Techbid PT212 PDF
Techbid PT212 PDF
For
INDEX
SN DESCRIPTION
PART A: TECHNICAL BID
1. Notice Inviting e-Tender - Annex-1
2. List of documents required to be uploaded - Annex-2
3. Abbreviations and notations - Annex-3
4. Special terms and conditions of contract - Annex-4
5. Scope of works - Annex-5
6. Performance evaluation of Contractors – Annex-6
7. Material Specifications- Annex-7
8. Specifications for works - Annex-8
9. List of Drawings - Annex-9
11. Typical QAP for Mechanical works – Piping & supply items - Annex - 10
12. List of Inspection Agencies - Annex -11
13. List of approved makes - Annex -12
PART B: COMMERCIAL BID
1. Statement of Credentials to be furnished by tenderer - Annex-A
2. Declaration A, B, C, D - Annex-B
3. List of Directors of Indian Oil Corporation Limited - Annex-C
4. Proforma of Declaration of Black Listing / Holiday Listing - Annex-D
5. Proforma for tender not tampered- Annexure - E
6. Format for consent letter for payment through Electronic Mode - Annex-F
7. Safety Declaration – Annex-G
8. Indemnity Bond for undertaking for ESIC - Annex-H
9. Declaration (to be executed on obtaining work order) - Annex-I
10. Form of Bank Guarantee for Earnest Money Deposit (EMD) - Annex-J
11. Bank Guarantee proforma in lieu of Security Deposit (SD) - Annex-K
12. Model Proforma for Joint Performance Warranty for Painting Works -Annex-L
13. Performance Bank Guarantee for Painting - Annex-M
14. Proforma for non engagement of child labour - Annex N
15. Form of contract – Annex-O
16. Format for evaluation of contractors’ performance – Annex -AA
Attached
16. Special Instructions to the bidder for participating in e-Tender
separately
Attached
17. FAQs on Online EMD Payment facility in IOCL e-tendering system
separately
Attached
18. Format for acceptance of tender terms and conditions
separately
Attached
19. General conditions of contract with safety practices
separately
PRICE BID
Attached
1. Price schedule – BOQ file
separately
Page 2 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 3
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE 1
CONTRACT CELL
Indian Oil Corporation Limited (MD)
Eastern Regional Office
Indian Oil Bhavan
2 Gariahat Road (South), Dhakuria,
Kolkata-700 068
Indian Oil Corporation Limited (Marketing Division), Contract Cell Eastern Region office, Kolkata
invites electronic bids for Public tender through its website https://iocletenders.nic.in under
two-bid system for the work as detailed below from indigenous bidders fulfilling the qualifying
requirements as stated hereunder.
Downloading
period Contact Person (Tel No./
Tender No. / Name of the Work
(both days E-Mail id with Designation)
inclusive)
Name: Sabyasachi Das
RCC/ERO/37/2018-19/PT-
Designation: AM (Contracts), ERO
212
Contact No: 033-2414-5555, Extn:1473
Supply and Laying of 250 MM Refer e-tender Email ID: [email protected]
dia Bunkering Pipeline with Hot portal Address: Contract Cell, Indian Oil
Tapping services at Paradeep Corporation Ltd. (MD), 9th Floor Central
Port, Paradeep, Dist.
Wing, Indian Oil Bhavan, 2 Gariahat
Jagatsinghpur, Odisha 754120
Road (South), Dhakuria, Kolkata -
700068
Page 3 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 4
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Sl.
TENDER SCHEDULE:
No.
1 E-Tender No RCC/ERO/37/2018-19/PT-212
2 E-Tender ID 2019_ERO_90193_1
Supply and Laying 250 MM dia Bunkering Pipeline with Hot Tapping
3 Name of Work
services at Paradeep Port, Paradeep, Dist. Jagatsinghpur, Odisha.
Paradeep Port, Paradeep, Dist. Jagatsinghpur, Odisha 754120
4 Locations of the Job
GSTIN No : 21AAACI1681G1Z1
Estimated value of the Rs. 2,27,23,829.00/- (Without GST)
5
job Rs. 2,68,14,118.22/- (With GST @ 18%)
NIL
6 Tender Fee Bidders are required to download the tender documents free of cost
from IOCL e-tender website (https://iocletenders.nic.in)
Rs. 2,68,141/- (Rs. Two Lacks Sixty-eight thousand One
hundred Forty-one only)
EMD should be deposited as detailed below :
Online EMD payment through Net Banking or NEFT/RTGS or
Bank Guarantee.
Bank Guarantee as an instrument towards Earnest money
deposit shall be accepted only if amount of EMD is more than Rupees
One lakh.
Page 4 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 5
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
If the original BG instrument is not received by the due date and time
as specified above, the bid shall be summarily rejected.
Page 5 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 6
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Parties who satisfy the following qualification parameters as per the details given below
only need apply:
SL.
QUALIFYING PARAMETERS
NO.
SIMILAR WORKS EXPERIENCE: Experience of having successfully completed similar works
1. during last 5 years upto the last date of month previous to the one in which the Tender is being
invited i.e. 31.12.2018, should be either of the following
Three similar completed works each costing not less than the amount equal to Rs. 80.45 Lacs
a)
OR
Two similar completed works each costing not less than the amount equal to Rs. 107.26 Lacs
b)
OR
c) One similar completed work costing not less than the amount equal to Rs. 134.07 Lacs
a) The estimated cost as indicated above shall be inclusive of Goods & Services Tax (GST). The
value of completed job indicated by the prospective bidders shall be compared with values
as prescribed above. There shall be no deduction against taxes.
b) The estimated cost exclusive of AMC value shall be used for arriving at single/ two/ three
completed work order value.
c) Documents required to be submitted against proof of completion (for works):
In case of work order from Government bodies/ PSU - copies of contract document along
with either completion certificate or duly certified copy of bill/ invoice.
Page 6 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 7
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
In case of work orders from private parties – Certificate from CA certifying value of work
done with TDS certificate (where applicable) or bank statement shall be required
additionally.
In case of foreign currency transaction to Indian firm, proof of remittance shall also be
required.
In case of credential in foreign currencies, the same will be converted INR based on SBI TT
selling rate as on the last day of the month previous to the one in which the tender is
invited.
d) In case of any sub-contract work order, the tenderer need to submit necessary
documents to indicate that the original service receiver has given the approval for the sub-
contract.
e) Completed similar work (s), should be completed in all respects and final bill / completion
certificate should be submitted as proof. In other words, works in progress or incomplete
works will not be considered for qualifying purpose, even if the value of work completed is
meeting the requirement given above.
f) In case against the similar work order bidder has submitted the SAP work orders of IOC, the
verification of work orders may be done from SAP for determining the final value of the
works and completion date.
2. ANNUAL TURNOVER:
The annual turnover of the Tenderers during any of the preceding three financial years (i.e. FY
2015-16, 2016-17 & 2017-18) should be at least Rs. 160.89 Lacs.
Turnover for this purpose should be as per audited Balance Sheet including P&L
statement/published account/ Profit & loss account statement of the tenderer. However, if the
tenderer is not required to get its accounts audited under Section 44AB of The Income Tax Act,
1961, certificate from a Practicing Chartered Accountant towards the turnover of the tenderer
along with copies of its Income Tax Return should be submitted.
Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised Schedule VI of
Companies Act, 1956) shall be considered as Turnover.
Audited Balance Sheet / Published accounts on a calendar year basis shall also be acceptable.
(The balance sheet copy MUST bear the Registration Number of the authorized Chartered
Accountant and its SEAL. This is not applicable for published annual reports)
2. Consultants or their subsidiary company or companies under the management of consultant, are
not eligible to quote for the execution of the same job for which they are working as consultant.
Page 7 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 8
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
4. The tenders will be summarily rejected if requisite EMD or EMD exemption document is not
uploaded on e-tendering portal as mentioned in NIT.
5. The bid of the party will also be rejected on the following grounds:
i. Tenderer not meeting tender qualifying parameter norms specified / not submitting pre
qualifying and mandatory documents as per NIT.
ii. Non-withdrawal of conditions imposed in tender document & conditions imposed during
negotiations.
iii. 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.
iv. Tenderer submitting fabricated/ false/ forged documents for the tender.
v. Tenderer put on holiday list during the pendency of this tender.
1. Only the Technical Bid, of those parties uploading their tenders before due date and time of
submission, shall be considered for opening.
2. The techno- commercial bid shall be scrutinized and evaluated based on the qualifying parameters
mentioned above and on the basis of the uploaded documents in e-tender portal.
3. The Price Bid of only those parties shall be opened who qualify as per the qualifying parameters
after evaluation as mentioned above. Prior intimation will be sent to the qualifying parties regarding
due date and time of opening of Price Bid.
4. After opening the price bid, party who has quoted the lowest rate (L1rate) on landed cost basis will
be considered for award of work, with or without negotiation as per the policy of the Corporation.
Negotiations shall not be conducted with the bidders as a matter of routine. However, Corporation
reserves the right to conduct negotiations. Tenderers will have to attend the Office of INDIAN OIL
CORPORATION LIMITED as informed by Tender Issuing Authority for negotiations/clarifications as
required in respect of their quotation without any commitment from INDIAN OIL CORPORATION
LIMITED.
5. In case of identical rates received, all the L-1 bidders shall be asked to submit discount bid in terms
of percentage discount over previous quoted amount in a sealed envelope. Above activity shall be an
off-line activity outside the e-portal. The sealed envelopes shall be opened jointly by one member
from tendering group and one from Finance. The bidders while seeking revised bids shall be advised
to witness the opening of sealed envelopes. In case there is a tie again bidder with the highest
turnover worked out to three decimal points in any of the last three years as submitted against
turnover criteria shall be considered as L1 bidder. In event of bidder submitting turnover documents
for only one or two years, L1 shall be decided on the basis of the turnovers submitted.
7. Successful Tenderer will have to present original documents for verification to the tender inviting
authority, within 7 days from date of intimation.
Page 8 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 9
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
2) Any Addendum/ Corrigendum/ Sale Date Extension in respect of the tender shall be issued on our
website https://iocletenders.gov.in only & no separate notification shall be issued in the press.
Bidders are therefore requested to regularly visit our website to keep themselves updated.
3) All bidders must login and visit their DASHBOARD on regular basis to get the timely updates related
to any communication sent in the form of e-mail/SMS by system.
4) Legal dispute, if any, arising during the evaluation of the tender shall be within the jurisdiction of
local courts .
a) For disputes up to stage of LOA – Kolkata
b) For disputes during execution stage – Bhubaneswar
5) Please visit our website https://iocletenders.nic.in for further details of this tender.
6) Bidders may note that the following are attached separately and uploaded in the e-tendering portal:
Notwithstanding any other condition/ provision in the tender documents, in case of ambiguity or
incomplete documents pertaining to PQC (Pre-qualification Criteria), bidders shall be given only one
opportunity with a fixed deadline after bid opening to provide complete & unambiguous documents in
support of meeting the PQC. In case the bidder fails to submit any document or submits incomplete
documents within the given time, the bidders tender will be rejected.
Thanking you,
Yours faithfully,
For Indian Oil Corporation Limited,
Page 9 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 10
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE 2
Sl. Description
No.
1 Work Order(s) indicating items of work in support of Qualifying Work Order(s) value as per
NIT & it’s completion certificate to prove completion of works.
Note:
a) Documents required to be submitted against proof of completion (for works):
In case of work order from Government bodies/ PSU - copies of contract document along
with either completion certificate or duly certified copy of bill/ invoice.
In case of work orders from private parties – Certificate from CA certifying value of work
done with TDS certificate (where applicable) or bank statement shall be required
additionally.
In case of foreign currency transaction to Indian firm, proof of remittance shall also be
required.
In case of credential in foreign currencies, the same will be converted INR based on SBI
TT selling rate as on the last day of the month previous to the one in which the tender is
invited.
b) In case of any sub-contract work order, the tenderer need to submit necessary
documents to indicate that the original service receiver has given the approval for the
sub-contract.
c) Completed similar work (s), should be completed in all respects and final bill / completion
certificate should be submitted as proof. In other words, works in progress or incomplete
works will not be considered for qualifying purpose, even if the value of work completed
is meeting the requirement given above.
d) Against orders placed by IOCL, proof of completion may be established from internal
records.
e) Orders for which details of completion are available directly from client or from database
against past orders can also be accepted (specifically when no of bidders getting qualified
is less than 3).
f) Corporation has an obligation to maintain the confidentiality of data which is in its
possession and maintain the confidentiality of these personal documents and use such
documents for the purpose of tender only.
g) Documents which relate to personal information and the disclosure of which has no
relationship with any public activity or interest, or which would cause unwarranted
invasion of the privacy of the individual are exempted from disclosure under section
8(1)(j) of the RTI Act.
h) Such documents if however sought in public interest under the RTI Act can be disclosed
by the PIO after considering the objections of the third party as stipulated in Sec 11 of
the RTI Act.
In case against the similar work order bidder has submitted the SAP work orders of IOC, the
verification of work orders may be done from SAP for determining the final value of the
works and completion date.
2 Copy of Audited BALANCE SHEET and PROFIT & LOSS account statements of last three
preceding financial years as specified in the NIT. Published annual report is also acceptable.
For Govt /PSU firms, original letter from Company Secretary certifying the annual turnover for
the applicable financial years may also be accepted. Original letter will have to be produced
at the time of verification of documents.
Note: Provisional Balance Sheet and P&L account statement will not be considered for
evaluation, even if the same is uploaded.
Page 10 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 11
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Sl. Description
No.
1 PAN CARD
2 PF Registration Certificate
3 GST: Goods and Service Tax registration Certificate
In case of Partnership Firm/LLP POA along with Deed of Partnership / LLP Agreement.
Sl. Description
No.
1 ESIC Certificate and the indemnity bond as per the format attached with the tender.
2 Safety declaration
3 Undertaking for non engagement of child labour
Page 11 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 12
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE 3
MM/mm - MILLIMETER
SQMM/sqmm/mm2 - SQUARE MILLIMETER
CM/cm - CENTIMETER
SQCM/Sqcm - SQUARE CENTIMETER
SFT/sft - SQUARE FEET
M/m/rm/RM - METRE / RUNNING METRE
SQM/sqm/m2 - SQUARE METRE
CUM/cum/m3 - CUBIC METRE
KG/kg - KILOGRAM
MT - METRIC TONNE
MS - MILD STEEL
DIA/dia/ - DIAMETER
NO (S) / Nos. / nos. - NUMBER(S)
PCC - PLAIN CEMENT CONCRETE
RCC - REINFORCED CEMENT CONCRETE
E-I-C - ENGINEER - IN - CHARGE
IS/BIS - INDIAN STANDARD
API - AMERICAN PETROLEUM INSTITUTE
JOB - JOB LUMPSUM
LS - LUMPSUM
EMD - EARNEST MONEY DEPOSIT
ISD - INITIAL SECURITY DEPOSIT
BG - BANK GUARANTEE
Page 12 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 13
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE-4
SPECIAL TERMS AND CONDITIONS OF CONTRACT
3.0 DOCUMENTS:
These special terms and conditions shall be read in conjunction with the technical specifications,
drawings, GCC and any other document forming a part of the tender, wherever the tender so
requires.
Page 13 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 14
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
1. Formal contract
2. Acceptance of tender
3. Price schedule annexed to the letter of acceptance
4. Agreed variations annexed to the letter of acceptance
5. Addenda to the tender documents
6. Special Terms and Conditions of Contract
7. Special Instructions to Tenderers
8. General conditions of Contract
9. Instructions to tenderers
A variation or amendment issued after the execution of the formal contract shall take precedence
over the formal contract and all other Contract Documents. Notwithstanding the sub divisions of the
tender document into several sections and volumes, every part of each shall be deemed to be
supplementary of every other part and shall be read with and into the contract so far as it may be
practicable to do so
MOBILIZATION ADVANCE:
No mobilization advance shall be applicable for this tender.
Page 14 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 15
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
13.2 Method of measurement shall be strictly in accordance with the technical specification for this work.
Page 15 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 16
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
18.2 GCC contains provisions for arbitration and alternate dispute resolution machinery under section-9,
which stands deleted. Further, the reference to arbitration and alternative dispute resolution
machinery provision contained in any other term & condition in GCC, which may be general or
special in nature shall also stand deleted to the extent the said contents are applicable to the
arbitration provisions.
18.3 Notwithstanding any other mechanism for dispute resolution provided under the General Conditions
of Contract, with a view to a speedy resolution , the Contractor and Owner may at any time
endeavor to settle through conciliation a dispute referable for settlement by Conciliation under and
in accordance with the Indian Oil Corporation Limited Conciliation Rules 2014 ( hereinafter referred
to the “said Rules” ) as amended from time to time. The said Rules may be downloaded from the
owners website at www.iocl.com and if not available, a copy thereof may be obtained from the
owner on written request
Quantum
of Work in Recovery for Non-deployment per
QC/ QA/ Month
Sr. Nature of Rs./ Lac Project HSE
Planning
No. Work (As per Manager Engineer
Engineer Project QC/ QA
Deptt HSE Engineer
Estimate) Manager Engineer
1 Engineer
1 Engineer 1 Engineer
Civil work with 5 Years
2. 200-500 with 2 Years with 1 Year Rs.40000.00 Rs.25000.00 Rs.20000.00
including of
of Experience of Experience
Structural and Experience
painting works
1 Engineer
1 Engineer 1 Engineer
with 8 Years
3. > 500 with 4 Years with 2 Year Rs.50000.00 Rs.35000.00 Rs.25000.00
of
of Experience of Experience
Experience
1 Engineer
1 Engineer 1 Engineer
with 3 Years
4. 50-200 with 2 Years with 1 Year Rs.30000.00 Rs.25000.00 Rs.20000.00
of
of Experience of Experience
Experience
Mechanical
works such as 1 Engineer
pipeline, 1 Engineer 1 Engineer
with 5 Years
5. tankage and 200-500 with 3 Years with 2 Year Rs.40000.00 Rs.30000.00 Rs.25000.00
of
other works of Experience of Experience
Experience
where NDTs
are mandated
1 Engineer
1 Engineer 1 Engineer
with 8 Years
6. > 500 with 5 Years with 3 Year Rs.50000.00 Rs.40000.00 Rs.30000.00
of
of Experience of Experience
Experience
Page 16 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 17
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Quantum
of Work in Recovery for Non-deployment per
QC/ QA/ Month
Sr. Nature of Rs./ Lac Project HSE
Planning
No. Work (As per Manager Engineer
Engineer Project QC/ QA
Deptt HSE Engineer
Estimate) Manager Engineer
1 Engineer
1 Engineer 1 Engineer
with 3 Years
7. 30-100 with 2 Years with 1 Year Rs.40000.00 Rs.25000.00 Rs.20000.00
of
of Experience of Experience
Experience
Electrical
Works
1 Engineer
1 Engineer 1 Engineer
with 5 Years
8. >100 with 3 Years with 2 Year Rs.50000.00 Rs.35000.00 Rs.25000.00
of
of Experience of Experience
Experience
Note: In case the Engineer concerned is holding diploma qualification against Engineering
graduation, the requirement of site experience shall be increased by 2 years.
Page 17 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 18
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
security deposit at 10% the value of contract covering defect liability period of 12 months. Format
of the PBG is enclosed in tender.
Successful bidder must ensure that the sales representative of the paint manufacturer must be
called for sample checks on random basis and asked to collect paint sample as per paint
manufacturer procedure in presence of IOC’s and applicators representative and sent to the paint
manufacturer’s lab for testing. Similarly TPI will be required to depute an inspector who will follow
the QAP and inspect the painting works as per the requirements of QAP.
24.0 DEDUCTIONS:
24.1 In case contractor has used IOC’s materials beyond the quantity as per approved drawings, the
cost shall be recovered from the contractor’s bill @ Rs 45/- per kG including handling charges.
25.2 Many works executed may need clearance from an Acceptance Committee formed by Corporation
at any stage of the work. Contractor shall render full cooperation and comply with all the
observations, instructions of the Committee at no extra cost to IOC
Clause Description
No.
DEFINITION
1 Contractual period / Work Completion Period /Contractual Delivery Date /
Contractual Completion Period shall mean the Scheduled Delivery / Completion
Period as mentioned in the LOA (Letter of Acceptance) or Purchase Order or Work
Order and shall also include approved extensions, if any.
GENERAL
1 Where any portion of the GCC/any other section of tender, is repugnant to or at
variance with any provision of the Standard Taxation Condition (STC), then the
provision of the STC shall be deemed to override the provisions of the GCC and
shall, to the extent of such repugnance or variations, prevail.
2 For the purpose of this STC, the term “tax” in addition to tax imposed under CGST
(Central Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory
Tax)/ GST Compensation Cess Acts, also includes any duties, cess or statutory
levies levied by central or state authorities.
3 Rate variation in Taxes and any new promulgated taxes after last date of the
submission of price bid only on the final product and/or services (applicable to
invoices raised on IOCL) within the contractual delivery date /period (including
extension approved if any) shall be on IOCL’s Account against submission of
documentary evidence.
Further , in case of delay in delivery of goods and/or services, any upward rate
variation in Taxes and any new promulgated taxes imposed after the contractual
delivery date shall be to the Seller’s / Contractor’s Account.
Similarly in case of any reduction in the rate(s) of the 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 IOCL with the view that IOCL shall pay reduced duty/Tax to Govt.
Page 18 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 19
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Clause Description
No.
4 Wherever any escalation / de-escalation linked to raw material price (Basic price
excluding taxes) is allowed as per terms of the contract, Variation to the extent
related to escalation / de-escalation of value of material shall be allowed without
Tax unless specified otherwise.
5 It would be the responsibility of the contractor to get the registration with the
respective Tax authorities. Any taxes being charged by the Contractors would be
claimed by issuing proper TAX Invoice indicating details /elements of all taxes
charged and necessary requirements as prescribed under the respective tax laws
and also to mention his correct and valid registration number(s) along with IOCL’s
registration number as applicable for particular supply on all invoices raised on
IOCL.
Contractor to provide the GSTIN number from where the supply is proposed to be
under taken. Further the HSN Code / Service Accounting Code (SAC) as applicable
for the subject tender needs to be provided in the columns provided in the technical
bid.
In case the contractor is opting for Composition scheme under the GST laws (i.e
Section 10 of the CGST Act, 2017 and similar provisions under the respective State
/ UT law), the contractor should confirm the same. Further the contractor to
confirm the issuance of Bill of Supply while submission of tender documents and no
GST will be charged on IOCL.
In case the contractor is falling under Unregistered category, the contractor should
confirm the same.
6 The contractor would be liable to reimburse or make good of any loss/claim by
IOCL towards tax credit rejected /disallowed by any tax authorities due to non
deposit of taxes or non updation of the data in GSTIN network or non filling of
returns or non compliance of tax laws by the Contractor by issuance of suitable
credit note to IOCL. In case, contractor does not issues credit note to IOCL, IOCL
would be constrained to recover the amount including interest payable alongwith
Statutory levy/Tax, if any, payable on such recovery.
7 Tax element on any Debit Note / Supplementary invoice, raised by the contractor
will be reimbursed by IOCL as long as the same is within the permissible time limit
as per the respective taxation laws and also permissible under the Contract terms
and conditions. Contractors to ensure that such debit Notes are uploaded while
filing the Statutory returns as may be prescribed from time to time.
8 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/benefits/waiver or any other
benefits of similar nature or kind available under the Tax Laws. In no case,
differential Tax Claims due to wrong classification of goods and/or services or
understanding of law or rules or regulations or any other reasons of similar nature
shall be entertained by IOCL.
9 In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax
i.e. payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax
or vice versa, the contractor is liable to make good the loss suffered by IOCL by
issuance of suitable credit note to IOCL. In case, contractor does not issue credit
note to IOCL, IOCL would be constrained to recover the amount including interest
payable alongwith Statutory levy, if any, payable on such recovery.
10 In case the contractor is opting for Composition scheme under the GST laws, in
such event the evaluation of his bid will be based on the Quoted Price.
In case the contractor is falling under Unregistered category, then GST liability, if
any, on IOCL will be included for the purpose of evaluation.
11 In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced
from the delivered price to arrive at the net landed cost.
12 IOCL shall reimburse GST levied as per invoice issued by the Contractor as
prescribed under section 31 of the CGST Act and respective states and Rules.
Page 19 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 20
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Clause Description
No.
13 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC
with respect to GST reimbursed by IOCL on materials sold to IOCL.
14 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the
time of raising Invoice if the invoices raised are not as per Tax rates mentioned in
the bid, payment will be limited to the rate quoted as per BID subject to increase
/decrease in Rates after last date of submission of Price Bid provided delivery is
within the Contractual period.
15 CUSTOM DUTY (These clauses will not be applicable wherever port
clearances are in the scope of IOC and IOC is to take delivery at Port)
applicable for Global Tender
15.1 Custom Duty for this clause shall mean Basic Custom Duty, Additional Duty of
Customs levied under Section 3 of the Customs Tariff Act equivalent to the IGST
and Education Cess and Secondary and Higher Secondary Cess.
15.2 The contractor shall within 7 (seven) days of dispatch /shipment of any such
materials forward to the owner, the following documents.
(i)Supplier’s /Vendor Invoice indicating item wise price of the materials for
the purpose of assessing customs and other Import duties
(ii) Bill of lading/Airway Bill
(iii) Package wise packing list
(iv) Certificate of origin and other relevant documents relating to the
identification of the materials.
(v) Other relevant documents for the assessment of customs duties and the
clearance of goods through Customs.
15.3 The Contractor shall also be fully responsible for Port and Customs clearance
including stevedoring, handling, unloading, loading and storage and for satisfying
all Port and Customs formalities for the clearance of the goods , including
preparation of the BILL(s) of Entry mentioning the applicable GSTIN of IOCL and
other documents required for import and or/clearance of the goods. The applicable
GSTIN shall be advised by IOCL. The Contractor shall also be fully responsible for
any delays, penalties, interest, demurrages, shortages and any other charges and
losses, if any in this regard.
15.4 The Custom Duty payable shall be reimbursed on production of supporting
documents or paid directly to the Customs Authority, as the case may be.
15.5 IOCL shall pay the CUSTOM DUTY within 1 (one) working day or specified under
Customs law, after the day on which the CONTRACTOR furnishes the complete
necessary documents including duty requisition slip along with BILL of ENTRY to
the IOCL’s designated office for release of requisite materials/ equipment from
Customs.
However additional cost on account of delayed payment of Custom duty due to
IOCL’ s fault shall be paid by IOCL.
15.6 IOCL will not bear liability towards payment of safeguard duty, Anti Dumping duty,
Protective Duty or Countervailing Duty on subsidized articles or any other such
duties of Customs imposed by the Government of India under Custom Tariff Act
1975 applicable on such materials in India.
15.7 All other costs towards Port and Customs Clearance shall be the contractor’s
responsibility including appointment and payment to clearing agents and no
reimbursement will be made by IOCL except as quoted in the price bid.
15.8 The contractor shall provide IOCL with all documents necessary for IOCL to claim
Input Tax Credit (ITC) of the IGST levied under Section 3 of the Custom Tariff Act.
Should the contractor fail to provide any such document(s) resulting in a shortfall in
the ITC available to IOCL, the shortfall shall be made good by the contractor by
issuance of suitable credit note to IOCL. In case the contractor does not issue credit
Page 20 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 21
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Clause Description
No.
note to IOCL, in such case, IOCL would be constrained to recover the amount along
with interest and statutory levy, if any, and such recovery would be without pre-
judice to any other mode of recovery from the Running Account or other bills or
payments to the Contractor.
15.9 The input tax credit available to IOCL will be reduced to arrive at the net Landed
cost in the hand of IOCL for evaluating the Bids.
15.10 In case the bidder is availing any exemption under the prevailing customs law, then
necessary documentary proof for availing the said exemption is required to be
submitted. In the event of non submission of the requisite documents as per the
conditions for availing the exemption by the successful bidder, then the additional
outflow on account of various taxes and duties will be recovered from the bidder.
15.11 The Tariff Head under which the goods will fall should be clearly mentioned along
with the Custom Duty Rate at the time of submission of Bid.
16 ROAD PERMIT /WAY BILL
16.1 IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the
Contractor only in those cases where materials is purchased by IOCL directly and/or
IOC is statutorily required to issue the Road permit/Way Bill, by whatever name it is
called. Contractor will be under obligation for proper utilization of road permits for
the specific supply and in case of seizure of goods/vehicle; the Contractor will be
wholly responsible for release and reimburse the litigation cost to IOCL.
16.2 IOCL shall on no account be responsible for delay or hold up due to the timely non
availability of such documents as are required to be furnished by the owner to
obtain the Road Permit/Way bill, by whatever name it is called. However, IOCL shall
make best efforts to provide sufficient number of Road Permits/way bill, by
whatever name it is called. on demand to avoid any delay or Hold up.
17 Works Contract / Composite Supply / Mixed Supply
17.1 Works contracts as defined under the GST law includes Contracts for Building,
Construction, Fabrication, Completion, Erection, Installation, Fitting out,
Improvement, Modification, Repair, Maintenance, Renovation, Alteration or
Commissioning of any immovable property wherein transfer of goods is involved in
the execution of such contracts.
Composite Supply has been defined as supply in which two or more supply of goods
or service or both or any combination are naturally bundled and supplied in
conjunction with each other in the ordinary course of Business, and then the rate as
applicable for principal supply will be applicable on the entire transaction.
Mixed supply has been defined as supplies of goods or service or both which are
made in conjunction with each other for a single price and which does not
constitute a composite supply then the rate as applicable for the highest rate will be
applicable.
In view of the above various definitions under GST law, bidders are required to
evaluate the jobs to be undertaken covered under the tender and quote accordingly
by taking in to account the nature of Job read with the legal provision.
The place of supply in relation to an immovable property shall be the location at
which the immovable property is located or intended to be located.
17.2 In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced
from the delivered price to arrive at the net landed cost. IOCL shall reimburse GST
levied as per TAX invoice issued by the Contractor as prescribed under respective
GST Acts and Rules. In case the contractor is not permitted to issue Tax Invoice the
same should be clearly mentioned in the price Bid.
17.3 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC
with respect to VAT reimbursed by IOCL on materials sold to IOCL
Page 21 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 22
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Clause Description
No.
17.4 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the
time of raising Invoice if the invoices raised are not as per Tax rates mentioned in
the bid, payment will be limited to the rate quoted as per BID subject to increase
/decrease in Rates after last date of submission of Price Bid provided delivery is
within the Contractual period.
17.5 Wherever provisions of Tax deduction at Source (TDS) are applicable under the
CGST / SGST / UTGST/IGST Act ,2017 on supplies of goods or services or both to
IOCL , tax will be deducted from the invoice raised and deposited with the
authorities by IOCL. TDS certificate as per provisions of CGST / SGST /
UTGST/IGST Act, 2017 shall be issued by IOCL.
INCOME TAX :
1 The contractor shall be exclusively responsible and liable to pay Taxes on Income
arising out of payment made out of the contract.
2 Wherever withholding tax (TDS) is applicable under the Income tax Act , 1961 the
same will be deducted from the Invoices raised and Certificate as per provision of
the Income tax Act and it Rules will be issued to the contractor.
3 Where the contractor is eligible for deduction at lower rate of TDS, supporting
documents to be furnished to paying authority of IOCL before the payment is
released. Once the deduction is made at higher rate and TDS is deposited to
authorities, no claim will be entertained by IOCL.
4 1. Notwithstanding anything mentioned in the contract, Letter of Acceptance, BID
Documents or any correspondences, following clauses shall be applicable with
respect to Indian Income Tax including withholding tax.
2. The CONTRACTOR shall be exclusively responsible and liable to pay all income
taxes on any payments arising out of the Contract, whether payable in India or in
any other jurisdiction.
3. Any payment to non-resident or its permanent establishment (PE) in India which
is chargeable to tax in India attracts withholding tax in India under Income Tax Act,
1961 shall be subject to provisions of Double Taxation Avoidance Agreement(DTAA)
,wherever applicable, for withholding tax purposes only.
5 4. Contractor shall not include Withholding tax/Tax deductible at source in its
quoted price. Withholding Tax as applicable as per Indian Income Tax Act read with
respective Double Taxation Avoidance Agreement (hereinafter referred as “DTAA”)
will be borne by IOCL.
5. Notwithstanding Clause “3” above, where Contractor intends to obtain a
Certificate of Lower or NIL Withholding Tax/Tax deductible at source in terms of
provisions of Indian Income Tax Act, 1961 and rules made thereunder, Withholding
tax/Tax deductible at source will be deducted from amount payable under the
contract as per Certificate issued by tax authorities under Income Tax Act, 1961
and rules made thereunder and same shall not be borne by IOCL.
6. In all cases whether Withholding tax/Tax deductible at source is borne by IOCL
as described in Clause “4” above or deducted from amount payable as per contract
as described in Clause “5” above, Certificate of Withholding tax/Tax deducted at
source will be provided by IOCL enabling contractor to claim credit of the same in
their country of residence.
Page 22 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 23
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
27.2 IOCL may appoint Third Party Inspectors (TPI) for inspection of work at various stages of
construction and as per the QAP & IOCL specifications. The fee of TPI will be paid by IOCL.
27.3 Over and above the inspections carried out by TPI, the work will also be inspected by the Engineer
/ Engineers from respective Divisional Office and Odisha State Office of IOCL.
27.4 Contractor shall provide all necessary assistance to the TPI / IOCL engineers for carrying out
inspections/ tests / measurements of work without any extra cost to IOCL.
27.5 All the materials shall be got approved before use. In case defective/sub standard materials are
brought at site and rejected by TPI / IOCL site Engineer, the same shall have to be removed
immediately within 3 days from the site at their own cost. IOCL shall not entertain any claim from
the Contractor on this account. In case, Contractor fails to remove such materials from the site,
within 15 days after issue of notice in writing, IOCL reserves the right to dispose off such materials
at the entire risk and cost of the Contractor.
27.6 The Contractor shall make arrangements for retention of samples of approved materials till
completion of work.
27.7 Contractor shall bear all expenses towards testing of materials as per QAP and IOCL specifications.
Repeat tests if required, as per the opinion of IOCL/TPI shall also be conducted by the Contractor
at no extra cost. The lab tests shall be carried out at any Govt Engg College/Govt University/Labs
with NABL accredition /Govt Labs, Govt recognized test houses and test houses with ISO
accredition. However, at its discretion, IOCL may advise to carry out tests at a particular
laboratory, which shall be binding on the Contractor.
27.8 Contractor shall provide all the necessary equipments required for field tests to maintain the
quality of work as per QAP and IOCL specifications.
Page 23 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 24
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
SN DESCRIPTION % PAYMENT
1. For all Supply Items
On supply of materials / items to site including test certificates as
a. 70%
applicable
b. After installation/ erection 25%
c. In final Bill & after successful commissioning 5%
2. Structural Steel including Gratings
a. After supply of materials at site as per requirement UP TO 70%
b. After fabrication, welding 15%
c. After sand blasting & painting 10%
d. Balance in final bill 05%
3. Pipeline Works
a. Fabrication, laying ,welding of pipes UP TO 70%
b. After hydrostatic testing 15%
c. Sand Blasting / Painting/Anticorrosive Treatment 10%
d. Balance in final bill 05%
5 Civil works
a Upon completion in running bills Up to 95%
b In final Bill & after successful commissioning 5%
Final bill shall be released only after successful completion of all the activities and after the Final
Acceptance by IOCL for the work in its entirety.
30.2 Following documents/ activities shall be completed before submission of final bills:
Copy of test certificates, Warranty certificates as applicable.
Material reconciliation statements & documentation of site records as applicable.
As built drawings ( …Six….sets hard copy and soft copy)
Any other specific documentation required by IOCL.
Cleaning & clearing of site.
31.1 The Contractor should purchase all material from the market, which they require for the work
allotted to them, in cash or credit in their own firms’ name only.
31.2 In case of any default on the part of the Contractor to clear the payments of their vendors /
suppliers / sub-contractors, the Corporation, to protect it’s name and image, shall recover the
amount from Contractor’s pending bills or security deposit and may make the payment to the
concerned party.
31.3 Contractor in his own interest should purchase material from the authorized sources and should fulfill
all their obligations of all taxes etc. If the Corporation has reasons to believe that any material has
been brought to its premises from unauthorized sources, the Corporation can refer the matter to
police for verification.
31.4 The Contractor can be debarred/ holiday listed from corporation and EMD/SD shall be forfeited for
such lapses.
Page 24 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 25
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
34.0 Any conditional / incomplete offer or failure to follow above instructions shall lead to
disqualification. Providing any details of rates offered in the technical commercial bid section will
lead to disqualification of the bidder
37.0 At all places in the GCC enclosed with the tender document, OWNER shall mean INDIAN OIL
CORPORATION LIMITED, MARKETING DIVISION, HEAD OFFICE, with its office at G9, Ali Yavar
Jung Marg, Bandra(E), Mumbai-400051.
Page 25 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 26
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE -5
Detailed scope of work for Supply and Laying of 250 MM dia Bunkering Pipeline
with Hot Tapping services at Paradeep Port, Paradeep, Dist. Jagatsinghpur,
Odisha 754141
SL. ITEM DETAIL SCOPE OF WORK - Supply and Laying 250 MM dia
NO. Bunkering Pipeline with Hot Tapping services
1.0. DRAWINGS.
Page 26 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 27
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Pump Supply of 40 mm dia Rubber Hoses for both suction and delivery
line with required gate and check valves on suction and delivery
side.
11.0 Anticorrosive Cleaning of pipe outer surface by grit blasting as per swedish
Paints standard 2.1/2.
Application of two pack Epoxy bound polyurethane paints .
The thickness of paint should be minimum 1000 microns.
To carry out holiday testing to ensure that there is no leakage on
the pipeline coating.
12.0 Examination of Both visual and 100 % radiography.
welds.
13.0 D.P. Test As and when required
14.0 Radiography 100% for the entire pipeline route.
15.0 Third Party Submission of radiography films to authorized TPI agencies and
Interpretation of obtaining interpretation certification of acceptance.
RT Films
16.0 CIVIL WORKS
Dismantling of road for road crossing by open cut method not
allowed.
Road crossing will be done by either HDD process or Pipe Jacking
method.
Removal of heap of coal/ore/rubbish etc from the pipeline route by
the help of manual method/ mechanical mode.
Excavation of pipe trench.
Sand filling for pipe bed and after laying of pipes.
Earth filling & compaction after laying of pipes.
Construction of valve chamber as per requirement.
Construction of foundation for pipe racks.
Construction of Sump.
Any other work to make the pipelines ready for use as decided & directed by
Site Engineeer.
Page 27 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 28
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Performance of all Contractors needs to be closely monitored to ensure complete execution of project
within scheduled completion period. For timely execution of projects and achieving the desired goals of the
organisation, it is necessary to monitor the execution of projects or contracts right from the award stage to
completion stage and take corrective measures in time.
2.0 Objective
The objective of Contractor Performance Evaluation is to ascertain the performance of the Contractor with
respect to satisfactory execution of work while maintaining safety and quality standards and to develop
reliable Contractors so that they consistently meet or exceed expectations and requirements.
The purpose of this guideline is to put in place a system to monitor performance of Contractors associated
with IOCL so as to ensure timely completion of various projects.
Performance evaluation shall be completed within a period of 02 (Two) month after actual completion of
works.
4 ≤40% Unsatisfactory
Page 28 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 29
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Note :
In case of Fair/Unsatisfactory rating, indicated penal action shall be taken for future jobs for a
maximum period of 1 year across Marketing Division, with a provision for revoking such penal
action in case of improvement in performance in the job under evaluation or any other
concurrent job (having contract value of minimum 80% of the job under evaluation) at similar or
higher stages of evaluation in the same Division.
6.3 Banning
Not to consider the Contractor in future jobs.
Wherever Contractor is to be banned/Holiday listed, after finalization of scores, the procedures for holiday
listing as required including evaluation of reply against show cause notice by multi disciplinary committee
shall be followed.
For banning/holiday listing of party, the committee should specifically take into account the moving
average score of last one (1) year of the party in deciding on the time period of holiday listing (maximum 1
years).
Such banning on account of CPE shall be without prejudice to other rights and remedies available to the
owner under the contract.
Page 29 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 30
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE -7
Contents
1. Scope
2. Code
3. Operating Conditions
4. Mechanical Specifications
5. Inspection
6. Marking
1. Scope
a. This specifications covers the pertinent information for the design, fabrications, testing, guarantee and
supply to site the various fittings to M/s Indian Oil Corporation Limited.
2.Code
a. Butt welding fittings shall be manufactured in accordance with B-16.9 for dimensions, shapes and
dimensional tolerances.
b. b.Butt welding fittings shall be machined in accordance with ANSI B 16.28/ ANSI B 16.9 standards for
welding and preparation.
b. Manufacturing methods, quality etc. shall conform to ASTM A 403 and MSS-SP-43 for SS Fittings and
ASTM A 234 and MSS –SP-75 for CS Fitting.
3.Operating Conditions
a. The fittings are to be used for handling of Aviation Turbine Fuel (ATF) conforming to ASTM D-1655 to
the aircrafts.
4. Mechanical Specifications
a. All fittings shall conform to the design and dimensional requirements of ANSI-B 16.9 and to the
requirements of MSS-SP-43/75 for chemical composition, tensile, ductility properties, heat
treatment and bend tests.
b. If preheating of the material is required to insure proper weld-ability under normal field
conditions, the manufacturer shall so state specifying preheat requirements and permanently
indicate this on fitting.
c. Tensile properties shall meet the requirements for the particular grade of material. Tensile
properties shall be determined in accordance with the methods and definitions for the mechanical
Page 30 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 31
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
testing of steel products ASTM A-370 standard. On e tension test to determine yield strength,
tensile strength and percentage of elongation in 50 mm shall be made from each lot of fittings.
d. Fittings shall be capable of meeting the hardness requirements for the material grade as specified
in ASTM A 403 GR. WP316 (For Stainless Steel.) and ASTM A234 GR WPB for Carbon Steel.
e. Bursting strength test shall be made as set forth in B 16.9 as evidence of the adequacy of the
design. Records of design or successful proof tests shall be available at the facility for inspection
by the Purchaser.
f. Fittings shall be capable of withstanding without failure, leakage or impairment of their
serviceability, a hydrostatic test pressure equal to that prescribed for the specified matching pipe
or equivalent material.
g. Fittings shall be free of injurious imperfections and shall have a workmanlike finish. Injurious
defects are defined as those having a depth in excess of 6½ % of specified nominal wall
thickness. Machining and grinding of surface defects shall be treated as follows: sharp notches,
imperfections, scratches, scabs, laps, tears or silvers not deeper than 6 ½ % of nominal wall
thickness shall be removed by grinding. Repair of injurious defects by welding shall be permitted.
Welding of injurious defects shall not be permitted when the depth of defect exceeds 1/3 of the
nominal wall thickness or the length of defect exceeds 25% of the specified diameter. Defects
must be comparatively removed and welding performed by a welder qualified, specifically for
repair welding as per code. Such repair welding shall be done with low hydrogen electrodes, gas
metallic arc process or submerged arc process.
h. Fittings, after forming at an elevated temperature, shall be cooled to a temperature below the
critical range under suitable conditions to prevent injuries by too rapid cooling, but in no case
more rapidly than the cooling rate in still air. Fittings shall be satisfactorily heat treated by an
acceptance practice and adequately cleaned to insure maximum corrosion resistance.
i. The chemical composition of each heat of steel used shall be determined by manufacturer or his
agent, and shall be within the maximum element requirements as prescribed in MSS-SP-43/75.
j. Dimensional Tolerances.
k. In order to maintain a fixed position for the welding ends, with reference to the centerline of the
fittings the dimensional tolerances of B 16.9 shall be strictly followed.
l. The wall thickness may be 0.3mm under the nominal thickness except that isolated non-
continuous reductions are permitted, provided the remaining wall thickness is not diminished to
less than 93.5% of the specified nominal.
m. Welding land and bevel shall be in accordance with MSS-SP-43/75. The welding end land of the
fitting shall be machined flat and shall not vary from the plane by more than 0.8mm at any point.
Where the wall of the fitting exceeds that of matching pipe the transition shall be in accordance
with the detail given in MSS-SP-43/ 75.
n. Wherever the pipe fitting inside diameter and the adjoining pipe inside diameter is not matching
the manufacturer shall machine the inside the diameter of the fitting as prescribed in MSS-SP-43 /
75 at his own cost to match with pipe I.D.
5. Inspection
a. At all times while work on the contract of the Buyer Purchaser is being performed, the Inspector
representing the Purchaser shall have free entry to all parts of the manufacturer’s facilities that
involve the manufacturer of the ordered fittings. All reasonable facilities shall be afforded the
inspector to satisfy him that the product is being furnished in accordance with the specification. All
the tests and inspections called for by these specifications will be made at the manufacturer’s
expense.
b. The manufacturer shall submit the following test reports along with the fittings:
Page 31 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 32
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
6. Marking
a. All fittings shall have the prescribed information stamped or otherwise suitably marked on each
fittings in accordance with the standard marking system for valves, fittings, flanges and unions
(SP-43 / 75).
a. The vendor must protect the bevel ends of the fittings by proper packing.
b. Bevel ends and all machined surfaces shall be protected by a coat of double
boiled linseed oil.
Page 32 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 33
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
1. Scope
a. This specification covers the pertinent information for the design, fabrication, testing, guarantee,
and supply to site the various valves to M/s Indian Oil Corporation.
b. The purchaser, M/s Indian Oil Corporation Ltd. (IOCL) is referred to as “Buyer” or “Purchaser”.
The vendor is referred to as the “Fabricator” or “ Vendor.”
c. In the event of conflict between this specification and the data sheets, the information given in the
data sheets shall govern.
2. Operating Conditions
The valves are to be used in the Piping System for handling Aviation Turbine Fuel(ATF) conforming to
ASTM-D-1655.
3. Mechanical Specifications
a. Brief specifications, size of Valves, schedule of quantities etc. have been given in enclosed data
sheets for each type of valve.
b. Valves shall conform to the applicable standards and specifications listed below:
i. API-6D. : Valves
Page 33 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 34
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
If either an austenitic or hard faced body seat material is furnished, the seat material may be deposited
directly on the valve body or on separate seat rings.
j. Stuffing box in all valves shall be deep, assuring tightness and long packing life or MFR std. All
300# valves shall be provided with a Lantern type stuffing box. Stuffing box bore, depth and
packing width shall be as per API standards.
k. Bolts 1 Inch or smaller have coarse (UNC) threads, sizes larger than 1 inch shall be of the 8 thread
series (8UN). Bolt threads shall be class 2A and nut threads shall be Class 2B conforming to ANSI-
B 1.1.
l. Ball valves shall be furnished with full bore as specified in data sheets.
m. Ball valves shall be provided hand lever operated. These shall be adequately sized to unseat the
closed valve under rated working pressure.
n. All valves shall be provided with position indicator.
4. Material of Construction
General
a. All non-metallic parts and elements which usually include such item as packing, injectable material
and lubricants for valves shall be suitable for the service.
b. All metallic parts which usually include such item as stems, glands, glands bushings, balls, thrust
bushings, bolts, seats, seat rings, springs, body/disc seating rings, internal keys, pins, screws,
shafts, hand wheels, gearings, etc. shall be of material suitable for service.
c. Body shall be of material specified in the data sheet.
d. Hand wheel shall be steel, malleable iron or ductile iron. Nut shall be either copper-alloy, austenitic
steel, malleable iron or carbon steel.
e. Stem nut shall be non-ferrous (ductile nickel resisting) and shall have a bearing quality and a
minimum milting point above 1750 Deg. F.
f. Gland bushing shall be made of material having a minimum melting point of 17.50 Deg. C.
g. Trim consisting of stem, ball body seat surface, bushing for back seat, stem hole guide and any
small internal parts such as pins, bearings, hinges, springs, etc. that normally contact the service
fluid shall be suitable for service fluid and operating conditions.
h. Stem packing shall be of VITON-O-RINGS suitable for service fluid.
Bolting
Page 34 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 35
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
a. The vendor shall supply all the accessories as specified in Data Sheets and shall quote the item
wise prices separately.
Inspection
a. Inspection and testing of valves shall be carried out as per API-598.
b. In addition to the tests specified in API-598 sample valve shall be fire tested for a minimum period
of 15 minutes.
c. Vendor shall arrange final witness of the various tests specified for different valves by API Codes
at his cost by statutory testing agencies/CONSULTANT/purchaser only.
7. Marking
a. Valves furnished in conformance to the respective API, MSS standards shall be marked in the units
in which ordered.
b. All valves shall be marked as required in MSS-SP-25, standards marking system for valves, fittings,
flanges and unions.
c. All valves 150 NB and above shall be provided with a nameplate of 18/8 Cr Ni steel or nickel alloy
attached by pins of similar material or by welding.
2 STEM : OUTSIDE SCREW &YOKE RISING STEAM 9 WEDGE: WCB+ 13% CROME FACING
NON RISING HAND WHEEL.
21 OTHER REQUIREMENT:-
Page 35 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 36
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
1. Scope
2. General
3. Service Data
4. Material Construction
1. Scope
a. To design, manufacture, test, supply, pack and forward basket type strainers.
2. General
a. Tag No. :
b. Size (mm). :
3. Service Data
4. Material of Construction
Notes
Page 36 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 37
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
S No Description Requirement
1 Specification API 5L Grade B, PSL 1
2 Type Electric Welded
3 End finish Plain end / Bevel end as per ANSI B 16.25 with
end protection cap
4 Length of each Double random length 11 to 12 Meters
pipe
5 Wall thickness of Pipe size Wall thickness -
various Pipe size mm
250 mm dia 9.27
6 Marking All pipes shall be marked in accordance with Specifications
as mentioned in API 5L
2) THIRD PARTY INSPECTION: Third Party inspection is mandatory and shall be arranged by the supplier at
their own cost. Inspection shall be carried out in accordance with QAP duly approved by IOC. Party shall quote rates
inclusive of third party inspection. All stage of Inspections are to be done by any agency mentioned in the tender
document
a) The pipes shall be inspected for wall thickness, weight, straightness, length, ovality, diameter, pipe
bevel ends, workmanship and finish of line pipe strictly as per above specifications. No pipes with
repair, weld etc. shall be permitted.
b) Review and acceptance of Manufacturer test certificates of compliance, with test results, records as per
IOCL approved QAP.
c) All pipes shall have API 5 L monogram on products.
d) Witnessed for product heat analysis @ 1 finished pipes per lot of 50 pipes.
e) Witnessed for Tensile test @ 1 test per inspection lot as per Table-13 of API 5L standard.
f) Witnessed for weld tensile test, flattening test & bend test as per API 5L standard.
g) 100 % Hydrostatic & weld seam by automatic ultrasonic method as per API 5L standard.
a) PHYSICAL TEST
1. Longitudinal Tensile Test
2. Transverse Tensile Test
3. Fracture Toughness Test
4. Elongation
5. Flattening
6. Weld Tensile Test
7. Guided Bend Test
8. Hydrostatic Test
9. Visual Inspection of Bevel ends, diameter, wall thickness, Ovality etc
b) CHEMICAL TEST
1. Heat Analysis
2. Product Analysis
Page 37 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 38
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
A. PHYSICAL TEST
LONGITUDINAL TENSILE TEST:
i) Tensile Testing Specimens: The transverse specimen shall be taken from the finished pipes. Heating
or artificial ageing of test specimens is not permitted. In case it is not feasible to obtain transverse
specimen from the finished pipes, longitudinal specimen may be taken upon approval from Purchaser.
ii) Tensile Testing Frequency: Tensile test shall be performed on samples taken from two pipes per
heat.
TRANSVERSE TENSILE TEST: The transverse tensile tests shall be carried out on flattened rectangular
specimen.
FRACTURE TOUGHNESS TEST: Charpy Impact Test for PSL 1 : For PSL 1 pipe, Charpy impact testing is
NOT required.
WELD TENSILE TEST: Transverse weld specimen taken across the weld after removing the inside and
outside flash of weld in excess of pipe material either by grinding or machining shall be tested for ultimate
tensile strength only. The testing frequency shall be one test per heat per lot of 50 pipes.
CONTROL TENSILE TEST: Results of control tensile tests shall be reported to Purchaser’s
Representative. These tests shall not be counted against the tensile tests conducted for each heat or lot as
applicable.
HYDROSTATIC TEST: Each pipe shall be subject to an inspection hydrostatic test in the mill. The test
pressure shall be held for a minimum period of 60 seconds for all sizes and grades of pipes.
MILL TEST PRESSURE shall be as follow
No Material Standard Test pressure Standard
1 ASTM A106 GR.B ASTM A 530
2 API 5L GR.B SEAMLESS API 5L
3 API 5L EW API 5L
4 API 5L SPIRAL WELDED API 5L
5 API 5L GR.B ELECTRIC FUSION WELDED P=2ST/D(S=0.75% OF SMYS FOR API 5L GR.B
(16 IN & WHERE T=NOMINAL WALL THICKNESS, D-OD OF
ABOVE) PIPE)
Verification of Hydrostatic Test: The pressure gauge used for hydrostatic testing shall be
calibrated with a “Dead Weight” tester and the record shall be maintained. Calibration Records shall be
furnished to Purchaser’s Representative on request.
Test Pressure: The test pressure for all sizes and grades of pipe shall be such that hoop stress generated
is at least 90 percent of SMYS, computed based on the formula mentioned in API 5L para 9.4.3 (Note 2).
DIMENSIONAL TESTING: The measuring equipment requiring calibration or verification under the
provisions of API 5L shall be calibrated with manual instruments at least once per shift. Such calibration
records shall be furnished to IOCL’s Representative on request.
VISUAL INSPECTION: All pipes shall be visually examined both externally and internally (to the extent
feasible) for dimensional tolerance and apparent surface defects.
B. CHEMICAL TEST:
HEAT ANALYSIS: Where the steel mill is not a part of an integrated pipe mill, heat analysis shall be
reported by the Manufacturer prior to start of production.
PRODUCT ANALYSIS:
Sampling Frequency: Two pipes per heat per lot of 50 pipes shall be analyzed. Pipes selected shall be
such that one at the beginning of the heat and one at the end of the heat are represented.
Welded Pipe: Product analysis shall be carried out from finished pipes. Product analysis from skelp is also
acceptable provided that the traceability is guaranteed.
Page 38 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 39
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Test Reports: Test results of all specified chemical analyses shall be furnished to IOCL. The Chemical
composition of each heat of steel on product analysis shall be in accordance with Table and notes given
below.
TABLE – PSL1 Chemical requirements for Heat & product analysis by percentage of weight
- Columbium (niobium), Vanadium or combinations thereof may be used at the discretion of the
manufacturer.
ts of the
additional components shall be agreed with the Purchaser.
specification shall be analyzed and reported, even if those are not purposely added but are present as
residuals only.
be calculated using
the formula for CE (Pcm) as mentioned in API Specification 5L.
t analysis indicates a boron content less than 0.001% then the product analysis need not
include boron, and the boron content can be considered as zero for the CE(Pcm) calculation.
C. NON-DESTRUCTIVE INSPECTION:
Page 39 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 40
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
for shift supervision, manual weld inspection and calibration of all systems
(both manual & automated).
he supplier shall conduct the above test in an approved Laboratory and shall get the test results
endorsed on the respective test reports by the Third Party Inspection agency.
o PE : Plastic cap
wire.
transportation.
physical tests, mentioned above, shall be carried out with samples from each lot. Lot sizes for chemical
analyses as well as other physical tests shall be specified in relevant API code.
Party Inspection agency shall verify the above test certificate and the respective manufacturer marking on
all pipes. Marking shall also, include API Monogram, Purchase Order number, item number, heat number,
wall thickness (mm) and weight. Diameter shall be marked in mm, weight shall be marked in Kg, and
length shall be marked in meters. (Note: weight / Length marked shall be actual weight / length of the
pipe)
mm from one end with letters 30 mm or larger in height. Stencil marking shall be placed on the inside
surface of each length except that on pipe with outside diameter less than 406.4 mm (16 inches) marking
may either be placed on inside or outside. Point or ink marking shall not carry harmful metal or metallic
salts such as lead, zinc or copper which causes corrosive attack on heating.
Page 40 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 41
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
etc.
In general shot blasting concentrates abrasive particles at high speed (65-110 m/second) in a controlled
manner at the material thereby removing surface contaminates due to the abrasive impact.
Initially in the 1930’s the shotblasting process used compressed air for propelling the steel shot. This
method remains in use today for cleaning metal frames and weldments.
Shot blast production lines, both manual and automated systems, became possible with the introduction of
centrifugal wheel blast machines. The system of shot blasting by centrifugal wheel is more productive than
by compressed air and achieves a better more uniform surface finish.
The criteria used for selecting the type of shot blasting system depends on the size and shape of the parts,
the condition of the surface to be cleaned, final surface finish specification and overall process required.
Page 41 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 42
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Function of the turbine is similar to that of a fan or centrifugal pump. Shot blasting machines may use one
or a multitude of turbines positioned in such a way that the abrasive blast pattern covers the entire
surface of the material to be shot cleaned.
The shape and size of the parts determine the number of turbines used in a machine. Power of the turbine
motor is based on degree of cleaning needed and throughout speed of the material.
3. Blast Cabinet
The machine cabinet contains dust and abrasive. A machine mounted dust collector, reduces air pressure
inside the machine thereby preventing dust from escaping into the shop environment. Material access
openings in the entrance and exit of the shot blaster must be designed and protected to prevent abrasive
spillage.
Cabinets are built from low carbon steel with an inner shell made of abrasive resistant materials including
high strength alloy plates and thick rubber compounds. In the areas that are subject to direct high velocity
shot, alloy steel plates (64 RC hardness) are used which have much more abrasion resistance than other
more commonly used materials like manganese steel.
Page 42 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 43
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Abrasive
The projection equipment particles by compressed air, working interchangeably with any kind of abrasives,
metal or mineral, allowing you to select the proper abrasive for each type of work.
The projection equipment by turbines used exclusively metallic steel shot, carbon or stainless, of different
diameters as is the type of work to be done.
Indoors, it is extremely advantageous to use metal abrasive over other known abrasive highlighting the
following advantages:
surface
Page 43 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 44
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
1. Scope
a. This specification covers the pertinent information for the design, fabrication, testing, guarantee,
and supply to site the various valves to M/s Indian Oil Corporation.
b. The purchaser, M/s Indian Oil Corporation Ltd. (IOCL) is referred to as “Buyer” or “Purchaser”.
The vendor is referred to as the “Fabricator” or “Vendor.”
c. In the event of conflict between this specification and the data sheets, the information given in the
data sheets shall govern.
2. Operating Conditions
The valves are to be used in the Piping System for handling Aviation Turbine Fuel (ATF) conforming to
ASTM-D-1655.
3. Mechanical Specifications
a. Brief specifications, size of Valves, schedule of quantities etc. have been given in enclosed data
sheets for each type of valve.
b. Valves shall conform to the applicable standards and specifications listed below:
i. API-6D. : Valves
ii. API-600. : Steel (Flanged & Butt Welded End) Gate
And Plug Valves for refinery service.
iii. API- 598. : Valve Inspection & Testing
iv. API-RP 6F. : Fire Test of Valves
v API-607. : Fire Testing of Ball Valves.
vi. MSS-SP-72. : Ball Valves
vii. ANSI-B-31.4. : Liquid Petroleum Transportation Piping
system.
viii. ANSI-B 16.34. : Steel Valves.
ix. BS-5351. : Ball Valves.
x. BS-5146. : Testing of Ball valves.
Page 44 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 45
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
i. Stuffing box in all valves shall be deep, assuring tightness and long packing life or MFR STD. All
300# valves shall be provided with a Lantern type stuffing box. Stuffing box bore, depth and
packing width shall be as per API standards.
j. Bolts 1 Inch or smaller have coarse (UNC) threads, sizes larger than 1 inch shall be of the 8 thread
series (8UN). Bolt threads shall be class 2A and nut threads shall be Class 2B conforming to ANSI-
B 1.1.
k. Ball valves shall be furnished with full bore as specified in data sheets.
l. Ball valves shall be provided hand lever operated. These shall be adequately sized to unseat the
closed valve under rated working pressure.
m. All valves shall be provided with position indicator.
4. Material of Construction
General
a. All non-metallic parts and elements which usually include such item as packing, injectable material
and lubricants for valves shall be suitable for the service.
b. All metallic parts which usually include such item as stems, glands, glands bushings, balls, thrust
bushings, bolts, seats, seat rings, springs, body/disc seating rings, internal keys, pins, screws,
shafts, hand wheels, gearings, etc. shall be of material suitable for service.
c. Body shall be of material specified in the data sheet.
d. Hand wheel shall be steel, malleable iron or ductile iron. Nut shall be either copper-alloy, austenitic
steel, malleable iron or carbon steel.
e. Stem nut shall be non-ferrous (ductile nickel resisting) and shall have a bearing quality and a
minimum milting point above 1750 Deg. F.
f. Gland bushing shall be made of material having a minimum melting point of 17.50 Deg. C.
g. Trim consisting of stem, ball body seat surface, bushing for back seat, stem hole guide and any
small internal parts such as pins, bearings, hinges, springs, etc. that normally contact the service
fluid shall be suitable for service fluid and operating conditions.
h. Stem packing shall be of VITON-O-RINGS suitable for service fluid.
Gland and yoke bolting material shall be at least equal to A-307 Gr. B.
a. The vendor shall supply all the accessories as specified in Data Sheets and shall quote the item
wise prices separately.
Inspection
a. Inspection and testing of valves shall be carried out as per API-598.
b. In addition to the tests specified in API-598 sample valve shall be fire tested for a minimum period
of 15 minutes.
c. Fire testing shall conform to the following standards:
a. Ball Valves- 100 to 350 mm (NB) size – API-607.
b. Ball Valves- 400 (NB) and above size- API-RP 6F
d. Vendor shall arrange final witness of the various tests specified for different valves by API Codes
at his cost by statutory testing agencies/Buyer/purchaser only. For fire test similarity certificates
shall be checked by Lloyds.
7. Marking
a. Valves furnished in conformance to the respective API, MSS standards shall be marked in the units in
which ordered.
b. All valves shall be marked as required in MSS-SP-25, standards marking system for valves, fittings,
flanges and unions.
Page 45 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 46
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
c. All valves 150 NB and above shall be provided with a nameplate of 18/8 Cr Ni steel or nickel alloy
attached by pins of similar material or by welding.
1. RATING 150 # 8 BODY ASTM A –351 CF 8M
NOTES :
1. END TO END DIMENSIONS SHOULD BE AS PER
ANSI B-16.10
2. VALVE SHALL BE OF FIRE SAFE DESIGN.
3. TENDERER SHOULD INDICATE THE NO. OF CYCLE
OF OPENING AND CLOSING THAT THE VALVE CAN
WITHSTAND SATISFACTORY PERFORMANCE (MIN.
ONE LAC CYCLE)
4. VALVES MAINTANINANCE TO BE POSSIBLE
WITHOUT REMOVING VALVE BODY FROM PIPE.
5. VALVES SHOULD CONFORM TO LEAKAGE CLASS
VI./ BUBBLE TIGHT SHUT OFF
6 VALVES ARE BEING USED ON AIRCRAFT TURBINE
FUEL SERVICE.
Page 46 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 47
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
NOTES :
1. END TO END DIMENSIONS SHOULD BE AS PER
ANSI B-16.10
2. TENDERER SHOULD INDICATE THE NO. OF CYCLE
OF OPENING AND CLOSING THAT THE VALVE CAN
WITHSTAND SATISFACTORY PERFORMANCE (MIN.
ONE LAC CYCLE)
3. VALVES MAINTANINANCE TO BE POSSIBLE
WITHOUT REMOVING VALVE BODY FROM PIPE.
4. VALVES SHOULD CONFORM TO LEAKAGE CLASS
VI./ BUBBLE TIGHT SHUT OFF
Page 47 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 48
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
NB
21 OTHER REQUIREMENT:-
NOTES :
1) TENDERER SHOULD INDICATE THE NO. OF CYCLE
OF OPENING AND CLOSING THAT THE VALVE CAN
WITHSTAND SATISFACTORY PERFORMANCE (MIN. ONE
LAC CYCLE)
2) VALVES MAINTANINANCE TO BE POSSIBLE
WITHOUT REMOVING VALVE BODY FROM PIPE.
3) VALVES SHOULD CONFORM TO LEAKAGE CLASS VI./
BUBBLE TIGHT SHUT OFF
Page 48 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 49
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
DATA SHEET FOR TROLLEY MOUNTED GEAR PUMP (CAPACITY 20 CUM/HR, HEAD
50M)
No. REQD’D ONE (working : 1 Instal’d Stand By : 0 Non Instal’d Stand By- Nil)
TYPE HORIZONTAL –
SERVICE INTERMITTENT LOCATION : OUTDOOR
ANALYSIS : FURNACE OIL(FO)
SPECIFIC GRAVITY: 0.993 @ PRESS- TEMP. : -
VAPOUR PRESSURE: 0 Kg/cm² @ PRESS- TEMP. : -
VISCOSITY : 380 CST @ PRESS- TEMP.: 0 to 50 ºC
PH VALUE ~ 7.0
CAPACITY: (m³/Hr ) MAX. * NORMAL 20.0 MIN. *
OPERATING PRESSURE : (MLC) SUCTION : (-) 3.0 Mtrs. DISCHARGE 50.0 DIFFERENTIAL: 47.0
CONDITIONS WORKING TEMP.: 45ºC
AVAILABLE N.P.S.H. - 3.0 mtrs PUMPS TO BE SELF PRIMING TYPE
ELECTRICAL SUPPLY – NOT REQUIRED. PUMP SHALL BE DIESEL ENGINE DRIVEN MOUNTED IN A TROLLEY
FABRICATED FROM THE STRUCTURAL STEEL WITH FOUR TYRES OF MINIMUM 300 MM DIA.
COOLING
SEALING -
MANUFACTURER * IMPELLER TYPE : CLOSE
NO. OF STAGES SINGLE THRUST BEARING –TYPE : *
SPEED 1500 RPM (SYN) MAKE: SKF/ *
ROTAION (FACING COUPLING) * JOURNAL BEARING-TYPE : * -
PUMP EFFICIENCY (MIN.) AT DUTY POINT 60-70% MAKE: SKF/ *
WK² OF IMPELLER NA TYPE OF GLAND OR SEAL : SINGLE MECH. SEAL
BALANCE ARRGT * COUPLING TYPE : FLEXIBLE
SAFE MIN. FLOW * MAKE: LOVE JOY/*
PUMP SHUT OFF HEAD *
SUPPLIER VENDOR
N.P.S.H (REQ;D). * DRIVEN HALF COUPLING FITTE BY VENDOR
ACCESSORIES COOLING WATER (REQ’D.) - NIL TYPE OF COUPLING GUARD NON
SPARKING,AL, DETACHABLE
SEALING WATER (REQD.) - NIL - TYPE OF BASE PLATE COMMON FOR PUMP+MOTOR
HYD. TEST PRESS AS PER CODE BASE PLATE SUPPLIER VENDOR
SUCTION NB * FLG. STD. ANSI B 16.5 FOUNDATION BOLT SUPPLIER VENDOR
DISCHARGES NB 40 MM FLG. STD. 150 # RF TYPE OF LUBRICATOR GREASE
TYPE OF DRIVE DIRECT AIR RELIEF VALVE REQD.
GEAR BELT TYPE - DRIP TRAY
REQD.
ENGINE KOEL OR ANY APPROVED MAKE OF IOCL FRAME SIZE & NO. *
ABSORBED POWER NORMAL * MAX. * INSTAL’D *
DRIVER TORQUE – STARTING * FULL LOAD *
Speed (REQD. O 1500 RPM (SYN) EFFICIENCY *
Power Factor DRIVE HALF COUPLING FITTED BY VENDOR
LO CATION OF CABLE GLAND VIEWED FROM PUMP END *
SHAFT SS-403 HARDENED IMPELLER WEAR RING SS-403
BALANCE DISC/PISTON - SEAL /GLAND PACKING
SEAL CARBON/TONGST.
LINING - CASING
A-216 GR. WCB
NESK BUSH SS-403 CASING WEAR
RINGS SS-403
THRUST BEARING * SHAFT SLEEVE
Page 49 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 50
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
SS-403
JOURNAL BEARING * LANTERN RING -
IMPELLER (CLOSE) C.S.A-216 GR. WCB BASE PLATE CS-
FABRICATED
FLOW DIG. NO. * MAX ERECTION WT. *
PUMP DRG. NO. * TOTAL WT.
*
PERFORMANCE CURVE NO. * SHIPPING WT. *
ORDER NO. - SHIPPING VOL.
*
STARTERS BY OTHER
PERFORMANCE TEST AS PER API
VENDOR WILL SUBMIT ALL DETAILS FOR APPROVAL TO IOCL. THE PUMP WILL BE SUPPLIED WITH 50
MTRS LONG RUBBER HOSES CABLE TO WITHSTAND 10 KG/SQCM PRESSURE.
Page 50 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 51
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE -8
JOINTS(QW-402) Details
Joint Design ____________________________
Backing (Yes) _________________ (No) ________________
Backing Material (Type) ______________________________
(Refer to both backing and retainers.)
Nonmetallic Other
Sketches, Production Drawing, Welding Symbols or Written Description should
show the general arrangement of the parts to be welded. Where applicable, the
root spacing and the details of weld groove may be specified.
Page 51 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 52
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
GAS (QW-408)
(Continuous or special heating where applicable should be recorded) Trading _______ _________ ________
(Amps and volts range should be recorded for each electrodes size,
JOINTS (QW-402)
Page 52 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 53
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
QW-483 (BACK)
PQR NO.____________________
Specimen Width Thickness Area Ultimate Ultimate Unit Type of Failure &
No. Total Load Stress Location
Lb psi
Comments: __________________________________________________________________________
Other Tests
Type of Test _____________________________________________________________________________
Deposit Analysis _________________________________________________________________________
Other __________________________________________________________________________________
…………………………………………..……………………………………………………………………………………………………………..
Welder’s Name _____________________ Clock No.___________________ Stamp No._________________
Tests Conducted by ____________________________________ Laboratory Test No._________________
We certify that the statements in this record are correct and that the test welds were prepared, welded, and tested in
accordance with the requirements of Section IX of the ASME code.
Manufacturer______________________________
Date ____________________ By __________________________
Page 53 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 54
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
QW - 484
WELDER / WELDING OPEATOR PERFORMANCE QUALIFICATIONS (WPQ)
(See QW-301 Section IX, ASME Boiler & Pressure Vessel Code)
Manual or Semiautomatic Variables for each Process (QW-350) Actual Values Range
Qualified
Backing (metal, weld metal, welded from both sides, flux, etc)(QW-402) _____________
_____________
ASME P.No. _________________ to ASME P.No. (QW-403) _____________
_____________
( ) Plate ( ) Pipe (enter diameter, if pipe) _____________
_____________
Machine Welding Variables for the Process used (QW-360) _____________ _____________
Direct / remote visual control _____________ _____________
Automatic voltage control (GTAW) _____________ _____________
Automatic joint tracking _____________ _____________
Welding position (1G, 5G, etc.) _____________ _____________
Consumable insert _____________ _____________
Backing (metal, weld metal, welded from both sides, flux etc.) _____________ _____________
Guided Bend Tests Type ( ) QW-462.2 (Side) Results ( ) QW-462.3(a) (Trans R & F Type ( ) QW-462.3(b) (Long R & F)
Results
Page 54 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 55
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Fillet Weld- Fracture test ______________________________ Length and percent of defects _____________ in
Macro test fusion ________________ Fillet leg size _____ in .x _____ in. Concavity / convexity ________in.
We certify that the statements in this record are correct and that the test coupons were prepared, welded and
tested in accordance with the requirements of Section IX of the ASME Code.
Organisation : ____________________________________________
Page 55 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 56
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
SIZE OF PIPE:
WPS NO :
DATE :
REPORT NO. :
CLIENT : PURPOSE : PROCESS:
MATERIAL SPEC: THICKNESS:
POSITION:
WELDER NAME : STAMP NO: ROOT GAP:
Size of Travel
AWS Weld Time
Sr.No. Electrode Speed Polarity Current Voltage Remarks
No. Layers
(mm)
Start End
INSPECTION
AUTHORITY
Page 56 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 57
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Welder Name___________________________________________________________
Check No _________________ Stamp No ______________________________
Using WPS No ________________ Revision __________________
The above welder is qualified for the following ranges
SN. DESCRIPTION RECORD ACTUAL VALUES QUALIFICATION
USED IN QUALIFICATION
1 Process
2 Process Type
3 Backing (Metal, weld,flux etc)
4 Material Specs
a. Plate thickness
b. Groove
C. Fillet
5 Filler Metal
Spec No
Class
F. No
6 Position
7 Weld Progression
8 Gas Type
9 Elec. Charac
a Current
b Polarity
Page 57 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 58
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
4. Manufacturer’s Name_______________________________________________
6. Welding Positions__________________________________________________
B. TESTS
All weld tests______________________________________________________
Page 58 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 59
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
PHOTOGRAPH
1. Name -
2. Identification -
3. Date of Testing -
4. Valid until -
5. Process -
6. Thickness -
7. F. No. -
8. Approval of welding -
9. Position -
Page 59 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 60
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
20. Site Engineer should ensure that the penetrameters are placed on source side only. If it is placed on
the Film side, accordingly penetrameters may require to be changed with prior approval.
21. Scattered Radiation shall be avoided. This radiation is due to the presence of various objects in the
surroundings and background of the object being radiographed. A lead letter ‘B’ should be attached
at the back of film holder. This letter shall not be visible in the radiographs. If it is visible in the film,
lead sheets shall be used behind the film to avoid these scattering.
Page 60 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 61
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
RADIOGRAPHY PROCEDURE
1.0 SCOPE :
This procedure specifies the recommended practice for the radiographic examination of Butt welds
of Storage tanks & piping. It uses X-rays or Gamma rays (mainly used) to produce a shadow of
the internal condition of a job on a recording medium.
The length of weld under examination of every exposure should be such that the penetrated
thickness at the extremities of the area of interest, measured in the direction of the incident beam
at that point, should not exceed by more than 10% as compared to the actual thickness.
Each radiograph shall clearly show a minimum of 150mm of weld length and 50mm on either side
from the centre line of weld. At T-joint, each film should show radiograph of 150x100 mm of
selected weld. The film shall be centered on the weld and shall be of sufficient width to permit
adequate space for the location of identification works & thickness gauge.
To have a permanent and traceable record, a system of identification of the radiography should be
established. This distinctive number should include specimen/ part/ job/ drawing number,
weld/joint number, and welder number. In addition, the progressive locations should also be
identified by suitable location markers. Date of radiography should appear on the film.
Lead numbers/ markers of suitable size are used to identify the radiographs and they are placed
parallel to the weld seam as illustrated in ASME Sec V Article 2, fig. T-275. The locations to be
radiographed should be precisely marked on the surface of the job adjacent to the weld, prior to
the commencement of radiography. This would enable to identify and locate the defects, if any,
for the purpose of repair for visual examination.
Page 61 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 62
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
The identification number of the radiographs of repaired welds should also contain the symbols R1,
R2, R3……….. These numbers are the indication of the number of times the weld is repaired.
All radiographs should be free from mechanical, chemical or other blemishes to the extent that
they cannot mask or confuse with the image of any discontinuity in the weld being radiographed.
6.1 Film Selection :
Radiographs shall be made using films equivalent to ASTM-E1815-96 Type II (Kodak-
AA400, Agfa D7 etc.) or ASTM–E1815-96 Type I (Kodak MX, Agfa D2/D4 etc.) depending on
the quality requirements. The films used must be within the expiry date as specified by the
manufacturer.
6.2 Lead Screens :
Lead Intensifying Screens of 0.1mm thickness should be used for front and back, the
screens to be used should be defect and wrinkle free to avoid false indications on the
radiographs.
6.3 Radiographic Density :
The Optical Density of the radiograph on the penetrameter and in the area of interest should
be between 2.0 to 4.0.
6.4 The density of radiograph in the area of interest should not vary more than (-) 15% or (+)
30% as compared to the density on the penetrameter. If the density exceeds these limits,
additional penetrameters should be used for specific areas.
6.5 Only single film viewing is being considered for interpretation.
6.6 The geometrical unsharpness should be within acceptable limits of table given in ASME Sec
V.
Image quality indicators (Penetrameters) are used to ascertain the sensitivity of radiographs. The
material of the penetrameter should be of similar radiographic density to that of material being
radiographed i.e. Steel for Steel, Aluminium for Aluminium etc. The selection of penetrameter
material should be as per ASME Sec V, Article 22 SE142.
Page 62 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 63
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
7.1 The penetrameters used should be ASTM strip & hole type or ASTM wire type as specified in
ASME Sec. V. Wire Type DIN-54109 penetrameter should be used only if specified by the
inspection agency or the manufacturer. Both wire type and hole type ASME Sec. V
penetrameter sizes will be used in films.
7.2 The ASME strip & hole type penetrameters should be used with shims whenever required
(Refer ASME Sec. V Article 2, T273).
7.3 Sensitivity Requirements:
The sensitivity achieved should be at least equivalent to 2-2T as per E-142 ASME Sec. V,
unless a higher or lower quality level is agreed upon. While using DIN penetrameters the
radiographic sensitivity should be 2%. Sensitivity of 2% will be acceptable only.
7.4 Placement of Penetrameters:
As far as possible the penetrameters should be placed on the source side and only when the
accessibility prevents the placement on the source side, a film side penetrameter of
appropriate designation should be used with letter ‘F’ affixed to it, with prior approval from
IOC Inspection agency.
7.5 The strip & hole type penetrameters shall be placed adjacent to the weld at about 3mm
away from the edge of weld and the 2T hole should be towards the end of the location
being radiographed.
7.6 The wire type penetrameter is placed across the weld so that wires are at 90 degrees to the
seam, with the thinnest wire away from the central beam of radiation.
7.7 Number of Penetrameters:
In every radiograph at least one hole and wire type penetrameter should be visible and if
the density variation is more than (-) 15% or (+) 30% then additional penetrameters shall
be placed on specific areas.
The radiographs should be interpreted under subdued back ground lighting and the ambient light
should not cause reflection on the radiographs. The illuminator used should have provisions to
control the intensity of light as well as the aperture. Interpretation of radiographs should be
carried out by Level-II or Level-III or equivalently qualified personnel, with experience in storage
tank / Piping fabrication and welding.
The acceptance criteria for the evaluation of welds as per ASME Sec. VIII Div.I UW 51(b) / ASME
B 31.3, whichever is applicable, unless otherwise stated specifically in the work order.
10.0 REPORTING :
The radiographic report should contain the following parameters, as given in our report
format.
Page 63 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 64
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
STANDARD FOR WELDING PIPELINES AND RELATED FACILITIES FOR PIPE 2 – 3/8”
O.D. AND ABOVE
1. CRACK :Not acceptable
2. LACK OF ROOT PENETRATION/ :Individual defect shall not exceed FUSION
1” in 12” weld length.
3. LACK OF SIDE WALL FUSION : Shall not exceed 2” . Total length
shall not exceed 3” in weld length.
4. INTERNAL CONCAVITY : Not acceptable.
5. POROSITY : Max. dimension shall not exceed
½” in 12”weld length. Distribution of gas pockets as
per porosity chart given in code.
6. BURN THROUGH :Individual defect shall not exceed ¼”
7. SLAG INCLUSION :Any elongated slag shall not exceed 2” in length or
1/16” in width.
Total length of such defect shall not exceed 2” in 12” weld length. Parallel slag lines shall be considered as
separate conditions if width of either exceeds 1/32”. Isolated slag inclusion width shall not exceeds 1/8”.
Total length of any isolated inclusion shall not exceed ½” in 12” length of weld nor shall there be four
isolated inclusion of width greater than 1/8” in this length.
Page 64 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 65
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 65 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 66
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 66 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 67
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
2. Road / Rail crossings shall be through box culverts that facilitate inspection and maintenance.
Wherever sleeve pipes are used at the rail/ road crossings, wrapping/ coating of that portion of
piping shall be done and sleeve ends should be properly sealed.
3. Whenever the under-ground lines are laid under the culvert or through sleeve, the line shall be
hydro tested separately before laying and coating.
5. A pipeline route map, as built drawing indicating the exact alignment of the pipeline within the
location as well as beyond locations shall be prepared.
6. Before laying, physical condition of the pipe shall be checked. It should be free from cracks,
grooves, scaling, dents and other surface defects. In case of old piping, being used, extra care
should be taken during physical checking. The size and wall thickness of the piping should also be
checked and recorded.
7. During construction, pipelines shall have proper beveling normally (60 to 70°), Root gap (2 to 3mm)
and root face (1.5 to 2mm).
8. Check the joint fitment. A typical joint is shown in annexure-II. The gap at the root is very important
and it should be between 2 to 3mm.
9. End bevels and holes for branches shall be done by gas cutting, machining or grinding.
10. A wire spacer of suitable diameter may be used for maintaining the weld root opening while tack
welding. But this must be removed before the roof weld consumable inserts.
11. For tack welds, qualified welder shall be employed. Tack welds should be free from defects, as they
are to become part of the final welding.
12. Tacks shall be equally spaced. The minimum number of tacks shall be as follows :-
14. After root run, grinding and back gouging is to be carried out. No trace of slag should be present
after that. Then it should be visually inspected/ DP tested which should be witnessed by Site
Engineer.
15. For further run, use X-ray quality E-6013/ E-7018 electrode. Since, E-7018 electrode is low hydrogen
electrode and hygroscopic in nature, baking of these electrodes shall be ensured while using them.
Baking should be done at 350ºC for one hour minimum and stored in ovens kept at 80ºC to 100ºC
before use. Manufacturer’s recommendation should be followed if available.
16. All welds shall have maximum 1.59 mm reinforcement. At no point, the crown surface shall be below
the outside surface of the pipe.
Page 67 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 68
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
18. Radiography shall be taken as per tender document. Proper marking of the radiographed joint shall
be ensured.
19. Proper spacing (Min centre to centre distance d+D, where d & D are the diameter of the two lines)
between the lines shall be ensured. Proper slope / gradient should be maintained while laying the
pipelines.
20. Check pipe support (guide, slide support and anchors). The pipe should have a point contact with
the support. The GI pipe, placed on the concrete pedestal should be filled with sand-bitumen
mixture. It should be anchored with the pedestal to allow only rolling at its own place and avoid
falling down from the pedestal. The guides should be provided in alternate support and have 20 to
25mm clearance from the pipe.
21. If ERW Pipes are used, the seam should not come at the bottom. The pipes should be assembled in
such a way that the longitudinal seam will be on upper surface and within 45 degree of top centre of
the laid line. Successive joints should be rotated right or left so that pipes are staggered by not less
than 20 degree to avoid alignment of seams in adjacent pipes.
22. The shoe/ saddle plate should be full welded with the pipe. Otherwise corrosion may take place
between the pipe surface and the shoe/ saddle plate.
23. All the offshore lines in the coastal area should be provided with fully welded 120° circumference
pads at all the pipe supports locations to protect the lines from external corrosion.
24. Pipelines should have minimum ground clearance of 12 inch from the finished ground level.
25. Span of the pipeline supports should be kept as given under (as per Eng. Vol.-3).
Nominal pipe size (mm) 250 300 350 400 450 500 600
Maximum span (mtr) 6.71 7.01 7.62 8.23 8.53 9.14 9.75
26. All flanges shall be provided with copper bonding. Strip is always better than wire, as it gives more
surface contact area.
28. For underground long critical pipelines, depending upon the type of soil (if required), cathodic
protection system shall be installed in addition to painting/coating.
29. At the pump suction end, if reducer is to be used then ensure that an eccentric reducer is used with
topside kept straight.
30. The wrapping/ coating should be done as per the Procedure enclosed/ submitted or the Painting
manual. Carry out the “Peel off Test” to ensure proper adhesion of the coating on the metal surface.
Ensure the coatings are free from holidays using voltage of 14 to 15 kV at the brush.
The pipeline that emerges out of ground must be coated up to 500mm from the ground level with
the ends properly sealed to avoid entry of water. If pipeline becomes horizontal within this 500mm
length, then coating should be extended up to first weld joint in horizontal portion.
31. The entire network is to be hydro tested at 1.5 times the design pressure.
Page 68 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 69
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
32. Surface preparation and painting shall be carried out as per tender document / painting manual.
33. As built drawing of the entire pipeline network shall be prepared, certified, signed & submitted and it
should be available at site/ location.
OTHER POINTS
The following points should also be checked & repaired before assembly of the piping :
1. Injurious gouges, grooves or notches shall be removed. These should be repaired by using approved
welding procedures or removed by grinding provided the resulting wall thickness is not less than the
material specification tolerance.
3. Notches or laminations should be completely removed and the ends be properly re-beveled.
5. Dents containing a stress concentrator, such as scratch, gouge, groove or arc burn should be
removed by cutting out the damaged portion. All dents that affect the curvature of the pipe at the
seam or at any girth should be removed.
Page 69 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 70
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 70 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 71
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
a) Surface Preparation
b) Surface Profile
c) Primer Application
d) Intermediate coating, if any
e) Final coating
27. Final Layout Drawing available
Note : Separate Inspection Record to be maintained by Main fabricator for Dimension measurements &
Surface Quality. It is to be verified by Site Incharge.
Page 71 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 72
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
PIPELINE WORKS
1.0 GENERAL
1.1 For payment purpose against items, of supply fabrication and erection of steel of all types, the
weight shall be calculated based on section given in the standard steel tables and physical
verification whichever is less. The net fabricated dimensions edge to edge shall be taken into
account. The measurement shall exclude any allowance for wastage and weld metal etc.
1.2 Measurement of pipeline shall be taken for actual pipeline laid at site. The rate for laying &
welding includes provision of saddle plates beneath the pipelines. Gate valves, flanges, strainers,
filters etc. would not be included for measurement in pipeline.
1.3 Maximum wastage of 1.5% shall be allowed in pipeline fabrication for all diameter of pipes.
2.0 REQUIREMENT OF DRAWINGS
2.1 Drawings accompanying the tender document are indicative of scope of work and issued for
tendering purpose only. Detail piping drawings will be given to successful bidder for carrying out
the work.
2.2 The contractor shall prepare the isometric drawings for product piping and calculate the
actual requirement of various items/fittings like bends, flanges etc. The complete set of drawings
shall be submitted for approval , before commencement of the work . No fabrication will start
without the approval of IOC. The construction drawings shall include
a. Location of all weld seams, weld sizes and details of weld etc.
b. Material to be used.
c. Welding procedures and radiographic inspection.
d. Edge preparation and method employed.
e. Tolerances
f. Quality, brand and gauge of electrodes to be used.
g. Details of welding reinforcement
h. Details of brackets for supporting pipes, platforms, etc.
i. Complete bill of materials with item wise quantities for materials to be supplied by IOC and
the contractor.
j. Any correction or modifications suggested by IOC while approving the drawings.
2.3 The drawings shall be prepared on computer and one floppy of as built drawings shall be
submitted after completion of work. All drawings are to be prepared on Auto-CAD (on PC).
3.0 INSPECTION
3.1 Engineer-in-Charge or his authorized representative or third party appointed by IOC shall have free
access at all reasonable time to inspect those parts at the manufacturer's works which are
connected with the fabrication of the steel work and shall be provided with all reasonable
facilities for satisfying himself that the fabrication is being undertaken in accordance with the
provision of this contract.
3.2 Inspection shall be made at site/ at the place of manufacture prior to dispatch of the fittings.
The inspection shall be conducted so as not to interfere unnecessarily with the operation of work.
3.3 Should any structure or part of a structure be found not to comply with any of the
drawings and specifications, it shall be rejected. No structure or part of the structure once
rejected shall be re-submitted for test except in case where the corporation considers the defects
as rectifiable.
3.4 Defects which may appear during fabrication shall be made good by the contractor.
3.5 The suitability and capacity of all plants & equipments used for erection shall be to the
Page 72 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 73
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 73 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 74
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
1.0 SCOPE
This procedure will deal with the most used method of wrapping / coating with two pack epoxy
paints as per DIN EN 10289.
The surface of the pipeline shall be made free of oil and grease by using clean rags saturated with
suitable solvent like Xylene or Trichloroethylene. Then the pipes shall be blast cleaned to a Swedish
standard of SA 2½ (greyish metal appearance).
A) Holiday Testing : The coating of pipes shall be checked for any voids/ holidays in coating
according to AWWA C-203-86. Holiday detection should be done at 14 to 15 KV at the brush.
7.0 After testing, the damaged coating places should be repaired and holiday tested again
Page 74 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 75
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 75 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 76
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
sequence shall be followed to avoid needless distortion, and minimize shrinkage stresses.
8.0 CONNECTIONS:
8.1 Connections shall be as shown on the drawings. Where details are not given, standard beam
connections shall be followed. In any case connections shall be strong enough to develop the full
strength of the member and shall be approved by Engineer-in-Charge / IOCL. One sided, or
eccentric connections will not be permitted, unless they are shown in detail on the drawing and
are approved by Engineer-in-Charge / IOCL
8.2 All shop connections shall be bolted or welded as approved by Engineer-in-Charge / IOCL.
8.3 Welded connections shall be made only where indicated on the drawings or approved by Engineer-
in-Charge / IOCL. Holes shall not be made or enlarged by flame, nor will flame cut of unfair holes
in the shop or in the field be acceptable. Grout holes shall be provided in the steel members as
shown in the drawings and holes shall be provided in members to permit connections of supported
items.
9.0 INSPECTION:
9.1 The contractor shall arrange for inspection of the fabrication of items as and when directed by
IOCL.
9.2 However, such inspection shall not relieve the contractor of his responsibilities to furnish
satisfactory work.
9.3 Materials of workmanship not conforming to provisions of the specifications may be rejected at
any time defects are found during the progress of the work.
9.4 The Site Engineer shall have free access to the Contractor shop for periodical inspection and all
arrangement/facilities for the inspection shall be provided by the Contractor at his cost.
10.0 ERECTION
10.1 The positioning, leveling, alignment, plumbing of the structures shall be in accordance with the
relevant drawings.
10.2 Maximum tolerance for line and level of the steel work shall be ± 3mm for any part of the
structure. The structure shall not be out of plumb by more than 3.5mm on each 10 meter section
of height as well as not more than 7mm per 30 meter length.
10.3 Wherever so provided in the respective drawings or otherwise as instructed by the Engineer-in-
Charge/IOCL, the Contractor shall so arrange that the structural support is mounted and grouted
on concrete foundation.
11.0 LADDERS AND RUNGS (AS APPLICABLE)
11.1 Contractor shall provide and install all iron ladders and rungs where indicated and as detailed on
the drawings. He shall also include base plates, fastenings, anchor bolts, guard rails/rings, safety
chains, etc.
12.0 PAINTING (SHOP AND SITE COAT)
12.1 For painting requirements, minimum one coat of primer painting shall be applied after proper
surface preparation as per painting manual for supply of readymade fabricated items to the site.
13.0 MEASUREMENTS
13.1 All structural steel work shall be measured by weight, weights being calculated on the basis of
standard weights of sections used. No allowances shall be made for welding or for bolts, rivets
etc. The rate shall include painting of the structural steel work wherever required including shop
coat and site coat of primer as per painting specification.
Page 76 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 77
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE -10
Page 77 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 78
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
n) Equipment, materials and fluids needed to displace the test medium from the test segment.
4.0 TEST PLAN:
The following factors should be considered in planning a hydrostatic test:
4.1 Maximum operating pressure anticipated through the life of the facility.
4.2 Location of pipe and other piping components in the test segment by size, wall thickness, grade
type and internal design pressure(s).
4.3 Shell pressure rating and locating of all pipeline valves, air vents and connections to the segment.
4.4 Anticipated temperature of test medium, atmosphere and ground.
4.5 Source (s) of test medium and any inhibiting or other treating requirements.
4.6 Locations and requirements for test medium disposal.
4.7 Profile and alignment drawing maps.
4.8 Safety precautions and procedures.
5.0 TEST PROCEDURES:
A hydrostatic test procedure diagram with explanatory notes and data should be prepared prior to
testing and should indicate in a detailed fashion the following:
5.1 The length and location of the test segment (s).
5.2 Test medium to be used.
5.3 Procedures for cleaning and filling the line.
5.4 Procedures for the pressurization of test segment (s) including the locations of the injection points
and the specified minimum and maximum test pressures.
5.5 Minimum test duration for test segment (s).
5.6 Procedures for removal and disposal of test medium.
5.7 Safety precautions and procedures.
A specified test pressure is defined as the minimum test pressure which should be applied to the
most elevated point in the test segment. As detailed analysis of the profile to determine static and
dynamic pressures while the pipeline is being tested should be performed so that the pipeline will
not be over pressured at points which are at low elevations.
6.0 LINE FILL AND CLEANING:
6.1 The line fill operation should serve the dual function of cleaning the line and introducing the
necessary test medium into the test segment. screens or filters should be installed in the test
medium supply line to control the contamination of the test medium by debris or sediment.
6.2 The quality and source of water should be determined. Water which is not free of sediments and
may be injurious to the pipe, valves, equipments etc. should not be used unless it is filtered.
6.3 The filling operation should be planned and executed in a manner which prevent the infusion of air
into the test segment. Vents, if necessary should be provided on the test segment to permit the
purging of trapped air.
6.4 Pumping of the test medium should continue until the pigging devices have been received at the
receiving scraper trap, or until they have passed the block valve terminating the test segment.
7.0 PRESSURIZATION :
7.1 Personnel conducting the test should maintain continuous surveillance over the operation and
ensure that it is carefully controlled.
7.2 The test segment should be pressurized at a moderate and constant rate. When approximately
70% of the specified test pressure is reached, the pumping rate should be regulated to minimize
pressure variations and to ensure that increments of no greater than 1 kg/ sqcm may be
Page 78 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 79
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
accurately read and recorded. Pipe connections should be periodically checked for leaks during
pressurization.
8.0 THE TEST HOLD:
8.1 When the test pressure is reached, pumping should be stopped and all valves and connections to
the line should be inspected for leakage, a period of conservation should follow during which test
personnel verify that specified test pressure is being maintained at the line pressure and
temperature have stabilized.
8.2 Upon the completion , the injection pump should be disconnected of its connection to the pipeline
and checked for leakage. Pressure should be monitored and recorded continuously during the
duration of the test.
9.0 DISPLACEMENT OF TEST MEDIUM :
9.1 Water should be completely drained off. This can be accomplished with spheres, squeegees and /
or other pigging devices wherever practical. Water should be disposed off at approved locations in
a manner that will cause minimal environmental effects.
10.0 PURGING OF SS PIPELINES OF AFFF:
10.1 The scope of work is inclusive of providing repeated purging with an inert gas like Nitorgen for the
SS pipelines meant for AFFF in order to empty out the hydrotested water.
10.2 The successful bidder shall get the work procedure approved by IOCL/ IOCL’s Consultant before
mobilization of machinery required for the particular activity.
COLOR CODING
1.1.1 Pipelines shall be color coded to indicate the product that is being carried. The colour coding shall
constitute the name of product written in between two bands of 100 mm width on each side
preceded by an arrow along the direction. Band with product name shall be painted at a gap of
every 20 mtrs. for the pipe line length up to 1 KM, gap of every 50 mtrs.for pipe line length up to
2 KM and gap of every 100 mtrs for pipe line length beyond 2KM.The band shall also be painted
on both sides of the valves. The colour coding of band & arrow shall be as per details given below.
1.1.2 The base colour of the white oil tanks, pipelines shall be of Aluminum or off white as per operation
guide line. Black oil tanks, pipelines shall be painted black. The name of the product carried shall
be written between two bands in White letters for black oils and black letters for white oil lines
along the direction of flow.
1.1.3 A gap of approximately two letter size shall be maintained between the band & product name at
both ends as well as between band & start of arrow.300 mm (12 inch.) long arrow shall be painted
after each band on the pipe line with respective colour code in direction of flow.In case of BS IV
products, a brilliant green colour will be given to the arrow instead of respective colour code.
1.1.4 The size of letters for product name, width and length of arrow for various diameter pipe line shall
be as under
Pipeline Letter size of Width of the Length of Arrow
product Name Arrow (inch.) (inch)
Diameter (inch)
(inch)
Up to 6 2 2 12
Above 6 up to 15 4 2 12
Above 15 6 4 12
1.1.5 Wherever a stretch of pipeline is carrying different grades of the same products (e.g.
MS,BS III & BS IV ) the same shall be suitably identified on the pipe line as shown in
section 18.2.
Page 79 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 80
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
1.1.6 The entire stand point (in tank wagon gantry) and entire loading arm (in case of tank lorry filling
gantry) shall be painted with colour code of respective product, instead of colour bands to ensure
better visibility and avoid wrong loading /decantation.
1.1.7 The colour code for branded fuel shall be decided by respective oil companies for siutable
identification of the pipelines.
1.1.8 In case of change in use of pipeline w.r.t.product, relevant colour coding shall be changed
immediately.
1.1.9 The recommended colour coding for bands shall be:-
COLOUR OF IS CODE
PRODUCT COLOUR PIPE LINE ARROW
BANDS NO*
HSD BS III Aluminum /off white Oxford blue Oxford blue 105
Page 80 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 81
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Pipe jacking technology will be applied for road crossing. This technology offers the road crossing with
cutting or damaging the roads inside the port area. Before starting the work the contractor will submit a
drawing to IOCL mentioning the detail procedure of the pipe jacking of the each crossing of roads. To
complete the job the contractor will deploy an experienced team to complete the job. Suitable capacity of
pipe jacks to be used for pushing the hume pipes of 600 mm dia. The contractor will excavate a pit for
the pipe jacking to place the thrust block and pipe jacks. The hume pipes will be pushed by the jacks in
such a manner that the line of crossing should be maintain straight. During jacking application the earth
will be excavated on the jacking portion either by an electric augur or by water jet application. No manual
movement will be allowed inside the 600 mm dia pipe. The excavated earth will be taken out from the pit
by a mechanical conveyor or if water jet is being used then the slury water should be discharged in such a
place where there is no movement either by manpoer or equipments. After pushing the hume pipe as a
casing pipe the 250 mm dia carrier pipe will be pushed inside the 600 Dia hume pipe by using the proper
roller so that the anticorrosive treated paint on the pouter surface of the pipeline should not damaged. On
completion of the method both side of the casing pipe will be sealed with open air vent.
Page 81 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 82
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE -9
LIST OF DRAWINGS
Page 82 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 83
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE -10
QAP FOR ALL SUPPLY ITEMS SHALL BE GOT APPROVED BY THE SUCCESSFUL BIDDER FROM
IOCL/ IOCL’s CONSULTANT
Page 83 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 84
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE 11
Sl. Sl.
Name of TPI Agency Name of TPI Agency
No No
1 M/s Engineers India Limited Pvt. Ltd 7 M/s TATA Consulting Engineers
3 M/s Lloyd’s Register Asia 9 M/s Safety Quality Management Pvt. Ltd
M/s Bureau Veritas Industrial M/s Bax Counsel Inspection Bureau Pvt.
4 10
Services (India) Pvt. Ltd. Ltd.
5 M/s Det Norske Veritas (I) Ltd. 11 M/s Safety Assurance Engineers
6 M/s Met Lab Services Pvt. Ltd 12 M/s SGS India Pvt. Ltd
Page 84 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 85
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
ANNEXURE 12
Page 85 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 86
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
18. PRESSED CLAY TILES (FOR ANY APPROVED MAKE 2690 : Part I : 1993
WATERPROOFING)
19. PRESSED CEMENT CONCRETE TILES EUROCON / ULTRA / DURACRETE/ 13801 : 1993
SOBHA/ DAZZLE OR EQUIVALENT
APPROVED MAKE
20. PRECAST CEMENT CONCRETE KERBS EUROCON / ULTRA/ SOBHA OR 5758 : 1984
EQUIVALENT APPROVED MAKE
21. GRANITE TILES ANY IS APPROVED MAKE 14223 : Part 1 :
1995
22. RCC HUME PIPES INDIAN HUME PIPE CO LTD OR 458 : 2003
EQUIVALENT AS APPROVED
23. ROAD MARKING PAINTS SHALIMAR / MRF/ ASIAN 164 : 1981
24. ORISSA TYPE WATER CLOSET WITH HINDWARE (HSIL) / PARRYWARE 2556 / 774
FLUSHING CISTERN (VITREOUS CHINA) (EID PARRY) / CERA
25. EUROPEAN TYPE WATER CLOSET HINDWARE (HSIL)/ PARRYWARE (EID 2556
(VITREOUS CHINA) PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/ JAGUAR
WASHBASIN (VITREOUS CHINA) HINDWARE (HSIL)/ PARRYWARE (EID 2556
PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/ JAGUAR
26. SINK (VITREOUS CHINA) HINDWARE (HSIL)/ PARRYWARE (EID 2556
PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/ JAGUAR
27. FLUSHING CISTERN (PLASTIC) HINDWARE (HSIL)/ PARRYWARE (EID 7231 : 1994
PARRY)/ CERA/ AMERICAN
STANDARD/ TOYO/ GROHE/ JAGUAR
28. EWC PLASTIC SEAT COVER PARRYWARE / HINDWARE / CERA/ 2548 : Part II :
AMERICAN STANDARD/ TOYO/ 1996
GROHE/ JAGUAR
29. MIRROR MODI FLOAT / SAINT GOBAIN/ 3438 : 1994
GUJARAT BOROSIL/ BINANI/ HNG
FLOAT GLASS LTD
30. SOAP TRAY HINDWARE (HSIL)/ PARRYWARE (EID
PARRY)/ CERA
31. TOWEL RAIL NOVACE /ESSESS /ARK / SOMA /
METRO-SUPER
32. PVC PIPES AND FITTINGS(DRINKING SUPREME / FINOLEX / PRINCE / 4985 : 2000
WATER) TRUBORE/ KISSAN
33. PVC PIPES AND FITTINGS(CABLE BEC/ INDERSONS/ AVONPLAST/ 9537 / 3419
CONDUITS) UNIVERSAL
34. PVC PIPES AND FITTINGS (RAINWATER SUPREME / FINOLEX / PRINCE / 4985 : 2000
/ WASTE) TRUBORE/ KISSAN
35. CPVC PIPES & FITTINGS ASTRAL/ ASHIRWAD/ SUPREME
Page 86 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 87
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
39. GM GATE VALVES FOR SANITARY & LEADER / ORIENT / ZOLOTO / NETA 778 : 1984
PLUMBING WORKS
40. CP BRASS SPRAY SHOWER WITH BALL ARK-SOMA / PARKO / METRO-SUPER
AND SOCKET / NOVA SPECTRUM / ESS ESS/
JAGUAR/ JAL
41. BRASS FLOAT VALVES WITH COPPER LEADER / ORIENT / ZOLOTO/ NETA 1703 : 2000
FLOATS
42. CP BRASS STOP COCKS ARK-SOMA / PARKO / METRO-SUPER 781 : 1984
/ NOVA SPECTRUM / ESS ESS/
JAGUAR/ JAL
43. POLYETHYLENE WATER TANK SINTEX / INFRA / FUSION / UNIPLUS 12701 : 1996/
/ PATTON 10146 : 1982
44. FLOOR TRAP (NAHANI TRAP) APPROVED MAKE 2556 :1973
49. MORTICE SLIDING DOOR LOCK GODREJ OR EQVT. APPROVED MAKE 8760
51. REBATED MORTICE LOCK (VERTICAL) GODREJ OR EQVT. APPROVED MAKE 6607
52. MORTICE LOCK (VERTICAL TYPE) GODREJ OR EQVT. APPROVED MAKE 2209
56. SUBMERSIBLE PUMPSET FOR WATER ATLANTA/ SUGUNA / TEXMO / 8034 : 2002
SULZER APPROVED EQUIVALANT
57. MOTOR FOR SUBMERSIBLE PUMPSET ANY IS APPROVED MAKE 9283 : 1985
FOR WATER
Page 87 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 88
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
67. DOL STARTERS FOR BORE WELL PUMP Siemens, L&T, Schneider Electric ,
C&S, Crompton Greaves
68. METAL CLAD PLUG & SOCKET L& T Hager, Havells, Siemens
Schneider Electric, MDS, Indo Asian
Page 88 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 89
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 89 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 90
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 90 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 91
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 91 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 92
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 92 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 93
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Prakash Chopde
President - Special Projects
Hitec Equipment
( Div. of Kaveri Napthols Pvt. Ltd. )
11, Gulzar, Highway Service Road,
Andhri East, Mumbai 400 099
Mobile: +91 98 200 12168
WADCO BUSINESS SOLUTIONS No. 8, Candy House, Mandlik Road, Colaba,
PVT LTD (ATECO)
Mumbai – 400001, Maharashtra, India.
Mr. Abraham Philip (Vice President Sales)
Phone : +91-22-2285 0915 / 2202 2346
Mobile : +91 9820001720
E-mail : [email protected]
VACONO E Manoharan: +91 9003009738
[email protected]
[email protected]
[email protected]
6. RETRACTABLE PLATFORM: M/s WoodfieLd; M/s LoadTec; M/s Carbis; M/s Silea; M/s SVT; M/s
Kanon; M/s Emco Wheaton; M/s WLT; M/s Ateco
7. Positive Displacement Type (Rotary Gear/ Twin Screw Pumps) for AFFF service:
VENDOR NAME ADDRESS & CONTACT DETAILS
M/s Roto Del pumps Del PD pumps & Gears Pvt Ltd,
Plot no: 113, GIDC Estate,
Wadhwan City, Surendranagar,
Gujarat – 363035
Ph: +91-2752-243047, +91-2752-243678
Mobile: +91-9998817576, +91-9998817571
M/s Varat Pumps & Machinery (P) Ltd 20, Netaji Subhas Road,
Page 93 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 94
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
8. MECHANICAL SHOE SEAL: M/s Roshan Industries; M/s Reliance Vapour Sealing System ; Pvt.
Ltd; M/s. Maitri Industries; M/S Sai Tools; M/S Vira Associates; Approved Manufacturers of IFR
Deck
9. FIXED WATER SPRAY SYSTEM ACCESSORIES/ FIXED FOAM SYSTEM ACCESSORIES/ BLADDER
TANKS: M/s HD Fire: M/s Fire Tech; M/s Vimal Fire, M/s New Age; Any other UL/FM Approved
Manufacturer.
10. GASKET (METALLIC & SOFT IRON, SPIRAL WOUND, NON ASBESTOS, TEFLON)
VENDOR NAME ADDRESS & CONTACT DETAILS
IGP ENGINEERS LTD. 79, Valmiki Street, Thiruvanmiyur, Chennai, Tamil
Nadu 600041.
Phone : 044 2442 0608/2442 4804
Fax : 044 2440 5152
E-mail : [email protected]
MADRAS INDUSTRIAL No. 10, Iv Main Road, Green Corner Apartments, Raja
PRODUCTS Annamalai Puram
Chennai – 600028, Tamil Nadu, India
Mr. J Kumar
Mobile : 09176694462
Phone : 044-24610971
CHAMPION SEALS Champion Compound,
1st Floor, Champion Estate, 15, Parsi Panchayat Road,
Andheri (East), Mumbai - 400 069.
Maharashtra, INDIA.
Phone : +91-22-2836 7311 to 15
Fax : +91-22-2836 7316, 2820 8686
E-mail : [email protected],
[email protected] & [email protected]
Page 94 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 95
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 95 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 96
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 96 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 97
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 97 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 98
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Mobile: 9223252281
Page 98 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1
Page 99
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping of 160
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120
Page 99 of 160
TENDER NO: RCC/ERO/37/2018-19/PT-212, Tender Id : 2019_ERO_90193_1 Page
Title: Supply and Laying of 250 MM dia Bunkering Pipeline with Hot Tapping 100 of
services at Paradeep Port , Paradeep, Dist. Jagatsinghpur, Odisha 754120 160
OSWAL INDUSTRIES
STEEL STRONG VALVES INDIA PVT. LTD.
S&M INDUSTRIAL VALVES LTD 1, A. J. C. Bose Road, 3rd. floor.
Kolkata- 700020
Tel: 2282 3172 / 2946.
Fax: 91-33-2282 8266.
Email : [email protected]/
[email protected]
SAKHI ENGINEERS PVT. LTD.
SHIVA DURGA IRON WORKS(P) LTD.
NUTECH CONTROLS
FOURESS GROUP
AKSONS MECHANICAL ENTERPRISES,
HI TECH VALVES, CHENNAI
FLOWCHEM VALVES, AHMEDABAD
GURU INDUSTRIAL VALVES
SANMAR ENGG – XOMOX VALVES
HINA INDUSTRIES
E-mail: [email protected]
16. FITTINGS INCLUDING HALF COUPLING AND NIPPLE (In addition to the vendors mentioned in Sl
no: 15)
VENDOR NAME ADDRESS & CONTACT DETAILS
COMMERCIAL SUPPLY AGENCY 211, Nagdevi St. Jamal Bldg., 2nd Flr.,
Mumbai, Maharashtra - 400003,
Phone - 022-3400072; Fax -022-3429868
EBY INDUSTRIES Address :-PLOT NO.C-19/4, MIDC INDL AREA
TALOJA, NEAR DENA BANK, Taloja - 410208,
Maharashtra
Contact Person-Mr. R. Mamawalla (+91
9323464278)
M S FITTINGS Address :- 17, Weston St. Kolkata-700013, India
Phone:- 033-2236-2869, 2236-2902/3
Fax:- 033-2225-2103
Email:- [email protected]
TEEKAY TUBES Address:Plot No C-102, TTC Industrial Area,Village
- Pawane
Off – Thane Belapur Road,Navi Mumbai- 400 705
Phone – 022 4141 7777/ 6633 1010; Fax- 022
4141 7700
Email- [email protected]
TUBE PRODUCTS INCORPORATE PLOT NO.748/7, G.I.D.C. ESTATE, MAKARPURA,
Vadodara - 391243, Gujarat, India
Contact Person:-Mr. Janak Katakia ,
Phone No- 0265-
6545211/12/13/3049640/3049644
Fax No - 0265-2831031
Telephone : +91-22-43334555
Fax : +91-22-43334575
E-mail : [email protected]
Mobile : +919327584494
Phone : 91-79-
30082532/30082533
:
Tel +91-22-6715 1200
:
Fax +91-22-6715 1405
DENCIL PUMPS AND SYSTEMS PVT. Plot No. 85 E, Govt. Industrial Estate, Ganesh
LTD. Nagar, Charkop, Kandivali (West). Mumbai - 400
067.
Landmark: Opp Ganesh Nagar (BMC) Municipal
School.
Telephone: +91 22-2868 2653 / 2868 8754
Tele Fax: +91 22-2869 7403
Email: [email protected],
[email protected]
GE (ADVANCED SYSTEK) GE Oil and Gas, Measurment & Control
(Advanced Systek Pvt Ltd)
24. COMPRESSOR
VENDOR NAME ADDRESS & CONTACT DETAILS
INGERSOLL RAND Office Unit No.31,
3rd Floor (2nd level), Kalpataru Square,
Kondivita Lane, Andheri East, Mumbai - 400059
Tel: +91 22 61540500
1-800-102-7926 (Toll free)
26. ETP
VENDOR NAME ADDRESS & CONTACT DETAILS
PURE TECH INDIA, TRICHY Street A5, Trec Step, Thuvakudi, District
Tamil Nadu, City Trichy 620 015
Telephone: (+91) 431 - 320
6753/09789481402
SUYAASH EQUIPMENTS (P) LTD, PUNE 1/484, Mitra Mandal Complex
Pune - 411009
Mobile : 09370145827
Phone : 020-2442727
ULTRA-TECH ENVIRONMENTAL Unit no. 224, 225, 206, Jai commercial Complex,
CONSULTANCY & LABORATORY, 463 Eastern Express Highway, Opp. Cadbury
THANE Factory, Khopat, Thane (W) - 400601.
Tel. No. : +91-22 - 25342776 / 25380198 /
25331438
Fax No. : +91-22 -25429650
E-mail : [email protected]
SSP (P) LTD, FARIDABAD 13 Milestone, Mathura Road
Faridabad, Haryana-121 003 (India)
Mr. Pramod Chavan-
Phone : +(91)-(129)-4183700 / 4183799
Fax : +(91)-(129)-2277441 / 4183777
E-mail : [email protected], [email protected]
WTE Infra Project Mr. Jitesh Jain- 7350886400,
[email protected]
28. PAINT
VENDOR NAME ADDRESS & CONTACT DETAILS
BERGER Pattanwala Glass Works, Lbs Marg, Ghatkopar
West, Mumbai - 400086, Chirag Nagar
Phone : +(91)-22-25168355, 25167398, 25169414
ANNEXURE A
STATEMENT OF CREDENTIALS
(To be filled in excel format attached separately)
NOTE:
1. Incorrect/ false declaration will result in disqualification.
2. Necessary supporting documents to be enclosed.
3. Corporation reserves the right to assess the tenderer’s capacity and capability if necessary by
visiting/ inspecting recently executed / under execution of works.
(A)
________________________________________________
________________________________________________
________________________________________________
________________________________________________
________________________________________________
________________________________________________
__________________________________
____________________________
5. E Mail ID :
_________________________________________________
_________________________
OR
3. PARTNERSHIP FIRM:-
(Give names of the Partners and enclose scan copy of Partnership deed)
I Names of Partners:
A.
B.
C.
A.
B.
C.
OR
I. Names of Directors:
A.
B.
C.
A.
B.
C.
(C) Details of Completed Work Orders of minimum value as per Pre- qualification criteria
(PQC) during last FIVE years as specified in PQC of the tender:
Sl.
Particulars WO-1 WO-2 Wo-3
No
a Party’s Name to whom executed, Clear Postal
Address, Telephone/Fax Nos and E-Mail
Address.
WO Reference No.
WO Date
WO Value ( Rs. in Lakhs)
Note: a. Tenderer should upload copy of the above-referred work orders and completion
certificates/proof of payment as applicable
(D) Annual Turnover ( as per Signed and Audited Balance Sheet including P&L account )
in following last THREE financial years:
Income Tax Returns Acknowledgement Filed for last three assessment years (i.e.
corresponding financial years ):
Note : Tenderer should upload copy of the Acknowledgement of Income Tax Return
filed.
REGISTRATION
PARTICULARS DATE VALID UPTO
NUMBER
GSTN
i. If paid Online :
AMOUNT
Rs.
RTGS/NEFT/NET BANKING
(Strike out, whichever is not applicable)
Transaction Detail (IOC SAP PRN
Number)
OR
OR
State whether
Name of Central Govt./
Central Govt./ CIN
State PSU / JV of IOCL
State PSU, IOCL JV
(I) Details of Documents uploaded along with Tender documents in technical bid and
confirmation required to be furnished by tenderer:
SL DETAILS/DECLARATION BY
PARTICULARS IOC’s REQUIRMENT
No. TENDERER ( Yes / No)
Single page declaration for
To be uploaded by
1 undertaking of acceptance of tender
tenderer
as required, to be uploaded.
Confirm that scan copy of EMD To be confirmed by
2
instrument is uploaded. tenderer
Confirm that all Declarations/
To be confirmed by
3 Undertakings/ Addendum required as
tenderer
per tender are uploaded.
Confirm that there are no deviations To be confirmed by
4
from tender conditions tenderer
Site Organogram
(to be submitted by successful To be confirmed by
5
bidder) tenderer
To be filled by
Power of attorney (POA) for bidders
7 tenderer and copy to
as per the legal entity of the firm.
be uploaded
Confirm validity as per tender To be confirmed by
8
condition tenderer
To be confirmed by
9 Confirm completion time as per NIT
tenderer
Confirm that the price bid does not To be confirmed by
10
contain any condition tenderer
Mobilization advance required as per To be confirmed by
11
tender terms and conditions tenderer
To be uploaded by the
12 Equipment/machinery questionnaire
tenderer
SIGNATURE OF TENDERER:
DATE:
Note: Above declaration is to be signed by the same person, who is duly authorized to sign all the
required declarations, documents to bid for subject tender
ANNEXURE B
D E C L A R A T I O N - `A'
We declare that we have complied with all the conditions of the tender including technical
specifications, drawings, GCC & all the documents etc., forming part of tender.
Date: Tenderer’s
Place: Signature & Seal
D E C L A R A T I O N - `B'
We declare that we do not have any employee who is related to any officer of the Corporation/
Central/ State Governments of India.
OR
We have the following employees working with us who are near relatives of the Officer/ Director
of the Corporation/ Central/ State Government in India.
Name of the employee of the Tenderer Name & designation of the Officer of the
Corporation/ Central/ State Governments
Date: Tenderer’s
Place: Signature & Seal
D E C L A R A T I O N - `C'
The Tenderer is required to state whether he is a relative of any Director of Indian Oil Corporation or the
Tenderer is a firm in which any Director of our Corporation or his relative is a partner or any other partners
of such a firm or alternately the Tenderer is a private company in which Director of Indian Oil Corporation
is a member or Director.
Date: Tenderer’s
Place: Signature & Seal
DECLARATION – ‘D’
Tenderer is required to state whether they have employed any retired Director and above rank officer of
Indian Oil Corporation Limited in their firm. If so, details hereunder to be submitted.
3 Date of retirement
Date: Tenderer’s
Place: Signature & Seal
Note:
a. A separate sheet may be attached, if the above is not sufficient.
b. Strike out whichever is not applicable. If the tenderer employs any person subsequent to
signing the above declaration and the employee/s so appointed happens to be the near
relatives of the Officer/Director of the Corporation/Central/State Governments, the tenderer
should submit another declaration furnishing the name/s of such employee/s who is/are
related to the officer/s of the Corporation/ Central/ State Governments.
c. List of Directors of IOC Board is attached.
ANNEXURE C
ANNEXURE D
PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING
(in letter head of bidder)
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 any Black List 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 Organization in India or in any other country, in respect of any
corrupt or fraudulent practices(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”)
(Here give particulars of blacklisting or holiday listing and / or inquiry and in absence thereof state “NIL”)
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 Holiday List or Black List declared by Indian Oil Corporation Ltd. Or by any Department of any
Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India or in
any other country, and that there is no pending inquiry by Indian Oil Corporation Ltd. Or by any
Department of any Government (State, Provincial, Federal or Central) or by any Public Sector
Organization in India or in any other country against us or a parent or subsidiary or associate
company as aforesaid in India or in any other country, in respect of corrupt of fraudulent practice(s),
except as indicated below:
(Here give particulars of blacklisting or holiday listing and / or inquiry and in absence thereof state “NIL”)
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 black listing or
holiday listing) available to Indian Oil Corporation Ltd.
ANNEXURE E
• I/We have not tampered or modified the subject tender document in any manner and before
uploading, same has been cross-checked with documents hosted on your e-portal
https://iocletenders.gov.in. In case, if same is found to be tampered/modified, I/We understand that
my/our tender will be summarily rejected and EMD/SD may be forfeited and I am/We are liable to be
banned from doing business with and/or prosecuted.
• I/We, hereby confirm that if any discrepancy observed in the submitted tender even at a future
date, I/We will abide by all the terms and conditions as per all the documents hosted including
Addendums/Changes/Corrigendum, on your e-portal related with subject tender. I/We further assure that
we agree to all the decisions confirmed in Pre-Bid Conference of the subject tender.
ANNEXURE F
Payment system to Vendors through Electronic Modes such as EFT, RTGS etc has been introduced by the
Corporation. For availing this facility, a consent letter from the Vendor as also the Bank Account details of
the Vendor is required.
Tenderers are requested to submit their Consent Letter as per the format given below along with the
enclosures as required:-
Dated :
To ,
M/s Indian Oil Corporation Ltd.
Address
Dear Sir ,
With reference to your advise, we hereby agree to accept the payment of our bills through
“RTGS/NEFT/Electronic Mode” .
The desired bank account details are given below :
1. Vendor Code allotted by IOCL in SAP
2. Name of Beneficiary (i.e IOCL Vendor )
3. Name of the Beneficiary’s Bank
A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the accuracy of
the bank account details.
I hereby declare that the particulars given above are correct and complete. I agree to receive
transactional SMS / E-Mail Alerts from IOCL with regard to my bill payments.
**** Verification required only in case vendors name is not printed/appearing on the cancelled cheque
leaf being submitted to IOCL office
ANNEXURE G
SAFETY DECLARATION
I/We hereby declare and confirm that;
1. I/we shall strictly adhere to safety standards stipulated in the Safety Practices during construction
stipulated in the Oil Industry Safety Directorate (OISD) without exception.
2. I/we shall provide, without any exception, safety helmets & safety shoes to all our
employees/workmen/ labourers working at IOC locations (Retail Outlets, Consumer Outlets, Depots,
Terminals, AFS’s or any other location not specified here) for the purpose of rendering services to the
Corporation under the subject Contract
3. I/ We shall provide, without any exception, Safety Belts to all our workmen/ lobourers working at
heights (Including building roof top, canopy roof top etc) for the purpose of rendering services to the
Corporation under the subject Contract
4. I/We have read and understood the provisions of Clause 16 of the Special Terms & Conditions of
Contract regarding safety at worksites.
5. I/We shall be bound to pay a penalty of Rs. 5000/- for every incident of non-provision of safety shoes/
safety helmet/ safety belts occurring during the pendency of the contract.
6. I/We shall take safe height working permit for working at heights.
7. I/We shall be solely responsible for any accident resulting from unsafe practices or due to non-
adherence to safety standard stipulated by the OISD. Any injury / loss of life resulting from the above
shall be solely at our risk & cost and we shall bear and pay solely and absolutely all costs, charges and
expenses including legal charges incurred in this connection.
8. That the Corporation is not bound to be responsible, legally or otherwise, for any acts and/or
consequences of unsafe practices during execution of works during the pendency of the contract.
Date:
ANNEXURE- H
AND WHERE the Contractors are bound by law to comply with the provisions of various Labour Laws like
State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contract Labour
(Regulation and Abolition) Act 1970, Workmens Compensation Act 1923, Employees State Insurance Act
as also the Provident Fund Act by the Contractors but in the event of violation of the provisions of various
amenities and facilities to the workers under the different labour laws, not only the Contractors but also
the Corporation as the principal employer becomes liable for the acts of omissions and commission by the
Contractors.
1. The Contractors hereby undertake to furnish a certificate with regard to the number of labourers
employed by them in Corporation / in other organization throughout the country to the Location In
Charge of the Corporation where the work is undertaken by the Contractors.
2. The Contractors hereby confirm and state that they are duly registered under Contract Labour
(Regulation and Abolition) Act 1970 as amended from time to time and that they undertake to
furnish a certified copy of the requisite Licence obtained by the Contractors from the competent
authority to the Corporation’s representative.
3. The Contractors hereby undertake to keep proper record of attendance of his labourers and will
give opportunity to the officers of the Corporation to supervise the same and confer upon the
Corporation’s representative the right to countersign the said register if so required by the
Corporation. The Contractor shall provide a copy of the pay sheets to the Location In Charge of
the Corporation nominated by the Corporation for supervision of the payment of wages made to
the labourers by the contractors and also confer the right on the Corporation for supervision of the
payment of wages made to the labourers by the Contractors and also confer the right on the
Corporation’s representative to supervise the payment of wages to the labourers on the spot
whenever required by the Corporation.
4. The Contractors state they are fully aware of the provisions of the ESIC Act, and the rules made
thereunder. The Contractors hereby confirm that the said act and the rules made thereunder are
not applicable to them since the labourers so far employed were not on continuous basis and that
they are exempted from the purview of the said Act and the rules made thereunder and they are
therefore not required to obtain a separate Code Number from the Regional ESIC Office.
5. The Contractors hereby undertake and agree that in event of any claim on account of ESIC
liabilities arising in future, they shall keep the Corporation duly indemnified against all losses,
damages, charges, expenses, penalties, suits or proceedings which the Corporation may incur,
suffer or to be put to on that account.
6. The Contractor hereby agree, confirm and declare that they have fully complied and will comply
with the provisions of various labour laws, particularly those referred to herein above and that no
violation of the provisions of various amenities and facilities to the workers under different laws
has been done by them and in the events of any past or future violation of the various labour laws
the contractors shall indemnify and keep the Corporation duly indemnified against all losses,
damages, costs, expenses, penalties, suits or proceedings which the Corporation may incur, suffer
or be put to.
7. The Contractor hereby agree that the aforesaid indemnity undertaking are in addition to and not in
substitution of the terms and conditions contained in the Empanelment documents and the
Agreement executed by the Contractors with the Corporation.
8. The Contractor hereby confirm, agree and record that these terms of undertaking and indemnity
shall be irrevocable and unconditional and shall be binding on their heirs, executors,
administrators and legal representative and shall ensure for the Corporation’s benefit and for the
benefit of its successors and assigns.
9. That all question, disputes and differences between the Contractor and the Corporation arising
under the bond/undertaking shall be referred to arbitration in the same manner as indicated in the
contract to be entered into between the Contractors and the Corporation for the above Tender.
Signature:
Name & Address Seal:
Date:
ANNEXURE- I
DECLARATION
(On acceptance of tender, this undertaking shall be submitted on stamp paper of appropriate value)
1) Deploy trained and competent employees who are physically fit and are not suffering from any
chronic or contagious diseases.
2) Be responsible and liable for payment of salaries, wages and other legal dues of our employees for
the purpose of rendering the services required by the Corporation under the above contract and
shall maintain proper books of account, records and documents. We shall however as the employer,
have the exclusive right to terminate the service of any of our employees and to substitute any
person instead.
3) Be responsible and liable for payment of salaries, wages and other legal dues of our employees for
the purpose of rendering the services required by the Corporation under the above contract and
shall maintain proper books of account, records and documents. We shall however as the employer,
have the exclusive-right to terminate the services of any of our employees and to substitute any
person instead.
4) Comply in all respects with the provisions of all statues, rules and regulations applicable to us and
/or to our employees and in particular we shall obtain the requisite license under the Contract
Labour (Regulation and abolition) Act 1970 and the rules made there under.
5) Ensure that our employees while on the premises of the Corporation or while carrying out their
obligations under the contract, observe the standards of cleanliness, decorum, safety and general
discipline laid down by the Corporation or its authorized agents and the Corporation shall be the
sole Judge as to whether or not we and/or our employees have observed the same.
6) Personally and exclusively employ sufficient supervisory personnel exclusively to supervise the
work of our employees so as to ensure that the services rendered under this contract are carried
out to the satisfaction of the Corporation.
7) Ensure that our employees will not enter or remain on the Corporation's premises unless absolutely
necessary for fulfilling our obligations under the contact.
8) Not do or suffer to be done in or about the premises of the Corporation anything whatsoever which
in the opinion of the Corporation may be or become a nuisance or annoyance or danger or which
may adversely affect the property, reputation or interest of the Corporation.
9) Not do so suffer to be done in or about the premises of the Corporation any thing whereby any
policy of insurance taken out by the Corporation against loss or damage by fire or otherwise may
become void or voidable.
10) Be liable for and make good any damage caused to the Corporation's properties or premises or any
part thereof or to any fixtures or fittings thereof or therein by any act, omission, default or
negligence on our part or on the part of our employees or our agents.
11) Indemnify and keep indemnified the Corporation, its officers and employees from and against all
claims, demands, actions, suits and proceedings, whatsoever that may be brought or made against
the Corporation by or on behalf of any person, body, authority and whatsoever and all duties,
penalties, levies, taxes, losses, damages, costs, charges and expenses and all other liabilities of
whatsoever nature which the Corporation may now or hereinafter be liable to pay, incur or sustain
12) It is hereby declared that we are, for the purpose of this contract independent contractors and all
persons employed or engaged by us in connection with our obligations under the Contract shall be
our employees and not of the Corporation.
13) On the expiration of the contract or any earlier termination thereof, we shall forthwith remove our
employees who are on the Corporation's premises or an part thereof failing which, our employees,
agents, servants etc. shall be deemed to be trespassers and on their failure to leave the
Corporation's premises, the Corporation shall be entitled to remove all persons concerned (if
necessary use of force) from the Corporation’s premises and also to prevent them (if necessary by
use of force) from entering upon the Corporation's premises.
14) We hereby undertake and declare that, in the event the workmen / employees / person
engaged by us ("the Contractors' employees") to carry out the purpose hereof, attempt to claim
employment with the Corporation or attempt to be declared as employees of the Corporation or
attempt to become so placed, then in all such cases, we shall assist the Corporation in defending all
such attempts of the Contractor's employees AND we shall bear and pay solely and absolutely all
costs, charges and expenses including legal charges incurred or which may be incurred in defending
all such attempt and in any appeal or appeals filed by the Corporation therein or relating thereto
AND we hereby indemnify forever the Corporation against all such costs, charges and expense
including legal charges and against all and any loss, expenses or damages whether recurring or not,
financial or otherwise, caused to or incurred by the Corporation; as a result of such attempt by the
Contractors' employees.
15) It is hereby agreed that the Corporation shall be entitled to set off any debt or sum payable by us
either directly or as a result of vicarious of vicarious liability to the Corporation against any monies
payable or due from the Corporation to us against any monies lying or remaining with the
Corporation and belonging to us or any of our partners or directors.
ANNEXURE-J
1. In consideration of the Indian Oil Corporation Limited (hereinafter called ‘The Corporation’) having
agreed to accept from________________ (name of the tenderer) ( hereinafter called `the said
tenderer’) Earnest money in the form of Bank Guarantee, under the terms and conditions of tender
No._______________________dated _________ in connection with
_________________________________________________ (mention the details of the tender)
(hereinafter called “the said tender”), for the due observance by the said tenderer of the stipulation to
keep the offer open for acceptance for a period of _______ days from the date of the opening of the
tender and other stipulations of the tender we, ___________________________________(indicate
the name of the bank) hereinafter referred to as ‘the Bank’ at the request of
___________________________________________(mention the name of the tenderer) do hereby
undertake to pay on demand to the Indian Oil Corporation Limited an amount not exceeding Rs.
____________________ in the event of the said tenderer having incurred forfeiture of earnest money
as aforesaid or for the breach of any of the terms or conditions or the stipulations of the said tender
and/ or the contract if awarded including but not limited to non performance of the contract caused
due to revision in price/ pricing basis after close of the pricing part of the tender under an order of the
Indian Oil Corporation limited.
2. We_____________________(indicate the name of the bank) do hereby undertake to pay the amounts
due and payable under this guarantee without any demur, merely on a demand from the Indian Oil
Corporation Limited stating that the amount claimed is due by way of forfeiture of earnest money or
any loss or damage caused to or suffered or would be caused to or suffered by the Indian Oil
Corporation Limited by reason of breach by the said tenderer any of the terms or conditions or
stipulations 3contained in the said tender or by reason of the tenderer’s failure to perform the
stipulations of the said tender. Any such demand made on the bank shall be conclusive as regards the
amount due and payable by the bank under this guarantee. However, our liability under this guarantee
shall be restricted to an amount not exceeding Rs. _______.
3. We __________________(indicate the name of the bank) undertake to pay to the Indian Oil
Corporation Limited any money so demanded notwithstanding any dispute or disputes raised by the
tenderer in any suit or proceeding pending before any court or Tribunal or arbitrator relating thereto
our liability under this present being absolute and unequivocal. The payment so made by the bank
under this bond shall be a valid discharge of our liability for payment there under and the tenderer
shall have no claim against us for making such payment.
4. We _________________(indicate the name of the bank) further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the terms, conditions or stipulation of the said tender and that it shall continue to be
enforceable till all the dues of the Indian Oil Corporation Limited under or by virtue of the said tender/
contract have been fully paid and its claims satisfied or discharged or till Indian Oil Corporation Limited
certifies that the terms and conditions of the said tender have been fully and properly carried out by
the said tender and accordingly discharge this guarantee. Unless a demand or claim under this
guarantee is made on us in writing on or before _______ we shall be discharged from all liability under
this guarantee thereafter.
5. We____________________(indicate the name of the bank) further agree with the Indian Oil
Corporation Limited that the Indian Oil Corporation Limited shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said tender or to extend time of performance by the said tenderer from time to time
or to postpone for any time or from time to time any of the powers exercisable by the Indian Oil
Corporation Limited against the said tenderer and to forbear or enforce any of the terms and
conditions relating to the said tender and shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said tenderer or for any forbearance, act or omission on
the part of Indian Oil Corporation Limited or any indulgence by the Indian Oil Corporation Limited to
the said tenderer or by any such matter or thing whatsoever which under the law relating to sureties
would, but for this provisions have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the bank or the tenderer.
7. We, _________________(indicate the name of the bank) lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the Indian Oil Corporation Limited in writing.
Place :
Date :
ANNEXURE-K
1. In consideration of the Indian Oil Corporation Limited having its Registered Office at
_________________ (hereinafter called “The Corporation”) having agreed to exempt ________
(hereinafter called “The said Contractor(s) / Supplier(s) / -Seller(s)”) from the demand under the
terms and conditions of an Agreement dated _______ made between ________ and ___________ for
____________ (hereinafter called “The said Agreement”), of Security Deposit for the due fulfillment by
the said Contractor(s) / Supplier(s) / - Seller(s) of the terms and conditions contained in the said
Agreement, on production of a Bank Guarantee for Rs. _______ (Rupees _________ only), we
___________ (hereinafter referred to as “The Bank” at the request of ___________ Contractor(s)
/Supplier(s) / - Seller(s) do hereby undertake to pay to the Corporation an amount not exceeding Rs.
____________ against any loss or damage caused to or suffered or would be caused to or suffered by
the Corporation by reason of any breach by the said Contractor(s) /Supplier(s) / - Seller(s), of any of
the terms or conditions contained in the said Agreement.
2. We __________ ( indicate the name of the bank) do hereby undertake to pay the amounts due and
payable under this guarantee without any demur, merely on a demand from the Corporation stating
that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered
by the Corporation by reason of breach by the said Contractor(s) / Supplier(s) / - Seller(s) of any of
the terms or conditions contained in the said Agreement or by reason of the Contractor(s) / Supplier(s)
‘ failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as
regards the amount due and payable by the bank under this guarantee. However, our liability under
this guarantee shall be restricted to an amount not exceeding Rs._________
3. we undertake to pay to the Corporation any money so demanded notwithstanding any dispute or
disputes raised by the Contractor(s) / Supplier(s) / - Seller(s) in any suit or proceeding pending before
any court or Tribunal or Arbitrator relating thereto our liability under this present being absolute and
unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Contractor(s) / Supplier(s) / - Seller(s) shall have no claim against us for making
such payment.
4. we, ____________ further agree that the guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said Agreement and that it
shall continue to be enforceable till all the dues of the Corporation under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till ___________ office /
department at _____________ certifies that the terms and conditions of the said agreement have
been fully and properly carried out by the said Contractor(s) / Supplier(s) / - Seller(s) and accordingly
discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing on
or before _______ we shall be discharged from all liability under this guarantee thereafter.
5. We, __________(indicate the name of Bank) further agree with the corporation that the corporation
shall have the fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said agreement or to extend time of
performance by the said Contractor(s) / Supplier(s) / - Seller(s) from time to time or to postpone for
any time or from time to time any of the powers exercisable by the corporation against the said
Contractor(s) / Supplier(s) / - Seller(s) and to forbear or enforce any of the terms and conditions
relating to the said agreement and shall not be relieved from our liability by reason of any such
variation or extension being granted to the said Contractor(s) / Supplier(s) / - Seller(s) or forbearance,
act or omission on the part of the corporation or any indulgence by the corporation to the said
Contractor(s) / Supplier(s) / - Seller(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provisions have affect of so relieving us.
6. This guarantee will not be discharged due to change in the constitution of the Bank or the
Contractor(s) / Supplier(s) / - Seller(s).
7. We, __________(indicate the name of Bank) lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the corporation in writing.
PLACE….
DATE……
ANNEXURE-L
MODEL PROFORMA FOR JOINT PERFORMANCE WARRANTY FOR PAINTING WORKS
FOR
72 (SEVENTY TWO) MONTHS
(TO BE JOINTLY EXECUTED ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE BY SUCCESSFUL
TENDERER AND THE PAINT MANUFACTURER)
inspection kits for inspection by the “OWNER” conforming to latest SSPC guidelines for painting
inspection.
4.0.0 The “CONTRACTORS” hereby confirm to provide Dry Film Thickness (DFT) of paint specified for
every coat. If, actual DFT of & particular coat is beyond the permissible limits of acceptance of
variation in DFT, the "CONTRACTORS” undertake to sand blast the painted surface again and apply paint
system so as to achieve the specified DFT for every coat.
5.0.0 The “CONTRACTORS" hereby confirm that the coating system will be free from the defects
i.e. chalking, cracking, alligatoring, flaking, peeling, delaminating, rusting, blistering,
wrinkling, edge failure and failure around welds etc. during the Guarantee period of the
coating system.
6.0.0 The “CONTRACTORS” hereby agree that guarantee period of coating system will
commence on the date of completion of work as detailed in the work order no.
_______________________Dated _____________. It, expires 72 (SEVENTY TWO) months after
commencement of guarantee period.
However, the “OWNER” agrees that guarantee period shall not be extended by any repairs or repainting
made during this Guarantee period.
7.0.0 The “CONTRACTORS” hereby agree that defective areas of coating system will mean an area or
areas exceeding 1% (one percent) of total area of an individual tank or a section of steel structures or
pipelines.
8.0.0 The “CONTRACTORS” hereby confirm to repair any defect in the paint system arising during the
guarantee period of 72 (SEVENTY TWO) months at no extra cost to the “OWNER”.
9.0.0 The “CONTRACTORS” hereby confirm that in case of premature paint failure, they will supply paint
material free of cost and repaint/rectify, at no extra cost to the “0WNER” those defective areas where
pre-mature paint failure has been noticed by the “OWNER”.
10.0.0 EXCLUSIONS
10.1.0 The “CONTRACTORS” shall have no liability under this contract for the following:
10.1.1 Deterioration and damage to the painting systems not caused by wear & tear, but caused due to
any of the following reasons on the coated surfaces:
- Welding.
- Undertaking other heating.
- Mechanical damage.
- Fire.
- Explosion.
10.1.2 Coating areas on which repair or other works have been performed by the “OWNER” after
commencement of guarantee period.
10.1.3 Deterioration of coating system caused by physical abuse such as on walkways, handrails,
ladders etc.
10.1.4 The “CONTRACTORS” obligations are automatically waived off and void if coating system
are affected as a consequences of strikes, war, invasion, acts of terrorists or foreign enemies,
hostilities, civil war rebellion, revolution, insurrection, military or usurped power, confiscation
or Nationalization or requisition or destruction of or damage to property by or under the order of
any Government or authority and to the extent that loss or damage is directly or indirectly caused
by such circumstances or natural catastrophe.
NAME :
ADDRESS : SEAL
ADDRESS : SEAL
ANNEXURE- M
Dear Sir,
1. In consideration of Indian Oil Corporation Limited having its registered office at G- 09,
Indian Oil Bhavan, Ali Yavar Jung Marg, Bandra (East), Mumbai – 400 051 and its state office at -----
------------------------- (hereinafter called “ the Corporation “) having awarded work order no.---------
dated -------- on M/s. --------------- having its registered office at ------ (hereinafter called”the
Contractor” ) (which expression shall in so far as the context admits include their successor and
assigns) for the supply and application of paint for tanks upon the said contractors furnishing
security for the due performance of the Contractor’s obligations and/ or discharge of the contractor’s
liability under the said Work Order up to a sum of Rs. ---------- (Rupees. --------------) amount to
10% (Ten percent) of the total work order value (This is restricted to the value of works awarded
towards the supply and application of paints).
2. And whereas We ----( the name of Bank) having its registered office at ---------
(hereinafter referred to as the “Bank” which expression shall include its successors and assigns) at
the request of M/s. --------- (Contractor) and with the intent to bind the bank its successors and
assigns do hereby unconditionally and irrevocably undertake to pay to the Corporation forthwith on
first demand without protest or demur or proof or satisfaction and without reference to this
guarantee upto an aggregate limit of Rs. ---------.
3. This guarantee/ undertaking shall be a continuing guarantee and shall remain valid and
irrevocable for all claims of the Corporation upon the Bank made up to the midnight of ----------
provided that the bank shall upon the written request of the Corporation made upon the Bank at
any time within 6 (SIX) months from the said date extend the validity of Bank guarantee by a
further 6 (SIX) months so as to enable claims to be made under this guarantee by a further 6 (SIX)
months from the said date with the intent that the validity of this Guarantee shall automatically
stand extended by a further 6 (SIX) months upon such request by the Corporation.
4. The Corporation shall have the fullest liberty without reference to the Bank and without
affecting in any way the liability of the Bank under this guarantee/ undertaking, at any time and/ or
from time to time to amend or vary the Work order and / or any of the terms and conditions thereof
or to extend time for performance of the said work order in whole or part or to postpone for any
time and/ or from time to time any of the obligations of the Contractor and/ or the powers or
remedies exercisable by the Corporation against the Contractor and either to enforce or forebear
from enforcing any of the terms and conditions of or governing the said Work Order available to the
Corporation or any of them and the Bank shall not be released from its liability under these presents
and the liability of the Bank hereunder shall remain in full force and effect notwithstanding any
exercise by the Corporation of the liberty with reference to any or all the matters aforesaid or by
reason of time being given to the Contractor or any other forbearance, act or omission on the part
of Contractor or of any indulgence by the Corporation to the Contractors or of any other act, matter
or thing whatsoever which under the law relating to sureties or otherwise which could but for the
provision have the effect of releasing the Bank from its liability hereunder or any part thereof and
the Bank hereby specifically waives any and all contrary rights whatsoever.
5. The obligation of the Bank to the Corporation hereunder shall be as principal to principal
and shall be wholly independent of the work order and it shall not be necessary for the Corporation
to proceed against the Contractor before proceeding against the Bank and the
Guarantee/Undertaking herein contained shall be enforceable against the Bank notwithstanding the
existence of any other Guarantee/Undertaking or security for any indebtedness of the Contractor to
the Corporation(including relative to the said Security Deposit) and notwithstanding that any such
undertaking or security shall at the time when claim is made against the Bank or proceedings taken
against the Bank hereunder, be outstanding or unrealized.
6. The amount stated by the Corporation in any demand, claim or notice made with
reference tot this guarantee shall as between the Bank and the Corporation for the purpose of these
presents be conclusive of the amount payable by the Bank to the Corporation hereunder.
7. The liability of the bank to the Corporation under this Guarantee/Undertaking shall remain
in full force and effect notwithstanding the existence of any difference or dispute between the
Contractor and the Corporation, the Contractor and the Bank and/or the Bank and the Corporation
or otherwise howsoever touching or affecting these presents for the liability of the Contractor to the
Corporation, and notwithstanding the existence of any instructions or purported instructions by the
Contractor or any other person to the Bank not to pay or for any cause withhold or defer payment
to the Corporation under these presents, with the intent that notwithstanding the existence of such
difference, dispute or instructions, the Bank shall be and remain liable to make payment to the
Corporation in terms hereof.
8. The Bank shall not revoke this undertaking during its currency except with the previous
consent of the Corporation in writing and also agrees that any change in the constitution of the
Contractor or the Bank or the Corporation shall not discharge the Bank’s liability hereunder.
9. Without prejudice to any other mode of service, a demand or claim or other
communication may be transmitted by fax. If transmitted by fax, the transmission shall be complete
as soon as acknowledged by bank.
10. Notwithstanding anything contained herein :
a. The Bank’s liability under this guarantee/undertaking shall not exceed (Amount in figures and
words) :
b. This guarantee/undertaking shall remain in force upto ______________and any extension(s)
thereof; and
c.The Bank shall be released and discharged from all liability under this guarantee/undertaking
unless a written claim or demand is issued to the bank on or before _______ or the date of
expiry of any extension(s) thereof if this guarantee/undertaking has been extended.
d. This bank doth hereby declare that Shri ________________________(Name of the person
signing on behalf of the bank) who is _______(his designation), is authorized to sign this
undertaking on behalf of the Bank and to bind the Bank hereby.
Yours faithfully,
Signature :
Name & Designation :
Name of the Branch :
Dated :
ANNEXURE N
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) I/We accept and undertake to respect and uphold the Owner's absolute right to resort to and
impose such exclusion.
Place:
Date:
Signature of Bidder:
Name of Signatory :
ANNEXURE- O
FORM OF CONTRACT
THIS CONTRACT made at Mumbai this ___________ day of ____________ 201 BETWEEN INDIAN OIL
CORPORATION LTD., a Government of India Undertaking registered in India under the Indian Companies
Act 1956, having its registered office at G-9, Ali Yavar Jung Marg, Bandra (East), Bombay- 400 051 and
the Headquarters at G-9, Ali Yavar Jung Marg, Bandra (East), Bombay- 400 051 Mumbai (hereinafter
referred to as the "OWNER" which expression shall include its successors and assigns) of the One Part;
AND _____________ carrying on business in sole proprietorship/ carrying on business in partnership under
the name and style of ______________________ a Company registered in India under the Indian
Companies Act, 1913/ 1956 having its registered office at _______________________ (hereinafter
referred to/ as collectively referred to as the "Contractor" which expression shall include his/ their/ its
executors, administrators, representatives and permitted assigns/ successors and permitted assign) of the
other part:
WHEREAS
The OWNER desires to have executed the work of _______________________________ more specifically
mentioned and described in the contract documents (hereinafter called the 'work' which expression shall
include all amendments therein and/ or modifications thereof) and has accepted the tender of the
CONTRACTOR for the said work.
ARTICLE – 1
Contract Documents
1.1 The following documents shall constitute the Contract documents, namely
1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have been
collectively marked Annexure 'A' while a copy of the letter of Acceptance of Tender along with
annexures thereto and a copy of Fax/Telegram of Intent dated ________ are annexed hereto and
said copies have been collectively marked as Annexure 'B".
ARTICLE – 2
Work to Be Performed
2.1 The CONTRACTOR shall perform the work upon the terms and conditions and within the item specified
in the Contract documents,
ARTICLE – 3
Compensation
3.1 Subject to and upon the terms and conditions contained in the Contract documents, the OWNER
shall pay CONTRACTOR compensation as specified in the Contract documents upon the
satisfactory completion of the work and/ or otherwise as may be specified in the Contract
documents.
ARTICLE – 4
Jurisdiction
4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s) forming the
subject matter of the reference if the same had been the subject matter of a suit, any and all actions
and 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 ________ (where this Contract
has been signed on behalf of the OWNER) and only the said Court(s) shall have jurisdiction to
entertain and try any such action(s) and/ or proceeding(s) to the exclusion of all other Courts.
ARTICLE – 5
Entire Contract
5.1 The Contract documents mentioned in Article - I hereof embody the entire Contract between the
parties hereto, and the parties declare that in entering into this Contract they do not rely upon any
previous representation, whether express or implied and whether written or oral, or any
inducement, understanding or agreements of any kind not included within the Contract documents
and all prior negotiations, representations, contacts and/ or agreements and understandings
relative to the work are hereby cancelled.
ARTICLE – 6
Notices
6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or
communication sought to be served by the CONTRACTOR on the OWNER with reference to the
Contract shall be deemed to have been sufficiently served upon the OWNER (notwithstanding any
enabling provisions under any law to the contrary) only if delivered by hand or by Registered
Acknowledgment Due Post to the Engineer in- Charge as defined in the General Conditions of
Contract.
6.2 Without prejudice to any other mode of service provided for in the Contract Documents or
otherwise available to the OWNER, any notice, order or other communication sought to be served
by the OWNER on the CONTRACTOR with reference to the Contract, shall be deemed to have
been sufficiently served if delivered by hand or through Registered Post Acknowledgement Due to
the principal office of the CONTRACTOR at ___________________ or to the CONTRACTOR's
representatives as referred to in the General Conditions of Contract forming part of the Contract
Documents.
ARTICLE-7
Waiver
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in terms of the
Contract or any obligation or liability of the CONTRACTOR in terms thereof shall be deemed to be
a waiver of such right, remedy, obligation or liability, as the case may be, by the OWNER and
notwithstanding such failure or delay, the OWNER shall be entitled at any time to enforce such
right, remedy, obligation or liability, as the case may be.
ARTICLE-8
Non-Assignability
8.1 The Contract and benefits and obligations thereof shall be strictly personal to the CONTRACTOR and
shall not on any account be assignable or transferable by the CONTRACTOR.
IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the place, day and year
first above written
SIGNED AND DELIVERED for and on behalf of INDIAN OIL CORPORATION LTD.
by..........................................
in the presence of
1.
2.
SIGNED AND DELIVERED for and on behalf of
.......................................... (CONTRACTOR)
by..........................................
(this day of _____________ 20___)
in the presence of
1.
2.
Annexure – AA
FORMAT FOR
d) Completion Time 10
3 Quality of Work
4 Relationship Management
a) With labourers 3
d) With IOCL 2
5 Project Management
100
4 ≤40% Unsatisfactory
Depending upon the total marks as obtained by the contractor at 10.0 above, the
Performance Rating
of the Contractor, comes out to be ……………………………………..
Site Incharge
(Name, Designation, Signature, Date)
c Availability of
QAP
Documentation
i Availability of 4 marking
Inspection based on
reports ratio of
available
documents to
that required
ii Site 8 marking
documentation based on
- pour card, ratio of
cement available
register, documents to
cement that required
consumption
statement,
level book Fit
up, welding
records etc
iii Submission of 3 marking
Guaranty/ based on
Warranty ratio of
certificates, available
User manuals documents to
as applicable that required
etc
4 Relationship 10
Management
a With labourers 3 Very Good - Good - 2 Average -
Full marks Marks 1 Mark
marks
b Payment of 4 marking
monthly wages based on
as per schedule ratio of
payments
made as per
schedule
c Instances of 4 Nil slowdown 1 incidence 2 More than
work slowdown / stoppages - (Cumulativ incidences 2
/ stoppage due Full Marks e effected (Cumulativ incidences
to site finance period of 7 e effected - Nil Marks
days) - 3 period of 7
marks days each)
- 1 marks
d RA bill value 3 Average RA Average RA Average
ratio Bill value Bill value > RA Bill
>20% of 10% but < Value < 10
execution 20% of % - Nil
value - Full execution Marks
marks value - 2
marks
Total 100