur
Must if full body harness There should be es
information supplied by the
being used for protection manufacturer (see figure); proper recommend
against fall. arrangement ation.
The total length of a lanyard for rescue
connected to an energy After
absorber (including
accidental fall
terminations and connectors)
shall not exceed 2 m. & before safety
harness
A Typical specimen of becoming
marking b) the maximum length allowed of the
effective, the
energy absorber including lanyard;
c) the model/type identification mark of person should
Model / Type and the energy absorber; not strike
identification mark d) the number of this European Standard, ground /
i.e. EN 355. object.
Year of manufacturing (Prevent risk of
The marking shall conform to EN 365 bottoming out)
and additionally shall include the
EN number following :

a. Means of identification, e.g.

name, or trademark;
b. M
serial number or other means of
Maximum length
traceability;
c. Model and type/identification;
Pictogram
d. Number and year of the document to
which the equipment conforms;
e. Pictogram or other method to
indicate the necessity for users to
read the instructions for use.

8|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be discard
(Pictorial Display) wearing of PPE
Against
hazard

Work at Height ( height IV) Restraint lanyard Lanyard shall conform to EN 354 (latest Accidental Shall be of no Check metal fittings for
> 2 M) - Contd... edition). Connector incorporated in fall - Lets a use if life line sharp edges, excessive
To be secured to lanyard shall conform to EN 362. worker & anchor wear, correct operation and
properly designed travel just points are not distortion.
anchorage Marking on the lanyard shall conform to properly
EN 365 and, in addition, shall include at far enough
designed.
least the following: to reach the To ensure
The restraint edge but not that fall
lanyards need not a) the maximum lanyard length, in far enough restraint
have shock accordance with 4.1.6; to fall over lanyards are
absorption element b) the month and year of manufacture. never used
incorporated in for the
them As per EN 365 marking shall include : purpose of
fall arrest
Means of identification, e.g. As per Manufactures
recommendations
name, or trademark;
ion batch or
serial number or other means of
traceability;
Model and type/identification;
Number and year of the document to
which the equipment conforms;
Pictogram or other method to
indicate the necessity for users to
read the instructions for use.
Name of manufacture A Typical specimen of marking

Batch Number, serial


Number, Material,
Static strength,
Pictogram

Pictogram

9|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
of PPE PPE
(Pictorial Display) Against hazard

Work at Height ( V) Rope Grab (in Rope grab shall conform to EN 353-2 : Accidental fall Shall be of Check metal fittings for
height > 2 M) - case of vertical 2002 & Marking on the guided type no use if sharp edges, excessive
Contd... lifeline being used) fall arrester and the flexible anchor The anchorage life line & wear, correct operation
line shall conform to EN 365 . In line in anchor and distortion.
The rope grab addition shall include the following:
connection points are
immediately grabs on with the given not
Means of identification, e.g.
the line in the event rope grab properly
of a fall , there by name, or trademark; provides designed. Coloured tracer strand
arresting the fall necessary which loses its colour in
or serial number or other means shock due course of time to
of traceability; absorption. show that the rope is now
Model and type/identification; is unfit for future use
Number and year of the
document to which the As per Manufactures
equipment conforms;
recommendations
Pictogram or other method to
indicate the necessity for users to
read the instructions for use.
A Typical specimen of marking

CE Marking

EN Number

Name of
Manufacture

Pictogram

Pictogram

Note : PPE mentioned at III, IV & V above may not be required simultaneously while working at height. These use shall depend upon type of activity

10 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be discard
(Pictorial Display) Against hazard wearing of PPE

1 Work at Height VI) Helmet (A) The helmet shall Shock absorption The protection given by a helmet Sign of crack /
( height > 2 M) conform to EN 12492 depends on the circumstances of damage .
and shall have Penetration the accident and wearing a helmet De-colouration
following markings : cannot always prevent death or failing in lab test to
Impact long term disability. be done every 1-2
There may be a foreseeable risk years depending on
a) the number of this
Within limits that helmets could become condition
European Standard;
trapped and thereby cause a risk cradle to be
b) the name or stipulated in EN
of strangulation. changed after
trademark of the 12492
manufacturer and/or Cannot provide protection against every one year
his authorized hazard like splash of hot liquid, On sustaining a
representative; work in hot area, cryogenic or severe blow even if
c) the designation of corrosive liquid , flying hot damage is not
the model; particles like chipping, welding, apparent
d) the year and direct fire hazard, contact with As per
quarter of bare live electrical conductor . Manufactures
manufacture; recommendations.
e) the size or size For cleaning,
range (in cm). maintenance or
disinfection, use only
substances ( No
Solvent) that have no
adverse effect on the
helmet and are not
known to be likely to
have any adverse
effect upon the
wearer, when
applied in
accordance with the

instructions and
information).

11 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of When to be discard
(Pictorial Display) Not wearing
Against hazard of PPE of PPE

2 a) Excavation. I) Helmet (B) The helmet shall conform to either IS 2925 or Shock Absorption Resistance Not Sign of crack /
EN 397 Penetration Resistance suitable damage .
for hazards De-colouration
b) Fire pump Impact
a) The helmet conforming to IS 2925 shall like splash cradle to be
Operation. have following marking changed after
of hot
every one year
Protection as per EN 397 liquid,
c) Testing of -mark, On sustaining a
work in hot severe blow
Pressure Shock absorption area, even if damage
Gauge Size of helmet.
Penetration resistance cryogenic is not apparent
Impact or As per
The helmets may also be marked with
the ISI Certification corrosive Manufactures
Mark. The above protection shall be within the liquid , recommendati
limitations of various test as stipulated in flying hot ons
A Typical specimen of marking IS 2925 /EN-397. particles
Marking for Optional test as per EN 397 as like For cleaning,
Name of chipping, maintenance or
per clause no 7.2.2. disinfection, use
manufactures welding, only substances (
Each helmet shall carry moulded or direct fire No Solvent) that
impressed marking or shall carry a durable hazard, have no adverse
self-adhesive label stating the optional effect on the
ISI Mark contact helmet and are
requirements complied with, as follows: with bare not known to be
Optional requirement Marking/Label likely to have any
live
Very low temperature 20 °C or 30 adverse effect
electrical
°C as appropriate upon the wearer,
Size conductor when applied in
Very high temperature + 150 °C accordance with
Electrical insulation 440 V a.c. the
Lateral deformation LD
instructions and
Molten metal splash MM information).

12 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of When to be discard
(Pictorial Display) Not wearing
Against hazard of PPE of PPE

2 Contd b) In case helmet conforming to EN 397 to be used to facilitate various


attachment for providing protection against hazards like splash of hot
a) Excavation. liquid, flying hot particles like chipping, welding, direct fire hazard
the following moulded or impressed marking to be ensured.
b) Fire pump
a) number of this European Standard ie 397
Operation. b) name or identification mark of the manufacturer;
c) year and quarter of manufacture;
c) Testing of
Pressure on both the shell and the harness;
e) size or size range (in centimetres). This shall be marked on both
Gauge the shell and the harness.
f) abbreviation for the material of the shell shall be in accordance
with EN ISO 472. (For example, ABS, PC, HDPE, etc.)

A Typical specimen of marking


Type of Helmet

Name of
manufacture
Year of
EN Std Manufacture

CE Marking Size

II) Safety shoe- Please refer (I) on


(A)
Please refer (I) on page 4 page 4

13 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of When to be discard
(Pictorial Display) Not wearing
Against hazard of PPE of PPE

3 Excavation work I) Helmet as Please refer (I) on


per IS and EN
Please refer (I) on page 12 &13 page 12 &13.
Involving
dewatering (B)
works : Contd..

14 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of When to be discard
Against hazard of PPE Not wearing
(Pictorial Display) of PPE

3 Excavation work II) Gum Boot -Safety The gum shall Striking against Not suitable for hazards exceeding one
Involving dewatering conform to IS 12254 stationary like Chemical burns , year from the
works : Contd and have following object. electrical flash, welding date of first use
marking : spark and heat radiation of the shoe .
Striking by
Not suitable if it is
moving object necessary to minimise
Name of the Stepping on electrostatic charges in sign of crack /
manufacturer or sharp object the shortest possible time damage / cut
its recognised Water, alcohols, .
trade-mark, if acids and Not suitable for work in Excessive wear
any; alkalise explosive work area.
A Typical specimen of
Size No.; As per
marking
Batch No., and Manufactures
Month and year recommendatio
of manufacture. ns

Size

Month and year of Name of


manufacture Manufactures

ISI Mark

15 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Typical Industrial Limitation Hazard of Not When to be discard
(Pictorial Display) Operation of PPE wearing of PPE

Excavation work III) Goggle : The goggles shall conform to surround the Limitation exceeding one year from
Involving dewatering EN 166 and EN 170 & shall have eye area, : the date of first use of the
works : Contd.. following markings : give more Uncomfort goggles .
protection in able to
situations wear with sign of crack / damage .
Marking on the lens as
where one other head
Impact resistance (B)
encounters gear like Excessive wear
Optical Class (1) , anti
splashing helmet, As per Manufactures
fogging (N), Anti Scratch
liquids, ear muffs
resistance (K), no 2-1.2 recommendations
fumes, or
marked 2C
vapors, respirator
shade as per EN 170,
powders,
A Typical specimen of marking Manufacture's Name CE and
dusts, and
any other point as per
mists
discretion of IOCL in line
with EN 166 and 170

CE Marking

Optical Class
Scratch Resistance
Manufacture Name

16 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
Against hazard of PPE PPE
(Pictorial Display)

3 Excavation work IV) Gloves Gloves shall conform to EN Tear Not suitable
Involving dewatering 374 and 388 & gloves shall cut for hazards sign of crack / damage
works : Contd.. Alternative - I : Gloves as have the following markings Abrasion like electrical / cut
per EN stand 374 and 388. as per as per EN 420 Puncture flash, welding
spark and heat Excessive wear
a) Name, trade mark or radiation
other means of IMPORTANT All gloves
identification of must be thrown away
manufacturer or his (in the hazardous waste
authorized representative; bin if required) no more
b) Glove designation than 8 hours after
(commercial name or code initial contact with the
allowing the user to identify chemical.
clearly the product within
the Achieving date of
A Typical specimen of manufacturer's/authorized obsolescence
marking representative's range);
c) Size designation; As per Manufactures
Name of Manufacture recommendations
d) Date of obsolescence a if
CE Marking applicable per clause 7.2.3

Size e) Pictogram (s) appropriate WARNING If you work


to the standards with moving machine
EN Number and accompanied by the parts, choosing a glove
pictograms reference of the applicable that is the right size and
standards and performance made from a less durable
EN Pictogram levels which shall always be material is vital, since
in the same fixed sequence the glove easily tears
as defined in the apart if you get caught in
corresponding standard the machinery.

Cat -III Certificate to be


ensured.

17 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
Against hazard of PPE PPE
(Pictorial Display)

3 Excavation work Alternative - II Alternative -II Light Not suitable sign of crack / damage / cut
Involving dewatering handling for hazards
works : Contd.. Gloves as per IS Alternatively Gloves shall operation like electrical Excessive wear
6994. conform to IS : 6994 (Part I) - flash, welding
1973 & shall have the Tear spark and heat As per Manufactures
following marking . radiation
recommendations
Puncture

or recognized trade-mark; Cut


b) The type and nominal size IMPORTANT All gloves must be
of the gloves; thrown away (in the hazardous waste
bin if required) no more than 8 hours
C) Year of manufacture; and after initial contact with the
chemical.
d) Where applicable, the

WARNING If you work with moving


machine parts, choosing a glove
The gloves may also be
that is the right size and made
marked with the Standard
Mark. from a less durable material is
vital, since the glove easily tears
Light Abrasion ix of table 2 apart if you get caught in the
machinery.
Recommended type of
Gloves. is 1, 2, 8, 14. 15. 16

As of May 2017 there is no party having BIS license. Use of this product is permitted assuming that in future some party
may get BIS license.

18 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality Typical Protection Limitation Hazard of Not wearing of PPE When to be
(Pictorial Display) assuran Industrial Against hazard of PPE discard
ce Operation

4 Blast cleaning - I) Helmet (A) Please refer


(confined space / Please refer (VI) on page 11 (VI) on page
external)
11

II) Safety Shoe Please refer


Please refer (I) on page 4 (I) on page 4

III) Goggle Please refer


Please refer (III) on page 16 (III) on page
16

19 | P a g e
Guidelines on Personal Protective Equipment (PPE)

Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
(Pictorial Display) Against hazard of PPE PPE

4 Blast cleaning - IV) Ear Muff of suitable Ear muff shall conform to EN 352 Extreme noise Over 8 hours Ear muff with
(confined space / size shall have following marking : Noise induced may be cracked, cut,
external) - Contd hearing losses uncomfortabl or missing
"Medium size range "fit a) the name, trade mark or other e in hot gaskets
satisfactorily in majority identification of the environments
Permissible Noise manufacturer or his authorised Note : . Excessive wear
exposure as per of Industrial Application In addition to hearing
representative; & tear
OSHA 29 CFR b) the model designation; loss, excessive noise Eyeglass
1910.95 c) the number of this EN exposure may wearers may Damage if any.
DB Hours contribute to mental not get a As per
d) in the case of ear-muffs and physical stress, good seal Manufactures
90 8 intended by the manufacturer to certain illnesses, and Resonate
accidents recommendati
92 6 be worn in a particular (vibrate) at
orientation, an indication of the ons
95 4 lower sound
97 3 FRONT and/or TOP of the cups, frequencies
100 2 and/or an indication of LEFT and
102 1.5 RIGHT cup.
105 1
Check the NRR (Noise Reduction
110 0.30 A Typical specimen of
115 0.15 or marking Rating,) to ensure noise
less exposure within permissible
limits

Name of manufacture Model No

CE Marking

EN Number

20 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
(Pictorial Display) Against hazard of PPE PPE

4 Blast cleaning - (confined V) Gloves Please refer (IV) on


space / external) Contd Please refer (IV) on page 17 page 17.
Alternative -I

Hand gloves -
involving high
pressure as per EN
388 and 374.

Blast cleaning - (confined Alternative -II - Please refer (IV) on


space / external) Contd Gloves as per IS 6994
Please refer (IV) on page 18 page 18.

Gross Abrasion sr no. VIII of table 2

Recommended type of Gloves. is 2,8

21 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of PPE discard

4 Blast cleaning - VI) Apron The apron shall conform to EN 13892-1 and Protection to Not suitable Damage / infection exceeding
(confined space / shall have following markings : the full body for flame to skin etc six month
external) - Contd Alternative -I : Apron against airborne and Hot from the
as per EN 13982 -1 1. The marking shall be clearly visible and as solid material date of first
durable as adequate for the life of the particulates. use of the
clothing. apron .

a) name, trademark or other means of sign of


identification of the manufacturer; crack /
b) manufacturer's type number, identification damage .
number or model number;
c) type of this chemical protective clothing, Excessive
i.e. type 5; wear
d) reference number and date of publication of As per
this part of ISO 13982 (i.e. ISO 13982-1:2004); Manufactur
e) year of manufacture and, if appropriate, the es
expected shelf-life of the clothing (this recommen
information may be marked on every dations
commercial packaging unit instead of being
marked on every item of clothing);
f) size designation as defined in EN 340:2003, Do not use
Clause 6; compresse
g) pictogram showing that the suit is for d air to
protection against chemicals [ISO 7000-2414; clean as
see Figure 1 a)] and this will
pictogram to show that the manufacturer's create dust
instructions should be read [ISO 7000-1641; see in the air.
Figure 1 b)];

decontamina
te tarps and
other
equipment
on the
worksite.

22 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitati Hazard of When to be


(Pictorial Display) Against hazard on Not discard
of PPE wearing of
PPE
4 Blast cleaning - 2.
(confined space /
external) : Contd A Typical specimen of marking

Name of
Manufacture

3. Apron / instructions shall have


Size following pictogram indicating the
intended purpose . ( Table E-2 of
CE marking EN 340)

Other
information

Pictograms as per
EN

Year of manufactures

23 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of PPE discard

Blast cleaning - Alternative -II : Apron Alternative -II : Alternatively suit shall Protection to Not suitable for Damage / infection exceeding
(confined space / as per IS 4501 conform to IS : 4501 : 1981 shall have the full body flame and Hot to skin etc six month
external) Contd the following marking . against airborne material from the
solid date of first
The marking shall be particulates. use of the
clearly visible and as durable as apron .
adequate for the life of the clothing.
sign of
crack /
name or recognized trade mark, if damage .
any. The ink shall be non-irritating
to skin and shall not impair the Excessive
quality of aprons. wear
As per
The aprons may also be marked with Manufactur
the ISI Certification Mark. es
recommen
The finished material shall be white dations
or of a suitable colour on two sides
as agreed to between the purchaser
and the supplier. Do not use
As of May 2017 there compresse
d air to
is no party having BIS clean as
this will
license. Use of this create dust
product is permitted in the air.
assuming that in
future some party decontamina
te tarps and
may get BIS license. other
equipment
on the
worksite.

24 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

Blast cleaning - Alternative -III : Boiler Alternative -III : Cloth and stitching Protection to Not suitable Damage / infection exceeding six
(confined space / suit / coverall should be of good quality on visual the full body for flame and to skin etc month from the
external) Contd inspection against airborne Hot material date of first use of
solid the apron .
particulates.
sign of crack /
damage .

Excessive wear
As per
Manufactures
recommendations

Do not use
compressed air
to clean as this
will create dust
in the air.

Avoid
blasting in
windy
conditions to
prevent the
spread of any
hazardous
materials.

25 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

Blast cleaning - confined VII) Half face mask 1. The half air mask shall conform to EN 140 Respiratory Not Silicosis Occupational Sign of crack /
space - Contd and shall have following : protection. suitable lung diseases. damage
A Typical specimen for heavy Excessive wear
of marking a) The manufacturer shall be identified by name, Protection gas Deposition of Damage of strap
trade mark or other means of identification. against inhaling concentrat particulate matter in After end of shelf life
b) All units of the same model shall be provided dust, etc. ion Lung. Change of filter /
with a type-identifying marking. cartridges at least
c) Size (if more than one size is available). every six month
d) The number and the year of this European Performance of the
Standard. ie EN 140 components may be
affected by aging
e) Where the reliable performance of As per Manufactures
components may be affected by ageing, means
recommendations
of identifying the date (at least the year) of
manufacture shall be given

Parts which are designed to be replaced by the Cleaning Always clean


authorized user and sub-assemblies with the half-mask after use.
considerable bearing on safety shall be readily First remove the filter
identifiable. and remove dust with
Name of Manufactures
compressed air. Use a
For parts which cannot reasonably be marked e.g. cloth to remove any
straps of head harness, the relevant information stubborn deposits. If
shall be included in the information supplied by necessary, dismantle
EN Number
the manufacturer. the parts and rinse in
warm water
The end of shelf life may be indicated on packing with a small quantity of
CE Marking
eg e.g. by the following pictogram. mild detergent. Never
use solvents. The inhale
and exhale valves should
be removed and cleaned
thoroughly .

26 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against of PPE wearing of PPE
hazard
5 Painting - confined space / I) Helmet (A) Please refer (VI) on
external Please refer (VI) on page 11 page 11

II) Safety Shoe Please refer (I) on


Please refer (I) on page 4 page 4

III) Goggles Please refer (III) on


Please refer (III) on page 16 page 16

27 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

5 Painting -(confined space / external ) : VI) Gloves Please refer (IV) on


Contd Please refer (IV) on page 17 page 17
Alternative -I

Hand gloves - involving


high pressure as per EN
388 and
374

Alternative -II - Gloves Please refer (IV) on


as per IS 6994
Please refer (IV) on page 18 page 18
Spraying paints or cellulose lacquers sr no.
XIV of table 2 :

Recommended type of Gloves. is 1,8

28 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be discard
(Pictorial Display) Against hazard of PPE

Painting -(confined space / V) Apron :Alternative -I Please refer (VI) on


external ) : Contd Apron as per EN 13982
Please refer (VI) on page 22 page 22 and 23
and 23

Alternative -II Apron as Please refer (VI) on


per IS 4501
Please refer (VI) on page 24 page 24

29 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

Painting -(confined space / external VI ) Half face mask Please refer (VII) on
Please refer (VII) on page 26 page 26

30 | P a g e
Guidelines on Personal Protective Equipment (PPE)
Activity Required PPEs Quality Protection Against Limitation of Hazard of Not wearing of When to be discard
(Pictorial Display) assurance hazard PPE PPE

6 I) Safety Helmet (B) Please refer (I) on


a) Working in Confined Please refer (I) on page 12 page 12 &13
space
&13
b) Testing of Gas sensor

c) Tank Gauging

d) De Gassing of LPG
Cylinder

e) Shuttering works
II) Safety Shoe (A) Please refer (I) on
f) Brick masonry Please refer (I) on page 4 page 4

g) Handling of Battery

31 | P a g e
Guidelines on Personal Protective Equipment (PPE)

Activity Required PPEs Quality Protection Limitation of PPE Hazard of Not When to be discard
(Pictorial Display) assurance Against hazard wearing of PPE

6 Contd.. III) Gloves Please refer (IV) on


Please refer (IV) on page 17 page 17
Alternative -I : Hand gloves -
a) Working in Confined involving high pressure as per
space EN 388 and 374

b) Testing of Gas sensor

c) Tank Gauging

d) De Gassing of LPG
Cylinder

e) Shuttering works

Alternative -II Gloves as per IS Please refer (IV) on


f) Brick masonry 6994 Please refer (IV) on page 18 page 18

g) Handling of Battery Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8,


14. 15. 16

32 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation of Hazard of Not wearing When to be
(Pictorial Display) Against hazard PPE of PPE discard

7 a) Road work I) Helmet (B) Please refer (I)


Please refer (I) on page 12 &13 on page 12 &13
b) Reinforcement
c) Concreting

II) Gum Boot Please refer (II)


Please refer (II) on page 15 on page 15

III) Goggles Please refer (III)


Please refer (III) on page 16 on page 16

33 | P a g e
Guidelines on Personal Protective Equipment (PPE)
Activity Required PPEs Quality assurance Protection Limitation of Hazard of Not wearing of When to be discard
(Pictorial Display) PPE PPE
Against hazard

7 Contd.. VI) Gloves


Please refer (IV) on page 17
a) Road work Alternative -I : Hand gloves -
b) Reinforcem involving high pressure as per EN
ent 388 and 374
c) Concreting

Alternative II as per IS 6994


Please refer (IV) on page 18

Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8, 14. 15. 16

34 | P a g e
Guidelines on Personal Protective Equipment (PPE)

N Activity Required PPEs Quality Protection Limitation Hazard of Not When to be discard
assurance Against hazard of PPE wearing of PPE
(Pictorial
Display)

8 a) Grass I) Gum Boot Please refer (II) on


Please refer (II) on page 15 page 15
Cutting

b) Blinding
and de-
blinding
flange
work

II) Helment (B) Please refer (I) on


Please refer (I) on page 12 & 13 page 12 &13

35 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of discard
PPE
9 Electrical works II) Safety Shoe (B) The safety shoe shall have following Striking against Not Exceeding
marking as per IS 15298 ( part -2) : stationary object. suitabl one year
Electrical sub-station current Striking by moving e for from the
carrying equipment a) size; work date of first
object
b) in use of the
Electrical explos shoe .
c) Year of manufacture and at least
quarter; resistance ive Sign of
d) License No ( CM/L) work crack /
e) IS Mark area. damage
Excessive
Or wear
A Typical specimen of marking. As per
Work Manufactur
activit es
ies recommend
requiri ations
ng
antista
tic
Category of Safety shoe (,S3 etc) as work
required as per Table 16 of IS 15298 (part
2) : 2011

The sole shall be regulated to


high voltage test upto 15 KV
voltage applied across the
sole for 1 min. Necessary test
certificate for this test from
FDI/NABL accreditated party
to be furnished .

36 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
(Pictorial Display) Against hazard of PPE PPE

9 Electrical works : II) Electrical Hand gloves The gloves shall be marked Type 2 For 1) Type of the Frequently
Electrical sub-station Insulating Rubber Electrical indelibly at the use at voltage PPE restricts used Gloves to
current carrying Gloves back with the following information not exceeding the maximum be re-tested at
equipment Contd as per IS 4770 1 100 ac rms voltage at intervals of not
Type 3 For which it can more than 6
Size and type of glove; use at voltage be used months.
Maximum working potential in not exceeding Gloves issued
Volts, 7 500 ac rms 2) Other for occasional
followed by the word Type 4 For precautions to use shall be re-
in brackets; use at voltage be taken while tested after
Identification of the source of not exceeding working on use or in any
manufacture; and 17 000 ac rms. electrical case at
Month and year of installation intervals of not
manufacture more than 12
moisture absorption certificate to months.
be checked. Gloves
Showing any
A Typical specimen of marking defects
As per
Manufactures
Manufacture Name recommendati
ons

Test Potential

Maximum working potential

Size

Type -1 Gloves not to used

37 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
(Pictorial Display) discard
Against hazard of PPE

9 Electrical works : Helmet as per Please refer


Electrical sub- EN 397
Please refer (I) on page 12 & 13 (I) on page 12
station current and 13
carrying equipment
Contd

38 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
(Pictorial Display) discard
Against hazard of PPE

10 Working with possibility of I) Helmet (B) as per EN Please refer


splashes of hot, cryogenic or 397
Please refer (I) on page 12 and (I) on page 12
corrosive liquids and 13
13

II) Safety Shoe Please refer


Please refer (I) on page 4 (I) on page 4

III) Goggles Please refer


Please refer (III) on page 16 (III) on page
16

39 | P a g e
Guidelines on Personal Protective Equipment (PPE)

Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
Against hazard of PPE discard

Activity
(Pictorial Display)
10 IV) Gloves Please refer (IV)
Working with possibility of
Please refer (IV) on page 17 on page 17
splashes of hot, cryogenic or Alternative -I : Hand
corrosive liquids. Contd gloves - involving high
pressure as per EN
388 and 374

Alternative - II Please refer (IV)


Please refer (IV) on page 18 on page 18
Gloves as per IS 6994.
Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8, 14. 15.


16

40 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of PPE discard

Working with V) Apron Please refer


possibility of Please refer (VI) on page 22 &23 (VI) on page
splashes of hot, Alternative -I Apron as 22 &23
cryogenic or per EN 13982
corrosive liquids
Contd

Alternative -II Apron as Please refer


per IS 4501
Please refer (VI) on page 24 (VI) on page
24

41 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of discard
PPE
11 Welding and cutting work I) Helmet attachable welding a) Helmet mountable welding shield. Protection Exceeding
shield (A) Conforms to EN 175 during To be used only one year
Protective lens made of clear high welding. in conjunction from the
with safety date of
impact resistant. polycarbonate
Liftable helmet & first use
conforming to EN 166 and ANSI Z 87.1 should not be of the
welding lens
polypropylene Impact Resistance Shell used goggles .
allows clear
conform to EN 175 F view while independently. sign of
The welding shield shall be CE marked restricting crack /
harmful dust However damage
Marking on protective shall be fully
particles. welding helmets on lenses
visible can be used Excessive
Ocular marking shall be as per clause independently. wear
9.2 of EN 166 As per
b) Welding Helmet with welding Shield Manufact
II) Welding Helmet with welding Protective lens made of clear high ures
Shield (B) impact resistant. polycarbonate recomme
conforming to EN 166 and ANSI Z 87.1 ndations
polypropylene Impact Resistance Shell
conform to EN 175 F
Marking on protective shall be fully
visible
Ocular marking shall be as per clause
9.2 of EN 166

Name of Manufacture

CE Mark and EN Mark

Name of Manufacture EN166 FT

42 | P a g e
Guidelines on Personal Protective Equipment (PPE)
Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of discard
PPE

11 Welding and cutting work : II) Safety Shoe Please refer


Contd Please refer (I) on page 4 (I) on page 4

Helmet as per EN 397 Please refer


Please refer (I) on page 12 & 13 (I) on page
( in case Helmet
12 and 13
attachable
welding shield
being used)

43 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

11 Welding and cutting work III) Apron Apron shall conform to EN minimize Additional electrical On contaminated with
Contd. ISO 11611 & shall have skin burns insulation layers will be flammable material.
the following markings : caused by required where there is an
sparks, increased risk of electric Manufacturers shall
classification: :
spatter, or shock; garments meeting the include the
Class 1: the number and
radiation requirements of clause of en information that
year of this International ISO 11611 ( 6.10) are
Standard (ISO 11611) designed to provide clothing be cleaned
followed by the graphical protection against short term, regularly in
symbol shown in below accidental contact with live accordance with the
electric conductors at
voltages up to approximately recommendations.
100 V d.c. After cleaning, the
any identified hazards against clothing shall be
appropriate for Limited which the clothing is visually inspected for
Flame Spread; intended to protect (e.g. any sign of damage.
Class 2: the number and flames, molten metal spatter, Similarly, users should
year of this International radiant heat, and short term be advised that if they
Standard (ISO 11611) accidental electrical experience sunburn-
contact); for protective like symptoms, UVB is
followed by the graphical
clothing, a warning that penetrating.
symbol shown in Figure 1 additional partial body In either case, the
protection may be required, garment should be
e.g. for welding overhead; repaired (if
A Typical specimen practicable) or
of marking appropriate; garments replaced and
conforming to Class 2 shall consideration given to
meet Class 2 for all the use of additional,
more resistant,
EN ISO Number performance
protective layers in
requirements; future.
instructions for cleaning
shall be marked (e.g. on a As per Manufactures
Class marking label). recommendations

44 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
(Pictorial Display) discard
Against hazard of PPE

12 Tank cleaning I) Helmet (B) Please refer


Please refer (I) on page 12 &13 (I) on page 12
&13

II) Gum Boot Please refer


Please refer (II) on page 15 (II) on page 15

45 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
Against hazard of PPE wearing of PPE
(Pictorial Display)

12 Tank cleaning Contd. III) Apron Please refer (VI) on


Please refer (VI) on page 22-23 & page 22-23 & 24
Alternative -I Apron as per EN 24
13982

Alternative -II Apron as per IS 4501

46 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
Against hazard of PPE PPE
(Pictorial Display)

12 Tank cleaning : Contd IV) Gloves Please refer (IV) on page


Please refer (IV) on page 17 17
Alternative -I : Hand
gloves - involving high
pressure as per EN 388
and 374

Alternative - II Please refer (IV) on page


Please refer (IV) on page 18 18
Gloves as per IS 6994.

Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8, 14. 15. 16

47 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
Against hazard of PPE discard
(Pictorial Display)

13 Product pump house operation I) Helmet (B) Please


Please refer (I) on page 12 refer (I) on
&13 page 12
&13

II) Safety Shoe Please


Please refer (I) on page 4 refer (I) on
page 4

III) Goggles Please


Please refer (III) on page 16 refer (III)
on page 16

48 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
Against hazard of PPE discard
(Pictorial Display)

13 Product pump house operation IV) Gloves :Alternative -I : Please


Contd Hand gloves - involving
Please refer (IV) on page 17 refer (IV)
high pressure as per EN on page 17
388 and 374 & 18

Alternative - II
Please refer (IV) on page
Gloves as per IS 6994. 18
Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8, 14.


15. 16

49 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing When to be
(Pictorial Display) of PPE discard
Against hazard of PPE

14 DG Operation : I) Helmet (B) Please refer (I)


on page 12 &13
Please refer (I) on page 12 &13

II) Safety Shoe (B) Please refer (II)


Please refer (II) on page 36 on page 36

III ) Ear Muff Please refer (IV)


Please refer (IV) on page 20 on page 20

IV) Electrical Gloves Please refer (IV)


Please refer (II) on page 37 on page 37

50 | P a g e
CHAPTER-V
Technical specifications
SPECIFICATIONS CIVIL WORKS

1.0.0 GENERAL
1.1.0 The scope of these specifications includes all civil works connected with the construction
and repair of buildings and other facilities described in the scope of work under special
conditions of contract. CPWD specifications and relevant code may be followed for any
work not covered under these specifications.
1.2.0 All materials which may be used in the work shall be of standard quality manufactured by
renowned concerns conforming to Indian Standard Specifications (Latest Edition) or
equivalent and shall bear I.S.I. mark as far as possible unless otherwise approved by the
Engineer-in-Charge.
1.2.1 The contractor shall get all materials approved by the Engineer-in-Charge prior to
procurement of the same in bulk and also before using in the works. For all major items/
materials used in the works (irrespective of the brand of material or proven source)
necessary laboratory tests shall be conducted/or test certificates from the manufacturer
shall be furnished by the contractor to ensure conformation of the material to
specifications. The tests shall be conducted as directed by Engineer-in- charge and in
approved laboratory(s). The costs of all tests shall be borne by contractor. Additionally, for
testing of materials like concrete, bricks, aggregates etc. which require continuous testing,
contractor at his own cost and initiative, shall arrange for facilities for testing at site itself
to ensure proper quality control at work site. Frequency of these testing shall be as per
standard practice being followed in C.P.W.D. or as directed by Engineer-in-Charge. A
separate register shall be maintained indicating the details of tests conducted/reports
from laboratories and tests conducted/ result at work site.
1.2.2 The Engineer-in-Charge shall have the right to determine whether all or any of the
materials are suitable for incorporation in the work. Any material procured or brought to
site and not conforming to specifications and not upto the satisfaction of the Engineer-in-
Charge shall be rejected and the contractor shall have to remove the same immediately
from site at his own expenses and without any claim for compensation due to such
rejection.
1.2.3 The contractor shall keep a proper register at work site indicating the details of materials
brought in & the consumption details on day to day basis. The register shall be submitted
to Site Engineer/Engineer -in-charge. The contractor shall also keep, readily available at
site, a copy of all Delivery Challans and Invoices of materials being brought to site for
incorporation in the works and shall produce the same on demand by Site Engineer.
1.3.0 Method of measurement for different items of works unless otherwise specified herein
shall be as per IS: 1200 (latest edition).
1.4.0 Whenever directed the contractor shall carryout relevant laboratory tests as per relevant
BIS codes, CPWD specifications and other standards, without any additional cost to
OWNER.
2.0.0 MATERIALS
2.1.0 BRICKS
2.1.1 The bricks shall be free from cracks, flaws, bends, organic matter and nodules of free lime.
Bricks shall conform to IS:1077-1992 in general unless otherwise specified & shall
generally conform to the following classification.
2.1.2 The common burnt clay bricks shall be classified on the basis of their average compressive
strength as given in Table-1.
TABLE 1

8 CLASSIFICATION OF BRICKS

Class Designation Average Compressive strength Not more than


(kg/square cm) not less than (kg/square cm)

7.5 75 100

5 50 75

3.5 35 50

2.1.3 Bricks shall be hand moulded common burnt clay bricks of best quality, locally available
within a radius of 60 km and shall have a minimum average crushing strength of 50
Kg/Cm2 (Class 50) or as specified in the relevant item of schedule of rates. It shall be
sound, hard, of homogeneous texture and of regular shape with frog and shall emit a clear
ringing sound on being struck. The bricks shall have uniform colour, smooth rectangular
faces and sharp corners.
2.1.4 Nominal size of bricks shall be 22.9 x 11.4 x 7 Cm with permissible tolerances on dimension
up to + /- 3%. However, in Eastern parts of our country, nominal size of bricks shall be 25 x
11.4 x 7 Cm with permissible tolerances on dimension up to + /- 3%.
2.1.5 Bricks shall not absorb more than 20% of water by weight when immersed in water for 24
hours.

2.2.0 AGGREGATES FOR CEMENT CONCRETE


2.2.1 General : Aggregate most of which is retained on 4.75 mm IS sieve & contains only as much
fine materials as permitted in IS 383-1970 for various sizes & grading is known as coarse
aggregate. Coarse aggregate (stone) shall consist of naturally occurring (crushed, broken or
uncrushed) stones. It shall be hard, strong, dense, durable, chemically inert, clean and free
from injurious amounts of disintegrated pieces, alkali, vegetable matter and other
deleterious substances. As far as possible flaky, coriaceous and elongated pieces
should be avoided. Aggregate shall conform to IS: 383 - 1970, unless otherwise specified.
Aggregate most of which passes through 4.75 mm IS sieve is known as fine aggregate. Fine
aggregate shall consist of natural sand. It shall be hard, durable, chemically inert, clean
and free from adherent coatings, organic matter etc and shall not contain any appreciable
amount of clay balls or pellets & harmful impurities e.g. salts, coal, mica, shale, iron pyrites
& organic impurities.
2.2.2 Deleterious Materials - Aggregates shall not contain any harmful material, such as pyrites,
coal, lignite, mica, shale or similar laminated material, clay, alkali, soft fragments, seashells
and organic impurities in such quantity as to effect the strength or durability of the
concrete. Aggregates to be used for reinforced concrete shall not contain any material
liable to attack the steel reinforcement. Aggregates which are chemically reactive with
alkalis of cement are harmful as cracking of concrete may take place and thus shall not be
used. The maximum quantity of deleterious material shall not be more than 5% by weight
of aggregate when tested in accordance with IS: 2386-1963 (Part-II).Test shall be
conducted as directed by Engineer-in-charge.
Note: The presence of the chlorides and sulphates may lead to corrosion of steel
reinforcement. A value as low as 700 ppm of chloride content in concrete can start the
chemical process leading to the corrosion. Critical permissible limit for sulphate content is
generally taken as 1500 ppm.
2.2.3 Size and Grading of Aggregate
2.2.3.1 Single-sized coarse aggregate - Coarse aggregates shall be supplied in the nominal sizes
given in Table - 2. For any one of the nominal sizes, the proportion of other sizes (as
determined by the method described in IS: 2386 (Part-I) -1963) shall also be in accordance
with Table 2.
2.2.3.2 Fine Aggregate - The grading of fine aggregates, when determined as described in IS: 2386
(Part-I) - 1963 shall be within the limits given in (Table 3) and shall be described as fine
aggregates, Grading Zones I, II, III & IV. When the grading falls outside the limits of any
particular grading zone of sieves other than 600- micron IS Sieve by a total amount not
exceeding 5 percent, it shall be regarded as falling within that grading zone. This tolerance
shall not be applied to percentage passing the 600-micron IS Sieve or to percentage
passing any other sieve size on the coarse limit of Grading Zone IV.
2.2.3.3 Fine Sand: Its grading shall be within the limits of grading zone IV. Maximum quantity of silt
shall not exceed 8 %.
2.2.3.4 Coarse Sand: Its grading shall be within the limits of Grading Zone II. The maximum
quantity of silt shall not exceed 8 %.
2.2.4 Sampling and Testing
2.2.4.1 Sampling - The method of sampling shall be in accordance with IS: 2430-1969. The amount
of material required for each test & the test procedure shall be as specified in the relevant
method of test given in IS:2386 (Part-I) -1963 to IS:2386 (Part - VIII) -1963.
1.1.0 TABLE - 2 COARSE AGGREGATES

IS Percentage passing by weight for single sizes Percentage passing by weight for
Sieve (ungraded) Aggregate of Nominal size graded Aggregate of Nominal
size

63 mm 40 20 16 12.5 10 40 20 16 12.5
mm mm mm mm mm mm mm mm mm

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11)

75 mm 100 - - - - - 100 - - -

63 mm 85 to 100 - - - - - - - -
IS Percentage passing by weight for single sizes Percentage passing by weight for
Sieve (ungraded) Aggregate of Nominal size graded Aggregate of Nominal
size

63 mm 40 20 16 12.5 10 40 20 16 12.5
mm mm mm mm mm mm mm mm mm

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11)

100

37.5 0 to 30 85 to 100 - - - 95 to 100 - -


mm 100 100

19 mm 0 to 5 0 to 85 100 - - 30 to 95 to 100 100


20 to 70 100
100

16 mm - - - 85 to 100 - - - 90 to -
100 100

11.2 - - - - 85 to 100 - - - 90 to
mm 100 100

9.5 - 0 to 5 0 to 0 to 0 to 85 to 10 to 25 to 30 to 40 to
mm 20 30 45 100 35 55 70 85

4.75 - - 0 to 0 to 5 0 to 0 to 0 to 5 0 to 0 to 0 to 10
mm 5 10 20 10 10

2.36 - - - - - 0 to 5 - - - -
mm

TABLE - 3 FINE AGGREGATES

IS Sieve Designation Percentage Passing for

Grading Zone Grading Zone Grading Zone Grading Zone


I II III IV

9.5 mm 100 100 100 100

4.75 mm 90 - 100 90 - 100 90 - 100 95 - 100

2.36 mm 60 - 95 75 - 100 85 - 100 95 - 100


1.18 mm 30 - 70 55 - 90 75 - 100 90 - 100

600 micron 15 - 34 35 - 59 60 - 79 80 - 100

300 micron 5 - 20 8 - 30 12 - 40 15 - 50

150 micron 0 - 10 0 - 10 0 - 10 0 - 15

NOTE: It is recommended that fine aggregate conforming to Grading Zone IV should not be used in
reinforced concrete unless tests have been made to ascertain the suitability of proposed
mix proportions.
2.3.0 CEMENT:
2.3.1 Unless otherwise specified, cement shall be ordinary Portland cement conforming either
to IS: 269 (OPC 33 Grade) or IS: 8112 (OPC 43 Grade) latest edition. However, Portland
slag cements conforming to IS: 455 or Portland pozzolana cement conforming to IS: 1489
(part1) latest edition may be used as per instructions/ approval of Engineer-in-charge.
Contractor shall make proper storage arrangement for cement at the site of works to the
satisfaction of the Engineer-in-Charge. Cement should always be stored in such manner as
to be easily accessible for proper inspection and in a suitable watertight building or storage
shed to protect the cement from dampness. Cement not acceptable to Engineer-in-Charge
or his authorised representative being not in conformity with relevant IS standard and/or
being deteriorated due to dampness shall be rejected.
2.4.0 STEEL
2.4.1 Mild steel reinforcement for cement concrete work shall conform to IS -432 Grade I (latest
edition) and cold twisted deformed bars shall conform to IS-1786 (latest edition) and
relevant parts of IS-456. It shall have a minimum yield stress of 415 N/mm2 and tensile
strength of 485 N/mm2.
2.4.2 TMT Bars
TMT bars (Thermo Mechanically Treated bars) shall conform to IS: 1786 latest edition and
shall be of grade Fe500/415 as mentioned in the item description. The bars shall be
procured from reputed/established rolling mills such as Tata Steel, SAIL, RINL or any other
equivalent approved supplier.
2.4.3 HCR/CRS Bars
HCR (high corrosion resistant)/Corrosion resistant bars shall conform to IS-1786 latest
edition and shall have a grade of Fe 500. The bars shall be procured from
reputed/established rolling mills such as SAIL, RINL, TATA.
2.4.4 Structural Steel
Structural steel sections & plates shall conform to Grade A of IS 2062 (latest edition). Steel
shall be free from all grease, oil, paint, loose mill scale and rust and shall be free from all
defects mentioned in IS 2062 and shall have a smooth uniform finished surface.
2.4.5 Contractor shall invariably produce test certificate from the manufacturer certifying the
quality and strength of the steel to conform to the requirement of the aforesaid Indian
Standards. In absence of such test certificate from the manufacturer, test shall be carried
out in a test House/ Laboratory or University as approved by the Engineer-in-Charge and
cost of such tests shall be borne by the contractor. Tests shall be carried out as per IS:
1599, 1608 and 1786 (latest edition).
2.4.6 All reinforcement bars shall be clean and free from dirt, oil, paints, grease, mill scales and
loose rust. Bars available in coils shall be uncoiled and properly straightened to the
satisfaction of the Engineer-in-Charge at no extra cost to the owner.
2.5.0 WATER
2.5.1 Water shall conform to requirements given in IS: 456- 2000. It shall be clean and free from
injurious quantities of oils, acids, alkalis, salts, sugar, organic materials, vegetable matter or
other substances that may be deleterious to brick, stone, concrete or steel. Potable water
is generally considered satisfactory for mixing concrete.
2.5.2 Permissible limits for solids when tested in accordance with IS: 3025-1964 shall be as given
in Table-4

TABLE - 4: PERMISSIBLE LIMIT FOR SOLIDS

Permissible limit, Max.


Organic : 200 mg/l
Inorganic : 3000 mg/l
Sulphates (as SO3) : 400 mg/l
Chlorides (as Cl) : 2000 mg/l for concrete not containing
Embedded steel and 500 mg/1 for
Reinforced concrete work
Suspended matter : 2000 mg/l
2.5.3 The pH valve of water shall not be less than 6. Generally PH value shall be between 6 and
8.
2.5.4 Water found satisfactory for mixing is also suitable for curing concrete. However, water
used for curing should not produce any objectionable stain or unsightly deposit on the
concrete surface. The presence of tannic acid or iron compounds is objectionable.
2.6.0 STONE FOR RANDOM RUBBLE MASONRY
Stones shall be of best locally available stones within a radius of 100 km. It shall have a minimum
compressive strength (crushing strength) of 200 kg/sq.cm & shall be hard, sound, durable and free
from decay and weathering matter. It shall be obtained from an approved quarry. Stone with
round surface shall not be used. Stones shall be tested for water absorption determined as per IS:
1124 - 1974.
2.7.0 MARBLE STONE
Marble stone shall be Makrana second quality / Rajnagar white marble as specified. It shall
be hard, sound, dense and homogenous in texture with crystalline texture as far as
possible. It shall be uniform in colour and free from stains, cracks, decay and weathering.
Marble tiles shall be square cut to linear dimensions in multiple of 10 cm. The tolerance
limits in linear dimension and thickness shall be 3% and 1% respectively. Marble shall be
tested for water absorption as per IS provision. Before starting the work, the contractor
shall get samples of marbles approved by the Engineer-in-Charge.
2.8.0 PAINTS
2.8.1 Paints, oils, varnish spirit etc, of brand with ISI mark as approved by the Site Engineer shall
be used. Paints manufactured by M/s Berger, Asian Paints, ICI, Nerolac shall be used.
Primer and thinners used shall also be of same manufacture and brand. Ready mixed
paints as received from the manufacturer without any admixtures shall be used as per
manufacturer's instruction. If, for any reason thinning is necessary (in case of ready mixed
Paint) the brand of thinner recommended by the manufacturer or as instructed by the Site
Engineer shall be used.
2.9.0 SANITARY FITTINGS
2.9.1 All glazed earthenware shall be of "Hindustan", "Cera", "Parry" or "Neycer" make. All wall
fittings shall be fixed with wooden cleats, screw and necessary fixtures and fittings
whether specifically mentioned in the schedule of rates or not. All metallic fixtures and
fittings shall be of CP brass heavy quality of approved make.
2.10.0 LOW DENSITY POLYETHYLENE (LDPE) FILM
2.10.1 Low density polyethylene film shall meet IS specifications of LDPE as per IS: 2508-1984 &
shall be 1.5 mm thick.
2.11.4 Moorum/ Kankar/ Gravel/ Sand
2.11.4.1 Moorum shall be obtained from pits of weathered disintegrated rocks. It
should preferably contain silicious material and natural mixture of clay of calcarious
origin. The size of moorum shall not be more than 20 mm. Moorum shall not contain
more than 5% to 8% of fines passing a 75 micron sieve.
2.11.4.2 Gravel shall be composed of large, coarse, silicious grains, sharp and gritty to the touch,
thoroughly free from dirt, organic and deleterious matter. It shall be hard, tough, dense
and shall not contain particles bigger than 12 mm and more than 10 percent silt.
2.11.4.3 Sand used for blinding the bituminous road surface, shall be coarse, sharp, gritty, clean,
granular material. The material passing through 4.75 mm sieve and retained on 75 micron
sieve only shall be used.
2.11.5 Bituminous Materials
1.2.0 2.11.5.1 Bituminous materials shall conform to IS: 73, IS: 215, IS: 217 or IS: 454 as
applicable and be of the specified grade.
2.12.0 OTHER MATERIALS
2.12.1 All other materials not fully specified herein and which may be used in the works shall be
of best quality approved by the Engineer-in-Charge and he shall have the right to
determine whether all or any of the materials offered or delivered for use in the works are
suitable for the intended purpose. Contractor shall produce the sample of materials to the
Engineer-in-Charge and shall get it approved before procurement and execution of work.
3.0.0 SITE CLEANING/ SURFACE DRESSING
3.1.0 Site Cleaning
3.1.1 The site cleaning work shall be taken up under specific instruction of Engineer-in-charge.
The areas shall be cleared of shrubs, vegetation, brush wood, grass, sapling etc. of girth
upto 30 cm measured at a height of 1.0 m above ground level and rubbish shall be
removed from the area under clearance as per directions of Engineer-in-Charge. The roots
of the trees shall be removed to a minimum depth of 60 cm below ground level or 30 cm
below formation level or a minimum of 15 cm below sub grade level whichever is lower
and the hollows filled up with earth levelled and rammed.
3.1.2 All useful materials arising from clearing and grubbing operations shall be stacked in the
manner as directed by Engineer-in-Charge. Materials shall be property of the owner.
3.1.3 All unserviceable material shall be removed from the area under clearance and disposed
off as specified and as per direction of the Engineer-in-Charge.
3.1.4 Measurements: Only the area, which has been cleaned/ cleared, shall be measured correct
to the nearest cm and area worked out in square metre correct to two places of decimal.
3.1.5 Rate: Rate includes the cost of all the operations described above, including cost of tools,
equipment etc. necessary to complete the work. Payment shall be made as specified in the
Schedule of rates for the area cleared.
3.2.0 Stacking and Disposal
3.2.1 All useful material shall be the property of the owner and shall be stacked in the manner as
directed by Engineer-in-Charge. All unserviceable material, shall be removed from the area
and disposed off in a manner as specified and directed by Engineer-in-Charge.
4.0.0 EARTH WORK
4.1.0 Classification of soils
4.1.1 The earth work shall be classified under the following categories and measured separately
for each of the category.
4.1.2 All kinds of soil:
a) Sand, gravel, loam, clay, mud, black cotton soil
b) Vegetable or organic soil, turf, peats, soft shale or loose moorum.
c) Lime concrete, Mud concrete and their mixtures.
d) Stiff heavy clay, hard shale or compact moorum requiring grafting tool and/or pick
and shovel.
e) Shingle and river or nallah bed boulders.
f) Soiling of roads, paths etc. and hard core.
g) Macadam surface of any description.
h) Any mixture of soil mentioned above shall be final and binding upon the contractor.
4.2.0 Earth Work in Excavation in All Kinds of Soils for Foundation Trenches of Buildings,
Wall/Columns, Blocks, Drains, Pits, Basements etc. including Backfilling:
4.2.1 Excavation shall be carried out at site to the lines, levels, slope, shape, pattern and
contour shown on the detailed drawings or as directed by the Engineer-in-Charge. Only
the excavation shown in the drawing or as required by the Engineer-in-Charge shall be
measured and recorded for payment.
4.2.2 During excavation, the natural drainage of the area shall be maintained. Excavation shall
be done from top to bottom. Undermining or undercutting shall not be done.
4.2.3 The Contractor shall remove all excavated material to soil heaps on site or transport for
use as filling, or for use by other contractors engaged at site as directed by the Site
Engineer. Excavated material shall not be deposited within 1.5 metres form the top edge
of the excavation.
4.2.4 Suitable types of shoring and strutting, wherever necessary shall be adopted to withhold
the face of earth or cutting shall be done in slope as per site requirements and as directed
by the site engineer.
4.2.5 Foundation pits shall be excavated to full depth. Prior to construction/ concreting work the
trench shall be cleared and the bottom properly rammed and made to level, to the
satisfaction of Site Engineer.
4.2.6 The contractor shall provide suitable drainage arrangements to prevent surface water
entering foundation pits or trenches, the contractor shall engage pumps or other approved
means to keep excavation free of water.
4.2.7 In firm soil, the sides of the trench shall be kept vertical upto a depth of 2 metres from the
bottom. For greater depth, the excavation profile shall be widened by allowing steps of 50
cm on either side after every 2 metres depth from the bottom, so as to give virtual side
slopes of 1:4 (1 horizontal: 4 vertical). Where the soil is soft, loose or slushy, the width of
steps shall be suitably increased, or the sides sloped or the soil shored up as directed by
Engineer-in-Charge. The contractor shall take complete instruction from the Site Engineer
regarding the stepping, sloping or shoring to be done for excavation deeper than 2 metres.
4.2.8 Where excavations are made wider than required, the contractor shall at his own cost refill
it with earth duly watered, consolidated and rammed.
4.2.9 Where the excavations are made deeper than required, it shall be brought to the required
level by the Contractor at his own cost by filling in with earth duly watered, consolidated
and rammed or with lean concrete as per directions of Engineer-in-Charge.
4.2.10 The contractor shall not undertake any concreting in foundation until the excavation pit is
approved by the Site Engineer.
4.3.0 Refilling the excavated earth in trenches, foundation & plinth etc.
4.3.1 Normally earth obtained from excavation of foundation trenches, drains etc. shall be used
for refilling the trenches and plinth under floors and balance earth shall be used for filling
low lying areas/ elevating the existing area/ specific areas identified by Engineer-in-charge
including levelling to grade/ slope, all complete as specified in the Schedule of Rates and as
directed by Engineer-in-charge. Salt-peter earth, black cotton soil/ expansive type of soil
etc. if encountered shall not be used for backfilling.
4.3.2 All clods of earth shall be broken or removed. No extra payment shall be made for lead and
lift and transportation of earth involved. The earth used for filling shall be free from all
vegetation, grass, roots, shrubs, trees, saplings, rubbish, salts harmful to foundations,
organic and other foreign matter.
4.3.3 Filling of trenches for pipes and drains shall be commenced as soon as the joints of the
pipes and drains have been tested and passed. Filling shall be done with earth on the sides
and top of the pipe in layers not exceeding 20 cm in thickness, watered, rammed and
consolidated taking care that no damage is caused to the pipe below. All clods and lumps
of earth exceeding 8 cm in any direction shall be broken or removed before filling.
4.3.4 As soon as the works in foundation have been measured, the spaces around foundation
and drains in trenches shall be cleared of all debris, brick bats, mortar dropping etc, and
filled with earth in layers, each layer not exceeding 20 cm in depth, watered, rammed and
consolidated before the succeeding one is laid. Earth shall be rammed with iron rammers
where possible and with the butt ends of crowbars where rammer cannot be used.
4.4.13 Rates:
4.4.13.1 Rates quoted are deemed to include all the activities stated above. It shall cover the
following.
a) Excavation in all kinds of soil, getting out and deposition of excavated earth as
specified, backfilling in the sides of trenches& in plinth and spreading the balance
earth in low lying areas as specified here-in-above.
b) Setting out of work, making profiles etc.
c) Bailing out of water wherever required.
d) Protection to existing structure, if any.
e) Form work, shoring, strutting, stepping & sloping, etc.
f) Removal of slips during excavation.
g) Fencing and protection against risk of accident due to open excavation.
h) Excavation for insertion of planking and strutting.
i) All lead and lift as specified in the Schedule of Rates.
j) Handling of antiquities and useful materials as specified.
5.0.0 MOORUM FILLING
5.1.0 Moorum shall be of best quality available and free of all foreign matter. The source of
moorum shall be got approved from Engineer-in-Charge before procuring..
5.2.0 Rate: The rate includes the cost of all materials & labour involved in all the operations
described above.
6.0.0 BRICK WORK
6.1.0 Brick work will be with bricks of class specified in schedule of rates, laid in cement mortar
of designed proportion as specified in item or drawings. Bricks shall be soaked in water
thoroughly at the site of work for at least 6 hours before use. When the bricks are soaked
they shall be removed from the tank sufficiently early so that at the time of laying they are
skin dry. The bricks shall be placed in the tanks by hand, one by one, and not by throwing.
The mortar shall be used before it shows any signs of setting or stiffening.
6.1.1 Unless otherwise specified, brick work shall be done in English bond with the frog upwards.
No broken brick shall be used except at closures. Brick work shall conform to IS-2212. The
courses shall be truly horizontal and the work strictly in plumb. The mortar joints should
not exceed 10 mm in thickness except where extra thickness is required for the purpose of
bringing the brick work to the required height or level or for making both faces even. The
brick work shall not be raised by more than 14 single courses per day.
6.1.2 Masonry shall be kept constantly moist while under construction and for a period of at
least 10 days after completion. Watering shall be continued twice a day for at least one
month after completion.
6.1.3 Construction of walls shall, as far as possible, be carried out in regular and level course
throughout their entire length and no portion of work shall be 0.90 metre lower than the
other. All cross walls, buttresses, counterforts, steps etc. shall be built up, course by
course, with the main walls carefully embedded into them. Where such bonding is not
possible in the course of the work for any reason, necessary grooves or toothing shall be
left in the brick work for subsequent bonding. No extra payment will be made for this.
6.1.4 Brick work in superstructure will mean all brick works above plinth level. Parapet shall be
considered as part of the wall. In exposed brick work, specially selected brick shall be used
for facing, ensuring that irregular and wrinkled bricks or bricks which have irregular edges
and corners are not used. The surface shall be rubbed down with brushes if necessary and
thoroughly washed. The joints in faces which are to be plastered or pointed should be
raked out to a depth of 15 mm while the mortar is still green. The raked joints shall be
brushed and well wetted, and shall be later refilled with mortar to give ruled finish.
6.1.5 The rate for brick work shall include supplying, erecting and dismantling the necessary
scaffolding. Scaffolding shall be strong and stiff. Holes left in the brick work to take the put
logs shall be properly bricked up before plastering or pointing is done. Put-log holes shall
not under any circumstances be allowed in pillars.
6.1.6 Measurement
Not applicable.
6.1.7 Rate
Not applicable.
7.0.0 HALF-BRICK MASONRY
7.1.1 Half - brick wall (115 mm) laid in stretcher bond including reinforced wall be measured in
square metre for payment. In reinforced wall 2 no. 6 mm dia MS bars shall be provided at
every fourth course. Proper laps & end embedments (of not less than 200 mm) shall be
provided. They shall be securely anchored at their end where the partitions end.
7.1.2 Measurements
Not applicable..
7.1.3 Rate
The rate includes the cost of all materials and labour involved in all the operations
described including cost of reinforcement.
8.0.0 PLAIN & REINFORCED CONCRETE
8.1.0 Except where otherwise specified, implied or authorised by the Engineer-in-charge in
writing, all materials and workmanship must conform to the latest edition of the Indian
standard specification including any amendments published by the said institution from
time to time.
8.2.0 The concrete mixes should give the designed strength as mentioned in TABLE-11 during
work tests in accordance with IS 456 & IS 516.

TABLE - 11

Kind of Concrete-Mix. Minimum compressive strength for 15 cm cube

7 days (Kg/Cm2) 28 days (Kg/Cm2)

1:2:4 140 210


1:1-1/ 2:3 175 264

1:1:2 210 315

8.3.0 For the design mix (if specified in SOR), the contractor shall submit the
calculations/procedure and the mix shall be established at site for the required strength
before staring the RCC work.
8.4.0 The contractor shall submit representative samples of concrete or other materials to be
used in order that they may be tested and the suitability of materials established. During the
progress of work, samples of concrete shall be taken as per I.S 456 & I.S 1199 or as may be
necessary and tested as per IS specifications. Record of all tests carried out shall be
maintained by the contractor & register submitted to Site engineer/Engineer-in-charge. All
expenses in this connection with the above mentioned tests shall be borne by the
contractor.
8.5.0 In addition to above tests, the contractor shall also undertake rebound hammer test as per
the procedure prescribed in IS-13311 (part-2, 1992). These tests shall be normally carried
at the rate of one test for every 50 cum of RCC work and as per the directions of Engineer-
in-charge/Site engineer. However, at least one test shall be undertaken for every 10
structural beams/columns. Record of all tests carried out shall be maintained by the
contractor & register submitted to Site engineer/Engineer-in-charge. All expenses in this
connection with the above mentioned tests shall be borne by the contractor.
8.6.0 If difficulty be experienced in placing the concrete of specified mix and approved
consistency between and below the reinforcement bars at the bottom of beams and
similar members, the bars shall be embedded in concrete of improved workability as
directed by the site engineer. The consistency should be determined by making trial mixes
and getting the same approved. The slump of the above trial mixes shall be measured and
this slump should not exceed throughout all batches of concrete made from the same
materials mixed in the same proportion as the trial mixes and used in those parts of the
works as directed by the Site Engineer. In no case, however, shall the slump exceed 50 mm
for concrete slabs or exceed 25 mm for concrete consolidated by mechanical vibration. The
slump test shall be carried out as per IS specifications by the Contractor at his own cost.
Record of all tests carried out in relation to various grades of concrete etc. shall be
maintained by the contractor.
MINIMUM CEMENT CONTENT: - From durability considerations the minimum cement
content to be provided is given in table-12 below.
TABLE-12

Nominal mix Cement Content Kg per Cubic metre of


concrete

1:1:2 450

1:1.5:3 400
1:2:4 320

1:3:6 220

1:4:8 170

8.7.0 BATCHING AND MIXING CONCRETE:


Batching of cement, coarse aggregate, sand, and water should be done by volume and the
concrete ingredients shall be mixed in an approved mechanical mixer, designed to obtain
positively uniform distribution of all the component materials throughout the mass during
the mixing operations. Water shall be added prior to and during the mixing operations. The
coarse aggregate and sand shall be measured in suitable measuring boxes which shall be
provided by the contractor and approved by the Site-Engineer before using the same. The
measurement boxes shall be proportioned in such a manner to avoid the necessity of
dividing the contents of bags of cement. Due allowance should be made for bulking of sand
and its moisture content in accordance with IS: 2386 (Part III) - 1963. The method of
determining surface moisture content in Aggregates shall conform to IS-456 (latest
edition). Right proportion of materials shall be loaded in mixing drum and adequate water
added in accordance with water cement ratio desired and shall be mixed to form an
intimate mixture of uniform consistency. The mechanical batch type concrete mixer shall
have two blades fitted with lighting hopper type. The mixing time, for a mixer upto 0.75
m3capacity shall not be less than 2 minutes and not less than 2 & 1/2 minutes for a mixer
of over 0.75 m3 capacity.
In exceptional circumstances such as mechanical breakdown of mixer, work in remote
areas or when the quantity of concrete work is very small, hand mixing may be permitted
subjected to adding 10% extra cement. Hand mixing shall be carried out on a watertight
platform till concrete of uniform colour and consistency is obtained.
No concreting shall commence in any portion of work unless shuttering and reinforcement
etc., have been checked by the Site Engineer and approved by him. Mixing of concrete
shall be done at a central place as directed by the Site Engineer.
8.8.0 PLACING OF CONCRETE
The concrete shall be placed on a clean bed having the designed level and without any
interruption. As soon as possible, after mixing, the concrete should be transported to the
site by an approved method and deposited directly in the formwork. If segregation occurs
during the transportation, concrete should be remixed adding fresh cement before being
placed as per the instructions of Site Engineer.
Concrete should in no case be dropped from a height of more than 1.0 metre and shall be
carefully laid in position in horizontal layers not exceeding 15 cms. in thickness. Before
depositing concrete all debris and dirt shall be removed from the space to be occupied by
concrete. The method of concreting and compaction to be employed in any particular
section of the work is to be, to the entire satisfaction of the Site Engineer.
The concrete, after being laid shall be compacted by means of vibrators of the approved
type and design by and under proper supervision as directed by the Site Engineer. The
vibrations should not be confined only to the top surface but the whole mass of concrete
should be well vibrated until the dense mass assumes jelly like appearance and consistency
with the water just appearing on the surfaces. Over vibration or vibration of very wet
mixes is harmful and shall be avoided. Care is to be taken to avoid segregation, and the
formation of air bubbles. Honey-combs shall be avoided. Hand compaction shall be done
with the help of tamping rods, before the initial setting starts. For hand compaction the
contractor shall take permission of Engineer-in-Charge. After compaction the top surface
shall be finished even and smooth with wooden trowel.
The time required from batching of concrete to placing and compaction of the concrete
mass, should in any case be within 20 minutes and the whole process completed before
the initial setting takes place.
All precautions for work in extreme weather shall be taken as mentioned in relevant
clauses of IS:456 (latest edition). Due protection shall be provided to prevent cement being
blown away during the process of proportioning and mixing during windy weather. During
hot weather, it shall be ensured that the temperature of wet concrete does not exceed 380
C.
For concrete under water, relevant portions of instructions given in IS-456 shall be
followed except when otherwise stated. The mix for concreting under water shall be
approved by the site engineer, depending on the conditions of placing. Great care should
be taken to prevent the cement being washed out.
Concreting for any complete member/part of a structure shall ordinarily be done in a
continuous operation. Where this is not possible prior permission of the Site Engineer
should be obtained for doing the work in parts. The site engineer will direct as to what
portions should the concreting be carried out at a stretch or where the work may be
interrupted, and the work shall be done accordingly.
Whenever the work is interrupted for more than an hour bonding grooves shall be formed
in the concrete already laid and the surface shall be roughened, thoroughly cleaned and
given a wash of neat cement @ 2 Kg/m2 of thick consistency before laying new concrete.
All R.C.C. and P.C.C. work shall be carried out in strict accordance with this specification
and detailed drawings, which will be supplied for the purpose. The working drawings and
other details shall be studied thoroughly and any point not clear to the contractor, should
be brought to the notice of the Engineer-in-Charge for clarification well in advance and
before proceeding with the work.
No concrete work shall be cast in the absence of the Site Engineer or his representative.
8.9.0 CURING
The curing of concrete shall be in accordance with IS 456 except that the concrete shall be
cured for a period of 10 days from the date of casting. Cement concrete shall not be
disturbed after initial setting has started. Care should be taken to protect green concrete
from damage by falling of debris, excessive loading or anything that may disturb the
setting process or impair its strength. Retampering of concrete, which has partially set, is
absolutely prohibited.
8.10.0 Payment
Payment for plain and reinforced cement concrete in site shall be made on cubic metre
basis of actual finished work done. Deductions shall be made for opening as per IS: 1200.
In respect of reinforced cement concrete, Contractor shall ensure that tests as specified
above are carried out to establish conformity of stated strength requirements and the test
result(s) are submitted to the Engineer-in-charge for acceptance of the work. However, the
Engineer in charge at his discretion may release part payment pending acceptance of
reinforced cement concrete work. The Contractor at his own risk and cost shall rectify all
defects observed in the work to the satisfaction of Engineer in charge. The rate for plain
and reinforced cement concrete shall be inclusive of all form work, shuttering staging etc.
The rate shall not, however, include reinforcement, which will be paid separately. Water
proofing materials when specified and used shall also be paid for separately.
9.0.0 REINFORCEMENT
9.1.0 Bending, binding, lapping and placing reinforcement in position shall be done as per exhibit
drawings and as per provisions of IS: 456 and other relevant IS codes. Bars shall be bent
cold correctly to the size & shape as detailed in the drawings and as per provision of IS:
2502-1963 and as per direction of the site engineer. Bars shall be thoroughly cleaned of
rust, loose millscales, dust, grease, oil, and any other foreign matters before placing in
position. The bars crossing one another shall be tied together at every inter section with
two strands of annealed steel wire 0.9 to 1.6 mm thickness twisted tight to make the
skeleton of steel work rigid & to avoid displacement of reinforcement. Unless otherwise
specified minimum cover & spacing and bond length for reinforcement bar shall be
provided as per the provisions of IS: 456 (latest edition). No concrete work shall be started
prior to approval of the placing & binding of reinforcement by the Site Engineer.
9.2.0 Measurement
9.2.1 Payment for M.S. reinforcement, twisted bars & for all other reinforcement bars shall be on
the basis of weight. The weights shall be derived from the sizes and corresponding weights
given in handbook of Indian Standard Institution. Standard hook length, chairs, spacer bar
and authorised laps shall only be included in the calculation of total weight and paid.
Binding wires shall not be included in the calculated weight. Measurement of weight shall
not include cutting allowance/wastage etc.

9.3.0 For keeping the bars in correct position pre-cast cover blocks in cement mortar 1:2 ( 1
cement : 2 coarse sand ) about 4cm x 4 cm section & of thickness equal to the specified
cover shall be placed between the bars & shuttering, so as to secure & maintain the
requisite cover of concrete over reinforcement.
9.4.0 Rate quoted for reinforcement shall include cost of reinforcing bars, cutting, allowance/
wastage, reinforcement straightening, bending, cleaning, binding wires, cover blocks etc.
and placing in position at all heights and depths.
10.0.0 FORM WORK
10.1.0 Form-work shall be strong enough to withstand dead and live load and forces caused by
ramming/vibration of concrete and other incidental loads, likely to be imposed upon it
during and after casting of concrete. Shuttering shall either be of wooden plank 30 mm
minimum thickness or steel plate with stiffened edges. The shuttering shall be supported
at bottoms by props of vertical salballies properly cross braced together so as to make the
form work rigid. The shuttering shall have a smooth and even surface and joints shall not
permit leakage of cement grout. The timber planks shall be accurately sawn and planed on
one side. The surface of shuttering that would come in contact with concrete shall be
covered with a thin sheet of polythene paper rolls, after removing all rubbish such as
chippings, shavings, saw dust etc. from the shuttering. Alternatively application of raw
linseed oil or soap solution to the surface of the shuttering may be allowed at the
discretion of the Site Engineer. Sufficient camber shall be provided to the shuttering so as
to offset subsequent deflection after pouring of concrete on it. A minimum camber of 4
mm per meter length of beam and 1/50 th of length of cantilever/projected member shall
be provided as directed by the Site Engineer. Minimum period that shall elapse after the
concrete is laid, before removal of centring and shuttering shall be as per provisions of IS:
456. The completed formwork shall be inspected and approved by the Site Engineer before
reinforcement bars are placed in position.
10.2.0 No payment shall be made for formwork, centring shuttering etc. Rates quoted for plain &
reinforced concrete shall be inclusive of form works, centring, shuttering and removal of
form work etc. complete.
11.0.0 ALUMINIUM GLAZING WORK
11.1.0. General
11.1.1 Aluminium Doors/Windows/ventilators shall be fabricated (by mitring) with box type
frame sections & of size as shown in the drawing & conforming to IS: 1948-1961. All
sections shall be fabricated from extruded sections as manufactured by reputed concerns
& as approved by Engineer-in-charge. The weight & thickness of walls of sections shall be
as specified in relevant item of schedule of rate. Robust construction shall be achieved by
interlocking & screwing outer frame corners.
11.1.2 Finish
Aluminium doors will be anodised or powder coated as per requirement and as mentioned
in Schedule of Rates. The average thickness of anodised coating shall not be less than 15
microns as per IS-1868. In case of powder coating thickness shall be not less than 70
microns and of approved shade and finish. A thick layer of clear transparent lacquer based
on mathacrylates or cellulose butyrate shall be applied on aluminium door to protect the
surface from waste cement during installation. Before handing over the building the
lacquer coating shall be removed as directed by Engineer-in-charge.
11.1.3 Hinges
Hinges shall be projecting type, made of Aluminium alloy (cost/extruded conforming to
relevant Indian Standards and welded to frames). Minimum two hinges shall be provided
for each shutter, however, door shutter shall be provided with one additional hinge at the
centre. The pins for hinge shall also be of aluminium alloy conforming to HR 30 of Indian
Standard. Pins for hinges shall have an anodising coating of 25 micron thickness or powder
coated of 70 microns thickness.
11.1.4 Fixing of panels/doors/windows/ ventilators
Fixing of frames with walls/other members shall be done in either of the following three
manners;
i) Using 30 mm x no. 10 galvanised screws in case the frame is to be fitted to a wooden
member.
ii) With slotted galvanised steel lugs fitted to the frame with galvanised nuts and screws
embedded in cement concrete block (1:2:4) in case the frame is to be fitted on a
brick/stone masonry wall.
11.2.0 ALUMINIUM GLAZED PANEL DOORS
11.2.1 Aluminium door shall be manufactured from standard aluminium alloy extruded sections
and shall be all as per drawings. The aluminium alloy shall be as per IS-733, HE-O-WP.
Hollow aluminium alloy sections shall conform to IS designation HV-O-WP of IS 1285.
Aluminium door will be made of 6 mm thick plate glass fitted and fixed with box 101.6 x
44.45 x 3.18 mm aluminium frame with snap beadings and glazing clips as per standard
practice and exhibit drawings. Aluminium beading of approved size and make, gasket and
felt will be used for holding the glass in position. One floor spring 12"x8" as per IS 7197
shall be provided with each panel at bottom unless otherwise specified and one pivot at
top of each panel shall be provided. Proper locking arrangement as per drawings and
direction of Engineer-in-Charge shall be provided.
11.2.2 Fittings & Fixtures
All doors shall be provided with double action floor spring, suitable locking arrangement
(openable either from outside or inside), bolting devices and handles. In case of double
leaf shutters doors, the first closing shutter shall have a concealed aluminium bolt at top.
All fixtures shall conform to relevant I.S. codes.
11.2.3 Rate
Rate shall include all materials and labour required for fixing the door including handles,
tower bolts etc., but excluding floor springs (which shall be paid as per separate SOR item),
complete with all accessories including cleaning the aluminium section free from lacquer.
11.3.0 ALUMINIUM GLAZED PANELS
11.3.1 Aluminium sections, finish, glazing, workmanship etc. shall, in general, conform to the
specifications covered under clause 21.1.0 and its sub clauses except that floor-springs and
locking arrangements which will not be required in case of glazed panels. These panels
shall have to be fixed in wall openings (with provision for opening as directed by Engineer-
in-charge) as per drawings and as per instructions of the Site Engineer.
11.3.2 Rate
Aluminium glazed panelling shall be paid in two following items of schedule of rates:
i) Glazed panelling with single glass sheet.
ii) Glazed panelling with double glass sheet.
Rates shall include all materials and labour required for providing and fixing the panel
in position complete.
11.4.0 ALUMINIUM GLAZED WINDOW/ VENTILATORS (OPENABLE SLIDING WINDOWS AND TOP
HUNG VENTILATORS)
11.4.1 Frames for windows/ventilators shall be fabricated from aluminium alloy section HE9-WP
confirming IS : 733 and HE9-WP conforming to IS-1285 true to dimensions as shown in
construction drawings after making clearance for proper fittings in the wall opening as per
IS:1948.
11.4.2 Glazing
Glazing panels of not less than 5 mm thickness or as specified shall be used. Sizes of glass
panels shall conform to table I of IS:1948, wherever practicable. Specifications and fixing
of glazing shall confirm to those of steel door, windows and ventilators.
11.4.3 Fittings & Fixtures
All windows shall be provided with cast aluminium handles and peg stays conforming to A-
5-M of IS: 617 with anodised finish of 15 micron thickness or powder coated. Ventilators
shall either be top hung and provided with peg stays or of louver type. The peg shall be
300 mm long complete with peg & locking bracket. The locking bracket shall either fitted to
the frame or to the ventilator.
11.4.4 Rate
Rate quoted for glazed windows and ventilators shall be inclusive of glazing works and
handles, bolts and other standard fixtures.
11.4.6 Payment
Payment shall be made on square metre basis of the area of the opening.
12.0.0 WOOD WORKS
12.1.0 General
All wood works shall be second class Indian Teak Wood unless otherwise specifically
mentioned. The timber shall be of good quality, well seasoned, uniform in colour,
reasonably straight grain and shall be free from dead knots, cracks, and sap wood.
Permissible defects in the timber shall be as indicated in Indian Standard 883 (latest
edition). For doors, windows, and other carpentry and joinery works, no individual hard
and sound knot shall be more than 25 mm in diameter, and the aggregate area of all the
live knots shall not exceed 1% of the area of the piece. All wood work shall be painted with
two coats of synthetic enamel paint over a coat of primer. For hand rail (in case of
staircase) a coat of anti-termite wood primer shall be applied followed by coat of French
polish. Rate shall include cost of labour and materials for painting also.
12.2.0 Wooden Frames for doors, windows, ventilators & other frames
12.2.1 Wooden frames shall be made of second class Indian teak wood conforming to the
specification mentioned herein before. Workmanship for wooden, frames, doors, windows
etc. shall in general conform to Indian Standard 4021 - 1967 unless otherwise mentioned.
The work shall be as per detailed drawings or as directed by the Site Engineer. All members
shall be straight without any warp or bow. Frames shall have smooth, well planed surfaces
except the surfaces touching the walls, lintels etc. which may be left clean sawn. The
timber shall be sawn in the direction of grains. Rebates, roundings, and moulding as shown
in drawings or as directed by the Site Engineer shall be done at no extra cost. The scantling
shall be finished smooth and rubbed plane with sand papers to pin with hard wood or
bamboo pins of 10 to 15 mm diameter. Use of iron nails shall never be permitted. All
mortice and tenon joints shall fit in fully and accurately without wedging or filling.
12.2.2 All portions of the timber frame abutting or embedded in brick work or concrete shall be
painted with coaltar before being placed in position, without any extra cost. For door or
other frames without any "Chowkat" (bottom horizontal member) the vertical members,
shall be buried in the floor for at least 40 mm depth.
12.2.3 Each frame upto 1.5 M length shall be provided with 4 nos. hold fast, two on each vertical
member and for frames above 1.5 m length 6 nos., 3 on each vertical member. Hold fasts
shall be 30x6 mm M.S. Flat 20 cm long. Hold fast shall be split and splayed at ends and
embedded in cement concrete block (1:2:4). No extra payment shall be made for the hold
fasts, making holes in wall or concrete and embedding the same in cement concrete
blocks.
12.2.4 Payment for frames shall be made on gross volume of the frame. No deduction shall be
made for rebate/roundings. Rates quoted shall be inclusive of labour, materials,
fabrication, fittings, fixing of ancillary materials like hold fasts, coaltar, paints etc.
complete.
12.3.0 Panel Door Window etc.
12.3.1 Workmanship for panel door, window shutter etc. shall conform in general to IS-1003.
Timber for panel door windows shall be second class Indian Teak conforming to the
specifications. The grains of timber panel shall run along the longer dimensions of the
Panels. Door/Windows panels shall be 15 mm thick one piece plank finished smooth and
fixed with style and rail 35 mm thick. Styles and end rails and intermediate rail shall be 150
mm wide and 35 mm thick. Styles and rails shall be properly and accurately morticed and
tenon jointed and pinned with hard wood or bamboo pin 10 mm dia. Iron nails shall never
be permitted. The lock rails of door shutters shall have its centre line at a height of 800
mm from the bottom of shutter unless otherwise specified. The thickness of each tenon
shall be approximately one third the finished thickness of the member and the width of
each tenon shall not exceed three times its thickness. The style and rails shall have 12 mm
deep groove in panelled portion for the panel to fit in. All pieces shall be of accurate
dimension, planed smooth, rebating, rounding, moulding etc. complete as shown in the
drawing. Shutters shall not be painted, oiled or otherwise treated before these are fixed in
position and passed by Site Engineer.
12.3.2 Each double leaf door shall be provided with the following heavy quality aluminium
anodised fittings the anodic coating shall be of grade not less than AC 15-IS:1868-1982.
a) 6 Nos. 100 mm long butt hinges
b) One 300 x 16 mm Aldrop bolt.
c) Two 150 x 10 mm barrel bolts.
d) Four 150 mm long Door handles.
e) Two stoppers.
Each single leaf door shall be provided with following aluminium anodised heavy quality
fittings.
a) One stopper
b) Two 150 x 10 mm barrel bolts
c) Two 150 x 10 mm barrel bolts
d) Three Nos. 100 mm long butt hinges.
e) One No. 300 x 16 mm sliding bolt.
12.3.3 Rate quoted for respective item in Schedule of Rates for door/windows shutters shall be
deemed to include all labour, materials fabrication and fixing in position with necessary
fittings as mentioned above, painting etc. complete. Payment will be made on square
metre basis of the area of the shutters. If any fitting is not required in a particular door,
suitable deduction shall be made for the same.
12.4.0 Flush Door Shutters
12.4.1 Flush shutter (solid core type) shall in general conform to IS-2202 (Part-I - 1991) and of
exterior grade with block board core. Block board core shall conform to the requirements
specified in Indian Standard 1659 - 1990. The wooden strips for the core shall not exceed
25 mm in width. In any one block board the core strip shall be one piece of timber only.
Wooden frame prepared from style and rails of well seasoned and treated good quality
wood shall be provided for holding the core. The width of the member shall not be less
than 75 mm and not more than 100 mm.
12.4.2 The core surface shall have two or more commercial or teak plywood veneer firmly glued
on each face and pressed. The combined thickness of all the veneers on each face shall not
be less than 4 mm. Only phenol formaldehyde resin glue conforming to IS:848 - 1974 shall
be used for door manufacture and a certificate to this effect from the manufacturer shall
be furnished on demand. The flush door shutter shall be obtained from firms of repute
and the supply shall be in accordance with the approved full size samples. All fittings for
flush doors shall be of Aluminium anodised of approved type. Each door shutters shall be
provided with the following fixtures and rate quoted for door item in the Schedule of Rates
shall be inclusive of all these fittings and on square metre basis of the area of flush door
shutter.
a) Three Nos. of butt hinges of size 125 mm x90 x 4 mm heavy quality (six nos. in case of
double leaf shutters).
b) One Godrej or equivalent 7 levers mortice lock with a pair of handle and latch.
c) Two nos. 150 mm long Barrel Bolt.
d) One No. wooden stopper per leaf.
Vision panel of the approved size shall be provided in the flush doors wherever
provided in the drawings or as per direction of Site Engineer. 4 mm thick plane glass
with teak wood beading shall be provided. Vision panels shall be separately paid under
relevant item on square metre basis.
12.4.3 Payment shall be made on sq.m basis including the cost of all material, labour, painting etc.
but excluding cost of vision panels.
12.5.0 Partially Glazed and Partially wooden partition work :
12.5.1 Framework for partition shall be of First Class good quality and well seasoned Teakwood of
size 2 1/2 x 2 1/2" (62.5 mm x 62.5 mm). It shall have uniform colour, reasonably straight
grains and shall be free from dead knots, cracks and sap wood. The joints shall be pinned
with hardwood or bamboo pins of 10 to 15 mm diameter. The timber shall be sawn in the
direction of the grains. All mortice and tenon joints shall fit in fully and accurately without
wedging or filling. All frameworks shall be coated with antitermite paint of approved brand
and quality. Vertical members of the frame shall be placed not more than 60 cms apart
and horizontal members not more than 100 cms apart. Horizontal members each at top
and bottom of the frame is a must. The portion of partition above door height will be fixed
with 4 mm thick frosted glass panes fixed with teak wood beads of size 25x20 mm all-
round fixed with screws. Frosted glass panels shall be fixed with frosted face on the inside.
12.5.2 After the frame is fixed commercial ply 1/4" (6 mm) thick of approved quality shall be
pasted by phenol formaldehyde resin glue, on one face and 1/4" (6 mm) thick approved
quality teak ply shall be pasted on the other face.
12.5.3 Teak ply and external face of glazed panelling frame shall have two or more coats of
approved copal varnish or superior spray varnish, over an undercoat of flatting varnish of
the same manufacturer as the top coat. Preparation of surface and application of varnish
shall be as directed by Site Engineer.
12.5.4 Commercial ply facing and interior portion of glazed panelling shall be applied with two
coats of approved synthetic enamel paint over a coat of primer.
12.5.5 Rates quoted shall be inclusive of all labour, materials, fabrication, fittings, fixing and cost
of all ancillary materials like varnish, paints etc. complete.
12.5.6 Payment will be made on square metre basis of the area of panelling/partition. Doors
wherever provided within the partition work, shall be paid separately under appropriate
item.
13.0.0 FLOORING
13.1.0 Scope
This section shall cover all floorings. No work under this section shall be started until
specifically allowed by the Engineer-in-Charge and until all other major works such as
plastering, embedding of conduits and pipes, channels, window fixing etc. have been
completed. Samples of adequate size representing the nature of variation including
quality, size, and texture after polishing of the tiles to be used in the flooring work shall be
prepared for all work and got approved by the Engineer-in-charge before proceeding. The
approved samples shall be retained upto the end of the project.
13.2.0 CURING: After the floor has begun to harden it shall be protected from quick drying with
moist gunny bags or by some suitable means as approved by the Site Engineer. After 24
hours of laying floor, the surface shall be cured by flooding with water to minimum 25 mm
depth or by covering with wet gunny bags. The curing shall be continued for at least ten
consecutive days.
13.3.0 CEMENT CONCRETE FLOORING
Cement Concrete
Cement Concrete of specified mix shall be used and it shall generally conform to the
specifications as described in Cement Concrete chapter.
Sub-grade
Flooring shall be laid on concrete sub-grade where so provided. The subgrade shall be
provided with slopes required for the flooring. Flooring in verandas, kitchens, baths, water
closets and courtyards shall invariably be provided with suitable slope to drain off washing
and rain water.
13.3.1 Laying in Panels
Flooring of specified thickness shall be laid in the pattern as given in the drawings or as
directed by the Engineer-in-Charge. The border shall have mitred joints at the corners of
the room and intermediate joints shall be in straight line with the panel joints. The panels
shall be of uniform size and no dimension of a panel shall exceed 2 m and the area of a
panel shall not be more than 2 sq.m. Cement concrete shall be placed in position, in one
operation, in the panels. It shall then be levelled with the help of straight edge and trowel
and beaten with a wooden "Thapply" or mason's trowel. The blows shall be fairly heavy in
the beginning but as consolidation takes place, light rapid strokes shall be given. Beating
shall cease as soon as the surface is found covered with cream of mortar. The surface shall
be tested with straight edge and made true to required slopes. While laying concrete care
shall be taken to see that the strips are not damaged/disturbed. The top strips shall be
visible clearly after finishing with cement slurry.
13.3.2 Laying with Strips
Normally cement concrete flooring shall be laid in one operation using glass sheet strip at
the junction of two panels. The glass strip shall be 4mm thick & width equal to thickness of
the floor. This method ensures uniformity in colour of all the panels and straightness at the
junction of the panels.
13.3.3 Finishing
The finishing of the surface shall follow immediately after the cessation of beating. The
surface shall be left for some time, till moisture disappears from it. Fresh quantity of
cement at 2.0 kg of cement shall be mixed with water to form thick slurry and spread over
an area of one sq.m. of flooring while the concrete is still green. The cement slurry shall
then be properly pressed and finished smooth with steel trowel. Excessive trowelling shall
be avoided. Use of dry cement or cement and sand mixture sprinkled on the surface to
stiffen the concrete or absorb excessive moisture, shall not be permitted. The edges of
sunk floors shall be finished and rounded with cement mortar 1:2 (1 cement: 2 coarse
sand) and finished with a floating coat of neat cement. The junctions of floor with wall
plaster, dado or skirting shall be rounded off where so specified. The men engaged on
finishing operations shall be provided with raised wooden platform to sit on, so as to
prevent damage to new work.
13.3.4 Curing
The curing shall be done for a minimum period of ten days. Curing shall not be commenced
until the top layer has hardened. Covering with empty cement gunnies shall be avoided as
the colour is likely to be bleached with the remnants of cement matter from the bags.
13.4.0 TERRAZZO (MARBLE CHIPS) FLOORING
13.4.1 Cement concrete of specified mix shall be used & the specifications covered under
concrete shall apply. Fixing &laying shall be as per clause 23.3.1 & 23.3.2.
Top Layer: The mix for terrazzo topping shall consist of cement, marble powder, marble
chips & water. Cement for use in terrazo top layer shall comprise of 50% grey & 50% white
cement. The cement & marble powder shall be mixed in the proportion of three parts to
one part marble powder by weight. The marble chips shall be in white and or in black. The
marble chip shall be of 6 mm size.
Before starting the work, the contractor shall get the sample of marble chips approved by
Engineer-in-Charge. The full quantity of dry mixture of mortar required for a room shall be
prepared in a lot in order to ensure uniform colour. This mixture shall be stored in a dry
place & well covered and protected from moisture. The dry mortar shall be mixed with
water in the usual way as & when required. The mixed mortar shall be homogenous and
stiff and to contain just sufficient water to make it workable. The terrazo topping shall be
laid while the under layer is still plastic. A cement slurry preferably of the same colour as
the topping shall be brushed on the surface immediately before laying is commenced. It
shall be laid to uniform thickness slightly more than that specified thickness in order to get
the specified finished thickness after rubbing. The surface of the top layer shall be
trowelled over, pressed & brought true to required level by a straight edge & steel floats in
such a manner that the maximum amount of marble chips come up & are spread uniformly
over the surface.
13.4.2 Laying
Sub-grade concrete or the RCC slab on which the tiles are to be laid shall be cleaned,
wetted and mopped. The bedding for the tiles shall be with cement mortar of 1:4 (1
cement: 4 coarse sand) light shades using white cement. The ingredients shall be
thoroughly mixed by volume in dry form. Care shall be taken to ensure that there are no
hard lumps present. Water shall then be added and the ingredients thoroughly mixed. The
average thickness of the bedding mortar shall be 30 mm and the thickness at any place
shall not be less than 10 mm. Cement mortar bedding shall be spread, tamped and
corrected to proper levels and allowed to slightly harden. Over this bedding, neat grey
cement slurry of honey like consistency shall be spread at the rate of 4.4 kg of cement per
square metre over such an area as would accommodate about twenty tiles. Tiles shall be
washed clean and shall be laid in this grout one after another, each tiles being gently
tapped with a wooden mallet till it is properly bedded, and in level with the adjoining tiles.
The joints shall be kept as thin as possible not exceeding 1.5 m and in straight lines or to
suit the required pattern. The surface of the flooring during laying shall be frequently
checked with a straight edge atleast 2 metre long, so as to obtain a true surface with the
required slope. Where full size tiles cannot be fixed, these shall be cut (swan) to the
required size and their edges rubbed smooth to ensure a straight and true joint. The tiles
shall be laid as per pattern and schemes shown in drawing or as approved by Engineer-in-
charge. Tiles which are fixed in the floor adjoining the wall shall enter not less than 12 mm
under the plaster, skirting or dado. The junction between wall plaster and tile work shall be
finished neatly and without waviness. After the tiles have been laid, surplus cement grout
that may have come out of the joint shall be cleaned off.
13.4.3 Curing, Polishing and Finishing
Polishing shall be done by machine. About 36 hours after laying the top layer, the surface
shall be watered & ground evenly with machine fitted with special rapid cutting grit blocks
( carborundum stone) of coarse grade (No.60) till the marble chips are evenly exposed &
the floor is smooth. The surface shall thereafter be grounded evenly with machine fitted
with coarse grade grit blocks (no. 60). after the first grinding, the surface shall be
thoroughly washed to remove all grinding mud, cleaned and mopped. It shall then be
covered with a thin coat of grey or white cement, mixed with or without pigment to match
the colour of the topping of the wearing surface in order to fill any pin hole that appear.
The surface shall be again cured for 5 to 7 days. . The second grinding shall then be carried
out with machine fitted with fine grade grit blocks (No.120). The final grinding with
machine fitted with the fine grade grit, blocks (no. 320) shall be carried out the day after
the second grinding described in the preceding paragraph or before handing over the floor,
as ordered by the Engineer-in-Charge. The finished surface should show the marble chips
evenly exposed.
For small areas or where circumstances so require, hand polishing shall be permitted in
lieu of machine polishing after laying. For hand polishing the following Carborundum
stones, shall be used:
Ist grinding - coarse grade stone (No. 60).
Second grinding - medium grade (No. 80)
Final grinding - fine grade (No. 120).
In all other respects, the process shall be similar as for machine polishing.
After the final polish, oxalic acid shall be dusted over the surface at the rate of 33 gm per
square metre sprinkled with water and rubbed hard with a namdahblock (Pad of woollen
rags). The following day the floor shall be wiped with a moist rag and dried with a soft
cloth and finished clean.
13.5.0 Precast Terrazzo Tile Flooring
13.5.1 Terrazzo Tiles
Terrazzo tiles shall be generally conform to IS:1237-1980 with marble chips of nominal
sizes 1mm to 6mm, shades as specified in the schedule of rates and shall be of approved
quality and shade. Requirement and methods of testing shall be as per relevant I.S. Code.
The sizes of tiles shall be as specified in the drawings and or detailed in the schedule of
rates. The thickness of tiles shall be 20mm/25mm or as shown with marble chips of sizes
upto 6 mm.
13.5.2 Tolerances for Precast Terrazzo Tiles
Tolerances on length and breadth shall be plus or minus one millimetre; tolerance on
thickness shall be plus 5 mm. The range of dimensions in any one delivery of tiles shall not
exceed 1 mm on length and breadth and 3 mm on thickness. The tiles shall be
manufactured under hydraulic pressure of not less than 140 kg per square centimetre and
shall be given the first grinding with machine before delivery to site. The proportion of
cement to aggregate in the backing of the tiles shall not be leaner than 1:4 by weight.
Similarly the proportion of cement to marble chips aggregate in the wearing layer of the
tiles and the proportion of pigment to be used therein shall not exceed 10 per cent of
weight of cement used in mix.
13.5.3 Laying
Sub-grade concrete or the RCC slab on which the tiles are to be laid shall be cleaned,
wetted and mopped. The bedding for the tiles shall be with cement mortar of 1:4 (1
cement: 4 coarse sand) light shades using white cement. The ingredients shall be
thoroughly mixed by volume in dry form. Care shall be taken to ensure that there are no
hard lumps present. Water shall then be added and the ingredients thoroughly mixed. The
average thickness of the bedding mortar shall be 30 mm and the thickness at any place
shall not be less than 10 mm. Cement mortar bedding shall be spread, tamped and
corrected to proper levels and allowed to slightly harden. Over this bedding, neat grey
cement slurry of honey like consistency shall be spread at the rate of 4.4 kg of cement per
square metre over such an area as would accommodate about twenty tiles. Tiles shall be
washed clean and shall be laid in this grout one after another, each tiles being gently
tapped with a wooden mallet till it is properly bedded, and in level with the adjoining tiles.
The joints shall be kept as thin as possible not exceeding 1.5 m and in straight lines or to
suit the required pattern. The surface of the flooring during laying shall be frequently
checked with a straight edge at least 2 metre long, so as to obtain a true surface with the
required slope. Where full size tiles cannot be fixed, these shall be cut (swan) to the
required size and their edges rubbed smooth to ensure a straight and true joint. The tiles
shall be laid as per pattern and schemes shown in drawing or as approved by Engineer-in-
charge. Tiles which are fixed in the floor adjoining the wall shall enter not less than 12 mm
under the plaster, skirting or dado. The junction between wall plaster and tile work shall be
finished neatly and without waviness. After the tiles have been laid, surplus cement grout
that may have come out of the joint shall be cleaned off.
13.5.4 Curing, Polishing and Finishing
The day after the tiles are laid all joints shall be cleaned of the grey cement grout with a
wire brush or trowel to a depth of 5 mm and all dust and loose mortar removed and
cleaned. Joints shall then be grouted with grey or white cement mixed with or without
pigment to match the shade of the topping of the wearing layer of the tiles. The same
cement slurry shall be applied to the entire surface of the tiles in a thin coat with a view to
protect the surface from abrasive damage and fill any pin holes that may exist on the
surface. The floor shall then be kept wet for a minimum period of 7 days. The surface shall
thereafter be grounded evenly with machine fitted with coarse grade grit blocks (no. 60).
Water shall be used profusely during grinding. After grinding the surface shall be
thoroughly washed to remove all grinding mud, cleaned and mopped. It shall then be
covered with a thin coat of grey or white cement, mixed with or without pigment to match
the colour of the topping of the wearing surface in order to fill any pin hole that appear.
The surface shall be again cured. The second grinding shall then be carried out with
machine fitted with fine grade grit blocks (No.120). The final grinding with machine fitted
with the fine grade grit, blocks (no. 320) shall be carried out the day after the second
grinding described in the proceeding paragraph or before handing over the floor, as
ordered by the Engineer-in-Charge. For small areas or where circumstances so require,
hand polishing shall be permitted in lieu of machine polishing after laying. For hand
polishing the following Carborundum stones, shall be used:
Ist grinding - coarse grade stone (No. 60).
Second grinding - medium grade (No. 80)
Final grinding - fine grade (No. 120).
In all other respects, the process shall be similar as for machine polishing.
After the final polish, oxalic acid shall be dusted over the surface at the rate of 33 gm per
square metre sprinkled with water and rubbed hard with a namdahblock (Pad of woollen
rags). The following day the floor shall be wiped with a moist rag and dried with a soft
cloth and finished clean.
If any tile is disturbed or damaged, it shall be refitted or replaced; properly jointed and
polished. The finished floor shall not sound hollow when tapped with a wooden mallet and
shall be protected with dry sand dust till it is completely set.
13.6.0 VITREOUS CERAMIC / PORCELAIN / VITRIFIED FLOOR TILES:
13.6.1 Make
Vitreous Ceramic / Porcelain / Vitrified tiles shall be of best quality and of approved
make/manufacturer. They shall be of specified thickness and size, type and colour and laid
to pattern as shown in the drawings or as approved by the Engineer-in-Charge.
13.6.2 Sub-base
The base shall first be prepared as indicated in clause No. (Pre-cast terrazzo floor)
indicated herein above. Over the prepared base, if required 1:3:6 cement concrete screed
shall be laid to make up the total thickness of floor finish as specified. The surface shall be
laid to falls and slopes as required and scratched for key.
13.6.3 Laying of Floor tiles
After the base is cured and dried, 20 mm thick cement mortar 1:4 (1 cement: 4 coarse
sand) shall be laid on the surface and spread evenly with a trowel. Neat cement slurry of
honey like consistency shall be spread over. The back of the tile previously cleaned and
soaked in water shall be placed over the mortar and brought to proper level by striking
gently with a wooden mallet.
13.6.4 Pointing
The tiles shall be laid in the manner as specified above in required pattern with as thin a
joint as possible. The joints shall be thoroughly cleaned and pointed with white cement
slurry (1 white cement: 2 sand) admixed with pigment of matching colour as the tiles. The
pointing can alternatively, be carried out with an approved non-shrink grout of matching
colour as recommended by the manufacturer.
13.6.5 Cutting of Tiles
Care shall be taken to see that full tiles are used as far as possible. Where not possible, the
edge tiles shall be neatly cut with a tile cutter and the edges rubbed smooth. The cut edge
of the tiles shall not install in exposed locations.
13.6.6 Curing
The tiles shall be cured for 7 days with water and then thoroughly cleaned and dried.
13.7.0 CERAMIC WALL TILE IN DADO
13.7.1 Notwithstanding anything written above, the manufacturer's printed instructions
regarding laying and curing shall be strictly followed.
13.7.2 Tiles
The tiles shall be of approved make/manufacturer and shall generally conform to IS:
13753. They shall be flat, and true to shape and free from cracks, crazing, spots, chipped
edges and corners. The glazing shall be of uniform shade. The tiles shall be of nominal sizes
of 300 x 200 mm, 200 x 100 mm or as otherwise specified. The thickness of the tiles shall
be 7 mm unless otherwise required or shown.
13.7.3 White and Coloured Tiles
The tiles shall be white, black matte or coloured as specified or as instructed by Engineer-
in-charge.
13.7.4 Preparation of Surface
The joints shall be raked out to a depth of at least 12 mm in masonry wall, while the
masonry is being laid. In case of concrete walls, the surfaces shall be backed and
roughened with wire brushes. The surface shall be cleaned thoroughly, washed with water
and kept wet before skirting/dado is commenced.
13.7.5 Mortar
12 mm thick plaster of cement mortar 1:3 (1 cement: 3 coarse sand) shall be applied and
allowed slightly to harden. The plaster shall be roughened with wire brushes or by
scratching diagonal at close intervals.
13.7.6 Laying of Tiles
The tiles shall be soaked in water, adequately washed clean, and a coat of neat cement
slurry applied liberally at the back of tiles and set in the bedding mortar. The tile shall
tamped and corrected to proper plane and lines. The tiles shall be set in the required
pattern and butt jointed. The joints shall be as fine as possible and uniform. Top of dado
shall be truly horizontal and joints truly vertical except where cut to the required size and
their edges rubbed smooth. are shall be taken to ensure that as far as possible cut tile are
in non-exposed locations. Works shall be carried out in all areas only after a sample.
13.7.7 Pointing
After laying is complete, the joints shall be cleaned off the grey cement grout with wire
brush and all dust and loose mortar removed. The joints shall then be flush pointed with
white cement slurry added with approved pigments to match the colour of tiles.
13.7.8 Curing and Finishing
The surface shall be cleaned and kept wet by sprinkling water for seven days. The finished
surface shall be clean, free of patches and glossy and shall not sound hollow. Finished dry
surfaces shall be washed with mild organic acid, if so required. The finished surface shall
meet the approval of the Engineer-in-Charge.
13.8.0 CEMENT CONCRETE FLOORING WITH METALLIC HARDENER TOPPING
13.8.1 Sub-grade
Cement concrete sub grade, laying pattern shall be as specified in Cement concrete floor.
13.8.2 under Layer
Under layer concrete shall be as specified in the relevant specification for terrazzo flooring
stated
13.8.3 Top Layer
Metallic concrete hardener topping where so specified shall consists of 15 mm thick layer
of mix 1:2 (1 cement : 2 stone aggregate 6 mm nominal size) by volume or as otherwise
specified, with which metallic hardening compound is mixed in ratio of 1:4 (1 metallic
concrete hardener : 4 cement) by weight. The metallic compound shall be of approved
quality consisting of uniformly graded iron particles, free from non-ferrous metal particles,
oil, grease, sand, soluble alkaline compound. Concrete hardener shall be dry mixed
thoroughly with cement on a clean dry Pucca Platform. This dry mixture shall be mixed
with stone aggregate 6 mm nominal size or as otherwise specified in the ratio 1:2 (1
cement mixture : 2 stone aggregate) by volume and well turned over. Just enough water
shall then be added to this dry mix as required for floor concrete. The mixture so obtained
shall be laid in 15 mm thickness over 37 mm thick under layer of cement concrete floor
1:2:4 (1 cement : 2 coarse sand: 4 stone aggregate 20 mm nominal size) within 2 to 4 hours
of its laying. The topping shall be laid true to provide a uniform and even surface. After the
initial set has started the surface shall be finished smooth true to slope with steel floats.
13.8.4 Curing
The floor shall be cured as specified here-in-above.
13.9.0 MARBLE FLOORING
Marble flooring where so specified shall consist of marble slabs laid over cement mortar
bed. Marble shall be as specified in 2.7.0.
13.9.1 Dressing of slabs
Every stone shall be cut to the required size and shape, fine chisel dressed on all sides to
the full depth. The top surface shall also be fine chisel dressed to remove all waviness. The
thickness of the slab shall be as specified. Base concrete or the RCC slab on which the slabs
are to be laid shall be cleaned, wetted and mopped. The bedding for the slabs shall be with
cement mortar 1:4 (1 cement: 4 coarse sand) of 20 mm average thickness. Slabs free from
all adherent materials shall be laid on bed, pressed and tapped with wooden mallet and
brought to the level of the adjoining slabs. It shall then be lifted and laid aside. The hollows
created in the mortar bed are made good. The mortar is allowed to harden a bit and
cement slurry of honey like consistency shall be spread at the rate of 4.4. kg of cement per
sq.m. The edges of the slab already paved shall be filled with white cement with or without
admixture of pigment to match the shade of the marble slabs. The slab to be paved shall
than be placed back in position and tapped with wooden mallet till it is properly bedded in
level. After each slab has been laid surplus cement on the surface of the slabs shall be
cleaned off. Slabs adjoining the wall shall enter not less than 12 mm under the skirting or
dado.
13.9.2 Curing, Polishing & Finishing
Floor shall be kept wet for a minimum period of 7 days. The floor shall then be grounded &
polished as specified in 23.4.4 except that cement slurry with or without pigments shall not
be applied to the surface before each polishing & instead white cement may be used.
Flooring shall be laid to required slope/ level and shall be cured for a minimum of 7 days.
13.13.0 SKIRTING AND DADO WORK
Skirting & dado shall be fixed only after flooring. The under layer shall consist of layer of
stiff cement sand mortar of 1:3 or as specified in SOR & finished rough to provide key for
the topping. Topping shall be as specified. For fixing of tiles, the back of each tile to be
fixed shall be covered with a thin layer of neat cement & the tile shall then be gently
tapped against the wall with wooden mallet. The fixing shall be done as close as possible
from bottom upwards. Skirting & dado shall be ground & polished just as floor work or
polished by hand by rubbing down with suitable polishing stones in three operations
evenly & without scratching the surface. Before handing over it shall be thoroughly
washed & cleaned. Dilute oxalic acid may also be used for cleaning if required.
14.0.0 WATER PROOFING
14.1.0 Water Proof treatment on roof shall be as specified in Schedule of Rates.
14.1.1 The surface to be treated shall have a minimum slope of 1 in 120 or as directed by Site
Engineer. Grading shall be carried out with PCC 1:2:4 with 10 mm down aggregate to 40
mm average thickness and finished smooth. Such grading shall be paid separately under
appropriate item.
14.1.2 Junction between the roof and vertical face of parapet wall etc. shall be cased by running
triangular fillets 75x75 mm size in PCC 1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size). At the drain mouths the fillets shall be suitably cut back
and rounded off for easy application of water proofing treatment and easy flow of water.
The provision of fillets shall be deemed to cover the item of water proofing and shall not
be measured or paid for separately.
14.1.3 For carrying over and tucking in the water proofing felts into parapet wall etc. a horizontal
groove 65 mm deep and 75 mm wide section with its lower edge not less than 150 mm
above the graded roof surface shall be left on the inner face of the same during
construction if possible. When such groove has not been left, the same shall be cut out
neatly. The base and rear of the groove shall be finished smooth with cement mortar 1:4 (1
cement: 4 coarse sand). Such cutting of groove and its finishing smooth shall be deemed to
be part of the water proofing item and shall not be measured or paid separately. No
deduction shall be made either, for making the groove when the later has already been left
in masonry.
14.1.4 Tucking in of the water proofing felt will be required where parapet wall exceed 45 cm in
height from graded surface. Where the height is 45 cm or less, no groove will be required
as the water proofing treatment will be carried over the top of the parapet wall to its full
thickness. Such treatment shall not be measured or paid for separately.
14.1.5 The graded surface of the roof and concrete fillets and face of walls etc. shall be
thoroughly cleaned with wire brushes & all loose scale etc. removed. The cracked surface
shall be cut to `V' Section, cleaned and filled up flush with cement mortar slurry 1:4 (1
cement : 4 coarse sand). Such cleaning of the surface or treating the crack shall not be paid
for separately.
14.1.6 After grouting the crack, if any, with Cement grout the primer shall be brushed over the
cleaned and dried surface before the bonding material is applied. The primer conforming
to IS: 3384-1986 shall be applied at minimum rate of 0.30 litre/sq.m (first layer).
14.1.7 The second layer shall consist of straight run bitumen conforming to IS: 73-1961 @ 0.70
Kg/sq.m applied hot (not less than 50 deg. c) as per IS: 7290-1979. The fourth layer shall
consist of cold cut back bitumen @ 1 kg/sq.m over felt film as per IS:7290. The fifth and
final course shall consist of coarse sand @ 0.75 Kg/sq.m over bitumen and subsequent
preparation of the surface.
14.1.8 The self finished synthetic felts to be used shall conform to IS 7941 of 1976. It shall have 3
layers of LDPE/HDPE and 1 layer of 2 mm foam insulation. It shall be waterproof, acid
resistant and fire resistant.
14.1.9 The felt film forming the 3rd course shall be cut to the required length, brushed clean of
dust materials and laid out flat to eliminate cut, and subsequent stitching. The felt shall not
be laid in single piece of very long length as they are likely to shrink. Length of 6 to 8
metres is suitable. Each strip shall have overlap of 7.5 cm, with the adjacent strip duly
bonded with cold cut back adhesive @ 0.35 kg/sq.m. All the overlaps shall be levelled and
pressed down to level the unevenness. The felt shall be carried over up to the adjacent
parapet wall as per clause 24.1.4 anchored thereto with cement grout by inserting the felt
in the groove on the wall. Chase cutting on the wall for making grooves and anchoring
grout shall be done by the Contractor without any extra cost to the owner.
14.1.10 Payment will be made on square metre basis of the area of roof surface covered by the
water proofing felt. No extra measurement shall be made for laps, joints, anchoring in
grooves, carrying over parapet etc.
14.1.11 In case of APP (Atactic Polypropylene Polymer Treatment) the five layer 3 mm thick
water proofing membrane, black finished with non-woven polyester matt must be
applied over the concrete surface after application of bitumen primer @0.4Lt/m2 on the
surface.
14.1.12 APP sheets must by laid using butane torch for heating the sheets to softening point
thereby rolling the sheet forward, pressing firmly against the surface using silicon rollers
for removing the air pockets/voids between the sheet and concrete surface to bond from
the lower end towards higher end. This to be properly ensured that there must not be any
air pocket left between the sheet and the surface.
14.1.13 The overlapping between sheets must be 10 cm minimum and must be sufficiently
leveled and pressed down to level the unevenness. Heat both the overlap and use round
tipped trowel to seal overlap. Excess compound should be smoothened and pressed into
seam using hot trowel. The APP shall be carried over up to the adjacent parapet wall
anchored thereto with cement grout by inserting the felt in the groove on the wall. The
Contractor shall do Chase cutting on the wall for making grooves and anchoring grout
without any extra cost to the owner.
14.1.14 Payment will be made on square meter basis of the area of roof surface covered by the
water proofing membrane. No extra measurement shall be made for laps, joints,
anchoring in grooves, carrying over parapet etc.
15.0.0 FINISHING
15.1.0 Plastering
15.1.1 Unless otherwise specified, brick surface is to be plastered with cement mortar (1:6), 15
mm thickness using medium coarse sand. Concrete surface and ceiling etc. shall be
plastered with cement mortar (1:4), 6 mm thick using medium coarse sand. Before
plastering work is started all joints shall be raked out and loose mortar shall be brushed
out. For plaster over cement concrete surface, the surface shall be thoroughly chipped.
The surface shall then be thoroughly washed with water, cleaned and kept wet before
commencement of wall plasters.
15.1.2 Curing for plastered surface shall be started 24 hours after finishing the plaster and shall
be kept wet for a period of 7 days.
15.1.3 Payment for plastering shall be made on square metre basis. Deduction shall not be made
for opening less than 0.5 Sq.m area and no payment shall be made for jambs, sills etc. For
opening 0.5 Sq.m to 3.0 Sq.m each deduction shall be made for 50% of the opening size
and no payment shall be made for jambs and sills. For opening of area more than 3 Sq.m,
deduction shall be made for jambs and sills. For opening of area more than 3 Sq.m,
deduction shall be made for the full area but jambs; sill etc. shall be measured and paid. All
measurement shall be made for each face. The rate of plastering shall be inclusive of all
cost of scaffolding, labour, material etc. complete.
15.2.0 Neat Cement Punning
15.2.1 Punning when specified shall be done as soon as the plastered surface or concrete surface
has hardened a little and shall not be delayed too long after the same. Required quantity
of cement and water shall be thoroughly mixed together into a paste of thick consistency.
The cement paste shall be applied uniformly to a thickness of 1.5 mm to 2 mm over the
surface with small steel trowel and polished well, to smooth shining finish. Neat cement
punning wherever possible shall be done in one operation to eliminate joint marks. The
surface shall be cured continuously for at least 7 days with wet gunny bags or any other
method as approved by the Site Engineer shall be used.
15.2.2 Payment shall be made on square metre basis of finished surface.
15.5.0 PLASTERING AT JUNCTION OF MASONRY/ RCC
15.5.1 All junction of masonry wall with R.C.C structures e.g. column, beam etc. shall be plastered
after providing and fixing of approved G.I. Chicken Wire Mesh 250 mm vide centrally over
the length of junction either vertically or horizontally to the satisfaction of Engineer-in-
Charge. G.I. Chicken Wire Mesh of required width shall also be fixed over the chasing for
conduits. Pipes etc.Shall be embedded on masonry wall before plastering is commenced.
16.0.0 INTEGRAL WATER PROOFING COMPOUND
16.1.0 Water proofing compound shall, in general, conform to IS: 2645, approved brand like
`CICO', `PUDDLO', ACCOPROOF', PIDILITE Dr. FIXIT or equivalent shall be used.
Waterproofing compound shall be procured in sealed/packed condition. Approval of the
Engineer-in-Charge or his authorised representative shall be obtained prior to using the
same in works. Proportion and manner of mixing the water proofing compound with
cement shall be as per manufacturer's specification and instructions.
16.2.0 Water proofing compound shall normally be used in damp proof course and plastering
works wherever mentioned in drawings. However, contractor may be ordered to use
water-proofing compound in plain or reinforced cement concrete works, flooring works
etc. by the Engineer-in-Charge. Usage of water proofing compound shall be paid for as a
separate item of work under relevant item of work in the `Schedule of Rates'.
17.0.0 WHITE WASHING/COLOUR WASHING
17.1.0 Before wash, the surfaces shall be thoroughly brushed free from mortar dropping and
foreign matters.
17.1.1 The wash shall be prepared from fresh stone shale lime. The lime shall be thoroughly
soaked and screened through a clean coarse cloth and admixed with gum and indigo. 3 gm.
of indigo, 20 gm. of gum per kg.of lime shall be used approximately, one kg of lime will
produce 5 litres of white milky solution. The solution shall be got approved by the Site
Engineer before application. Number of coats shall be as specified in the Schedule of Rates
and each coat shall be allowed to dry before next one is applied. For colour washing,

payment shall be same as for plastering as mentioned in clause no. 24.1.3.


17.1.2 Dry Distemper
17.1.3 Dry distemper of approved brand and manufacture shall be used. The shade shall be got
approved by the Engineer-in-Charge before application of the distemper. The dry
distemper shall be stirred slowly in clean water using 0.6 litre of water per kg. of distemper
or as specified by the manufacturer. Warm water shall preferably be used. It shall be
allowed to stand at least 30 minutes and the mixture shall then be well stirred before use.
The finished surface shall be even and uniform and shall show no brush marks. Mode of
payment and measurement shall be same as for plastering as mentioned in clause no.
24.1.3.
17.2.0 Water Proof Cement Paint
17.2.1 The water proof cement paint shall be "Snowcem" or equivalent of approved brand and
manufacture. The same and the colour of the paint shall be got approved by the Site
Engineer before application.
17.2.2 The surface to be coated with water proof cement paint shall be thoroughly cleaned of all
dust and falling mortar by washing and scrubbing. The surface shall be thoroughly wetted
with clean water before the water proof cement paint is applied. Water proof cement
paint shall be mixed in such quantity as can be used up within a hour of its mixing. Curing
shall be done as per manufacturer's specifications.
17.2.3 Mode of measurement and payment shall be same as for plastering as mentioned in clause
28.1.3.
17.3.0 Oil Bound Distemper
17.3.1 Materials
Oil bound washable distemper of approved shade; brand and manufacture shall be used.
The primer shall be of the same manufacture as oil bound distemper. The distemper and
primer shall be procured by the contractor in sealed tin in sufficient quantities at a time to
suffice for a fortnight's work and the same shall be kept in the joint custody of the
contractor and the Site Engineer. The empty tins shall not be removed from the site of
work, till this item of work has been completed and passed by the Site Engineer.
17.3.2 Preparation of Surface
The surface shall be thoroughly cleaned of dust, old white or colour wash if any by washing
and scrubbing and then be allowed to dry for at least 48 hours. It shall then be sand-
prepared to remove any unevenness. Depressions if any shall be made up with plaster of
paris putty.
17.3.3 Application
The primer coat shall be applied first horizontally and then vertically immediately
afterwards. The surface shall be finished as uniformly as possible leaving no brush marks. It
shall be allowed to dry for at least 48 hours before oil bound distemper is applied. The
surface thus prepared shall be lightly sand papered to make it smooth for receiving
distemper, taking care not to rub out the primer coat. One coat of distemper properly
diluted with thinner (as stipulated by manufacturer) shall be applied with brush in
horizontal strokes followed immediately by vertical ones which together constitute one
coat. The subsequent coat shall be applied in the same way, so as to obtain an even
shade. A time interval of at least 24 hours shall be allowed between consecutive coats to
permit proper drying of the preceding coat.
17.3.4 Mode of measurement and payment shall be same as for plastering mentioned in clause
no. 28.1.3.
18.0.0 PAINTING
18.1.0 Paints, oil etc. of approved brand and manufactures as approved by the Site Engineer shall
be used. Paints manufactured by M/s. Johnson & Nicholson, Asian Paints, British Paints,
ICI, Nerolac, Bombay paints Ltd., and Shalimar shall only be approved. Primer and thinner
used shall also be of same manufacture and brand. Ready mixed paints as received from
the
If for any reason thinning is necessary (in case of ready mixed paint) the brand of thinner
recommended by the manufacturer or as instructed by the Site Engineer shall be used.
18.1.1 The surface shall be thoroughly cleaned and dusted. All the rust, dirt, scales, smokes and
grease shall be thoroughly removed before painting is started. The prepared surface shall
have received the approval of the Site Engineer after inspection, before painting is
commenced.
18.1.2 The wood work to be painted shall be dry and free from moisture. The unevenness shall be
rubbed down with smooth sand paper and shall be well dusted. Knots, if any, shall be
covered with preparation of red lead made by grinding lead in water and mixing with
strong glue, sized and used hot.
18.1.3 Payment shall be made on square metre basis for the area painted.
19.0.0 SANITARY WORKS
19.1.0 European type water closet
19.1.1 Water closet shall be of white vitreous china clay and shall be of wash down type
conforming to IS: 2556 Part VIII and all as described in the Schedule of Rates. The closet
shall be of one piece construction and have integral flushing rim of suitable type. Each
water closet shall have four holes with its pedestal for fixing to the floor. The water closet
shall have an integral S or P trap outlet with at least 50 mm water-seal. The closet shall be
provided with 15 litres white vitreous china clay low level flushing cistern with all fittings,
MS or C.I. brackets and 40 mm dia flush bend pipe. The closet shall be provided with black
plastic seat and lid.
19.1.2 The water closet shall be fixed to the floor by means of 75 mm long 6.5 mm diameter
counter sunk bolts and nuts embedded in the floor concrete. The cisterns shall be fixed on
C.I. cantilever brackets which shall be firmly embedded in the wall in cement mortar 1:4 (1
cement: 4 fine sand). The cistern shall be connected to the closet by means of 40 mm
diameter white porcelain enamelled flush bend with rubber inlet connection.
19.1.3 Rate shall include cost of all materials, labour involved in all the operations specified above
including fixing, cutting of wall and floor and making good the same.
19.2.0 Indian Type Water Closet
19.2.1 Water closet shall be of white vitreous china clay of a reputed brand like Hind ware or
equivalent. Each pan shall have an integral flushing rim of suitable type. It shall also have
an inlet or supply horn for connecting the flush pipe. The flushing rim and inlet shall be of
self draining type. The pan shall be fitted with 100 mm S.C.I. trap `P' or `S' type with
approximate 50 mm water seal. White glazed foot rest and a high level C.I. flushing cistern
of 15 litre capacity with all fixtures.
19.2.2 The pan shall be sunk into the floor and embedded in a cushion of average 15 cm cement
concrete 1:5:10 (1 cement : 5 fine sand : 10 graded brick ballast 40 mm nominal size). The
concrete shall be left 115 m below the top level of the pan so as to allow for flooring and
its bed concrete. The joint between the pan and trap shall be made leak proof with cement
mortar 1:1 (1 cement: 1 fine sand). Fixing of flushing cistern shall be as per clause 32.1.2.
The flush pipe shall be of galvanised steel tube of 32 mm nominal internal diameter. The
flush pipe from cistern shall be connected to pan by means of cement or putty joint.
Cistern bracket flush-pipe and over-flow pipe shall be painted with two or more coats of
white zinc paint. Foot rest of size not less than 25 x 13 x 3 cm of white glazed earthenware
shall be set in cement mortar 1:3 (1 cement : 3 coarse sand). The position of the foot rest
with the pan shall be as per the direction of the Engineer in Charge.
19.2.3 Rate shall include cost of all material, labour involved in all the operation mentioned
herein above. No extra payment shall be made for painting, fixing, cutting or making good
of the wall and floor.
19.3.0 Urinals
19.3.1 Urinals shall be of white vitreous china clay flat back type conforming to IS: 2556 Part-VI.
Urinal shall be of one piece construction with integral flushing rim. These shall be mounted
on walls. The flushing inlet pipe connection piece shall be of PVC 15 mm dia with brass
union and CP. stop cock for cistern, 25 mm dia CP. distribution pipe and waste pipe shall be
750 mm long 32 mm dia. G.I. pipe with necessary brass union and CP. brass screws shall be
used for fixing the urinals. Fixing shall ensure that no liquid is left over in the pan after
flushing. Urinals shall be connected to automatic flushing cistern either individually or in
groups. For a set of three urinals one automatic flushing cistern of 15 litre capacity shall be
provided.
19.3.2 The flushing cistern shall be of C.I. conforming to IS:2326 and fixed in the same manner as
stated in clause no. 32.1.2.
19.3.3 Rate shall include cost of all material and labour involved in all the operations mentioned
above.
19.4.0 SINKS
19.4.1 The sinks shall be of white vitreous china clay conforming to IS: 2556 part V and shall be of
the following size : 600x450 mm x 250 mm. They shall be one piece construction including
a combined overflow. The floor of the sink shall gently slope towards the outlet. The outlet
in all cases be suitable for waste fittings having flanges of 88 mm diameter and the waste
hole shall have a minimum diameter of 65 mm at the bottom to suit the waste fittings.
Each sink shall be provided with a non-ferrous 50 mm dia waste fitting. The sink shall have
over flow of the weir type and the inverts shall be 30 mm below the top edge.
19.4.2 Each sink shall be provided with a waste plug, of suitable chain and stay plug chains shall
be of brass wire of 1.800 mm with brazed over links approximately 13 mm in length and
shall be chromium plated. It shall have an overall length from the collar to the stay of not
less than 30 mm. There shall be triangular or D-shankle at each end, one of which shall be
Abrazed to the plug and the other securely fixed to the stay. The 50 mm long shank of the
waste shall be threaded to the full length to the underside of flange in each case. The
waste fittings and plug fittings shall be chromium plated. The chromium plating shall be of
grade B conforming to IS: 1068.
19.4.3 Sink shall be fitted on C.I. or M.S. brackets (conforming to IS:775) and the Brackets shall be
painted white one coat of anti-corrosive priming, the sink shall be fixed at 800 mm above
finished floor level or as directed by the Site Engineer.
19.4.4 Rate shall include cost of all materials and labour involved in all the operations mentioned
above.
19.5.0 WASH BASINS
19.5.1 Wash basins shall be of white vitreous china clay flat back type conforming to IS: 2556 Part
IV. Wash basin shall be of one piece construction including a combined over flow. This shall
be fitted on C.I. or M.S. brackets (conforming to IS: 775). The wall side shall be fixed well
flushed with the plaster of wall and the joint, if any, shall be properly finished with mortar
and painted white. The basin shall be provided with two C.P. brass pillar cocks, 32 mm dia.
C.P. brass waste trap, C.P. brass chain, rubber stopper and 32 mm dia. C.P. brass waste
pipe. The basin shall be fixed at 800 mm above finished floor level or as directed by the
Site Engineer.
19.5.2 Rate shall include cost of all materials and labour involved in all the operations mentioned
above.
19.6.0 BEVELLED EDGE MIRROR
19.6.1 The bevelled edge mirror shall be of best quality of `Hindustan Pilkington' or equivalent
make approved by Engineer-in-Charge. The size of the mirror shall be 600 x 450 mm and
of thickness 6 mm. Mirror shall be provided with a backing of asbestos sheet of 6 mm
thickness and fixed to wooden cleat with 4 C.P. brass screws.
19.6.2 Payment shall be made on number of mirrors fixed.
20.0.0 BRICK MASONRY CHAMBERS FOR DRAINAGE
20.1.0 Brick masonry chambers shall be constructed as per drawing true to dimensions. The
chambers shall be 600 x 600 mm in size and of average 750 mm in depth. The brick work
shall be with second class brick in cement mortar 1:5 (1 cement: 5 fine sand). Bed concrete
shall be 100 mm thick cement concrete 1:4:8 (1 cement: 4 coarse sand: 8 grade stone
aggregate). Brick work shall be plastered inside with cement mortar 1:3 (1 cement: 3 fine
sand) finished with a floating coat of neat cement. Benching shall be done with Cement
concrete 1:2:4 (1 cement: 2 fine sand: 4 graded stone aggregate 20 mm down) finished
smooth with neat cement. The Chamber shall be covered with 100 mm thick slab in 1:2:4
reinforced Concrete fitted with 540 mm diameter CI light duty cover. Cover shall be made
free from casting & other defects. All sharp edges shall be removed and finished smooth. It
shall be coated with 2 coats of anti-corrosive paints.
21.0.0 MARBLE PARTITION BETWEEN URINALS
21.1.0 The marble partition in between the two urinals shall be 25 mm thick; table rubbed and
polished with round edges, light ash, pink on grey in colour. The partitions shall be pushed
inside the wall upto 100 mm depth, and shall be fixed in C.M. 1:3 (1 cement : 3 fine sand)
and M.S. bracket channel 2 Nos. embedded into the walls, as per drawing and directions.
The payment shall be made on square metre basis of exposed portions only. The rate shall
be inclusive of cost of all labour, material etc. involved for satisfactory completion of the
above mentioned operations, and as per drawings and direction.
22.0.0 TOWEL RAIL
22.1.0 The towel rail shall be of chromium plated and shall be of 20 mm dia. and upto 600 mm
length. Aluminium brackets shall be fixed on both the sides. The rod shall be fixed with
screws and wooden batten on the walls as directed. The mode of measurement shall be
on number basis.
23.0.0 WATER SUPPLY WORKS
23.1.0 Bib and Stop Cocks
23.1.1 Bib cocks and stop cocks of screw down type shall conform to IS:781. All taps shall be of
heavy grade and chromium plated brass. Chromium plating conform to the best quality as
per IS:1068 (latest edition).
23.1.2 Payment shall be made on number of each items fixed.
23.2.0 G.I. PIPE & FITTINGS
23.2.1 All G.I. Pipes and fittings shall conform to IS: 1239 and shall be of medium grade (Class - B)
for water supply services. All screwed tubes and sockets shall have pipe thread in
accordance with the requirement specified in IS: 554.
23.2.2 All fittings shall be of malleable galvanised iron approved by the Engineer-in-Charge.
Fittings in G.I. line shall include all couplings, elbows, tees, bends, union, nipples, reducers,
rubber insertion etc. No extra payment shall be made for these fittings. Payment shall be
made on running metre basis. All pipes above ground shall be fixed with G.I. holder bat
clamps clear off the wall at 1 to 2 metres centre to centre as directed. All visible pipes and
clamps inside and outside the building shall be painted with two coats of white paints or
aluminium paint as directed by the Site Engineer. No extra payment shall be made for
clamps, hooks, cutting holes in walls, chasing and making good the same with 1:3 cement
mortar (1 cement : 3 coarse sand) and for painting. All couplings, elbows, tees, bends,
union, nipples, reducers etc. shall also be deemed to be included and covered by the rates
for running metres of G.I. pipes.
23.2.3 All underground pipes shall be laid in trenches of 60 cm depth and 30 cm width with an all
round sand cushion of 10 cm. Before laying, the pipes shall be painted with two coats of
anti-corrosive bituminastic paint of approved quality. The excess earth after filling the
trenches shall be disposed off as directed by Site Engineer.
23.2.4 After laying and jointing, the pipes and fittings shall be inspected under working conditions
of pressure and flow. Any joint found leaking shall be redone and all leaking pipes shall be
replaced at no extra cost. The pipes and fittings after laying shall be tested under a
gradually applied test hydraulic pressure of 6 kg/sq.cm. The pipe and joints shall be
capable of maintaining the above pressure for at least half an hour without any indication
of fall of pressure. All expenses in carrying out the test shall be borne by the Contractor.
23.2.5 Measurement shall be made in running metre of the finished job as described above. Rate
shall include the cost of materials and labour involved in painting, excavation, sand cushion
and refilling of trenches.
23.3.0 GUN METAL WHEEL VALVE
23.3.1 The wheel valves shall be of heavy pattern and of best approved quality and shall conform
to IS:778 and tested at a pressure of 17.5 kg/sq.cm.
23.3.2 The rate shall be per number basis, the rate shall include supplying and fixing valve in
position as per drawing or direction of Site Engineer.
23.4.0 C.I. SLUICE VALVE
23.4.1 The Sluice valve shall be class-I, and inside non-raising screw type double flanged with
hand wheel. These shall comply in all respect with Indian Standard specification IS: 780
(1963). The body, domes, covers, wedge gate and stuffing box shall be of good quality cast
iron. The bodies, spindles and other parts shall be truly machined with surfaces smoothly
finished. The area of the water way of the fittings shall be not less than the area equal to
the nominal bore of the pipe. The valve shall be marked with an arrow to show the
direction of turn for closing of the valve. The valve shall be fully examined and cleaned off
all foreign matter before being fixed. The fixing of the valve shall be done by means of
bolts, nuts and 3 mm rubber insertions or chemically treated compressed fibre board 1.5
mm thickness and weight not less than 0.183 gm/sq.cm. with the flanges of spigot and the
socketed tail pieces drilled to the same specification. The tail pieces shall be conform to IS:
1938. These shall be jointed to the pipe line by means of lead caulked joints.
23.4.2 Payment for this item shall be made on number basis. The rate shall include cost of all
materials, labour, equipment, transportation etc. involved for the satisfactory installation
of valves with tail pieces, in the pipelines with accessories. Only valve chamber shall be
paid separately.
23.5.0 BRASS FERRULES
23.5.1 The ferrules for connections with C.I. main shall generally conform to IS: 2692. It shall be of
non-ferrous materials with C.I. Bell mouth cover and shall be of nominal bore as specified.
The ferrule shall be fitted with screw and plug with valve capable of completely shutting
off the water supply to the communication pipe if and when required.
23.5.2 For fixing ferrule, the empty main is drilled and tapped at 45 degree to the vertical and
ferrule screwed in. The ferrule must be so fitted that no portion of the projection of the
shank shall be left projecting within the main into which it is fitted. Payment shall be made
per number of ferrule supplied and fixed. The rate shall include necessary excavation, back
filling, drilling, tapping, making connections with the G.I. Pipe, including supply of ferrule,
tools, testing etc. complete in all respect.
23.6.0 PROVIDING AND LAYING CAST IRON PIPE CLASS LA
23.6.1 Centrifugally cast C.I. spun pipes shall conform to IS: 1536-1960 and specials shall conform
to IS: 1538-1960. The pipes shall be spigot and socket end type class LA and withstand
hydraulic test pressure 20 kg/sq.cm. Pipes and specials should be sound with smooth inner
and outer surface, and shall ring clearly when struck with light hammer; the end of the
pipes and specials shall be reasonably square to their axis. All pipes and special shall be
painted with two coats of anti-corrosive paint before laying.
23.6.2 The spigot end of the pipe shall be inserted in the socket and right upto the back. Spun
yarn shall be of clean hemp and of good quality. Spun yarn twisted in rope of uniform
thickness and soaked in hot coal tar, shall be inserted carefully into the socket in two or
three laps. Lead conforming to IS: 782-1962 in molten state shall then be poured into the
joint filling same in one pouring. The lead shall be then caulked in by proper tools to make
it even all-round. Quantity of lead used for various sizes of pipes shall be as mentioned
below:
Pipe size Quantity of lead in Kg. per joint
100 mm dia - 2.72
80 mm dia - 2.00
23.6.3 The pipe shall be laid on an average depth of 1.0 m below ground level as shown in
drawing or as instructed by Site Engineer. Earthwork in excavation and back filling shall be
done in the manner as specified in the relevant item, covering earthwork in excavation and
back-filling. Tees, bends, reducers, end caps etc. shall be provided in the pipeline as per the
drawing or as directed by the Site Engineer.
23.6.4 Cement concrete thrust blocks of suitable design as approved by the Engineer-in-Charge
shall be provided at 450 and 900 bends of the pipes.
23.6.5 After jointing the pipes, the whole line shall be tested at a pressure of 10 kg./sq.m for 24
hours, without pressure drop. The line shall be disinfected with a liquid chlorine solution;
hypochlorite of lime (bleaching powder) may be used. The dose should not be less than 50
ppm of available chlorine and time of contact shall not be less than 8-12 hours as residual
of not less than 5 ppm shall be produced in all parts of line. The pipe line shall be
thoroughly flushed with clean water afterward. Payment shall be made on running metre
basis for the actual length of the pipe laid including specials. The rate shall be inclusive of
cost of all labour, materials, equipment, transportation, earthwork in excavation and
backfilling etc. necessary for laying and jointing pipes and specials, concrete thrust block,
hydraulically testing and disinfecting the line as per direction and satisfaction of the Site
Engineer.
23.6.6 BRICK MASONRY CHAMBER FOR VALVES
23.6.7 Specification of brick masonry chamber under sanitary work shall apply except that there
shall be no benching and channel making.
23.6.8 Payment shall be made on number of chambers completed.
24.0.0 DISMANTLING & DEMOLISHING
24.1.0 The term `Dismantling
removing. The term `Demolition' implies taking up or down or breaking up. This shall
consist of demolishing in whole or part of work including all relevant items as directed. The
dismantling & demolition operations shall always be well planned beforehand. The
operational procedure shall be got approved by Engineer-incharge before starting of work.
Use of pnuematic tools or silent non-explosive demolition agent (like ACCONEX of M/s.
ACC or any other
recommendation & instruction of Engineer-in-charge. Under no circumstances blasting
shall be allowed. Wherever necessary, propping, shoring and underpinning shall be
provided for the safety of the adjoining work or property, which is to left intact, before
dismantling and demolishing is taken up and work shall be carried out in such as way that
no damage is caused to the adjoining work or property. Necessary precautions shall be
taken to keep the dust nuisance down as and where necessary. Necessary instructions
issued by Engineer-in-Charge and/or Site Engineer shall be strictly adhered to in this
regard. The demolished materials shall be handled carefully and properly stacked as
directed by the Site Engineer.
24.2.0 Unserviceable materials rubbish etc. shall be disposed off as directed. All materials
obtained from demolition shall be the property of the owner.
24.3.0 Demolition of reinforced concrete, plain concrete, stone masonry etc. shall be paid in cubic
metres and road crust demolishing shall be paid on sq.m basis. For road crust, the depth
shall be taken as total summation of depth of premix carpet, WBM and base stone soling,
No extra payment will be made for reinforcement encountered. Reinforcement is to be cut
out and stacked separately.
MATERIALS OF APPROVED BRAND AND/ OR MANUFACTURER FOR CIVIL ITEMS

Description Brand Name


1.
Cement ACC, Ultratech, JK Lakshmi, Vikram, Ambuja
2.
Anodised Aluminium Sections Jindal, Indalco, Hindalco, Ajit India,
3.
Aluminium Fittings (ISI) Garnish, Adarsh, Everite
4.
Reinforcement ( Steel for RCC) TATA, SAIL, RINL, JSPL
5.
Structural Steel TATA, SAIL, RINL
6.
G.I. Sheet 22 Gauge (Corrugated & Tata, Necon
Plain)
7.
A.C. Sheet & its accessories Everest, Lotus, Charminar, Ramco, Ashoka
8.
Nova Teak Perforated Tiles Anchor or equivalent
9.
Automatic door closer Everite
10.
G.I. Pipe(s) Tata, Jindal, GST, Prakash- Surya
11.
G.I. Pipe Fittings
12.
Poly Propylene Random Co-Polymer Swastik, Fusion, Vectors, SFMC
(PPR) Pipes
13.
Sanitary Fixture Hindustan, Cera, Parry, Neycer
14.
C.P. Brass fittings for water supply Jaquar, Parko, Marc
15.
Water proofing compound ACCO, CICO, PUDLO, STP, PIDILITE
16.
P.V.C. Flooring LG floor tiles or equivalent
17.
Plastic door Sintex or equivalent
18.
White Cement J.K., Birla or equivalent
19.
Ceramic Glazed tiles Somany, Kajaria, Johnson
20.
Vitrified & Porcelain Floor Tiles Somany, Kajaria, Johnson
21.
Terrazzo Floor Tiles Nitco, Deco
22.
Glass for Panelling, Mirror Modiguard, Asahi, Pilkington
23.
C.I. Sluice Valves Kirloskar, Upadhyay
Description Brand Name
24.
Overhead Tank Sintex
25.
Stone Ware Pipes and Specials Perfect Pottary Bush & Co. or equivalent
26.
R.C.C. Hume Pipe (Non pressure) Indian Hume Pipe, Pragati, Spun line
27.
Synthetic Enamel /Epoxy Paint Berger, Asian, ICI, Nerolac
28.
Acrylic Distemper Berger, Asian, ICI, Nerolac
29.
Acrylic Emulsion Paint Berger, Asian, ICI, Nerolac
30.
Waterproof Cement Paint Super Snowcem
31.
Textured Exterior Paint Berger, Asian, ICI
32.
Stainless Steel Sink Jayna or equivalent
33.
Manhole Cover RIF, BC, Kajeco
34.
Sand Cast Iron (SCI) Soil/ Waste pipes SRIF, RIF
35.
False Ceiling India Gypsum or equivalent
36.
Prelaminated Particle Board Novapan, Bakelite Hylam, Kitply, Anchor, Bhutan
Board, Dura
37.
Sun Control Film Garware
38.
Water Pump Sets Wasp, Crompton, Kirloskar
39.
Submersible Pump Wasp, Kirloskar
40.
Gun Metal Valves, Ball Valves Leader
41.
Water proofing Polymeric Membrane Pidilite, STP, Fosroc, Sikka
42.
Geo-Textile Fabric Gayatri Polymers & Geo-Synthetics, Tuflex India,
Garware-Wall Ropes, Jeevan Products, KT Exports (I)
43.
CPVC Pipe Astral or equivalent

Note: Samples of all materials shall be submitted and got approved from Engineer-in-Charge
before procurement and incorporation into works. The decision of the Engineer-in-Charge in this
regard shall be final.
In case of non-availability of materials of above brands, alternate equivalent brand may be
approved/accepted by Engineer-in-Charge.
ANNEXURES
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

LIST OF ANNEXURES
1) The forms enclosed herein as per the list given below are included in the tender document solely for the
convenience of Bidders so as to facilitate them to furnish the information/ details/ documentation as
specified in the various clauses of tender documents. If the space in any schedule or annexure thereof is
insufficient, pages shall be separately added.
2) Bidders shall furnish, along with Techno-commercial part of the bid, the requisite information/ data/
detail, etc. strictly in prescribed formats wherever required by the tender documents and shall be
supported by necessary documents. In case of default in this regard, the bid submitted shall be
considered substantially un-responsive to the tender documents, in every respect, and shall result in
summary rejection of the bid. Decision of the Owner, in this regard, shall be final & binding on the
Tenderer.
3) Wherever explicitly stated or not the forms annexed hereto shall be submitted on company
letter head or on the non-judicial stamp paper of appropriate value duly notarised.

S.N. Annexure No. Description


1 Annexure-A Checklist for submission of offer
2 Annexure-B Form of Tender (For Commercial Bid)
3 Annexure-C Form of Tender (For Price Bid)
4 Annexure-D Undertaking by the Tenderer
5 Annexure-E Schedule of Exceptions & Deviations
6 Annexure-F Declaration of Black listing/ Holiday listing
7 Annexure-G Undertaking for non-engagement of child labour
8 Annexure-H Declaration of relationship with Directors of IOCL
9 Annexure-I Information About the Tenderer
10 Annexure-J Format for giving consent for e-payment and bank details
11 Annexure-K Declaration of Applicable Goods & Service Tax
12 Annexure-L Format for submission of GST registration
13 Annexure-M Experience Questionnaire
14 Annexure-N Equipment Questionnaire
15 Annexure-O Performa of Indemnity Bond (For Work Completion Certificate)
16 Annexure-P New Tax Clause in GCC for GST in service contracts/Composite contracts
17 Annexure-Q Undertaking for Abiding by Labour Laws
18 Annexure-R Declaration on Proceedings Under Insolvency and Bankruptcy Code, 2016
Annexure-S Declaration Regarding Bidder from a Country which shares a Land Border with
19
India
20 Annexure-T Proforma of Indemnity Bond for Work Orders (Raw Materials)

Tender No. CHTS242510 Annexure- A to T Page No. 2 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-A

CHECK LIST FOR SUBMISSION OF OFFER

Bidders are requested to upload scanned copy of this check list on e-tender portal. It shall also be ensured
that all the details and the relevant documents mentioned below must be uploaded on e-tender portal.
Name of the Bidder: _____________________________________________________________________
IOCL Vendor Code (If Available): _____________________________________________________________
Address for Correspondence: ________________________________________________________________
_______________________________________________________________________________________
Telephone No.: ___________________________________________________________________________
Mobile No.: ______________________________________________________________________________
Fax No.: _________________________________________________________________________________
Email Address:
(In case of any change in the above details, same may please be communicated to this office)

S.
DESCRIPTION DETAILS
N.
1 Earnest Money Deposit (EMD) Details, if submitted BG No: ________________________________
in form of Bank Guarantee (BG). The scanned copy
Dated: ________________________________
of the BG shall be uploaded
Amount: ______________________________
Validity: _______________________________
Name & Address of Issuing Bank:
______________________________________

2 Registered under Micro, Small or Medium Yes / No


enterprise Development Act 2006 and claiming
exemption from payment of EMD? If yes, copy of
NSIC/MSME registration certificate uploaded? Submitted/ Not Submitted/ Not Applicable
3 Confirm that validity of offer is up to 120 (One Yes/ No
Hundred Twenty) days from the date of opening of
If no, valid up to: ________________________
Techno-commercial Bid.
4 Confirm that you have quoted for complete scope Yes/ No
of work, Supply, Services, and Composite Works
and as per terms & conditions of subject tender.
5 Power of Attorney or other proof of authority, in Submitted/ Not Submitted/ Not Applicable
favour of person who has signed the Tender using
his Digital Signature Certificate (DSC)
6 Partnership Deed/ Memorandum of Association/ Submitted/ Not Submitted/ Not Applicable
Articles of Association/ Certificate of
Incorporation/ Memorandum of Understanding/
JV Agreement etc. (As applicable)
7 Complete set of the Tender Documents along with Submitted/ Not Submitted
Corrigenda/ Addenda/ Clarification(s), If any

Tender No. CHTS242510 Annexure- A to T Page No. 3 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

S.
DESCRIPTION DETAILS
N.
8 Annual Turnover Details and Audited Balance Financial Annual Submitted/ Not
Sheets along with Profit & Loss Account Statement Year Turnover ( ) Submitted
with UDIN OR Certificate from a practicing 2021-22 Yes/ No
Chartered Accountant along with copies of Income
Tax returns for last three financial years i.e. F.Y. 2022-23 Yes/ No
2021-22, 2022-23 and 2023-24, as applicable 2023-24 Yes/ No
9 Single work order value for similar nature work Submitted/ Not
Work Order Value ( )
along with completion certificate of executed work Submitted
1st WO Yes/ No
nd
2 WO Yes/ No
3rd WO Yes/ No
10 Copy(ies) of work order(s) for similar nature Submitted/ Not Submitted/ Not Applicable
work(s) along with completion/ execution/
Copies of Work Order(s) enclosed: Yes/ No
experience certificate(s) & other supporting
documents (such as Payment Receipts/ TDS Completion certificate(s) enclosed: Yes/ No
Certificates/ Approval copy from Client in case of Supporting Documents enclosed: Yes/ No
sub-contract, etc.) as specified in the Tender
Document
11 Income Tax PAN Card Submitted/ Not Submitted/ Not Available
PAN No.: ______________________________
12 GSTIN (GST Identification No.) Submitted/ Not Submitted/ Not Available
GSTIN (GST Identification No.).:
____________________
13 Employees Provident Registration Certificate Submitted/ Not Submitted/ Not Available
PF Code No.: ___________________________
14 If EPF Registration is not available, duly Submitted/ Not Submitted/ Not Applicable
acknowledged (by the EPF Authorities) copy of

letterhead for obtaining the same in case of award


of contract
15 "Form of Tender" (For commercial bid) in Submitted/ Not Submitted
Performa attached as Annexure-B
16 "Form of Tender" (For price bid) in Performa Submitted/ Not Submitted
attached as Annexure-C
17 Undertaking of the Tenderer for acceptance of Submitted/ Not Submitted
tender terms & conditions in Performa attached as
Annexure-D
18 Confirm that you have not taken exception or Yes/ No
proposed any deviation to any technical, OR
commercial or contractual condition in the tender Deviations have been enclosed in Performa as
documents per Annexure-E: Yes/ No
19 Declaration of Blacklisting/ Holiday Listing in Submitted/ Not Submitted
Performa attached as Annexure-F

Tender No. CHTS242510 Annexure- A to T Page No. 4 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

S.
DESCRIPTION DETAILS
N.
20 Undertaking for non-engagement of child labour in Submitted/ Not Submitted
Performa attached as Annexure-G
21 Declaration of relationship with Directors of IOCL Submitted/ Not Submitted
in Performa attached as Annexure-H
22 Information about the Tenderer in Performa Submitted/ Not Submitted
attached as Annexure-I
23 Consent to accept payment of bills through direct Submitted/ Not Submitted
Cancelled Cheque Attached: Yes/ No
details in Performa attached as Annexure-J
24 Declaration of Applicable Goods & Services Tax as Submitted/ Not Submitted
Annexure-K
25 Format for submission of GST registration in Submitted/ Not Submitted
format attached as Annexure-L
26 Details of experience of the Tenderer in execution Submitted/ Not Submitted

Annexure-
M) along with supporting documents
27 Submitted/ Not Submitted

Annexure-N
28 Performa Of Indemnity Bond To Be Submitted By Submitted/ Not Submitted
Contractor Along With Request For Issuance Of
Completion Certificate (Format attached as
Annexure-O)
29 New Tax Clause in GCC for GST in service Submitted/ Not Submitted
contracts/Composite contracts (Format attached
as Annexure-P)
30 Undertaking for Abiding by Labour Laws (Format Submitted/ Not Submitted
attached as Annexure-Q)
31 Declaration on Proceedings Under Insolvency and Submitted/ Not Submitted
Bankruptcy Code, 2016 (Format attached as
Annexure-R)
32 Declaration Regarding Bidder from a Country Submitted/ Not Submitted
which shares a Land Border with India (Format
attached as Annexure-S)
33 Proforma of Indemnity Bond for Work Orders Submitted/ Not Submitted
(Raw Materials) (Format attached as Annexure-T)

Tender No. CHTS242510 Annexure- A to T Page No. 5 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-B

FORM OF TENDER (FOR COMMERCIAL BID)

Serial No.: Date:

From
_______________________________
_______________________________
To
Indian Oil Corporation Ltd.
(Pipelines Division)
Western Region Pipelines,
Phagi Road, Chaksu - 303901
Tender No. CHTS242510
Dear Sirs,
Having examined the Tender Documents consisting of the Tender Notice, General Instructions to Tenderers,
General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of Contract, Technical
Specifications, Plans (Exhibits Page No. NIL to Page No. NIL), Drawings (Exhibits Page No. NIL to Page No.
NIL), Time Schedule, Form of Contract, Form of Schedule of Rates, and Corrigendum(s)/ Addendum(s) to the
Tender Documents, and having understood the provisions of the said Tender Documents and having
thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered for in
connection with the Renovation work of 2 no. of D type, 1 no. of C type, 1 no. of B type and 1 no. of H
type Quarters at IOCL Residential Colony, Sanganer, Jaipur and having conducted a thorough study of the
job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water,
material and equipment availability, the transport and communication facilities, the availability and
suitability of borrow areas, the availability of land for right of way and temporary office accommodation and
quarters and all other facilities and things whatsoever necessary for or relative to the formulation of the
tender or the performance of work, I/we hereby submit my/our tender offer for the performance of
proposed work in accordance with the terms and conditions and within the time mentioned in the Tender
Documents.
In consideration of the sum of Rupee 1/- (Rupee one only) paid to me/us by Indian Oil Corporation Ltd., by
adjustment in the price of Tender Documents, I/We further undertake to keep my/our this tender offer open
for a period of not less than 4 (Four) months from the scheduled date of opening of Tenders as specified in
the General Instructions to Tenderers forming part of the Tender Documents.
I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our Directors
(in the case of a Company) was/were employed as Directors of Indian Oil Corporation Ltd., during the period
of 2 (Two) years immediately preceding the date hereof OR I/We hereby declare that I/Shri
_________________________ one of our partners (in the case of partnership firm/Directors in the case of a
Company) was employed as a Director in Indian Oil Corporation Ltd., during the period of 2 (Two) years
immediately preceding the date hereof and that Indian Oil Corporation General Conditions of Contract.
I/Shri _____________________have/has obtained previous permission of Indian Oil Corporation Ltd. to
make this tender.
I/We have annexed to this Bid the following documents:
(i) Schedule of Rates in the prescribed form.
(ii) Original Power of Attorney or other proof of authority of the person who has signed the Tender OR

Tender No. CHTS242510 Annexure- A to T Page No. 6 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

copy of Power of Attorney attested by a Gazetted Officer or a Notary Public in proof of the authority
of the person who has signed the Tender.
(iii) Information regarding Tenderer in the form annexed to the Form of Tender.
(iv) Information regarding experience of the Tenderer in the performance of work of a comparable
nature in the form annexed to the Form of Tender.
(v) Information regarding construction organization and equipment in the form annexed to the Form of
Tender.
(vi) Set of Tender Documents, as issued duly signed.
(vii) Additional Documents as specified anywhere in the tender documents.
I/We hereby undertake that the statements made herein/information given in the Annexures referred to
above are true in all respects and that in the event of any such statement or information being found to be
incorrect in any particular, the same may be construed to be a misrepresentation entitling Indian Oil
Corporation Ltd. to avoid any resultant contract.
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.
Dated t day 2024.

Signature(s) of the Tenderer(s)

Name & Designation of authorized


person signing the Tender on behalf
of the Tenderer(s)
Full Name and address of the Tenderer(s):

Witness:

Signature:

Name:

Occupation:

Tender No. CHTS242510 Annexure- A to T Page No. 7 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-C

FORM OF TENDER (FOR PRICE BID)

Serial No. Date:

From
_______________________________
_______________________________

To
Indian Oil Corporation Ltd.
Pipelines Division
Western Region Pipelines
Phagi Road, Chaksu - 303901
Tender No. CHTS242510
Dear Sirs,
Having examined the Tender Documents consisting of the Short Tender Notice, General Instructions to
Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of Contract,
Specifications, Plans (Exhibits Page No. NIL to Page No. NIL), Drawings (Exhibits Page No. NIL to Page No.
NIL), Time Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates, and Addendum(a) to the
Tender Documents, and having understood the provisions of the said Tender Documents and having
thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered for in
connection with the Renovation work of 2 no. of D type, 1 no. of C type, 1 no. of B type and 1 no. of H
type Quarters at IOCL Residential Colony, Sanganer, Jaipur and having conducted a thorough study of the
job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water,
material and equipment availability, the transport and communication facilities, the availability and
suitability of borrow areas, the availability of land for right of way and temporary office accommodation and
quarters and all other facilities and things whatsoever necessary for or relative to the formulation of the
tender for the performance of work, I/we hereby submit my/our tender offer for the performance of
proposed work in accordance with the terms and conditions and within the time mentioned in the Bid
Documents at the rate(s) quoted by me/us in the accompanying Schedule of Rates based on the Form of
Schedule(s) of Rates included within the Tender Documents and arrived at a total contract value of (as
indicated in the price bid) based on an application of the rates tendered in the accompanying Schedule(s) of
Rates to the relative quantities indicated in the Form of Schedule(s) of Rates forming part of the Tender
Documents.
If the work or any part thereof is awarded to me/us, I/ We undertake to perform the work in accordance
with the Contract Documents as defined in the Form of Contract forming part of the Tender Documents and
accept the terms and conditions of Contract as laid down therein and undertake within 10 (ten) days of
receipt of acceptance of Tender to pay to and/or deposit with the Accounts Officer, WRPL, Chaksu (Jaipur),
Indian Oil Corporation Ltd. (Pipelines Division) a sum which together with the amount of earnest money
deposited by me/us in terms hereof, shall make 2½% (two and one-half percent) of total contract value as
specified in the Acceptance of Tender for the purpose of security deposit, by any one or more of the modes
of payments specified in this behalf in the General Conditions of Contract, and to commence work at each
job site(s) involved within 10 (ten) days of handing over the job site or any part thereof to me/us, and to sign
the formal Contract in the terms of the form of contract forming part of Tender Documents, within 10 (ten)
days of receipt of Letter of Acceptance from and on behalf of Indian Oil Corporation Ltd., in this behalf failing
which Indian Oil Corporation Ltd., shall be at liberty, without reference to me/us and without prejudice to
any of its rights or remedies, to terminate the Contract and/or to forfeit the earnest money deposited in
terms hereof.

Tender No. CHTS242510 Annexure- A to T Page No. 8 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

In consideration of the sum of 1/- (Rupee one only) paid to me/us by Indian Oil Corporation Ltd., by
adjustment in the price of Tender Documents, I/We further undertake to keep my/our this tender offer open
for a period of not less than 4 (four) months from the scheduled date of opening of Tenders as specified in
the General Instructions to Tenderer forming part of the Tender Documents.
I/We have annexed to this Bid the following documents:
(i) Schedule of Rates in the prescribed Form.
(ii) Original Power of Attorney or other proof of authority of the person who has signed the Tender OR
copy of Power of Attorney or other authority duly certified by a Gazetted Officer or a Notary Public in
proof of authority of the person who has signed the Tender.
I/We hereby undertake that the statements made herein/information given in the Annexures referred to
above are true in all respects and that in the event of any such statement or information being found to be
incorrect in any particular, the same may be construed to be a misrepresentation entitling Indian Oil
Corporation Limited to avoid any resultant contract.
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its inspection,
original(s) of the document(s) of which copies have been annexed hereto.

Signature(s) of the Tenderer(s)

Name & Designation of authorized


person signing the Tender on behalf
of the Tenderer (s)
Full Name and address of the Tenderer(s):

Witness:
Signature:
Name:
Occupation:

Tender No. CHTS242510 Annexure- A to T Page No. 9 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-D

UNDERTAKING BY THE TENDERER

Name of the Work: Renovation work of 2 no. of D type, 1 no. of C type, 1 no. of B type and 1 no. of H
type Quarters at IOCL Residential Colony, Sanganer, Jaipur
Tender No.: CHTS242510

I/ We __________________________________________ (Name of the Tenderer) hereby represent that we


have gone through & fully understood the tender documents (including but not limited to all corrigendum/
addendum issued, if any) and the Technical Requirements specified therein. We confirm that our bid has
been prepared accordingly in compliance with the requirements stipulated in the said documents and we
have quoted the rates in the tender considering inter-alia the:
1. Minutes of pre-bid meeting (If conducted)
2. Price Bid (BoQ)
3. Scope of Work
4. Special Conditions of Contract
5. General Conditions of Contract
6. Technical Specifications
7. Plans & drawings
8. Corrigendum(s)/ Clarification(s)/ Addendum(s), If any
I/ We are submitting tender documents including all the corrigendum/ addendum issued (if any) as part of
our bid duly signed and stamped on each page as a token of our acceptance of all the terms and conditions
specified therein (except for the one specified in Schedule of Exceptions & Deviations as per Annexure-E)
and shall form part of our bid. In the event of award of contract to us, all the parts shall be considered for
constitution of Contract Agreement.
I/We confirm that I/We have downloaded the entire tender documents from the internet site
https://iocletenders.nic.in and I/we have not tampered/ modified the tender forms in any manner and have
uploaded the un-tampered documents. In case, if the same is found to be tampered/ modified, I/We
understand that my / our tender will be summarily rejected and I/We am/are liable to be banned from doing
business with and/or prosecuted.

Date:

Place:

Tender No. CHTS242510 Annexure- A to T Page No. 10 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-E

SCHEDULE OF EXCEPTIONS & DEVIATIONS

The Bidder may stipulate here exceptions and deviations to Bidding Document, if considered unavoidable
separately for technical and commercial clauses.
Bid Volume No., Chapter
Sr.
No., Page No. of Bid Clause No. Description of Clause Deviation proposed by Bidder
No.
Document

Note:
1. Bidders to note that this Annexure has been included in the bidding document solely for the
convenience of Bidders so as to facilitate them to list out the deviations/ exceptions both of technical
and commercial nature from/ to the Bidding Document.
2. The Owner will not recognise any deviations/ exceptions which are not listed in this format. No
cognizance will be taken of any exceptions/ deviations brought out elsewhere in the bid and the same
shall be treated as null & void.
3. Any remarks/ comments to any clause may also be submitted in the above Performa.
4. Bidder.

Date:

Place:

Tender No. CHTS242510 Annexure- A to T Page No. 11 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-F
DECLARATION OF BLACK LISTING/ HOLIDAY LISTING
In the case of a Proprietary Concern:
I hereby declare that neither I in my personal name or in the name of my Proprietary concern M/s
_____________________________________ which is submitting the accompanying Bid/Tender nor any
other concern in which I am proprietor nor any partnership firm in which I am involved as a Partner, are
presently or have during the past three years, been placed on blacklist or holiday list declared by Indian Oil
Corporation Ltd. or by any department of any Government (State, Provincial, Federal or Central) or by any
Public Sector Organisation in India or in any other country nor is there pending any inquiry by Indian Oil
Corporation Ltd. or any Department of any Government (State, Provincial, Federal or Central) or by any
Public Sector Organisation in India or any other country, in respect of any corrupt or fraudulent practice(s)
against me or any other of my proprietorship concern(s) or against any partnership firm(s) in which I am or
was at the relevant time involved as a partner, except as indicated below:
(Here give particulars of blacklisting or holiday listing and/or inquiry and in absence thereof state "NIL")
1. ___________________________________________________________________________
2. ___________________________________________________________________________
In the case of a Partnership Firm:
We hereby declare that neither we, M/s _____________________________________, submitting the
accompanying Bid/Tender nor any partner involved in the said firm either in his individual capacity or as
proprietor or partner of any firm or concern presently are or within the past three years have been or has
been placed on any blacklist or holiday list declared by Indian Oil Corporation Ltd. or by any department of
any Government (State, Provincial, Federal or Central) or by any Public Sector Organisation in India or in any
other country nor is there pending any inquiry by Indian Oil Corporation Ltd. or any Department of any
Government (State, Provincial, Federal or Central) or by any Public Sector Organisation in India or any other
country, in respect of any corrupt or fraudulent practice(s) against us or any partner or any other concern or
firm of which he is proprietor or partner, except as indicated below:
(Here give particulars of blacklisting or holiday listing and/or inquiry and in absence thereof state "NIL")
1. ___________________________________________________________________________
2. ___________________________________________________________________________
In the case of Company:
We hereby declare that neither we or a parent, subsidiary or other company under direct or indirect
common parent (associate company) are presently nor have within the past three years been placed on any
blacklist or holiday list declared by Indian Oil Corporation Ltd. or by any department of any Government
(State, Provincial, Federal or Central) or by any Public Sector Organisation in India or in any other country;
and that there is no pending any inquiry by Indian Oil Corporation Ltd. or any Department of any
Government (State, Provincial, Federal or Central) or by any Public Sector Organisation in India or any other
country, in respect of any corrupt or fraudulent practice(s), against us or parent or subsidiary or associate
company as aforesaid except as indicated below:
(Here give particulars of blacklisting or holiday listing and/or inquiry and in absence thereof state "NIL")
1. ___________________________________________________________________________
2. ___________________________________________________________________________
It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Ltd. shall
have the right to reject my/our bid, and if the bid has resulted in a contract, the Contract is liable to be
terminated without prejudice to any other right or remedy (including blacklisting or holiday listing) available
to Indian Oil Corporation Ltd.

Date: Signature of Bidder:


Place: Name of Signatory:

Tender No. CHTS242510 Annexure- A to T Page No. 12 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-G

UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR

I/We hereby declare that:


a) We are committed to elimination of child labour in all its forms.
b) Neither we nor any of our nominated sub-contractor(s) are engaging Child Labour in any of our
work(s) in terms of the provisions of The Child Labour (Prohibition and Regulation) Act, 1986 and
other applicable laws.
c) We as well as our nominated sub-contractor(s) undertake to fully comply with provisions of The
Child Labour (Prohibition and Regulation) Act, 1986 and other applicable labour laws, in case the
work is awarded to us.
d) It is understood that if I/We, either before award or during execution of Contract, commit a
transgression through a violation of Article b/c above or in any other form, such as to put my/our
reliability or credibility in question, the Owner is entitled to disqualify us from the Tender process or
terminate the Contract, if already executed or exclude me/us from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of transgression and
determined by the Owner. Such exclusion may be for a period of 1 year to 3 years as per the
procedure prescribed in the guidelines for holiday listing of the Owner.
e)
impose such exclusion.

Date:

Place:

Tender No. CHTS242510 Annexure- A to T Page No. 13 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-H
DECLARATION OF RELATIONSHIP WITH DIRECTORS OF IOCL
The Tenderer shall declare the following information in exhaustive details:

Whether proprietor is a Director or is related to any director of IOCL at present or retired


Yes/ No
within the past two years from the due date of submission of Bids?

Whether any partner or member of the firm is a Director or is related to any Director of IOCL
Yes/ No
at present or retired within the past two years from the due date of submission of Bids?

Whether any of the Directors of the Company is a director or is related to any director of
Yes/ No
IOC at Present or retired within the past two years from the due date of submission of Bids?

To view the list of present Directors of the IOCL, please on the link below or copy the link & paste
it in your Internet browser:
http://iocl.com/Aboutus/Management.aspx

Date:

Place:

Tender No. CHTS242510 Annexure- A to T Page No. 14 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-I
INFORMATION ABOUT THE TENDERER
1.0 IN CASE OF INDIVIDUAL:
1.1 Name of Business:
1.2 Whether his business is registered:
1.3 Date of Commencement of business:
1.4 Whether he pays Income Tax over Rs.10,000/- per year:
1.5 Whether he is a Director or is related to any Director of IOC present or
retired within the past 2 years:
1.6 Permanent Account Number:
1.7 What are his profits/losses for the past 3 (Three) years with a copy of
Balance Sheets and Profit & Loss Account for the past 3 (Three) years:
1.8 What are his concurrent job commitments:
1.9 How does he propose to finance the work if awarded to him

2.0 IN CASE OF PARTNERSHIP:


2.1 Name of Partners:
2.2 Whether partnership is registered:
2.3 Date of establishment of firm:
2.4 Whether each of the partner of the firm pays Income Tax over Rs.10,000/-
per year and if not, which of them pays the same:
2.5 Whether any partner of the firm is a Director or is related to any Director
of IOC present or retired within the past 2 years:
2.6 Permanent Account Number:
2.7 What are the firm's profits/losses for the past 3 (Three) years with a copy
of audited Balance Sheets and Profit & Loss Account for the past 3 (Three)
years:
2.8 What are the firm's concurrent job commitments:
2.9 How does the firm propose to finance the work if awarded to them:

3.0 IN CASE OF LIMITED COMPANY OR COMPANY LIMITED BY GUARANTEES:


3.1 Amount of paid up capital:
3.2 Name of Directors:
3.3 Date of Registration of Company:
3.4 Copies of the audited Balance Sheet of company of the last 3 (Three)
years:
3.5 Whether any of the Directors of the company is a Director or is related to
any Director of IOC present or retired within the past 2 years:
3.6 Permanent Account Number:
3.7 What are the company's profits/losses for the past 3 (Three) years with a
copy of audited Balance Sheets for the past 3 (Three) years:
3.8 What are the company's concurrent job commitments:
3.9 How does the company propose to finance the work if awarded to it:

Date: Place:

Tender No. CHTS242510 Annexure- A to T Page No. 15 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-J

FORMAT FOR GIVING CONSENT FOR E-PAYMENT & BANK DETAILS

Date:
To,
M/s. Indian Oil Corporation Limited,
(Pipelines Division)
Western Region Pipelines,
Phagi Road, Chaksu - 303901

Dear Sir,
With reference to subject tender enquiry no. CHTS242510, we hereby give our consent to accept the related
payments of our claims/ bills on IOCL through Internet based online e-payments system at the sole
discretion of IOCL. Our Bank account details for the said purpose are as under:

1 Name and address of the Beneficiary


2 Account Number of Beneficiary
Account Classification (CA/ CC-11 or 29) & SB-10 as
3
per Cheque leaf
Name and address of the Bank Branch (where
4
payments are to be sent by IOCL)
5 Branch Name/ Code
The 9 Digit MICR code of the Branch (as appearing on
6
the MICR Cheque) *
7 IFSC Code of the Bank Branch for RTGS mode
8 IFSC Code of the Bank Branch for NEFT mode
9 E mail ID of Beneficiary for advice of payment by Bank
Any other Particulars (to be advised by Beneficiary for
10
the E payments purposes)
11 PAN No.
12 Name in PAN
13 Legal Status of PAN holder**
14
15 Mobile Number (For SMS Alerts)

(*Please attach one cheque/ photocopy of cheque duly cancelled to enable us to verify the details
mentioned above.)
Continued to next page.........

Tender No. CHTS242510 Annexure- A to T Page No. 16 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or
lost because of incomplete or incorrect information, we would not hold the company responsible.

Date: Signature of Account Holder


Place: with Company Stamp (if a Company)

BANK CERTIFICATE

We certify that ________________________ has a account No. __________________ with us and we


confirm that the details given above are correct as per our records.

Date:

Place: (Authorised Official of Bank)

*Note: Legal status of the PAN holder to be selected suitably from the following table:

Legal Status (4th & 5th Letter of PAN) Description


AJ Artificial Juridical Person
AP Association of Persons (AOP)
BI Body of Individuals
CB Banks
CD Domestic Company
CP PSU's other than Bank
FE Foreign Entity
GO Government
HU HUF (Hindu Undivided Family)
LA Local Authority
PF Partnership Firm
PI Individual
PP Proprietorship Entity
TT Trust

Tender No. CHTS242510 Annexure- A to T Page No. 17 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-K

GOOD & SERVICES TAX DETAILS

Bidders to note that the prices quoted for the subject work shall be exclusive of the applicable Goods &
Services Tax.

Item as per BOQ Rate of GST to be charged HSN/SAC CODE In case the Bidder will
on value submitted in the charge different GST rate,
price bid the same to be indicated
here

1 2 3
All SOR items 18%

Note: Bidders are requested to ascertain the applicable effective rate of GST applicable on the quoted
price on this job and the same shall be used in evaluation of bids.

Date:
Place:

Tender No. CHTS242510 Annexure- A to T Page No. 18 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-L
Format for submission of GST registration
(to be submitted on vendor's letter head along with copy of GST registration)

General Notes:

Vendor Name email id Mobile No. GST registration No.


(Invoicing State)

Tender No. CHTS242510 Annexure- A to T Page No. 19 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-M
EXPERIENCE QUESTIONNAIRE
Details of similar nature of works successfully completed during last 07 (seven) years ending on last day
of the month, immediately previous to the month in which the last date of bid submission of this
tender falls:

Name &
Address of Contract Date of Schedule Actual date
Sr. Details of Work Remarks if
client with Value W.O. commence date of of
No. executed any
Phone ref. & date ment completion completion
Number

Note: Please attach supporting documents in form of work order(s) with satisfactory completion/
execution/ experience certificate issued by the Client.

Date:

Place:

Tender No. CHTS242510 Annexure- A to T Page No. 20 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Chaksu

Annexure-N
EQUIPMENT QUESTIONNAIRE
The Tenderer shall furnish the details of equipment owned by him & proposed to be deployed in connection
with the subject work in the format as given below:

Sr. Name of the


Number Make/Model Calibration status Functioning status
No. equipment

Date:

Place:

Tender No. CHTS242510 Annexure- A to T Page No. 21 of 30


Annexure-O

PROFORMA OF INDEMNITY BOND TO BE SUBMITTED BY CONTRACTOR ALONG WITH REQUEST


FOR ISSUANCE OF COMPLETION CERTIFICATE

This indemnity bond is executed on this ___________ at ________ by ___________________ hereinafter

include its successors, administrators, authorized representatives and assignees, having its address
at__________________________________________________________________________________.

In favour of

repugnant to the context include its successors and assignees, having its Corporate Office at 3079/3, J. B.
Tito Marg, Sadiq Nagar, New Delhi 110049.
WHEREAS; the Indemnifier has been awarded the contract of ________________________ vide
____________________________ (Hereinafter referred to as Contract)
WHEREAS; the Indemnifier declares that the work was completed on ___________________
WHEREAS; the Indemnifier under the contract, is inter alia bound by Clause 5.5.2.0 of the General Conditions
of Contract forming the part of contract signed by him with the Indemnified.
WHEREAS; Indemnifier, in pursuant to Clause 5.5.2.0 (ix) of the General Conditions of Contract, declares that
he has cleared all dues, in totality of the following:
1. Labour/ Piece Rate Workers
2. Sub contractors
3. Suppliers
4. Vendors
5. Income Tax
6. Sales Tax
7. Octroi and Service Tax
8. Excise and Customs
9. Provident Fund
10. ESI and Royalties
AND WHEREAS the indemnifier has applied for issuance of completion certificate along with all the
documents required under Clause 5.5.2.0 of General Conditions of Contract.
NOW THIS INDENTURE WITNESSETH that in the event the Completion Certificate is issued by the
Indemnified to the Indemnifier.
Then, the Indemnifier shall and will keep the said Indemnified fully and effectively and irrevocably
indemnified from and against all claims, demands, actions, suits and/or proceedings that maybe made or
taken by any person, body or authority claiming any interest whatsoever in respect of the amount which has
to be paid to the Indemnifier.
Further, the said Indemnifier shall and will keep the said Indemnified fully and effectively and irrevocably
indemnified from and against all claims, demands, actions, suits and/or proceedings that may be made or
taken by any Third party such as any person, body or authority claiming any amount or interest either
against the indemnified directly or indirectly on account of the third party claiming to have remained unpaid
by the indemnifier for any work whatsoever undertaken by such third party upon instructions from the
Indemnifier.
Further, the said Indemnifier shall and will keep the Indemnified fully and effectively and irrevocably
Tender No. CHTS242510 Annexure- A to T Page No. 22of 30
indemnified from and against all loss or damage that may be to and or costs, charges, claims or expenses
that may be suffered or incurred by the said Indemnified on account of any of the declarations as given by
the Indemnifier (in terms of Clause 5.5.2.0 (ix) of General Conditions of Contract) being untrue in totality or
in part thereof:
It is expressly agreed that this indemnity is independent of any other indemnity, guarantee, etc. provided by
the Indemnifier otherwise under the Contract.
Shri __________________________________ who has signed this indemnity bond is duly authorised to sign
this indemnity bond and to confer the authorities herein conferred for and on behalf of the Contractor.
Signed By:

(Indemnifier Name)
Authorized Representative

Place:

Date:

WITNESSES:
1. _______________________
2. _______________________

Note:
i. This indemnity bond is to be stamped for the aggregate value of stamp duty payable on an indemnity
bond in the State in which it is executed.
ii. This indemnity bond is to be signed on behalf of the Contractor by a Director or other officer either
authorized by the Board to execute this indemnity bond or generally authorized to execute contracts
and powers of attorney on behalf of the Contractor.
iii. The signature of this indemnity bond is to be Notary Attested.

Tender No. CHTS242510 Annexure- A to T Page No. 23of 30


Annexure-P
(Vendors are requested to confirm the following)
New Tax Clause in GCC for GST in service contracts/Composite contracts

Notwithstanding anything to the contrary elsewhere provided in these General Conditions of Contract:

(i) The vendor will be under the obligation for invoicing correct rate of tax/duties as prescribed under
the GST law to IOCL, and pass on the benefits, if any, after availing input tax credit, in calculating the
revised price for settlement due to impact of GST.
(ii) Any invoice issued on introduction of GST Law shall contain the following particulars
(a) Name, address and GSTIN of the supplier of service;
(b) A consecutive serial number of the invoice;
(c) Date of issue;
(d) Name, address and GSTIN or UIN, if registered of the recipient;
(e) Name and address of the recipient and the address of the delivery, along with the State and its
code,
(f) Accounting Code of services;
(g) Description of services;
(h) Total value of supply of services;
(i) Taxable value of supply of services taking into account discount or abatement if any;
(j) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory Tax or
cess);
(k) Amount of tax charged in respect of taxable services (Central Tax, State Tax, Integrated Tax (for
inter-state supply),Union Territory Tax or cess);
(I) Place of supply along with the name of State, in case of supply in the course of inter-state trade or
commerce;
(m) Address of the delivery where the same is different from the place of supply; (n) whether the tax is
payable on Reverse Charge basis and
(o) Signature or digital signature of the supplier or his authorized representative.
(iii) In case of any advance given against any supplies contract, the supplier of the goods shall issue receipt
voucher containing the following particulars-
(a) Name, address and GSTIN of the supplier;
(b) Serial number of the voucher
(c) Date of its issue;
(d) Name, address and GSTIN or UIN, if registered of the recipient;
(e) Description of services;
(f) Amount of advance taken;
(g) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory Tax or
cess);
(h) Amount of tax charged in respect of taxable services (Central Tax, State Tax, Integrated Tax (for
inter-state supply),Union Territory Tax or cess);
(i) Place of supply along with the name of State, in case of supply in the course of inter-state trade or
commerce;
(j) Whether the tax is payable on reverse charge basis and
(k) Signature or digital signature of the supplier or his authorized representative.

Tender No. CHTS242510 Annexure- A to T Page No. 24of 30


Annexure-Q

UNDERTAKING FOR ABIDING BY LABOUR LAWS

Tender No. : CHTS242510

I/We hereby declare that:


a) We undertake to fully comply with provisions of applicable labour laws and their latest amendments,
for the work awarded to us.
b) I/We shall be responsible for strict compliance of and shall ensure strict compliance by our sub-
contractors, servants and agents of all laws, rules or regulations having the force of law affecting the
relationship of employer and employee between I/We/sub-contractors and our respective
employees and/or otherwise concerning labour, social welfare and provident fund, pension, bonus,
gratuity and other benefits to employees. Without prejudice to the generality of this provision, I/We
shall comply with and ensure that our sub-contractors and other agencies employed by him comply
with the provisions of the Payment of Wages Act 1936, Minimum Wages Act, 1948, Employers

Benefit Act, 1961, Mines Act, 1952, Contract Labour (Abolition & Regulation) Act, 1970, Payment of
Bonus Act, Gratuity Act, Factories Act and the Employees Provident Fund and Miscellaneous
Provisions Act, 1952 as amended from time to time and all rules, regulations and schemes framed
thereunder from time to time.
c) I/We shall ensure that wages (as per the latest guidelines) are paid by ourselves or by our sub-
contractors to our workmen/drivers directly through e-payments and proof of payment shall be
submitted to EIC upon insistence.
d) We shall assure our registration under the Employees Provident Fund and Miscellaneous Provisions
Act, 1952 and the Employees State Insurance Act, 1948 and we shall duly pay our contributions and

framed thereunder in respect of all labour employed by him for the execution of the contract.
e)
impose such exclusion.

Date:

Place:

Tender No. CHTS242510 Annexure- A to T Page No. 25of 30


Annexure-R

DECLARATION ON PROCEEDINGS UNDER INSOLVENCY AND BANKRUPTCY CODE, 2016

Tender No.: CHTS242510

Name of Work: Renovation work of 2 no. of D type, 1 no. of C type, 1 no. of B type and 1 no. of H type
Quarters at IOCL Residential Colony, Sanganer, Jaipur

I/ We hereby declare that I/We, M/s____________________________, declare that:

Tick Here:
(i) I/We am / are not undergoing insolvency resolution process or liquidation or
bankruptcy proceeding as on date. :

(ii) I/We am / are undergoing insolvency resolution process or liquidation or bankruptcy :


proceeding as on date as per the details mentioned below. (attached detail with technical
bid)

Note: Please Tick one option.

It is understood that if this declaration is found to be false, Indian Oil Corporation limited shall have the right
to reject my/ our bid, and forfeit the EMD, if the bid has resulted in a Contract, the contract will be liable for
termination without prejudice to any other right or remedy (including black listing or holiday listing available
to Indian Oil Corporation Limited.

Place: Signature of Bidder

Date: Name of Signatory

Tender No. CHTS242510 Annexure- A to T Page No. 26of 30


Annexure-S
DECLARATION REGARDING BIDDER FROM A COUNTRY WHICH SHARES A LAND BORDER WITH INDIA
Reference:
F. No. 6/18/2019-PPD dated 23.07.2020 & F. No. 6/18/2019-PPD 24.07.2020 from Ministry of
Finance.
Name of Work: Renovation work of 2 no. of D type, 1 no. of C type, 1 no. of B type and 1 no. of H type
Quarters at IOCL Residential Colony, Sanganer, Jaipur
Tender No.: CHTS242510

As per above referred notification from Govt. of India, the Tenderer shall declare the following information
by choosing the applicable options below:
Tick here

I have read the Reference regarding restrictions on procurement from a bidder ofa
country which shares a land border with India; I certify that this bidder is not from
such a country.

OR

I have read the Reference regarding restrictions on procurement from a bidder ofa
country which shares a land border with India; I certify that this bidder is from such
a country and has registered with Competent Authority. I hereby certify that this
bidder fulfils all requirement in this regard and is eligible to be considered
(evidence of valid registration by competent authority shall be attached)

OR
In case of deviation from above two options, please mention the same here:

Date:

Place:

Tender No. CHTS242510 Annexure- A to T Page No. 27 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Gauridad (Rajkot)

Annexure-T

PROFORMA OF INDEMNITY BOND FOR WORK ORDERS (RAW MATERIALS)

To
Indian Oil Corporation Ltd.,
Western Region Pipelines,
Post Box. No. 1007, P.O. Bedipara,
Morbi Road, Gauridad
Rajkot-360 003 (GUJARAT)

Dear Sirs,
WHEREAS;

shall include its successors and assigns) has awarded to M/s ________(Name) (Constitution) (Address)

*executors, administrators, representative and assigns) a contract for the fabrication of __________ on

thereto and/ or in supersession thereof and all amendments, modifications and/ or variations thereto, in or
of);
(ii) The Corporation has agreed to supply to the Contractor raw materials/ components for incorporation in
fabrication by the Contractor as aforesaid (the components/ raw materials to be supplied by the Corporation

which expression shall include any item, thing or component that the same is fabricated into and any semi-
fabricated material and material in the course of fabrication), upon the condition, interalia that pending
fabrication and delivery at job-site of the completed fabricated work(s) incorporating the said material, the
said material shall be under the custody and charge of the Contractor and shall be kept, stored, altered,
worked upon and/ or fabricated at the sole risk and expense of the Contractor (iii) As a pre-condition to the
supply of the said imported material by the Corporation to the Contractor, the Corporation has required the
Contractor to furnish to the Corporation an undertaking from an approved Bank in the manner and upon
terms and conditions hereinafter indicated:
NOW, THEREFORE, in consideration of the premises aforesaid the Contractor and I/We _______Son of

which expression shall include *its successors and assigns/ *their respective heirs, executors, representatives
and assigns) hereby irrevocable and unconditionally, jointly and severally undertake to indemnify and keep
indemnified the Corporation from/ against all loss, damage and destruction ( inclusive but not limited to any
or all loss or damage or destruction to or of the said material or any item or part or component thereof by
theft, chemical or physical action or reaction, bending, warping, exposure, rusting, faulty workmanship,
faulty fabrication or faulty method of technique of fabrication, riot, civil commotion, strike or lockout or
other action of omission or commission whatsoever within or beyond the control of the Contractor), misuse

the said material or any part or item thereof between the date that the same or relative part or item thereof
was supplied to the Contractor up to and until the date of return to the Corporation of the said material or
relative part of item or component thereof or completed fabricated work (s) incorporating the said material
AND jointly and severally undertake to pay to the corporation at _________ forthwith on first demand in
writing without protest or demur or proof or satisfaction the value of the said material or item or part
thereof lost, damaged, destroyed misused and/ or misappropriated, as the case may be, inclusive of the

Tender No. CHTS242510 Annexure- A to T Page No. 28 of 30


INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Gauridad (Rajkot)

costs, charges and expenses (including but not Limited to handling, transportation, cartage, insurance,
freight, packing and inspection costs and/ or expenses) incurred by the Corporation as specified in the said
demand.
AND the Indemnifier hereby agrees with the Corporation that:-
(i) This Indemnity/ Undertaking shall remain valid and irrevocable until the settlement of all claims
of the corporation arising hereunder:
(ii) This Indemnity/ Undertaking shall be in addition to any other indemnity, guarantee or security
whatsoever that the Corporation may now or at any time anywise have in relation to the

for the said materials and Corporation shall have full authority to take recourse to or enforce this
security in preference to the other security(ies) at its sole discretion, and no failure on the part
of the Corporation in enforcing or requiring enforcement of any other security shall have the
effect of releasing the Indemnifiers from their full liability hereunder.
(iii) The Corporation shall be at liberty without reference to the Indemnifiers and without affecting
the full liability of the Indemnifiers hereunder to take any other indemnity or guarantee of
security in respect of the Contractors obligations and/ or liabilities under or in connection with
the said contract inclusive of the said 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 or the quantity, quality,
description or value of the said material or to release or to forebear from enforcement of all or
any of the rights of the Corporation or obligations of the Contractor under the said contract
(inclusive in respect of said material) and/ or the remedies of the Corporation under any other
indemnify or guarantee or security(ies) now or hearafter held by the Corporation and no such
dealing(s), variation(s), reduction(s), Increase (s), other indulgence (s) or arrangement(s) with the
Contractor or release or forbearance whatsoever shall have the effect of releasing the
Indemnifiers from their full liability to the Corporation hereunder or of anywise prejudicing
rights of the Corporation against the Indemnifiers and the Indemnifiers hereby waive all rights, if
any, at any time inconsistent with the terms of this Indemnity/ Undertaking.
(iv) This Indemnity/ Undertaking 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 Indemnifiers in terms hereof shall not be anywise affected or suspended by reason 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 the Contractor or any other
order or communication whatsoever by the Contractor stopping or preventing or purporting to
stop or prevent any payment by the Indemnifiers to the Corporation in terms hereof.
(v) The mere statement or allegation made by or on behalf of the Corporation in any notice or
demand or other writing addressed to the Indemnifiers or any of them as to any of the said
material or item or part thereof supplied to the Contractor having been lost, damaged,
destroyed, misused, or misappropriated while in the custody of the Contractor and/ or prior to
completion of the Completed fabricated work(s) incorporating the said material and delivery to
job site thereof shall as between the Indemnifiers and the Corporation be conclusive of the
factum of the said material or item or part thereof having been supplied to the Contractor and/
or the loss, damage, destruction, misuse or misappropriation thereof, as the case may be, while
in the custody of the Contractor and/ or prior to the completion of the completed fabricated
work(s) and delivery to job site thereof without necessity on the part of the Corporation to
produce any documentary proof or other evidence whatsoever in support or proof thereof.
(vi) The amount stated in any notice of demand addressed by the Corporation to the Indemnifiers or
Tender No. CHTS242510 Annexure- A to T Page No. 29 of 30
INDIAN OIL CORPORATION LIMITED
Pipelines Division
Western Region Pipelines, Gauridad (Rajkot)

any of them as the value of any of the said material lost, damaged, destroyed or misused or
misappropriated, or of the costs, charges and/ or expenses incurred by the Corporation in
connection therewith shall as between the Indemnifiers and the Corporation be conclusive of
the value of such said material and the said costs and expenses as also of the amount liable to be
paid by the indemnifiers to the Corporation in terms and for the purpose hereof, without
necessity for the Corporation to produce any voucher bill or other documentation or evidence
whatsoever in support or proof thereof.
(vii)

and to irrevocably bind the Indemnifier thereby.

Yours faithfully,

Name:

Designation:

(i) This undertaking is to be stamped for the aggregate value of stamp duty payable on an agreement and
on a general power of attorney in the State in which it is executed.
(ii) This undertaking is to be signed on behalf of the Contractor by a Director or other officer either
authorized by the Board to execute this undertaking or generally authorized to execute contracts and
powers of attorney on behalf of the Contractor.
(iii) The signature of this Undertaking is to be Notarial Attested.

Tender No. CHTS242510 Annexure- A to T Page No. 30 of 30


FORM OF SCHEDULE OF RATES
PREAMBLE TO SCHEDULE OF RATES
1. The preamble is an integral part of the Schedule of Rates and any definition and explanation given herein
shall have as much force as though they are incorporated in to the description of the item themselves in
the Schedule of Rates.
2. Unless otherwise specifically stated in the contract, all work under the contract shall be covered and
paid for in accordance with the items and relative rates mentioned in the Schedule of Rates.
3. The description given under the items of work in the Schedule of Rates shall be deemed to include,
wherever applicable, mobilization, labour, equipments, materials, cartage, hoisting, setting, fitting and
fixing in position of all materials and equipments, disposal of waste outs and all other labour and
operations necessary whether specifically stated/ implied or not, for the full and entire execution and
completion of the relative works in all respects according to the Contract.
4. The description given under the items of work in the Schedule of Rates shall be deemed to include the
relative provisions in the specification and other contract documents for the execution of the works in
accordance therewith and as per the instructions of the Engineer-in-Charge/ Site Engineer.
5. The expression used in the Schedule of Rates are only selected abbreviations desired to give a general
indication of the work covered by the item, and it is intended that each item shall encompass the entire
work and operations involved in and relative to the performance of work as envisaged in terms of the
contract documents and shall include all operation auxiliary, ancillary or incidental to or in connection
therewith and all other matters, risks and cost whatsoever provided for under the Schedule of Rates. It
is, therefore, necessary that the Contractor should read and construe the Schedule of Rates with
reference to the contract document as a whole for proper description undertaking of the work (s),
responsibilities, duties, obligations and liabilities covered by each item of the Schedule of Rates on the
understanding that items in the Schedule of Rates cover the entire work under the contract split under
different heads for the purpose of convenience in computing payment due to the Contractor and
enabling the Contractor to quote.
6. Without prejudice to any other right(s), the Owner may have under the contract, the Owner reserves the
right to operate any and all items of work appearing in the Schedule of Rates whether quantities are
indicated or not against any particular item/ items of work.
7. The quantities in the SOR are only indicative and may increase or decrease to any level as per works
requirement.
8. The Bidder shall quote the rates in figures for various items in protected BOQ (MS Excel File) only. The
Bidder shall not fill/ change/ quote . Any such
rate quoted/ indicated anywhere in Techno-commercial Bid (Part-I) shall be ignored.
9. The Bidder to quote prices exclusive of Goods and Services Tax (GST). The rates quoted by the Bidder
shall be firm & not be subject to any escalation due to any change in duties & taxes

You might also like