156
vkW;y bafM;k fyfeVsM vkW;y bafM;k fyfeVsM ¼Hkkjr ljdkj dk m|ksx½ ¼Hkkjr ljdkj dk m|ksx½ OIL INDIA LIMITED (A Govt. of India Enterprises) BIDDING DOCUMENT NO. 6675/T-101/05-06/VKG/01 FOR DESIGN, ENGINEERING, FABRICATION, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF MOUNDED LPG STORAGE BULLETS AT DULIAJAN PART-I: VOLUME – I (COMMERCIAL) Prepared & Issued by: Regd. Office : Engineers India Bhawan, 1, Bhikaiji Cama Place, New Delhi - 110066 Sl. No………………… Cost of Bidding Document : INR 5,000/-

PDF OF EIL

Embed Size (px)

Citation preview

vkW;y bafM;k fyfeVsMvkW;y bafM;k fyfeVsM ¼Hkkjr ljdkj dk m|k sx½¼Hkkjr ljdkj dk m|k sx½ OIL INDIA LIMITED

(A Govt. of India Enterprises)

BIDDING DOCUMENT NO. 6675/T-101/05-06/VKG/01

FOR

DESIGN, ENGINEERING, FABRICATION, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF MOUNDED

LPG STORAGE BULLETS AT DULIAJAN

PART-I: VOLUME – I (COMMERCIAL)

Prepared & Issued by:

Regd. Office : Engineers India Bhawan, 1, Bhikaiji Cama Place, New Delhi - 110066

Sl. No………………… Cost of Bidding Document : INR 5,000/-

D:\B. BISWAS\6675\01\M_INDEX.doc - 1 -

MASTER INDEX

NAME OF WORK

:

DESIGN, ENGINEERING, FABRICATION, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF MOUNDED LPG STORAGE BULLETS AT DULIAJAN FOR M/S OIL INDIA

BIDDING DOCUMENT NO.

:

6675/T-101/05-06/VKG/01

A) PART-I: VOLUME I (COMMERCIAL)

S. NO. DESCRIPTION FILE NAME NO. OF PAGES

1. COVER PAGE Cover pageP1 1

2. MASTER INDEX M_Index 11

3. ISSUE LETTER OF BIDDING DOCUMENT IssueLetter 1

NOTICE INVITING TENDER (NIT)

i) NIT (Short Description) 6675T01_Nit_pub 1 4.

ii) NIT (Detailed Description) 6675T01_Nit_web 5 5. ACKNOWLEDGEMENT CUM CONSENT

LETTER Acklet 2

6. INSTRUCTION TO BIDDERS (ITB) 6675T01_ITB 15

PROPOSAL FORMS (ANNEXURES TO ITB)

6675T01_ITB_ANN 17

i) ANNEXURE-I: INFORMATION ABOUT BIDDER

1

ii) ANNEXURE-II: DETAILS OF SPECIFIC EXPERIENCE AND ANNUAL TURNOVER DETAILS AS CALLED FOR IN “QUALIFICATION CRITERIA” OF NOTICE INVITING TENDER

2

iii) ANNEXURE-III: PAST EXPERIENCE DURING LAST 7 YEARS

1

iv) ANNEXURE-IV: CONCURRENT COMMITMENTS

1

v) ANNEXURE-V: DETAILS OF PROPOSED EQUIPMENTS, TOOLS & TACKLES

1

7.

vi) ANNEXURE-VI: ANNUAL TURNOVER STATEMENT

--- 1

D:\B. BISWAS\6675\01\M_INDEX.doc - 2 -

S. NO. DESCRIPTION FILE NAME NO. OF PAGES

vii) ANNEXURE-VII: DETAILS OF PROPOSED SITE ORGANISATION

1

viii) ANNEXURE-VIII: COMPLIANCE TO BID REQUIREMENT

1

ix) ANNEXURE-IX: COMMERCIAL QUESTIONNAIRE

2

x) ANNEXURE-X: DETAILS OF P.F. REGISTRATION

1

xi) ANNEXURE-XI: CHECK LIST FOR SUBMISSION OF BID (COMMERCIAL PART)

2

xii) ANNEXURE-XII: BIDDER’S QUERIES FOR PRE-BID DISCUSSION

1

8. GENERAL CONDITIONS OF CONTRACT (GCC)

667501_GCC 27

PROFORMA TO GCC 6675-GCCProforma 5

i) PROFORMA-I: FORM OF PERFORMANCE BANK GUARANTEE

1

ii) PROFORMA-II: CONTRACT FORM 2

9.

iii) PROFORMA-III: FORM OF BID SECURITY (BANK GUARANTEE)

2

10. SPECIAL CONDITIONS OF CONTRACT (SCC)

6675T01_SCC 24

11. APPENDIX TO SCC

i) Appendix-I: Measurement of Work 6675SCC-App-I 1

ii) Appendix-II: Terms of Payment 6675SCC-App-II 2

iii) Appendix-III: Conditions for Issue & Reconciliation of Free Issue Material

6675SCC-Ap-III_IROM 10

iv) Appendix-IIIA: Scope of Work & Scope of Supply

6675SCC-Ap-IIIA 8

v) Appendix-IV: Specification for Quality Assurance System

6675SCC-Ap-IV_QAS 10

vi) Appendix-V: Standard Specification for Health, Safety and environment (HSE) management at construction sites, Safety measures for Electrical Installation during construction (7-51-0332 Rev. 0)

6675SCC-Ap-V_HSE 79

D:\B. BISWAS\6675\01\M_INDEX.doc - 3 -

S. NO. DESCRIPTION FILE NAME NO. OF PAGES

vii) Appendix-VI: Qualification and Experience of Key Supervisory Personnel

6675SCC-Ap-VI_KP 2

viii) Appendix-VII: Project Planning, Scheduling and Monitoring System

6675SCC-Ap-VII_PPSM 4

ix) Appendix-VIII: Time Schedule 6675SCC-Ap-VIII_TS 1

12. SCHEDULE OF RATES (SEPARATOR)

SOR-Coversheet 1

13. PREAMBLE TO SOR Preamble 1

14. SCHEDULE OF RATES (SOR) 6675-SOR-01 6

D:\B. BISWAS\6675\01\M_INDEX.doc - 4 -

PART-II: PRICE PART

S. NO. DESCRIPTION FILE NAME NO. OF PAGES

SCHEDULE OF RATES (S.O.R.)

1. Cover Page – Part-II CoverpageP2 1

2. Preamble to Schedule of Rates Preamble 1 3. Schedule of Rates (Detailed description) SOR 6

D:\B. BISWAS\6675\01\M_INDEX.doc - 5 -

PART-I: VOLUME –II (TECHNICAL) S.NO.

DESCRIPTION

NO.

NO. OF SHEETS

REV. NO.

I

STATIC EQUIPMENT

1. Vessel data sheet for Mounded Storage vessels.

6675-61-16-46-3001 4

C

2. a. Specification for Mounded Pressure vessels 6675-00-16-46-SP-08 6 B 2.b. Site Facilities 6675-00-16-46-SP-06 3 B 2.c. Specification for dismantling of existing

bullets 6675-00-16-46-SP-09 3 B

3.

General Spec. for Pressure Vessel

6-12-0001

13

3

4.

Supplementary Specification for Carbon Steel Vessels

6-12-0002

7

5

5.

Standard Specification for Boiler Quality Carbon Steel Plates

6-12-0011

6

5

6.

Vessel Tolerances

7-12-0001

2

3

7.

Manhole With Davit

7-12-0010

2

4

8.

Ladder Rungs for Manhole/Demister

7-12-0011

1

3

9.

Standard Bolt-Hole Orientation

7-12-0015

1

3

10.

Vortex Breaker

7-12-0019

1

3

11.

Earthing Lug

7-12-0026

1

3

12.

Name Plate

7-12-0027

1

3

13.

Manufacturers Name Plate

7-12-0028

1

3

14.

Bracket for Name Plate

7-12-0029

1

3

15.

Details of Forged Nozzles

7-12-0031

1

2

16.

Internal Feed Pipe Support

7-12-0032

2

2

17.

Instructions to vendor for quality data requirement

7-76-0101

8

3

18.

Waiver/Deviation permit

5-0000-0180-F1

2

2

II.

PROCESS & OPERATION

1.

Process Design Basis for Mounded Storage and pumping facilities Process Description of LPG Storage Bullets

6675-04-41-DB-01 6675-04-41-DB-02

12 3

0 0

2.

P&ID (LPG Storage and transfer system)

6675-04-41-61-1111/1112

1/1

1/1

3.

P&ID (Ethyl mercaptan dosing system )

6675-04-41-61-1113

1

1

4.

P&ID (LPG security system)

6675-04-41-61-1114

1

1

5.

Decommission & commissioning of LPG mounded storage

8

0

D:\B. BISWAS\6675\01\M_INDEX.doc - 6 -

S.NO.

DESCRIPTION

NO.

NO. OF SHEETS

REV. NO.

III ELECTRICAL

1. Technical specification (electrical) for LPG

mounded bullets

6675-00-16-50-SP-4001 9 0

2. Electrical scope of work for LPG Mounded

Bullets

6675-00-16-50-SP-4000 7 0

3. Key Single Line Diagram 6675-00-16-50-DS-4002 1 0

4. Cable schedule 6675-00-16-50-DS-4003 2 0

5. M.V. Switchboard component details 6675-00-16-50-DS-4004 1 0

6. Indoor/Outdoor Lighting Feeder 6675-00-16-50-DS-4005 1 0

7. Scheme for AC Control Supply 6675-00-16-50-DS-4006 1 0

8. M.V. Switchboard Contactor Controlled

Motor Feeder

6675-00-16-50-DS-4007 1 0

9. Data sheet for squirrel cage induction motor 6675-00-16-50-DS-4007 1 0

10. Vendor List 6675-00-16-50-VL-4001 3 0

11. Specification for Flameproof Control Stations 6-51-0006 6 2

12. Flameproof plugs, sockets and hand lamps 6-51-0021 7 2

13. M.V. Induction Motors 6-51-0032 13 3

14. Medium and high voltage cables and

accessories

6-51-0051

10 4

15. Light fittings for hazardous locations 6-51-0061 7 2

16. Design philosophy for electrical facilities 6-51-0099 25 4

LIST OF INSTALLATION STANDARDS

1. Symbols-Plans (layout drawing) 7-51-0021 2 4

2. Earth electrode in test pit 7-51-0102 1 3

3. Earth plate fixing details 7-51-0103 1 2

4. Typical earthing of motors 7-51-0104 1 2

5. Typical push button station earthing 7-51-0106 1 2

6. Earthing of tanks, vessels and spheres 7-51-0108 2 3

7. Equipment earthing schedule 7-51-0116 1 4

8. Typical installation of well glass lighting

fixture

7-51-0217 1 2

9. Div.2/ Flameproof lighting fixture mounting

details

7-51-0221 1 2

10. Typical section of lined trench in paved area 7-51-0303 1 3

11. Installation of push bottom station on

structural channel

7-51-0306 1 2

12. Typical installation of cable for motor(in

trench

7-51-0313 1 2

D:\B. BISWAS\6675\01\M_INDEX.doc - 7 -

S.NO.

DESCRIPTION

NO.

NO. OF SHEETS

REV. NO.

13. Arrangement for termination of cables laid in

trench(for MV motors)

7-51-0325 1 1

14. Safety measures for electrical installations

during construction

7-51-0332 2 0

IV.

SPECIALIST MATERIALS AND MAINTENANCE SERVICES (SMMS)

1.

Specifications ,scope of work, engineering input for for cathodic protection & coating system for mounded storage bullets

6675-0642-CP-001 88 1

2.

Schematic CP System Layout Details 6675-0642-DS-0001 3 0

3.

Anode Lead Junction Box Detail for non classified area

6675-CP-D-204 1 0

4.

CJB cum test station Details 6675-CP-D-205 1 0

5.

Str to cable joint by Thermit Welding 7-06-208 1 A

6

Underground Cable Installation Details 7-06-209 1 A

7.

Installation Details of Junction Box Support Structure

6675-CP-D-212 1 0

8. CP System PDB details 6675-06-42-D-227 1 0 9. Job Specification for fireproof coating for

connected lines of bullets & ROV's 6675-0640-SP-01 4 0

10. Standard specification of fireproofing for hydrocarbon storage vessels.

6-79-09 11 2

11. Layout arrangement for equipment under shelter.

6675-0642-012 1 0

12. PDB cabinet layout 7-06-250 1 0 13. MJB marker post details 6675-0642-05 1 0 14. Distributed vertical anode bed details for one

anode. 7-06-230 1 0

V.

GENERAL CIVIL

1.

Technical specification (General Civil) mounded bullets

6675-00-16-47-SP02 10 A

2.

Layout Plan for mounded bullets

6675-00-16-47-1001

-

A

3.

Area drawing for mounded bullets 6675-00-16-47-00002

-

A

4. Spray nozzles(medium velocity) 6675-00-16-47-DS03 1 A 5. Quartzoid bulb detectors 6675-00-16-47-DS04 1 A 6. Engineering Design Basis 6675-00-16-47-DB01 10 0 7. Datasheet for deluge valve DVH-LOI-3487 DS 1 0 8. Deluge valve section DVH-LOI-3487 1 0 9. Schematic diagram DVH-LOI-3487 1 0

ENGINEERING STANDARDS

1. Abbreviations and legends 7-65-0001 4 2 2. Cable crossing under roads ( PVC Pipes) 7-65-0006 1 2 3. Standard sections for storm water ditches 7-65-0101 1 4 4. Pipe culvert for storm water drainage 7-65-0103 3 1 5. Concrete sliding sleepers cast-in-situ 7-65-0406 1 4 6. Concrete sliding sleepers cast-in-situ 7-65-0407 1 4 7. Installation details for fire hydrants, water

monitor and foam water monitor 7-65-0420 1 1

D:\B. BISWAS\6675\01\M_INDEX.doc - 8 -

S.NO.

DESCRIPTION

NO.

NO. OF SHEETS

REV. NO.

8. Steps on dykes and roads 7-65-0308 1 2 9. Pipe sleeper cross overs 7-68-563 4 2

10. RCC pavement details 7-65-0404 1 2

11. Standard specification for concrete

pavement 6-65-1019 8 0

12

Standard specification for RCC pipe

culverts and ERC crossing for LSTK

Package

6-65-1021 4 0

13

Standard specification for under ground

for above ground GI pipeline system water

services.( for LSTK Package)

6-65-1027 3 0

14

Standard specification for misc. civil and

structural works for U/G piping and other

civil works (for LSTK Package)

6-65-1035 5 0

15

Standard specification for stand post type

fire hydrant (with or without pumper

connection)

6-66-0012 4 1

16 Standard specification for stand post type

water monitor. 6-66-0021 5 1

17 Standard specification for hose cabinet. 6-66-0047 4 1

18

Standard specification for rubber lined or

rubberised fabric lined woven jacketed

hose.

6-66-0011 3 1

19. Standard specification for water spray

nozzle for cooling. 6-66-0046 5 1

20

Standard specification for corrosion

protection tape coating for underground

steel piping.

6-79-0011 14 0

21 Standard specification for fabrication and

erection of piping. 6-44-0012 13 2

23 Standard specification for inspection, and

testing of piping systems. 6-44-0013 9 2

VI

PIPING

1.

Scope of work and Supply and technical requirements

6675-00-16-43-MD-02

21

0

1A Engineering Design Basis (Piping) -

Questionnaire 6675-00-16-43-DB-01 4 0

1B Engineering Design Basis (Piping) –

Design Philosophy

6675-00-16-43-DB-02 36 0

D:\B. BISWAS\6675\01\M_INDEX.doc - 9 -

S.NO.

DESCRIPTION

NO.

NO. OF SHEETS

REV. NO.

Design Philosophy

2. Piping material specification (PMS) 6675-6-44-0005 40 0

3. Piping material specification- General

notes 6675-6-44-0005 A1 15 0

4. Valve Material Specification (VMS) 6675-6-44-0006 21 0

5. Valve material specification- General

notes 6675-6-44-0006 A1 5 0

6. Standard specification for non destructive

examination requirements of piping 6-44-0016 19 4

7. Welding specification for the fabrication of

piping 6-77-0001 29 2

8. Standard specification for shop and field

painting 6-44-0004 45 2

9. Standard specification for fabrication and

erection of piping 6-44-0012 13 2

10. Standard specification for inspection,

flushing and testing of piping systems 6-44-0013 9 2

11.

Standard specification for pre-

commissioning, chemical cleaning. And

post cleaning passivation of carbon steel

suction piping of compressors.

6-44-14 19 0

12.

Standard specification for Application of

Torque and Hydraulic bolt Tension for

Flange Joints

6-76-0002 27 0

13. Standard specification for Pressure

Testing of Erected Piping Systems 6-44-0017 10 1

14. Standard specification for Positive Material

Identification(PMI) at construction site 6-82-0002 8 0

15. Standard specification for hot insulation

of vessels, piping and equipment 6-44-0002 53 2

16. Stub in Standard 7-44-0032 2 2

17. Drip Ring 7-44-0163 1 2

18. Vents and Drains 7-44-0350/0351 1/1 2/2

19. Orientation of Orifice Taps 7-44-0352 1 2

20. Wells Installation 7-44-0353 2 2

21. Pressure Tappings 7-44-0354 1 2

D:\B. BISWAS\6675\01\M_INDEX.doc - 10 -

S.NO.

DESCRIPTION

NO.

NO. OF SHEETS

REV. NO.

22. Utility Hose Station 7-44-0401 1 2

23. Tolerances For Fabrication 7-44-0486 1 2

24. Pipe Sleeve Details 7-44-0404 1 2

25. Welding specification charts for piping

class 6-77-0005 30 4

26. Overall Piping Plan 6675-61-16-43-0011 1 A

27. Piping Detail Drawing 6675-61-16-43-0021 1 A

28. Piping Detail Drawing 6675-61-16-43-0022 1 A

VII

CIVIL STRUCTURAL

1.

Spec. for civil and structural works Mounded storage vessels

6675-00-16-48-SP-251

26

B

2.

Job specification structural-Annexure-I

6675-00-16-48-SP-252

25

A

3.

Welded column splice(unequal joist section)

7-68-0207

2

2

4.

Splicing details for rolled sections

7-68-0208

7

3

5. Rigid frame details 7-68-0209

1

3

6.

Beam to beam and beam to column connection details

7-68-0211

1

3

7.

Standard grating details

7-68-0561

6

3

8.

Typical details of weld lengths for angle members. 7-68-0653 1 1

9. Detail of moment connection for boxed MC columns to boxed MC beams 7-68-0654 2 1

10. Shear connections

7-68-0689 4 0

11.

Specification for fireproofing of structural steel works

6-68-0033 12 5

12.

Pump House Details

6675-00-16-48-1304 1 A

VIII

INSPECTION

1.

Inspection/Monitoring methodology for packages contracts

6675-5-1842-0001

13

0

IX INSTRUMENTATION

1.

Instrumentation spec. for LPG Mounded

Bullets

6675-61-16-51-JS-01 12 A

2. Job Standard specifications for

instrumentation work

6675-6-52-0053 86 0

3 Standard specification for tank level

indicators

6675-6-52-0014 11 0

4 Job standard specification for pressure

switches

6-52-0037 16 1

D:\B. BISWAS\6675\01\M_INDEX.doc - 11 -

S.NO.

DESCRIPTION

NO.

NO. OF SHEETS

REV. NO.

5 Instrument standard specification for

control valves

6675-6-52-0031 20 0

6 Instrument standard specification for gas

detection system

6-52-80 13 1

7 Instrument connection on vessels, stand

pipes and tanks

7-52-0001 1 1

8 Instrument connection on piping 7-52-0002 1 1

9 Orifice plates and flanges dimensional

details

7-52-0041 14 1

TUBING HOOK UP STANDARDS

1 control valve with positioner and I/P

converter

7-52-00204 1 2

2 Control valve with solenoid 7-52-0207 1 2

INSTALLATION STANDARDS

1 Flow instrument - DP type liquid &

condensate vap. service meter belo

6675-61-16-51-IS06 1 0

2 Pressure Gauge liquid / gas service 6675-61-16-51-IS21 1 0

3. Pressure Instrument meter on vessel

above

6675-61-16-51-IS61 1 0

4. Pressure Instrument Gas Service Meter

Above

6675-61-16-51-IS35 1 0

5. Pressure gauge remote/pump discharge 6675-61-16-51-IS30 1 0

6. Level gauge on stand pipe 6675-61-16-51-IS42 1 0

7. Instruments support - single instruments 7-52-0101 3 0

8. Instruments support - two instruments 7-52-0102 3 0

9. Support details for junction boxes 7-52-0104 1 0

10. Canopy for instruments 7-52-0105 1 0

DRAWINGS AND DOCUMENTS

1. Level instrument installation detail 6675-61-16-51-4601 1 0

2. Level sketch 6675-61-YD-NE-0001 1 A

3. Instrument air supply distribution scheme 6675-61-16-51-G011 1 0

4. Sketch for built up thermowell 6675-00-YT-SK-SK-1410 1 0

X PROJECTS

1. List of approved Vendors 6675-08-MB-VL 7 0

XI ROTATING EQUIPMENT

1. Scope of Work and Supply 6675-00-RE-SS-5030 3 B

2. Doc./drgs. for owner/PMC review 6675-00-RE-VDR-5020 3 A

3. Job specification 6675-00-RE-JS-5010 10 B

4. Appendix A REV.0 to spec. 3 0

D:\B. BISWAS\6675\01\IssueLetter.doc Page 1 of 1

ISSUE LETTER OF BIDDING DOCUMENT

SUBJECT : DESIGN, ENGINEERING, FABRICATION, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF MOUNDED LPG STORAGE BULLETS AT DULIAJAN FOR M/S OIL INDIA

(BIDDING DOCUMENT NO.: 6675/T-101/05-06/VKG/01)

1. The Bidding Document is issued in the form of Compact Disc (CD). Bidder shall

submit the Master Index enclosed with this "Issue letter of Bidding Document" duly signed and stamped in token of having received and read all parts of Bidding Document. NAME & ADDRESS OF BIDDER: _____________________________

_____________________________

_____________________________ The cost of the Bidding Document (Non-Refundable) is Rs. 5,000/- (Rupees Five thousand only) to be submitted in the form of Crossed Demand Draft (DD No. __________________ dated _________________) in favour of Engineers India Limited, Kolkata.

2. The Bidding Document is not transferable in any other name.

3. Bidders desirous to submit their bid on downloaded document have to pay requisite document fee as specified in the bidding document while submitting their bid. Bids submitted on downloaded documents shall not be considered for opening without requisite bidding document fee.

DY. GEN. MANAGER, R.O. (Kolkata) ENGINEERS INDIA LTD.

D:\B. BISWAS\6675\01\6675T01_NIt-pub.doc Page 1 of 1

vk W;y b a fM; k fy feV sMvk W;y b a fM; k fy feV sM OIL INDIA LIMITED

NOTICE INVITING TENDER (NIT)

FOR DESIGN, ENGINEERING, FABRICATION, SUPPLY, ERECTION, TESTING AND

COMMISSIONING OF MOUNDED LPG STORAGE BULLETS AT DULIAJAN FOR M/S OIL INDIA LIMITED (BIDDING DOCUMENT NO. 6675/T-101/05-06/VKG/01)

(DOMESTIC COMPETITIVE BIDDING)

Engineers India Limited (EIL), on behalf of Oil India Limited (OIL), invites sealed bids under single stage two-bid system from competent Indian agencies for Design, Engineering, Fabrication, Supply, Erection, Testing and Commissioning of Mounded Storage Bullets at Duliajan, Assam.

Bid Security Cost of Bidding Document

Time Schedule Sale Period

INR 18,60,000/-

INR 5,000/- 12 (Twelve) Months From 02.05.06

To

29.05.06

Last date and time for receipt of Bids: 1200 Hrs. on 30.05.06.

For detailed NIT, visit EIL website www.indianprocessplants.com and OIL website (www.oilindia.nic.in).

Contact person : Sr. Mgr. (C&P), Engineers India Limited, Regional Office Kolkata, A. G. Towers, 5th Floor, 125/1, Park Street, Kolkata-700 017. Telephone : 91-33-22276304/22277305 Extn. 228 Telefax : 91-33-22277692, Email: [email protected]

DY. GENERAL MANAGER ENGINEERS INDIA LIMITED – KOLKATA

D:\B. BISWAS\6675\01\6675T01_NIt_Web.doc Page 1 of 5

vk W;y b a fM; k fy feV sMvk W;y b a fM; k fy feV sM OIL INDIA LIMITED

NOTICE INVITING TENDER (NIT)

FOR DESIGN, ENGINEERING, FABRICATION, SUPPLY, ERECTION, TESTING AND

COMMISSIONING OF MOUNDED LPG STORAGE BULLETS AT DULIAJAN FOR M/S OIL INDIA LIMITED (BIDDING DOCUMENT NO. 6675/T-101/05-06/VKG/01)

(DOMESTIC COMPETITIVE BIDDING)

1.0 M/s. Oil India Ltd. (OIL), a Government of India Enterprise, engaged in exploration and distribution of oil and gas, have proposed to replace the above ground existing LPG Storage Bullets with Mounded LPG Storage Bullets to mitigate safety hazard. OIL have appointed Engineers India Limited (EIL) as their Consultant for implementation of this Project

2.0 EIL, on behalf of OIL, invites sealed bids for the abovementioned subject Work under single stage two envelope system from competent Indian agencies with sound technical and financial capabilities and meeting the qualification criteria as stated under para 6.0 below.

3.0 BRIEF SCOPE OF WORK AND TIME SCHEDULE

3.1 The scope of work envisaged is residual design, detailed engineering, procurement of materials and bought out components, fabrication, post weld heat treatment, inspection, testing, coating and painting, cathodic protection, instrumentation, supply, construction, civil works, erection and commissioning of following mounded storage vessel systems on turnkey basis. Total single point responsibility of satisfactory execution of entire work shall rest with the Bidder.

3.2 3 nos. Mounded Storage Vessels each of 830 m3 capacity and size 6m I/D x 25.5m TL to TL, designed and constructed as per ASME Section VIII Division 2 having following parameters:

Minimum Thickness (mm)

Service

Design Pressure (kg/cm2g)

Design Temp. (ºC)

Shell Heads

Empty Weight (MT) Approx.

Material

LPG

14.5

+55/(-) 29

30

22

185

SA 516 Gr 70

D:\B. BISWAS\6675\01\6675T01_NIt_Web.doc Page 2 of 5

3.3 Accessories for mounded storage vessels, including procurement and installation of 4 nos.

pumps, construction of their foundation, civil works such as sand bed, mound, hard stand, soil strengthening and tunnel/trenches, coating and painting, cathodic protection, mercaptan dosing system, all piping, instrumentation and electrical works within battery limit, fire-protection system.

3.4 Scope also includes barricading of the bullet area for dismantling and construction work, dismantling of 3 nos. existing bullets mounted above grade (size 3.353m outside diameter and 42.723m overall length – weight approx. 65 MT each), cutting in to three pieces and transportation to Owner’s storage point, dismantling of existing piping, structures, foundation.

4.0 TIME SCHEDULE: 12 (twelve) months from the date of issue of Letter of Intent/Fax of Intent

5.0 SALIENT FEATURES OF BIDDING DOCUMENT

a) Bidding Document No. : 6675/T-101/05-06/VKG/01

b) Bidding Document on Sale : From 02.05.06 to 29.05.06

(1330 Hrs.to 1600 Hrs.)

c) Document Fee : INR 5,000/-

d) Bid Security : INR 18,60,000/-

e) Pre-Bid Conference : 10-00 Hrs. on 16.05.06 in EIL office at Kolkata

f) Last date of Receipt of Bidder's Queries for Pre-Bid

: 12.05.06

g) Last Date and time of submission of Bids

: 1200 Hrs. on 30.05.06

h) Opening of Techno-Commercial (Unpriced) Bid

: 1430 Hrs. on 30.05.06

(In presence of authorised representative of attending bidders).

i) Place of submission of bid : Engineers India Limited,

Regional Office Kolkata,

A. G. Towers, 5th Floor,

125/1, Park Street,

Kolkata-700 017

If any of the day identified above happen to be EIL holiday, the next working day shall be implied.

D:\B. BISWAS\6675\01\6675T01_NIt_Web.doc Page 3 of 5

5.1 Bidding document can be purchased by interested Bidders on any working day (Monday to Friday) during sale period from Cashier, Engineers India Limited, Regional Office Kolkata, A. G. Towers, 5th Floor, 125/1, Park Street, Kolkata-700017 on written request and upon payment of non-refundable Document Fee payable through crossed demand draft in favour of “Engineers India Ltd.” payable at Kolkata. Request for sending Bidding Document by Post/ Courier or any other mode shall not be entertained.

5.2 The complete Bidding document is also available on the website of OIL (www.oilindia.nic.in) and EIL (www.indianprocessplants.com). Bidders desirous to submit their bid on downloaded document shall pay cost of Bidding document while submitting the Bid, failing which their Bid shall not be considered for opening.

5.3 For Bid submitted on downloaded document, the Bidder in whose name Bid and EMD is submitted shall be considered for Bid Evaluation.

6.0 QUALIFICATION CRITERIA (TECHNICAL)

6.1 EXPERIENCE CRITERIA 6.1.1 The Bidder must be an established fabricator of mounded

vessels/reactors/columns/spheres/ vessels of carbon steel and should have fabricated at least two such items with thickness above 25 mm and total erection weight (excluding refractory & internals) of single equipment not less than 185 MT (may be in multiple lift and weld in-situ), in the past seven years.

6.1.2 The Bidder on his own must have successfully executed at least one installation of

two or more mounded storage vessels meeting requirements of thickness and weight as per 6.1.1 above, in a single mound and his scope of work and supply must include design, engineering, procurement, fabrication, erection and hydro test including all connected works and commissioning of the complete mounded storage system on a turnkey basis as single point responsibility which should have been working satisfactory for at least one year (8000 hours). Period of one year (8000 hours) shall be reckoned from the due date of opening of the bids.

6.1.3 If the Bidder has no past experience of his own as per 6.1.2 above, but meets the

requirements of 6.1.1 above, then he shall engage services of a reputed back up consultant for design, engineering, construction supervision and performance guarantees. The back up consultant must be acceptable to Owner/EIL. The back up consultant must have the relevant experience of his own as defined in 6.1.2 above. The back up consultant shall be engaged for carrying out:

a) either the complete design and engineering or the review of design,

drawings/data sheets prepared by bidder. b) provide or review the construction and erection procedures prepared by

bidder and shall provide supervision during construction and commissioning, and

c) provide back up guarantees for performance and defect free job carried out by the bidder.

6.1.4 The Bidder shall enter into 'Memorandum of Understanding’ (MOU) or have consent

letter(s) from the back up consultant covering the relevant scope of work. The MOU

D:\B. BISWAS\6675\01\6675T01_NIt_Web.doc Page 4 of 5

or consent letter(s) shall be valid up to defect liability period of the Mounded Bullets System.

6.1.5 The Bidder shall furnish documentary evidence by way of copies of work order(s),

completion certificate and other relevant documents along with the bid to establish his experience and track record meeting qualification criteria stated above in Clause 6.1.1 to 6.1.4 (as applicable). The Bidder shall submit his and back up consultant’s experience record as per the format enclosed in the Bidding Document.

6.2 FINANCIAL CRITERIA

6.2.1 The minimum annual turnover of the Bidder should be equal to or more than INR 2325 Lakhs during any one of the last three financial years (i.e. 2002-2003, 2003-2004 & 2004-2005).

6.2.2 The net worth of the Bidder during last financial year (i.e. 2004-2005) shall be positive. However, Bidder having negative net worth will also be considered provided all his annual reports for the last 3 years indicate profit after tax.

6.2.3 Working Capital Ratio (Current assets to current liability) of bidder shall be minimum 1.5.

6.2.4 The minimum net working capital of the bidder shall be 25% of annual turnover during last financial year. Alternatively, Bidder should submit an unconditional certificate from Schedule “A” Bank for providing working capital equivalent to 25% of value of work.

7.0 OIL/EIL shall assess Bidder's capacity and capability to execute the work using in house information and by taking into account concurrent commitments.

8.0 The Bidder shall furnish documentary evidence by way of copies of Work order, Completion certificate and Balance Sheet or Audited Financial Statements including Profit & Loss Account etc. along with the Bid to establish his experience and track record meeting qualification criteria. OIL/EIL reserve the right to complete the evaluation based on the details furnished without seeking any additional information.

9.0 Bids must be accompanied with the Bid security (Earnest Money Deposit) as mentioned above in the form of Demand draft or non-revocable Bank Guarantee from any reputed International Bank or any Scheduled Bank in favour of M/s Oil India Limited. Bids not accompanied with requisite Bid Security shall be rejected and such Bids shall not be allowed to attend the bid opening. The Bank Guarantee shall be as per proforma enclosed with the Bidding Document and valid for 6 (Six) months from the due date of submission of bid.

10.0 Late Bids due to any reasons whatsoever shall not be accepted irrespective of the duration by which the Bids are late. The late Bids shall be returned to the Bidders and the representatives of such Bidders shall not be allowed to attend the Bid opening.

11.0 OIL/EIL shall not be responsible for any costs or expenses incurred by Bidder in connection with the preparation or delivery of Bids, site-visit and other expenses incurred during bidding process.

12.0 OIL/EIL reserves the right to take into account the past performance of Bidders during evaluation of Bids.

13.0 Bidder shall purchase bidding document in his own name and submit the bid directly. The bidding document is non-transferable. Bid submitted by Bidder who

D:\B. BISWAS\6675\01\6675T01_NIt_Web.doc Page 5 of 5

have not purchased the Bidding document either directly or through their authorised agents will be rejected.

14.0 Bids will be received at Engineers India Limited, Regional Office Kolkata, A. G. Towers, 5th Floor, 125/1, Park Street, Kolkata-700017. Time and date of opening of Price Bids shall be intimated only to qualified and techno-commercially acceptable Bidder(s) at a later date. Incomplete offers shall not be considered for evaluation.

15.0 Central Public Sector Enterprises of Government of India shall be extended purchase preference as per Indian Govt. guidelines in force from time to time.

16.0 Bids sent through Fax/ E-Mail/ Computer floppy shall not be accepted.

17.0 Bids from Consortium / Joint Venture shall not be accepted.

18.0 OIL/ EIL reserve the right to reject any or all Bids received without assigning any reason.

19.0 Clarifications if any, can be obtained from Senior Manager (C&P), through Telefax and Telephone numbers of EIL, Kolkata as follows: Telephone : 91-33-22276304/22277305 Extn. 228, Telefax : 91-33-22277692, Email: [email protected]

DY. GENERAL MANAGER ENGINEERS INDIA LIMITED – KOLKATA

D:\B. BISWAS\6675\01\ACKlet.doc Page 1 of 2

ACKNOWLEDGEMENT CUM CONSENT LETTER

To ENGINEERS INDIA LIMITED EI-ANNEXE, 4TH FLOOR, 1, BHIKAIJI CAMA PLACE, R.K. PURAM, NEW DELHI - 110 066 FAX NO. 91-011-26194722/ 26186304 ATTN. : DY. GEN. MANAGER , R.O. (KOLKATA)

SUBJECT : DESIGN, ENGINEERING, FABRICATION, SUPPLY, ERECTION,

TESTING AND COMMISSIONING OF MOUNDED LPG STORAGE BULLETS AT DULIAJAN FOR M/S OIL INDIA

(BIDDING DOCUMENT NO.: 6675/T-101/05-06/VKG/01)

Dear Sir, We hereby acknowledge receipt of a complete set of Bidding Document along with enclosures for subject works as per the Master Index for our use in preparing the Bid. We undertake that the contents of the above Bidding Document shall be kept confidential and further that the drawings, specifications and documents shall not be transferred and that the said documents are to be used only for the purpose for which they are intended. A) We intend to bid as requested for the subject works and furnish following details with

respect to our quoting office:

(i) POSTAL ADDRESS : ________________________

________________________

________________________

(ii) TELEPHONE NUMBER : ________________________

(iii) TELEFAX NUMBER : ________________________

(iv) CONTACT PERSON : ________________________ (v) DESIGNATION : ________________________ (vi) MOBILE NO. : ________________________

(vii) E-MAIL ADDRESS : ________________________

D:\B. BISWAS\6675\01\ACKlet.doc Page 2 of 2

B) Contact person at Kolkata, if any :

(i) POSTAL ADDRESS : ________________________

________________________

________________________

(ii) TELEPHONE NUMBER : ________________________

(iii) TELEFAX NUMBER : ________________________

(iv) CONTACT PERSON : ________________________ (v) DESIGNATION : ________________________ (vi) MOBILE NO. : ________________________

(vii) E-MAIL ADDRESS : ________________________

C) We are unable to bid for the reasons given below and we are returning back the entire set of Bidding Documents.

Reasons for non-submission of Bid :

___________________________________________________________________

___________________________________________________________________

___________________________________________________________________

BIDDER'S NAME : _________________________

SIGNATURE : _________________________

NAME : _________________________

DESIGNATION : _________________________

DATE : _________________________

NOTE : Bidder is requested to furnish the details mentioned at (A) and (B) or (C) immediately after receipt of Bidding Document/Downloading of Bidding Document.

(SIGNATURE OF BIDDER)

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 1 of 15 (6675T01_ITB)

INSTRUCTIONS TO BIDDER

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 2 of 15 (6675T01_ITB)

TABLE OF CONTENTS

A GENERAL .................................................................................................................................................................3

1.0 BRIEF SCOPE OF WORK.................................................................................................................................... 3 2.0 COST OF BIDDING............................................................................................................................................... 3 3.0 ACKNOWLEDGEMENT & CONFIRMATION.............................................................................................. 3 4.0 SPLIT-UP OF WORK............................................................................................................................................ 4 5.0 SITE VISIT............................................................................................................................................................... 4

B BIDDING DOCUMENT, CLARIFICATIONS AND AMENDMENT ........................................................4

6.0 BIDDING DOCUMENT........................................................................................................................................ 4 7.0 CLARIFICATION OF BIDDING DOCUMENT.............................................................................................. 4 8.0 PRE-BID MEETING.............................................................................................................................................. 5 9.0 AMENDMENT OF BIDDING DOCUMENT................................................................................................... 5 10.0 CONFIDENTIALITY OF BIDDING DOCUMENT........................................................................................ 6

C PREPARATION OF BID......................................................................................................................................6

11.0 LANGUAGE OF BID ............................................................................................................................................ 6 12.0 COMPLIANCE TO BID REQUIREMENT ....................................................................................................... 6 13.0 DOCUMENTS COMPRISING BID.................................................................................................................... 6 14.0 BID PRICES............................................................................................................................................................. 8 15.0 CURRENCIES OF BID & PAYMENT .............................................................................................................. 9 16.0 BID VALIDITY....................................................................................................................................................... 9 17.0 BID SECURITY / EARNEST MONEY DEPOSIT (EMD) .......................................................................... 10 18.0 ARRANGEMENT OF BID................................................................................................................................. 11 19.0 CHECK LIST FOR SUBMISSION OF BID.................................................................................................... 11

D BID SUBMISSION .............................................................................................................................................. 11 20.0 SEALING AND MARKING OF BID............................................................................................................... 11 21.0 DEADLINE FOR SUBMISSION OF BIDS .................................................................................................... 12 22.0 LATE BIDS............................................................................................................................................................ 12 23.0 MODIFICATION AND WITHDRAWL OF BIDS ........................................................................................ 12

E BID OPENING AND EVALUATION ............................................................................................................. 12

24.0 OPENING OF TECHNO-COMMERCIAL BIDS .......................................................................................... 12 25.0 CLARIFICATION OF BIDS............................................................................................................................... 12 26.0 EVALUATION OF TECHNO-COMMERCIAL BIDS ................................................................................. 13 27.0 OPENING OF PRICE BID .................................................................................................................................. 13 28.0 EVALUATION OF PRICE BIDS ...................................................................................................................... 13 29.0 CONTACTING THE OWNER/ EIL................................................................................................................. 14 30.0 AWARD OF CONTRACT .................................................................................................................................. 14 31.0 NOTIFICATION OF AWARD........................................................................................................................... 14 32.0 CONTRACT AGREEMENT .............................................................................................................................. 14 33.0 SIGNING OF CONTRACT ................................................................................................................................. 15 34.0 PERFORMANCE GUARANTEE...................................................................................................................... 15

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 3 of 15 (6675T01_ITB)

A GENERAL

1.0 BRIEF SCOPE OF WORK

1.1 The Scope of Work comprises Residual Design, Detailed Engineering, Procurement of materials and bought out components, Fabrication, Post Weld Heat Treatment, Inspection, Testing, Coating and Painting, Cathodic Protection, Instrumentation, Supply, Construction, Civil works, Erection and Commissioning of following mounded storage vessel systems on turnkey basis.

3 nos. Mounded Storage Vessels each of 830 m3 capacity and size 6m I/D x 25.5m TL to TL, designed and constructed as per ASME Section VIII Division 2 having following parameters:

Minimum

Thickness (mm) Service Design

Pressure (kg/cm2g)

Design Temp. (OC)

Shell Heads

Empty Weight

(MT) Approx.

Material

LPG 14.5 +55/(-)29 30 22 185 SA 516 Gr 70 Accessories for mounded storage vessels, including procurement and installation of 4 nos. pumps, construction of their foundation, civil works such as sand bed, mound, hard stand, soil strengthening and tunnel/trenches, coating and painting, cathodic protection, mercaptan dosing system, all piping, instrumentation and electrical works within battery limit, fire-protection system are also included in Scope of Contractor.

1.2 The Scope of Work also includes barricading of the bullet area for

dismantling and construction work, dismantling of 3 nos. existing bullets mounted above grad (size 3.353m outside diameter and 42.723m overall length – weight approx. 65 MT each), cutting in to three pieces and transportation to Owner’s storage point, dismantling of existing piping, structures, foundation.

2.0 COST OF BIDDING

2.1 The Bidder shall bear all costs associated with the preparation and delivery of its bid, including costs and expenses related to visits to the dump site and the Owner will in no case be responsible or liable for these costs regardless of the outcome of the bidding process.

3.0 ACKNOWLEDGEMENT & CONFIRMATION

3.1 Within 7 (Seven) days of receipt of Bidding Document, Bidder shall acknowledge the receipt and confirm his intention to bid for the tendered work as per proforma ‘Acknowledgement-Cum-Consent Letter’ enclosed in Bidding Document. Bidder also must intimate their intention of not quoting if they are not submitting Bid, within 7 days of receipt of the Bidding Document, failing which such agencies may not be considered for issue of Bidding Document on Limited basis in future.

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 4 of 15 (6675T01_ITB)

4.0 SPLIT-UP OF WORK

4.1 Total work shall be awarded to only one agency and scope of work shall not be split.

5.0 SITE VISIT

5.1 Bidders are advised to visit and examine the site, its surroundings and familiarise himself with the existing facilities and environment, and collect all other information which they may require for preparing and submitting the bid and entering into the Contract. Claims and objections due to ignorance of existing conditions or inadequacy of information will not be considered after submission of the bid and during implementation.

B BIDDING DOCUMENT, CLARIFICATIONS AND AMENDMENT

6.0 BIDDING DOCUMENT

6.1 The Bidding Document is issued in the form of Compact Disc (CD). Bidder shall submit the Master Index enclosed with the Notice Inviting Tender (NIT) duly signed and stamped in token of having received, read and complied to all parts of Bidding Document.

6.2 The Bidding Document shall be read in conjunction with any Amendment issued in accordance with Clause 9.0 here below.

6.3 The Bidder is expected to examine the Bidding Document, including all instructions, forms, terms, specifications and drawings in the Bidding Document. Failure to furnish all information required as per the Bidding Document or submission of a bid not substantially responsive to the Bidding Document in every respect would result in the rejection of the Bid.

6.4 Bidding documents once issued are non-transferable in other name and shall at all times remain the exclusive property of the OWNER with a licence to the Bidder to use the Bidding Documents for the limited purpose of submitting the bid.

7.0 CLARIFICATION OF BIDDING DOCUMENT

7.1 Although the details presented in this Bidding document consisting of Conditions of Contract, Scope of Work, Technical Specifications and Drawings have been compiled with all reasonable care, it is the Bidder’s responsibility to ensure that the information provided is adequate and clearly understood.

7.2 Bidder shall examine the Bidding document thoroughly in all respect and if any conflict, discrepancy, error or omission is observed, Bidder may request information/ clarification/query of the Bidding Document in writing as per Annexure-XII to ITB by hand or through Fax/ EIL’s mailing address indicated in the Instructions to Bidder so as to reach office of EIL not later than five days prior to opening of Techno-Commercial Bids. EIL will respond in writing to any request for any information or clarification or query of the Bidding Document, which it receives up to the date mentioned in LIT. EIL’s response (including an explanation of the query) will be sent in writing to all Bidders (without disclosing source of such query) who have been

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 5 of 15 (6675T01_ITB)

issued the Bidding Document. In case of downloaded Bidding Document from websites only those Bidders who have submitted acknowledgement cum consent letter to EIL shall be issued EIL's response as above

7.3 Any failure by Bidder to comply with the aforesaid requirement shall not excuse the Bidder, after subsequent award of contract, from performing the work in accordance with the agreement.

7.4 Bidders are requested to resolve all their clarifications/queries to the Bidding Document before due date of submission of bid. Thereafter bidders are requested to submit their bid in total compliance to Bidding Document without any deviation/stipulation/clarification/assumption. Accordingly, bidder must submit format for "Compliance to bid requirement" as per Annexure-VIII to ITB duly filled in along with Unpriced part of bid. Bids not conforming to bidding document in totality and/or non-accompanied by necessary documents as asked for in the bidding document shall be summarily rejected.

7.5 The responses to Bidder’s queries/ clarifications raised will be furnished as expeditiously as possible to all who have been issued the Bidding Documents. Any modification of the Bidding Document, which may become necessary as a result of the bidders query, shall be sent to all bidders through the issue of an Addendum/ Amendment.

8.0 PRE-BID MEETING

8.1 The Bidder or his authorised representative(s) (limited to 2 persons only) is advised to attend a Pre-Bid meeting as per details given in Letter Inviting Tender. The purpose of the meeting will be to clarify issue and to answer questions on any matter that may be raised at that stage by the bidders.

8.2 The bidder is requested to submit any queries/clarification/information pertaining to bidding documents in writing delivered by hand or by fax as per Annexure-XII to ITB so as to reach office of EIL not later than the date specified in the Letter Inviting Tender. Queries/ Clarifications/ Information sought in any other manner shall not be responded to.

8.3 The Owner’s responses to Bidder’s queries/ clarifications raised will be furnished as expeditiously as possible to all who have purchased the Bidding Documents and to those who have submitted acknowledgement cum consent letter in case of downloaded document. Any modification of the Bidding Document, which may become necessary as a result of the pre-bid meeting/ conference, shall be sent to all Bidders through the issue of an Addendum/ Amendment.

9.0 AMENDMENT OF BIDDING DOCUMENT 9.1 EIL may, for any reason whether at his own initiative or in response to the

clarification requested by the prospective bidder(s), issue amendment in the form of Addendum during the bidding period or subsequent to receiving the bids. Any Addendum thus issued shall become part of Bidding Document and Bidder shall submit a copy of the Addendum duly signed and stamped in token of his acceptance. Addendum shall be issued to only those bidders, who have purchased the Bidding Document or submitted acknowledgement cum consent letter as per the Performa enclosed in the

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 6 of 15 (6675T01_ITB)

Bidding Document.

9.2 In case Addendum is issued during the bidding period, Bidder shall consider its impact in his bid. In case Addendum is issued subsequent to receipt of bids, Bidder shall follow the instructions issued along with Addendum with regard to submission of impact on quoted price / revised price, if any.

9.3 Agencies who have downloaded the Bidding Document and have submitted acknowledgement cum consent letter duly filled in as per proforma enclosed in the Bidding Document, indicating their intention to bid shall only be communicated regarding amendment to NIT, if any.

10.0 CONFIDENTIALITY OF BIDDING DOCUMENT

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

10.2 On no account will any agency to whom Bidding Documents is furnished, part with possession thereof or copy or take copies or tracings of any drawing, plan etc. It should be understood that the information therein is confidential, and that the Bidding Documents are therefore being furnished to bidders in the strictest confidence.

C PREPARATION OF BID

11.0 LANGUAGE OF BID

11.1 The Bid prepared by the Bidder, all correspondence and documents relating to the bid exchanged by the Bidder and the EIL shall be written in the English language. Any printed literature/certificate/any other document furnished by the Bidder may be in another language, provided they are accompanied by an accurate translation of the relevant passages in the English language, in which case, for purpose of interpretation of the Bid the English translation shall prevail.

12.0 COMPLIANCE TO BID REQUIREMENT

12.1 Evaluation of bid shall be finalised on the basis of details/documents submitted by bidders in the bid at first instance, without raising any TQ/CQ for Technical or Commercial/Financial clarifications. Owner/ EIL expects Bidder’s compliance to requirement of Bidding Document without any deviation. No exception or deviation shall be accepted to stipulations/ conditions of Bidding Document. Accordingly, bidder must submit format for "Compliance to bid requirement" as per Annexure-VIII to ITB duly filled in along with Unpriced part of bid.

13.0 DOCUMENTS COMPRISING BID

13.1 The Bid should be prepared by the Bidder and shall be submitted in Two Parts viz. Part-I, Part-II in three separate sealed envelopes:

i) PART – I – Bid Security (Earnest Money Deposit) – Envelope No. 1

ii) PART - I - Techno-commercial/ Unpriced Bid – Envelope No. 2

iii) PART - II - Price Bid – Envelope No. 3

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 7 of 15 (6675T01_ITB)

13.2 PART- I – BID SECURITY – ENVELOPE NO. 1

13.2.1 This Part shall contain Bid Security as per provision of Clause no.17.0 of ITB in a separate sealed envelope super scribed with Bidding document no., Bid due date, Bidder's name & address and "Bid Security – Envelope No. 1".

13.3 PART– I:TECHNO-COMMERCIAL/ UNPRICED BID – ENVELOPE NO. 2

13.3.1 This Part shall contain Technical and Unpriced Commercial bid in one original and five copies and shall comprise hard copies of the attachments specifying attachment number arranged in the order as per following in a separately sealed envelope super scribed with Bidding document no., Bid due date, Bidder's name & address and "Techno-Commercial/ Unpriced Bid – Envelope No. 2".

i) Covering letter of Bid.

ii) Copy of Notice Inviting Tender (NIT) along with the Master Index duly signed and stamped in token of having received and read all parts of the Bidding Document and having accepted and considered the same in preparing and submitting their bid.

iii) Power of attorney in favour of signatory (ies) of the bid.

iv) Specific Experience, Annual Turnover as called for in "Qualification Criteria" of Notice Inviting Tender as per Annexure-II to ITB.

v) Details of Past Experience (similar works) executed in the last seven years by the Bidder as per Annexure-III to ITB along with Work Order copies and Completion Certificates.

vi) Details of concurrent commitments as per Annexure-IV to ITB.

vii) Details of Equipment, Tools & Tackles proposed to be deployed as per Annexure-V to ITB.

viii) Annual Turnover Statement as per Annexure-VI to ITB.

ix) Organization Chart (Head office and Site office separately) proposed for the execution of this work along with the bio-data of key personnel (in line with Appendix-VI to SCC) as per Annexure-VII to ITB.

x) Compliance to Bid requirement as per Annexure-VIII to ITB.

xi) Commercial Questionnaire as per Annexure-IX to ITB.

xii) Details of P.F. Registration Number as per Annexure-X to ITB.

xiii) Completion Schedule in the form of Bar Chart indicating various major activities in line with Time Schedule.

xiv) Quality Assurance/Quality Control documents as per requirement indicated in Special Conditions of Contract.

xv) Health, Safety and Environment (HSE) management as per requirement indicated in Special Conditions of Contract.

xvi) Fresh Solvency Certificate from your bankers. Date of issue of this

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 8 of 15 (6675T01_ITB)

certificate should not be earlier than one year from due date of opening of Techno-Commercial part.

xvii) Organization details

• In case of a proprietorship firm, the name and address of proprietor, and certified copy of `Certificate of Registration of firm'.

• In case Bidder is a partnership firm, certified copy of the partnership deed.

• In case of company (whether private or public), certified copy of the `Certificate of Incorporation' together with certified Memorandum/Articles of Association.

xviii) Check List of submission of bid as per Annexure-XI to ITB.

xix) Bidder’s queries for pre-bid discussion as per Annexure-XII to ITB

xx) Blank copy (without prices) of Schedule of Rates in token of acceptance without any deviation.

xxi) Any other information required in the Bidding Documents or considered relevant by the bidder.

13.3.2 Bidder is advised that Owner/ EIL intend to fully evaluate the un-priced techno- commercial submissions.

13.3.3 It is important that Bidder clearly demonstrates his ability by which Owner/ EIL gets a level of confidence that the Bidder will be able to perform the works within the Time Schedule and meeting the other requirements listed in the Bidding Document. Failure to do so may result in disqualification of the Bid.

13.4 PART - II - PRICE BID – ENVELOPE NO. 3

13.4.1 The Part shall contain the Price Bid in separately sealed envelope clearly superscribing Name of Work, Bidding document no., Bid due date, Bidder's name & address and " PART – II : Price Bid - Envelope No. 3" – DO NOT OPEN.

i) Priced Part shall contain hard copy of Schedule of Rates duly filled in. Bidders shall take printout of the ‘Schedule of Rates’ enclosed with the Bidding Document and fill prices in the same. Price shall be submitted in hard copy only and shall be signed and stamped on each page by the Bidder.

No stipulation, deviation, terms & conditions, presumption, basis etc. shall be stipulated in Price Part of the bid. Any conditions, if stipulated, shall be treated as null and void and shall render the bid liable for rejection.

14.0 BID PRICES

14.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the total works as described in Bidding Document, based on the Schedule of Prices submitted by the Bidder and accepted by the Owner.

14.2 Bidder shall quote for Lumpsum Price(s) for various sub-systems as per Schedule of Prices after careful analysis of cost involved for the

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 9 of 15 (6675T01_ITB)

performance of the complete sub-system considering all parts of the Bidding Document.

14.3 Lumpsum price(s) shall be inclusive of all Taxes and Duties including Excise duty, Sales tax, VAT, Custom duty (including countervailing duty, additional duty and special duty, if any), Works Contract Tax, Service tax, Education cess etc.and other levies payable by the Contractor for performance of the Contract. However, statutory variations in Taxes and Duties such as Excise duty, Sales tax, VAT, Custom duty, Work contract tax, Service tax, Educational cess and other levies on finished goods during the Contractual delivery period only will be on Owner's account. If there is delay beyond contractual delivery date for reasons attributable to Contractor, any increase in Taxes and Duties will be borne by the Contractor and any decrease shall be passed on to Owner.

14.4 The base date applicable for variation shall be date preceding the day of opening of the price bid.

14.5 Owner will issue C-Form to the Contractor on all inter-state sales of materials by the Contractor to the Owner pursuant to the terms hereof to enable the Contractor to avail concessional rate of sales tax on such sales.

14.6 Prices quoted by the bidder, shall remain firm and fixed and valid until completion of all works in all respect and will not be subject to variation on any account except as otherwise specifically provided in the bidding documents.

14.7 The total price quoted for Detailed Engineering shall not exceed 5% (Five Percent) of Total Lumpsum Price.

14.8 The total price quoted for Detailed Engineering and Supplies taken together shall not exceed 75% (Seventy Five percent) of the Total Lumpsum Price for all sub-systems except the tankage works.

14.9 It will be the duty of Contractor to duly observe and perform all laws, rules, regulations, orders and formalities applicable to Excise Duty, Sales Tax, Customs Duty and Countervailing Duty etc. on the manufacture, sale and/or supply of any material to the Owner. The Contractor shall keep the Owner indemnified from and against any and all claims, demands, prosecutions, penalties, damages, demurrages and/or other levies whatsoever made or levied by any Court, Tribunal or the Customs or other Authorities with respect to any alleged breach, evasion or infraction of such duties, taxes, charges or levies or any breach or infraction of such laws, rules, regulations, orders or formalities concerning the same and from the consequence thereof.

14.10 Alternative bids shall not be considered.

15.0 CURRENCIES OF BID & PAYMENT

15.1 The Bidder shall quote in Indian Rupees and shall be paid in Indian Rupees only.

16.0 BID VALIDITY 16.1 Bid submitted by Bidder shall remain valid for a minimum period of 04

(Four) months from the date of opening of Bid Security (Part-I) and

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 10 of 15 (6675T01_ITB)

Techno-Commercial (Part-II) Bids. Bidders shall not be entitled during the said period of four months, without the consent in writing of the Owner, to revoke or cancel their Bid or to vary the Bid given or any term thereof. In case of Bidders revoking or cancelling their Bid or varying any terms in regard thereof without the consent of Owner in writing, Owner reserves the right to forfeit EMD paid by them along with their bids.

16.2 Owner/ EIL may solicit the bidders consent to an extension of the period of validity of bid. The request and the responses there to shall be made in writing. If the Bidder agrees to the extension request, the validity of Bank Guarantee towards EMD shall also be suitably extended. However, bidders agreeing to the request for extension of validity of bid will not be permitted to modify the bid.

17.0 BID SECURITY / EARNEST MONEY DEPOSIT (EMD)

17.1 Bidder shall furnish, as part of its Bid, a Bid Security for an amount as indicated in NIT. The Bids not accompanied with Bid Security or Bid Security not as per Performa given in the Bidding Document shall be considered as non-responsive and such Bids shall be rejected.

17.2 The Bid Security for the amount indicated in NIT shall be in the form of Crossed Demand Draft or Bank guarantee from any Indian Scheduled Bank in favour of Oil India Limited, Duliajan. The said bank guarantee shall be valid for 2 months beyond validity of bid i.e. 6 (Six) months beyond deadline for bid submission.

17.3 Bid Security of unsuccessful bidders will be discharged or returned, as promptly as possible upon award of Contract.

17.4 Bid Security of the successful Bidder will be discharged or returned upon the Bidder's accepting the Contract, and furnishing the performance bank guarantee.

17.5 The Bid Security may be forfeited:

i) If a Bidder withdraws its bid during the period of Bid validity specified in Sub-Clause 16.1 of ITB, or

ii) If a Bidder does not accept the correction of arithmetical errors as per Clause 28 of ITB hereof, or

iii) In case of a successful Bidder, if the Bidder fails, within the specified period:

a. to sign the Contract.

b. to furnish the performance guarantee.

17.6 The Bid Security shall be denominated in the currency as mentioned in Notice Inviting Tender.

17.7 Any bid not secured in accordance with above clauses will be rejected by the Owner as non-responsive”.

17.8 Notification of Award of Contract will be made in writing to the successful Bidder by the Owner initially in the form of letter / telefax of Intent which will be followed by detailed Letter of Acceptance by Owner and the same will be returned by the Bidder duly signed within 15 days of receipt of the same.

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 11 of 15 (6675T01_ITB)

18.0 ARRANGEMENT OF BID

18.1 The Bidder shall prepare Bid Security, one Original and five copies of the Techno-Commercial Bid and one Original copy of Price Bid, clearly marking each one as "BID SECURITY (PART-I) ": “ORIGINAL – TECHNO-COMMERCIAL BID (PART-II)”, “ORIGINAL - PRICE BID (PART-III)”, “COPY NO.1 – TECHNO-COMMERCIAL BID (PART-II)”, etc. as appropriate. In the event of discrepancy between the original and any copy the original shall prevail.

18.2 The original and all copies of the bid shall be typed or written in indelible ink (in case of copies, Photostats are also acceptable) and shall be signed by person(s) duly authorised to signed on behalf of the bidder. All pages of bid shall be stamped and initialled by person(s) signing the bid.

19.0 CHECK LIST FOR SUBMISSION OF BID

19.1 To assist Bidder in ensuring the completeness of bid, a checklist for submission of various documents/details in un-priced commercial part of bid’, as per Annexure-XI to ITB has been enclosed.

19.2 Bidder is required to fill the checklist and submit along with the bid for ready reference.

D BID SUBMISSION

20.0 SEALING AND MARKING OF BID

20.1 The Bidder shall seal Bid Security, one Original and five copies of the Techno-Commercial Bid and one Original copy of Price Bid, clearly marking each one as "BID SECURITY (PART-I) ": “ORIGINAL – TECHNO-COMMERCIAL BID (PART-II)”, “ORIGINAL - PRICE BID (PART-III)”, “COPY NO.1 – TECHNO-COMMERCIAL BID (PART-II)”, etc. as appropriate.

20.2 The Bidder shall seal the original and each copy of the bid in an inner and outer envelope, duly marking the envelopes "Original" and "copy".

20.3 The inner and outer envelopes shall be addressed to the EIL at the following address: -:

Engineers India Limited,

Regional Office Kolkata,

A. G. Towers, 5th Floor,

125/1, Park Street,

Kolkata-700017

Attn: Dy. General Manager, R.O. Kolkata.

i) The envelope shall bear the name of works "(the project name)", the Bidding Document No., and the words "DO NOT OPEN BEFORE (date and time of opening of bids as indicated in NIT).

20.4 In addition to above, the outer envelope shall indicate the name and complete address of the Bidder to enable the bid to be returned unopened in case it is declared "Late".

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 12 of 15 (6675T01_ITB)

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

21.0 DEADLINE FOR SUBMISSION OF BIDS

21.1 Bids must be submitted by the time and date mentioned in the NIT at the address stated therein.

21.2 The Owner/ EIL may, at its discretion, extend the deadline for submission of bids by issuing an Amendment in accordance with Clause 9.0 of above, in which case all rights and obligations of the Owner and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended.

22.0 LATE BIDS

22.1 Any bid received by EIL after the deadline for submission of bids will be declared "Late" irrespective of the time by which the bid is late and shall be rejected and representative of such Bidders shall not be allowed to attend the Bid opening. Unopened bids shall be returned to the Bidder.

23.0 MODIFICATION AND WITHDRAWL OF BIDS

23.1 The Bidder may modify or withdraw its bid after the bid’s submission, provided that written notice of the modification or withdrawal is received by the EIL prior to the deadline prescribed for submission of bids.

23.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and despatched in accordance with the provisions of procedure for submission of bids. A withdrawal notice may also be sent by telex or cable but must be followed by signed confirmation copy. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder.

23.3 No bid shall be modified after the deadline for submission of bids.

E BID OPENING AND EVALUATION

24.0 OPENING OF TECHNO-COMMERCIAL BIDS

24.1 The Bid Security (Part-I) and Techno-Commercial part of the Bid (Part-II) shall be opened in the presence of attending representatives of Bidder. The attending representative(s) of the Bidder may have to produce authorisation letter from their competent authority, otherwise they will not be allowed to attend the Bid opening. Number of representative will be restricted to maximum one person. The Bidder's representative who is present shall sign a Bid opening statement evidencing their attendance.

24.2 The Bidder's names and submission of the requisite EMD will be announced and recorded at the opening.

25.0 CLARIFICATION OF BIDS

25.1 Evaluation of bid shall be finalised on the basis of details/documents submitted by the bidder in the bid at 1st instance, without raising any TQ/CQ for Technical or Commercial/Financial clarifications. Bidder must submit the bid in line with provision of bidding document without any deviation. Accordingly, bidder must submit format for "Compliance to bid

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 13 of 15 (6675T01_ITB)

requirement" as per Annexure-VIII to ITB duly filled in along with Unpriced part of bid. Bid not conforming to bidding document in totality and/or non-accompanied by necessary documents as asked for in the bidding document shall be summarily rejected.

25.2 Bidders shall note that any clarification/query/deviation mentioned anywhere in the bid shall not be given any cognizance.

25.3 Bidders shall however note that no revision in quoted Prices shall be allowed, in case bidder still stipulate the deviations which are not accepted by the Owner and are required to be withdrawn by the bidder in favour of stipulations of the bidding documents.

26.0 EVALUATION OF TECHNO-COMMERCIAL BIDS

26.1 Prior to detailed evaluation of bids, the Owner/ EIL will determine whether each bid (i) is accompanied by required EMD; (ii) totally comply to the requirement of bidding document.

26.2 Evaluation of bidders for meeting their Qualification criteria, details furnished in Annexure-II to ITB as per clause 13.3.1 iv) above shall only be taken into consideration.

26.3 UNSOLICITED POST TENDER MODIFICATIONS

Bidders are advised to quote strictly as per terms and conditions of the bidding document and not to stipulate any deviations/exceptions. Once quoted, the bidder shall not make any subsequent price changes, whether resulting or arising out of any technical / commercial clarifications sought on any deviations or exceptions mentioned in the bid. Similarly, no revision in quoted price shall be allowed should the deviations stipulated by him are not accepted by Owner and are required to be withdrawn by him in favour of stipulation of the bidding document. Any proposed price changes is likely to render the bid liable for rejection.

26.4 COMPLETE SCOPE OF WORK

The complete scope of work has been defined in the bidding document. Only those bidders who take complete responsibility for the complete scope of work as contained in the bidding document shall be considered for qualifying.

26.5 Owner/EIL reserves the right to take into account the concurrent commitment and the past performance of Bidders during evaluation of bids.

27.0 OPENING OF PRICE BID

27.1 Priced commercial part of only those bidders whose bids is determined to be technically and commercially acceptable to the Owner/EIL shall be opened. Bidders selected for opening of their price bids shall be informed about the date of price bid opening. Bidders may depute their authorised representative to attend the opening. During price bid opening, only total price as quoted by the bidders shall be read out.

28.0 EVALUATION OF PRICE BIDS

28.1 The ”Schedule of Prices” quoted shall be taken up for evaluation and work shall be awarded on lowest quote basis.

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 14 of 15 (6675T01_ITB)

28.2 In case a Bidder does not quote for any items of Schedule of Rates/Prices then for the purpose of comparison, the unquoted items shall be valued at “Zero rate” and the evaluated price shall be arrived at on the basis of total bid price (i.e. Lumpsum Price) for comparison purpose.

28.3 Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices, offered by the Bidders after submission of price Bid, shall not be considered. However, if reduction is from the recommended Bidder, such reduction shall be taken into account for arriving at the contract value.

28.4 In case, prices are not filled up in the Priced Bid and are not as per the requirements of the Bidding document, the same shall not be considered for evaluation.

28.5 Purchase Preference to Central Public Sector Undertakings shall be allowed as per existing Government Policy.

29.0 CONTACTING THE OWNER/ EIL

29.1 Bidders are advised not to contact Owner/ EIL on any matter relating to its bid from the time of Bid opening to the time Contract is awarded, unless requested to in writing. Any effort by a Bidder to influence the Owner/ EIL in any of the decision in respect of Bid evaluations or Award of Contract will result in the rejection of Bid.

30.0 AWARD OF CONTRACT

30.1 OWNER'S RIGHT TO ACCEPT OR REJECT ANY BID

The Owner reserves the right to accept or reject any Bid and to annul the Bidding process and reject all Bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or without any obligation to inform the affected Bidder or Bidders of the grounds or the reasons for the Owner's action.

30.2 Owner also reserves the right to negotiate the quoted prices with L1 bidder before award of work.

31.0 NOTIFICATION OF AWARD

31.1 The Owner will notify the successful Bidder in writing by Fax of Intent/ Letter of Acceptance that their bid has been accepted. The Letter of Acceptance will constitute the formation of a Contract until the Contract agreement has been signed.

32.0 CONTRACT AGREEMENT

32.1 Contract documents for agreement shall be prepared after the acceptance of bid. Until the final contract documents are prepared and executed this bid document together with the annexed documents, modifications, deletions agreed upon by the Owner and bidders acceptance there of shall constitute a binding contract between the successful Bidder and the Owner based on terms contained in the aforesaid documents and the finally submitted and accepted prices.

32.2 The Contract document shall consist of the following:

i) Original Bidding Document along with its enclosures issued.

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Instruction to Bidders Job Number: 6675 Sheet 15 of 15 (6675T01_ITB)

ii) Amendment/Corrigendum to original Bidding Document issued, if any.

iii) Fax/Letter of Intent. iv) Detailed letter of Award/Acceptance along with enclosures attached

therewith.

33.0 SIGNING OF CONTRACT

33.1 At the time of notification of award, Owner will send the successful Bidder the Form of Agreement as provided in the Bidding Document, incorporating all agreements between the parties. Within fifteen (15) days of receipt of such Form of Agreement, the successful Bidder shall sign the Agreement and return it to the Owner.

34.0 PERFORMANCE GUARANTEE

34.1 Within Fifteen (15) days from the date of notification of award of works by the Owner, the successful Bidder shall furnish the required performance guarantee for an amount equal to ten percent of the total Contract Price in the form of a Bank Guarantee in accordance with General Conditions of Contract/ Special Conditions of Contract.

34.2 Failure of the successful bidder to comply with requirement of clauses 32.0 and 34.1 above shall constitute sufficient grounds for annulment of the award of work and forfeiture of EMD.

ANNEXURE TO ITB Page 1 of 17 6675T01_ITB_ANN

ANNEXURES TO

INSTRUCTIONS TO BIDDER

ANNEXURE TO ITB Page 2 of 17 6675T01_ITB_ANN

ANNEXURE TO ITB

I. INFORMATION ABOUT BIDDER.................................................................3

II. PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC

EXPERIENCE AND ANNUAL TURNOVER DETAILS AS CALLED FOR

IN “QUALIFICATION CRITERIA” OF NOTICE INVITING TENDER4

III. PAST EXPERIENCE DURING LAST 7 YEARS ........................................6

IV. CONCURRENT COMMITMENTS.................................................................7

V. DETAILS OF PROPOSED EQUIPMENTS, TOOLS & TACKLES .......8

VI. ANNUAL TURNOVER STATEMENT ..........................................................9

VII. DETAILS OF PROPOSED SITE ORGANIZATION ................................ 10

VIII. COMPLIANCE TO BID REQUIREMENT.................................................. 11

IX. COMMERCIAL QUESTIONNAIRE ............................................................. 12

X. DETAILS OF P.F. REGISTRATION ............................................................ 14

XI. CHECK LIST FOR SUBMISSION OF BID ................................................ 15

XII. BIDDER'S QUERIES FOR PRE BID DISCUSSION ................................ 17

ANNEXURE TO ITB Page 3 of 17 6675T01_ITB_ANN

ANNEXURE - I

INFORMATION ABOUT BIDDER

1 IN CASE OF INDIVIDUAL

1.1 Name of Business.

1.2 Whether his business is registered and date of registration.

1.3 Date of commencement of business.

2.0 IN CASE OF PARTNERSHIP

2.1 Name of Partners

2.2 Whether the partnership is registered.

2.3 Date of registration of firm.

3. IN CASE OF LIMITED LIABILITY COMPANY OR COMPANY LIMITED BY GUARANTEES

3.1 Amount of paid up capital

3.2 Name of Directors

3.3 Date of Registration of Company

3.4 Copies of the Balance sheet of the company for the last 3 years.

4. GENERAL

4.1 Income Tax PAN No. of the firm.

4.2 Provident Fund Registration No. of the firm.

4.3 Sales Tax Registration No. of the firm.

(STAMP & SIGNATURE OF BIDDER)

ANNEXURE TO ITB Page 4 of 17 6675T01_ITB_ANN

ANNEXURE - II

PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC EXPERIENCE AND ANNUAL TURNOVER DETAILS AS CALLED FOR IN

“QUALIFICATION CRITERIA” OF NOTICE INVITING TENDER ---------------------------------------------------------------------------------------------------------------- S.No. Description Details ---------------------------------------------------------------------------------------------------------------- 1. Name Of the Bidder : 2. Bidder to specify the details of work(s) executed Experience details

by the Bidder complying the requirement of

para 6.1 of NIT

i) Name of Work & Project :

ii) Contract value :

iii) Date of Completion : 3. Submission of Documentary Evidence :

i) Copy of Work Order Submitted/ Not Submitted

ii) Copy of Completion Certificate Submitted/ Not Submitted

Bidder must ensure that all details filled at Sr. No.2 above are covered in work order/ completion certificate. In case certain detailed are not covered bidder may submit additional authenticated document/ certificate in respect of the same

4. Annual turnover for the last three financial years :

i) 2004-2005 : Rs.

ii) 2003-2004 : Rs.

iii) 2002-2003 : Rs.

5. Networth of Bidder

a) Capital : Rs.

b) Reserve : Rs.

c) Accumulated Losses : Rs.

Networth (a+b-c) = Rs.

6. Working capital ratio (current asset to current liability) :

7. Net working capital :

ANNEXURE TO ITB Page 5 of 17 6675T01_ITB_ANN

8. Submission of Documentary Proof :

(i) Audited Balance Sheet including Profit Loss Accounts Statement for the last three years of the Bidder Yes/No

NOTE:

i) Bidder shall furnish the experience details as above only of those project which they consider

suitable for meeting the Qualification Criteria. OIL//EIL reserve the right not to evaluate any other project details. Details of more projects may be furnished in the same format, if desired.

ii) Bidder to note that non-submission of relevant supporting documents may lead to rejection of their

bid. It shall be ensured that all relevant supporting documents are submitted along with their bid in the first instance itself. Evaluation may be completed based on the details so furnished without seeking any subsequent additional information.

SIGNATURE OF THE BIDDER : ________________________________ NAME OF THE BIDDER : ________________________________ COMPANY SEAL : _________________________________

ANNEXURE TO ITB Page 6 of 17 6675T01_ITB_ANN

ANNEXURE - III

PAST EXPERIENCE DURING LAST 7 YEARS

SL.NO.

DESCRIPTION OF

WORK

POSTAL ADDRESS OF

CLIENT & NAME OF OFFICER IN CHARGE

CONTRACT

VALUE

STARTING

DATE

SCHEDULED COMPLETION

DATE

ACTUAL

COMPLETION DATE

REASONS FOR DELAY, IF ANY

SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________ COMPANY SEAL : _______________________

ANNEXURE TO ITB Page 7 of 17 6675T01_ITB_ANN

ANNEXURE - IV

CONCURRENT COMMITMENTS AS ON ________________

SR. NO.

FULL POSTAL ADDRESS OF

CLIENT & NAME OF OFFICER-IN-

CHARGE

DESCRIPTION OF

THE WORK

VALUE OF CONTRACT

DATE OF COMMEN-

CEMENT OF WORK

SCHEDULE

COMPLETION PERIOD

%AGE COMP. AS ON DATE

EXPECTED DATE OF

COMPLETION

REMARKS

SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________ COMPANY SEAL :

ANNEXURE TO ITB Page 8 of 17 6675T01_ITB_ANN

ANNEXURE -V

DETAILS OF PROPOSED EQUIPMENTS, TOOLS & TACKLES

The bidder shall submit herein details of construction equipment, tools, tackles proposed to be deployed for this work and shall indicate in each case whether the same (A) is already owned by bidder and available for use on this Contract, (B) anticipated to be hired, (C) anticipated to be purchased. In case of (A) present location shall be stated. In case of (B) and (C) name and location of lending agency or supplier shall be stated. ITEM TO BE DEPLOYED

DESCRIPTION MAKE, MODEL AND CAPACITY

NUMBERS YEAR OF MANUFACTURE

CATEGORY (A) OR (B) OR (C) ABOVE

LOCATION REMARKS

1) Bidder agrees to augment the above list with additional number/categories of equipment, tools and tackles, if required and

directed by the Engineer-in-charge, to complete the work within the completion time schedule and quoted price. SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________ COMPANY SEAL : _______________________

ANNEXURE TO ITB Page 9 of 17 6675T01_ITB_ANN

ANNEXURE - VI

ANNUAL TURNOVER STATEMENT The Bidder shall indicate herein his annual turnover during preceding 3 years based on the audited balance sheet/profit & loss account statement.

FINANCIAL YEAR

ANNUAL TURNOVER (RS.)

NET WORTH

(RS.)

2004-2005

2003-2004

-NOT APPLICABLE-

2002-2003

-NOT APPLICABLE-

NOTE:

1. Copies of audited balance sheets with Profit & Loss account statement for last 3 years are enclosed along with the bid.

2. Bidder shall work out Net worth on following basis:

Net Worth : Reserve + Capital - Accumulated loss SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________ COMPANY SEAL : _______________________

ANNEXURE TO ITB Page 10 of 17 6675T01_ITB_ANN

ANNEXURE - VII

DETAILS OF PROPOSED SITE ORGANIZATION The bidder shall submit on a separate sheet details of Head Office and site organization proposed to be deployed for execution of the work. Bidder shall also furnish the bio-data indicating qualification & experience of Resident Engineer/Site-in-charge and all key personnels to be deployed. i) Organization at head office: ii) Proposed site organization chart: (Bidder to include planning engineer, quality control engineer, safety officer and store keeper/

office in proposed site organisation) NOTE: 1. Bidder agrees to augment the above list with additional number/categories, if required and directed

by the Engineer-in-charge, to complete the work within the completion time schedule and quoted price.

SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________ COMPANY SEAL : _______________________

ANNEXURE TO ITB Page 11 of 17 6675T01_ITB_ANN

ANNEXURE – VIII NAME OF WORK: DESIGN, ENGINEERING, FABRICATION, SUPPLY, ERECTION, TESTING AND

COMMISSIONING OF MOUNDED LPG STORAGE BULLETS AT DULIAJAN FOR M/S OIL INDIA LIMITED

BIDDING DOCUMENT NO.: 6675/T-101/05-06/VKG/01)

COMPLIANCE TO BID REQUIREMENT

We hereby agree to fully comply with, abide by and accept without variation, deviation or reservation all technical, commercial and other conditions whatsoever of the Bidding Documents and its Addendum/ Amendment to the Bidding Documents for subject work issued by Engineers India Limited. We hereby further confirm any terms and conditions mentioned in our bid (Un-priced as well as Priced Part) shall not be recognised and shall be treated as null and void. SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________ COMPANY SEAL :

ANNEXURE TO ITB Page 12 of 17 6675T01_ITB_ANN

ANNEXURE-IX

COMMERCIAL QUESTIONNAIRE The Bidders reply/confirmation as furnished in the commercial questionnaire shall supersede the stipulations mentioned elsewhere in their bid.

SL. NO.

EIL'S QUERY

BIDDERS REPLY/ CONFIRMATION

1. Confirm that Earnest Money Deposit as per bid stipulations have been furnished along with bid.

2. Confirm that your bid is valid for a period of 4 (Four) months from the date of opening of Techno-Commercial (Part-I) of Bids.

3. Confirm that all details as specified in the bidding document have been submitted in Unpriced part ie. Part-I of bid in five copies under separate file covers. (1 ORIGINAL + 5 COPIES).

4. Confirm that Price has been submitted in a separately sealed envelope super-scribing "PRICE PART - DO NOT OPEN" {In ORIGINAL }.

5. Confirm your acceptance to total requirement of bidding document as mentioned in ITB.

6. Confirm your compliance to scope of work as mentioned in bidding document.

7. Confirm that all materials shall be supplied as per standards & specifications

8. Confirm that all materials except those as mentioned under Owner's scope of supply shall be supplied by the contractor at their cost without any liability on the part of owner.

9. Confirm that the quoted Rates/Price includes the cost for carrying out complete work as per drawing/specific requirement/ schedule of price/ scope of

ANNEXURE TO ITB Page 13 of 17 6675T01_ITB_ANN

SL. NO.

EIL'S QUERY

BIDDERS REPLY/ CONFIRMATION

work, scope of supply mentioned in the bid document whether expressly mentioned in the item description of Schedule of Rates/Prices or not.

10. Confirm that the quoted price includes all taxes, duties as per Bidding Document.

11. Confirm that the Schedule of Labour Rates duly filled in is submitted with Price Part of Bid in sealed condition.

Not applicable

12. Confirm that price bid have been submitted after taking printout of the ‘SCHEDULE OF RATES (PRICE)’ enclosed with the Bidding Document and prices filled in the same.

13. Confirm that there are no terms and conditions in the Price-Part and in case any terms and conditions is mentioned, the same shall be treated as null & void.

14. Confirm that all the Annexures to ITB are filled and submitted along with Part-I of offer strictly as per proforma given in bidding document.

15. Confirm that construction equipments, tools & tackles, etc. which have been proposed will be sufficient to complete the work as per the time schedule.

16. Confirm that you have proposed adequate Project/Site organisation with supervisory personnel having good experience and the chart is enclosed.

SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________

ANNEXURE TO ITB Page 14 of 17 6675T01_ITB_ANN

ANNEXURE-X

DETAILS OF P.F. REGISTRATION

Bidder to furnish details of Provident Fund Registration: PF REGISTRATION NO. : DISTRICT & STATE : We hereby confirm that the above PF Account is under operation presently and shall be used for all PF related activities for the labour engaged by us in the present work (if awarded to us). (SIGNATURE OF BIDDER)

ANNEXURE TO ITB Page 15 of 17 6675T01_ITB_ANN

ANNEXURE-XI

CHECK LIST FOR SUBMISSION OF BID (COMMERCIAL PART)

Bidders are requested to submit the checklist duly filled-in alongwith original and each copy of “unpriced bid”. This check list will facilitate the bidder to make ensure that the necessary data/ information as called for in the bidding document has been submitted by them alongwith their offer. This, however, does not relieve the bidder of his responsibilities to make sure that his offer is otherwise complete in all respects: Please confirm compliance and submission of documents by marking tick (� ) against “Yes” under column titled “Complied/Submitted”:

S. N0. DESCRIPTION COMPLIED/ SUBMITTED

1.0 Techno-commercial part of the bid with all the details have been submitted in one Original + 5 copies in separate file covers.

Yes/No

2.0 Following details have been submitted in the Unpriced part:

i) Covering letter Yes/No

ii) Copy of the Master Index of the Bidding Document duly signed and stamped in token of having received and read all parts of the Bidding Document and having accepted and considered the same in preparing and submitting their bid.

Yes/No

iii) Power of Attorney in favour of the person who has signed the bid on stamp paper of appropriate value.

Yes/No

iv) Earnest Money Deposit (EMD) as per (Proforma for Bank Guarantee for Earnest Money Deposit) given in Bidding Document incorporating changes, if any, mentioned in subsequent Addendums (Original EMD in Original Bid and copy of EMD in other copies of bid).

EMD complies requirement of

Yes/No

a) Specified Bank Yes/No

b) Amount Yes/No

c) Validity Yes/No

v) Specific Experience, Annual Turnover details and Minimum equipment and manpower deployment as called for in “Qualification Criteria” of Notice Inviting Tender, as per Annexure-II to ITB.

Yes/No

vi) Details of experience on works of similar nature executed during the last 7 years as per Annexure-III to ITB duly filled in all the columns.

Yes/No

vii) Present commitments as per Annexure-IV to ITB duly filled-in essentially all the columns

Yes/No

viii) Equipments, tools & tackles proposed to be deployed as per Annexure-V to ITB.

Yes/No

ANNEXURE TO ITB Page 16 of 17 6675T01_ITB_ANN

S. N0. DESCRIPTION COMPLIED/ SUBMITTED

ix) Organisation Chart (Head office and site office separately) proposed as per Annexure-V to ITB separately.

Yes/No

x) Annual turnover Statement as per Annexure-VII to ITB Yes/No

xi) Compliance to Bid Requirement as per Annexure-VIII to ITB Yes/No

xii) Reply to commercial questionnaire as per Annexure-IX to ITB. Yes/No

xiii) Details of PF Registration No. as per Annexure-X to ITB. Yes/No

xiv) Checklist for submission of bid as per Annexure-XI to ITB Yes/No

xv) Fresh solvency certificate from your Bankers Date of Issue of this certificate should not be earlier than 1 year from the due date of opening of Techno-Commercial part.

a) Certificate date______________

b) From (Name of Bank) ________________

Yes/No

xvi) Organisation Details:

a) In case of a proprietorship firm, the name and address of proprietor, and certified copy of "Certificate of Registration of firm".

b) In case Bidder is a partnership firm, certified copy of the partnership deed.

c) In case of company (whether private or public), certified copy of the `Certificate of Incorporation' together with certified Memorandum/Articles of Association.

Yes/No

Yes/No

Yes/No

xvii) Schedule of completion in the form of Bar Chart Yes/No

xviii) QA/QC Program relevant to this work Yes/No

xix) HSE Program relevant to this work Yes/No

xx) Bidders Declaration that they are not under any liquidation, court receivership or similar proceedings

Yes/No

xxi) Unpriced copy of the Price Bid signed on each page by bid signatory (only one copy with Original to be submitted)

Yes/No

4.0 Confirm that proper page nos. have been given in sequential way in all the documents submitted alongwith your offer with Index.

Yes/No

5.0 Price bid is submitted in line with Instructions as per relevant Clause of ITB.

Yes/No

6.0 Confirm that any cutting/overwriting in the "PRICE-PART" has been signed in full and stamped.

Yes/No

SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________

6675T01_ITB_ANN Page 17 of 17

ANNEXURE-XII BIDDER'S QUERIES FOR PRE BID DISCUSSION

REFERENCE OF BIDDING DOCUMENT SL. NO.

SEC. NO.

Page No.

Clause No. Subject

BIDDER'S QUERY

OWNER'S REPLY

NOTE: The Pre-Bid Queries may be sent by fax to fax number 033-2227-7692 and also by e-mail to [email protected] before due date for receipt of Bidder's queries. SIGNATURE OF BIDDER : ___________________________ NAME OF BIDDER : __________________________

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 1 of 27

GENERAL CONDITIONS OF CONTRACT

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 2 of 27

INDEX TO

GENERAL CONDITIONS OF CONTRACT

1.1 DEFINITION 4

1.2 EFFECTIVE DATE, DATE OF COMMENCEMENT OF CONTRACT, MOBILISATION TIME AND DURATION OF CONTRACT 6

1.3 OBLIGATIONS OF CONTRACTOR 6

1.4 OBLIGATIONS OF THE COMPANY 6

1.5 CONTRACTOR’S PERSONNEL 7

1.6 WARRANTIES AND REMEDY OF DEFECTS (DEFECT LIABILITY PERIOD) 7

1.7 CONFIDENTIALITY, USE OF CONTRACT DOCUMENTS AND INFORMATION8

1.8 TAXES 9

1.9 INSURANCE 9

1.10 CHANGES 11

1.11 COMPLETION CERTIFICATE 11

1.12 ACCEPTANCE OF WORK 11

1.13 FORCE MAJEURE 11

1.14 CONTRACTOR TO INDEMNIFY THE OWNER 12

1.15 CONSEQUENTIAL DAMAGE 12

1.16 WAIVERS AND AMENDMENTS 12

1.17 CONTRACT PRICE AND PAYMENT 13

1.18 PAYMENT & INVOICING PROCEDURE 14

1.19 WITHHOLDING 14

1.20 APPLICABLE LAW / JURISDICTION 16

1.21 TERMINATION 16

1.22 CONSEQUENCES OF TERMINATION 17

1.23 SETTLEMENT OF DISPUTES 17

1.24 NOTICES 17

1.25 SUB-CONTRACTING 18

1.26 MISCELLANEOUS PROVISIONS 18

1.27 PERFORMANCE SECURITY 19

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 3 of 27

1.28 INVOCATION OF PERFORMANCE BANK GUARANTEE 19

1.29 LIQUIDATED DAMAGES 19

1.30 SUBSEQUENTLY ENACTED LAWS 20

1.31 ASSOCIATION OF THE COMPANY’S PERSONNEL 20

1.32 LABOUR 20

1.33 SAFETY & OCCUPATIONAL HEALTH 21

1.34 PROTECTION OF PROPERTY AND EXISTING FACILITIES 21

1.35 POLLUTION AND CONTAMINATION 22

1.36 MOBILIZATION 22

1.37 INTERPRETATION OF CONTRACT DOCUMENT 22

1.38 EXECUTION OF WORK 22

1.39 EXTENSION OF TIME 23

1.40 SUSPENSION OF WORKS 23

1.41 OWNER MAY DO PART OF WORK 23

1.42 ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS AND WORKS 23

1.43 DAMAGE TO PROPERTY 24

1.44 MATERIALS TO BE SUPPLIED BY CONTRACTOR 25

1.45 PATENTS AND ROYALTIES 25

1.46 LIENS 25

1.47 POSSESSION PRIOR TO COMPLETION 26

1.48 RUNNING ACCOUNT PAYMENTS TO BE REGARDED AS ADVANCES 27

PROFORMA TO GCC

I. FORM OF PERFORMANCE BANK GUARANTEE

II. CONTRACT FORM

III. FORM OF BID SECURITY (BANK GUARANTEE)

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 4 of 27

1.1 DEFINITION:

1.1.1 The following expressions hereunder and elsewhere in the Contract documents used and their grammatical variations shall unless repugnant to the subject or context thereof, have the following meanings hereunder respectively assigned to them, namely :

1.1.2 “The Contract” means agreement to be entered into between Company and

Contractor, as recorded in the Contract signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein;

1.1.3 “The Contract Price” means the price payable to Contractor under the Contract

for the full and proper performance of their contractual obligations;

1.1.4 The "Work" shall mean the works to be executed in accordance with the Contract or part thereof as the case may be and shall include extra, additional, altered or substituted works as maybe required for the purposes of completion of the work contemplated under the Contract.

1.1.5 “Owner/Company” means Oil India Limited (OIL), a company incorporated in

India and having its Registered office at Duliajan, Assam

1.1.6 “Contractor” means the individual or firm or Body incorporated performing the work under the Contract.

1.1.7 “Contractor’s Personnel” means the personnel to be provided by Contractor to

provide services as per contract.

1.1.8 “Company’s Personnel” means the personnel to be provided by OIL or OIL's Contractor (other than the Contractor executing the Contract). The Company representatives of OIL are also included in the Company's personnel.

1.1.9 ‘Parties’ shall mean the parties, signatory to the contract including their

successors and permitted assigns and the term ‘party’ means any of the ‘parties’.

1.1.10 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or

designated as such by the Owner and shall include those who are expressly authorised by the owner to act for and on its behalf.

1.1.11 The "Site" means the land on which the work is to be executed or carried out and

such other place(s) for purpose of performing the Contract.

1.1.12 The "Specifications " shall mean the various technical and other specifications attached and referred to in the tender documents. It shall also include the latest editions, including all addenda/corrigenda or relevant Indian Standard Specifications and Bureau Of Indian Standards.

1.1.13 Plans” and “Drawings” shall mean maps, plans, tracings and prints forming part of the bid documents and any detail or working drawings, amendments and / or modifications thereof approved in writing by the Engineer – In- Charge, Site

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 5 of 27

Engineer or any agency notified by the Engineer-In-Charge to the CONTRACTOR for the purpose and shall include any other drawings or plans in connection with the work or any supply as may from time to time be furnished by or approved in writing by the Engineer –In-Charge or Site Engineer or any other agency nominated by the Engineer-In-Charge in this behalf .

1.1.14 The "Tender" means the document submitted by a person or authority for carrying out the work and the Bidder/Tenderer means a person or authority who submits the bid/tender offering to carry out the work as per the terms and conditions.

1.1.15 The “Contract Document” shall mean collectively the Tender Documents, Designs, Specifications, Schedule of Rates/Prices, letter of Acceptance of Tender, Agreed Variation, if any and other documents constituting the tender and acceptance thereof.

1.1.16 The "Sub-Contractor" means any person or firm or Company (other than the Contractor) to whom any part of the work has been entrusted by the Contractor with the prior written consent of the Owner/Engineer-in-Charge/Site-in- Charge and their legal heirs, representatives, successors and permitted assignees of such person, firm or Company.

1.1.17 The "Permanent Work" means and includes works, which form a part of the work to be handed over to the Owner by the Contractor on completion of the contract.

1.1.18 The "Temporary Work" means and includes all such works which are a part of the contract for execution of the permanent work but does not form part of the permanent work confirming to practices, procedures applicable rules and regulations relevant in that behalf.

1.1.19 The "Change Order" means an order given in writing by the Engineer-in-Charge or by Owner to effect additions to or deletion from or alterations into the Work.

1.1.20 The "Construction Equipment" means all appliances and equipment of whatsoever nature for the use in or for the execution, completion, operation or maintenance of the work except those intended to form part of the Permanent Work.

1.1.21 “Completion Certificate” shall mean the Completion Certificate issued by the Engineer-In-Charge within the provisions of these general conditions of contract.

1.1.22 “Final/Acceptance Certificate” shall mean the Certificate issued by the Engineer-In-Charge regarding the satisfactory compliance of the various provisions of the Contract by the contractor after the period of liability is over.

1.1.23 “Approved” shall mean approved in writing including subsequent written confirmation of previous verbal approval and “Approval; “means approval in writing including as aforesaid.

1.1.24 The “Defect Liability Period” in relation to work means the specified period from the date of completion of work as indicated in completion certificate upto the date of issue of final/acceptance certificate during which the Contractor stands responsible for rectifying all defects that may appear in the work.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 6 of 27

1.1.25 “Letter of Acceptance” shall mean intimation by a letter to Tenderer that the Tender has been accepted in accordance with the provisions contained therein.

1.2 EFFECTIVE DATE, DATE OF COMMENCEMENT OF CONTRACT, MOBILISATION TIME AND DURATION OF CONTRACT:

1.2.1 The Contract shall become effective as of the date the Company notifies the

Contractor in writing that it has been awarded the Contract i.e. with effect from the date of issue of LOI.

1.2.2 The commencement date of the Contract will be reckoned from the date of issue

of LOI. 1.2.3 The duration of the Contract shall be for a period indicated elsewhere in tender

Document and to be reckoned from the commencement date of the Contract.

1.2.4 Mobilisation shall be completed and the work shall commence within 30 (Thirty) days from the date of Letter Of Intent (LOI) .

1.3 OBLIGATIONS OF CONTRACTOR:

1.3.1 Contractor in accordance with and subject to the terms and conditions of the

Contract shall have following obligations:

1.3.2 Perform the work described in the Scope of Works.

1.3.3 Provide and make regular payments to all labour as required to perform the work.

1.3.4 Perform all other obligations, work and services which are required by the terms

of this Contract or which reasonably can be implied from such terms as being necessary for the successful and timely completion of the work.

1.3.5 Contractor shall deem to have satisfied themselves before submitting their offer

as to the correctness and sufficiency of their offer for the services required and of the rates and prices quoted, which rates and prices shall, except insofar as otherwise provided, cover all their obligations under the Contract.

1.3.6 Contractor shall give or provide all necessary supervision during the

performance of the services and as long thereafter as the Company may consider necessary for the proper fulfilling of Contractor’s obligations under the Contract.

1.4 OBLIGATIONS OF THE COMPANY:

1.4.1 The Company in accordance with and subject to the terms and conditions of the

Contract shall have following obligations:

1.4.2 Pay Contractor in accordance with terms and conditions of the Contract for works as per the Payment Schedule.

1.4.3 Allow the Contractor access, subject to normal security and safety

procedures, to all areas as required for orderly performance of the work.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 7 of 27

1.4.4 Perform all other obligations of the Company as required by the terms of the Contract.

1.5 CONTRACTOR’S PERSONNEL:

1.5.1 Contractor warrants that they will provide competent, qualified and sufficiently

experienced personnel to perform the work correctly and efficiently and shall ensure that such personnel observe all applicable the statutory and safety requirement of the Company. Upon the Company’s written request, the Contractor, entirely at their own expense, shall remove immediately, from assignment to the work, any personnel of the Contractor determined by the Company to be unsuitable and shall promptly replace such personnel with alternative personnel acceptable to the Company.

1.5.2 The Contractor shall be solely responsible throughout the period of the Contract

for providing all requirements of their personnel, and of their Sub-Contractors, if any, including but not limited to their insurance, housing, medical services, messing, transportation (both air and land transportation), vacation, salaries and all amenities, termination payment and taxes, if any, payable at no charge to the Company.

1.5.3 Contractor’s main personnel shall be fluent in English Language (both writing

and speaking).

1.5.4 In case of involvement of foreign personnel following to be complied with:

a. All formalities required for foreign personnel for “ ASSAM ENTRY PERMIT” have to be carried out by the Contractor.

b. All Personal Taxes shall be borne by the Contractor as per regulations of

Govt. of India.

c. The CONTRACTOR should ensure that the foreign personnel engaged for above work shall strictly abide by the relevant laws of the country, applicable to foreign personnel. If the conduct of any foreign personnel is found to be unsatisfactory, the COMPANY reserves the right to ask the CONTRACTOR to replace such personnel immediately.

1.6 WARRANTIES AND REMEDY OF DEFECTS (DEFECT LIABILITY PERIOD):

1.6.1 Contractor warrants that it shall perform the work in a first class, workmanlike,

and professional manner and that all work shall be performed in accordance with highest quality, efficiency, and with all specifications, standard, and drawings set forth or referred to in the construction specifications, and with instructions and guidance which Company may, from time to time, furnish to the Contractor. In case of default on part of the Contractor to comply with the foregoing or to conform with the provisions of this Contract, the performance security shall be invoked by the Company and the security deposit will be forfeited.

1.6.2 The warranty/guarantees period/defect liability period of one year shall commence from the date of issuance of the completion certificate. Should Company discover at any time during the term of this Contract or within one

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 8 of 27

year after issuance of completion certificate that the work does not conform to the warranty/guarantees, Contractor shall after receipt of notice from Company, promptly perform any and all corrective work required to make the work conform to the warranty/guarantees. Such corrective work shall be performed entirely at Contractor’s expense. Company, at its option, may have such remedial work performed by others and charge the actual cost thereof to Contractor, which the Contractor must pay promptly.

1.6.3 In case the contractor is carrying out any rectification work or replacement or such other repairs as mentioned in the above clauses, the said rectification work or replacement shall be guaranteed for further period of one year from the date of such work or replacement or repair.

1.6.4 ACTION AND COMPENSATION IN CASE OF BAD WORK

If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been executed with bad, imperfect or unskilled workmanship, or with materials, or that any materials or articles provided by the Contractor for execution of the work are not of standards specified/inferior quality to that contracted for, or otherwise not in accordance with the contract, the CONTRACTOR shall on demand in writing from the Engineer-in-Charge/Site-in-Charge or his authorised representative specifying the work, materials or articles complained of, notwithstanding that the same may have been inadvertently passed, certified and paid for, forthwith rectify or remove and reconstruct the work so specified and at his own charge and cost and expenses and in the event of failure to do so within a period of 15 days of such intimation/ information/knowledge, the Contractor shall be liable to pay compensation equivalent to the cost of reconstruction by the Owner. On expiry of 15 days period mentioned above, the Owner may by themselves or otherwise rectify or remove and re-execute the work or remove and replace with others, the materials or articles complained of as the case may be at the risk and expenses in all respects of the Contractor. The decision of the Engineer-in- Charge/ Site-in-Charge as to any question arising under this clause shall be final and conclusive and shall not be raised as a dispute or shall be arbitrable.

1.6.5 The rights and remedies of company provided by the clause 1.6 are in addition to any other rights and remedies provided by law or in equity or otherwise.

1.7 CONFIDENTIALITY, USE OF CONTRACT DOCUMENTS AND INFORMATION:

1.7.1 The Contractor shall not, without the Company’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing pattern, sample or information furnished by or on behalf of the Company in connection therewith, to any person other than a person employed by Contractor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

1.7.2 The Contractor shall not, without the Company’s prior written consent, make use

of any document or information except for purposes of performing the Contract.

1.7.3 Any document supplied to the Contractor in relation to the Contract other than the Contract itself remain the property of the Company and shall be returned (in

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 9 of 27

all copies) to the Company on completion of Contractor’s performance under the Contract if so required by the Company.

1.7.4 The above obligations of the Contractor shall be in force even after termination

of the Contract.

1.8 TAXES:

1.8.1 Tax levied as per the provisions of Indian Income Tax Act and any other enactment/rules on income derived/ payments received under the Contract will be on the Contractor’s account including Service Tax/ Works Contract Tax.

1.8.2 Corporate income tax will be deducted at source from the invoice at the

specified rate of income tax as per the provisions of Indian Income Tax Act as may be in force from time to time.

1.8.3 The Contractor shall be responsible for and pay the personal taxes, if any, for all

their personnel deployed.

1.8.4 The Contractor shall furnish to the Company, if and when called upon to do so, relevant statement of accounts or any other information pertaining to work done under the Contract for submitting the same to the Tax authorities, on specific request by them. Contractor shall be responsible for preparing and filing the return of income etc. within the prescribed time limit to the appropriate authority.

1.8.5 Prior to start of operations under the Contract, the Contractor shall furnish the

Company with the necessary documents, as asked for by the Company and/or any other information pertaining to the Contract, which may be required to be submitted to the Income Tax authorities at the time of obtaining “No Objection Certificate” for releasing payments to the Contractor.

1.8.6 Tax clearance certificate for personnel and corporate taxes shall be obtained by

the Contractor from the appropriate Indian Tax authorities and furnished to the Company within 6 months of the expiry of the tenure of the Contract or such extended time as the Company may allow in this regard.

1.8.7 Corporate and personnel taxes on the Contractor shall be the liability of the

Contractor and the Company shall not assume any responsibility on this account.

1.8.8 All local taxes, levies and duties, sales tax, excise duty, customs duty, octroi,

works contract tax etc. in respect of Work and materials made by the Contractor shall be borne by the Contractor.

1.9 INSURANCE:

1.9.1 The Contractor shall arrange insurance to cover all risks in respect of their

personnel, materials and equipment belonging to the Contractor or their Sub-Contractor during the currency of the Contract.

1.9.2 The Contractor shall at all times during the currency of the Contract provide, pay

for and maintain the following insurances amongst others:

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 10 of 27

i. Workmen compensation insurance as required by the laws of the country of origin of the employee.

ii. Employer’s Liability Insurance as required by law in the country of origin of employee.

iii. General Public Liability Insurance covering liabilities including contractual liability for bodily injury, including death of persons, and liabilities for damage of property. This insurance must cover all operations of the Contractor required to fulfil the provisions under the Contract.

iv. The Contractor’s equipment provided by the Contractor for performance of the work hereunder shall have an insurance cover with a suitable limit (as per International Standards).

v. Automobile Public Liability Insurance covering owned, non-owned and hired automobiles used in the performance of the work hereunder, with bodily injury limits and property damage limits shall be governed by Indian Insurance regulations.

vi. Public Liability Insurance as required under Public Liability Insurance Act 1991.

vii. The Contractor shall obtain additional insurance or revise the limits of existing insurance as per the Company’s request, if any, in which case additional cost shall be to Contractor’s account.

1.9.3 Any deductible set forth in any of the above insurance shall be borne by the

Contractor.

1.9.4 Contractor shall furnish to the Company prior to commencement date, certificates of all their insurance policies covering the risks mentioned above.

1.9.5 If any of the above policies expire or are cancelled during the term of the

Contract and the Contractor fails for any reason to renew such policies, then the Company will renew/replace same and charge the cost thereof to the Contractor. Should there be a lapse in any insurance required to be carried by the Contractor for any reason whatsoever, loss/damage claims resulting there from shall be to the sole account of the Contractor.

1.9.6 The Contractor shall require all of their Sub-Contractors to provide such of the

foregoing insurance coverage as the Contractor is obliged to provide under the Contract and inform the Company about the coverage prior to the commencement of agreements with their Sub-Contractors.

1.9.7 All insurance taken out by the Contractor or their Sub-Contractors shall be

endorsed to provide that the underwriters waive their rights of recourse on the Company.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 11 of 27

1.10 CHANGES:

1.10.1 During the performance of the work, the Company may make a change in the work within the general scope of the Contract including, but not limited to, changes in methodology, and minor additions to or deletions from the work to be performed. The Contractor shall perform the work as changed. Changes of this nature will be affected by Written Order (Change Order) by the Company.

1.10.2 If any change results in an increase in compensation due to the Contractor or in

a credit due to the Company, the Contractor shall submit to the Company an estimate of the amount of such compensation or credit in a form prescribed by the Company. Such estimates shall be based on the rates shown in the Schedule of Rates. Upon review of the Contractor’s estimate, the Company shall establish and set forth in the Change Order the amount of the compensation or credit for the change or a basis for determining a reasonable compensation or credit for the change. If Contractor disagrees with compensation or credit set forth in the Change Order, Contractor shall nevertheless perform the Work as changed, and the parties will resolve the dispute in accordance with Clause 1.23 here under. Contractor’s performance of the Work as changed will not prejudice the Contractor’s request for additional compensation for work performed under the Change Order.

1.11 COMPLETION CERTIFICATE:

1.11.1 As soon as the works have been completed and the Contractor fulfils his obligation envisaged under the contract, he shall be eligible to apply for ‘Completion Certificate’. The Company shall issue to the Contractor the completion certificate within one month after receiving an application from Contractor after verifying the works have been completed in accordance with the Contract Document. The issue of Completion Certificate shall not operate as an admission that the works have been accepted in every respect. The warranty period/defect liability period of one year shall commence from date of issuance of the ‘Completion Certificate’.

1.12 ACCEPTANCE OF WORK :

1.12.1 Upon expiry of the period of Defect Liability and subject to the Company being satisfied that Contractor’s obligation have been duly maintained by Contractor during such period as provided in clause 3.6 and that Contractor has in all respect duly made up any subsidence and performed all his obligations under this contract, the Company shall issue certificate (herein after referred to as ‘Acceptance Certificate’) to that effect and Contractor shall not be considered to have fulfilled the whole of his obligations until ‘Acceptance Certificate’ has been issued by the Company. The Bank Guarantee for Defect liability shall be discharged by the Company upon issuance of such Acceptance Certificate.

1.13 FORCE MAJEURE:

1.13.1 In the event of either party being rendered unable by ‘Force Majeure’ to perform

any obligation under the Contract, the relative obligation of the party affected by such ‘Force Majeure’ will stand suspended as provided herein. The term “Force Majeure” as employed herein shall mean act of God, strikes, lockouts or other

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 12 of 27

industrial disturbances, acts of public enemy, wars whether declared or not, blockade, insurrections, riots, epidemic, landslides, lightning, earthquake, fire storms, floods, washouts, arrests and restraints of Government, civil disturbances, explosion, breakage or accident to machinery etc. and any other cause, whether of the kind herein enumerated or otherwise which are not within the control of the party claiming suspension, and which by exercise of due diligence such party is unable to prevent or overcome and which renders the performance of the Contract by the said party impossible.

1.13.2 Upon occurrence of such cause and upon its termination, the party alleging that

it has been rendered unable as aforesaid thereby, shall notify the other party in writing within 72 (Seventy Two) hours of the alleged beginning and ending thereof, giving full particulars and satisfactory evidence in support of its claim.

1.13.3 Should ‘force majeure’ condition as stated above occurs and should the same be

notified within 72 (Seventy Two) hours after its occurrence, both the parties shall have no obligation. Either party will have the right to terminate the Contract if such ‘force majeure’ condition continues beyond 15 (Fifteen) days with prior written notice. Should either party decide not to terminate the Contract even under such condition, no payment would apply. Time for performance of the relative obligation suspended by the Force majeure shall then stand extended by the period for which such cause lasts.

1.14 CONTRACTOR TO INDEMNIFY THE OWNER:

1.14.1 The Contractor shall indemnify the Owner and every member, officer and

employee of the Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all the actions, proceedings, claims, demands, costs, expenses, whatsoever arising out of or in connection with the works and all actions, proceedings, claims, demands, costs, expenses which may be made against the Owner for or in respect of or arising out of any failure by the Contractor in the performance of his obligations under the contract. The Contractor shall be liable for or in respect of or in consequence of any accident or injury to any workmen or other person in the employment of the Contractor or his sub contractor and Contractor shall indemnify and keep indemnified the Owner against all such damages, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto.

1.15 CONSEQUENTIAL DAMAGE:

1.15.1 Neither party shall be liable to the other for special, indirect or consequential

damages resulting from or arising out of the Contract, including but without limitation, to loss of profit or business interruptions, howsoever caused and regardless of whether such loss or damage was caused by the negligence (either sole or concurrent) of either party, its employees, agents or Sub-Contractors.

1.16 WAIVERS AND AMENDMENTS:

1.16.1 It is fully understood and agreed that none of the terms and conditions of the

Contract shall deemed to be waived or amended by either party unless such waiver or amendment is executed in writing by the duly authorised agents or

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 13 of 27

representatives of such party. The failure of either party to execute any right of termination shall not act as a waiver or amendment of any right of such party provided hereunder.

1.17 CONTRACT PRICE AND PAYMENT:

1.17.1 CONTRACT PRICE:

i) The total price quoted by the successful bidder in proposal forms, in his bid with additions and deletions as may have been agreed before issue of Letter of Notice of Award, for the entire WORKS covered and in accordance with all terms, conditions, stipulations, specifications, requirements and other contents of contract as accepted by Company and incorporated in to the contract as accepted by Company, and incorporated in to the contract document, shall be treated as the contract price. Wherever it is mentioned in the specifications that the Contractor shall perform certain works or provide certain facilities, it is understood that the Contractor shall do so at his cost and the Contract Price shall be deemed to have included cost of such performances and provisions, so mentioned.

ii) The Contract price shall remain firm and fixed till the issue of completion certificate and shall not be subjected to escalation on any account whatsoever and shall be deemed to include and cover all costs, expenses and liabilities of every description and all risks of every kind to be taken in executing, completing and handing over works to Company by Contractor. The Contract Price shall hence always be deemed to include any likely future increase in statutory duties and levies on materials supplied or any likely future increase in market prices in respect thereof and also include any likely future increase in rates of compensation payable to labour whether statutory or otherwise. No claim shall be entertained on the aforesaid account for any reason whatsoever, except to the extent expressly agreed by the Company under this agreement.

iii) The Contract Price shall be deemed interalia to include and cover the cost of all temporary works, materials, labour, insurance, etc. to be supplied by contractor as per contract and the execution of works or any portion thereof finished, complete in every respect and maintained as shown or described in the Contract Document or as may be ordered in writing during the continuance of contract.

iv) The Contract Price shall include and cover the cost of royalties and fees for all equipment, protected by letters, patent or otherwise incorporated in or used in connection with works, also all royalties, rents and other payments in connection with obtaining materials of whatsoever kind for works. The Contractor shall indemnify the Company which indemnity, the Contractor hereby gives against all actions, proceedings, claims, damages, cost and expenses arising from the incorporation in or use on WORKS of any such equipment, articles, processes or materials.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 14 of 27

1.18 PAYMENT & INVOICING PROCEDURE:

1.18.1 The Company shall pay to the Contractor, during the term of the Contract, the amount due from time to time calculated according to the rates of price schedule and in accordance with other provisions hereof. No other payments shall be due from the Company unless specifically provided for in this Contract. All payments will be made in accordance with the terms hereinafter described.

1.18.2 All payments due by the Company to the Contractor shall be made at the

Company’s designated Bank. All Bank charges will be on Contractor’s account.

1.18.3 Payment of any invoices shall not prejudice the right of the Company to question

the validity of any charges therein, provided the Company within one year after the date of payment shall make and deliver to the Contractor written notice of objection to any item or items the validity of which the Company questions.

1.18.4 The Contractor will submit all bills duly certified by Engineer-In-Charge along

with duly filled up measurement sheets in prescribed format to Pipeline Project Office, Guwahati for processing of payment. One set of all bills with measurement sheet to be submitted to Engineer-In-Charge for his record.

1.18.5 Bills shall be raised by the Contractor as per the Payment Schedule prescribed.

1.18.6 The Company shall within 20 (Twenty) days of receipt of the invoice notify the

Contractor of any item under dispute, specifying the reasons thereof, in which event, payment of the disputed amount may be withheld until settlement of the dispute, but payment shall be made of any undisputed portion within 30 (Thirty) days from the date of receipt of the invoices at Pipeline Project Office, Guwahati. This will not prejudice the Company’s right to question the validity of the payment at a later date as envisaged in Sub-Clause 1.18.3 above. No interest shall be payable by the Company on any delayed / disputed amount.

1.18.7 The acceptance by the Contractor of part payment on any billing not paid on or

before the due date shall not deemed to be a waiver of the Contractor’s rights in respect of any other billing, the payment of which may then or thereafter be due.

1.18.8 The Contractor shall maintain complete and correct records of all information on

which the Contractor’s invoices are based up to 2 (two) years from the date of last invoice. Such records shall be required for making appropriate adjustments or payments by either party in case of subsequent audit query /objection.

1.18.9 Any audit conducted by the Company of the Contractor’s records, as provided

herein, shall be limited to the Company’s verification (i) of the accuracy of all charges made by the Contractor to the Company and (ii) that the Contractor is otherwise in compliance with the terms and conditions of this Agreement.

1.19 WITHHOLDING:

1.19.1 The Company may withhold or nullify the whole or any part of the amount due to

the Contractor on account of subsequently discovered evidence in order to protect the Company from loss on account of:

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 15 of 27

i. For non-completion of assigned jobs. ii. Contractor’s indebtedness arising out of execution of the Contract.

iii. Defective work not remedied by the Contractor. iv. Claims by Sub-Contractors of the Contractor or others filed or on the basis of

reasonable evidence indicating probable filing of such claims against the Contractor.

v. Failure of the Contractor to pay or provide for the payment of salaries/wages,

contributions, unemployment compensation, taxes or enforced savings withheld from wages etc.

vi. Failure of the Contractor to pay the cost of removal of unnecessary debris,

materials, tools, or machinery. vii. Damage to another Contractor of the Company. viii. All claims against the Contractor for damages and injuries, and/or for non-

payment of bills etc. ix. Any failure by Contractor to fully reimburse the Company under any of the

indemnification provisions of this Contract. If, during the progress of the work the Contractor shall allow any indebtedness to accrue for which the Company, under any circumstances in the opinion of the Company may be primarily or contingently liable or ultimately responsible and the Contractor shall, within 5 (Five) days after demand is made by the Company, fail to pay and discharge such indebtedness, then the Company may during the period for which such indebtedness shall remain unpaid, withhold from the amounts due to the Contractor, a sum equal to the amount of such unpaid indebtedness. When all the above grounds for withholding payments shall be removed, payment shall thereafter be made for amounts so withhold.

1.19.2 Withholding will also be affected on account of the following:

i. Garnish order issued by a Court of Law in India.

ii. Income-tax deductible at source according to law prevalent from time to time

in the country. iii. Any obligation of the Contractor which by any law prevalent from time to time

to be discharged by the Company in the event of the Contractor’s failure to adhere to such laws.

iv. Any payment due from the Contractor in respect of unauthorised imports.

1.19.3 Notwithstanding the foregoing, the right of the Company to withhold shall be

limited to damages, claims and failure on the part of the Contractor which is directly/indirectly due to some negligent act or omission on the part of the Contractor.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 16 of 27

1.20 APPLICABLE LAW / JURISDICTION:

1.20.1 This Contract shall be deemed to be a Contract made under, governed by and construed in accordance with the laws of India, for the time being in force and shall be subject to the exclusive jurisdiction of Courts situated in Guwahati, Assam.

1.20.2 Contractor shall ensure full compliance of various Indian Laws and Statutory

Regulations, to the extent applicable, as stated below, but not limited to, in force from time to time and obtain necessary permits/licenses etc. from appropriate authorities for conducting operations under the Contract:

i) The Mines Act - as applicable to safety and employment conditions. ii) The Minimum Wages Act, 1948. iii) The Oil Mines Regulations, 1983. iv) The Workmen’s Compensation Act, 1923. v) The Payment of Wages Act, 1963. vi) The Payment of Bonus Act, 1965. vii) The Contract Labour (Regulation & Abolition) Act, 1970 and the rules framed

there under. viii) The Employees Pension Scheme, 1995. ix) The Interstate Migrant Workmen Act, 1979 (Regulation of employment and

conditions of service). x) The Employees Provident Fund and Miscellaneous Provisions Act, 1952. xi) The State Sale Tax Act. xii) Service Tax Act.

1.21 TERMINATION:

1.21.1 TERMINATION ON EXPIRY OF THE TERMS (DURATION):

This Contract shall be deemed to have been automatically terminated on the expiry of duration of the Contract or extension, if any, thereof.

1.21.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE:

Either party shall have the right to terminate this Contract on account of Force Majeure as set forth in Clause No. 1.13.0

1.21.3 TERMINATION ON ACCOUNT OF INSOLVENCY:

In the event that the Contractor at any time during the term of this Contract, becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then the Company shall, by a notice in writing have the right to terminate this Contract and all the Contractor’s rights and privileges hereunder, shall stand terminated forthwith.

1.21.4 TERMINATION FOR UNSATISFACTORY PERFORMANCE:

If the Company considers that, the performance of the Contractor is unsatisfactory, or not upto the expected standard, the Company shall notify the

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 17 of 27

Contractor in writing and specify in details the cause of the dissatisfaction. The Company shall have the option to terminate this Contract by giving 15 (Fifteen) days notice in writing to the Contractor, if Contractor fails to comply with the requirements contained in the said written notice issued by the Company,

1.21.5 TERMINATION DUE TO CHANGE OF OWNERSHIP & ASSIGNMENT:

In case the Contractor’s rights and/or obligations under this Contract and/or the Contractor’s rights, title and interest to the equipment/material, are transferred or assigned without the Company’s consent, the Company may at its absolute discretion, terminate this Contract.

1.22 CONSEQUENCES OF TERMINATION:

1.22.1 In all cases of termination herein set forth, the obligation of the Company to pay

for the services rendered shall be limited to the period upto the date of termination. Notwithstanding the termination of this Contract, the parties shall continue to be bound by the provisions of this Contract that reasonably require some action or forbearance after such termination.

1.22.2 Upon termination of this Contract, Contractor shall return to the Company all of

the Company’s items, which are at the time in Contractor’s possession.

1.22.3 Notwithstanding any provisions herein to the contrary, the Contract may be terminated at any time by the Company on giving 15 (Fifteen) days written notice to the Contractor due to any other reason not covered under the above Sub-Clause from 1.21.1. to 1.21.5 and in the event of such termination the Company shall not be liable to pay any cost or damage to the Contractor except for payment for services rendered as per this Contract upto the date of termination.

1.22.4 In the event of termination of Contract, the Company will issue Notice of

Termination of the Contract with date or event after which the Contract will be terminated. The Contract shall then stand terminated and the Contractor shall demobilise their personnel & materials.

1.23 SETTLEMENT OF DISPUTES:

1.23.1 All disputes or differences whatsoever arising between the parties out of or

relating to the construction, meaning and operation or effect of this Contract or the breach thereof shall be settled by arbitration in accordance with the rules of Indian Arbitration and Conciliation Act, 1996. The venue of arbitration will be Guwahati, Assam. The award made in pursuance thereof shall be binding on the parties.

1.24 NOTICES:

1.24.1 Any notice given by one party to other, pursuant to this Contract shall be sent in

writing or by Fax with confirmation copy and confirmed in writing to the applicable address specified below:

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 18 of 27

The Company Contractor

Dy. General Manager (PL) _____________________ OIL INDIA LIMITED _____________________ P.O.: UDAYAN VIHAR _____________________ GUWAHATI-781171 _____________________ ASSAM, INDIA _____________________ FAX No. 0361- 2540686 _____________________

1.24.2 A notice shall be effective when delivered or on the notice’s effective date,

whichever is later.

1.25 SUB-CONTRACTING:

1.25.1 If the Contractor desires to engage Sub-Contractor(s) for any part(s) of work under this Contract, they may do so by applying to the Company and obtaining prior written approval of the Company.

1.26 MISCELLANEOUS PROVISIONS:

1.26.1 The Contractor shall give notices and pay all fees at their own cost required to

be given or paid by any National or State Statute, Ordinance, or other Law or any regulation, or bye-law of any local or other duly constituted authority as may be in force from time to time in India, in relation to the performance of the services and by the rules & regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the services.

1.26.2 The Contractor shall conform in all respects with the provisions of any Statute,

Ordinance of Law as aforesaid and the regulations or bye-law of any local or other duly constituted authority which may be applicable to the services and with such rules and regulation public bodies and the Companies as aforesaid and shall keep the Company indemnified against all penalties and liability of every kind for breach of any such Statute, Ordinance or Law, regulation or bye-law.

1.26.3 All fossils, coins, articles of value or antiquity and structures and other remains

or things of geological or archaeological interest discovered on the site where the services are performed, be deem to be the absolute property of the Company. The Contractor shall take reasonable precautions to prevent the personnel or any other persons from removing or damaging any such article or thing and shall immediately upon the discovery thereof and, before removal, acquaint the Company of such discovery any carry out, at the expense of the Company, the Company’s orders as to the disposal of the same.

1.26.4 During the tenure of the Contract, the Contractor shall keep the site where the

services are being performed reasonably free from all unnecessary obstruction and shall store or dispose of any equipment and surplus materials and clear away and remove from the site any wreckage, rubbish or temporary works no longer required. On the completion of the services, the Contractor shall clear away and remove from the site any surplus materials, rubbish or temporary works of every kind and leave the whole of the site clean and in tidy condition to the satisfaction of the Company.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 19 of 27

1.26.5 Key personnel should not be changed during the tenure of the Contract except due to sickness/death of the personnel in which case the replaced person should have equal experience and qualification, which will be again subject to approval, by the Company.

1.27 PERFORMANCE SECURITY:

1.27.1 Within 30 (Thirty) days after Contractor’s receipt of notification of award of the

Contract, the Contractor shall furnish performance security to Company in the form of bank guarantee from a Schedule Bank in India for an amount equal to 10% (Ten Percent) of the Contract Price.

1.27.2 The proceed of the Performance Security shall be payable to the Company as

compensation for any loss resulting from Contractor’s/ Sub-Contractor failure to fulfil their obligations under the Contract.

1.27.3 The performance security in the form of Bank Guarantee must be valid initially

for a period of twelve (12) months from the date of award of contract which shall later on be extended for a further period to comply with the warranty obligations. A claim period of three months from the expiry of performance liability / warranty obligation shall be provided for in the Bank Guarantee. Performance liability period of 12 months shall commence from the date of issuance of completion certificate.

1.27.4 The Performance Bank Guarantee shall be so endorsed that it can be invoked at

any schedule bank located at Guwahati, Assam.

1.27.5 The Performance Bank Guarantee shall be submitted in the prescribed format.

1.27.6 The Performance Bank Guarantee shall not accrue any interest and the same will be released not later than 30 days following its expiry.

1.28 INVOCATION OF PERFORMANCE BANK GUARANTEE:

1.28.1 In the event of the Contractor failing to honour any of the commitments entered

into under the Contract and/or in respect of any amount due from the Contractor to the Company, The Company shall have an unconditional option under the guarantee to invoke their performance bank guarantee and clear the amount from Bank.

1.28.2 The Company will invoke the Performance Bank Guarantee in case the contract

is terminated because of any default on the part of the Contractor.

1.29 LIQUIDATED DAMAGES:

1.29.1 In the event of the Contractor’s default in timely completion of the work under the provisions of this Contract, the Contractor shall be liable to pay liquidated damges at the rate of 0.5% (Half Percent) of the total Contract Price for each week (7 days) of delay till the works are completed, subject to a maximum of 7.5%(Seven and Half Percent) of the total calculated Contract Price. The Company may without prejudice to any other method of recovery, deduct the amount of such liquidated damages from any amount due to the Contractor.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 20 of 27

1.29.2 The parties agree that the quantum/rate of liquidated damages indicated herein above are genuine pre-estimate of the loss/damage which OIL would have suffered on account of delay on the part of the Contractor, and the said amount would be payable without any requirement of proof of the actual loss or damage caused by such delay. All sum payable by way of liquidated damages shall be considered as reasonable compensation without reference to the actual loss or damage caused by such delay. All sum payable by way of liquidated damages shall be considered as reasonable compensation without reference to the actual loss or damages which shall have been sustained. In the event of any difference(s) between the parties, the decision of OIL shall be final and binding.

1.30 SUBSEQUENTLY ENACTED LAWS:

1.30.1 Subsequent to the date of submission of offer by the Contractor, if there is a

change in or enactment of any law or interpretation of existing law, which results in additional cost/ reduction in cost to the Contractor on account of the operation under this contract, the Company/Contractor shall reimburse/pay Contractor/ the Company for such additional / reduced cost actually incurred.

1.31 ASSOCIATION OF THE COMPANY’S PERSONNEL:

1.31.1 The Company may depute one or more than one representative (s) / engineer

(s) to act on its behalf for overall co-ordination and operational management at location. The Company’s representative will be vested with the authority to order any changes in the scope of work to the extent so authorised and notified by the Company in writing. He shall liase with the Contractor and monitor progress to ensure timely completion of the jobs. He shall also have the authority to oversee the execution of jobs by the Contractor and to ensure compliance of provisions of the Contract.

1.31.2 The Company’s representatives shall have free access to all the equipment of

the Contractor during operations as well as idle time for the purpose of observing / inspecting the operations performed by the Contractor in order to judge whether, in the Company’s opinion, the Contractor is complying with the provisions of the Contract.

1.32 LABOUR:

1.32.1 Before starting the work the Contractor shall obtain a license from competent

authority under the Contract Labour Act 1970 and furnish a copy of it to the Company. The recruitment of the labour shall be met mainly from the areas of operation and wages will be according to the rates prevalent at the time, which can be obtained from the District Authorities of the area. The facilities to be given to the labourers should conform to the provisions of labour laws as per Contract Labour (Regulation and Abolition) Act, 1970.The contractor as well as their sub-contractor shall comply with minimum wages, minimum age and al labour laws including rules and regulations as contained in Contract Labour (regulation and Ablition) Act 1970 and keep Company indemnified in respect thereof

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 21 of 27

1.33 SAFETY & OCCUPATIONAL HEALTH :

1.33.1 OIL INDIA LIMITED has highest concern for preservation of Environment, sustainable development, safe work practices, and enrichment of quality of life of employees, customers and community around our operational areas. In view of these intentions the contractor is advised to comply with the following requirements : • All products supplied and/or works carried out must be in accordance with

Rules & Regulations on Safety, Occupational Health and Environment protection stipulated by Government of India, State Governments, National/International Regulatory Bodies, Rulings of Honorable Courts etc.

• Ensure that products supplied and/or works carried out do not affect

environment; else take steps to mitigate any possible affect on environment. • Ensure that products supplied and/or works carried out do not affect safety

and health of employees, work personnel and other stakeholders; else take steps to mitigate any possible affect on safety and health.

• Promote resource conservation and recycle options.

• Prevent occupational diseases and accord due concern for the employees

health as well as the community around operational areas.

• Work towards preserving ecological balance & heritage in operational areas. • The Contractor shall take all measures necessary to protect the personnel,

work and facilities and shall observe safety rules and regulations as per Oil Mines Regulation. No smoking or open flame shall be permitted while operating inside Industrial area or any stations of the Company.

• The Contractor shall report, as soon as possible, any evidence, which may

indicate or is likely to lead to an abnormal or dangerous situation and then immediately take the first emergency control steps conforming to good operation practice and safety regulations.

1.34 PROTECTION OF PROPERTY AND EXISTING FACILITIES:

1.34.1 The Contractor shall perform each work in such a manner as will prevent

damage to the Company’s property and conform to and be consistent with, operational practices of gas and crude oil pipeline. Any permanent damage /loss to the Company’s pipeline, assets and plants due to actions undertaken by the Contractor in order to provide the services envisaged under this Contract shall have to be remedied by the Contractor, entirely at their own cost. This cost shall include and not be limited to actual replacement of such damaged pipeline, assets or plants, or payment of actual replacement cost in relation thereto as may be incurred by the Company.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 22 of 27

1.35 POLLUTION AND CONTAMINATION:

1.35.1 Contractor shall be responsible for loss or damage from pollution or contamination arising out of or resulting from any of the Contractor’s services/operation unless such pollution or contamination is for reasons beyond the control of the Contractor.

1.36 MOBILIZATION:

1.36.1 The Contractor shall mobilize and execute the job as per the work schedule

approved by the Company. Detailed time schedule for each activity covering engineering, design, drawing, purchases, plant coating, delivery of pipe at site, placement of personnel, equipment, machineries, consumables etc. as defined in the scope of work shall be submitted within fifteen days from the date of Letter of Intent (LOI).

1.37 INTERPRETATION OF CONTRACT DOCUMENT:

1.37.1 All documents forming part of the Contract are to be taken mutually explanatory.

Should there be any discrepancy, inconsistency, error or omission in the contract, the decision of the Owner/Engineer-in-Charge/Site-in-Charge shall be the final and the contractor shall abide by the decision. The decision shall not be arbitrable. Works shown upon the drawings but not mentioned in the specification or described in the specifications without being shown on the drawings shall nevertheless be deemed to be included in the same manner as if they are shown in the drawings and described in the specifications.

1.38 EXECUTION OF WORK:

1.38.1 All the works shall be executed in strict conformity with the provisions of the

contract documents and with such explanatory details, drawings, specifications and instructions as may be furnished from time to time to the Contractor by the Engineer-in-Charge/ Site-in-Charge, whether mentioned in the Contract or not. The Contractor shall be responsible for ensuring that works throughout are executed in the most proper and workman- like manner with the quality of material and workmanship in strict accordance with the specifications and to the entire satisfaction of the Engineer-in-Charge/Site-in-Charge.

1.38.2 The completion of work may entail working in monsoon also. The contractor

must maintain the necessary work force as may be required during monsoon and plan to execute the job in such a way the entire project is completed within the contracted time schedule. No extra charges shall be payable for such work during monsoon. It shall be the responsibility of the contractor to keep the construction work site free from water during and off the monsoon period at his own cost and expenses.

1.38.3 For working on Sundays/Holidays, the contractor shall obtain the necessary

permission from Engineer Incharge/Site Incharge in advance. The contractor shall be permitted to work beyond the normal hours with prior approval of Engineer-In-Charge/Site-In-Charge and the contractors quoted rate is inclusive of all such extended hours of working and no extra amount shall be payable by the owner on this account.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 23 of 27

1.39 EXTENSION OF TIME:

1.39.1 If the contractor does not complete the work within the contractual period he may apply in writing to the owner before two months of the period of expiry of the contract stating therein in detail, the reasons on which he desires to have extension and the period of extension, the contractor so desires. The owner on his part shall consider the request of the contractor for such extension of time and shall take a decision after discussion with the contractor and communicate the same to the contractor before 30 days of expiry of the contract. The decision of the owner in this regard shall be final and binding.

1.40 SUSPENSION OF WORKS:

1.40.1 Subject to the provisions of this contract, the contractor shall if ordered in writing

by the Engineer- in-Charge/Site-in-Charge for reasons recorded suspend the works or any part thereof for such period and such time so ordered and shall not, after receiving such, proceed with the work therein ordered to be suspended until he shall have received a written order to re-start. The Contractor shall be entitled to claim extension of time for that period of time the work was ordered to be suspended. Neither the Owner nor the Contractor shall be entitled to claim compensation or damages on account of such an extension of time.

1.40.2 In case of suspension of entire work, ordered in writing by Engineer-in-

Charge/Site-in-Charge, for a period of more than two months, the Contactor. 1.41 OWNER MAY DO PART OF WORK:

1.41.1 Not withstanding anything contained elsewhere in this contract, the owner upon

failure of the Contractor to comply with any instructions given in accordance with the provisions of this contract, may instead of Contract and undertaking charge of entire work, place additional labour force, tools, equipment and materials on such parts of the work, as the Owner may decide or engage another Contractor to carryout the balance of work. In such cases, the Owner shall have the right to deduct from the amounts payable to the Contractor the difference in cost of such work and materials with ten percent overhead added to cover all departmental charges. Should the total amount thereof exceed the amount due to the contractor, the Contractor shall pay the difference to the Owner within 15 days of making demand for payment failing which the Contractor shall be liable to pay interest at 24% p.a. on such amounts till the date of payment.

1.42 ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS AND WORKS:

1.42.1 The Engineer-in-Charge/Site-in-Charge shall have powers to make any

alterations, additions and/or substitutions to the schedule of quantities, the original specifications, drawings, designs and instructions that may become necessary or advisable or during the progress of the work and the Contractor shall be bound to carryout such altered/extra/new items of work in accordance with instructions which may be given to him in writing signed by the Engineer-in-Charge/Site- in-Charge. Such alterations, omissions, additions or substitutions shall not invalidate the contract. The altered, additional or substituted work which the Contractor may be directed to carryon in the manner as part of the work shall be carried out by the Contractor on the same conditions in all respects on which

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 24 of 27

he has agreed to do the work. The time for completion of such altered added and/or substituted work may be extended for that part of the particular job. The rates for such additional altered or substituted work under this Clause shall, be worked out in accordance with the following provisions:

1.42.2 If the rates for the additional, altered or substituted work are specified in the

contract for similar class of work, the Contractor is bound to carryout the additional, altered or substituted work at the same rates as are specified in the contract.

1.42.3 If the rates for the additional, altered or substituted work are not specifically

provided in the contract for the work, the rates will be derived from the rates for similar class of work as are specified in the contract for the work. In the opinion of the Engineer-in- Charge/Site-in-Charge as to whether or not the rates can be reasonably so derived from the items in this contract, will be final and binding on the Contractor.

1.42.4 If the rates for the altered, additional or substituted work cannot be determined in

the manner specified above, then the Contractor shall, within seven days of the date of receipt of order to carry out the work, inform the Engineer-in-Charge/ Site-in-Charge of the rate at which he intends to charge for such class of work, supported by analysis of the rate or rates claimed and the Engineer-In-Charge/ Site-in-Charge shall determine the rates on the basis of the prevailing market rates for both material and labour plus 10% to cover overhead and profit of labour rates and pay the Contractor accordingly. The opinion of the Engineer-in- Charge/Site-in-Charge as to current market rates of materials and the quantum of labour involved per unit of measurement will be final and binding on the contractor.

1.42.5 The quantities indicated in the Tender are approximate. The approved schedule

of rates of the contract will be applicable for variations of upto plus or minus 25% of the estimated contract value. No revision of schedule of rates will be permitted for such variations in the contract value, even for variations of individual quantities, addition of new items, alterations, additions/deletions or substitutions of items, as mentioned above.

1.42.6 In case of any item of work for which there is no specification supplied by the

Owner and is mentioned in the tender documents, such work shall be carried out in accordance with Indian Standard Specifications and if the Indian Standard Specifications do not cover the same, the work should be carried out as per standard Engineering Practice subject to the approval of the Engineer-in-Charge/ Site-in-Charge.

1.43 DAMAGE TO PROPERTY:

1.43.1 Contractor shall be responsible for making good to the satisfaction of the Owner any loss of and any damage to all structures and properties belonging to the Owner or being executed or procured by the Owner or of other agencies within the premises of the work of the Owner, if such loss or damage is due to fault and/or the negligence or willful acts or omission of the Contractor, his employees, agents, representatives or sub-contractors.

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 25 of 27

1.43.2 The Contractors shall indemnify and keep the Owner harmless of all claims for damage to Owner's property arising under or by reason of this contract.

1.44 MATERIALS TO BE SUPPLIED BY CONTRACTOR:

1.44.1 The Contractor shall procure and provide the whole of the materials required for

construction including tools, tackles, construction plant and equipment for the completion and maintenance of the works except the materials which may be agreed to be supplied as provided elsewhere in the contract. The contractor shall make arrangement for procuring such materials and for the transport thereof at their own cost and expenses.

1.44.2 The Owner may give necessary recommendation to the respective authority if so

desired by the Contractor but assumes no responsibility of any nature. The Contractor shall procure materials of ISI stamp/certification and supplied by reputed suppliers borne on DGS&D list.

1.44.3 All materials procured should meet the specifications given in the tender

document. The Engineer-in-charge may, at his discretion, ask for samples and test certificates for any batch of any materials procured. Before procuring, the Contractor should get the approval of Engineer-in-Charge/Site-in-Charge for any materials to be used for the works.

1.44.4 Manufacturer's certificate shall be submitted for all materials supplied by the

Contractor. If, however, in the opinion of the Engineer-in-Charge/Site-in-Charge any tests are required to be conducted on the material supplied by the Contractor, these will be arranged by the Contractor promptly at his own cost.

1.45 PATENTS AND ROYALTIES:

1.45.1 CONTRACTOR, if licensed under any patent covering Equipment, Machinery,

Materials or compositions of matter to be used or supplied or methods and process to be practiced or employed in the performance of this CONTRACT, agrees to pay all royalties and license fees which may be due with respect thereto. If any Equipment, Machinery, Materials, composition matters to be used or supplied or methods and processes to be practiced or employed in the performance of this CONTRACT, is covered by a patent under which the CONTRACTOR is not licensed then the CONTRACTOR before supplying or using the Equipment, Machinery, Materials, composition methods or processes shall obtain such licenses, and pay such royalties and license fees as may be necessary for performance of the CONTRACT. In the event the CONTRACTOR fails to pay any such royalty or obtain any such license any suit for infringement of such patents which is brought against the CONTRACTOR or the OWNER as a result of such failure will be defended by the CONTRACTOR at his own expense and the CONTRACTOR will pay any damages and costs awarded in such suit. The CONTRACTOR shall promptly notify the OWNER if the CONTRACTOR has acquired knowledge of any patent under which a suit for Infringement could be reasonably brought because of the use by the OWNER of any Equipment, Machinery, Materials, Process methods to be supplied hereunder. CONTRACTOR agrees to and does hereby grant to OWNER together with the right to extent the same to any of the subsidiaries of the OWNER as irrevocable, royalty-free license to use in any country any invention

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 26 of 27

made by the CONTRACTOR or his employees in or as a result of the performance of the work under the CONTRACT.

1.45.2 With respect to any sub contract entered into by CONTRACTOR pursuant to the

provisions of the relevant clause thereof, the CONTRACTOR shall obtain from the sub-Contractor an undertaking to provide the OWNER with the same patent protection that CONTRACTOR is required to provide under the provisions of the clause.

1.46 LIENS:

1.46.1 If at any time, there should be evidence of any lien or claim for which the

OWNER might have become liable and which is chargeable to the CONTRACTOR, the OWNER shall have the right to retain out of any payment then due or thereafter to become due an amount sufficient to completely indemnify the OWNER against such lien or claim and if such lien or claim be valid the OWNER may pay and discharge the same and deduct the amount so paid from any money which may be or may become due and payable to the CONTRACTOR. If any lien or claim remain unsettled after all payments are made, the CONTRACTOR shall refund or pay to the OWNER all moneys that the later may be compelled to pay discharging such lien or claim including all costs and reasonable expenses.

1.46.2 The OWNER shall have general lien over all tools, equipment, machinery and

materials etc. belonging to the CONTRACTOR for any amount due from the CONTRACTOR to the OWNER on any account. The OWNER shall have a general lien, over any amount payable to the CONTRACTOR on any account whether presently due or not, for any amount due from the CONTRACTOR to the OWNER on any account whatsoever including under any previous jobs/ contracts and owner shall have full right for adjustments/ appropriation of such amounts without notice to the CONTRACTOR.

1.47 POSSESSION PRIOR TO COMPLETION

1.47.1 The Engineer-in-Charge shall have the right to take possession of or use any

completed or partially completed WORK or part of WORK. Such possession or use shall not be deemed to be an acceptance of any WORK completed in accordance with CONTRACT. If such prior possession or use by the Engineer-in-Charge delays the progress of WORK, equitable adjustment in the time of completion will be made and the CONTRACT shall be deemed to be modified accordingly to that extend provided that the CONTRACTOR shall not be entitled to claim any compensation for the same.

1.48 RUNNING ACCOUNT PAYMENTS TO BE REGARDED AS ADVANCES

1.48.1 All running account payments shall be regarded as payments by way of advance

against the final payment only and not as payment for work actually done and completed and shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be removed and taken away and reconstructed or re-erected or be considered as an admission of the due performance of CONTRACT, or any part thereof, in this respect, or of the accruing of any claim by CONTRACTOR , nor shall it conclude, determine or affect in any way the powers of OWNER

OIL INDIA LIMITED GENERAL CONDITIONS OF CONTRACT

PIPELINE DEPARTMENT PL - PROJECT

Page 27 of 27

under these conditions or any of them as to the final settlement and adjustments of the accounts or otherwise, or in any other way vary or affect CONTRACT. The Final Bill shall be submitted by CONTRACTOR within one (1) month of the date of physical completion or work, otherwise, the Engineer-in-Charge’s certificate of the measurement and of total amount payable for work accordingly shall be final and binding on all parties.

_____________________________________ *******************************

GCC Proforma

Pipeline Expansion Project From Numaligarh to Siliguri

(NAME OF THE CONTRACT) TENDER DOCUMENT NO. :

OIL INDIA LTD. GUWAHATI Page No:

PROFORMA -I

FORM OF PERFORMANCE BANK GUARANTEE To: M/s. OIL INDIA LIMITED, Guwahati, Assam, India, Pin-781171. WHEREAS __________________(Name and address of Contractor) (hereinafter called “Contractor”) had undertaken, in pursuance of Contract No. __________________________ to execute (Name of Contract and Brief Description of the Work) ____________________ (hereinafter called “The Contract”). AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee as security for compliance with Contractor’s obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are Guarantors on behalf of the Contractor, up to a total amount of (Amount of Guarantee in figure) Rs.______________ (Amount of Guarantee in word _________________________), such amount being payable in the types and proportions of currencies in which the Contract price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of guarantee sum as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or the work to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way cease us from any liability under this guarantee, and we hereby waive notice of such change, addition or modification. This guarantee is valid until the date _____________ (calculated at 12 months after Contract completion date). SIGNATURE AND SEAL OF THE GUARANTORS : _____________________ Designation : ___________________________________ Name of Bank : ___________________________________ Address : ___________________________________ Witness : _______________ Address : _______________ _______________ Date : _______________ Place : _____________

GCC Proforma

Pipeline Expansion Project From Numaligarh to Siliguri

(NAME OF THE CONTRACT) TENDER DOCUMENT NO. :

OIL INDIA LTD. GUWAHATI Page No:

PROFORMA - II

CONTRACT FORM This Contract is made on ____ day of ___________ between Oil India Limited, a Government of India Enterprise, incorporated under the Companies Act 1956, having its registered office at Duliajan in the State of Assam, hereinafter called the “Company” which expression unless repugnant to the context shall include executors, administrators and assignees on the one part, and M/s. _______________(Name and address of Contractor), hereinafter called the “Contractor” which expression unless repugnant to the context shall include executors, administrators and assignees on the other part, WHEREAS the Company desires that services __________________________(brief description of services) should be provided by the Contractor as detailed hereinafter or as Company may requires; WHEREAS, Contractor engaged themselves in the business of offering such services represents that they have adequate resources and equipment, material etc. in good working order and fully trained personnel capable of efficiently undertaking the operations and is ready, willing and able to carry out the said services for the Company as per Section- __ attached herewith for this purpose and WHEREAS, Company had issued a firm Letter of Intent No. _____________________ based on Offer No. ________________ submitted by the Contractor against Company’s Tender No. ___________. All these aforesaid documents shall be deemed to form and be read and construed as part of this agreement/contract. However, should there be any dispute arising out of interpretation of this contract in regard to the terms and conditions with those mentioned in Company’s tender document and subsequent letters including the Letter of Intent and Contractor's offer and their subsequent letters, the terms and conditions attached hereto shall prevail. Changes, additions or deletions to the terms of the contract shall be authorised solely by an amendment to the contract executed in the same manner as this contract. NOW WHEREAS, in consideration of the mutual covenants and agreements hereinafter contained, it is hereby agreed as follows - 1. In this Contract words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract referred to. 2. In addition to documents hereinabove, the following Sections and Annexures attached

herewith shall be deemed to form and be read and construed as part of this Contract viz.:

a) Notification of award by Company. b) Bid form submitted by Bidder. c) The General conditions of Contract. d) Terms of Reference / Technical specifications. e) Schedule of Rates.

GCC Proforma

Pipeline Expansion Project From Numaligarh to Siliguri

(NAME OF THE CONTRACT) TENDER DOCUMENT NO. :

OIL INDIA LTD. GUWAHATI Page No:

3. In consideration of the payments to be made by the Company to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Company to provide the Services and to remedy defects therein in conformity in all respect with the provisions of this Contract.

4. The Company hereby covenants to pay the Contractor in consideration of the provision

of the Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the times and in the manner prescribed by this Contract.

IN WITNESS thereof, each party has executed this contract at Guwahati, Assam as of the date shown above.

Signed, Sealed and Delivered, For and on behalf of For and on behalf of Company (Oil India Limited) Contractor (M/s. _________________) Name : Name : Status : Status : In presence of In presence of 1. 1. 2. 2.

GCC Proforma

Pipeline Expansion Project From Numaligarh to Siliguri

(NAME OF THE CONTRACT) TENDER DOCUMENT NO. :

OIL INDIA LTD. GUWAHATI Page No:

PROFORMA - III

FORM OF BID SECURITY (BANK GUARANTEE) To : M/s. OIL INDIA LIMITED, Guwahati, Assam, India, Pin - 781171.

WHEREAS, (Name of Bidder) ______________________________ (hereinafter called “the Bidder”) has submitted their offer Dated__________ for the provision of certain oilfield services (hereinafter called “the Bid”) against OIL INDIA LIMITED, Guwahati, Assam, India (hereinafter called the Company)’s tender No. : _____________. KNOW ALL MEN BY these presents that we (Name of Bank) ____________________ of (Name of Country) _______________ having our registered office at__________________________ (hereinafter called “Bank”) are bound unto the Company in the sum of ( * ) for which payment will and truly to be made to Company, the Bank binds itself, its successors and assignees by these presents. SEALED with the common seal of the said Bank this ___________________day of ________________ 20_.

THE CONDITIONS of this obligations are :

(1) If the Bidder withdraws their Bid during the period of Bid validity specified by the

Bidder; or (2) If the Bidder, having been notified of acceptance of their Bid by the Company during

the period of Bid validity:

(a) Fails or refuses to execute the form of agreement in accordance with the Instructions to Bidders; or

(b) Fails or refuses to furnish the Performance Security in accordance with the

Instructions to Bidders; We undertake to pay to Company up to the above amount upon receipt of its first written demand (by way of letter / fax/cable), without Company having to substantiate its demand provided that in its demand Company will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

GCC Proforma

Pipeline Expansion Project From Numaligarh to Siliguri

(NAME OF THE CONTRACT) TENDER DOCUMENT NO. :

OIL INDIA LTD. GUWAHATI Page No:

This guarantee will remain in force up to and including the date ( ** ) and any

demand in respect thereof should reach the Bank not later than the above date. SIGNATURE AND SEAL OF THE GUARANTORS :___________________ Name of Bank & Address :_________________________________________ Witness: _______________ Address :________________ ________________ (Signature, Name and Address) Date :__________ Place : _____________ * The Bidder should insert the amount of the guarantee in words and figures. ** Date of expiry of Bank Guarantee should be minimum 60 days after the end of the validity

period of the Bid.

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 1 of 24 (6675T01_SCC)

SPECIAL CONDITIONS

OF

CONTRACT

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 2 of 24 (6675T01_SCC)

INDEX

1.0 GENERAL.................................................................................................................... 4

2.0 SCOPE OF WORK& SCOPE OF SUPPLY ............................................................... 5

3.0 SUPPLY OF WATER, POWER & OTHER UTILITIES .............................................. 5

4.0 TIME OF COMPLETION............................................................................................ 5

5.0 PROJECT SCHEDULING AND MONITORING....................................................... 6

6.0 COMPLIANCE WITH LAWS..................................................................................... 8

7.0 WORKS CONTRACT................................................................................................. 9

8.0 TAXES, DUTIES AND LEVIES .................................................................................. 9

9.0 INCOME TAX & CORPORATE TAX........................................................................ 9

10.0 FIRM PRICE................................................................................................................ 9

11.0 PROVIDENT FUND.................................................................................................... 9

12.0 MOBILISATION ADVANCE................................................................................... 10

13.0 CHANGE ORDERS ................................................................................................... 10

14.0 STATUTORY APPROVALS ..................................................................................... 12

15.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE................ 13

16.0 TESTS AND INSPECTION....................................................................................... 13

17.0 INSPECTION OF SUPPLY ITEMS/ MATERIALS .................................................. 14

18.0 FINAL INSPECTION................................................................................................ 14

19.0 SITE CLEANING....................................................................................................... 15

20.0 CONSTRUCTION EQUIPMENT AND ORGANIZATION..................................... 15

21.0 MEASUREMENT OF WORKS................................................................................. 16

22.0 TERMS OF PAYMENT............................................................................................. 16

23.0 ISSUE OF OWNER SUPPLIED MATERIAL............................................................ 16

24.0 QUALITY ASSURANCE/ QUALITY CONTROL.................................................... 16

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 3 of 24 (6675T01_SCC)

25.0 HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT...................... 17

26.0 SUB-CONTRACTORS.............................................................................................. 17

27.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM ....................................... 17

28.0 COMPLETION DOCUMENTS................................................................................. 18

29.0 COORDINATION WITH OTHER AGENCIES ........................................................ 18

30.0 UNDERGROUND AND OVERHEAD STRUCTURES............................................. 18

31.0 ROYALTY ................................................................................................................. 18

32.0 EXCAVATION BY BLASTING................................................................................ 18

33.0 EXECUTION OF ELECTRICAL WORKS ............................................................... 19

34.0 MAKE OF MATERIALS ........................................................................................... 19

35.0 SURPLUS MATERIAL.............................................................................................. 19

36.0 PACKING, FORWARDING AND SHIPMENT....................................................... 19

37.0 RESPONSIBILITY OF CONTRACTOR................................................................... 20

38.0 MECHANISED CONSTRUCTION .......................................................................... 21

39.0 CHECKING OF LEVELS.......................................................................................... 21

40.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES...... 21

41.0 TEST CERTIFICATES............................................................................................... 21

42.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSUS ............................................ 22

43.0 CENVAT BENEFITS................................................................................................. 22

44.0 VALUE ADDED TAX (VAT)..................................................................................... 23

45.0 ADDITIONAL WORKS/ EXTRA WORKS.............................................................. 23

46.0 GUARANTEE ............................................................................................................ 23

47.0 LIMITATION OF LIABILITIES ................................................................................ 23

48.0 FABRICATION SHED AND WAREHOUSING....................................................... 23

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 4 of 24 (6675T01_SCC)

1.0 GENERAL

1.1 Special Conditions of Contract shall be read in Conjunction with the General conditions of Contract, specification of work, Drawings and any other documents forming part of this Contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the documents into these separate sections and volumes ever part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the Contract so far as it may be practicable to do so.

1.3 Where any portion of the General Condition of Contract is repugnant to or at variance with any provisions of the Special Conditions of Contract, unless a different intention appears, the provisions of the special Conditions of Contract shall be deemed to over-ride the provisions of the General Conditions of Contract and shall to the extent of such repugnancy, or variations, prevail.

1.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain Work or provide certain facilities, it is understood that the Contractor shall do so at his cost and the Value of Contract shall be deemed to have included cost of such performance and provisions, so mentioned.

1.5 The materials, design, and workmanship shall satisfy the relevant Indian Standards, the Job Specifications contained herein and Codes referred to. Where the job specification stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied.

1.6 In case of an irreconcilable conflict between Indian or other applicable standards, General Conditions of Contract, Special Conditions of Contract, Specifications, Drawings or Schedule of Rates and any other portion of Bidding Document the following shall prevail to the extent of such irreconcilable conflict in order of precedence.

i) Letter of Acceptance along with enclosures.

ii) Telex/Telegram of Acceptance.

iii) Schedule of Rates as enclosures to Letter of Acceptance.

iv) Special Conditions of Contract

v) Job / Particular Specifications.

v) Scope Of Work.

vi) Drawings

vii) Technical / Material Specifications.

viii)General Conditions of Contract.

ix) Indian Standards

x) Other applicable Standards

1.7 It will be the Contractor's responsibility to bring to the notice of Engineer-in-

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 5 of 24 (6675T01_SCC)

Charge any irreconcilable conflict in the contract documents, before starting the work (s) or making the supply with reference, which the conflict exists.

1.8 In the absence of any Specifications covering any material, design of work (s) the same shall be performed / supplies / executed in accordance with Standard Engineering Practice as per the instructions / directions of the Engineer-in-Charge, which will be binding on the Contractor.

2.0 SCOPE OF WORK & SCOPE OF SUPPLY

2.1 The Scope of Work and Scope of Supply of the Contractor is described separately in the Bidding Document as Appendix – IIIA to SCC. It is, however, explicitly understood that the scope as described is not limiting, in so far as the responsibilities of the Contractor are concerned and shall include, inter-alia, carrying out any and all works and providing any and all facilities as are required to complete the works in all respects. Until the Owner’s scope of supply is clearly specified, all materials shall be in Contractor’s scope of supply.

3.0 SUPPLY OF WATER, POWER & OTHER UTILITIES

3.1 Water for Construction purpose shall be made available by Owner, free of cost, at one point near the site premises. However, further necessary connections and facilities shall be arranged by Contractor at his cost.

3.2 Power upto 10 KW for lighting purpose shall be provided by Owner on chargeable basis (@ Rs. 6.00 per KWH) at single point only. However, Contractor shall specify types of load. Further Contractor shall provide one no. of switch board panel comprising of following:

i) 63A TPN fuse switch unit with 32A HARK fuses.

ii) MOB distribution board as per requirement.

iii) 3 phase energy meter.

iv) ELK of 300 am/ 500 am.

v) 2 No. earth electrode of 40 mm dia with 2 to 3 M length of GI pipe buried and should be interconnected either by 3/8 SW GI wire or 25/6 mm GI strip.

vi) Switch board should be connected to both the earth electrodes.

4.0 TIME OF COMPLETION

4.1 The work shall be executed strictly as per time Schedule mentioned elsewhere in the Bidding Document. The period of completion given includes the time required for mobilization as well as testing, rectifications, if any, retesting and completion in all respects to the entire satisfaction of the Engineer-in-Charge.

4.2 The Engineer-in-Charge and Contractor will prepare a joint programme of execution of work. This programme will take into account the time of completion mentioned above.

4.3 Monthly/ weekly construction programme will be drawn up by Engineer-in-Charge jointly with the Contractor based on availability of work fronts and the joint construction programmes as 4.2 above. The Contractor shall

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 6 of 24 (6675T01_SCC)

strictly adhere to this Targets/ Programme.

4.4 Contractor shall give every day report on category wise labour and equipment deployed along with the progress of work done on previous day in the proforma prescribed by the Engineer-in-Charge.

5.0 PROJECT SCHEDULING AND MONITORING

5.1 The following schedules/ documents/ reports shall be prepared and submitted by the Contractor for review/ approval at various stages.

5.1.1 Along With Bid

The Bidder is required to submit a Project Time Schedule in Bar Chart Form, along with the Bid. The Schedule shall cover all activities including mobilisation etc. as per the completion time stipulated in the Bidding Document. NRL’s interface activities shall be clearly identified with their latest required dates. NRL reserves the right to disqualify the Bidder if the above Schedule submitted by the Bidder is not in line with the overall project requirement.

5.1.2 Overall Project Schedule

The Contractor shall submit within 2 weeks of Notification of Award, a detailed overall project schedule in the activity network form, clearly indicating the major milestones, inter-relationship/ interdependence between various activities together with analysis of critical path and floats. The network will be reviewed and approved by EIL and the comments if any shall be incorporated in the network before issuing the same for implementation. The network thus finalised shall form part of the contract document and the same shall not be revised without the prior permission from EIL during the entire period of execution of contract.

5.1.3 Progress Measurement Methodology

The Contractor is required to submit within two weeks of award of work, the methodology of progress measurement and the basis of computation of overall / physical progress measurement. OIL reserves the right to modify the methodology in part or in full.

5.1.4 Project Review Meetings

5.1.5 The Contractor shall present the programme and status at various review meetings as required.

i) Weekly Review Meetings:

Level of Participation

Contractor's/EIL's RCM / Site-In-charge and Job Engineers, OIL’s Site-in-Charge / Site Engineer(s).

Agenda a) Weekly programme v/s actual achieved in the past week and programme for

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 7 of 24 (6675T01_SCC)

next week.

b) Remedial Actions and hold up analysis.

c) Client query approval.

Venue As decided by EIL.

ii) Monthly Review Meetings:

Level of Participation

Senior Officers of OIL / EIL & Contractor.

Agenda a) Progress Status/Statistics.

b) Completion Outlook.

c) Major hold ups / slippages.

d) Assistance required.

e) Critical issues.

f) Client query/approval.

Venue As decided by EIL.

5.1.6 Progress Reports

i) Monthly Progress Report

This report shall be submitted on a monthly basis within Ten calendar days from cut-off date as agreed upon, covering overall scenario of the work. The report shall include but not be limited to the following:

a) Brief introduction of the work.

b) Activities executed / achievements during the month.

c) Scheduled vs. actual percentage progress and progress curves for sub-ordering, manufacturing/delivery, sub-contracting, construction activities and overall quantum wise status of purchase orders against scheduled.

d) Areas of concern/ problems/ hold ups, impact and action plans.

e) Resource deployment status.

f) Annexures giving status summary for Material Requisitions and deliveries, sub-contracting and construction.

Distribution: OIL : Two copies

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 8 of 24 (6675T01_SCC)

EIL HO: Two copies

EIL SITE: One copy

ii) Weekly Report

This report (3 copies) will be prepared and submitted by the Contractor on weekly basis and will cover following items:

a) Activities programmed and completed during the week.

b) Resources deployment status (manpower and machineries).

c) Qty. achieved against target in construction.

d) Record of Man-days lost.

e) Areas of concern

f) Construction percentage progress, scheduled and actual.

Distribution: OIL : One copy

EIL HO: One copy

EIL Site: One copy

5.1.7 Contractor shall give every day category-wise labour and equipment deployment report along with the progress of work done on previous day in the proforma prescribed by EIL.

6.0 COMPLIANCE WITH LAWS

6.1 The Contractor shall abide by all applicable rules, regulations, statutes, laws governing the performance of works in India, including but not limited to the following:

i) Contract Labour (Regulation & Abolition) Act 1970& the centre rules1971 framed thereunder

ii) Payment of Wages Act.

iii) Minimum Wages Act.

iv) Employer’s Liability Act.

v) Factory Act.

vi) Apprentices Act.

vii) Workman’s Compensation Act.

viii) Industrial Dispute Act.

ix) Environment Protection Act.

x) Wild life Act.

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 9 of 24 (6675T01_SCC)

xi) Maritime Act.

xii) Any other Statute, Act, Law as may be applicable.

7.0 WORKS CONTRACT

7.1 The entire work covered under this contract shall be treated as "Works Contract".

8.0 TAXES, DUTIES AND LEVIES

8.1 Contract Price shall be inclusive of all Taxes and Duties including Excise duty, Sales tax, Custom duty (including countervailing duty, additional duty and special duty, if any) Education cess and other levies payable by the Contractor for performance of the Contract and contract price shall also be inclusive of all salutatory fees etc. payable for obtaining clearance, approvals and inspection by statutory authority, if any. However, statutory variations in Taxes and Duties such as Excise duty, Sales tax, Custom duty, Work contract tax/ Service tax/ Educational cess, Works Contract tax/Service tax and other levies on finished goods upto the scheduled completion time of the project will be on Owner's account. If there is delay beyond contractual delivery date for reasons attributable to Contractor, any increase in Taxes and Duties will be borne by the Contractor and any decrease shall be passed on to Owner.

8.2 Owner shall make from Contractor's bills such tax deductions as are required as per rules and regulations in force from time to time.

8.3 It is for the Bidder to assess and ascertain the rate of above taxes & duties applicable on quoted items. It is clearly understood that Owner will not have any additional liability towards payment of above taxes & duties which are based on Bidder’s wrong assessment / interpretation of applicability of said taxes & duties.

9.0 INCOME TAX & CORPORATE TAX

9.1 Income Tax deductions shall be made from all payments made to the Contractor as per the rules and regulations in force in accordance with the Income Tax Act prevailing from time to time.

9.2 Corporate Tax Liability if any shall be to Contractor's account.

10.0 FIRM PRICE

10.1 The contracted prices shall be firm and fixed except statutory variation in taxes & duties till the completion of the works in all respects and no escalation in prices on any other account shall be admissible to the Contractor.

11.0 PROVIDENT FUND

11.1 The Contractor shall strictly comply with the provisions of Employees Provident Fund Act and register themselves with RPFC before commencing work. The Contractor shall deposit Employees and Employers contributions to the RPFC every month. The Contractor shall furnish along with each running bill, the challan/

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 10 of 24 (6675T01_SCC)

receipt for the payment made to the RPFC for the preceding months.

12.0 MOBILISATION ADVANCE

12.1 Contractor, if requested, shall be paid recoverable interest bearing Mobilisation Advance up to a maximum of 10% of Contract Value. The interest @ 1% above the PLR rate per annum shall be charged on reducing balance basis. Mobilisation Advance shall be paid to the Contractor in two instalments after signing the Contract Agreement and submission of initial security deposit, in the following manner:

12.1.1 FIRST INSTALLMENT

i) Mobilisations Advance of 5% of Contract Value shall be payable as the first instalment after fulfilling the following formalities by the Contractor:

a) Signing of contract agreement by the Contractor.

b) Submission of a separate bank guarantee towards Contract Performance from any Scheduled Bank in proforma approved by Owner towards due performance of contract of equivalent amount which shall be kept valid till up to 3 Months after expiry of defect liability period.

c) Submission of a separate Bank Guarantee of equivalent amount from any Scheduled Bank in proforma approved by Owner towards Mobilisation Advance which shall be kept valid till completion of work.

12.1.2 SECOND INSTALLMENT

i) Balance Mobilisation Advance of 5% of Contract Value shall be payable against submission of bank guarantee of equivalent amount by the Contractor after Contractor has mobilized construction equipments and is ready to start the work to entire satisfaction of Engineer–in- Charge and commencement of work at site.

12.2 RECOVERY OF MOBILISATION ADVANCE

12.2.1 The Mobilisation Advance against submission of Bank Guarantee of equivalent amount together with the interest accrued, shall be recovered from each running account bill. Balance amount, if any, remaining unrecovered shall be deducted in full from the pre-final bill.

13.0 CHANGE ORDERS

13.1 A change order will be initiated in case:

i) The Owner directs the Contractor to include any addition to the scope of work not covered under this contract or deletes any part of the scope of the work under the contract.

ii) Contractor requests to delete any part of the work which will not adversely affect the operational capabilities of the project and if agreed by the Owner and for which cost and time benefits shall be

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 11 of 24 (6675T01_SCC)

passed on to the Owner.

13.2 Any changes required by the Owner before giving their approval to detailed procedure or any other document relating to material procurement, layout plans etc for complying with the requirements of bidding document shall not be construed to be a change in the scope of work under the contract.

13.3 Any change order as above comprising an alteration which involves a change in the cost of the works (which sort of alteration is hereinafter called a "Variation") shall be the subject of an amendment to the contract by way of an increase or decrease in the contract price and adjustment of the Construction Schedule if any.

13.4 If the contract provides applicable rates for the valuation of the variation in question the contract price shall be increased or decreased in accordance with those rates. If the parties agree that the contract does not contain applicable rates then the parties shall negotiate a revision of the contract price which shall represent the change in cost of the works caused by the variations. Any change order must be duly approved by the Owner in writing.

13.5 If there is a difference of opinion between Contractor and Owner whether a particular work constitutes a change order or not, the matter shall be handled in accordance with the procedures set forth in para 13.7.8 and 13.7.9 here below.

13.6 Within 10(Ten) working days of receiving the comments from the Owner on the documents submitted by the Contractor for approval, the Contractor’s response in writing stating which item(s) is/are potential change (s), if applicable, will be submitted to the Owner.

13.7 Procedure

13.7.1 During execution of work if the Contractor observes that any new requirements which is not specific or intended in the bidding document has been indicated by Owner, they shall discuss the matter with Owner's representatives.

13.7.2 In case such requirement arises from the side of the Contractor they would also discuss the matter with Owner's Representative.

13.7.3 In either of the two cases above, the representatives of both the parties shall discuss the project requirement and mutually decide whether the project requirement constitutes a change order.

13.7.4 If it is mutually agreed that the project requirement/Inquiry constitutes a "Change Order" then a joint memorandum will be prepared to confirm a "Change Order" and basic ideas of necessary agreed modifications.

13.7.5 Contractor will study the work required in accordance with the Joint memorandum and assess subsequent schedule and cost effect if any.

13.7.6 The results of this study would be discussed mutually to enable Owner to give a final decision whether Contractor should proceed with the Change Order or not, in the best interest of the Project.

13.7.7 If Owner's representative accepts the change order in writing then Contractor shall proceed with the work stipulated in the Change order. Time worked by all workmen employed and a statement showing the description and quantity of all

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 12 of 24 (6675T01_SCC)

materials and plant utilised for extra work shall be submitted to Owner. The Owner’s representative shall sign and return to the Contractor the statement, as agreed. At the end of each month the Contractor shall deliver to the Owner’s representative a priced statement of the labour, materials and plant used. Whenever any dispute arises as to cost allocation between the Contractor and the Owner, the voucher shall nevertheless be signed by the Owner as a record of time worked and materials used. List and vouchers so signed will be the subject of negotiations between the Owner and the Contractor regarding their costs allocation.

13.7.8 In case, mutual agreement as above that is whether Project Requirement constitutes a Change order or not, is not reached, then Contractor, in the interest of the project, shall take up the implementation of the work, if advised in writing to do so by Owner's representative pending settlement between the two parties to the effect whether the Project Requirement constitutes a change order or not as per the terms and conditions of Contract Documents.

13.7.9 The time and cost effect in such a case shall be mutually verified for the purpose of record. Should it be established that the said work constitutes a Change Order, the same shall be compensated taking into account the records kept and in accordance with the contract.

13.7.10 Should the amount of extra work/ change order, if any, which the Contractor may be required to perform by the Owner, fairly entitles the Contractor to extensions of time beyond the scheduled completion date for completion of either the whole of the works or for such extra work only, the Owner and the Contractor shall mutually discuss and decide the extension of time, if any to be granted to the Contractor.

14.0 STATUTORY APPROVALS

14.1 The approval from any authority required as per statutory rules and regulations of Central/State Government/Local Bodies shall be the contractor's responsibility unless otherwise specified in the bid document. The application on behalf of the Owner for submission to relevant authorities along with copies of required certificates complete in all respects shall be prepared and submitted by the Contractor well ahead of time so that the actual construction/ commissioning of the work is not delayed for want of the approval/inspection by concerned authorities.

14.2 The Contractor shall arrange the inspection of the works by the authorities and necessary co-ordination and liaison work in this respect including payment of statutory fees, if any, shall be the responsibility of the contractor without any financial implication to the Owner.

14.3 Any change/ addition required to be made to meet the requirements of the statutory authorities shall be carried out by the contractor without additional cost to Owner. The inspection and acceptance of the work by statutory authorities shall however, not absolve the contractor from any of his responsibilities under this contract.

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 13 of 24 (6675T01_SCC)

15.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE

15.1 To distinguish between work in foundations and superstructures, the following criteria shall apply:

15.2 For all Equipment pedestals, pipe racks, other foundation and R.C.C. Structures, work done upto 300 mm level above finished grade level will be taken as work in foundations and work above this level will be treated as work in superstructures and payments would be made accordingly.

15.3 For Buildings only, all works upto level corresponding to finished floor level shall be treated as `Work in foundation' and all works above the finished floor level shall be treated as "Work in superstructure".

15.4 Irrespective of what has been stated above, all pavements, R.C.C. Retaining wall, all pipe sleepers and any similar item would be taken as work done in foundations irrespective of locations, nomenclature and levels given anywhere.

15.5 Where not specifically pointed out all works in Cellars/ sumps, Tank Pads, Cable trenches, or such similar item would be taken as work in foundation.

16.0 TESTS AND INSPECTION

16.1 The Contractor shall carry out the various tests as enumerated in the technical specifications of this bidding document and the technical documents that will be furnished to him during the performance of the work.

16.2 All the tests either on the field or at outside laboratories concerning the execution of the work and supply of materials by the Contractor shall be carried out by Contractor at his own cost.

16.3 The work is subject to inspection at all times by the Engineer-in-Charge. The contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this bid document, the technical documents and the relevant codes of practice will be furnished to him during the performance of the work.

16.4 The Contractor shall provide for purposes of inspection access ladders, lighting and necessary instruments at his own cost.

16.5 Any work not conforming to execution drawings, specifications or codes shall be rejected forthwith and the Contractor shall carryout the rectifications at his own cost.

16.6 All results of inspection and tests will be recorded in the inspection reports, proforma of which will be approved by the Engineer-in-Charge. These reports shall form part of the completion documents.

16.7 For materials supplied by Owner, Contractor shall carryout the tests, if required by the Engineer-in- Charge, and the Owner shall reimburse the cost of such tests at actual to the Contractor on production of documentary evidence.

16.8 Statutory fees paid to IBR authorities and for repeat tests and inspection due to failures, repairs etc. such reasons attributable to the Contractor shall be borne by the Contractor.

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 14 of 24 (6675T01_SCC)

16.9 Inspection and acceptance of work shall not relieve the Contractor from any of his responsibilities under this Contract.

17.0 INSPECTION OF SUPPLY ITEMS/ MATERIALS

17.1 All inspection and tests on bought out items/ materials shall be made as per the specifications forming part of this contract. Various stages of inspection and testing shall be identified after receipt of Quality Assurance Programme from the Manufacturer duly vetted by Contractor.

17.2 Inspection calls shall be given for associations of Owner /Third Party Inspection Agency (TPIA) representative as per mutually agreed programme in prescribed proforma with 15 days margin, giving details of equipment and attaching relevant test certificates and internal inspection report of the manufacturer. All drawings, General Arrangement and other contract drawings, specifications, catalogues etc. pertaining to equipment offered for inspection shall be got approved from Owner/EIL and copies shall be made available to Owner/TPIA before hand for undertaking inspection.

17.3 The Contractor/Manufacturer shall ensure full and free access to the Inspection Engineer of Owner/TPIA at their premises at any time during contract period to facilitate him to carry out inspection and testing assignments.

17.4 The Contractor/Manufacturer shall provide all instruments, tools, necessary testing and other inspection facilities to Inspection Engineer of Owner/TPIA free of cost for carrying out inspection.

17.5 Where facilities for testing do not exist in the Contractor/Manufacturer’s laboratories, samples and test pieces shall be drawn by the Contractor/Manufacturer in presence of Inspection Engineer of Owner /TPIA and duly sealed by the later and sent for testing in Government approved Test House or any other testing laboratories approved by the Inspection Engineer at the Contractor’s cost.

17.6 All bought out items/materials supplied by the Contractor shall be inspected by Third Party Inspection Agency to be engaged by the Contractor. The Contractor may engage any of the following agencies for Third Party Inspection Services :

a) Lloyds Register Asia,

b) Det Norske Veritas (DNV),

c) Certification Engineers International Limited (CEIL).

d) Bureau Veritas (BV)

18.0 FINAL INSPECTION

18.1 After completion of all tests as per specification the whole work will be subject to a final inspection to ensure that job has been completed as per requirement. If any defects noticed in the work attributable to Contractor, the Contractor at his own cost shall attend these, as and when the owner brings them to his notice. The Owner shall have the right to have these defects rectified at the risk and cost

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 15 of 24 (6675T01_SCC)

of the contractor if he fails to attend to these defects immediately

19.0 SITE CLEANING

19.1 The Contractor shall clean and keep clean the work site from time to time to the satisfaction of the Engineer- in-Charge for easy access to work site and to ensure safe passage, movement and working.

19.2 If the work involves dismantling of any existing structure in whole or part, care shall be taken to limit the dismantling up to the exact point and/or lines as di-rected by the Engineer-in-Charge and any damage caused to the existing structure beyond the said line or point shall be repaired and restored to the original condition at the Contractor's cost and risks to the satisfaction of the Engineer-in-Charge, whose decision shall be final and binding upon the Contractor.

19.3 The Contractor shall be the custodian of the dismantled materials till the Engineer-in-Charge takes charge thereof.

19.4 The Contractor shall dispose off the unserviceable materials, debris etc. to any area as decided by the Engineer-in-Charge.

19.5 The Contractor shall sort out, clear and stack the serviceable materials obtained from the dismantling/renewal at places as directed by the Engineer-in-Charge.

19.6 No extra payment shall be paid on this account.

20.0 CONSTRUCTION EQUIPMENT AND ORGANIZATION

20.1 CONSTRUCTION EQUIPMENT

20.1.1 The Contractor shall without prejudice to his overall responsibility to execute and complete the work as per specifications and time schedule, progressively deploy equipments and tools & tackles as and augment the same as decided by the Engineer-in-Charge depending on the exigencies of the work so as to complete all works within the contracted time schedule and without any additional cost to Owner. No construction equipment shall be supplied by the Owner.

20.2 SITE ORGANISATION

20.2.1 Subject to the provisions in the contract document and without prejudice to Contractor’s liabilities and responsibilities to provide adequate qualified skilled, semi skilled and unskilled personnel on the work and augment the same as decided by the Engineer-in-Charge depending upon the site requirement & the exigencies of work so as to complete all works within the contracted time schedule and without any additional cost to OWNER.

20.2.2 Qualification and experience of Key Supervisory Personnel to be deployed for this work shall be as per Appendix-VI to this SCC. Contractor shall submit bio-data of Key Supervisory Personnel meeting the requirement of this Annexure will be reviewed and approved by Engineer-in charge.

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 16 of 24 (6675T01_SCC)

21.0 MEASUREMENT OF WORKS

21.1 In addition to the provisions of relevant clause of General Conditions of Contract (GCC) and associated provisions thereof, the provisions of Appendix-I to SCC shall also apply.

22.0 TERMS OF PAYMENT

22.1 Basis and terms of payment for making “On Account Payment” shall be as set out in Appendix-II to SCC.

23.0 ISSUE OF OWNER SUPPLIED MATERIAL

23.1 The conditions for issue of material and reconciliation shall be as per provisions of Document No.6-10-0001 Rev.0 enclosed as Appendix-III to Special Conditions of Contract.

23.2 The reconciliation of material shall be applicable only for the material issued by Owner as free issue to Contractor.

24.0 QUALITY ASSURANCE/ QUALITY CONTROL

24.1 Bidder shall include in his offer the Quality Assurance Programme containing the overall quality management and procedures, which is required to be adhered to during the execution of contract. After the award of the contract detailed quality assurance programme shall be prepared by the contractor for the execution of contract for various works, which will be mutually discussed and agreed to.

24.2 The Contractor shall establish document and maintain an effective quality assurance system outlined in recognised codes.

24.3 Quality Assurance System plans/procedures of the Contractor shall be furnished in the form of a QA manual. This document should cover details of the personnel responsible for the Quality Assurance, plans or procedures to be followed for quality control in respect of Design, Engineering, Procurement, Supply, Installation, Testing and Commissioning. The quality assurance system should indicate organizational approach for quality control and quality assurance of the construction activities, at all stages of work at site as well as at manufacture's works and dispatch of materials.

24.4 The Owner/Consultant or their representative shall reserve the right to inspect/witness, review any or all stages of work at shop/site as deemed necessary for quality assurance.

24.5 The contractor has to ensure the deployment of quality Assurance and Quality Control Engineer(s) depending upon the quantum of work. This QA/QC group shall be fully responsible to carryout the work as per standards and all code requirements. In case Engineer-in-charge feels that contractor's QA/QC Engineer(s) are incompetent or insufficient, contractor has to deploy other experienced Engineer(s) as per site requirement and to the full satisfaction of Engineer-In-Charge.

24.6 In case contractor fails to follow the instructions of Engineer-in-charge with

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 17 of 24 (6675T01_SCC)

respect to above clauses, next payment due to him shall not be released unless until he complies with the instructions to the full satisfaction of Engineer-in-charge.

24.7 The Contractor shall adhere to the quality assurance system as per EIL Specification No. 6-0000-0001 (Rev.0) for item rate Bidding Document enclosed in the Bidding Document as Appendix-IV.

25.0 HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT

25.1 The Contractor, during entire duration of the Contract, shall adhere to HSE requirement as per spec. no. 6-82-0001 Rev.1, Safety measures for Electrical Installation during Construction, OISD-192 enclosed in the Bidding Document as Appendix-V.

26.0 SUB-CONTRACTORS

26.1 A minimum of the following activities shall be performed by the Contractor directly and shall not be sub-contracted:

a) Project Management

b) Planning

c) Procurement

d) Construction Management

e) Pre-commissioning/Commissioning

26.2 Contractor may sub-contract construction work, to the sub-Contractor's having prior proven experience of similar work and on specific approval by EIL/Owner after award of work.

a) Following the notification of Acceptance of Bid the Contractor will submit to the Owner for approval the details of sub-Contractors for construction. Contractor shall ensure that very competent and resourceful agencies with proven track record and performance should be proposed for the work to be sub-contracted.

b) The list of construction sub-contractors proposed in the Bids by the Bidders shall be considered as indicative only.

27.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM

27.1 Without prejudice to stipulation in Terms and Conditions of Works Contract, Contractor should follow following billing system.

27.2 The bills will be prepared by the Contractor on their own PCs as per the standard formats and codification scheme proposed by Owner/EIL. The Contractor will be provided with data entry software to capture the relevant billing data for subsequent processing. Contractor will submit these data to Owner/EIL in an electronic media along with the hard copy of the bill, necessary enclosures and documents. The Contractor will also ensure the correctness and consistency of data so entered with the hard copy of the bill submitted for

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 18 of 24 (6675T01_SCC)

payment.

27.3 Owner/EIL will utilize these data for processing and verification of the contractor's bill and payment."

28.0 COMPLETION DOCUMENTS

28.1 a) The following documents shall be submitted in soft copy and hard binder by the Contractor in 6 (Six) sets, as a part of completion documents:

i) Test Certificate, Warrantee/Guarantee certificates and copies of Purchase Order with Prices blank from manufacturers for all supply material.

ii) All other requirements as specified in the respective specifications. iii) As built drawings. iv) Any other drawing/document/report specified elsewhere in the

bidding document b) One set of reproducible on polyester film of construction drawings showing

therein the execution of the work duly approved by the Engineer-in-Charge.

29.0 COORDINATION WITH OTHER AGENCIES

29.1 Work shall be carried out in such a manner that the work of other agencies operating at the site is not hampered due to any action of the Contractor. Proper coordination with other agencies will be Contractor's responsibility. In case of any dispute, the decision of Engineer-in-Charge shall be final and binding on the Contractor.

30.0 UNDERGROUND AND OVERHEAD STRUCTURES

30.1 The information to possible extent regarding existing structures/ overhead lines, existing pipelines and utilities are already indicated on alignment sheets. Over and above Contractor may encounter other structures/ pipelines/ OFC etc. that may not be appearing on alignment sheet, the Contractor is required to collect such informations on his own before commencing the work. The Contractor shall execute the work in such a manner that the said structures, utilities, pipelines etc. are not disturbed or damaged, and shall indemnify and keep indemnified the Owner from and against any destruction thereof or damages thereto.

31.0 ROYALTY

31.1 Contractor's quoted rate should include the royalty on different applicable items as per the prevailing Government rates. In case, owner is able to obtain the exemption of Royalty from the State Government, the Contractor shall pass on the same to owner for all the items involving Royalty. Any increase in prevailing rate of Royalty shall be borne by the Contractor at no extra cost to the owner.

32.0 EXCAVATION BY BLASTING

32.1 The Contractor shall obtain licence from the District authorities for undertaking blasting work as well as for obtaining and storing the explosive as per Explosive Rules 1940, corrected up to date. He shall purchase the Explosives, fuses, detonators etc. Only from a licensed dealer. He shall be responsible for the safe custody and proper accounting of the explosive materials. The Engineer-

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 19 of 24 (6675T01_SCC)

in-Charge and his authorised representative shall have the access to check the Contractor's store of explosives and his accounts. In case where the explosive are required to be transported and stored at site, relevant clauses of the Explosive rules 1940 as amended subsequently shall apply. The Contractor shall be responsible for any accident to workman, public or property, due to blasting operations.

33.0 EXECUTION OF ELECTRICAL WORKS

33.1 The Contractor shall engage an approved electrical agency for execution of electrical works, holding valid electrical Contractor licence. In case Contractor himself executes electrical works then he shall arrange valid electrical Contractor licence before start of electrical works at site.

34.0 MAKE OF MATERIALS

34.1 The materials required to be supplied by the Contractor under this contract shall be procured only from Owner/ EIL approved vendors. Where the makes of materials are not indicated in the Bidding document Contractor shall furnish the details of makes and shall obtain prior approval of Engineer-in-Charge of vendors/sub-vendors before placing order.

35.0 SURPLUS MATERIAL

35.1 All indigenously procured surplus civil construction materials comprising of sand, bricks, cement, stones and aggregate, paints and other finishing materials, steel rods and tor steel, structural steel and steel plates and for which Owner has not reimbursed any duties or taxes and the products of dismantling temporary works including barricading erected by the Contractor shall vest in and belong to the Contractor upon completion of the works and/or earlier termination of the Contract for any cause, but subject to the other terms and conditions of the contract, to remove the same from the job-site subject to satisfactory proof of supply.

35.2 For taking out surplus materials as enumerated hereinabove after the completion of the project, the Contractor shall have to furnish proof of entry of such materials inside the Refinery/ Job site and certification of Engineer-in-Charge and NRL in this regard.

36.0 PACKING, FORWARDING AND SHIPMENT

36.1 Indigenous Supplies

36.1.1 Contractor shall, wherever applicable, after proper painting, pack and crate all items in such a manner as to protect them from deterioration and damage during rail and road transportation to the site and during storage at the site till the time of erection. The Contractor shall be responsible for all damage(s) due to improper packing.

36.1.2 The Contractor shall notify Owner of the date of dispatch from his works and expected date of arrival at the site for the information of Owner.

36.1.3 The Contractor’s notification shall also give all information concerning the

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 20 of 24 (6675T01_SCC)

weight, size and content of each packing and such other information as the Owner may require.

36.2 Domestic Invoices

36.2.1 The following documents shall be sent to the Owner within 3 (three) days from the date of dispatch:

a) Invoice (2 copies)

b) Packing List (2 copies)

c) Test Certificate (4 copies)

d) Railway receipt/Lorry receipt (2 copies)

36.2.2 The Contractor shall be responsible for loading, unloading and other handling of all materials commencing from manufacturers/suppliers’ work till the material is erected, tested and commissioned. He shall be solely responsible for transportation, proper storage and safe custody of all equipment and materials.

36.2.3 For imported as well as indigenous supplies, Lorry Receipt(LR) and Railway Receipt (RR) for inland transportation shall be made in the name of the Owner as the consignee.

37.0 RESPONSIBILITY OF CONTRACTOR

37.1 It shall be the responsibility of the Contractor to obtain the approval for any revision and/or modifications decided by the Contractor from the Owner/ Engineer-in-charge before implementation. Also such revisions and/or modifications if accepted/approved by the Owner/Engineer-in-charge shall be carried out at no extra cost to the Owner. Any changes required during and/or after approval for detailed construction drawings due to functional requirements or for efficient running of system keeping the basic parameters unchanged and which has not been indicated by the Contractor in the data/drawings furnished along with the offer will be carried out by the Contractor at no extra cost to the Owner.

37.2 All expenses towards mobilisation at site and demobilisation including bringing in equipment, clearing the site etc. shall be deemed to be included in the prices quoted and no separate payments on account of such expenses shall be entertained.

37.3 It shall be entirely the Contractor's responsibility to provide, operate and maintain all necessary construction equipments, scaffoldings and safety gadgets, cranes and other lifting tackles, tools and appliances to perform the work in a workman like and efficient manner and complete all the jobs as per time schedules.

37.4 Preparing approaches and working areas for the movement and operation of the cranes, levelling the areas for assembly and erection shall also be the responsibility of the Contractor. The Contractor shall acquaint himself with access availability, facilities such as railway siding, local labour etc. to provide suitable allowances in his quotation. The Contractor may have to build temporary access roads to aid his own work, which shall also be taken care

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 21 of 24 (6675T01_SCC)

while quoting for the work.

37.5 The procurement and supply in sequence and at the appropriate time of all materials and consumables shall be entirely the Contractor's responsibility and his rates for execution of work will be inclusive of supply of all these items.

38.0 MECHANISED CONSTRUCTION

38.1 Contractor shall without prejudice to his overall responsibility to execute and complete the work as per specifications and time schedule adopt as far as practicable, mechanized construction techniques for major site activities. Contractor agrees that he will deploy the required numbers and types of the plant & machinery applicable for different activities in consultation with the Engineer-in-charge during execution of works.

38.2 Contractor further agrees that Contract price is inclusive of all the associated costs, which he may incur for actual mobilization, required in respect of use of mechanised construction techniques and that the Owner/Consultant in this regard shall entertain no claim whatsoever.

39.0 CHECKING OF LEVELS

39.1 The Contractor shall be responsible for checking levels, orientation plan of all foundations, foundation bolts, etc., well in advance of taking up the actual erection work and bring to the notice of Engineer-in-Charge discrepancies, if any. In case of minor variations in levels etc. the Contractor shall carry out the necessary rectifications to the foundations within his quoted price.

39.2 The Contractor shall also be responsible for checking with templates, wherever necessary, the disposition of foundation bolts with the corresponding bases of structure and shall effect rectifications, as directed, within his quoted rate.

40.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES

Before submission their first invoice for Running payment, the Contractor shall register themselves and the contract at their own cost with the Reserve Bank of India, Income Tax, Sales Tax and such other statutory authorities, as may be required under the rules and regulations governing in India. The Contract Price shall be deemed to include all costs towards the same. A copy of all documents related to all such registration shall be submitted to Owner for record.

41.0 TEST CERTIFICATES

41.1 Bidder shall be required to submit recent test certificates for the material being used in works from the recognised laboratories. These certificates should indicate all properties of the materials as required in relevant IS Standards or International Standards.

41.2 Contractor shall also submit the test certificate with every batch of material supplied which will be approved by Engineer-in-Charge. No secured advance will be given for the materials not having test certificate. In case any test is to be

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 22 of 24 (6675T01_SCC)

carried out, the same shall be got done in the approved laboratory at the cost of contractor.

42.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSUS

42.1 In the event of any disputes or difference relating to the interpretation and application of the provisions of the contracts, such disputes or differences shall be referred by either party to the Arbitration in the Department of Public Enterprises nominated by the Secretary to the Govt. of India in charge of the Board of Public Enterprises, Govt. of India. The Arbitration and Conciliation of shall not be applicable to such arbitration. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Ministry of Law and Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special/ Additional Secretary when so authorized by the Law Secretary whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.

43.0 CENVAT BENEFITS

43.1 Cenvat Benefit is being availed by Oil India Ltd. (OIL). All documents of materials brought to the site of work by Contractor shall be prepared with the notation “Consignee – Contractor, A/c OIL” to enable OIL to claim Cenvat. Benefit.

43.2 Contractor shall confirm that Cenvat benefit for supply of the specified goods can be passed on to OIL and shall provide transporters copy of invoice etc. under excise rules in force, to enable OIL to claim Cenvat Benefit.

43.3 OWNER shall avail benefit of Cenvat Credit for the amount of service tax paid for various input services provided by the contractor (Service Provider).

The contractor (Service provider) shall issue serially numbered Invoices/Bills (in duplicate) for taxable services provided by him. Invoices/bills issued by the contractor (Service provider) should specify the following:

a) The name, address and Service Tax Registration Numbers of the Contractor (Service Provider);

b) The name and address of OWNER as recipient of taxable service:

c) Description, classification and value of taxable service provided, as per the provisions of Service Tax Law; and

d) The amount of Service Tax and Education Cess on Service Tax payable on such service/s (Both in figure and in words, separately).

The Contractor (Service Provider) shall provide OWNER with all Invoices and/or Bills issued by him so as to enable OWNER to claim Cenvat credit of the service tax paid.

43.4 Cenvatable documents submitted by the Contractor should be acceptable by the local Central Excise Department/Tax Authorities. In case the Cenvatable documents submitted by Contractor are for a value less than the indicated

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 23 of 24 (6675T01_SCC)

amount of Cenvatable Duties, the difference shall be deducted from the payments due to the Contractor.

44.0 VALUE ADDED TAX (VAT)

OWNER shall avail the benefit of Input Credit for amount of Value Added Tax (VAT) for the purchases made by the Contractor for the subject work within the State of Assam. Sub-contractor shall be responsible to ensure submission of all required documents for the same and indicate the details in all running account bills including the final bill along with all details/documents necessary for taking input credit. In case the input credit availed by OWNER is less than the guaranteed amount due to deficiency in the document or due to non submission of documents or due to any other reason, the amount so availed less shall be deducted from the payments due to the sub-contractor. In case of any quantity variation during the execution of the contract, the above amount shall be adjusted accordingly.

45.0 ADDITIONAL WORKS/ EXTRA WORKS

45.1 Owner reserves their right to execute any additional works/ extra works, during the execution of work, either by themselves or by appointing any other agency, even though such works are incidental to and necessary for the completion of works awarded to the Contractor. In the event of such decisions taken by Owner Contractor is required to extend necessary cooperation, and act as per the instructions of Engineer-in-Charge. No extra time/cost compensation will be made by Owner/EIL.

46.0 GUARANTEE

46.1 Contractor needs to replace/repair or reinstall free of cost any material/equipment supplied by him in case it fails to operate due to defective materials or workmanship as per requirements of this specification upto twelve (12) months from the date of issue of completion certificate and acceptance of the entire system by Owner

46.2 Contractor shall replace at his own cost if any item found defective or missed before handing over the system to Owner. The decision of Engineer-in-Charge shall be final and binding in this regard. The guarantee for such rectified/replaced item shall be for a period of 12 months from completion of such rectification/replacement.

47.0 LIMITATION OF LIABILITIES

47.1 The final payment by the Owner in pursuance of the contract terms shall not mean release of the Contractor from all his liabilities under the contract. The Contractor will be liable and committed under this contract to fulfil all his liabilities and responsibilities, till such time the Owner releases Contract Performance Guarantee.

48.0 FABRICATION SHED AND WAREHOUSING

48.1 Contractor shall provide all weather fabrication sheds at site for all pre-

Engineers India Limited New Delhi

Mounded LPG Storage Bullets Project Special Conditions of Contract Job Number : 6675 Sheet 24 of 24 (6675T01_SCC)

fabrication of piping works and fabrication of structural steel work to the satisfaction of Engineer-in-Charge. The requirement of fabrication sheds shall be firmed up in consultation with Engineer-in-Charge for numbers / size of fabrication shed.

In case Contractor fails to establish the fabrication sheds to the satisfaction of Engineer-in-Charge, 10% payment towards pre-fabrication of piping works and fabrication of structural steel works shall be deducted from RA Bills.

48.2 In line with requirements specified in GCC and specifications, material shall be properly stored by Contractor in his warehouse to enable easy traceability, handling and preservation with all material having proper identification marks, colour coding etc. In case Contractor fails to follow the specified requirements, next payment due to him shall not be released till he complies with all the requirements.

APPENDIX – I TO SCC

MEASUREMENT OF WORKS

1.0 GENERAL

1.1 This being a lumpsum contract, Mode of Measurement of Work, appearing anywhere in the GCC, Standards, Specifications or elsewhere in the Bidding Document shall not be applicable. Progress Payment will be governed by approved Bill of Material (BOM) and/or Billing Schedule for Design, Procurement/ Supply and Construction/ Installation of Works.

(STAMP & SIGNATURE OF BIDDER)

APPENDIX- II TO SCC

TERMS OF PAYMENT 1. The basis and terms of payment without prejudice to any other mode of recovery available to

OIL, shall be as given below: - 2. Payment will be made monthly against running account bills for the milestone achieved during

the preceding month on the basis of accepted break of lump sum price as per contract. The progressive payments are subject to deductions towards materials issued on chargeable basis, if any, Retention Money, Security Deposit, rent charges, income tax and other deductions as applicable as per terms of contract.

3. For invoicing, Contractor shall prepare and submit within one month from award of work, a

Detailed Billing Schedule/ Bill of Material, for approval of EIL. The Billing Schedule shall be worked out based on the guidelines indicated herein and identify specific milestones and related milestone payments. Any payments to Contractor against Lumpsum contract value shall be released only after approval of the Detailed Billing Schedule. The approved Billing Schedule shall not be amended in any way during performance of the contract.

4. DESIGN & ENGINEERING

- 50% on submission of drawings and engineering details.

- 30% on approval under Code 2.

- 10% on approval under Code 1.

- 10% on submission of “as built” final drawings.

5. SUPPLY OF ITEMS/ MATERIALS (MECHANICAL, PIPING, ELECTRICAL, INSTRUMENTATION)

- 5% on placement of order on sub vendor.

- 65% against despatch documents / proof of dispatch of items/materials after inspection of material by EIL/ Third party.

- 10% on receipt of material at site and acceptance thereof.

- 15% on fabrication & erection/ installation, alignment and grouting as required including testing where involved and required.

- 5% on mechanical completion

6. CIVIL & STRUCTURAL WORKS

- 95% progressively on pro-rata basis.

- 5% on mechanical completion.

7. STRUCTURAL WORKS

- 5% on finalization of quantity, plan and submission of fabrication drawings.

- 55% on supply of materials to site and acceptance thereof.

- 15% on fabrication.

- 20 % on erection, alignment & welding.

- 5% on mechanical completion.

8. EQUIPMENTS ERECTION / INSTALLATION

- 45% after transportation and completion of erection in position/ foundation.

- 30% on completion of alignment, leveling & grouting.

- 20% on completion of final alignment after pipe hookup, initial fill of lubricants, providing all instruments/ auxiliaries.

- 5% on mechanical completion.

9. PIPING WORK

- 45% on completion of fabrication of piping.

- 30% on completion of erection, supporting, vent, drains alignment, welding, radiography etc.

- 20% of completion of hydro testing, flushing, draining, drying etc.

- 5% on mechanical completion.

10. ELECTRICAL./ INSTRUMENTATION WORK

- 60% on completion of erection/ installation etc.

- 35% on testing/ loop checking/ integration with system.

- 5% on mechanical completion.

11. PAINTING WORKS

- 30% on surface preparation and primer application

- 65% on final painting.

- 5% on mechanical completion.

12. INSULATION

- 95% on progress payment installation at site.

- 5% on mechanical completion.

13. PRE-COMMISSIONING & COMMISSIONING

- 100% on Pre-Commissioning & commissioning & completion of all works in all respects and acceptance of plant including submission of all documents.

14. SPARES FOR 2 YRS. NORMAL OPERATION & MAINTENANCE

- 100% on receipt at site and acceptance.

15. OTHER WORKS

- 95% on completion of work.

- 5% on mechanical completion.

(STAMP & SIGNATURE OF BIDDER)

APPENDIX-III TO SCC

CONDITIONS FOR ISSUE & RECONCILIATION OF FREE ISSUE MATERIAL

MIT

ED. T

hey

are

mer

ely

loan

ed, a

nd o

n th

e bo

rrow

er’s

by

any

0 27.03.2001 Issued for Implementation DTD RC NO. DATE REVISION Prep Rev. Appd.

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LI

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borro

wer

for t

he in

tend

ed u

se. E

IL-1

641-

509

Rev

. 1 A

4-21

0 x

297.

CONDITIONS FOR

ISSUE AND RECONCILLATION OF MATERIALS

622708RECONCILATION OF MATERIALS Page 1 of 10

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LIM

ITED

. The

y ar

e m

erel

y lo

aned

, and

on

the

borro

wer

’s b

y an

yw

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

. EIL

-164

1-50

9 R

ev. 1

A4-

210

x 29

7.

INDEX

1. CONDITIONS FOR ISSUE OF MATERIALS ......................................3

2. CEMENT .............................................................................................4

3. REINFORCEMENT BARS/STRUCTURAL STEEL/PLATES .............5

4. PIPING MATERIAL .............................................................................6

5. EQUIPMENTS.....................................................................................7

6. CABLES..............................................................................................7

7. LINE PIPES.........................................................................................8

8. OPTICAL FIBRE CABLE....................................................................9

9. OFC JOINTING KITS ………………………………………10

OF MATERIALS Page 2 of 10

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LIM

ITED

. The

y ar

e m

erel

y lo

aned

, and

on

the

borro

wer

’s b

y an

yw

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

. EIL

-164

1-50

9 R

ev. 1

A4-

210

x 29

7.

1.0 CONDITIONS FOR ISSUE OF MATERIALS

Whenever any material is issued by Owner, following conditions for issue of material in addition to other conditions specified in the contract shall be applicable: 1.1 Necessary indents will have to be raised by the Contractor as per

procedure laid down by the Engineer-in-Charge from time to time, when he requires the above material for incorporation in permanent works.

1.2 Materials will be issued only for permanent works and not for

temporary works, enabling works etc. unless specifically approved by the Engineer-in-Charge and the same shall not be taken into account for the purpose of materials reconciliation.

1.3 The Contractor shall bear all other cost including lifting, carting from

issue points to work site/Contractor's store, custody and handling etc. and return of surplus/serviceable scrap materials to Owner's storage points to be designated by the Engineer-in-Charge etc. No separate payment for such expenditure will be made.

1.4 No material shall be allowed to be taken outside the plant without a

gate pass.

1.5 The Contractor shall be responsible for proper storage, preservation and watch & ward of the materials.

1.6 RETURN OF UNUSED MATERIAL

1.6.1 All unused/scrap materials shall be the property of the Owner

and shall be returned in good and acceptable condition size wise, category wise by the Contractor at his own cost to Owner's Store(s).

1.6.2 No credit will be given to the Contractor for return of scrap.

The Contractor should quote the rates accordingly.

1.6.3 In case the Contractor fails to return unused/scrap materials, then recovery for such quantity of materials, not returned by the Contractor shall be affected at following penal rates from the Contractor's bills or from any other dues of the Contractor to the Owner. Contractor shall make his own arrangements for weighing the off cuts to be returned to Owner's stores.

OF MATERIALS Page 3 of 10

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LIM

ITED

. The

y ar

e m

erel

y lo

aned

, and

on

the

borro

wer

’s b

y an

yw

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

. EIL

-164

1-50

9 R

ev. 1

A4-

210

x 29

7.

1.6.4 Penal Rates for non return of materials :

Sl.No. Material Penal Rates (a) Penal rate for non return of Issue Rate + 25%

accountable scrap or Landed Rate + 25% (in

case issue rate are not indicated in the contract) (b) Penal rates for non return of Twice the Issue Rates

Unused material/excess scrap or Twice the Landed Rates (in case Issue Rates are not indicated in the Contract)

NOTE : 1) Landed Rate shall be arrived from the latest Purchase Order

of respective material received at site by Owner/EIL. 2) In case different penal rates have been indicated in the

Contract (based on Project requirement), the same will supersede the above rates.

2.0 CEMENT

2.1 Cement as received from cement Manufacturer/Stockists will be issued to the Contractor. The theoretical weight of cement in each bag for issue purpose will be considered as 50 Kgs. or 20 bags per MT. However, cement bags weighing upto 4% less shall be accepted by the Contractors and charged for as full bag. Any type of cement and in any package as received from Manufacturer/Stockists shall be issued to the Contractor. No claim whatsoever shall be entertained on this account.

2.2 The Contractor will have to submit their design mix for different grades of concrete, keeping in view the requirements stipulated in IS:456 and IS 10262, specifically regarding durability, slump and water cement ratio, and specific gravity of materials brought to site as analysed in the laboratories. The design shall be based upon absolute volume method and theoretical consumption of cement shall be worked out on this basis. For other than concrete items, the co-efficients for consumption of cement shall be adopted as per CPWD practice.

2.3 The permissible variation between Cement actually used on the job and theoretical consumption worked out on the basis stipulated in above para 2.2 and as determined by Engineer-in-Charge shall be 3% (Three percent only).

OF MATERIALS Page 4 of 10

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LIM

ITED

. The

y ar

e m

erel

y lo

aned

, and

on

the

borro

wer

’s b

y an

yw

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

. EIL

-164

1-50

9 R

ev. 1

A4-

210

x 29

7.

2.3.1 If the actual consumption is more than 103% of the theoretical consumption, then recovery at the penal rates for the quantity of cement beyond the limit of 103% of theoretical consumption shall be affected from the Contractor's bill(s) or any other dues of the Contractor to the Owner.

2.3.2 If the actual consumption is less than 97% of the theoretical consumption then recovery at the penal rates for the quantity of cement used less than the limit of 97% of the theoretical consumption shall be affected from the Contractor's bill(s) or any other dues of the Contractor to the Owner, provided that the quality of the work has been found acceptable by the Owner.

2.4 Unused quantity of cement shall be returned by the Contractor to the Owner's stores in good condition. In case the Contractor fails to do so, then recovery at penal rates shall be affected from the Contractor's bill(s) or any other dues of the Contractor to the Owner.

2.5 The Contractor shall maintain a good store for storing cement issued to him. The flooring of the storage house, the clearances of cement bags from the side walls/ floor & stack height etc. shall be as instructed by the Engineer-in-Charge.

2.6 The cement store shall be open for inspection and verification by the Engineer-in-Charge or his authorised representative at any time when the Engineer-in-Charge feels the need to do so.

2.7 Periodical stock taking as decided by the Engineer-in-Charge shall be done by the Contractor in the presence of Engineer-in-Charge or his authorised representative and a statement of stocks duly verified shall be submitted to Engineer-in-Charge.

2.8 Empty cement bags shall be the property of the Contractor and shall have to be disposed off by him.

2.9 Penal rates for excess/less consumption and/or non return of unused quantity w.r.t. theoretical consumption " allowance as explained in each type of material shall be charged as given in the Contract.

3.0 REINFORCEMENT BARS /STRUCTRUL STEEL/PLATES

3.1 The scrap allowance for the reinforcement bars/structural steel including steel plate issued by the Owner, shall be total 3% (2.5% accountable and 0.5% non-accountable) of the actual consumption as incorporated in the works.

OF MATERIALS Page 5 of 10

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LIM

ITED

. The

y ar

e m

erel

y lo

aned

, and

on

the

borro

wer

’s b

y an

yw

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

. EIL

-164

1-50

9 R

ev. 1

A4-

210

x 29

7.

3.2 All reinforcement bars/structural steel/steel plates shall be issued in available length/shapes/sizes and no claims for extra payment on account of issue of non-standard lengths/shapes/sizes bending etc. shall be entertained. Reinforcement bars and structural steel shall be issued on weighment basis as per normal warehousing practice. In exceptional circumstances, the reinforcement bars/structural steel, if issued on linear measurement, the IS coefficients for unit weight shall be considered. For the purpose of billing and accounting, only linear measurements will be taken and weight will be calculated as per IS co-efficients in three decimals. The difference in unit weight as per IS and actual as issued, if any, shall be to Contractor's account and Contractor is deemed to have considered the same at the time of bidding.

3.3 Reinforcement bars/structural steel/steel plates shall be issued only

for those items where Owner's supply has been specifically mentioned in Schedule of Rates/ Scope of Supply.

3.4 All reinforcement bars/structural steel except M.S. Plates in length of

2 meters and above shall be considered as serviceable materials provided the material is in good and acceptable condition. Reinforcement bars/structural steel section except M.S. Plates in lengths less than 2M shall be treated as scrap.

3.5 For the purpose of accounting of the plates, all plates measuring not

less than 1 Sq.m in area and having any dimensions not less than 200mm when returned to Owner's store, will be considered as serviceable material. All other pieces will be treated as wastage/scrap. The Contractor will prepare a plate cutting diagram in such a way that the minimum scrap is generated. Also the cut plates should be used at a proper place to reduce scrap.

3.6 Above serviceable cut pieces as mentioned in 3.4 & 3.5 above shall

be considered as unused material.

3.7 For non return of unused quantity of material shall be charged at penal rates.

3.8 The wastage generated by the Contractor in excess of the allowable

percentage shall also be charged at the penal rates.

4.0 PIPING MATERIALS

4.1 All pipes shall be issued in available lengths/shapes and no claims for extra payments on account of issue of non-standard length & shape will be entertained. Pipes shall be issued on linear measurement basis. All valves, flanges, fittings etc. shall be issued on number(s) basis. Contractor shall store the materials in such a way so as to

OF MATERIALS Page 6 of 10

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LIM

ITED

. The

y ar

e m

erel

y lo

aned

, and

on

the

borro

wer

’s b

y an

yw

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

. EIL

-164

1-50

9 R

ev. 1

A4-

210

x 29

7.

avoid mixing of different types of material and shall maintain complete identification and traceability at all times.

4.2 The scrap allowance for pipes issued by the Owner shall be 3% (2½% accountable + ½% non accountable) of the actual consumption as incorporated in the works.

4.3 All pipes in length of 2 meters and above shall be considered as serviceable material provided the material is in good and acceptable condition and has clear identification and traceability (Manufacturer’s name, heat number/batch number and test certificates). Pipes in lengths less than 2M shall be treated as scrap.

4.4 For the non account of pipes drawn by the Contractor over and above the actual consumption as determined by the Engineer-in-Charge, plus 3% (2½% accountable + ½% non accountable) thereof to cover the scrap allowance, recovery at penal rate shall be effected from the Contractor's bill(s) or from any other dues of the Contractor to the Owner.

4.5 All unused/scrap pipes, valves, flanges, forged fitting like elbows, reducers tees shall be returned by the Contractor category wise duly cleaned, greased and spec. marked at his own cost to Owner's stores. In case the Contractor fails to do so then recovery for such quantity of pipes not returned by the Contractor at the penal rates shall be effected from the Contractor's bill(s) or from any other dues of the Contractor to the Owner.

5.0 EQUIPMENTS

Various equipment/materials intended for the installation will be received by Owner in unpacked, skid mounted, crated, packed or loose condition and will be stored in the warehouses and open yards. In general, materials will be issued to the Contractor in ‘as received’ condition. It will be the Contractor’s responsibility to draw, load and transport all materials from Owner’s designated places of issue to the point of installation and return all packing materials like steel frames, wooden boxes/scrap etc. to Owner’s stores.

All materials supplied by the Owner shall be duly protected by the Contractor at his own cost with appropriate preservative like primer, lacquer coating, grease etc. as required.

6.0 CABLES

6.1 Appropriation of cables shall be done as follows:

6.1.1 All the surplus and serviceable cables out of the cables quantity(ies) issued by the Owner to the Contractor shall be

OF MATERIALS Page 7 of 10

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LIM

ITED

. The

y ar

e m

erel

y lo

aned

, and

on

the

borro

wer

’s b

y an

yw

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

. EIL

-164

1-50

9 R

ev. 1

A4-

210

x 29

7.

returned by the Contractor to the Owner's store in good condition and as directed by the Engineer-in-Charge.

6.1.2 The Contractor shall be allowed a cutting/wastage allowance of 1.5% for power cables and 3% for the control cables. This cutting/wastage allowance shall be computed on the length of cables actually laid, measured and accepted.

6.1.3 All cables being returned to store should carry Aluminium sheet tags indicating the size & type of cable. Cables of less than 15 meters length will be termed as scrap. Cables of lengths 15M and above shall be termed as serviceable material & shall be returned size wise and category wise to the Owner's store in wooden drums. Cables of serviceable length being returned to stores in drum(s) shall be accepted only after Megger value continuity test and physical measurement is carried out by the Contractor to the satisfaction of Engineer-in-Charge. Empty cable drums and major packing material (as decided by Engineer-in-charge) shall be Owner’s property and shall be returned to Owner’s Store/designated place without any additional cost.

6.1.4 While carrying out material appropriation with the Contractor, the above points will be taken into account. All serviceable materials returned by the Contractor (size wise & category wise) shall be deducted from the quantity(ies) issued to the Contractor for the respective sizes. Scrap generated for power cable and control cable shall also be returned to Owner’s store on Lot basis.

6.1.5 Material appropriation shall be done & allowable scrap quantity calculated. The wastage generated by the Contractor in excess of the allowable percentage shall be charged at the penal rates.

7.0 LINE PIPES

7.1 All coated line pipes as per Line Pipe specifications shall be issued on linear measurement basis. The line pipes shall be issued in available lengths and shapes and no claim for extra payment on account of issue of non-standard length and shape will be entertained. Contractor shall store and maintain the line pipes in proper manner to avoid mixing of different classes of pipes. Contractor shall maintain complete identification and traceability at all times. All cut pieces when returned to Owner's storage points after bevelling, shall be considered as serviceable material provided:

7.1.1 Corrosion Protection Coating is intact.

OF MATERIALS Page 8 of 10

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LIM

ITED

. The

y ar

e m

erel

y lo

aned

, and

on

the

borro

wer

’s b

y an

yw

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

. EIL

-164

1-50

9 R

ev. 1

A4-

210

x 29

7.

7.1.2 Pipe pieces have pipe specifications, manufacturer’s logo/name and heat number duly authenticated with hard stamp of the authorised inspector as per approved procedure.

All cut pieces of pipes measuring less than 2 M will be treated as wastage/scrap.

7.2 For the purpose of accounting of coated line pipes, following allowances shall be permitted:

a) Unaccountable wastage 0.1%

b) Scrap (All cut pieces of pipes measuring 0.25% less than 2 Meter)

c) Serviceable materials (All cut pieces of pipe 0.5% measuring 2 Meter and above)

Scrap shall be accounted at actuals as per site assessment subject to maximum limits as stated above.

The percentage allowance shall be accounted on the basis of pipe book chainage for main pipeline

7.2.1 Material appropriation shall be done & allowable scrap quantity calculated. The wastage generated by the Contractor in excess of the allowable percentage shall be charged at the penal rates as given in the contract.

8.0 OPTICAL FIBRE CABLE

For the purpose of accounting of optical fibre cable, all cut pieces measuring in length of 40 m and above when returned to Owner's storage points shall be treated as serviceable materials. All cut pieces of cable measuring less than 40 M will be treated as scrap.

For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be permitted:

(i) Unaccountable wastage 0.1%

(ii) Scrap (All cut pieces of cables measuring less than 40 M) 0.25%

(iii) Serviceable material (measuring 40M and above) 0.25%

OF MATERIALS Page 9 of 10

DOCUMENT NO. REV. 6-10-0001 0 ENGINEERS INDIA LIMITED

NEW DELHI STANDARD CONDITIONS FOR ISSUE AND RECONCILLATION

This

doc

umen

t, dr

awin

g, a

nd th

e de

sign

/ det

ails

it c

over

s, a

re th

e pr

oper

ty o

f EN

GIN

EER

S IN

DIA

LIM

ITED

. The

y ar

e m

erel

y lo

aned

, and

on

the

borro

wer

’s b

y an

yw

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

. EIL

-164

1-50

9 R

ev. 1

A4-

210

x 29

7.

Material appropriation shall be done & allowable scrap quantity calculated. The wastage generated by the Contractor in excess of the allowable percentage shall be charged at the penal rates as given the contract.

9.0 OFC JOINTING KITS

The Contractor shall make a schedule for use of Cable jointing kits and get the same approved from Engineer-in-charge. The quantity mentioned in this schedule will be termed as ‘planned’ usage quantity which shall be issued to the Contractor. However, any jointing based on site requirements as decided by Engineer-in-charge shall be included in planned quantity.

Any unplanned jointing required to be carried out by Contractor due to reasons not attributable to Owner/EIL shall be issued from spare quantity, if available with Owner. Such unplanned OFC Jointing Kits shall be charged from the Contract at penal rates.

OF MATERIALS Page 10 of 10

D:\B. BISWAS\6675\01\6675scc-ap-IIIA.doc

APPENDIX-IIIA TO SCC

SCOPE OF WORK AND SCOPE OF SUPPLY

OWNER’S SCOPE OF SUPPLY

Deludge Valve - 1 No. : To be reissued from the existing plant after dismantling of existing system. No reconciliation of other materials shall be required as all other materials are in Contractor’s scope of supply.

_____________________________ STAMP & SIGNATURE OF BIDDER

D:\B. BISWAS\6675\01\6675scc-ap-IIIA.doc

SCOPE OF WORK 1.0 INTRODUCTION

1.1 INTRODUCTION

M/s. Oil India Ltd. (OIL) Duliajan/Assam, a Government of India Enterprise, engaged in exploration and distribution of oil and gas, have proposed to replace the above ground existing LPG Storage Bullets with Mounded LPG Storage Bullets to mitigate safety hazard. The present storage facilities include three aboveground storage bullets, each of 360 M3 nominal capacity and two horton spheres, each of 2000 M3 nominal capacity. The plant is located near Duliajan town. Over a period of time, the local habitation around the plant has grown and is now considered as safety hazard. In addition, threat is also felt to LPG storage facility due to any possible sabotage. Under such situation, the mounded LPG storage bullet is considered as the appropriate storage facilities. In view of above OIL decided to replace the existing 3 nos. of LPG bullets by mounded LPG bullets of storage capacity of one-week production of LPG. The three Nos. of new mounded storage bullets with nominal capacity of 830 M3 (each) that will fulfill the requirement of storage of 7 days of production of LP

1.2 BACKGROUND

M/s. Oil India Ltd. Duliajan, Assam has set up a LPG recovery, storage and dispatch facilities plant at Duliajan (Assam) in 1982, with a plant capacity of 150-155 MT/ Day of LPG production. The present Storage facilities include three above ground storage bullets each of 360 M3 nominal capacity and two Horton spheres of each 2000 M3 nominal capacity. The dispatch facilities have LPG bottling plant and truck loading arms.

1.3 INSTRUCTION TO BIDDER i) Bidders are required to study the Bid Document in details and submit the

following prior to Pre-Bid.Clarifications on the Bid Document, if any.

All clarifications and deviations etc will be reviewed and discussed during the pre-bid conference.

D:\B. BISWAS\6675\01\6675scc-ap-IIIA.doc

In case any modifications to the bid document (including change in specifications) is required as a sequel to the pre-bid conference, same shall be issued to all the Bidder’s in the form of Addendum to the Tender Document, prior to the submission of bids with adequate notice to all the Bidders

ii) Once the bid is submitted no further correspondence shall be exchanged with the

bidders and the Bidder will be evaluated or disqualified strictly on the basis of the bid submitted.

iii) Bidders are required to fill the various TECHNICAL CHEK-

LISTS/QUESTIONNARIES attached in the various sections in order to enable EIL to get the full information required for evaluation of the bids.

iv) Bidders are required to submit statement of strict compliance to the Technical

Specifications without any deviations/clarifications along with the Technical Offer without which the offer is liable for rejection. Bidders are to fill and submit a no deviation statement along with the Bid as per attached format.

v) Bidders in their own interest are requested to ensure that their offers are complete

in all respects and devoid of any ambiguities or conditions. Incomplete bids/conditional bids shall be liable for rejection.

vi) In case of any conflicting requirement of various chapters, which are part of this document, following order of priority shall govern in general. However, in case of conflict, it shall be referred to Owner for clarifications and the decision of Owner shall be final and binding on the contractor without any cost and time implications.

• Process package • Job specifications, scope of work and engineering specifications/standards

and job specific drawings

• EIL standard specifications. Section 3.0 under volume IIIA, IIB Contractor has to work in operating plant and have to abide by the safety norms set by OIL. Contractor has to work as per schedule mutually agreed by OIL the schedule shall be prepared in such way the minimal shut down in required for hook-up. All the arrangement and plant will be ready before taking shut down.

vii) Contractor has to do the detail survey and arrange the equipment to detect

the underground facilities before starting of the work

D:\B. BISWAS\6675\01\6675scc-ap-IIIA.doc

viii) A brief scope of dismantling work and drawing of existing facilities is enclosed to access the dismantling quantity. However the Bidders are advised to visit and examine the site of works, familiarize on dismantling scope of work and its surroundings and obtain for themselves on their own responsibility all information that may be necessary for submitting the bid and entering into a CONTRACT. The site visit shall be at Bidders’ own expenses.

ix) The Bidder and any of his personnel or agents will be granted permission by OIL

to enter upon its premises and lands for the purpose of such inspection, but only upon the express conditions that the bidder, his personnel or agents, will release and indemnify Company and his personnel and agents from and against all liability in respect thereof and will be responsible for personal injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, costs and expenses howsoever caused which but for the exercise of such permission would not have arisen.

x) Failure to visit the site or failure to study the Bidding Documents will in no way

relieve the successful bidder from furnishing any equipment, material or other items; or performing and work in accordance with the Bidding Documents.

xi) Contractor to ensure that the cost of mandatory / recommended spares indicated

in the package has been taken care in the offer. Contractor to submit the price for 2-year mandatory spares also as optional items.

xii) At the Kick off meeting the Contractor shall furnish discipline-wise detailed index

of all drawings and documents, indicating schedule dates of submission, so that each individual discipline of OIL/ consultant representative will kept informed.

xiii) Vendor’s additional standards & standards specification over and above EIL

standards, if used during detail engineering, shall be required to be vetted by OIL before adopting.

xiv) Specialist engineer from vendor (if required) shall be made available at

Contractor’s cost during erection, commissioning and guarantee run for all major/critical equipments.

xv) Commissioning Spares including those required for two years of normal operation

(Contractor to recommend and submit the price as optional item.

2.0 SCOPE OF WORK

Residual design, detailed engineering, preparation of all fabrication drawings/schemes, review/approval of document from appropriate authorities, procurement, supply, receipt, storage, conservation, preservation and handling of material at site of all metallic and non-metallic materials and consumables required for work, transportation of materials, fabrication/construction/erection, &

D:\B. BISWAS\6675\01\6675scc-ap-IIIA.doc

dismantling work, assembly, PWHT, inspection, testing, coating/painting, cathodic protection, withdrawing of owner supplied materials as per scope of supplies mentioned elsewhere in bidding document from owners stores including handling and shifting to site etc. including necessary civil work such as sand bed, mound, hard stand, soil strengthening, tunnel/ trenches, foundation, construction of barricading etc., all piping, electrical and instrumentation works within battery limit, transfer pumps, fire protection system ,mercaptan dosing piping and instrumentation, insulation, fire proofing, painting etc., Supply of instruments \ gauges etc. for testing, providing all temporary works and equipments for completion, pre-commissioning /commissioning and mandatory and commissioning spares, supply of lubricants/chemicals as required, supply of special tools and tackles, final hook-up with owner facilities, completing all the work in all respects on turn-key basis within the battery limits as defined in the P&IDs, layout drawing, engineering drawings, EIL specification / standards etc. and detailed scope of work and supply defined in different sections of bidding documents and its attachments, pre-commissioning, commissioning, obtaining applicable statutory approvals, supply of consumables, hardwares etc. deploying suitable staff, labour, all tools and tackles etc. and system Performance guarantee of mounded storage vessels and associated systems to the entire satisfaction of inspecting authority and engineer –in-charge. 2.2 INDICATIVE WORK DISMENTALLING 1 Removal of all existing instruments installed for existing above ground

LPG Bullets (3 nos,), Pumps (6 nos.) and instruments mounded on pipes and handing over to OIL. For detail scope of work refer specification no. 6675-61-16-51-JS-01 Rev. A. The drawing no. D 4975 Rev. 1 of above ground bullets, and pump data sheets are attached for estimation of dismantling work.

2 Dismantling of all foundations, footings, and pavement in the proposed area. For details refer civil engineering scope of work Doc. No. 6675-00-16-47-SP02.

3 Dismantling of existing bullets 3 nos and sifting the scrap material to scrap yard located at 10 Km at OIL scrap yard. For details refer Data sheets and Drawing of bullets attached with this tender.

4 Dismantling of existing pump house, pipe rack and its supports, foundations for these supports 8X2 nos. Staircase for up to top of the bullets and connecting platforms.

5 Dismantling of supporting structure of bullets (15 nos.) chipping them to the level as marked on the drawing included with the bidding document.

6 Dismantaling of all above ground and under ground piping in proposed area.

7 The dismantling work given above are indicative, any other work required for clearing the are shall be under bidder’s scope. Bidders are requested to visit the site and estimate the dismantling work.

D:\B. BISWAS\6675\01\6675scc-ap-IIIA.doc

2.3 Contractor have to provide the following facilities for consultant (a) Office accommodation

Contractor will construct a site office for consultant of 100 M2 area with window air conditioner.

(b) Office furniture.

- Office furniture; - Executive Table T-104, 1 no. - Executive chairs PCH-8003, 1 no. - Chairs without arms CHR-4 9 no. - Staff table T-9, 3 no. - Armed Chairs, CHR-7, 3 no. - PC table and chair (WS& WD, PCH 702) 1 no. - Cupboard (Large) 1 no. - Filling cabinets 3 DR 3 nos. - Side rack, 3 no. - Xerox Machine – 1 no - Radiograph viewer 1 no - Water filter, 1No. - Refrigerator 1 No. - Pantry utensils & crockeries 1 Sets.

2.1.0 SCOPE OF SUPPLY 2.1.1 EQUIPMENTS AND MATERAILS 2.1.1.1 PURCHASE PROCEDURE

It is mandatory that all equipment, machines and bulk materials are procured from only from recommended approved vendor list of the package in “vendor List” attached in the elsewhere in the bid document. In case vendor list of a particular item is not available, the Contractor shall specifically seek Owner’s approval on the proposed list of vendors during Bid Stage for all major items. Any deviation to vendor list should be brought out in the offer and no other vendor shall be accepted afterwards. No approval of additional vendor shall be granted excepting some unforeseen circumstances where the approved vendor (s) are not able to supply the material.

2.1.1.2 MATERIALS All materials whatsoever required for the fabrication, supply of equipment along

with associated piping, instrumentation, structural platforms, ladders/stairs, supports etc. within the specified battery limits and installation of the complete

D:\B. BISWAS\6675\01\6675scc-ap-IIIA.doc

system at site shall be in contractor’s scope of supply. All the materials in Contractor’s scope of supply shall be new and of first quality and shall be supported with test certificates.

Any material or equipment procured and supplied by contractor to ONGC the contractor shall continue to remain responsible in all respects for conformity of materials and equipment supplied to the contractual specifications and purpose of the work, the contractor shall not be absolved of his responsibility to properly execute, perform and complete the work.

All the surplus materials and equipment shall be removed after final acceptance job/work by client

2.2 SCOPE OF ENGINEERING

Residual basic engineering and detail engineering required to complete the work in all respect shall be in the contractor scope

2.2.2 ENGINEERING 2.2.2.1 GENERAL

The design criteria, specifications and other engineering requirements and information required for design the system are included in the contract elsewhere. Contractor shall prepare design basis, the detail engineering drawings, detail specifications, material requisitions and other supporting documents required for completion of work. Contractor shall also will be responsible for generating such additional information as may be required to perform the engineering, purchasing, fabrication, transportation, installation, hook-up testing, pre- commissioning, commissioning and starting up the system.

2.2.2.2 ENGINEERING REVIEW The review of technical document will be limited to review of MRs for critical items, plot plan, lay out for roads and drains, equipment lay out, critical piping area drawings, drawings for building and sheds for lay out purpose, vendors drawings for vessels and tanks (limited to GA drawings), The contractor shall furnish design information, calculations, drawings etc. for review by Consultant representative after fully vetted in detail by contractor and shall bear the seal / certification to this effect. All the drawing documents without compliance this requirement shall not be acceptable and delay and liability owing this shall be the account of contractor. The information category drawings/ documents may or may not be reviewed. Upon receiving the comments on the drawing/ documents the contractor shall incorporate the comments and insure the compliance.

2.2.2.3 DRAWING SCHEDULE

D:\B. BISWAS\6675\01\6675scc-ap-IIIA.doc

Contractor has to submit the Drawing / Document schedule discipline wise with category of approval (Review/ approval and Information/ record) to EIL after award of jobs for approval. The schedule of drawing shall show drawing number title, revision no. with proposed date of issue. Contractor shall submit updated discipline-wise drawing index fortnightly, so that the error in constructing on previous revision could be avoided, Construction shall not be carried out with advance revision, not reviewed by Owner.

2.2.2.4 PLANT OPERATION AND MAINTENANCE MANUAL AND AS BUILT DOCUMENTS.

Contractor shall submit to OIL for review and approval of a draft of operating manual for the facilities. Final operating manual shall be issued only after OIL approval. Contractor shall furnish ten (10) sets of final operating and maintenance manual to OIL Final operating manual with updated equipment data sheets / data books shall be made available before commencing the commissioning of the plant. Contractor to note those 10 sets all “As-Built” drawings to be submitted to OIL/ EIL.

2.2.3 CONSTRUCTION AND CONSTRUCTION EQUIPMENT

The contractor shall deploy adequate equipment and tools and tackles at site and augment the same depending on exigencies of work to suit the project schedule. Contractor shall submit the list of construction equipment he proposes to deploy for the subject work along with recourses based network which shall be revised time to time to meet the requirement of updated PERT/CPM. Please note that no equipment will be supplied by OIL. The power required for contractor at its own cost shall arrange construction work.

APPENDIX-IV TO SCC

SPECIFICATION FOR QUALITY ASSURANCE SYSTEM

���

APPENDIX – VI TO SCC

BIO-DATA OF KEY CONSTRUCTION PERSONNEL

���

APPENDIX-VI TO

SCC

KEY CONSTRUCTION PERSONNEL The various categories of key construction personnel deployed by Contractor for performance of work under the contract shall be as per the minimum qualifications and experience as stated below.

SL. NO. CATEGORY QUALIFICATIONS & EXPERIENCE

1 RESIDENT CONSTRUCTION MANAGER / RESIDENT ENGINEER / SITE-IN-CHARGE

Degree in Engineering with minimum 20 years relevant experience in construction

2 LEAD DISCIPLINE ENGINEER

Degree in relevant Engineering discipline with minimum 15 years experience in construction or Diploma in relevant Engineering discipline with minimum 20 years experience in construction

3 LEAD WELDING / NDT ENGINEER

Degree in Mechanical Engineering / Metallurgy with 15 years experience in Welding / NDT (Non-destructive Testing) Plus Level-II in RT (Radiographic Testing) or Diploma in Mechanical Engineering / Metallurgy with 20 years experience in Welding / NDT Plus Level-II in RT.

4 LEAD QA / QC ENGINEER

Degree in Engineering with 15 years construction experience of which 5 years should be as QA Manager.

5 LEAD PLANNING ENGINEER

Degree in Engineering with 15 years experience in Planning & Scheduling.

6 LEAD SAFETY OFFICER Degree / Diploma in Engineering and Diploma in Industrial Safety with minimum 10 years relevant experience in Construction Safety.

7 WAREHOUSE INCHARGE / MATERIALS MANAGER

Graduate in Science or Diploma in Engineering / Materials Management with 15 years experience in Warehouse / Stores Management of similar nature.

6675scc-ap-VII-PPSM Page 1 of 4

APPENDIX-VII TO

SCC

PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM

6675scc-ap-VII-PPSM Page 2 of 4

1.0 PROJECT PLANNING, SCHEDULING AND MONITORING:

The following schedules/documents/reports shall be prepared and submitted by the contractor for review/approval at various stages of the contract.

1.1 ALONGWITH BID

i) TIME SCHEDULE

The bidders are required to submit a Project Time Schedule in the linked bar chart from alongwith the bid. The schedule shall cover all aspects like Sub-ordering, Manufacturing and Delivery, sub-contracting and Construction, Pre-commissioning and Commissioning within the completion time indicated in the Bidding document. The owner interface activities shall be clearly indentified with their latest required dates. Owner reserve the right to disqualify the bidder if the above schedule submitted by the bidder is not in line with overall project requirement.

ii) PLANNING, SCHEDULING & MONITORING SYSTEM

The bidder should describe his system of Project Planning, Scheduling & Monitoring to the extent of computerization, level of detailing, tracking methodology etc. with the name of computer packages and sample outputs.

1.2 OVERALL PROJECT SCHEDULE:

The contractor shall submit within 4 (four) weeks of Notification of Award/TOI, a sufficiently detailed overall Project schedule in the activity network form, clearly indicating the major milestones, inter-relationship/ inter- dependencies between various activities together with a computer analysis of critical path and floats.

The network will be reviewed and approved by Engineer-in-charge and the comments if any shall be incorporated in the network before issuing the same for implementation. The network thus finalised shall form part of the contract and the same shall not be revised without from the prior permission of the Engineer-in-charge during the entire period of contract.

1.3 PROGRESS MEASUREMENT METHODOLOGY

The contractor is required to submit within a (four) weeks of award the methodology of Progress measurement of Sub-ordering, Manufacturing/ Delivery, Sub-contracting, Construction, Commissioning works and the basis of computation of overall services/ physical progress informed Owner reserve the right to modify the methodology in part of in full.

1.4 FUNCTIONAL SCHEDULES

The contractor should prepare detailed functional schedules in line with networks for functional monitoring and control and submit scheduled progress curves for each function viz. ordering, delivery and construction.

6675scc-ap-VII-PPSM Page 3 of 4

1.5 PROJECT REVIEW MEETINGS:

The contractor shall present the programme and status at various review meetings as required.

I) Weekly Review Meeting

Level of Participation : Contractor’s/ Consultant’s RCM/ Site In-

charge and Job engineers.

Agenda : a) Weekly programme versus actual achieved in the past week and programme for next week.

b) Remedial actions and hold-up

analysis.

c) Client query/approval

Venue : Site Office

ii) Monthly Review Meeting

Level of Participation : Senior persons of the OIL/EIL and Contractors.

Agenda : a) Progress status/statistics.

b) Completion outlook

c) Major hold-ups/slippages

d) Assistance required. e) Critical issues. f) Client query/approval

Venue : OIL/EIL OFFICE 1.6 PROGRESS REPORTING:

A) Monthly Progress Report

This report shall be submitted on a monthly basis within 10 (Ten) calendar days from cut-off date, as agreed upon covering overall scenarios of the work. The report shall include, but not limited to the following:

a) Brief Introduction of the work.

b) Activities executed/Achievements during the month

6675scc-ap-VII-PPSM Page 4 of 4

c) Schedule versus actual percentage progress and progress curves for Detail Engg. Sub-ordering, Manufacturing/Delivery, Sub-contracting, Construction, Commissioning and Overall and quantum wise status & purchase orders against scheduled.

d) Area of concern/problem/hold-ups, impacts and action plans.

e) Resources deployment status

f) Annexures giving status summary for drawings, MRs, deliveries, sub-

contracting and construction.

B) WEEKLY REPORTS

This report will be prepared and submitted by the contractor on weekly basis and will cover following items:

a) Activities Programmed and completed during the week. b) Resource deployed men and machines c) Quantities achieved against target in construction d) Record of Man-days lost. e) Construction percentage progress scheduled and actual.

D:\B. BISWAS\6675\01\6675scc-ap-VIII_TS.doc

Appendix-VIII To SCC

TIME SCHEDULE

NAME OF WORK TIME FOR COMPLETION

DESIGN, ENGINEERING, FABRICATION, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF MOUNDED LPG STORAGE BULLETS AT DULIAJAN FOR M/S OIL INDIA LIMITED

(BIDDING DOCUMENT NO. 6675/T-101/05-06/VKG/01)

12(TWELVE) MONTHS

NOTES:

1. Time is the essence of this contract. 2. The Time for Completion shall be reckoned from the date of issue of Fax/

Letter of Intent whichever is issued earlier.

3. The Time for Completion as mentioned above includes time required for mobilization, demobilization and completion of work in all respects on Lumpsum basis as per the total scope of work as specified in the Bidding Document.

(STAMP & SIGNATURE OF BIDDER)

SCHEDULE OF RATES (SOR)

PREAMBLE TO SCHEDULE OF RATES

1.0 The Schedule of Rate shall be read with all other sections of this Bidding Document.

2.0 The Bidder is deemed to have studied the drawings, specifications and details of works to be done within the Time Schedule and should have acquainted himself of the conditions prevailing at site.

3.0 The lumpsum price shall be inclusive of all costs to complete the works in all respects as per specifications/drawings/terms & conditions of the bidding document including all taxes, duties, levies etc.

4.0 The total sum of price break-up given in schedule of break up of lumpsum price should match with as quoted lumpsum price in Schedule of Rates (S.O.R.). In the event of discrepancies between these two, lumpsum price in schedule of rates shall be considered final and break-up prices deemed to be adjusted accordingly.

5.0 The lumpsum price of the bidders against other balance items/work shall be deemed to include the cost of any and all activities as are required for the completion of all the works as per scope of works and other stipulations of bidding documents, even when the prices indicated against item titled as other balance items is NIL.

______________________________

STAMP & SIGNATURE OF BIDDER

SCHEDULE OF LUMP-SUM PRICES FORM-A

NAME OF WORK : RESIDUAL DESIGN, DETAILED ENGINEERING, PROCUREMENT, FABRICATION, CONSTRUCTION,

ERECTION AND COMMISSIONING OF MOUNDED STORAGE VESSELS FOR M/S. OIL AT DULIAJAN. TENDER NO. : 6675/T-101/05-06/VKG/01

LUMPSUM PRICES ( IN RUPEES)

SL. NO.

DESCRIPTION OF ITEMS

UNIT

IN FIGURES

IN WORDS

1.0

Residual design, detailed engineering, preparation of all fabrication drawings/schemes, review/approval of document from appropriate authorities, procurement, supply, receipt, storage, conservation, preservation and handling of material at site of all metallic and non-metallic materials and consumables required for work, transportation of materials, fabrication/construction/erection, & dismantling work, assembly, PWHT, inspection, testing, coating/painting, cathodic protection, withdrawing of owner supplied materials as per scope of supplies mentioned elsewhere in bidding document from owners stores including handling and shifting to site etc. including necessary civil work such as sand bed, mound, hard stand, soil strengthening, tunnel/ trenches, foundation, construction of barricading etc., all piping, electrical and instrumentation works within battery limit, transfer pumps, fire protection system ,mercaptan dosing piping and instrumentation, insulation, fire proofing, painting etc., Supply of instruments\gauges etc. for testing, providing all temporary works and equipments for completion, precommissioning/commissioning and mandatory and commissioning spares, supply of lubricants/chemicals as required, supply of special tools and tackles, final hook-up with owner facilities, completing all the work in all respects on turn-key basis within the battery limits as defined in the P&IDs, layout drawing, engineering drawings, EIL specification / standards etc. and detailed scope of work and supply defined in different sections of bidding documents and its attachments, precommissioning, commissioning, obtaining applicable statutory approvals, supply of consumables, hardwares etc. deploying suitable staff, labour, all tools and tackles etc. and system performance guarantee of mounded storage vessels and associated systems to the entire satisfaction of inspecting authority and engineer-in-charge.

1.1

Lumpsum price towards residual design & detailed engineering

L.S.

LUMPSUM PRICES ( IN RUPEES)

SL. NO.

DESCRIPTION OF ITEMS

UNIT

IN FIGURES

IN WORDS

1.2 Lumpsum price towards procurement & supply of all items/materials L.S. 1.3

Lumpsum price towards construction/installation, commissioning etc. and completion of work in all respects

L.S.

1.4 Lumpsum price towards dismantling works LS

1.5 Lumpsum price towards office accommodation for Consultant

LS

Total Lumpsum price (1.1 + 1.2 + 1.3+1.4+1.5)

L.S.

(STAMP AND SIGNATURE OF BIDDER)

SCHEDULE OF BREAK - UP OF LUMP -SUM PRICES

NAME OF WORK : RESIDUAL DESIGN, DETAILED ENGINEERING, PROCUREMENT, FABRICATION, CONSTRUCTION, ERECTION

AND COMMISSIONING OF MOUNDED STORAGE VESSELS FOR M/S. OIL AT DULIAJAN TENDER NO. : 6675/T-101/05-06/VKG/01 BREAK-UP OF LUMPSUM PRICES SL. NO.

DESCRIPTION OF ITEMS

UNIT

LUMPSUM PRICES (Rs.)

IN FIGURES

IN WORDS

1.1

RESIDUAL DESIGN AND DETAIL ENGINEERING. Residual design, detailed engg.,preparation of fabrication/construction drawings, schemes of erection/ construction/PWHT/Hydrotesting, drawings/ layouts/ GADs/isometrics etc.and all other documents,submission of design/drawings/ documents etc.for review/approval from appropriate authorities,supply of all documents/manuals at all stages as per requirements detailed out in various sections of bid document for the following:

1.1.1

Mounded storage vessels (3 Nos.)

L.S.

1.1.2

Civil/structural work

L.S.

1.1.3

Transfer pumps

L.S.

1.1.4

Piping work

L.S.

1.1.5

Electrical work

L.S.

1.1.6

Instrumentation work

L.S.

1.1.7 Fire protection system

L.S.

SL. NO.

DESCRIPTION OF ITEMS

UNIT

LUMPSUM PRICES (Rs.)

IN FIGURES

IN WORDS

1.1.8

Cathodic protection system

LS

1.1.9

Mercaptan dosing piping and instrumentation

LS

1.1.10

Other balance items

LS

Sub Total of item 1.1 (i.e. 1.1.1 to 1.1.10)

LS

1.2

PROCUREMENT AND SUPPLY: Procurement and supply at appropriate stages of all metallic and non-metallic materials, equipments, consumables and all other items including commissioning spares ,ocean freight/air freight,customs clearance, stevedoring, insurance, inland transportation,receipt, accounting, storing and preservation of materials etc. all complete as per scope of supply/work detailed in various sections of bidding document, drawing, specifications, other documents and directions of engineer -in-incharge for the following:

1.2.1

Mounded storage vessels(steel plates,nozzle forgings,pipes etc.) (3 nos. LPG vessels)

L.S.

1.2.2

Civil/structural work

L.S.

1.2.3

Transfer pumps

L.S.

1.2.4

Piping work

L.S.

1.2.5

Electrical work

L.S.

1.2.6

Instrumentation work

L.S.

1.2.7

Fire protection system

L.S.

SL. NO.

DESCRIPTION OF ITEMS

UNIT

LUMPSUM PRICES (Rs.)

IN FIGURES

IN WORDS

1.2.8 Cathodic protection system L.S. 1.2.9

Mercaptan dosing piping and instrumentation

L.S.

1.2.10 Insulation & Painting

LS

1.2.11 Commissioning spares, precommissioning / mandatory spares

L.S

1.2.12

Other balance items

L.S

Sub Total of 1.2 (1.2.1 to 1.2.12)

L.S

1.3

CONSTRUCTION/INSTALLATION/COMMISSIONING PORTION Construction,Fabrication,Installation, PWHT, Inspection,testing, final hook-up,pre-commissioning,commissioning and system performance guarantee including any balance field engineering,supply of all labour,materials(excluding those covered in supply portion), spares (pre-commissioning / commissioning), providing all machineries,equipment,tools, tackles, aids for construction/erection,all complete in accordance with approved drawings,specifications,data sheets,specific requirements, scope of work/supply and other provisions of bidding document and direction of Engineer-in-charge for the following.

1.3.1

Mounded storage vessels 3 nos. LPG vessels

L.S.

1.3.2

Civil/structural work

L.S.

1.3.3

Transfer pumps

L.S.

1.3.4

Piping work

L.S.

1.3.5

Electrical work

L.S.

1.3.6

Instrumentation work

L.S.

1.3.7

Fire protection system

L.S.

SL. NO.

DESCRIPTION OF ITEMS

UNIT

LUMPSUM PRICES (Rs.)

IN FIGURES

IN WORDS

1.3.8

Cathodic protection system

L.S.

1.3.9

Mercaptan dosing piping and instrumentation

L.S.

1.3.10

Insulation/Painting work

L.S.

1.3.11

Other balance item of work (Refer note 1 below)

L.S.

Sub Total of Item 1.3 (1.3.1 to 1.3.11) L.S

1.4 Dismantling Works Providing all machinery, equipment, tools, tackles for executing all dismantling work in accordance with specifications, scope of work / supply & other provisions of the bidding document and direction of Engineer-in-charge.

L.S.

1.5

Office accomodation for Consultant Contractor will construct a site office for Consultant and supply the furniture and other things as per scope of work and bid document.

L.S

Notes: 1. The quoted prices of the bidders against other balance items/work shall be deemed to include the cost of any and all activities as are required for the completion of all the

works as per scope of works and other stipulations of bidding documents, even when the prices indicated against item titled as Αother balance items≅ is "NIL". 2. It is to be noted that total sum of price break-up given in schedule of breakup of lumpsum price should match with as quoted lumpsum price in schedule of lumpsum

price. In the event of discrepancies between these two, lumpsum price in schedeule of lumpsum price will be considered final and break-up prices deemed to be adjusted accordingly.

3. Based on above break-up furnished ,the bidder shall submit a detailed break-up of prices for the purpose of progressive payment in the event of award of work for

approval of Engineer-in-charge. (STAMP & SIGNATURE OF BIDDER )