Professional Documents
Culture Documents
M/S.
Subject: Rate contract for provision of Solar power at IOCL Retail outlets under West Bengal
State office.
We are enclosing the complete set of e-tender document for subject work in two bid system i.e Techno
commercial bid and Price Bid (In e-tender portal). The tender document is to be studied thoroughly before
quoting.
No tender fee is required for downloading of tender. Tender will not be available for purchase from any of our
offices.
All documents are required to be submitted online and electronically at the website https://iocletenders.gov.in.
Tender Documents sent in hard copies shall be summarily rejected. EMD is to be paid against this tender.
Conditional offers are liable for rejection, however you are requested to get any clarification, if required, from us
during Pre-Bid Meeting. The points to be clarified during pre-bid meeting may please be conveyed to IndianOil at-
least two working days prior to scheduled day of meeting. This is with a view to have structured discussion with
proper focus on issues. Please also note that after the clarifications, if any, are given in pre bid meeting, no further
deviation shall be permitted and all decisions taken by IndianOil in pre-bid meeting shall be binding on all bidders.
All are requested to attend pre-bid meeting. The Pre-Bid meeting minutes shall be uploaded in the e-tender portal
and form part of the tender document which is binding for all bidders. Canvassing of information or submission
of forged or false documents /information by any Tenderer shall make their offer invalid. Further, action shall
also be taken by IndianOil for forfeiture of their EMD/SD as well as putting the Party on Holiday list.
Bidders are requested to go through the Bidders Manual Kit available in the homepage of the e-tendering portal
i.e. https://iocletenders.gov.in to have a clear understanding of the steps to be followed for bid submission. The
Bidders Manual kit is for general reference only and the tenderers have to abide by the terms and conditions of
this tender. Tenderers must note that Indian Oil will not be responsible for delay in submission of online tender on
or before due date & time of tender submission. Tenderers must also note that before the bid is uploaded, the bid
comprising of all attached documents should be digitally signed using digital signatures as specified in the tender.
Tenderers are requested to take out print of relevant Affidavits, Declarations, Formats, Undertakings etc in
whichever they want to provide respective details and then upload separately. Uploading the same will supersede
the blank Affidavits, Declarations, Formats, Undertakings, etc uploaded by them along-with Tender Document.
The bidders are required to report with all original documents pertaining to qualifying parameters and other
documents for verification with photocopies submitted along-with tender, in our office as per schedule given in
Notice Inviting e-Tender. Please note that no separate communication shall be sent for verification of documents
In order to inform you about the nature and specifications of work , we have uploaded our approved
specifications for Civil. Electrical & Mechanical works including approved makes.
The Corporation reserves the right to reject any or all tenders without assigning any reason whatsoever.
Thanking You,
Yours faithfully,
For Indian Oil Corporation Limited
for Dy. General Manager (Engineering)West Bengal State Office.
Indian Oil Corporation Limited
Marketing Division, West Bengal State Office,
Engineering Department, 5th Floor,
2,Gariahat Road, (South), Dhakuria
Kolkata - 7000068
Download
NIT No./Name of the Work Period Contact Person
(Both days
Inclusive)
Sealed tenders are invited in TWO BID system (Technical/Commercial Bid and Price
bid ) from reputed and financially sound parties having experience in similar works and
meeting qualifying parameters along with other details given below:
NAME OF WORK : Rate contract for provision of Solar power at IOC Retail outlets under West Bengal
State office.
TENDER DETAILS
1. Qualifying Parameters
a) Work Order : Single work order value : Executed value of similar works during the last 5 ( Five ) years
ending on 30.06.2015.
2. Earnest Money Deposit : The Earnest Money Deposit (EMD) for this tender is Rs. 47332.00 ( Rupees Forty
Seven thousand Three Hundred Thirty Two Only) by Demand Draft . DD shall be in the name of Indian
Oil Corporation Limited (M.D.) , Payable at Kolkata.
Kindly note that the scan copy of the DD or document of exemption claim is to be uploaded along with
the completed e-tender document/price bid .
The EMD (Original DD) must be submitted before due date and time of submission in a sealed envelope
mentioning Tender No., Name of Work & vendor name & address (envelope cover format also given in
tender documents) and to be dropped in the Engineering Tender Box as under -
EMD will be released after finalization of the tender, for which no interest will be allowed.
As per MSME ACT 2006 Or (Erstwhile NSIC Registered parties), Central/State PSUs and JVs of IOCL are
exempted from the EMD for this tender. The party should upload the document towards exemption claim
along with completed e-tender document.
3. Verification of original documents: The date for verification of original documents pertaining to qualifying
parameters & credentials shall be as specified in Tender details . No separate communication will be
made in this regard. Offer of those tenderers who do not report for verification of original documents on
date mentioned above is liable for rejection.
4. Period of Contract : Two (02) years from the date of placement of work order.
However extension of contract for a further period of one year shall be done on same
rates, terms and conditions only after mutual consent / agreement.
5. Estimated Job value per Vendor : Rs. 47,33,293.60 (with service tax ) considering
empanelment of 5 (Vendors) subject to acceptance of rate finalized with L-1 party.
The estimated total job value for 15 locations is Rs. 2,36,66,468.40 including Service Tax
though the price bid has been prepared for single location only. However payment will
be made on actual executed quantity.
6. Completion time : 10 weeks from the date of each call up . Call up order shall be
placed by individual divisional office and payment shall be made from division office.
7. Warranty : The vendor is required to provide Warranty for 5 years from the date of
commissioning of the project and they have to execute an Indemnity bond cum
Warranty on non-judicial stamp paper of Rs. 200.00 as per attached format after
commissioning.
8. Payment terms : 70% payment will be released after mechanical completion of Solar
system and balance to be released after successful commissioning.
4. Security Deposit / Retention money : SD/retention money @10% of executed value
will be recovered from RA / final bills of each call up PO placed by divisional office
and will be returned after expiry of warranty period .
5. Price adjustment for delay in completion:
Compensation for delay in completion of work and not as a penalty , an amount equal
to % of that executed value subject to maximum 10% of executed value will be
recovered from bills.
6. Counter Conditions
The tenderers are advised to submit their offer strictly as per the terms and conditions and
specifications contained in the tender document and not put forth conditions/ counter
conditions. Conditional tenders received subsequent to the pre bid meeting tenders shall
render the offer liable for rejection. Tenderers must also note that documents in support
of qualifying parameters are submitted along with the tender failing which tenders
received will be rejected without further notice to the tenderers.
7. Action Against Submission of Forged Documents
Canvassing of information or submission of forged or false documents / information by any Tenderer shall
make their offer invalid. In addition, action shall also be taken by IOCL including forfeiture of EMD as well as
putting the Tenderer on Holiday list.
8. Service Tax.
The rates are exclusive of service tax and service tax is payable extra at applicable rates on total contract
value as per works completed.
Liability for payment of service tax shall be as under:
a. In case of company, full amount of service tax, shall be paid by IOCL to the contractor against valid tax
invoice, which shall be deposited by contractor to service tax authority.
b. In case of HUF/ Association of persons/ proprietorship/ partnership firm, 50% of service tax will be
deposited by IOCL directly to the service tax authorities and balance 50% will be paid to contractor against
valid tax invoice, which shall be deposited by contractor to service tax authority.
Indian Oil Corporation Ltd. has developed a secured and user friendly system through National
Informatics Centre, which enables Vendors/ Bidders to Search, View, Download tenders directly and also,
enables them to participate & submit Online Bids on the e-tendering site https://iocletenders.gov.in/ in a
secured and transparent manner maintaining confidentiality and security throughout the tender
evaluation process.
All interested bidders are requested to register themselves with the portal indicated above and enroll
their digital certificate with the user id for participation in the tender.
Bidders are requested to read following conditions in conjunction with various conditions,
wherever applicable appearing with this bid invitation for e-Tendering. The conditions mentioned
herein under shall supersede and shall prevail over the conditions enumerated elsewhere in the
tender document.
A. Procedure to submit On-line Bids / Offers electronically on e-tendering portal
a. For this purpose, Vendors / Bidders are advised to read the instructions available in the
homepage of the portal where detailed procedure for submission of bids is available under
the section Bidders Demo Kit.
f. Digital Signature Certificate is a unique digital code which can be transmitted electronically
and primarily identifies a unique sender. The objective of digital signature is to guarantee
that the individual sending the message is who he or she really claims to be just like the
written signature. The Controller of Certifying Authorities of India (CCA) has authorized
certain trusted Certifying Authorities (CA) who in turn allot on a regular basis Digital
Certificates, Documents which are signed digitally are legally valid documents as per the
Indian IT Act (2000).
g. In order to bid for IndianOil e-tenders all the vendors are required to obtain a legally valid
Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating
under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA)
of India. The Digital Certificate is issued by CA in the name of a person authorized for filing
Bids / Offers on behalf of his Company. A Vendor / Bidder can submit their Bids / Offers On-
line only after digitally signing the bid / documents with the above allotted Digital
Signatures.
h. Bidders have to procure Digital Certificate (Class III) on their own from any of the Certifying
Authorities in India.
A. Submission of Documents
a. The tender documents including quoted Price Bid have to be submitted online only.
However, documents which necessarily have to be submitted in originals like EMD
mentioned in the tender documents have to be submitted offline. Indian Oil shall not be
responsible in any way for failure on the part of the bidder to follow the instructions.
b. It is advised that the bidder uploads small sized documents (preferably upto 10 MB) at a
time to facilitate easy uploading into e-tendering site. IndianOil does not take any
responsibility in case of failure of the bidder to upload the documents within specified time
of tender submission. Indian Oil will not be responsible for any delay under any
circumstances for non-receipt of Tenders/submission of filled in tender document by due
date & time.
a. Bid along with all the copies of documents should be submitted in the electronic form only
through IndianOil e-tendering system. Before the bid is uploaded, the bid comprising of all
attached documents should be digitally signed using digital signatures issued by an approved
Certifying Authority (CA) in accordance with the Indian IT Act 2000.
b. The bidder should go through the detailed instructions available in the homepage of the
portal for enrolment and online bid submission process. Bidder has to ensure that their bid is
complete in all respect before pressing on the FREEZE BID button. Any revision or
amendment in bid will NOT be possible after the FREEZE BID button is pressed only till the
due date and time of submission of tender.
e. Based on the offers received from the parties , a list of parties will be made on
ascending order of their offers received from L-1 and other parties subject to
their acceptance of L-1 rates (from the said list of parties ) up to the number of
parties required shall form the list of empanelled parties.
f. In case of availability of less than 5 nos. of empanelled parties against our
requirement given above , corporation will have the right to distribute entire
works amongst the available empanelled parties.
Copies of the following documents should also be submitted with the Technical/ Commercial Bid . These
documents are not mandatory to qualify in the tender, but if not submitted with tender , they are
required to submit on demand by IOCL .
a. RTGS Format ( Bank Mandate ) , duly filled in as per format attached .
b. An affidavit that the party is not Black/ Holiday listed in prescribed format
attached.
c. Certificate of Incorporation in case of Company.
d. Registration Certificate & Partnership Deed in case of Partnership Firms.
e. Power of Attorney in favour of the person signing the documents.
f. Copy of PAN Card.
g. Service Tax Registration or proof of having applied for Service tax registration or
Letter of exemption from the concerned authority.
h. VAT/ TIN NO of West Bengal State.
a. The work experience being submitted by the interested parties along with
tender documents may be inspected by IOCL or their authorized representatives
at sole discretion of the Corporation.
b. The quantum of work given in the price schedule is only indicative and is not the
right of contractors.
c. Validity of Tender: 4 Months from the Date of Opening of Tender.
d. Tender (Technical and Commercial bid) shall be opened as specified date and
time . If the date of submission and opening of the tender happens to be a
Bandh or Holiday, the submission of tender and opening of same will be on the
next working day at the same time and place.
e. The tenderer is advised to understand that quality is the essence of the contract.
Non adherence to the specification or substandard workmanship shall not be
tolerated at all. The tenderer shall do proper rate analysis and accordingly quote
for execution of works .
f. Indian Oil Corporation Ltd. reserves the right to accept or reject any or all
tenders at their sole discretion without assigning any reason whatsoever.
We confirm that we have quoted/accepted the rates in this tender/in this work order
Considering the
We have read understood and accepted Rates, Schedule of Items, Technical Specifications, Engineering
Drawing & Vendor List etc. as mentioned in the empanelment tender and also in this tender document.
We further confirm that our quotation has been prepared based on above referred detail Technical
Specifications, Engineering Drawing, Vendor List & General Condition of Contract (GCC) in toto.
Place :
Signature Of The Contractor / His/Her
Authorised Representative
Date :
Seal :
TO,
Tenderers are advised to download Notice Inviting Tender along with other tender documents from the
e-tendering portal https://iocletenders.gov.in free of cost using their digital signature & registered
user id. While the tender shall be submitted online in soft copy on our e-tendering portal, the Earnest
Money Deposit has to be submitted by dropping it in the Tender-box ( as per instruction) before the due
date and time of tender submission failing which the tender shall be summarily rejected. A scanned
copy of the instrument DD/ BC or exemption certificate in case of NSIC or exempted category has to be
uploaded along with clear scanned copies of required documents to substantiate the claim towards
their credentials along with the tender documents in the appropriate link.
The tender documents downloaded are not transferable and can be used only by the registered
tenderer who has downloaded the documents. Hence any tender submitted by the tenderers who have
not downloaded the same shall be rejected outright.
Indian Oil Corporation Ltd. has developed a secured and user friendly system through National
Informatics Center, which enables Vendors/ Bidders to Search, View, Download tenders directly and
also, enables them to participate & submit Online Bids on the e-tendering site
https://iocletenders.gov.in in a secured and transparent manner maintaining confidentiality and
security throughout the tender evaluation process.
All interested bidders are requested to register themselves with the portal indicated above and enroll
their digital certificate with the user id for participation in the tender.
Bidders are requested to read following conditions in conjunction with various conditions, wherever
applicable appearing with this bid invitation for e-Tendering. The conditions mentioned herein under
shall supersede and shall prevail over the conditions enumerated elsewhere in the tender document.
2.1 Late and delayed Bids / Offers after due date / time shall not be permitted in e-tendering system.
No bid can be submitted after the last date and time of submission has reached. (However if bidder
intends to revise the bid already submitted, they may change / revise the same on or before the last
date and time of submission of bid). The system time (IST) that will be displayed on e-tendering web
page shall be the time and no other time shall be taken into cognizance.
2.2 Bidders are advised in their own interest to ensure that bids are uploaded in e-tendering system
well before the closing date and time of bid.
In order to bid for IndianOil e-tenders all the vendors are required to obtain a legally valid Digital
Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root
Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. The Digital
Certificate is issued by CA in the name of a person authorized for filing Bids / Offers on behalf of his
Company. A Vendor / Bidder can submit their Bids / Offers On-line only after digitally signing the bid /
documents with the above allotted Digital Signatures.
Bidders have to procure Digital Certificate Class III on their own from any of the Certifying Authorities
in India.
5.0 It is advised that the bidder uploads small sized documents (preferably upto 10 MB) at a time to
facilitate easy uploading into e-tendering site. IndianOil does not take any responsibility in case of
failure of the bidder to upload the documents within specified time of tender submission. Indian Oil
will not be responsible for any delay under any circumstances for non-receipt of Tenders/submission of
filled in tender document by due date & time.
Note: Bidders are requested to go through the Bidders Manual Kit available in the homepage of the e-
tendering portal i.e. https://iocletenders.gov.in to have a clear understanding of the steps to be
followed for bid submission. The Bidders Manual kit is for general reference only and the tenderers
have to abide by the terms and conditions of this tender.
WHEREAS the Corporation, desirous of having executed certain work specified in the
tender No.___________________________________________ dated____________ issued by
the Corporation on the Contractors, has caused drawings, specifications and bill of
quantity showing and describing the work to be done prepared and the same have
been signed by or on behalf of the parties hereto
AND WHEREAS the Contractors have agreed with the Corporation to execute and
perform the said work specified in the said Tender upon certain terms and conditions
provided in the Agreement executed between the Contractors and the Corporation
and also contained in the General Conditions of contract attached thereto AND
WHEREAS the Contractors are bound by law lo comply with the provisions of various
Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State
Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979,
Contract labour (Regulation and Abolition) Act 1970, Workmen's Compensation Act
1923, Employees State Insurance Act as also the Provident Fund Act providing for
Provident Fund Scheme for labourers engaged by the Contractors but in the event of
violation of the provisions of various amenities and facilities to the workers under the
different labour laws, not only the Contractors but also the Corporation as the principal
employer becomes liable for the acts of omission and commission by the Contractors.
The Contractors hereby confirm and state that they are duly registered under Contract
Labour (Regulation and Abolition) Act 1979 as amended from time to time and that
they undertake to furnish a certified copy of the requisite Licence obtained by
Contractors from the competent authority to the Corporation's representative.
The Contractors hereby undertake to keep proper record of attendance of his
labourers and will give opportunity to the officers of the Corporation to supervise the
same and confer upon the Corporation's representative the right to countersign the
said register. The Contractors shall provide a copy of pay sheets to the Location in-
charge of the Corporation nominated by the Corporation for supervision of the
payment of wages made to the labourers by the Contractor and also confer the right
on the Corporation's representative to supervise the payment of wages to the labourers
on the spot whenever required by the Corporation.
The Contractors state that they are fully aware of the provisions of the Provident Fund
Act, particularly with regard to the enrolment of labourers as a member of Provident
Fund. The Contractors further confirm that they are aware of the provisions and that
they are obliged to recover Provident Fund contribution from the eligible labourers
engaged by them and after adding their own contribution, remit the same to RPFC. The
contractors state and confirm that they are fully aware of their obligation to remit the
said amounts on account of Provident Fund to the RPFC within the prescribed period
and that they have obtained a separate code number from the Regional Provident
Fund Commissioner which is bearing Sanction No.__________ dated __________from
RPFC.
The Contractors will afford all opportunities to the officers of the Corporation whenever
required to verify that the Provident Fund is actually deducted by the Contractors from
the wages of the laborers and the same together with the Contractors' contribution has
been duly remitted by the Contractors to the concerned P.F. Commissioners. The
Contractors also undertake to provide photocopy of the receipt issued by the
concerned P.F. Commissioner for having received the P.F. contribution from the
Contractors.
In the event the Location in-charge of the Corporation is not satisfied about the
payment of wages made and the recovery of P.F. etc. from the laborers employed by
the Contractors, the Contractors hereby agree and authorized the Corporation to
withhold the payment of their bills till the contractors complete all their obligations.
The Contractors hereby agree, confirm and declare that they have fully complied and
will comply with the provisions of various labour laws, particularly those referred to here
in above and that no violation of the provisions of various amenities and facilities to the
workers under different laws has been done by them and in the event of any past or
future violation of the various labour laws, the contractors shall indemnify and keep the
Corporation duly indemnified against all losses, damages, costs, charges, expenses,
penalties, suits or proceedings which the Corporation may incur, suffer or be put to.
The contractors hereby agree that the aforesaid indemnity undertakings are in addition
to and not in substitution of the terms and conditions contained in the tender
documents and the work order and also the Agreement executed by the Contractors
with the Corporation.
The Contractors hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs,
executors, administrators and legal representatives and shall ensure for the
Corporations benefit and for the benefit of its successors and assigns.
That all questions, issues, disputes and differences between the contractor and the
Corporation arising under this indemnity bond undertaking shall be referred to
arbitration in the same meaning as indicated in the contract executed between the
contractors and the Corporation.
Yours faithfully,
Date
Contractors Name and Signature
Witness
(1) (Full Address)
DECLARATION
1. We the Contractors hereby agree, undertake to faithfully observe and comply with
the following during the performance of the contract.
2. We shall
Deploy trained and competent employees who are physically fit and are not suffering
from any chronic or contagious diseases.
Be responsible for and arrange and bear costs of such equipments, cleaning materials,
uniforms and other paraphernalia necessary to render effectively the services required
by the Corporation.
Be responsible and liable for payment of salaries, wages and other legal dues of our
employees for the purpose of rendering the services required by the Corporation under
the above contract and shall maintain proper books of account, records and
documents. We shall however as the employer, have the exclusive right to terminate
the services of any of our employees and to substitute any person instead.
Comply in all respects with the provisions of all statutes, rules and regulations applicable
to us and / or to our employees and in particular we shall obtain the requisite licence
under the Contract Labour (Regulation and Abolition) Act 1970 and the rules made
there under.
Ensure that our employees while on the premises of the Corporation or while carrying
out their obligations under the contract, observe the standards of cleanliness, decorum,
safety and general discipline laid down by the Corporation or its authorized agents and
the Corporation shall be the sole judge as to whether or not we and/or our employees
have observed the same.
Ensure that our employees will not enter or remain on the Corporation's premises unless
absolutely necessary for fulfilling our obligations under the contract.
Be liable for and make good any damage caused to the Corporation's properties or
premises or any part thereof or to any fixtures or fittings thereof or therein by any act,
omission, default or negligence on our part or on the part of our employees or our
agents.
Indemnify and keep indemnified the Corporation, its officers and employees from and
against all claims, demands, actions, suits and proceedings, whatsoever that may be
brought or made against the Corporation by or on behalf of any person, body,
authority whomsoever and whatsoever and all duties, penalties, levies, taxes, losses,
damages, costs, charges and expenses and all oilier liabilities of whatsoever nature
which the Corporation may now or hereinafter be liable to pay, incur or sustain by
virtue of or as a result of the performance or non-performance or observance or non-
observance by us of any of the terms and conditions of the contract. Without prejudice
to the Corporation's other rights, the Corporation will be entitled to deduct from any
compensation or other dues payable to us, the amount payable by the Corporation as
a consequence of any such claims, demands, costs, charges and expenses. The
Corporation shall not be responsible for death, injury or accidents to our employees
which may. arise out of or in the course of their duties on or about the Corporation's
property and premises and in the event that the Corporation is made liable to pay any
damages or compensation in respect of such employees, we hereby agree to pay to
the Corporation such damages or compensation upon demand. The Corporation shall
also not be responsible or liable for any theft, loss, damage or destruction of any
property that belongs to us or our employees lying in the Corporation's premises from
any cause whatsoever.
3. It is hereby declared that we are, for the purposes of this contract independent
contractors and all persons employed or engaged by us in connection with our
obligations under the contract shall be our employees and not of the Corporation.
4. On the expiration of the contract or any earlier termination thereof, we shall forthwith
remove our employees who are on the Corporation's premises or any part thereof
failing which, our employees, agents, servants etc. shall be deemed to be trespassers
and on their failure to leave the Corporations premises, the Corporation shall be
entitled to remove all persons concerned (if necessary by use of force) from the
Corporation's premises and also to prevent them (if necessary by use of force) from
entering upon the Corporation's premises.
6. It is hereby agreed that the Corporation shall be entitled to set off any debt or sum
payable by us either directly or as a result of vicarious liability to the Corporation against
any monies payable or due from the Corporation to us or against any monies lying or
remaining with the Corporation and belonging to us or any of our partners or directors.
Date:
Date :
Seal :
Telephone:
PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING
I hereby declare that neither I in my personal name or in the name of my Proprietary concern
M/s.____________________ which is submitting the accompanying Bid/Tender nor any other
concern in which I am proprietor nor any partnership firm in which I am involved as a Managing
Partner nor any company in which I am a Promoter or a Director or having controlling stake with
minimum 26% share holding have been placed on black list or holiday list declared by Indian Oil
Corporation Ltd. Or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas),
except as indicated below :
(Here give particulars of blacklisting or holiday listing, and in absence thereof state NIL)
In the case of a Partnership Firm :
(Here give particulars of blacklisting or holiday listing and in the absence thereof state NIL)
In the case of Company:
We hereby declare that we have not been placed on any holiday list or black list declared by
Indian Oil Corporation Ltd. Or its Administrative Ministry (presently the Ministry of Petroleum and
Natural Gas), except as indicated below:
(Here give particulars of blacklisting or holiday listing and in the absence thereof state NIL)
It is understood that if this declaration is found to be false in any particular, Indian Oil
Corporation Ltd. Or its Administrative Ministry shall have the right to reject my/our bid, and if the
bid has resulted in a contract, the contract is liable to be terminated.
Signature of Bidder:
Place:
Date :
Name of Signatory : _______________________________
DETAILS OF RELATIONSHIP WITH IOCS DIRECTOR ETC.
Vendor should furnish following details in the appropriate part based on their
organisational structure.
Partnership Part-B
PART-A
1. Name of Vendor
PLACE :
DATE :
PART-B
2. Address
3. Name of Partners
PLACE :
DATE :
PART-C
2. Address of :
Registered Office:
Principal Office:
PLACE : DATE :
DECLARATION 'D'
Tenderer is required to state whether they have employed any retired Director and
above rank officer of Indian Oil Corporation Limited in their firm. If so, details hereunder
to be submitted :
3. Date of retirement :
DATE :
PLACE :
N.B.
Strike out whichever is not applicable. If the Tenderer employs any person subsequent
to signing the above declaration and the employee/s so appointed happens to be the
near relatives of the Officer / Director of the Corporation / Central / State Governments,
the tenderer should submit another declaration furnishing the name/s of such
employee/s who is / are related to the officer/s of the Corporation / Central / State
Governments.
TERMS AND CONDITIONS OF CONTRACT
COMPLETION TIME:
Entire work should be completed within specified time from the date of handing over the
site which will be taken as the 10th day from the date of issue of work order or the actual
date of handing over the site whichever is EARLIER failing which price adjustment for
delay in completion shall be made as per clause 4.4.0.0, section 4 of GCC. This will be in
addition to and without prejudice to the other rights available to the Corporation under the
said GCC. Time for all the facilities covered in the schedule of works will commence
concurrently.
These special terms and conditions shall be read in conjunction with the technical
specifications, drawings, instructions to tenderers and particular conditions of contract and
any other document forming a part of the tender, wherever the tender so requires.
VALIDITY OF TENDER: The tender will be valid for a period of 04 (FOUR) months as
per clause 4.10 of Instructions to tenderers of GCC from the date of opening the tender
which will be taken as the date of opening of techno-commercial bid in case of two bid
system of tenders.
Formal contract
Acceptance of tender
Price schedule annexed to the work order.
Agreed variations annexed to the work order.
Addenda to tender documents.
Special terms and conditions
Tenders Drawings
Terms & Conditions of Contract
Instructions to tenderers
General conditions of contract
Firm price :
Once the offer is accepted and agreement executed, the rates shall be valid till the
completion of works in all respects and no escalation whatsoever will be entertained due to
extension of time on any grounds. Similarly no variation or reimbursement shall be
entertained due to revisions in statutory tax or levies imposed by the Governments of State
or Centre.
Labour Agreement :
The Contractors who are working in the establishments through Contract Labour shall be
fully responsible for observance of all rules and regulations as per the Contract Labour
(Regulation and Abolition) Act 1971 and obtain a licence from the Assistant Labour
Commissioner concerned and produce the same to IOCL. In this connection, tenderers
shall abide by all the conditions of Appendix I and Appendix II enclosed with the GCC.
The Principal Employer certificate shall be given on written request from contractor by
IOCL.
PF Registration:
The successful tenderers shall abide by all the requirements of PF Rules & regulations.
General:
Not with standing the sub divisions of the tender document into several sections and
volumes, every part of each shall be deemed to be supplementary of every other part and
shall be read with and into the contract so far as it may be practicable to do so.
TERMS OF PAYMENT:
Price Adjustment For Delay In Completion:The contractual price payable shall be subject
to adjustment by way of discount if the units are mechanically completed or the contract
works are finally completed subsequent to the date of mechanical completion/ final
completion specified and as per provisions indicated in clause 4.4.0.0, Performance of work,
Section 4 of GCC.
Special Clause :
The contractor is required to take necessary care to protect to the existing nearby structure
while carrying out his scope of work. Any damage caused to other property shall be
rectified at his own cost.
The contractor shall take note that rates quoted shall be inclusive of all taxesstatutory levies,
Royalty, Income tax, sales tax and works contract taxes, transportation etc. IOCL shall not
entertain any request for payment of any taxes/levies separately.
The contractor shall take note that his rates in the tender are inclusive of all taxes, statutory
levies, Royalty, sales tax and works contract taxes etc. IOCL shall not entertain any request
for payment of any taxes/levies separately.
Testing Of Materials/ Works :
The Contractor shall carry out the various tests as enumerated in the technical
specifications of this tender document and the technical documents that will be furnished
to him during the performance of the work and no separate payment shall be made unless
otherwise specified in schedule of rates.
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.
The work is subject to inspection at all times by the Site Engineer/ Engineer-in-Charge/
representatives nominated by IOCL. The Contractor shall carry out all instructions given during
inspection and shall ensure that the work is being carried out according to the technical
documents and the relevant codes of practice furnished to him during the performance of the
work.
Any work not conforming to the execution drawings, specifications or codes shall be rejected
forthwith and the contractor shall carry out the rectifications at his own cost.
All results of inspection & tests will be recorded in the inspection reports, proforma, which will
be approved by the Site Engineer/ Engineer-in-Charge. These reports shall form part of the
completion documents.
Inspection & acceptance of works shall not absolve the Contractor from any of his
responsibilities under this Contract.
Cement Consumption :
Theoretical cement consumption per unit of work shall be as per CPWD specifications or as
specified.
Cooperation With Other Contractors:
The contractor shall cooperate with other contractors for smooth execution of project related
works.
Bill Of Quantities:
Bill of quantities are approximate and payment shall be made as per actual certified
measurements. The contractor is not entitled for any sort of compensation towards excess
materials procured / stored.
Authorised Representative :
The successful tenderer within 10 days of receipt of acceptance of tender, name an engineer
responsible for the job at site on behalf of the contractor as per clause 4.0.3.0 and 4.0.3.1,
Performance of work, section 4, of GCC. bidder should give in writing to the Corporation,
the name of his authorised and qualified engineer who will supervise the work and shall
remain at the site during execution of the job.
Site Cleaning:
The Contractor shall take care for cleaning the working site from time to time for easy
access to work site and also from safety point of view.
Working site should be always kept cleared upto the entire satisfaction of the Engineer-in-
Charge. Before handing over any work to owner, the contractor in addition to other
formalities to be observed as detailed in the document,- shall clear the site to the entire
satisfaction of Engineer-in-Charge.
MISCELLANEOUS REQUIREMENTS:
It shall be contractors responsibility to obtain approval for any revision and/or
modifications decided by the contractor from the site -in-charge before implementation.
Also such revisions and/or modification if accepted / approved by the site-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 alongwith the offer, will be carried out by the contractor at no extra
cost to the owner.
All expenses towards mobilisation & 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.
It shall be entirely Contractors responsibility to provide, operate & maintain 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 &
complete all jobs as per time schedules.
Preparing approaches and working area for movement and operation of the cranes,
leveling 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, at his own cost, may have to build temporary access roads to aid his own
work which shall also be taken care while quoting for the work
The procurement and supply in sequence and at the appropriate time of all materials &
consumables shall be entirely the Contractors responsibility. Rates for execution of work
will be inclusive of supply of all these items.
SECRECY AGREEMENT:
CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the
drawings / documents with IOC. CONTRACTOR, hereby, expressly undertake to keep
all the drawings/documents as well as other Technical information given in the
CONTRACT-DOCUMENT secret and shall not divulge or leak or otherwise cause to be
known to the competitors or others having any interest in such process in anyway the
contents in any form, shape or method.
In case any land is made available to the Contractor within the provisions of tender, the
owner shall be entitled (without prejudice to any other mode of recovery), the contractor
shall pay a licence fee @ Rs.20/- (Rupees Twenty Only) per 100 (One Hundred) Sq. mtrs
or part thereof, to be recovered from the running/ final bills of the contractor or any other
payments due to the contractor from time to time as per clause 3.6.4.0 of GCC.
Following clauses forming part of the GCC issued along with the tender are deleted:
In case sub contractors are engaged by the successful tenderer with prior permission from
IOCL on award of works, it will be mandatory on part of the main contractor to furnish a NO
DUE UNDERTAKING from the sub contractor (on their letter heads) to IOCL before final
payments are cleared by the Corporation.
At all places in the GCC enclosed with the tender document, OWNER shall mean INDIAN OIL
CORPORATION LIMITED, MARKETING DIVISION, HEAD OFFICE, with its office at G-
09, ALI YAVAR JUNG MARG, BANDRA (E), MUMBAI- 400 051. The court of jurisdiction
for all matters under the tender shall be at MUMBAI.
Tenderers must note that they shall depute authorized representative for verification of all
documents submitted towards the tender with respective originals on dates as advised by the
Corporation subsequent to tender opening (Technical Bid) at no extra cost. It must be noted that
notarized copy in lieu of producing original documents will not be acceptable to the Corporation.
The tenderers are advised to submit their offer strictly as per the terms and conditions and
specifications contained in the tender document and not put forth conditions/ counter conditions.
Conditional tenders received subsequent to the pre bid meeting tenders shall render the offer
liable for rejection. Tenderers must also note that documents in support of qualifying parameters
are submitted along with the tender failing which tenders received will be rejected without
further notice to the tenderers.
Electrical works : For execution of all electrical works , it is mandatory that contractor should
engage the licensed electrician under the competent electrical licensed supervisor .
Project Management
In order to achieve timely completion of work, to monitor daily/ weekly work progress, to maintain record at site, to
achieve desired quality standard in works, effective supervision, planning of work at site, adequate number of
qualified & experienced Project Engineer, QC/ QA/ & Planning Engineer & HSE Manager are to be positioned at site
by the contractor as per detail given in the Table below.
If contractor failed to provide required number of qualified & experienced Project Engineer, QC/QA/ & Planning
Engineer & HSE Manager at site, recovery for non-deployment shall be done per month from contractor bill @ given
in Table below.
In case Engineer concerned is holding Diploma Qualification instead of Engineering Graduation, the requirement of
site experience would go up by minimum two years.
BANK GUARNTEE PROFORMA IN LIEU OF INITIAL SECURITY
DEPOSIT/SECURITY DEPOSIT
1. In consideration of the Indian Oil Corporation Limited having its Registered Office at G-
9 , Ali Yavar Jang Marg , Bandra ( East ) , Mumbai - 400051(hereinafter called The
Corporation ) having agreed to exempt --------------(hereinafter called The said
Contractor (s) / supplier(s) seller(s)) from the demand under the terms and conditions
of an Agreement dated-------------made between ------------------------and the Corporation
for -----------------(hereinafter called The said Agreement), of Security Deposit for the
due fulfillment by the said Contractor(s) / Supplier(s)/ Seller(s) of the terms and
conditions contained in the said agreement, on production of a Bank Guarantee for Rs----
---------
(Rupees---------only), we-----------------------(hereinafter referred to as The Bank at the
request of ------------------------------------Contractor(s)/ Supplier(s)/ Seller(s) do hereby
undertake to pay to the Corporation an amount not exceeding Rs.-----------------against
any loss or damage caused to or suffered or would be caused to or suffered by the
Corporation by reason of any breach by the said Contractor(s)/Supplier (s)/ Seller(s), of
any of the terms or conditions contained in the said Agreement.
2. We -----------(indicate the name of the bank) do hereby undertake to pay the amounts due
and payable under this guarantee without any demur, merely on a demand from the
Corporation stating that the amount claimed is due by way of loss or damage caused to or
would be caused to or suffered by the Corporation by reason of breach by the said
Contractor(s) / Supplier(s) / Seller (s) of any of the terms or conditions contained in the
said Agreement or by reason of the Contractor(s)/Supplier(s) failure to perform the said
Agreement. Any such demand made on the bank shall be conclusive as regards the
amount due and payable by the bank under this guarantee. However, our liability under
this guarantee shall be restricted to an amount not exceeding Rs.-------------.
4. We, ------------further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said
Agreement and that it shall continue to be enforceable till all the dues of the Corporation
under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till---------office/ department at-------------------certifies that the terms and
conditions of the said agreement have been fully and properly carried out by the said
Contractor(s) / supplier (s)/ seller(s) and accordingly discharge this guarantee. Unless a
demand or claim under this guarantee is made on us in writing on or before----------we
shall be discharged from all liability under this guarantee thereafter.
5. We, ----------------(indicate the name of the bank) further agree with the Corporation that
the Corporation shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said Contractor (s) / supplier(s)/
seller(s)from time to time or to postpone for any time or from time to time any of the
powers exercisable by the corporation against the said Contractor(s)/ Supplier(s)/
Seller(s) and to forbear or enforce any of the terms and conditions relating to the said
agreement and shall not be relieved from our liability by reason of any such variation or
extension being granted to the said Contractor(s)/ Supplier(s)/ seller(s) or forbearance, act
or omission on the part of the corporation or any indulgence by the corporation to the said
Contractor(s)/Supplier(s)/ Seller (s) or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provisions have affect of so reliving
us.
6. This guarantee will not be discharged due to change in the constitution of the Bank or the
contractor(s)/ Supplier(s)/ Seller(s).
7. We,-------------(indicate the name of Bank) lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the corporation in writing.
For ------------------------------------
(indicate the name of Bank)
PLACE:
DATE:
FORM OF CONTRACT
THIS CONTRACT made at Kolkata this _______ day of _______ 200 ; BETWEEN INDIAN
OIL CORPORATION LTD., a Government of Indian Undertaking registered in India under the
Indian Companies (hereinafter referred to as the OWNER which expression shall include its
successors and assigns) of the One Part; AND _________________________ carrying on
business in sole proprietorship/carrying on business in partnership under the name and style
of______________________ a Company registered in India under the Indian Companies Act
1913/1956 having its registered office at _____________________ (hereinafter referred to/ as
collectively referred to as the Contractor which expression shall include his/their/its executors,
administrators, representatives and permitted assigns/successors and permitted assign) of the
other part:
WHEREAS
ARTICLE 1
Contract Documents
1.1 The following documents shall constitute the contract documents, namely:
1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have
Been collectively marked Annexure A while a copy of the letter of Acceptance of
Tender alongwith annexures thereto and a copy of Fax/Telegram of Intent dated
____________ are annexed hereto and said copies have been collectively marked as
Annexure B.
ARTICLE 2
WORK TO BE PERFORMED
2.1 The CONTRACTOR shall perform the work upon the terms and conditions and Within
the item specified in the Contract documents.
ARTICLE 3
Compensation
3.1 Subject to and upon the terms and conditions contained in the Contract documents the
OWNER shall pay CONTRACTOR compensation as specified in the Contract
documents upon the satisfactory completion of the work and/or otherwise as may be
specified in the Contract documents.
ARTICLE 4
Jurisdiction
4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s)
forming the subject matter of the reference if the same had been the subject matter of a
suit, any and all actions and proceedings arising out of or relative to the contract
(including any arbitration in terms thereof) shall lie only in the court of competent civil
jurisdiction in this behalf at ___________________ (where this Contract has been signed
on behalf of the OWNER) and only the said Court(s) shall have jurisdiction to entertain
and try any such action(s) and/or proceeding(s) to the exclusion of all other Courts.
ARTICLE 5
Entire Contract
5.1 The Contract documents mentioned in Article 1 hereof embody the entire Contract
Between the parties hereto, and the parties declare that in entering into this Contract they
do not rely upon any previous representation, whether express or implied and whether
written or oral, or any inducement, understanding or agreements of any kind not included
within the Contract documents and all prior negotiations, representations, contracts
and/or agreements and understandings relative to the work are hereby cancelled.
ARTICLE 6
Notice
6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or
communication sought to be served by the CONTRACTOR on the OWNER with
reference to the Contract shall be deemed to have been sufficiently served upon the
OWNER (notwithstanding any enabling provisions under any law to the contrary) only if
delivered by hand or by Registered Acknowledgment Due Post to the Engineer-in-Charge
as defined in the General Conditions of Contract.
6.2 Without prejudice to any other mode of service provided for in the Contract Documents
or otherwise available to the OWNER, any notice, order or other communication sought
to be served by the OWNER on the CONTRACTOR with reference to the Contract, shall
be deemed to have been sufficiently served if delivered by hand or through Registered
Post Acknowledgement Due to the principal office of the CONTRACTOR at .. or
to the CONTRACTORs representatives as referred to in the General Conditions of
Contract forming part of the Contract Documents.
ARTICLE 7
Waiver
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in
terms of the Contract or any obligation or liability of the CONTRACTOR in terms
thereof shall be deemed to be a waiver of such right, remedy, obligation or liability as the
case may be, by the OWNER and notwithstanding such failure or delay, the OWNER
shall be entitled at any time to enforce such right, remedy, obligation or liability, as the
case may be.
ARTICLE 8
Non-Assignability
The Contract and benefits and obligations thereof shall be strictly personal to the
CONTRACTOR and shall not on any account be assignable or transferable by the
CONTRACTOR.
IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the Place,
day and year first above written.
The scope of work includes design, supply, installation, testing and commissioning of the Off-grid
solar power plant with all accessories i.e. Solar Modules, Power Conditioning Unit, Mounting GI
Structure, Tubular Batteries, Surge Protective Device ,Power Cable, Lightening Arrestor, Earthing
system, Data Logger etc.and Installation Accessories like GI conduits, flexible pipes, Cable
termination accessories, Nuts, Bolts, Mounting arrangement etc. as per the load & requirement of the
Retail Outlet.
The system shall be able to support the connected load in case of power failure and also, shall be
able to provide direct power to the connected load under normal operating conditions i.e the system
to be configured in order to run the connected load exclusively on solar power concurrently with grid
power / DG power.
Page | 1
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
Solar
24 Nos (300W*24) 34 Nos (300W*34) 47 Nos (300W*47)
Panels
PCU /
Inverter
(Minimum 7.5 KW 12 KW 15 KW
Inverter
capacity)
Battery
Bank (12V 120 V - 200 AH 240 V 200 AH (20 nos of 240 V 200 AH (20 nos of
tubular (10 nos of batteries) batteries) batteries)
batteries)
The shadow-free area required for installation of a rooftop solar PV system is about 12sqm per KW.
This number includes provision of clearances between solar PV array rows. The solar panels may be
installed on the roof of the building with a south facing tilt angle that varies depending on the
latitude of the location. Sufficient area shall be available for servicing the system. The minimum
clearance required for cleaning and servicing of the panels is 0.3m from the parapet wall and in
between rows of panels. In between the rows of solar panels sufficient gap needs to be provided to
avoid the shading of a row by an adjacent row. The solar grid inverter shall be placed indoor in a safe
and easily accessible place.
Wherever space is not available on the building roof top, the option to provide these solar panels on
canopies to be worked out. The structural stability of the canopy with this additional weight of solar
panels shall be in safe limits. The dismantling of roofing sheets, fixing of panels on structures & re
fixing the roofing sheets is in the scope of system provider. The re fixing of roofing sheets shall be
done in such a way that it is water tight.
Off-grid solar power plant shall be suitable for IOC Retail outlets under the following environmental
conditions:-
Maximum ambient air temperature 50 deg C
Minimum ambient air temperature -20 deg C
Max. Relative Humidity 100%
Climatic conditions Extremely dusty and desert weather at desert terrain in certain
areas. Humid, salt laded and corrosive atmosphere in coastal
areas.
Page | 2
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
Switches/Circuit General IEC 60947 / IS 60947, EN50521
breakers/connectors Requirements,
Connectors safety Ac
/ DC
Requirements:
Technical Specification:
Power Tolerance +- 3%
No. of Cells: 72
Nominal operating cell temperature 45 +/- 2 deg C
(NOCT)
Operational temperature range -40 deg to +85 deg C
Max Power Current (Imp): Greater than 8 Amp
Max Power Voltage (Vmp): Greater than 36 V
Open Circuit Voltage (Voc): Greater than 45 V
Module Efficiency (%) : Shall not be lesser than 15%
Weight Less than 25 Kg per panel
Frame Anodized aluminium alloy
Junction Box IP65, TUV-UL certified 3 bypass diode
Maximum permissible system voltage 1000 Volts DC
RF Identification tag for each solar Shall be provided inside the module and
module must be able to withstand environmental
conditions and last the lifetime of the
Page | 3
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
solar module.
RF Identification tag data i. Name of manufacturer of PV
Module
ii. Name of manufacturer of solar
cells
iii. Month & Year of manufacture
(separately for solar cells and
module)
iv. Country of origin (separately for
solar cells and module)
v. I-V curve for the module
vi. Wm, Im, Vm and FF for the
module
vii. Unique serial No and Model No of
the module
viii. Date and year of obtaining IEC PV
module qualification certificate
ix. Name of the test lab issuing IEC
certificate
x. Other relevant information on
traceability of solar cells and
module as per ISO9000 standard
Power Output rating To be given for standard test conditions
(STC). I-V curve of the same module shall
be submitted.
Approved Makes* Canadian Solar Inc., Trina Solar (India),
Jinko Solar, Yingli Green Energy Holding
Co. Ltd., Vikram Solar Pvt Ltd., Moser
Baer Solar Limited, TATA Power Solar
Systems Ltd., Lanco Solar Energy Pvt Ltd,
Bharat Heavy electrical Limited.
*The list of approved Solar panel Manufacturers has been taken grom the Guidelines firmed up by the
Alternate Energy Sustainable Deptt, BD, Corporate Office IOCL. The list shall also include the firms
as approved by IOC at a later date.
The solar panels to be tested for its power output after a period of 10 years & after 25 years at site
after installation by the system provider & a record of this is to be maintained jointly by the system
provider & IOC. At least 90% of the power output after 10 years & 80% after 25 years shall be
obtained. The solar panel manufacturer is liable to either repair the defect or replace the defective
product or part thereof with a new or remanufactured equivalent at no extra charge for parts of
labour as per the OEM warranty to the system provider.
Test reports for solar panels from a reputed TPI agency viz., TUV / NISE or from NABL accredited /
MNRE approved laboratories or as approved by IOC confirming to provisions under IEC 61215 and
IEC61730 has to be submitted.
The Power Conditioning unit includes Solar grid inverter, Change over switch, Junction boxes,
Surge Protection Device(SPD) with cabling & other installation accessories.
Page | 4
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
Requirements
a. PCU should be capable of running the above mentioned load. Single phase inverter upto 7.5 KW &
three phase solar grid inverters for higher than 7.5KW to be used.
b. The PCU of suitable rating to be provided which can convert DC power produced by SPV modules
in to AC power. A multi-functional power conditioning system combining the functionality of a
grid support solar inverter with a highly efficient conversion unit. Solar power is given preference
and the remaining power to meet the load requirements is supplied from grid and battery export
of solar power to the grid is not allowed.
d. It utilizes inbuilt Maximum power point tracking (MPPT) control to maximize harvesting of the
solar power. MPPT controller capacity should be equal or greater than solar panel KWp capacity.
The battery management system should be able to optimize the charging and discharging of
batteries.
f. PCU shall receive the DC energy produced by solar array to DC bus for converting to AC voltage,
Its MPPT control to extract maximum energy from solar array. MPPT solar charge controller, pure
sine wave online inverter and associated control and protection devises etc. shall be integrated
into PCU. The PCU shall have provision to charge batteries from EB grid supply, solar power & DG
set.
Technical Specification: The detailed specifications of the solar grid inverter are given below
Total output power (AC) To match solar PV plant capacity while achieving optimum
system efficiency
Input DC voltage range As required for the solar grid inverter DC input
Maximum power point (MPPT) Shall be incorporated
tracking
Number of independent MPPT inputs 1 or more
Operation AC voltage Single phase 230V or three phase 415V (+12.5%, -20%)
Operating Frequency range 47.5 52.5 Hz
Nominal Frequency 50 Hz
Power Factor of the inverter >0.98 at nominal power
Total harmonic distortion Less than 3%
Built-in Protection AC high/low voltage; AC high/low frequency
Operating ambient temperature -10deg to +60 deg C
range
Page | 5
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
Anti islanding protection As per VDE 0126-1-1, IEC60255.5/IEC 60255.27
Humidity 0 95%Rh
Inverter efficiency >=95%
Inverter weighted efficiency >=94%
Protection degree IP65 for outdoor mounting, IP54 for indoor mounting
Communication interface RS485 / RS232/RJ45
Safety compliance IEC62109-1, IEC 62109-2
Environment testing IEC 60068
Efficiency Measurement Procedure IEC 61683
Cooling Convection
Display type LED for data & status display
Display parameters to include Output power(W), Cumulative energy(Wh), DC voltage(V), DC
current(Amps), AC voltage(V), AC frequency(Hz), AC
current(Amps), cumulative hrs of operation(h)
Indications MPPT Charger ON/OFF, Battery on Float, Battery on Boost,
Battery low, Battery charging/discharging, Grid switch ON,
Inverter switch ON, Grid ON, Load ON, Inverter ON.
Makes Hitachi Hi-Rel, Emerson, Aplab, APC, Numeric, AVO, Eco
Power Systems, Champion, SMA Solar India Pvt.Ltd,
Bonfiglioli, ABB India Ltd., Schneider Electric India Pvt.Ltd.,
Siemens Limited., Refusol/Advanced Energy etc. or as
approved by IOC at a later date.
Test reports for PCUs from a reputed TPI agency viz., TUV / NISE or from NABL accredited / MNRE
approved laboratories or as approved by IOC confirming to provisions under IEC 61683 and IEC600680
has to be submitted.
Requirements
a. Surge protection device (SPD) are used to describe electrical devices typically installed in power
distribution panels, process control systems, communications systems, and other heavy-duty
industrial systems, for the purpose of protecting against electrical surges and spikes,
b. Surge protection shall be provided on the DC side and the AC side of the solar system.
c. Separate earthing cable from the earth pit should be directly connected to the SPD.
Technical Specification
Max. continuous voltage, Uc (DC) 1000 V
Total discharge current Itotal 40 kA
Discharge current, max. (8/20 s) 20 kA
Protection level UP (typ.) 4000 V
AC/DC/UC DC
Make Phoneix / Citel
Response time 100 ns
Page | 6
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
5.4 Technical Requirements & Specification: Data Logger
a. Real time data logging with less than 10 minutes interval.
b. Data can be monitored from anywhere in the world (Internet facility provided by Client)
c. Real time data on local device (Clients computer) at seconds interval.
Requirements
a. All cables shall be supplied conforming to IEC60227/IS694 & IEC60502/IS1554. Voltage rating
1100V AC , 1500V DC.
b. For the DC, AC cabling, XLPE insulated and PVC sheathed single or multi core armoured copper/
Aluminium cables shall be used. The cable shall be of approved make as per IS 7098 part-I.
c. The total voltage drop on the cable segments from the solar PV modules to the solar grid inverter
shall not exceed 2%. Similarly, the total voltage drop on the cable segments from the solar grid
inverter to the building distribution board shall not exceed 2%.
d. The DC cables from the SPV module array shall run through a GI conduit pipe of adequate
diameter. All wall opening shall be effectively sealed after installation of cables to avoid seepage
of water. Cables shall be clamped on walls / columns with necessary clamp using zinc coated
cadmium plated screws and nuts.
e. Cables and wires used for the interconnection of solar PV modules shall be provided with solar PV
connectors(MC4) and couplers.
f. The minimum DC /AC cable size shall be 4.0sqmm. In 3-phase systems the size of the neutral wire
shall be equal to the size of the phase wires. The following colour coding shall be used for cable
wires:
i. DC positive: red (the outer PVC sheath can be black with a red line marking)
ii. DC negative: black
iii. AC single phase: Phase: red; Neutral: black
iv. AC three phase: Phases: red, yellow, blue; Neutral: black
v. Earth wires: green
g. Cable conductors shall be terminated with tinned copper end ferrules to prevent fraying and
breaking of individual wire strands. The termination of the DC and AC cables at the solar grid
inverter shall be done as per the instructions of the manufacturer, which in most cases will
include the use of special connectors.
h. The approved makes are: Asain cable & industries Ltd., Cable corporation of India Ltd., Finolex
cables Ltd., Fort Gloster Industries Ltd., Incab, Industrial cables(I) Ltd., Nicco Corporation ltd.,
Torrent cables Ltd., Universal cables Ltd. Etc.
Requirements
a. The battery shall be of Solar VRLA suitable for SPV application.
b. The VRLA batteries shall use 12V cells and battery capacity to be specified at C/10 rate with end
cell cut off voltage 1.8V/cell.
Page | 7
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
c. Should be properly housed in a rack system made out of structural steel duly painted and with
proper ventilation arrangements as per the space available at the R.O
d. The battery bank so offered shall support minimum 4 hrs back up for full peak load
e. A suitable battery STAND/CABIN/CONTAINER shall be provided to suitable house the batteries in
the STAND/CONTAINER/CABIN. Battery terminal shall be provided with covers.
Technical Specifications:
Exide, Global Yuasa, Amara Raja, AMCO, Southern Batteries
1 Makes
Ltd. Suntech, Numeric.
Sealed Maintenance Free (SMF) Valve Regulated Lead Acid
2 Type
(VRLA) type batteries of 12 V each.
3 Back up time 4 hrs at full rated load
120V-200 AH for Type-I
4 Battery VAH
240V 200AH for Type-II & III
5 Battery Voltage 12 V Mono blocs to be connected in series to achieve the
required nominal Voltage.
Page | 8
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
Installation The structures shall be designed for simple
mechanical on-site installation. There shall be
no requirement of welding at the site.
Access for panel cleaning and All solar panels must be accessible from the
maintenance top for cleaning and from the bottom for
access to the module junction box.
Panel tilt angle North-south orientation with a fixed tilt angle
depending on latitude of location.
The prospective installer shall specify installation details of the solar PV modules and the support
structures with lay-out drawings and array connection diagrams. The work shall be carried out as
per the designs approved by IOC.
The mounting structure steel shall be as per IS:2062:1992 with latest amendments and
galvanization of the structure shall be in compliance to IS:4759 with latest amendments.
a. A lightning arrester is a device used on electrical power systems to protect the insulation and
conductors of the system from the damaging effects of lightning. The typical lightning arrester has
a high-voltage terminal and a ground terminal. When a lightning surge travels along the power line
to the arrester, the current from the surge is diverted through the arrestor to earth.
b. One number heavy duty hot dip galvanized lightening finial 1.20m long shall be provided for
safety against Lightening as per IS2309, 1989 (latest edition)
c. The lighting arrestor shall be connected directly to the earth pit by means of 16 sqmm
copper/Aluminium conductor.
a. CODES AND STANDARDS (IS:3043-87). The earthing and lightning protection system installation
work shall conform to the latest applicable electricity rules, all currently applicable
standards, codes of practice, regulations and safety codes of the locality where the
installation is to be carried out and as per drawing nos
IOC/ENGG/EAR/01,IOC/ENGG/EAR/02,IOC/ENGG/EAR/03,
IOC/ENGG/EAR/04,IOC/CAPEX/224A,IOC/CAPEX/225A, IOC/CAPEX/331,IOC/CAPEX/332
c. Earth work in excavation upto a depth of minimum 3.75 Meters or upto level of moist soil in
all types of soil.
d. Supplying and laying of earth pipe/plate and earthing conductor from main board/equipment to
earth pit, conductor size 25x6 mm GI strip.
e. Supplying and laying 3.8m long 80 mm dia GI heavy duty pipe with top funneling arrangement.
Page | 9
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
f. Supplying and spreading required capacity of charcoal and of common salt in the earthing pit.
g. Back filling the pit with excavated or imported earth, duly consolidated with water in 200mm
thick layers and disposal of surplus earth to an un objected place.
h. Supply of earth conductors in outdoor areas, buried in ground, shall include excavation of
earth upto 500 mm deep, laying of conductor, brazing/welding/jointing if required, of main
grid conductor, joints as well as riser of length 500 mm above ground at required locations and
then backfilling.
i. Interconnection of all the earth pits using 50x6 mm GI strip to make a earth grid to reduce the
earth resistance of the system.
j. Connecting the earthing conductor with lighting and power main-circuit equipment.
k. The CONTRACTOR shall carry out the earthing of all equipment/panels/structures etc. as per
relevant industry practices. All welding brazing equipment, necessary tools and testing
equipment shall be furnished by the CONTRACTOR. All incidental hardware & consumables
including associated works shall be in CONTRACTORs scope.
l. Testing the earthing continuity path with a meggar. The earth continuity conductor including
metal conduits and metallic envelops of cable in all cases shall be tested for electrical
resistance of the same, along with the earthing load but excluding any added resistance.
m. Leakage measured from the connection with the earth electrode to any point in the earth
continuity conductor in the completed installation shall not exceed one ohm, wherever
necessary increase the no. of earth pits.
n. Accordance with either the direct earthing system, the multiple earthed neutral system
or the earth leakage circuit breaker system, in all case, the relevant provision of Rules
No.33 and 61 of Indian Electricity Rules-1956 shall be complied with.
o. Certificate for the earth test should also be submitted by the contractor to the Corporation as
per IE rules and regulations.
p. GI pipe earthing & using GI flats as per IS 3043 & Std. IOCL specifications. Two nos suitable
earthing terminals at a convenient locations with two nos earthing pits shall be provided as per
IS3043
Page | 10
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
j. Earthing for Inverters and solar panels,
k. Lighting Arrestor with separate earthing
l. Commissioning of the Entire plant
1. Segregation of solar connected load / facilities in the electrical panel & internal connection of
these facilities to the solar panel power.
2. Design of the module mounting structure to withstand a wind load of 200KM Per Hour has to be
worked out by S.O & furnished to the contractor.
Indian Oil Corporation Limited shall not be responsible for infringement of patent rights arising due to
similarity in design, manufacturing process, use of the components, used in design, development and
manufacturing of the Off grid solar power plant and any other factor which may cause such dispute.
It is the responsibility to settle any issue rises with the plant developer.
8.0 DOCUMENTATION
9.0 WARRANTY
The Solar Power plant shall have a comprehensive warranty support for a period of five years from
the date of commissioning. Also, party shall enter into an AMC agreement with respective SO against
payment after the end of warranty period. The successful vendor shall enter into a warranty
agreement with the individual component manufacturers (OEMs) viz., solar panels, inverter batteries
etc. & submit the respective warranty documents to IOCL.
Page | 11
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
10.0 DELIVERIES
Supply of complete Solar Power Plant material & accessories shall be as per specifications and as per
direction of Engineer in charge.
11.0 SCHEDULE
A typical schedule of Solar Power plant (7KW / 10KW / 14KW) shall be as below:
S.No. DESCRIPTION UNIT QUANTITY RATE AMOUNT
1. S/I/ of Solar panel of 300Wp---- Each 24 nos.for 7KW
-- 34nos. for 10KW
47nos. for 14KW
2. S/I/ of Solar grid Inverter----
a. 7.5KW for 7KWp plant cap Each 1 no.
b. 12KW for 10KWp plant cap Each 1 no.
c. 15KW for 14KWp plant cap Each 1 no.
3. S/I/ of SPD---- Each 1 no.
4. S/I/ of 12V Tubular batteries---- Each 10nos.for 7KW
-- 20nos. for
10/14KW
5. S/F of GI Structures for KG
mounting of solar modules ------
etc.
6. S/I of structural steel for KG
battery rack----
7. S/I/ of FLP Junction boxes ---- Each 2 nos.
8. S/I/ of Change over Switch Each 1no.
9. S/I/ of cabling
a. 3C x 6SQMM Aluminium RM
Armoured from solar Panel to
Junction boxes and from
Junction boxes to electric panel
b. 4C x 16SQMM Alu.Conductor for RM
lightening arrestor to Earth pits
10. Earth pits GI pipe Each 2 nos.
11. Earthing strip 25x6mm GI flat RM
12. Lightening Arrestor Each
13. RCC 1:1.5:3 CUM
14. GI conduit pipe 25mm dia RM
15. Integrating/T/C of complete Each 7KWp
Solar plant 10KWp
14KWp
The detailed schedule for the purpose of tendering by respective SOs is enclosed as Annexure.
12.0 COMMISSIONING
Integrating, Testing & Commissioning of the complete off-grid solar power plant of capacities (7KW-
Type-I, 10KW-Type-II & 14KW-Type-III) with all accessories comprising solar panels, PCU, SPD,
Batteries, cabling, earthing, lightening etc. as per the detailed technical specifications of the
individual components as mentioned above. The system shall be able to support the connected load
in case of power failure and also shall be able to provide direct power to the connected load under
Page | 12
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
normal operating conditions complete as per detailed technical specifications. All test reports,
certificates etc. as per the component wise details given above have to be furnished.
13.0 IOC shall revise / add / modify the specifications in line with any technological upgradation in the off
grid solar power system for roof top installation at a later stage.
a. The party shall be registered with MNRE or any state run nodal agency for manufacturing and
marketing of solar systems.
b. The AMC shall be undertaken by the party after the end of warranty period as per mutually
agreed payment terms. Any complaint shall be attended within 48 hrs of receipt of the same.
c. The party would provide all necessary equipment and consumables and install the solar system
including all civil, electrical and plumbing jobs at its own risk & cost and at a suitable place to be
jointly decided by IOC & the vendor.
d. The successful vendor should ensure quality w.r.t the consumables to be used for the system and
shall also obtain and maintain all necessary approvals for the manufacture of the
equipments(wherever applicable) from different statutory authorities.
e. The successful vendor shall train RO dealers w.r.t operation of the solar system.
f. All licenses including statutory clearances required for installation, commissioning and
maintenance of the solar system (if any) shall be obtained by the vendor at its own cost.
g. The successful vendor will ensure compliance with applicable law, e.g. sales tax provisions,
labour laws, safety provisions, statutory obligations etc in selling its services and keep IOCL
indemnified against any demand or claim from any authority or person arising out of non-
compliance.
Page | 13
MECHANICAL
SPECIFICATIONS
Mechanical Specifications
MECHANICAL WORKS
1. MATERIALS:
a. STEEL PLATES: Plates shall conform to IS: 2062 GR. B Fully Killed subject to
stipulations provided in IS: 803.
2. WELDING ELECTRODES:
a. Manual arc welding electrodes shall conform to E-60 & E-70 classification
series in the latest edition America Welding Society, AWS A 5.1 Carbon Steel
covered Arc Welding Electrodes. Following makes may be allowed:
4. SAND: Sand shall be natural river sand from a source approved by the owner before
commencement of work. It shall be clean, durable, angular, gritty & free from mica,
salt and organic or vegetable matter Sand shall be screened free of all foreign matter
and shall conform in grading to the requirements in Grading Zone III of Table No. 3 of
latest edition of IS 383 for fine aggregates.
5. MURRUM/CLAY: Murrum/Clay shall be of best quality available and free from all
foreign material. Same shall be brought at site after approval from site Engineer.
Page 1 of 73
Mechanical Specifications
6. WATER: Water for consolidation shall be potable and free from mineral salts. Same
shall be got tested from a reputed test house for suitability before the start of works.
8. SETTING OUT: Before starting the work, the contractor shall line out the position of
the foundation as per layout drawing and construct a concrete benchmark which shall
be the datum for levels. The benchmark shall be constructed in a manner, which will
ensure that it is not disturbed or undergo settlement. The laying out of the benchmark
shall be approved by Site Engineer.
9. GENERAL: All materials required for the work shall be supplied by the contractor after
being approved by the Site Engineer.
Page 2 of 73
Mechanical Specifications
This relates to the general scope for installation of all types of M.S. horizontal tanks in
Earth/ Masonry pit with strip or mat raft as per standard drawings/procedure.
1. Excavation
ii. All levels prior to excavation shall be taken. The setting out shall be
done before the excavation. Excavation shall be carried out to precise
locations and levels. Any extra or over excavation shall not be paid for
and shall be rectified as described in detailed specifications for
excavation.
2. Soil Classification
ii. While excavating, each strata depth to be recorded and shown in the
cross-section of the tank pit.
i. Wherever the sub-soil water or any other water exists, the water
accumulated in the tank pit shall be removed continuously with the
help of a suction pump.
ii. The water shall not be allowed to accumulate in the tank pit, and
regularly pumped out to avoid any damage to the pit or tank
foundations.
4. Shoring
Page 3 of 73
Mechanical Specifications
5. Tank Foundations
i. The sand for filling purposes, shall be clean, hard, sharp and free from
organic/ vegetable matters /dirt /lumps /stones etc. and filled/
consolidated In 200 mm layers as per laid down procedure, therein.
ii. The cement concrete for the sub-grade shall be of specified ratio, and
shall be laid / consolidated as per standard specifications mentioned.
iii. The cement concrete for the tank foundation in the prescribed ratio
shall be laid as per standard specifications mentioned. The holding
down anchor bolts and general reinforcement shall be provided
wherever required as per the standard drawings before laying
concrete.
iv. The formwork for the purpose of casting tank foundation shall be
wooden or steel of specified thickness and size, as per standard
specifics mentioned.
ii. The surface preparation shall be on the outside surface of the tank.
The turn buckle, anchor bolts, buried portion of the manholes, nozzles,
saddles, etc shall be thoroughly cleaned to bare metal. All mill scales,
dirt shall be thoroughly cleaned and anti-corrosive coating as specified
shall be applied.
iii. Scrapping and doping of tank with 3 coats of high build bituminous
paint (Shalimastic-HD) anti-corrosive treatment after preparing the
surface as per manufacturer specifications. In case of old tank the
contractor will have to scrap the old primer and bitumen before
applying the fresh primer & bitumen without any extra cost to
corporation.
7. Lowering of Tanks
Page 4 of 73
Mechanical Specifications
a) Mechanical Method
8. Back Filling
Back-filling operations are most important to the life of Installation. Back filling
below, around and above tanks should be of clean, non-corrosive material,
such as, clean sand. Watering and consolidation should be as per detailed
specifications mentioned.
3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.
Page 5 of 73
Mechanical Specifications
8. Bailing out sub-soil water or any other water, if met with, from
tank pit area.
10. Spreading clean dry coarse sand under the tank over the
entire area of the tank upto a consolidated depth as indicated
in the standard drawings.
11. Handling, lowering, aligning and positioning the tank in the pit.
The tank is required to be lowered in the pit with mechanical
aids, such as crane/chain pully only. No extra payment shall be
made on this account.
13. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher, damage etc, has taken place on
the equipment during the transportation, the same has to be
rectified by the contractor at free of cost.
14. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead
stock, sludge, and store at a place as directed by the
Engineer-in-charge, prior to testing of the tank. The contractor
will make the tank gas free as per the approved procedure
under the supervision of the Engineer-in-charge, prior to
taking up the cleaning/repairs to the tank.
Page 6 of 73
Mechanical Specifications
16. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing/tightening of
bushes & flanges.
19. Filling with the clean dry sand inside the tank pit is to be done
and unwanted / debris are to be transported beyond municipal
limits or unobjectionable place for disposal, as directed by
Engineer-in-charge.
22. Providing Brick/ Stone Masonry kerb wall around tank as per
Page 7 of 73
Mechanical Specifications
3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.
8. Bailing out sub-soil water or any other water, if met with, from
tank pit area.
10. Handling, lowering, aligning and positioning the tank in the pit.
The tank is required to be lowered in the pit with mechanical
aids, such as crane/chain pully only. No extra payment shall be
made on this account.
Page 8 of 73
Mechanical Specifications
12. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher, damage etc, has taken place on
the equipment during the transportation, the same has to be
rectified by the contractor at free of cost.
13. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead
stock, sludge, and store at a place as directed by the
Engineer-in-charge, prior to testing of the tank. The contractor
will make the tank gas free as per the approved procedure
under the supervision of the Engineer-in-charge, prior to
taking up the cleaning/repairs to the tank.
15. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing/tightening of
bushes & flanges.
18. Filling with the clean dry sand inside the tank pit is to be done
and unwanted / debris are to be transported beyond municipal
limits or unobjectionable place for disposal, as directed by
Engineer-in-charge.
19. Providing Brick/ Stone Masonry kerb wall around tank as per
Page 9 of 73
Mechanical Specifications
iii. IN BRICK MASONRY PIT WITH RCC STRIP RAFT & BLOCKS
UNDER DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG. :
3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.
Page 10 of 73
Mechanical Specifications
8. Bailing out sub-soil water or any other water, if met with, from
tank pit area.
10. Spreading clean dry coarse sand under the tank over the
entire area of the tank upto a consolidated depth as indicated
in the standard drawings.
11. Handling, lowering, aligning and positioning the tank in the pit.
The tank is required to be lowered in the pit with mechanical
aids, such as crane/chain pully only. No extra payment shall be
made on this account.
13. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher, damage etc, has taken place on
the equipment during the transportation, the same has to be
rectified by the contractor at free of cost.
14. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead
stock, sludge, and store at a place as directed by the
Engineer-in-charge, prior to testing of the tank. The contractor
will make the tank gas free as per the approved procedure
under the supervision of the Engineer-in-charge, prior to
taking up the cleaning/repairs to the tank.
Page 11 of 73
Mechanical Specifications
16. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing/tightening of
bushes & flanges.
19. Filling with the clean dry sand inside the tank pit is to be done
and unwanted / debris are to be transported beyond municipal
limits or unobjectionable place for disposal, as directed by
Engineer-in-charge.
Page 12 of 73
Mechanical Specifications
24. Providing and laying base cement concrete (as per drawing
referred above) along the periphery of the tank pit including
shuttering, ramming and curing etc.
Page 13 of 73
Mechanical Specifications
iv. IN BRICK MASONRY PIT WITH RCC MATT RAFT & BLOCKS
UNDER DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:
3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.
8. Bailing out sub-soil water or any other water, if met with, from
tank pit area.
10. Handling, lowering, aligning and positioning the tank in the pit.
The tank is required to be lowered in the pit with mechanical
aids, such as crane/chain pully only. No extra payment shall be
made on this account.
12. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher, damage etc, has taken place on
the equipment during the transportation, the same has to be
rectified by the contractor at free of cost.
13. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead
stock, sludge, and store at a place as directed by the
Page 14 of 73
Mechanical Specifications
15. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing/tightening of
bushes & flanges.
18. Filling with the clean dry sand inside the tank pit is to be done
and unwanted / debris are to be transported beyond municipal
limits or unobjectionable place for disposal, as directed by
Engineer-in-charge.
Page 15 of 73
Mechanical Specifications
25. Providing and laying base cement concrete (as per drawing
referred above) along the periphery of the tank pit including
shuttering, ramming and curing etc.
Page 16 of 73
Mechanical Specifications
3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.
8. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher damage etc, has taken place on
the equipment, the same has to be rectified by the contractor
at free of cost.
9. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead
Page 17 of 73
Mechanical Specifications
10. Scrapping and painting of the tank outer surface with 2 coats,
to a DFT of 30-35 micron per coat, of red oxide Zinc
Phosphate primer and two coats of synthetic Aluminium finish
paint to a DFT of 15-20 microns per coat as per IOC
specification. In case of old tank, the Contractor will have to
scrap the old primer & paint before applying the fresh primer
& paint without any extra cost to Corporation. Also, painting 2
Nos. Indian Oil monograms (of required size) & writing name
of product, capacity of tank as per direction of site Engineer.
11. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing, tightening of
bushes & flanges.
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
Page 18 of 73
Mechanical Specifications
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Spreading clean dry sand under the tank over the entire area of the
tank upto a consolidated depth as per drawing.
11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pulley. No extra payment shall be made.
13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
14. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.
15. Scrapping and doping of tank as mentioned. In case of old tank, the
Contractor will have to scrap the old primer & anti-corrosive paint to
the satisfaction of the Engineer-in-charge by the methods as
approved, before applying the fresh paint, without any extra cost to
Page 19 of 73
Mechanical Specifications
the Corporation.
16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
17. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
19. Filling with the clean dry coarse sand inside the tank pit is to be done
and disposals of unwanted/debris are to be transported beyond
municipal limits or un-objected place as directed by Engineer-in-
charge.
20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering, centering, curing,
supply of MS/ TOR/ TMT reinforcement bars, cutting, bending
positioning and binding with 16 gauge of M.S. binding wire. (This
includes the cost of reinforcement bars and binding wire). Item also
includes embedding, Corporation supplied Anchor bars in R.C.C. block
(2 Nos. bars in each block) as per drawing.
22. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.
Page 20 of 73
Mechanical Specifications
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pulley. No extra payment shall be made.
12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
13. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.
14. Scrapping and doping of tank as mentioned. In case of old tank, the
Contractor will have to scrap the old primer & anti-corrosive paint to
Page 21 of 73
Mechanical Specifications
15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
16. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
18. Filling with the clean dry coarse sand inside the tank pit is to be done
and disposals of unwanted/debris are to be transported beyond
municipal limits or un-objected place as directed by Engineer-in-
charge.
19. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.
22. Providing and laying base cement concrete as per drawing referred
above in the entire area of the pit, including ramming, consolidation,
curing etc.
23. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) Mat Raft
complete as per drawing referred above including shuttering centering,
curing, supply of M.S./ TOR/ TMT reinforcement bars including cutting,
bending, positioning and binding with 16 gauge of M.S. binding wire
(This includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S.
Page 22 of 73
Mechanical Specifications
bars for chairs and binding wire). Item also includes embedding,
Corporations supplied Anchor bars in R.C.C. mat raft (2 Nos. bars in
each Anchor bolts) as per drawing.
24. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.
iii. IN BRICK MASONRY PIT WITH RCC STRIP RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Spreading clean dry sand under the tank over the entire area of the
tank upto a consolidated depth as per drawing.
11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pulley. No extra payment shall be made.
Page 23 of 73
Mechanical Specifications
13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
14. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.
15. Scrapping and doping of tank as mentioned. In case of old tank, the
Contractor will have to scrap the old primer & anti-corrosive paint to
the satisfaction of the Engineer-in-charge by the methods as
approved, before applying the fresh paint, without any extra cost to
the Corporation.
16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
17. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
19. Filling with the clean dry coarse sand inside the tank pit is to be done
and disposals of unwanted/debris are to be transported beyond
municipal limits or un-objected place as directed by Engineer-in-
charge.
20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering, centering, curing,
supply of MS/ TOR/ TMT reinforcement bars, cutting, bending
Page 24 of 73
Mechanical Specifications
24. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.
25. Providing brick masonry 330mm thick of locally available good quality
bricks as per drawing referred above, in cement mortar (1:5) (1
cement : 5 coarse sand) including curing, providing scaffolding, raking
of joints complete as per drawing.
26. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous all
round over the width of the masonry wall including centering,
shuttering, curing as per drawing.
27. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.
28. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) top
slab 325mm thick complete as per drawing referred above including
shuttering, centering, curing, supply of M.S./TOR reinforcement
including its cutting, bending positioning and binding with 16 gauge of
M.S. binding wire (This includes the cost of M.S. Reinforcement and
binding wire)
Page 25 of 73
Mechanical Specifications
30. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed / provided. Additional manhole
covers apart from shown (2 Nos) in the drawings shall be paid
separately. Under item rate.
iv. IN BRICK MASONRY PIT WITH RCC MAT RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pulley. No extra payment shall be made.
12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
Page 26 of 73
Mechanical Specifications
13. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.
14. Scrapping and doping of tank as mentioned. In case of old tank, the
Contractor will have to scrap the old primer & anti-corrosive paint to
the satisfaction of the Engineer-in-charge by the methods as
approved, before applying the fresh paint, without any extra cost to
the Corporation.
15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
16. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
18. Filling with the clean dry coarse sand inside the tank pit is to be done
and disposals of unwanted/debris are to be transported beyond
municipal limits or un-objected place as directed by Engineer-in-
charge.
21. Providing and laying base cement concrete as per drawing referred
above in the entire area of the pit, including ramming, consolidation,
curing etc.
22. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
Page 27 of 73
Mechanical Specifications
23. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.
25. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.
26. Providing brick masonry 330mm thick of locally available good quality
bricks as per drawing referred above, in cement mortar (1:5) (1
cement : 5 coarse sand) including curing, providing scaffolding, raking
of joints complete as per drawing.
27. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous all
round over the width of the masonry wall including centering,
shuttering, curing as per drawing.
28. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.
29. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) top
slab 325mm thick complete as per drawing referred above including
shuttering, centering, curing, supply of M.S./TOR reinforcement
including its cutting, bending positioning and binding with 16 gauge of
M.S. binding wire (This includes the cost of M.S. Reinforcement and
binding wire)
Page 28 of 73
Mechanical Specifications
imported earth, free from all foreign matter, boulders etc. in 200mm
thick layers well watered and consolidated upto top most level of tank
pit.
31. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed / provided. Additional manhole
covers apart from shown (2 Nos) in the drawings shall be paid
separately. Under item rate.
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
5. Providing 50mm thick layer of coarse sand mixed with hot bitumen on
the 380mm wide beds of existing 4 Nos. chairs.
8. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment, the
same has to be rectified by the contractor at free of cost.
9. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.
10. Scrapping and painting of the tank outer surface with 2 coats, to a
DFT of 30-35 micron per coat, of red oxide Zinc Phosphate primer and
two coats of Aluminium finish paint to a DFT of 15-20 microns per coat
Page 29 of 73
Mechanical Specifications
as per IOC specification. In case of old tank, the Contractor will have
to scrap the old primer & paint before applying the fresh primer &
paint without any extra cost to Corporation. The item also includes
painting 2 Nos. Indian Oil monograms (of required size) and writing
name of product, capacity of tank as per direction of site Engineer.
11. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
Page 30 of 73
Mechanical Specifications
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Spreading clean dry coarse sand under the tank over the entire area of
the tank upto a consolidated depth as per drawing.
11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.
13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
14. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.
15. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.
16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
17. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
Page 31 of 73
Mechanical Specifications
19. Back filling with the excavated or imported earth free from all foreign
matters, boulders etc. in 200mm thick layers, each layer well watered
and consolidated upto top most level of tank pit.
20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering, centering, curing,
supply of MS/ TOR/ TMT reinforcement bars, cutting, bending
positioning and binding with 16 gauge of M.S. binding wire. (This
includes the cost of reinforcement bars and binding wire). Item also
includes embedding, Corporation supplied Anchor bars in R.C.C. block
(2 Nos. bars in each block) as per drawing.
22. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
Page 32 of 73
Mechanical Specifications
boulders big or small, soft rock, mud, asphalted / WBM driveways &
with CC / RCC.
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.
12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
13. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.
14. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.
15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
16. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
Page 33 of 73
Mechanical Specifications
18. Back filling with the excavated or imported earth free from all foreign
matters, boulders etc. in 200mm thick layers, each layer well watered
and consolidated upto top most level of tank pit.
19. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.
22. Providing and laying base cement concrete as per drawing referred
above in the entire area of the pit, including ramming, consolidation,
curing etc.
23. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) Mat Raft
complete as per drawing referred above including shuttering centering,
curing, supply of M.S./ TOR/ TMT reinforcement bars including cutting,
bending, positioning and binding with 16 gauge of M.S. binding wire
(This includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S.
bars for chairs and binding wire). Item also includes embedding,
Corporations supplied Anchor bars in R.C.C. mat raft (2 Nos. bars in
each Anchor bolts) as per drawing.
24. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.
Page 34 of 73
Mechanical Specifications
iii. IN BRICK MASONRY PIT WITH RCC STRIP RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Spreading clean dry coarse sand under the tank over the entire area of
the tank upto a consolidated depth as per drawing.
11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.
13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
14. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
Page 35 of 73
Mechanical Specifications
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.
15. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.
16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
17. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
19. Back filling with the excavated or imported earth free from all foreign
matters, boulders etc. in 200mm thick layers, each layer well watered
and consolidated upto top most level of tank pit.
20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering, centering, curing,
supply of MS/ TOR/ TMT reinforcement bars, cutting, bending
positioning and binding with 16 gauge of M.S. binding wire. (This
includes the cost of reinforcement bars and binding wire). Item also
includes embedding, Corporation supplied Anchor bars in R.C.C. block
(2 Nos. bars in each block) as per drawing.
Page 36 of 73
Mechanical Specifications
24. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.
25. Providing brick masonry 330mm thick of locally available good quality
bricks as per drawing referred above, in cement mortar (1:5) (1
cement : 5 coarse sand) including curing, providing scaffolding, raking
of joints complete as per drawing.
26. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous all
round over the width of the masonry wall including centering,
shuttering, curing as per drawing.
27. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.
28. Providing and laying R.C.C. (1:1.5:3) (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) top slab
325mm thick complete as per drawing referred above including
shuttering, centering, curing, supply of M.S. binding wire (This
includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S. bars for
chairs and binding wire) to be under item rates.
30. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed / provided. Additional manhole
covers apart from shown (2 Nos) in the drawings shall be paid
separately. Under item rate.
IV. IN BRICK MASONRY PIT WITH RCC MAT RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:
Page 37 of 73
Mechanical Specifications
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.
12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
13. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.
14. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.
Page 38 of 73
Mechanical Specifications
15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
16. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
18. Back filling with the excavated or imported earth free from all foreign
matters, boulders etc. in 200mm thick layers, each layer well watered
and consolidated upto top most level of tank pit.
21. Providing and laying base cement concrete as per drawing referred
above in the entire area of the pit, including ramming, consolidation,
curing etc.
22. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) Mat Raft
complete as per drawing referred above including shuttering centering,
curing, supply of M.S./ TOR/ TMT reinforcement bars including cutting,
bending, positioning and binding with 16 gauge of M.S. binding wire
(This includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S.
bars for chairs and binding wire). Item also includes embedding,
Corporations supplied Anchor bars in R.C.C. mat raft (2 Nos. bars in
each Anchor bolts) as per drawing.
23. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.
Page 39 of 73
Mechanical Specifications
25. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.
26. Providing brick masonry 330mm thick of locally available good quality
bricks as per drawing referred above, in cement mortar (1:5) (1
cement : 5 coarse sand) including curing, providing scaffolding, raking
of joints complete as per drawing.
27. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous all
round over the width of the masonry wall including centering,
shuttering, curing as per drawing.
28. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.
29. Providing and laying R.C.C. (1:1.5:3) (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) top slab
325mm thick complete as per drawing referred above including
shuttering, centering, curing, supply of M.S. binding wire (This
includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S. bars for
chairs and binding wire) to be under item rates.
31. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed / provided. Additional manhole
covers apart from shown (2 Nos) in the drawings shall be paid
separately. Under item rate.
Page 40 of 73
Mechanical Specifications
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
5. Providing 50mm thick layer of coarse sand mixed with hot bitumen on
the 380mm wide beds of existing 4 Nos. chairs.
8. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment, the
same has to be rectified by the contractor at free of cost.
9. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.
10. Scrapping and painting of the tank outer surface with 2 coats, to a
DFT of 30-35 micron per coat, of red oxide Zinc Phosphate primer and
two coats of Aluminium finish paint to a DFT of 15-20 microns per coat
as per IOC specification. In case of old tank, the Contractor will have
to scrap the old primer & paint before applying the fresh primer &
paint without any extra cost to Corporation. The item also includes
painting 2 Nos. Indian Oil monograms (of required size) and writing
name of product, capacity of tank as per direction of site Engineer.
11. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
Page 41 of 73
Mechanical Specifications
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Spreading clean coarse dry sand under the tank over the entire area of
the tank upto a consolidated depth as per drawing.
11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.
13. The contractor will thoroughly examine the tank for any dents etc. at
Page 42 of 73
Mechanical Specifications
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
14. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.
15. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.
16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing/tightening of bushes &
flanges.
17. Fixing, Corporation supplied, inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
19. Filling with clean dry coarse sand inside the tank pit is to be done and
unwanted/debris are to be transported beyond municipal limits or un-
objected place for disposal as directed by Site Engineer.
20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering centering, curing,
supply for MS/ TOR/ TMT reinforcement, cutting, bending poisoning
and binding with 16 gauge of MS binding wire (This includes the cost
of M.S. reinforcement and binding wire). Item also includes embedding
Corporation supplied Anchor bars in R.C.C. block (2 Nos. bars in each
block) as per drawing.
Page 43 of 73
Mechanical Specifications
22. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.
12. The contractor will thoroughly examine the tank for any dents etc. at
Page 44 of 73
Mechanical Specifications
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
13. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.
14. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.
15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing/tightening of bushes &
flanges.
16. Fixing, Corporation supplied, inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
18. Filling with clean dry coarse sand inside the tank pit is to be done and
unwanted/debris are to be transported beyond municipal limits or un-
objected place for disposal as directed by Site Engineer.
19. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.
Page 45 of 73
Mechanical Specifications
site.
22. Providing and laying base cement concrete as per drawing referred
above in the entire are of the pit including ramming, consolidation,
curing etc.
24. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.
iii. IN BRICK MASONRY PIT WITH RCC STRIP RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
8. Bailing out of water or any other water, if met with, from tank pit area.
Page 46 of 73
Mechanical Specifications
10. Spreading clean coarse dry sand under the tank over the entire area of
the tank upto a consolidated depth as per drawing.
11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.
13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
14. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.
15. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.
16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing/tightening of bushes &
flanges.
17. Fixing, Corporation supplied, inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
Page 47 of 73
Mechanical Specifications
19. Filling with clean dry coarse sand inside the tank pit is to be done and
unwanted/debris are to be transported beyond municipal limits or un-
objected place for disposal as directed by Site Engineer.
20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering centering, curing,
supply for MS/ TOR/ TMT reinforcement, cutting, bending poisoning
and binding with 16 gauge of MS binding wire (This includes the cost
of M.S. reinforcement and binding wire). Item also includes embedding
Corporation supplied Anchor bars in R.C.C. block (2 Nos. bars in each
block) as per drawing.
24. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.
25. Providing brick masonry 330mm thick of locally available good quality
bricks (50 class bricks) as per drawing referred above, in cement
mortar (1:5) (1 cement : 5 coarse sand) including curing, providing
scaffolding, raking of joints complete as per drawing.
26. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous
alround over the width of the masonry wall including centering,
shuttering, curing as per drawing.
27. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.
Page 48 of 73
Mechanical Specifications
30. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed/ provided. Additional manhole
covers apart from shown (2 Nos.) in the drawings shall be paid
separately. Under item rate.
iv. IN BRICK MASONRY PIT WITH RCC MATT RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG. NO.:
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
8. Bailing out of water or any other water, if met with, from tank pit area.
10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.
Page 49 of 73
Mechanical Specifications
12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.
13. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.
14. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.
15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing/tightening of bushes &
flanges.
16. Fixing, Corporation supplied, inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.
18. Filling with clean dry coarse sand inside the tank pit is to be done and
unwanted/debris are to be transported beyond municipal limits or un-
objected place for disposal as directed by Site Engineer.
19. Providing Brick Masonry 230 mm wide of locally available good quality
approved bricks in cement motor 1:5 (1 : cement : 5 coarse sand ) for
kerbing around tank with leveling course in P.C.C. 1:4:8 and plastering
12 mm thick with cement motor 1:4 (1 : cement : 4 coarse sand ) as
per drawing referred above including curing irrespective of all lead and
Page 50 of 73
Mechanical Specifications
lifts.
22. Providing and laying base cement concrete as per drawing referred
above in the entire are of the pit including ramming, consolidation,
curing etc.
24. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.
26. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.
27. Providing brick masonry 330mm thick of locally available good quality
bricks (50 class bricks) as per drawing referred above, in cement
mortar (1:5) (1 cement : 5 coarse sand) including curing, providing
scaffolding, raking of joints complete as per drawing.
28. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous
alround over the width of the masonry wall including centering,
shuttering, curing as per drawing.
29. Plastering brick masonry internal wall surfaces in masonry pit with
Page 51 of 73
Mechanical Specifications
32. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed/ provided. Additional manhole
covers apart from shown (2 Nos.) in the drawings shall be paid
separately. Under item rate.
3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.
5. Providing 50mm thick layer of coarse sand mixed with hot bitumen on
the 380mm wide beds of exiting 4 Nos. chairs.
8. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
Page 52 of 73
Mechanical Specifications
dents, puncher damage etc, has taken place on the equipment, the
same has to be rectified by the contractor at free of cost.
9. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.
10. Scrapping and painting of the tank outer surface with 2 coats, to a
DFT of 30-35 micron per coat, of red oxide Zinc Phosphate primer and
two coats of synthetic Aluminium finish paint to a DFT of 15-20
microns per coat as per IOC specification. In case of old tank, the
Contractor will have to scrap the old primer & paint before applying
the fresh primer & paint without any extra cost to Corporation. The
item also includes painting 2 Nos. Indian Oil monograms (of required
size) and writing name of product, capacity of tank as per direction of
site Engineer.
11. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.
i. Supply, fabrication, laying and testing of MS, BLACK, ERW, threaded pipes,
heavy class conforming to IS 1239, PART I as per IOCL specifications including
pipeline fittings like bends, tee etc as required and as directed.
ii. The CONTRACTOR shall supply all piping materials like pipes, fittings, flanges
Page 53 of 73
Mechanical Specifications
(along with gaskets, bolts, nuts), valves, pipe supports, anti corrosive
treatment, paints, etc., as mentioned. Supports shall include all accessories like
U-bolts, clamps, rods etc., and all steel structure required for proper
supporting of the pipe.
iii. Scope of supply shall also include weather hoods for bare pipes crossing
ceilings and walls.
iv. The contractors scope shall also cover excavation in all kinds of soil/ hard/ soft
rock not requiring blasting including necessary scaffolding, shoring and later
back filling with the excavated soil.
v. Any other materials or items required to complete the work shall also be
supplied by the CONTRACTOR at no extra cost to the CORPORATION whether
specifically listed or not.
vi. COATING:
vii. PAINTING:
The aboveground pipeline shall be painted with two coats of synthetic enamel
over two coat of specified primer or equivalent (as approved by the Engineer-
in-charge) after preparing the surface as per Manufacturer specification and as
directed by the Engineer-in-charge
viii. The pipe line laid shall be tested hydrostatically to a pressure of 7 Kg/cm2.
i. Supply, fabrication, laying and testing of MS black, welded, heavy class pipes
conforming to IS 1239 and as per IOCL specifications including pipeline fittings
like bends, tee etc as required and as and 2 coats of synthetic enamel /
aluminium finish paint as per IOCL specs.
ii. The CONTRACTOR shall supply all piping materials like pipes, fittings, flanges
(along with gaskets, bolts, nuts), valves, pipe supports, anti corrosive
treatment, paints, etc., as mentioned. Supports shall include all accessories like
U-bolts, clamps, rods etc., and all steel structure required for proper
Page 54 of 73
Mechanical Specifications
iii. Scope of supply shall also include weather hoods for bare pipes crossing
ceilings and walls.
iv. The contractors scope shall also cover excavation in all kinds of soil/ hard/ soft
rock not requiring blasting including necessary scaffolding, shoring and later
back filling with the excavated soil.
v. Any other materials or items required to complete the work shall also be
supplied by the CONTRACTOR at no extra cost to the CORPORATION whether
specifically listed or not.
vi. COATING:
vii. PAINTING:
The aboveground pipeline shall be painted with two coats of synthetic enamel
over two coat of specified primer or equivalent (as approved by the Engineer-
in-charge) after preparing the surface as per Manufacturer specification and as
directed by the Engineer-in-charge
ii. Cleaning and scrapping, with wire brushes & abrasives, the outside surface of
the pipeline.
iii. The rate includes excavation for trenches for the above work.
Page 55 of 73
Mechanical Specifications
iv. The pipe line laid shall be tested hydrostatically to a pressure of 7 Kg/cm2.
v. COATING:
vi. PAINTING:
The aboveground pipeline shall be painted with two coats of synthetic enamel
over two coat of specified primer or equivalent (as approved by the Engineer-
in-charge) after preparing the surface as per Manufacturer specification and as
directed by the Engineer-in-charge
Supplying, handling, welding, doping/ painting (as per relevant item specifications) of
MS C Class/ Schedule 40, Forged bends, reducers of required size. However the
minimum wall thickness shall be as under:
01 40mm 3.60mm
02 50mm 3.90mm
03 65mm 5.10mm
04 80mm 5.40mm
05 100mm 6.00mm
06 150mm 6.30mm
In case 45 degree bends are required, 2 No. 45 degree bends will be taken as 1 No. 90
degree bend for the purpose of payment.
Measurement
Note: The specification for Fabrication, Welding, Electrode - as mention in Item for
welded pipelines
Page 56 of 73
Mechanical Specifications
Supply & welding slip-on flanges conforming to IS2062 GrA, ANSI B16.5,
Class#150 with 3 runs of weld outside and one run of weld inside the
flanges as per specifications and standard Drg. enclosed here in AS PER DRG
NO.ENG/425 M
Supplying of steel flanges class 150 as per IOC drawing, including transportation of the
same to the work site. Material for SORF/ BLRF flanges to conform to ASTM A-105
classs 150 for sizes upto 300mm. Flanges shall conform to ASME B16.5.
All flanges shall have raised serrated faces finished to 125 AARH. The bore of SORF
Flanges shall match the OD of the attached pipe. The rate includes all cost for
delivering the flanges at site
A. Slip on flanges
B. MS Blind flanges
7.0 MAKING FLANGED JOINTS SLIP ON & BLIND FLANGES etc. including providing/
supplying 3 mm thick CAF , permanite oil confirming to IS 2712 Gr 0/1 gasket, nuts,
bolts, bonding with 3 mm dia copper wire etc. complete as per IOCL specifications.
Supplying of steel flanges class 150 as per IOC drawing, including transportation of the
same to the work site. Material for SORF/ BLRF flanges to conform to ASTM A-105
classs 150 for sizes upto 300mm. Flanges shall conform to ASME B16.5.
All flanges shall have raised serrated faces finished to 125 AARH. The bore of SORF
Flanges shall match the OD of the attached pipe. The rate includes all cost for
delivering the flanges at site
A. Slip on flanges
B. MS Blind flanges
9.0 Supplying and fixing basket strainers of the SIZES 200MM, 150 MM & 100 MM
DIA suitable for flow rate of 1200 lpm (max) for line size 100NB and 2400 LPM for 150
NB and above. The design pressure shall be 15 kg/sq.cm. and the mesh shall be of SS
material. Rate includes making flange connections at both ends and painting to the
required colour coding.
Page 57 of 73
Mechanical Specifications
10.0 S&I OF CLASS 150 FLANGED CS BALL VALVE- S/I CLASS150 FLANGED CS
BALLVALVE 80MM
Trim : 13 % Cr steel
Ball : SS 304
Handling, aligning & fixing corporation supplied gate valve / check valve / box strainer
etc. in pipeline sections including jointing with specified. Item also includes supplying &
fixing necessary gasket 3mm thick CAF, PERMANITE OIL conforming to IS 2712 Gr
O/1, approved Make nuts & bolts, washers etc.
To supply & fix the above mentioned item as per relevant drawings, specification and
approval of site in-charge. The item includes fixing of the same on tanks with all
Page 58 of 73
Mechanical Specifications
Measurement
Supply & fixing welded/ screwed above mentioned items as per relevant specification
and approval of site in-charge . The item includes fixing of the same on tanks with all
material complete.
Measurement
To supply & fix the above mentioned item (male/female type) as per relevant
drawings, specification and approval of site in-charge. The item includes fixing of the
same on tanks with all material complete.
Measurement
15.0 PROVIDING LOCKING ARRANGEMENT FOR FILL & DIP PIPES AS PER DRG
NO.ENG/303-1/2 INCLUDING THE FOLLOWING ITEMS OF WORKS:
ii. Providing & fabricating arrangement and fixing with nut, bolt or welded to the
fill and dip pipe.
iii. Supplying and fixing in locking-clamp approved Make (or) equivalent approved
make pad-lock of size 50mm with duplicate keys.
16.0 PERMANITE OIL PACKING 600 MM DIA 3MM THICK FOR TANK MANHOLE
Permanite oil packing 600 mm dia 3mm thick for tank manhole conforming to BS
1832/58
To supply & fix the below mentioned item as per relevant drawings, specification and
Page 59 of 73
Mechanical Specifications
approval of site in-charge. The item includes fixing of the same on tanks with all
material complete.
i. Aluminium & Brass dip rod as per Drg No. ENG/303-2/2 for 15/20 KL tank &
Drg. No. ENG/320-2/2 for 50/70 KL tank.
iii. Vent hood jali made out of SS Wire 32 SWG 11 mesh per linier cm. Fixing shall
be as per drg no: ENG/333-4/4
Measurement
18.0 SUPPLYING AND PROVIDING M.S. IS 1239, HEAVY pipe of suitable length for
exhaust arrangement for diesel engine including clamping & insulating the exhaust
pipe with asbestos rope etc.
Providing and fixing pressure gauge composite gauge 0-15 Kg/cm2 rating on pipeline.
Item also includes providing, fixing and welding socket in pipeline and providing and
fixing 12mm dia GM isolator valve complete as directed by Engineer.
20.0 Supply and fixing of Silica Gel trap assembly dia made of acrylic / glass tube
with silica gel as per standard drawings enclosed.
21.0 Handling and installation of IOCL supplied flow meter as per manufacturers
instructions including fixing supplied valves, providing 80mm dia . 2 Nos
pipe supports with suitable clamps, straps, nuts, bolts, washers and 6mm
thick base plate, G.I. Sheet box with cover (16 SWG) including providing
window glass on the box cover, locking arrangement, etc. complete as per
instructions and detailed specifications complete
a) Un-packing of the dispensing pump from the wooden crate. Wooden crate
shall be the property of the contractor.
Page 60 of 73
Mechanical Specifications
b) Handling and shifting to the pump island and handing over loose items like
nozzles, hose pipe, handles etc. to Engineer, dealer/consumer.
This includes supplying and fixing air compressor assembly with delivery pressure of 12
kg/sq cm(g) of approved make, which shall be provided with pressure gauge, high
pressure releasing valve, non- return/ safety/ drain/ delivery valves, automatic cut-off
switch and suitable electrical connections & all standard accessories, including civil
works. A three phase 440V, AC induction motor approved Make shall be coupled with
air compressor. High-pressure valve switch shall be connected to motor control circuit
in starter.
A 440v, 50 Hz AC relevant capacity of approved make DOL starter (direct on line) shall
be connected to motor circuit.
Supply & installation of Digital tyre inflator which is microprocessor based, automatic
air pressure controller with solenoid controlled nozzle for automatic fill and release
functions. Complete with weather proof cabinet, 3 digit LCD displays with backlight
illuminations i.e. one for actual tyre pressure and another for set pressure. Air filter,
remote controller, cables, PVC hose pipe and working pressure upto 10bar ( Excluding
civil work for foundation, etc.)
Supply & installation of Mechanical tyre inflator with working pressure in the range of 0
to 10 psi including all necessary works, fittings, accessories etc.
Supplying and fixing of hose (6mm ID) assembly for Mechanical Air tower.
Page 61 of 73
Mechanical Specifications
Supplying & fixing braided rubber hose of approved make suitable for oil installation.
The pipe should have continuity for earthing etc. as per the specification.
1. Handling, loading, unloading and transportation of 10/ 15/ 20/ 50/ 70 KL Tank
with fittings dispensing pump, air compressor, other pumps and engineering
materials from one location to another under the jurisdiction of Delhi State
Office.
4. For loading/ unloading the tank with chain pulley, block, or any other
mechanical method, staging, ramps etc. no extra payment shall be made
5. For loading/ unloading the pump, compressor etc. with chain pulley, block, or
any other mechanical method, staging, ramps etc. or manual means no extra
payment shall be made
6. Extra payment shall be made for loading/ unloading pump, compressor etc. in
case a suitable vehicle/ crane is employed specially for this purpose. The
payment for the same shall be reimbursed only on production of receipt. The
same is already included in the item specified in the schedule of rates.
8. Contractor shall be responsible for any damages and losses during loading /
unloading and transporting of material. If the materials are required to be
insured for Transit Insurance the actual expenses so incurred shall be borne
by the Contractor.
9. Contractors may be asked to pack the materials and in that event, packing
charges shall be paid extra on mutually agreed rates.
10. The item includes taking delivery of material from the prescribed location,
transporting and delivery of the same at destination as per the instruction of
Page 62 of 73
Mechanical Specifications
11. The payment shall be made on the basis of shortest distance between two
locations and the kilometerage shall be given on the basis of Corporation
working and the contractor shall be bound by the same.
12. Payment shall be made on production of MRN only, along with bills.
13. The transportation of IOC material will be done by the vehicle exclusively for
IOC job and no other material of any outside party will be loaded in the
vehicle.
1. Exposing the underground pipeline from all sides by excavating the pipeline
trench up to required depth and back filling the same after the testing of
pipeline or doping is complete.
2. Item includes costs for rent for hydraulic pump, supply of water for testing,
etc.
5. Testing pipeline at 10.5 Kg/sq.cm, keeping it for 6 hours and rectifying the
leakage if any.
3. Supply of water and filling the same in the tank for testing.
5. Rectifying leaks if any, however it shall be paid separately depending upon the
quantum of work.
Page 63 of 73
Mechanical Specifications
6. Removal of water from the tank & its disposal outside IOC premises.
7. Cleaning the tank thoroughly from inside with Gunny bags, soft cloth etc. &
reconnecting the pipe line, fittings including replacement of packing nuts and
bolts etc., if required for commissioning the tank.
8. After testing the tank hydrostatically, the gasket used in the manhole cover
has to be replaced with new one.
1. The item includes removing the existing doping (in case of existing tank /
pipeline), etc. and the surface shall be completely cleaned.
2. The surface shall be made totally dry and free from moisture, oil, etc. before
the commencement of the application of the anti-corrosive paint, Shalimastic
HD or equivalent.
3. The Shalimastic HD or equivalent paint shall be properly stirred first and then
cold applied over the prepared surfaces in three coats with brush. There shall
be an interval of 24Hrs between each coat. The minimum DFT per coat shall
be 200 microns and the total DFT shall not be less than 600 microns.
4. The above mentioned entire application shall be carried out as per the
Manufacturer specifications and as directed by the Engineer-in-charge.
1. Removal of dead stock from the tank and collecting the same in IOC/consumer
supplied empty barrels and handing over the same to the owner.
2. Degassing the tank by filling the water in tank upto the manhole till it
overflows and removing the water from the tank.
3. Removing the sludge from the tank and dumping the same at the place
indicated by Engineer-in-charge/Location-in-charge of IOC or the consumer.
4. Cleaning the inner surface of the tank with soap water solution and hessian
cloth and removing all foreign matter from the tank. The cleaning process
shall be carried to the full satisfaction of IOC representative / consumed.
5. Reaffixing the manhole cover with new 3mm thick permanite oil packing and
also replacing defective nuts and bolts for manhole cover as well as pipeline
connection to the tank including connecting/ jointing all pipelines to tanks.
6. Back filling the manhole chamber and clearance of site including removal of
malba, if any.
Page 64 of 73
Mechanical Specifications
7. Additional manholes, if required, shall be opened with cold cutting and welding
the manhole after gas freeing. The rate for cutting and welding shall be paid
separately.
33.0 GENERAL
33.1 These specifications define basic requirements for painting work for a
petroleum installation.
33.2 It is deemed that the work shall be carried out by the contractor with the best
quality of specified material and workmanship at his own cost.
33.4 During storage and application of paints, the paint manufacturers instructions
shall be strictly followed. Particular attention shall be paid to the following:
33.5 The cleaned surface shall not be kept exposed to atmosphere for more than 24
hours (particularly at night time when humidity %age in atmosphere is more
and might spoil the surface prepared).
33.6 The first coat of primer shall be applied soon after cleaning and before any
visible rusting occurs.
33.7 The paint coat shall be smooth and even and shall not show any trace of brush
mark. The bands, lettering, etc. shall be carried out as per drawing after the
external painting is completed.
33.8 The contractor has to position an ELCOMETER at site for checking the paint
thickness by the site engineer.
33.9 Lettering, painting directional signs and relevant data shall be painted in
suitable size as directed by Engineer in Charge.
Page 65 of 73
Mechanical Specifications
ii. Supplying & Filling sweet water in the underground tank (10/15/20/50/ 70KL)
to avoid floating of the tanks during monsoon, etc. as directed.
iii. Removing the water carefully from U/G tank with SR pump, in such a way that
there is no loss of product. The water has to be thrown away and the product
to be put back into the tank etc. complete.
2. Degassing the 10/ 15/ 20/ 50/ 70 KL Tank as per the approved
procedures as per the direction of Engineer-in-charge.
3. Removing dead stock, sludge oil trace and storing them in barrels at
safe place as per the direction of Engineer-in-charge.
4. Exhuming the tank from the pit, including necessary earth work and
excavation upto the bottom most level, lifting the tank by manual or
mechanical means, including dismantling earthing provisions, etc.
complete.
5. Stacking the 10/ 15/ 20/ 50/ 70 KL Tank within the premises.
6. Back filling the pit upto ground level with excavated and imported
earth in 200mm layers well watered and consolidated upto the top
most level with earth rammer, etc. as directed by Engineer-in-charge.
3. Dismantling of Anchor bolts straps etc. and stacking the same within
the RO/CP premises.
Page 66 of 73
Mechanical Specifications
Dismantling of dispensing pump from pump island including disconnecting pipeline and
electrical connections, removing product from pump body sealing inlets, stacking the
unit at site and handing over the same.
Above Ground:
1. Dismantling of all pipelines, fittings like flanges, check valves, elbows, bends,
sockets union nipples etc, including cutting, if required, as per site conditions.
2. Stacking of all the above material within the RO/CP premises and handing over
the material to the Engineer.
Underground:
3. Uplifting the pipe from the trenches, cutting the same in appropriate lengths
after dismantling the sockets/flange joints.
4. Back filling the trenches with the excavation or imported earth, watering and
Page 67 of 73
Mechanical Specifications
Replacing existing manhole gaskets for 15/20/50/70 KL U/G & A/G tanks including
disconnecting the pipelines, removing nuts, bolts & manhole cover and supplying and
fixing permanite oil gaskets, nuts & bolts as per relevant specification and drawings
and reconnecting the pipeline.
Page 68 of 73
Mechanical Specifications
(Service: For various petroleum products like petrol, kerosene, diesel, at retail outlets only)
(sizes < or = to 150 mm)
1 PIPES, ERW, ONE END SCREWED CARBON STEEL, BLACK IS1239 PART I, HEAVY CLASS,
2 FITTINGS SCREWED (ELBOWS, CARBON STEEL, BLACK, IS1239 PART II , TO SUIT HEAVY
554 TAPER.
5 MACHINE BOLTS & NUTS IS 1367 ,CLASS 4.6/4 IS 1363, TO SIUT 150 CLASS
FLANGES
6 VALVES - GATE & CHECK REFER PARA 5.0, CL 5.1 REFER PARA 5.0 ,CL 5.1 (SPECS FOR
BRONZE VALVES)
Page 69 of 73
Mechanical Specifications
TABLE 2
(Service: For various petroleum products like petrol, kerosene, diesel, LDO & FO at Consumer
depots, Taluka kerosene depots, Terminals, Depots and Aviation fuelling stations) (Sizes 80
mm TO 200 mm)
2 FITTINGS ASTM A234 Gr WPB, SEAMLESS FOR ANSI B16.9 (SEE TABLE-6 FOR
SERRATED
SLIP-ON
4 GASKETS CAF, PERMANITE OIL, IS 2712 GR ANSI B 16.21, 150 CLASS, 3mm
O/1 THICK
5 MACHINE BOLTS & NUTS IS 1367 , CLASS 4.6/4 IS 1363, 150 CLASS
6 VALVES GATE, BALL& REFER PARA 5.0 , CL 5.2 & 5.3 REFER PARA 5.0,CL 5.2&5.3
7 HOSES REFER PARA 6.0 (SPECIFICATION REFER PARA 6.0 (SPECS FOR
Page 70 of 73
Mechanical Specifications
TABLE 3
(Service: Compressed Air and Water at all locations, SIZES < or = 80 NB)
1 PIPES, ERW, SCREWED, CARBON STEEL, GALVANISED IS1239 PART I, HEAVY CLASS
4 GASKETS CAF, PERMANITE OIL, IS 2712 Gr O/1, ANSI B 16.21, 150 CLASS
3mm THICK ,
5 MACHINE BOLTS & NUTS IS 1367 , CLASS 4.6/4 IS 1363, 150 CLASS
6 VALVES - GATE & CHECK REFER PARA 5.0, CL 5.1 REFER PARA 5.0 ,CL 5.1 (SPECS
TABLE 4
(Welding electrodes)
FILLER MATERIAL
S. NO BASE MATERIAL WELDING PROCESS
ROOT PASS FILLER PASS
TABLE 5
1 80 4.7
2 100 4.8
3 150 6.3
Page 71 of 73
Mechanical Specifications
x A scaffold should be provided and maintained where work cannot safely be done on or
from the ground or from part of a building or other permanent structure.
x Scaffolds should be provided with safe means of access. Ladders should be secured
against inadvertent movement.
x Every scaffold and part thereof should be constructed such as not to cause hazards for
workers during erection and dismantling.
x Every scaffold should be maintained in good and proper condition, and every part
should be kept fixed or secured so that no part can be displaced in consequence of
normal use.
Lifting appliances on scaffolds: When a lifting appliance is to be used on a scaffold the parts of
the scaffold should be carefully inspected to determine the additional strengthening and other
safety measures required
Prefabricated scaffolds: In the case of prefabricated scaffold systems, the instructions provided
by the manufacturers or suppliers should be strictly adhered to. Prefabricated scaffolds should
have adequate arrangements for fixing bracing. Frames of different types should not be inter-
mingled in a single scaffold. Scaffolding shall be erected on firm and level ground.
x Platforms should be designed and built with dimensions that are compatible with the
stability of the structure as a whole, especially the length;
x Anchorage and other elements of support of the scaffold should be designed and built
in such a way as to ensure sufficient strength;
x Ropes, winches, pulleys or pulley blocks should be designed, assembled, used and
Page 72 of 73
Mechanical Specifications
maintained according to the requirements established for lifting gear adapted to the
lifting of persons according to national laws and regulations;
Bamboo Scaffolding: In general, it should be avoided as far as possible. It should not be used
in the unit/off-site areas and where hot work is to be done.
Page 73 of 73
ELECTRICAL
SPECIFICATIONS
Electrical Specifications
ELECTRICAL WORKS
GENERAL CONDITIONS
1.0 GENERAL: The entire electrical installation work shall be carried out in accordance
with approved drawings and in general conformity with the requirements of the Indian
Electricity Act 1910, the Indian Electricity Rules 1956, the relevant IS codes of practice
as amended to date, wherever applicable and the regulations of the local licensing bodies/
C.E.I.G etc., and where such installations are subject to inspection and approval of Fire
insurance and Explosive Authorities, the installation shall be planned and executed
conforming to their regulations/ rules.
2.0 WORKMANSHIP: First class workmanship and neat appearance are the essential
requisites for compliance with these specifications.
3.0 MATERIALS AND MAKES: All materials, equipment, fittings, fixtures, appliances,
accessories, etc., to be used in the installation shall conform to the relevant Indian
Standard Specifications and generally shall be as per approved make given in the
SOR/specification. The tenderer will specify the makes, which he proposes to use from the
list of approved makes of electrical goods. If he specifies more than one make, in any
category, the Clients shall be entitled to assume that the best of the different makes so
specified will be used by the Contractor on the works.
4.0 TEST CERTIFICATES AND REPORTS: Test certificates/ Reports for various equipment/
material and for installation work shall be produced by contractor for IindianOils review
and records.
5.0 SERVICE CONNECTION: Contractor has to obtain the necessary service connection, if
required from the Electricity board and electrical licencing board by paying the statutory
payment. The payment made shall be reimbursed on production of cash bill by the client.
For all the fabricated items, namely Panel, etc, the general arrangements / Fabrication
drawings are to be prepared and approval obtained from IndianOil, before commencing
fabrication.
7.0 WORKMANSHIP: The CONTRACTOR shall ensure workmanship of good quality and shall
assign qualified supervisors/ engineers and competent welders/labour who are skilled and
experienced in their trades.
Page 1 of 50
Electrical Specifications
TECHNICAL SPECIFICATIONS
1.0 1.1 KV GRADE (LT) CABLES: This specification covers the requirements of 1100V grade
Power, Control, Lighting, Cables with general purpose insulation and sheaths. The
design, construction, manufacture and performance of cables shall comply with all
currently applicable statues, regulations and safety codes in locality where cables will be
installed. Nothing in this specification shall be construed to relieve the CONTRACTOR of
this responsibility. These specifications are for 600/1100 Volts grade solid/stranded,
aluminium, copper conductors, XLPE / FRLS insulated and sheathed galvanised round/
flat steel wire armoured / unarmoured and PVC overall sheathed cables.
Page 2 of 50
Electrical Specifications
1.2 TESTS: Cables shall be routine and acceptance tested in accordance with the
latest edition of the relevant Indian / British Standards. One drum per size or on
random shall be offered for inspection of re rolling the cables to check the
uniformity of outer sheath & to confirm the total length as mentioned in the
drum. Four copies of type test and routine test certificates shall be submitted for
customers approval before dispatch.
1.3 INSPECTION: Inspection including witnessing routine tests will be carried out
by Customer or his authorised representatives. Contractor shall notify Customer or
his authorised representatives in writing at least fifteen (15) days prior to
Contractor's scheduled inspection tests.
1.5 INSTRUCTION MANUAL: Catalogues giving all technical details and instruction
booklets on installation in three (3) copies shall be furnished. Cables shall be
packed in wooden drums / steel drums as the case may be suitably to facilitate
installation/transportation and to prevent damage during transportation.
1.6 CLIMATIC CONDITIONS: Cables shall be installed in air /buried U/G, ambient
temperature of 50C with 95% relative humidity, unless otherwise specified in
data sheet.
1.7.1 Construction, Performance and testing of Power and Control cables shall
conform to IS: 1554. Part - 1 (PVC insulated heavy duty electric cables for
working voltages upto and including 11000V).
1.7.3 Recommended current ratings for cables shall conform to IS:3961 (PART
II) 1967: PVC insulated & PVC sheathed heavy duty cables and IS: 3961
(Part V) 1968: PVC insulated light duty cables.
1.7.4 Armouring shall conform to IS:3975-1979 (Mild steel wires, strips &
tapes for armouring of cables - first revision).
Page 3 of 50
Electrical Specifications
1.8 CONDUCTOR:
1.8.1 Plain aluminum conductor, solid / stranded, grade H4, Class I or 2 (as
applicable), as per IS 8130 (conductors for insulated electric cables and
flexible cords).
1.8.2 Plain annealed, high conductivity Copper Conductor solid / stranded, Class
1 or 2 (as applicable), as per IS 8130. Conductor shall be tinned when
indicated.
1.8.3 The conductor shall be clean, reasonably uniform in size and shape,
smooth & free from harmful defects.
1.8.4 Power cables shall be with Cu./Al conductors. Power cables upto and
including 4 sq. mm shall be with copper conductor. All power cables
above 4 sq. mm shall be with aluminium conductor. Control cables shall
be with copper conductor only.
1.8.5 Cables upto 6 sq mm shall be with solid/stranded conductor, but all cable
including and above 10 sq mm shall be with stranded conductor.
1.9 INSULATION: Insulation for cables shall be PVC Type A as per requirement
indicated herein and shall conform to the properties covered in IS 5831 PVC
insulation and sheath for electric cables applicable standard. The insulation shall
be so applied that it fits closely on the conductor and it shall be easily possible to
remove it without damage to the conductor.
1.10 CORE IDENTIFICATION: Colour coding shall be acceptable for all cables upto 5
cores, Cables with more than 5 cores shall have printed numerals on each core.
1.11 INNER SHEATH: It shall be so applied that it fits closely on the laid up cores & it
shall be possible to remove it without damage to insulation. It shall be ensured
that the inner sheath is as circular as possible. Inner sheath shall be of PVC and
applied either by extrusion and shall be compatible with the insulation provided
for the cables.
1.12 ARMOUR: Armouring is given for mechanical strength I protection of cables from
external damage. This shall comprise galvanised steel in the form of round wires
or strips. These shall be of following types:
Page 4 of 50
Electrical Specifications
1.12.1 Armouring is applied over insulation in case of single core cables and over
inner sheath in case of multicore cables. The direction of lay of the
armour shall be left hand.
1.13 Outer Sheath: The outer sheath shall be of an extruded layer of PVC compatible
with the specified ambient and operating temperature of the cables & conforming
to the requirement of IS 5831 as follows:
1.13.1 Type ST1: General purpose sheath intended for use in Cables operating at
a maximum rated conductor temperature 70oC.
1.13.2 Type ST2: Heat resiting sheath intended for use in cables operating
at a maximum rated conductor temperature of 90oC.
1.13.3 The sheath shall be resistant to water, ultra violet radiation, fungus,
termite and rodent attacks. The colour of the outer sheath shall be
black unless otherwise specified. The sheathed cables shall be
weatherproof, suitable for indoor / outdoor use.The outer sheath shall be
applied over armouring in case of armoured Cables.
Al conductor A
PVC insulation Y
Page 5 of 50
Electrical Specifications
1.17 CABLE ENDS: Cable ends shall be sealed with non-hygroscopic sealing
1.18 TEST AND TEST EQUIPMENT: Cables shall be subjected to routine and
acceptance tests in accordance with standards specified. Test methods shall
conform to IS 10810 (Methods of Test for Cables). CONTRACTOR shall ensure use
of calibrated test equipment having valid calibration test certificates from standard
laboratory traceable to National Standards.
2.0 FRLS CABLES: The FRLS cables shall be generally as per the above specification except
the outer sheath shall be of Extruded FRLS PVC. These Cables shall meet the
requirements related to flame retardance, low smoke emission, and low acid and toxic gas
emission as per applicable standard.
3.1 CABLE LAYING: The cables shall be laid in build up trenches, directly buried in
ground, vertical raceways, clamped on structures / walls / ceiling, pulled
through pipes and conduits, etc. The scope of cable laying shall include laying,
pulling cables as above, proper dressing of cables, supply and installation of
cable fixing saddles, spacers and metallic cable clamps as required.
3.2 CABLE INSTALLATION: The Installation rates shall include supply and
installation of accessories like cleats, clamps, identification tags and associated
hardware.
3.3 DIRECTLY BURIED CABLES: Excavation in all types of soil including WBM
Asphalting/ CC/ RCC /Brick Masonry/Hard & Soft rock for making trenches upto a
depth of 600 mm below. Supplying and spreading dry river sand 100 mm thick
cushion over the entire area of excavated trench and also filling in between the
brick lining so as to embed the cable as per drawing. Supplying and laying dry
brick or stone patties duct on the sides and top of the cable shown in the drawing.
Back filling the trench with excavated or imported earth free from all foreign
matters, including consolidated and disposal of surplus earth beyond the premise.
3.5 CABLE TERMINATION: The scope of termination at each end shall include
dressing, and connecting all the cores of the cables. It shall also include:
3.5.1 Making the requisite holes on the gland plate of the switchgear/any other
panel, fixing glands, terminating the cables in the cable boxes,
Page 6 of 50
Electrical Specifications
earthing the cable armour, crimping of cable lugs on each core, neatly
clamping the cable inside switchgear / panel cable alleys, connecting the
cable to the terminals and proper tightening of terminals. The cable and
core identifying tags and core identifying ferrules shall be supplied and
installed by the CONTRACTOR as a part of cable termination work.
3.5.2 Cost of supplying cable glands and cable lugs shall be included under unit
rates for cable termination.
3.5.4 The CONTRACTOR shall tag /ferrule all control cable cores at all
terminations. The panels where a large number of cables are to be
terminated and cable identification may be difficult, each core ferrule shall
include the complete cable number as well as the terminal number.
3.5.5 Spare cores shall be similarly tagged / ferruled / cross ferruled with a
suffix letter S along with cable numbers and coiled up after end sealing.
3.5.6 All cable entry points shall be sealed and made vermin and dust
protected. Unused openings shall be effectively sealed.
Page 7 of 50
Electrical Specifications
3.8 CABLE JOINTS: Jointing of cables shall be made in accordance with relevant
codes of practice and MANUFACTURERs special instructions. Cables shall be firmly
clamped and supported within 300 mm from the joint to avoid mechanical
stresses on the joint. When two or more cables are laid together, joints shall be
arranged to be staggered by about 3 meter.
3.8.1 The CONTRACTOR shall plan and cut the cables in such a way that joints
are avoided as far as possible and also the wastage of cable is limited to a
minimum. Joints shall not be permitted in control cables. However, in long
runs of power cables, joints shall be permitted at an accessible location
which shall be chosen in consultation with IOCL before work is taken up.
3.8.2 The straight through jointing method and its application technique
shall be of thoroughly proven type. Jointing kits shall be suitable for the
type of cable and for underground buried /overhead cable installation.
The CONTRACTOR shall offer cast resin type jointing kits, complete with
insulating materials, stress grading/relieving materials, plastic mould,
resin, tinned copper lugs and necessary accessories to make a complete
joint in all respects. Unit rate quoted for outdoor straight through
joints/Jointing kits shall include erection of temporary shelter and
safeguarding against ingress of moisture.
3.9 CABLE TAGS AND MARKERS: Each cable shall be tagged with numbers that
appear in the cable schedule.
3.9.1 The tag shall be aluminum with the number punched on it and securely
attached to the cable/conduit by not less than two turns of 20SWG GI
wire conforming to IS:280. Cable tags shall be of rectangular shapes for
cables.
3.9.2 Location of cables laid directly underground shall be clearly indicated with
cable marker made of galvanized steel plate.
3.9.3 Location of underground cable joints shall be indicated with cable marker
with an additional inscription Cable Joint.
3.9.4 The price of cable tags and markers shall be included in the installation
rates for cable/conduits quoted by the Contractor.
Page 8 of 50
Electrical Specifications
3.10 CABLE ACCESSORIES (CABLE GLANDS): The CONTRACTOR shall quote for
supply of double compression type cable glands. Cable glands shall be
heavy duty and shall be of robust construction capable of clamping the cable
and armour rigidly without injury to insulation and provide dust/leak proof
termination. All cable glands shall be heavy duty brass/steel chrome casting,
machine finished and Nickel plated except skid washer & sealing devices. Rubber
components used in cable glands shall be of neoprene and of tested quality. Cable
sizes shall be marked on the cable glands for easy identification. Each gland shall
comprise the following:
3.10.2 Nipple with cone for clamping armour and neoprene compression ring.
Nipple shall have external threads.
3.10.4 Metallic compression ring having internal taper to match with armour wire
diameter and outside diameter of cone.
3.10.5 Compression nut having internal threads to fix to the nipple body.
3.10.6 Compression nut with neoprene compression ring for outer sheath of
cable.
3.10.7 Flame-proof (FLP) glands shall be similar to double seal cone grip type
glands described above except that construction shall be suitable for
installation in hazardous areas. Cable gland shall be as of specified make
and CMRS certification number and size shall be embossed on the gland.
Approval certificate of relevant authority on flameproof apparatus shall be
furnished.
4.0 GI CABLE TRAYS: Supplying, fabricating and installing of various sizes of perforated GI
cable trays including horizontal and vertical bends, reducers, tees, cross members and
other accessories as required and duly suspended from the ceiling and/or fix to steel/RCC
columns, beams or any other structure members with MS suspenders, angles, channels,
etc complete as per the direction of Indian Oi, as per following general requirement:
Page 9 of 50
Electrical Specifications
4.1 The cable trays and accessories shall comply with latest edition of Indian
standards IS: 1363, IS: 1367 (part-13), IS: 26299, IS: 5968.
4.2 The cable trays shall be ladder type prefabricated, hot dip galvanized. The ladder
Type trays shall consist of side runners & horizontal rungs as per details shown.
4.3 The ladder type trays and accessories shall be fabricated out of hot rolled sheet
steel & shall have rigid welded construction. The rungs shall be welded to the side
runners.
4.4 Sheet thickness of 2mm shall be used up to 600mm wide for cable trays and
2.5mm thick for 750mm & above.
4.5 Side runners shall be 100 x 45mm channel with the flanges facing inside rungs
shall be 40 x 15mm slotted channel type.
4.6 Cable trays shall be suitable for a cable weight of 75 kg per meter of running
length of tray and shall be supported at 3m intervals. In addition, trays shall be
suitable for a point load of 75 kg (equivalent weight of a man working on the
cable trays).
4.7 Side runner channels shall be connected at ends using 4 splice plates as shown in
following sheet.
4.8 Supports in general shall be below splice joint of 3m length trays i.e. at 3000
center to center. In actual layout overhang beyond support shall not be more than
1m.
4.9 The side runner will also have suitable holes at every meter to cleat earth strip.
Suitable threaded holes shall be provided on the runner top and bottom for
supporting and fixing tray covers with screws at every meter.
4.10 Hot dip galvanizing shall be done after fabrication as per the relevant Indian
standard specifications. The amount of galvanizing shall be minimum 610 gm / sq
meter.
4.11 The type of construction shall be such as to facilitate easy handling, assembly and
installation at site. The straight length of cable tray shall be 3m (without splice
plate)
4.12 The workmanship shall be such as to ensure easy laying of cables without causing
damage to cable. All surfaces shall be free from defects such as burrs, sharp
edges etc.
Page 10 of 50
Electrical Specifications
4.13 The hardware shall conform to the relevant Indian standard specifications and
shall be able to withstand the maximum loading conditions as required. All
hardware and fitting shall be hard chrome or cadmium plated or zinc passivated.
Hardware shall include bolts, nuts, washers etc.
4.14 The bends, tees, reducers and droppers shall have a bending radius as described
in the schedule of rates.
4.15 In general, cable trays and fittings etc. Shall be manufactured as per drawings to
be approved by client / consultant in line with details shown in following sheets.
4.16 The following tests for the amount of zinc coating shall be carried out:
1 Dimensions
1.2 Rung NA
1.9 Nut Bolt washer for Coupling M12 X 20 mm (1 Flat & 1 Spring washer )
2 Technical Description
Page 11 of 50
Electrical Specifications
3 Standard Referred
4 DOCUMENTS
5.0 EARTHING AND ALLIED WORKS: The entire earthing installation shall be in
accordance with the drawings, specifications, and provisions of relevant standards. The
entire installation shall fully comply with the Indian Electricity Rules and Acts in force. The
scope of includes the following:
5.1 Earth work in excavation upto a depth of minimum 3.75 Meters or upto level of
moist soil in all types of soil.
5.2 Supplying and laying of earth pipe/plate and earthing conductor from main
board/equipment to earth pit, conductor size 25x6 mm GI strip.
5.3 Supplying and laying 2.7 m. long 50mm. dia G.I. B class pipe with top funneling
arrangement or 3.8 M long 80 mm dia GI heavy duty pipe as per
requirement/order.
5.4 Supplying and spreading required capacity of charcoal and of common salt in the
earthing pit.
5.5 Back filling the pit with excavated or imported earth, duly consolidated with water
in 200mm thick layers and disposal of surplus earth to an un objected place.
5.6 Supply of earth conductors in outdoor areas, buried in ground, shall include
excavation of earth up to 500 mm deep, laying of conductor, brazing/
welding/jointing if required, of main grid conductor, joints as well as riser of
length 500 mm above ground at required locations and then backfilling.
5.7 Interconnection of all the earth pits using 50x6 mm GI strip to make a earth grid
to reduce the earth resistance of the system.
Page 12 of 50
Electrical Specifications
5.8 Connecting the earthing conductor with lighting and power main-circuit
equipment.
5.9 The CONTRACTOR shall carry out the earthing of all equipment/ panels/
structures etc. as per relevant industry practices. All welding brazing equipment,
necessary tools and testing equipment shall be furnished by the CONTRACTOR. All
incidental hardware & consumables including associated works shall be in
CONTRACTORs scope.
5.10.6 Oil Tankers - Two earth station connected with 1Om long flexible single
core 50 sq mm copper PVC insulated cable with crocodile clip I welding
clamp.
6.1.1 IS : 8623 - Specification for low voltage switchgear and control gear
assemblies.
6.1.2 IS : 13947 - General requirement for switchgear and control gear for
voltage not exceeding 1000 V AC and 1200 V DC.
Page 13 of 50
Electrical Specifications
6.2 Various components housed in the distribution board shall conform to the Indian
Standard specification and shall be as per approved make.
6.3 The design and operational features of the equipment offered shall also comply
with the provisions of the latest issue of the Indian Electricity Rules and other
Statutory acts and Regulations. The supplier shall wherever necessary, make
suitable modifications in the equipment to comply with the above.
6.4.4 Painting : All the sheet metal work shall be degreased, pickled,
phospated and then applied with two coats of zinc chromate primer and
two coats of epoxy paints Both the primer and the final paint shall be
stoved. Both inside and outside final paint shall be epoxy. Outside shade
630 as per IS 5 and inside white.
6.4.5 Bus bar: Switchgear shall be provided with three phase or three phase
and neutral bus-bars as indicated in the Technical specification / single
line diagram. Except as noted bus-bars shall be of high conductivity
aluminium. Bus bars shall be provided with at least the minimum
clearances in air as specified IS 5082 grade 63, 40% fault with stand
capacity 50 KA per seconds. All bus-bars, bus-taps shall be insulated with
close fitting sleeve of hard, smooth, dust and dirt free heat shrunk PVC
insulation of high dielectric strength to provide a permanent high
dielectric non ageing and non- tracking protection, impervious to water,
tropical conditions and fungi.
Page 14 of 50
Electrical Specifications
6.4.7 All bus-bar joints and bus-tap joints shall be silver faced. Bus-bar joints
shall be of the bolted type and shall be insulated. Spring washers shall be
provided to ensure good contact at the joints. Bus bars shall be
thoroughly cleaned at the joint locations and a suitable contact grease
shall be applied just before making a joint.
6.4.8 Bus-bars shall be located in air insulated enclosures. Direct access to, or
accidental contact with bus-bars and primary connections shall not be
possible. All apertures and slots shall be protected by baffles to prevent
accidental shorting of busbars by the entry of maintenance tools. To
provide a tight seal between cubicles, bushings or insulating panels shall
be provided for bus bars crossing from one cubicle to another.
6.4.9 Positive / live terminal or busbar shall be located at the top or on the left
for two pole, vertical and horizontal layout respectively. Sequence of red,
yellow, blue phases and neutral for four pole equipment shall be left to
right and top of bottom, for horizontal and vertical layouts respectively.
6.4.10 Indication Lamp : LED lamps for ON & OFF shall be provided at incomer
and also at outgoing feeders with current rating more than 63 Amp.
6.4.11 All the external hardware shall be cadmium plated/zinc passivated. The
hardware for fixing the removable parts shall be provided with retaining
devices.
6.4.12 The doors and removable covers shall be provided with non deteriorating
neoprene gaskets.
6.4.13 All the components shall be accessible for inspection and maintenance
without the necessity for removal of the adjacent ones.
6.4.17 All metal parts other than those forming part of an electrical
circuit shall be connected to a copper earth bar run along the inside
bottom of the terminal cabinet and extended at both ends for external
connection. The minimum section of the earth bar shall be (20 mm x
Page 15 of 50
Electrical Specifications
6.5.1 The wiring shall be carried out with stranded PVC insulated copper
conductor cables of 1100 volts grade. Minimum size of wire shall be 1.5
sq mm. Numbered ferrule shall be provided at both ends of each wire.
6.5.2 Panel wiring shall be securely supported, neatly arranged and easily
accessible.
6.5.3 Wiring gutters, troughs, channel with covers, shall be used for this
purpose. Extra flexible wires (with 19 strands) shall be used where flexible
cables are laid across hinges to devices mounted an doors.
6.5.3.1 Size of wires for CT connection not less than 2.5 mm2
6.5.3.2 Size of wires for VT connections not less than 1.5 mm2
6.5.4 Wiring termination shall be made with solderless crimping type tinned
copper lugs.
6.5.6 Core identification with plastic ferrules Marked with wire numbers shall be
provided at both ends.
6.5.8 Generally only one wire shall terminate on a terminal, except in case of
jumpering, wherein maximum of two wires is permitted.
6.6 INSTRUMENTS AND METERS: All instrument shall be flush mounting type with
square face and shall be tropicalized and dust tight. All meters shall have 0-240
degree scale moving iron spring controlled type of class 1.5 accuracy as per IS :
1248. The meters shall be of 96 x 96 mm size
6.7 DRAWING AND DOCUMENT: GA drawings showing the overall dimensions with
layout of the major components and bill of materials with rating and make of
the components shall be submitted for approval before execution of work. All
drawings and documents shall have description written boldly like Name of Client,
Enquiry/Order No./Project Name etc.
Page 16 of 50
Electrical Specifications
6.9 AIR BREAK SWITCHES: Air break switches shall be of heavy duty, group
operated load break, fault make type and of required continuous rating complying
with applicable standards.
6.9.1 Whenever solid links are used for connection between switches and fuses,
such link shall be fitted with insulating sleeves. Whenever the links are of
less than 100 mm length and sleeves can not be provided, taping shall be
provided.
6.9.3 Switch operating handle shall be suitable for padlocking in OFF position. It
shall be possible to open the door only when the switch is in OFF position.
The defeat interlock facility shall also be provided.
6.10 FUSES: Fuses shall generally be of HRC cartridge fuse link type having a certified
rupturing capacity not less than 80 KA at 440 Volt.
6.10.1 Fuses shall be provided with visible indication to show that they have
operated.
6.10.2 Fuses shall preferably be mounted in moulded plastic carriers and shall be
complete with fuse base.
6.11 CONTACTORS: Motor starter contactor shall be of the electromagnetic type rated
for un interrupted duty as defined in applicable standard. Class of co-ordination
for starter module shall be class Z as per IS : 8544.
6.12.2 The MCCB shall confirm to IS 13947 (Part II) 1993 IEC 947 (Part II)
Page 17 of 50
Electrical Specifications
6.12.3 The thermal and instanteous tripping element adjustable over a wide
band make these MCCB and confirm to IEC 947 (Part II) IS 13947 (Part
II).
6.12.4 The thermal over load setting can be adjusted between 70 to 100 % of
the rated current on site depending on the load requirement also
the breaker should be capable of feature increasing in load
requirement.
6.12.5 The mechanical interlocking arrangement should be made with the MCCB
suitable phase bearer and necessary external terminal connected to the
main bus bar chamber.
6.14.1 All wiring shall be terminated on terminal blocks. Terminal blocks shall be
one piece moulded, suitable for 650 V, of reputed make preferably stud
type for higher current ratings such that wires are connected by cable
lugs and complete with nuts and washers. Terminals shall be adequately
rated for the circuit current, the minimum rating shall be 20A.
6.15 LABELS & DIAGRAM PLATE: All door mounted equipment as well as
equipment mounted inside the boards/ panels shall be provided with
individual labels with equipment designation/ rating. Also the boards/panels shall
be provided on the front with a label engraved with the designation of the
board/panel as furnished by the PURCHASER. Labels shall be made of non
rusting metal. Inside the door of lighting panels a circuit diagram/description shall
be fixed for reference and identification.
7.0 POINT WIRING: Wiring of lighting fixtures and their associated control switches,
regulators of fans, & switches of receptacle units shall be on point wiring basis. Job
includes the following:
Page 18 of 50
Electrical Specifications
7.1 Cutting of brick masonry/plastered/C.C. surface with chisel & hammer to provide
suitable PVC 15mm 25mm dia. 2mm thick recessed conduit pipe or PVC conduit
pipe, and making the surface to original after laying conduit pipe.
7.2 Providing necessary clamps for fixing conduit pipe on the structure etc.
7.3 Providing & laying PVC 19mm. dia. 16 Gauge recessed conduit pipe or PVC
conduit pipe to accommodate 1.5sq.mm. multi stand PVC Wire.
7.4 Providing & laying PVC insulated copper conductor wire IS approved in conduit
pipe with 1.5 sq mm copper wire for earthing and providing end connections etc.
7.5 Providing inspection bends, junction boxes, 14 Gauge GI boxes of required size to
be embedded in walls.
7.6 Providing ordinary type or plate type modular switches of approved make for each
point.
7.7 All conduit wiring concealed or exposed wiring shall have provision for
easy inspection. Exposed wiring when run along wall shall be as near the ceiling
as possible. Where cable wiring is specified, cable shall be cleated on to the wall
as close to the ceiling as possible. In all types of wiring, due consideration shall be
given for neatness and appearance.
7.8 Wherever lighting system has three phase distribution, separate conduits shall be
used for different phases.
7.9 For long conduit wiring runs, inspection /pull boxes shall be provided at intervals
not extending 10m. Such facilities shall also be provided at conduit bends.
7.10 Each final sub-circuit from a lighting panel shall be controlled by a single pole
switch connected to the live conductor.
8.1 Pole Shaft: The pole shaft shall have octagonal cross section and shall be
continuously tapered with single longitudinal welding. There shall not be any
circumferential welding. The welding of pole shaft shall be done by Submerged
Arc Welding (SAW) process.
8.2 All octagonal pole shafts shall be provided with the rigid flange plate of suitable
thickness with provision for fixing 4 foundation bolts. This base plate shall be fillet
Page 19 of 50
Electrical Specifications
welded to the pole shaft at two locations i.e. from inside and outside. The welding
shall be done as per qualified MMAW process approved by Third Party Inspection
agency.
8.3 Door opening: The octagonal Poles shall have door of approximate 500 mm
length at the elevation of 500 mm from the Base plate. The door shall be vandal
resistance and shall be weather proof to ensure safety of inside connections. The
door shall be flush with the exterior surface and shall have suitable locking
arrangement. There shall also be suitable arrangement for the purpose of
earthing.
8.4 The pole shall be adequately strengthened at the location of the door to
compensate for the loss in section.
8.5 Material:
8.6 Welding: The welding shall be carried out confirming to approved procedures
duly qualified by third party inspection agency. The welders shall also be qualified
for welding the octagonal shafts.
8.7 Pole sections: The Octagonal Poles shall be in single section (upto 11 mtr).
There shall not be any circumferential weld joint.
8.8 Galvanization: The poles shall be hot dip galvanised as per IS 2629 / IS 2633 /
IS 4759 standards with average coating thickness of 70 micron. The galvanizing
shall be done in single dipping.
8.9 Fixing Type: The Octagonal Poles shall be bolted on a pre-cast foundation with a
set of four foundation bolts for greater rigidity
8.10 Top Mountings: The galvanized mounting bracket shall be supplied along with
the Octagonal Poles for installation of the luminaries.
8.11 Manufacturing: The pole manufacturing & galvanizing unit shall be ISO 9001:
2000 & ISO 14001 certified to ensure consistent quality & environmental
protection.
9.0 LIGHTING FIXTURES AND ACCESSORIES: The lighting fixtures and their associated
accessories such as lamps tubes, reflectors, housings, ballasts, etc. shall comply with the
latest applicable standards as indicated below. Where no standards are available. the
Page 20 of 50
Electrical Specifications
supply items shall be backed by test results, shall be of good quality and workmanship.
Any supply items which are bought out by the CONTRACTOR shall be ISI certified and
from approved make.
9.3.1 All luminaires shall be supplied complete with lamps suitable for operation
on a supply voltage and the variation in supply voltage and frequency
prevailing at site.
9.3.2 Fluorescent type, mercury vapour, sodium vapour and metal halide type
luminaires shall be complete with accessories like lamps, ballasts, power
factor imprvement capacitors, starters etc. These shall be mounted as far
Page 21 of 50
Electrical Specifications
9.3.3 Fluorescent type luminaires with more than one lamp shall be
provided with capacitors connected in lead-lag circuit for correction of
stoboscopic effect.
9.3.4 Each luminaire shall have a terminal block suitable for loop-in, loop-out
and T-off connection by 1100 V, I core PVC insulated copper conductor
wires upto 6 sq.mm in size. In outdoor corrosive and hazardous areas the
termination at the luminarie shall be suitable for 1100 V, PVC insulated
copper/ aluminum conductor, armoured cables of sizes upto 6 sq.mm
conductor. Terminals shall be of stud or clamp type. The internal wiring
shall be completed by the MANUFACTURER by means of stranded copper
wire of minimum 1.5 sq.mm size and terminated on the terminal block.
Terminal blocks shall be mounted with minimum two fixing screws.
9.3.5 Mounting facility and conduit knock-outs for the luminaires shall be
provided.
9.3.8 Where separate control gear box is provided for housing the accessories,
the same shall be provided with an earthing terminal suitable for
connecting external earthing conductor.
9.3.9 All metal or metal enclosed parts of the luminaire / control gear box shall
be bonded and connected to the earthing terminal so as to ensure
satisfactory earthing continuity.
9.3.10 Painting / Finish: All surfaces of the luminaire/ control gear box
housing accessories shall be thoroughly cleaned and degreased. It shall
be free from scale, rust, sharp edges and burrs.
Page 22 of 50
Electrical Specifications
9.3.12 The surface shall be scratch resistant and shall show no sign of cracking
or flaking when bent through 90 deg, over 12.5 mm die mandrel.
9.3.13 The finish of the luminaire shall be such that no bright spots are
produced either by direct light source or by reflection.
9.3.14 External control gear box provided for housing accessories shall be
painted or galvanised
9.4.1 Mounting rail type: The fixtures shall be suitable for 2 X 36/40W
fluorescent lamp, provided with CRCA sheet steel mounting channel, good
quality acrylic opal diffuser of non yellowing type and high impact
polyesterene black end plates. The mounting channel shall be provided
with a reflector plate to hold the diffuser so that the same shall not come
out when the end plates are removed. Decorative luminaires with mercury
vapour / sodium vapour / metal halide lamps shall be generally outdoor
weather-proof type with degree of protection IP - 55 suitable for conduit
mounting.
9.4.2 Recess Mounted Type: The fixture shall be suitable for 2 x 36/40W
fluorescent lamps and recess mounting on the false ceiling. The fixture
have CRCA sheet steel housing accommodating all the accessories,
reflector plate and good quality non-yellowing type opal acrylic diffuser. It
shall be possible to have access to lamp and other accessories from
below. The housing and the reflector plate shall be stove enamelled.
9.5 INDUSTRIAL TYPE: Fluorescent lamp fixtures shall be suitable for 2 x 36/40 w
fluorescent lamps. The fixture are provided with CRCA sheet steel, mounting
channel containing all the accessories suitably covered with reflector stove
enamelled for general industrial application and vitreous enamelled for humid
atmosphere. Hose proof fixture shall be suitable for 2 x 36/4OW fluorescent lamps
totally enclosed type, suitable for outdoor installation having IP-55 degree of
protection. All external hardware used shall be of stainless steel.
Page 23 of 50
Electrical Specifications
9.6.1 High, Medium and Low Bay Luminaires: High and medium bay
luminaires shall be with cast alummium / stove enamelled housing,
anodised aluminium mirror polished reflector, canopy with eye bolt for
suspension, cooling fins. Glass cover shall be provided if specified.
9.6.2 The luminaire shall be suitable for mercury vapour lamps / sodium
vapour lamps / metal halide lamp upto 400W. The control gear
accessories shall be mounted integral with the luminaire.
9.6.3 Low bay luminaires may be with sheet steel / cast aluminium enclosure,
wide angle distribution type polished reflector, acrylic cover and wire
guard complete with neoprene gaskets, mounting bracket etc.
9.6.4 The lummaire shall be suitable for mercury vapour lamps upto 125W and
sodium vapour lamps upto 70W. The control gear accessories shall be
mounted integral with the luminaire.
9.6.5 All luminaires used with metal halide lamps shall be of enclosed type.
9.7 FLOOD LIGHT: The fixtures shall be of weatherproof construction and shall be
suitable for HPMV / Sodium Vapour lamp upto 400W and comprise of epoxy stove
enamelled, cast alummium alloy body, a clear heat resistant flat toughened glass,
an anodised mirror polished aluminium reflector and a focussing device. The
fixtures shall have an arrangement of rotation on both horizontal and vertical
planes and locking in any desired position. Neoprene gaskets shall be provided
where necessary to make the fixture suitable for outdoor installation. The
complete unit shall be mounted on a structural platform. A separate control gear
box suitable for the rating of the lamp specified shall be supplied alongwith
fixture.
9.8 STREET LIGHTING: The fixtures shall be totally enclosed type with gaskets to
prevent ingress of dust, moisture and insects inside the fixture. They shall be of
outdoor weatherproof type. All external hardware such as bolts, and screws,
toggle lever, hinge pin etc. shall be stainless steel. Control gear box can be
integral or supplied separately suitable for mounting on the pole or structure.
Page 24 of 50
Electrical Specifications
9.10 MERCURY VAPOUR AND SODIUM VAPOUR LUMINAIRE: The luminaire shall
be of semi-cut off or cut-off type, with cast aluminium housing, acrylic or
prismatic cover, polished aluminum reflectors, complete with integral mounted
control gear, neoprene gaskets and with rear pipe entry. The luminaires shall be
suitable upto 25OW mercury or sodium vapour lamps.
9.11.1 Reflectors: The reflectors shall be made of CRCA sheet steel I aluminium
/ silvered glass /chromium plated sheet copper as indicated for above
mentioned luminaires. Reflectors made of steel shall stove enamelled /
vitreous enamelled / epoxy coating finish. Aluminium used for reflectors
shall be anodized / epoxy stove enamelled / mirror polished. Aluminium
paint on the reflectors of flame proof lighting fittings is prohibited.
Reflectors shall be free from scratches or blisters and shall have a smooth
and glossy surface having an optimum light reflecting coefficient such as
to ensure the overall light output specified by the MANUFACTURER.
Reflectors shall be readily removable from the housing for
cleaning and maintenance without disturbing the lamps and without the
use of tools. They shall be securely fixed to the housing by means of
positive fastening device of captive type.
9.11.2 Lamp / Starter Holders: Lamp holders shall comply with relevant
standards. They shall have low contact resistance, shall be resistant to
wear and shall be suitable for operation at the specified temperature
without deterioration in insulation valve. They shall hold the lamps in
position under normal condition of shock and vibration met with under
normal installation and use. Lamp holders for the fluorescent lamps shall
be of the spring loaded bi pin rotor type. The lamp holder contacts shall
provide adequate pressure on the lamp cap pins when the lamp is in
working position. Lamp holders for incandescent, MLL blended, metal
halide, mercury vapour and sodium vapour lamps shall be of Edison Screw
(E.S.) type. Starter holders for fluorescent lamps shall conform to
relevant standards. All material used in the construction of the holder
shall be suitable for tropical use.
Page 25 of 50
Electrical Specifications
9.11.5 Starters: Starters shall have bimetal electrodes and high mechanical
strength. Starters shall be replaceable without disturbing the reflector or
lamps and without the use of any tool. Starters shall have brass contacts
and radio interference capacitors. The starters shall generally conform to
the relevant standards.
9.12 LAMPS: Lamps shall be capable of withstanding small vibrations and the
connections at lead in wires and filaments / electrodes shall not break under such
circumstances. Lamps / tubes shall conform to relevant standards specified and
shall be suitable for supply voltage and frequency specified in project information.
Page 26 of 50
Electrical Specifications
metal lamp caps to prevent pilferage. Lamps shall be milky white for
diffused, soft, glare free lightning rated upto 100watts. Unless otherwise
specified lamps shall be clear type for rated upto 500 watts.
9.12.2 Halogen Lamps: Halogen lamps shall be tungsten halogen type suitable
for fitment in flood light luminaires. Lamps shall be rated 250 volts single
phase AC upto 1000watts.
9.12.4 High Intensity Discharge Lamps: These lamps include the high
pressure mercury vapour blended lamp, high pressure mercury vapour
lamp and the high pressure sodium vapour lamp.
Page 27 of 50
Electrical Specifications
10.0 GENERATORS: The diesel generator shall be complete with Base, Disel engine,
Alternator, Fuel Tank and Control panel and the Aquostic Enclosure. The DG shall be air-
cooled type with 6 Nos. of heavy duty Dunlop Make anti vibration mounting pads. The
capacity of engine in withstanding the full load current carrying of power requirement
shall be as per IS 10002, BS 5514, DIN 6271 and ISO 3046. Anti vibration mounting will
be supplied by Contractor. The DG set shall be installed 150mm above floor level on a
concrete (PCC 1:2:4) platform.
10.2 The DG set shall be provided along with all the equipment as mentioned.
10.3 Acoustic Enclosure: The entire DG set shall be mounted in acoustic enclosure.
The engine and alternator set shall be housed within a five sided canopy,
approved by authority like ARAI. The sound level shall be maximum 75 db at
1 Meter from the enclosure under free field condition as per applicable
CPCB norms. The fuel tank and control panel shall be housed outside the
enclosure. The enclosure shall have made up of 16 guage sheet with other
requirements.These sheets shall be treated chemically to ensure that they
withstand harsh tropical environment (as per the drawing no.: IOCL/ENGG/E/805
Page 28 of 50
Electrical Specifications
& 806).
10.3.1 Bonded rock wool (100mm thick, with a high density of 48 kg/m3) shall
be used inside the Acoustic enclosure. This rock wool shall be fire
resistant type, which can be accommodated with 20 SWG aluminium
perforated sheet and this material shall be covered by tissue cloth.
Hamerstone silver gray paint shall be used for the inner surface of the
enclosure.
10.3.2 Acoustic enclosure shall be provided with a sliding / hinged door for easy
access to all components from outside. The roof sheet shall be provided
with 20 slope for sliding of water and any other solid particles.
Necessary hinges and lock shall be provided. Powder coating (Siemens
grey) shall be done as per the standard engineering practice on outer
surface of the enclosure. Control panel shall be fixed outside the
enclosure, preferably in the DG room.
10.3.3 Ventilation duct: The natural drought ventilation duct with sound
absorption with flatten shall be provided to arrest sound leakage and to
provide air circulation in the cabin. One number of axial flow and two
numbers of radial flow fan (Almonard or equivalent approved make) shall
be fitted for proper aspiration of DG set. Scaling materials and base
frames with spacer (70 x 40mm MS channel) shall be provided at the
bottom of the cabin to avoid any vibration and noise etc. Proper
supporting arrangements shall be made for exhaust pipe line with
residential silencer and the same shall be insulated with asbestos rope.
10.3.4 Electric system: One number of tube light with wiring shall be provided
inside the enclosure.
10.4 First filling of 50 litres diesel shall be provided for initial running, testing
and commissioning and approval getting from CEIG also included in the scope of
work.
10.5 General Description: DG set comprises the diesel engine coupled to a self
regulated brush less AC generator by means of a coupling & mounted on a
common base plate. The DG set is to be used in conjunction with the control
panel, battery & fuel tank. The general requirement of above items shall be as
follows:
10.6 Description of Diesel Engine: The diesel engine shall be Air cooled type, totally
enclosed, compression ignition, four stroke suitable to give rated BHP at 1500
Page 29 of 50
Electrical Specifications
10.6.2 12 Volt electric starting system complete with starter gear ring, starter
motor, battery charging alternator with in built regulator.
10.6.6 Gear type Lube oil pump, Lube oil filter and lube oil cooler.
10.6.7 Fuel Oil Filter, Fuel Injection System complete with injector pump,
nozzles, & governor
10.6.10 Standard Fuel Tank for 12 hours continuous running. The fuel tank
shall be fitted with a vent pipe, having provision for extension of the
pipe and fuel level indicator.
10.6.14 Standard oil resistant flexible hoses connection for fuel systems.
Page 30 of 50
Electrical Specifications
Frequency : 50 cycles
10.8 BASE FRAME: The engine and alternator shall be coupled on a sturdy channel
steel base through a flexible coupling.
10.9 CONTROL PANEL: The control panel shall be of fabricated sheet metal
construction, dust & vermin proof, floor mounting type, suitable for indoor use
having cable entry from the bottom. The components & other details shall be as
per the data sheet attached.
10.9.1 Construction
Mounting : Floor
Enclosure : Sheet steel (CRCA) Minimum 14 gauge (2mm). The front &
the rear doors shall be hinged type.
Degree of protection : IP 54
Page 31 of 50
Electrical Specifications
10.9.2 Components:
MCCB : L & T/Siemens/GE make, 4 Pole, 415 V with static releases for
O/C, E/F and under voltage.
KW meter: All the above instruments shall be flush mounting type of size
72x72 mm
Indication lamp (LED) : ACB ON : Red ACB OFF : Green ACB tripped :
Amber
DC Ammeter 15-0-15 A
DC voltmeter 0- 30 V
OFF/Trickle/Boost
Page 32 of 50
Electrical Specifications
Charger- ON
Boost - ON
Trickle Charger ON
10.10 AMF PANEL (Automatic Mains Failure Panel): The AMF Panel shall house
normal DG Control Panel along with facility for auto change over from main to DG
during normal power failure. The AMF Panel shall perform the following additional
compared to the normal DG control Panel in the event of Mains failure. When
mains power fails, AMF Panel shall sense the absence of mains voltage and initiate
automatic start of the DG set and simultaneously the Load shall be disconnected
from the mains. As the power generated by the DG set reaches the pre-
determined voltage & frequency, the Load shall be connected to the DG set within
a pre set time. If the DG set fails to start in three successive attempts and attain
the operating speed, it shall get disconnected and locked out automatically with
annunciation to this effect. When normal power restores to the normal voltage for
a pre set time the electrical load shall be automatically thrown back to the normal
supply. The DG set shall run at full speed at no load for a pre set time and then
switched Off automatically if the normal power supply continues to be healthy. In
case the automatic operation is not required, provision for Manual start shall be
available on the AMF panel.
Page 33 of 50
Electrical Specifications
GENERAL SPECIFICATIONS
1.0 WEATHER PROOF JUNCTION BOX FOR EMBLEM POLE, SINGLE AND DOUBLE
ARM LIGHT POLE:
1.1 Supplying and fixing of FLP junction Box/ weatherproof junction box
wherever necessary.
1.2 Weatherproof junction box shall be 3mm thick 100mm square type and FLP
junction box shall be of 125 mm dia. The JBs shall be of 3 or 4 way.
1.3 4 Way 6A B type connector shall be fixed inside the junction box over a Hylam
sheet.
1.4 Two coat of synthetic enamel paint over a coat of red oxide primer.
2.0 CABLING & ALLIED WORKS: ARMOURED CABLES Supply & laying of XPE insulated PVC
sheathed aluminium/ copper conductor, 1.1 kV grade armoured cable conforming to
IS:7098, as per approved make in ground/ trench/ surface/ pipe, etc. wherever required
as per direction of Engineer In-charge. Note: The rate of Installation should be inclusive of
Cable clamps, tags Saddles, Consumables etc. Trays/ pipes, trenches, fabricated tray
supports etc will be covered & paid in Separate Items.
3.2 FLP HEAVY DUTY DOUBLE COMPRESSION GLAND: Providing termination of 1.1 kV
grade armoured cable for the following sizes including supply of FLP heavy duty double
compression cable glands, Baliga/ CEAG-FCG/ Flexpro/ FEPL make, crimping lugs and allied
jointing materials, etc. all complete as per specification & direction of Engineer In-charge.
Copper lugs for copper cables and aluminium lugs for aluminium cables shall be used.
4.0 CABLE JOINTING: Providing straight through joint of following 1.1 KV grade XLPE insulated
armoured cable with M-Seal make jointing kit, and other jointing material, etc. all complete including
supply of all materials as per specification & direction of Engineer In-charge.
Page 34 of 50
Electrical Specifications
5.0 CABLE ROUTE MARKER: Supplying and installing of GI cable route marker with 100mm x 100mm
x5mm thick GI Plate with inscription thereon, bolted/welded to 35mm x 35mm x 6mm angle iron,
600mm long and fixing the same in ground as per drawing & direction of IndianOil Job also include
painting with one coat of redoxide and finishing paint.
6.0 CABLE BRICK DUCT: Providing & constructing underground brick duct 650mm below GL for laying
of 3 cables of max. diameter 70mm, complete with supply and laying of sand, bricks & including
Excavation and backfilling in all kind of soils.
7.0 CABLE PIPE DUCT: Providing and laying minimum class-B 50mm dia GI pipe for cable
routing under flooring/ EB post leading including sealing both ends with jute and Bitumen/
M seal, including required excavation/ back filling for all kinds of trench works.
8.1 Supplying and Laying 3 x 2.5 Sqmm submersible flat type copper cable from
submersible pump to motor starter shall be provided. Waterproof jointing material
shall be used for cable jointing between motor and starter cable under the water
surface.
8.2 Supplying and Laying 3 x 4 Sqmm submersible flat type copper cable from
submersible pump to motor starter shall be provided. Waterproof jointing material
shall be used for cable jointing between motor and starter cable under the water
surface.
9.1 Junction boxes with terminals shall be supplied for branching and
terminating lighting cables wherever required for outdoor areas, 3 phase
receptacles etc.
9.2 The junction boxes shall be dust and vermin proof of outdoor /weatherproof
construction(IP55) and shall be made of from cats iron / cast aluminium and shall
be complete with all accessories. They shall be provided with gasketed front door
hinged at one end and fixed with captive screws at other end. Paint shade shall be
630 as per IS 5.
9.3 The boxes shall have provision for wall, column, pole or structure mounting and
shall be provided with cable/conduit entry knock cuts, terminal blocks as per the
requirement.
9.4 The terminal blocks, with specified number of terminals, shall be mounted
securely on brackets welded to the back sheet of the box. The terminals block
shall be rated for 1100V and 15A, one piece construction complete with terminals,
Page 35 of 50
Electrical Specifications
insulation barriers, galvanized nuts, bolts and washers etc. and provided with
identification strips of PVC. The terminals shall be made of copper alloy and shall
be of box clamp or clip on type. The terminals shall be suitable for terminating 2
nos. 2.5 sq min stranded copper conductors on each side. At least two terminals
in each box shall be suitable for terminating 4 sq- mm conductors.
9.5 The boxes shall be hot dip galvanized or painted with one coat of red oxide zinc
chromate primer followed by a finishing coat of paint (Shade 630 as per IS: 5).
9.6 Junction boxes shall be of flameproof type for zone-1 & II areas.
Flameproof junction boxes shall be of approved make and shall be approved by
competent certifying authority regarding their suitability for use in hazardous
areas.
10.0 FLEXIBLE COPPER CABLE WITH CROCODILE CLIP: Supplying & laying of single core
50 sq.mm multi stand flexible copper wire with suitable size of crimping socket on one end
and other shall be crocodile clip. This shall be installed near tanker unloading area. One
end of the flexible cable shall be terminated in the nearest earth strip.
Page 36 of 50
Electrical Specifications
12.1.3 Certificate for earth test shall be submitted by the contactor as per IE
rules & regulation.
12.1.4 The CONTRACTOR shall bear the cost of all such tests.
12.2.2 Minimum Spacing between two electrodes shall be twice the length of the
electrode
12.2.3 Earth Grid shall be 1.5 metre away from building column and to be buried
at a depth of 600 mm.
12.2.4 Interconnection of G.I. strips in the earth grid should be done by welding
instead of bolting, and the welded portion should be painted with zinc-rich
paint (Epilux: -4 or black bitumen paint to avoid rusting.
12.2.5 The connection of the grid strips with the earth electrodes shall be made
by grouting C type clamp on the side walls of the earth pit so that it shall
be possible to isolate the earth electrode and measure its earth pit
resistance.
12.2.7 All the earthing pits shall be interconnected with the earth grid so as to
obtain the minimum earth resistance of 1 ohm.
12.2.8 Equipment earthing should always be crimped in suitable lugs if done with
cable/ GI Wire ropes. Usage of solid conductor to be avoided, as it gives
rise to loose connection with crimped socket.
12.2.9 The earthing for UPS system and Computers shall be routed through
insulated PVC pipe.
Page 37 of 50
Electrical Specifications
13.1 Supplying, laying in position on cable trenches, 6mm thick MS chequered plate of
IS approved Make in required size including cutting, grinding, smoothening of
edges etc.
13.2 Providing 11KV tested rubber mat of superior quality at site conforming to Indian
Electricity Rules, for MCC rooms & Generator rooms.
13.3 Providing 11KV tested rubber hand gloves of superior quality at site confirming to
Indian electricity rules, for MCC rooms & Generator room.
13.4 Supplying and affixed resuscitation chart both English and local language with
40mm thick wooden frame and 3mm thick along with plain glass covering.
14.1 Supply, installation, testing and commissioning of cubicle type power and motor control
centre with 6nos of LED type (RYB) indicating lamps, 3 Nos. of ammeters,1No.of voltmeter
with selector switch,3nos. of 100/ 5A CTs, control fuses, control wiring etc., and to be
fabricated out of 16 SWG MS sheet undergone 7 tank process and painted with
anticorrosive primer and two coats of grey enamel paint and having following specific
components complete as per enclosed standard drawings:125A FP SFCOS with 125A HRC
fuse as incomer-1 No125A TPN busbar chamber with Aluminium bus63A TPN SDFU with
50A HRC fuse as outgoings - 4 Nos63A 100mA RCBO (MCB+ELCB) - 3 Nos.63A 300mA
RCBO (MCB+ELCB) - 1 No.6-32A SP MCB - 40 Nos.10A DP MCB - 12 Nos.25A TP MCB - 3
Nos.Dummy plates - 23 Nos.
14.2 Supply, installation, testing and commissioning of cubicle type power and motor control
centre with six nos of LED type (RYB) indicating lamps, 3 Nos. of ammeters,1No. of
voltmeter with selector switch, 3 Nos. of 100/5A CTs, control fuses, control wiring etc.
andto be fabricated out of 16 SWG MS sheet undergone 7 tank process and painted with
anticorrosive primer and two coats of enamel paint& having following specific components
complete as per enclosed standard drawings:125A FP SFCOS with 100A HRC fuse as
incomer-1 No125A TPN busbar chamber with Aluminium bus.63A TPN SDFU with 50A HRC
fuse as outgoings -3 Nos63A 100mA RCBO (MCB+ELCB) - 2 Nos.63A 300mA RCBO
(MCB+ELCB) - 1 No.6-32A SP MCB -24 Nos.10A DP MCB - 9 Nos.25A TP MCB -3 Nos.
Dummy plates - 3 Nos.
14.3 Supply, installation, testing and commissioning of cubicle type power control centre with
6nos of LED type (RYB) indicating lamps, 3 Nos. of ammeters, 1No. of voltmeter with
selector switch,3 Nos. of 250/ 5A CTs, control fuses, control wiring etc.& to be fabricated
out of 16SWG MS sheet undergone 7 tank process and powder coated /painted with
Page 38 of 50
Electrical Specifications
anticorrosive primer and two coats of enamel paint and having following specific
components as per enclosed standard drawings:125 A FPSFCOS with 125A HRC fuse as
incomer-1 No125 A TPN busbar chamber with Cu bus.125A TPN SDFU with 125A HRC fuse
as outgoings -2 Nos.
15.0 SWITCH FUSE UNIT WITHOUT FUSE: Supply & fixing switches/ accessories in sheet metal
enclosure including providing of required connections with supply of necessary cable/ conduits as
required in case of existing control switch panel/switch board etc. all complete as per specification
and direction of Engineer-In-Charge. (SFUs shall be of approved make and SFUs shall be without
fuse).
16.1 Supply, fixing and connection of following KNIFE TYPE HRC fuse link AS PER
IS:13703:1993 & IEC 269:1986 of M/S HAVELL/ L&T /GEC Astholm/ Standard /MDS make
or approved equivalent in distribution board etc all complete with labour & materials KNIFE
TYPE HRC FUSE LINK.
16.2 Supply, fixing and connection of following BOLTED TYPE HRC fuse link AS PER
IS:13703:1993 & IEC 269:1986 of M/S HAVELL/ L&T / GEC Astholm/ Standard /MDS make
or approved equivalent in distribution board etc all complete with labour & materials
BOLTED TYPE HRC FUSE LINK.
17.0 DOL STARTER: Supply and installation of L&T / Siemens OR equivalent make DOL motor starter
(WITH ALL ACCESSORIES INCLUDING O/L RELAY ETC.) confirming to IS:13947-4 on walls/steel
structure, connection of cables all complete with labour and materials as per direction UPTO 5.5KW.
18.1 SINGLE PHASE MCB Supply & fixing of MCB Distribution Board double door type, IP-
42,inclusive of MCB, Single Phase, as per approved make of following types with all
accessories such as tinned copper busbars, neutral link, earth bar, din bar, knockouts,
interconnections, earth studs, etc. (MCB - 10KA Breaking Capacity).
18.2 THREE PHASE MCB Supply & fixing of MCB Distribution Board double door type inclusive of
MCB, Three Phase, as per Approved Make of following types: (MCB -10KA Breaking
Capacity).
19.0 EARTH LEAKAGE CIRCUIT BREAKER: Supplying and fixing of relevant capacity of 4
pole earth leakage circuit breaker (ELCB) 300 MA sensitivity and breaking capacity of 10
KA as approved make shall be provided as incomer of MCB DB as per IS specification.
Page 39 of 50
Electrical Specifications
20.1.1 A relevant capacity of fuse switch unit with HRC fuses as a incomer of
both supply (EB and DG set) with relevant capacity of Tinned copper Bin
bar (current rating of Bin bar is not less than 1.5A / Sqmm) shall be
connected both supply main source as well as outgoing.
20.1.2 Two lock with one key mechanical inter locking arrangements shall be
provided on incomer of fuse switch unit to avoid parallel operation of both
supply at a time.
20.1.3 This board also incorporated with 96 Sqmm Voltmetre, Ammetre (CT
operated) and selector switch for Voltmetre, Ammetre, 3 Phase indicator
lamp with 6A control fuse- 3 Nos. relevant capacity of current transformer
(CT) for measuring current level in this board as per IE rules.
21.0 CAPACITOR: Supplying and installation of capacitor on suitable angle iron frame. Per
KVAR (MPP HD capacitor, 415 V)-10KVAR. Scope shall be supply and installation of
Capacitor bank of MPP type/All PP type of approved make along with the cable
termination. The capacitor bank may comprise of suitable number of single phase units in
series parallel combination. Capacitor shall have inductive coil to take care of inrush
current. The performance characteristic of the capacitor banks shall be as per relevant
IS. Capacitor bank shall be connected by 3 core cable of relevant size from MV
panel/DB.(Cost of cable, and termination shall be paid separately)
22.0 EB METER BOARD: Supply, Erection, testing and commissioning of wall mounting type
dust and vermin proof enclosed EB meter board as per drawing no. IOC/ENGG/E/304.
4mm thick clear plain glass150sq.mm shall be fixed infront of EB meter, to see meter
reading without opening the door. 10mm thick hylum sheet (Required size) shall be used
for fixing of EB meter. 100A rewireable porcelin fuse carrier-3nos. shall be fixed with
another compartment. Additional space shall be provided for fixing of 125A TPN FSU(open
Page 40 of 50
Electrical Specifications
execution) for EB main controlling switch gear (cost of 125 A FSU shall be paid under
separate item of work.). Necessary loop wiring 3Cx25 sq mm copper shall be inter
connected between EB metre, fuse carrier and main switch.
23.0 ENERGY METER 3-PHASE, 4 WIRE (KWH) - ORDINARY TYPE: Supply and fixing of 3
ph 4 wire (30 to 40 A) A/c energy meter SIMPCO/ BHEL/IMP/ ALSTOM or equivalent make
for calculating electricity utilized from DG set supply on the existing MCB panel board with
required size (10mm thick) hylam sheet. Necessary inter connection (7/16 VIR copper
conductor) between energy meter and change over switch shall be paid under separate
item of work.
24.0 FUSE CARRIER: Supplying and fixing of relevant capacity of fuse carrier kitkat rewirable
type fixing in required size of teakwood board on EB post as per local EB authority.
25.0 PROVIDING INTERNAL WIRING AND ALLIED WORKS: The wires for wring in
lighting system shall be 1100 V, 1 core PVC insulated, unarmoured with stranded copper
conductors, unless otherwise specified. The wires shall conform to the applicable
standards specified. The minimum area of conductors shall be 2.5 sq.mm for light fittings
and 5A receptacles and 4 sq.mm for receptacles rated 15A. The wires shall be coded
white for phase/positive of DC and black for neutral/negative of DC.
25.1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FR PVC
insulated copper conductor single core cable in surface / recessed medium class PVC
conduit, with piano type switch, phenolic laminated sheet, suitable size M.S. box and
earthing the point with 1.5 sq.mm. FR PVC insulated copper conductor single core cable etc
as required.
25.2 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FR PVC
insulated copper conductor single core cable in surface / recessed medium class PVC
conduit, with modular switch, modular plate, suitable GI box and earthing the point with
1.5 sq.mm. FR PVC insulated copper conductor single core cable etc as required.
25.3 Wiring for light/ power plug with 2X4 sq. mm FR PVC insulated copper conductor single
core cable in surface/ recessed medium class PVC conduit along with 1 No 4 sq. mm FR
PVC insulated copper conductor single core cable for loop earthing as required. with
modular switch, modular plate, suitable GI box.
25.4 Wiring for light/ power plug with 2X4 sq. mm FR PVC insulated copper conductor single
core cable in surface/ recessed medium class PVC conduit along with 1 No 4 sq. mm FR
PVC insulated copper conductor single core cable for loop earthing as required. with
modular switch, modular plate, suitable GI box.
Page 41 of 50
Electrical Specifications
25.5 Providing following point wiring with standard wire/ cable, plug, fittings, with suitable
sockets, suitable GI box with front plate etc. complete, to include circuits from distribution
boards to individual point boards, suitable PVC casing capping and required accessories
pulling of wires, etc. complete
25.5.1 Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper
conductor PE insulated, shielded with fine tinned copper braid and protected with
PVC sheath in the existing surface/ recessed steel/ PVC conduit as required
26.0 TELEPHONE POINTS: Providing & laying 19mm dia., 2mm thick PVC rigid conduit pipe
with 2 pair telephone cable 0.61mm tinned copper, for telephone points. Supplying and
fixing of 2 pin telephone socket modular type shall be paid under separate item of work.
27.0 TV POINTS: Providing & laying 19mm dia., 2mm thick PVC rigid conduit pipe with copper
TV
28.0 CABLE FOR TV POINTS: Supplying and fixing of TV socket modular type shall be paid
under separate item of work.
29.0 POINT WIRING FOR STREET AND FLOOD LIGHTING: Supply and installation of
cables required between LDB and junction box mounted on street lighting pole/flood
lighting tower and also between junction box mounted on food light tower to metal
enclosed control gear box located near flood light fixture, supply and installation of all the
termination accessories, termination, testing and commissioning of cables. CONTRACTORs
scope of work also includes excavation, preparation of riddled soil bedding. supply and
installation of protective covers over the cable, backfilling, ramming. supply and
installation of route markers, supply and installation of pipes for road crossing,
supply and installation of necessary cleating arrangement for cabling on flood light
tower, supply of labour, supervision, welding equipment, all tools and tackles and testing
equipment as required. Earthing of street light pole/ flood light tower lighting fixtures, etc.
is included under point wiring.
Page 42 of 50
Electrical Specifications
position including making end connections, wherever required with Electrical fittings.
Testing the supplied electrical fittings to the entire satisfaction of our Site engineer.
31.0 LIGHT POLES: This specification covers the requirements of supply and installation
of street lighting poles & Decorative Poles, junction box for pole lights and wiring for pole
lights. Lighting poles for street lights and flood lights shall be of stepped tubular/swaged
type construction as per applicable standard & IOCs drawings. The steel poles shall be
coated with bituminous preservative paint on the inside as well as embedded
outside surface. Exposed outside surface of steel poles shall be painted with two coats of
red lead oxide primer. After completion of installation two coats of aluminium paint shall
be applied. The supply of poles shall be complete with fixing bracket/necessary pipe
reducer for fixing the fitting and also include the necessary associated pole mounted
junction boxes. The poles shall be complete with internal wiring between junction box to
fixing bracket.
32.0 Supply and installation of street light poles and decorative poles including
associated junction boxes, links and terminals for junction boxes near each flood light
fixtures of following types.
32.1 Supply, erection, painting of light poles of L-pole & Y-pole type of different height
(7M & 9M) as per relevant standard.
32.3 Supplying, fabricating flood light pole with single or double arms decorative as per
design, specification and drawing enclosed.
32.4 Painting the pole with two coats of red oxide primer and two coats of synthetic
enamel paint of approved make and shade after scrapping the surface with wire
brushes, abrasive etc.
32.6 Fixing of supplied Single arm pole & Single arm decorative pole as per drawing.
32.7 Fixing of supplied Double arm pole & Double arm decorative pole as per drawing.
33.0 AREA LIGHT POLES: Supply, erection and painting of area light poles of following types including
38/50mm dia tubular arm, MS base plate, earth boss, including concrete foundation (M 15) of
approx. size 0.5M x 0.5M and depth varying from 1.25M to 1.5M as per IS:2713 (Part II) and as per
site condition, all complete as per site direction. Pole painting to be done with two coats red oxide
primer and two coats of alluminium paint.
33.1 Supply, fitting, fixing of arm bracket, tubular type, 38mm/50mm dia on pole including
painting, all complete.
Page 43 of 50
Electrical Specifications
33.2 Supplying & drawing inside the poles 3 core 2.5 sq.mm PVC insulated flexible copper
conductor, fixing of junction box at the pole base (excluding supply of JB), making all
connections on both ends, all complete as per specification and direction of Engineer In-
charge.
34.0 7 METER HIGH GALVANISED OCTAGONAL POLE with top 70mm (A/F), bottom 130mm (A/F)
made up of 3 mm thick plate having a base plate of size 220 x 220 x 12 with single arm 1500mm
long bracket arm made up of 4 8 O.D. pipe with EN 8 grade galvanised foundation bolts and anchor
plate on suitable concrete foundation as per standard drawings enclosed herein(Civil & Electrical
works shall be paid separately) having fixing arrangement for mounting2 Nos. of 250W Metal halide
luminaries (on opposite sides)
35.0 9 METER HIGH GALVANISED OCTAGONAL POLE with top 90mm (A/F), bottom 158mm (A/F),
made up of 3mm thick plate having a base plate of size 285 x 285 x 16 with single arm 1500mm
long bracket arm made up of 4 8 O.D. pipe with EN grade galvanised foundation bolts & anchor
plate on suitable concrete foundation as per standard drawings enclosed herein (Civil & Electrical
works shall be paid separately) having fixing arrangement for mounting 2 Nos. Of 250W Metal halide
luminaries (on opposite sides)
36.0 INSTALLATION OF THE SUPPLIED LIGHT POLE: Erection, Installation and commissioning of
company supplied yard light poles including grouting in C.C. & painting, internal wiring, etc
complete as per direction of Engineer In-charge (Civil job is included but painting shall be paid
separately.
37.1 Providing fluorescent tube light fitting, with 2x36 watt lamps, starter, choke, rotary holder,
down rods (if required), etc. all complete as per specification and direction of Engineer-In-
Charge. (For inside Building).
37.2 Providing mirror optic fluorescent tubelight fitting with 2x36 watt lamps, starter, choke,
rotary holder, down rods, etc. all complete as per specification and direction of Engineer-
In-Charge (for inside the Sales building).
37.3 Providing fluorescent tube light fitting with 1x36watt lamps, starter, choke, rotary holder,
down rods(if required), etc. all complete as per specification and direction of Engineer-In-
Charge. (For inside Building).
37.5 SODIUM STREET LIGHT FITTINGS: Supply & fixing of street lighting luminaries including
supply & fixing of 150W HPSV lamp (SON-T), control gears and other accessories all
complete as per specification and direction of Engineer In-charge.
Page 44 of 50
Electrical Specifications
37.6 SODIUM VAPOUR YARD LIGHT FITTINGS: Supply & fixing of street lighting luminaries
including supply &fixing of 250W HPSV lamp(SON), control gears and other accessories all
complete as per specification and direction of Engineer In-charge.
37.7 MERCURY VAPOUR STREET LIGHT FITTINGS: Supply & fixing of street lighting luminaries
including supply & fixing of 250W HPMV lamp (HPL-N), control gears and other accessories
all complete as per specification and direction of Engineer In-charge.
37.8 MERCURY VAPOUR YARD LIGHT FITTINGS: Providing and fixing yard light luminaire with
1x250W mecury vapour lamp including all required accessories on light poles, all complete
as per specification and direction of Engineer In-charge.
37.9 METAL HALIDE YARD LIGHT FITTINGS Providing and fixing yard light luminaire with 250W
MHL lamp including all required accessories such as, control gear, fixtures,etc. on light
poles, all complete as per specification and directionof Engineer In-charge.
37.10 FALSE CEILING RECESSED MOUNTED FITTINGS: Supply and fixing of following recessed
mounting luminaires of Philips/ Crompton/ WIPRO make for false ceiling including provision
of suitable ply board over false ceiling for mounting of fittings, etc. all complete as per
specifications and equivalent to Philips cat no. as per details given and direction of
Engineer In-charge.
37.11 HOARDING LIGHT FITTINGS: Supply and fixing of following flood light luminaires of
approved make with all accessories for Hoarding lighting, etc. all complete as per
specifications and direction of Engineer In-charge.
37.12 Supply installation testing & commissioning of Double ended Metal Halide Fitting with
20mm dia M.S. Square Pipe supports for providing illumination on hoarding for following
wattages.
37.13 CANOPY LIGHT FITTINGS: Supply & fixing of Metal Halide Luminaries for under Canopy
lighting as per manufacturer's recommendation including supply & fixing of High Pressure
Metal Halide lamp(HPI-T), control gears and other accessories all complete as per
specification and direction of Engineer In-charge.
37.14 Supply & fixing of CFL Luminaries for under Canopy lighting as per manufacturer's
recommendation including supply & fixing of 3X36 Wlamp, control gears and other
accessories all complete as per specification and direction of Engineer In-charge.
37.15 Supply and erection of following flame proof/flood light fittings with toughened glass and
mesh suitable for HPMV lamp with separate control gear box. The job includes the cost of
fitting and erection, lamp, erection of control gear on suitable MS brackets etc.
Page 45 of 50
Electrical Specifications
37.16 BULKHEAD/ WELLGLASS LUMINARIES Supply & fixing of bulkhead type Luminaries PHILIPS
Cat. No. : NXC 101/ WIPRO cat no. WKP 14109 including supply & fixing of lx9W PLS lamp,
etc. all complete as per specification and direction of Engineer In-charge.
37.17 Supply & fixing of wellglass type FLP Luminaries including s/f of lxl60W MLL lamp, hanging
arrangement by suitable MS frame, etc. all complete as per specification and direction of
Engineer In-charge.
37.18 CEILING FANS Supply & fixing of ceiling fan for inside of the sales building. Ceiling fans
shall be suitable for operation on 240 V, 1 phase, 50Hz supply and shall be
complete with standard mounting accessories such as suspension rods, top and
bottom caps etc. The fans shall be supplied with appropriate speed regulators.
The fans shall generally conform to the applicable standards. Details regarding
blade sweep and suspension requirements shall be as per price schedule
37.19 EXHAUST FANS Supply and fixing of exhaust fan including electrical wiring all shall be with
per specification and direction of site In charge. These shall be of Propeller type giving
axial flow conforming to IS 2312. The fans shall be with louvers / shutters. (The job
does not include making suitable cut out in the wall for fixing the fan).
38.1 Complete rewinding of single phase, 230V, 50Hz, AC, flame proofelectric motor of
dispensing pump (Make: L&T/MIDCO/Tatsuno/Nouvopignone and Other Dispensing unit
Makes) includingsupply of identical rating motor for temporary period and other materials
etc. all complete as per specification and directionof Engineer In-charge.N.B.: Party shall
have to under take rewinding work free of costif any defect is observed within six month of
rewinding of motor. The burnt out winding shall be the property of the Party
38.2 Complete rewinding of three phase, 415V, 50Hz, AC electric motor ofcompressor/ water
pump, etc. including supply of identical rating motors for temporary period and all other
materials etc. all complete as per spec.and direction of Engineer In-charge.N.B.: Party shall
have to under take rewinding work free of costif any defect is observed within six month of
rewinding of motor.The burnt out winding shall be the property of the Party
38.3 Supply & fixing towards replacement of following electrical components/ accessories as per
manufacturer's recommendations foraforesaid make of dispensing pump as applicable
38.4 Supply & fixing of Phosphor bronze motor bush for dispensing pump (Make: L&T / MIDCO /
Tatsuno / Nouvopignone)
Page 46 of 50
Electrical Specifications
38.5 Supply & fixing of following items in Electronic Register Assembly of dispensing pumps
(Make: L&T / MIDCO / Tatsuno / Nouvopignone) as applicable.
39.0 DISPENSING PUMP CONNECTIONS: Providing dispensing pump lighting connection with copper
conductor, single core PVC sheathed wire as per recommendation of the pump manufacturer (make
of pumps L&T /MIDCO /AVERY /Tatsuno /Nouvopignone).
40.1 Supply of electrical fittings for repairing of the dispensing pumps/ motors etc
complete.
40.2 Wherever the replacement of any existing electrical fitting is undertaken, the
Corporation shall not make any payment for dismantling the fittings from the
existing position/equipment including all connections.
40.3 Wherever required, supply of identical equipment for temporary period and other
materials etc. All complete as per specifications and directions of Engineer-in-
Charge shall be done by the contractor without any extra charges to the
Corporation.
40.4 Contractor shall have to undertake repairs/ replacement free of cost, if any defect
is observed.
40.5 Fixing the newly supplied electrical fittings in position including making end
connections, where ever required with Electrical fittings
40.6 Testing the supplied electrical fittings to the entire satisfaction of IOCL.
41.0 Supplying and fixing 12 volt Charged LA battery of approved make for Electronic dispensing pumps
including giving necessary electrical connection for the following AH ratings.
42.1 Design, supply, installation, testing and commissioning of On-line UPS of various
rating with a set of chargeable maintenance free Lead Acid type batteries of
required Amp. Hour Capacity to sustain for 4 hours on full load on power
disruption as per specification
Page 47 of 50
Electrical Specifications
CVT shall deliver a constant output voltage for an incoming voltage ranging
between 180 to 260V.
42.3 SINGLE SERVO VOLTAGE STABILISER: Supply and fixing of 230V, Single phase,
AC Servo voltage stabilizer of approved makes for Individual dispensing pump
shall be as per IE Regulation. The Servo voltage stabilizer shall be high voltage
and low voltage cut-off system, automatic restart with time delay shall be 1
minute or less and fail safe circuit etc. (The supply shall be bye passed in case of
component failure inside the stabilizer). The servo voltage stabilizer shall work for
140 to 260V with minimum no load power loss. The servo stabilizer shall
indicate the following operations and caution non-latching LED indication for
Input Present, Output normal, Input high, Input Low, Latching LED indication for
cut off system, output high, Output low, Output overloaded. Manual and auto
restart facility shall be provided with stabilizer.
42.4 THREE PHASE SERVO STABILIZER: Supplying and fixing of 3-phase air cooled
auto load changer servo stabilizer for balanced and unbalanced load shall be
independent correction of each phase and as per specification. The stabilizer
have digital meter for voltage indication. The Stabilizer shall have under
voltage, over voltage protection with auto reset. In over load protection the
stabilizer shall have facility for manual reset. Degree of protection shall be IP-55.
43.0 WATER PUMPS: Supplying and installation of Water pumps of approved make with starter
of L&T or approved make including Supply and providing G.I. Sheet cover with locking
arrangement. The pump has to be installed as per manufacturer's specification.
43.1 0.5 TO 2 HP SINGLE PHASE MONO BLOCK WATER PUMP: Supplying and
Installation of 0.5 to 2 HP single phase mono block pump conforming to IS
9079/1989 (maximum suction head 7.5 metre) with bronze impeller conforming to
IS318 to deliver water from open well with necessary foundation. Supplying and
fixing of relevant size foot valve with strainer and gate valve (as per
manufacturers recommendation), DOL starter of approved make for motor are
also included in the scope of work. The cost of suction & delivery pipe, UG cable
and gland shall be paid under separate item of work.
43.2 SUBMERSIBLE PUMP: Submersible Pump shall be provided with suitable total
head and discharge to meet the required capacity. The pump component
shall be corrosion and abrasion resistant, high grade engineering polymer/
stainless steel with special alloy as per IS:8034-1976. The submersible pump
motor of approved make shall be to suit wide voltage fluctuation and special PVC
insulated copper winding.
Page 48 of 50
Electrical Specifications
43.2.1 A control panel of approved make shall be provided with single phasing
preventor and dry run preventor.
43.2.3 A relevant capacity of TPN main switch shall be used for controlling
incoming power supply of submersible pumps.
43.2.4 DOL starter of approved make provided for pump is also included in the
scope of work.
44.2 Any damage to the existing shall be make good by the contractor without any
extra cost to the corporation.
44.3 In case of removal of MCB etc from the box the space shall be provided with
dummy cover without any extra cost.
45.0 GENERATORS:
45.1 Supply and installation, testing and commissioning of air cooled Diesel Generator
in Acoustic Enclosure with all necessary accessories including Control panel,
residential silencer, exhaust line, fuel line, anti vibration mounting pads,diesel
tank, electric starter with battery and seperate battery charger etc in an acoustic
enclosure as required complete .
45.2 Erection, testing and commissioning of IOC supplied following 3-phase Air cooled Generator
(excluding the cost of cable, glands and earthing) .
45.3 Supplying & Installation of acoustic enclosure for existing Generators as per specification
and standard drawings.
45.4 Supply, erection, testing and commissioning of 5 to 20 KVA Single phase Air
cooled Generator (excluding the cost of cable, glands and earthing): A single-
phase air-cooled diesel generator shall be provided with suitable nos. of heavy
duty Dunlop Make, anti vibration mounting. The capacity of engine in
withstanding the full load current for the required power shall be as per IS 10002,
BS 5514, DIN 6271 and ISO 3046. Anti vibration mounting shall be supplied
Page 49 of 50
Electrical Specifications
along with DG set. The DG set shall be installed 150 mm above floor level on a
concrete (PCC 1:2:4) platform. The DG set shall have the following provisions.
45.4.1 Engine control panel consisting of on / off key, lube oil pressure gauge
and ammeter for battery current
45.4.2 Engine protection system for high cylinder head temperature and low lube
oil pressure, v-belt and over speed mechanical shutdown devices for
blower belt failure.
45.4.3 One no. 12V, 20 AH lead acid battery Exide/Amco Make, copper wire with
copper socket.
45.4.5 100 ltrs. Capacity diesel tanks - square type with level indicator.
45.4.6 Alternator shall be provided with brushless type AVR (Automatic Voltage
regulator) control.
45.4.8 Supply and laying relevant capacity UG cable (approved make) from DG
set to control panel and change over switch. (Cost of cable, gland shall be
paid under separate item of work)
45.4.9 Providing three nos. of earth pit as per IS: 3043/1986 one for Generator
Neutral, one for Generator body earth and other for common (Neutral and
body earth) (Cost of earth pit shall be paid under separate item of work).
Page 50 of 50
I . LIST OF APPROVED MAKES FOR CIVIL WORKS
22. False Ceiling for Canopy Luxalon Hunter Doglas / Trac Inter Arch /
(Pre coated steel) Metacraft / Speco/Sonex
23. Gypsum Board India Gypsum
24. Marking compounds Shalimar / MRF
25. Hardware Shalimar / Garnish / Navbharat / Vision
/Amarbhoy Dossaji
26. Door Closers / Floor Springs Everite / Godrej / Garnish /Nita/Everest
27. Premoulder joint fillers STP
28. Sealing Compounds FOSROC / STP / Apoorva/M Seal
29. Bitumen Sealants FOSROC / STP
30. PVC Doors / Windows Sintex/ Rajshri Plastiwood
31. HDPE Water Tanks Sintex/ Patton/Rounak
32. Anti Termite treatment Pest Control (India)/ Locally available approved by
Site Engineer
33. Water proofing works / Likproof India Pvt. Ltd., / All India Water Proofing
Applicators Co./Sika/Dr. Fixit/Cico/Impermo/Perma
34. RCC Hume Pipes Bhaskar Engineering Works/Hindusthan Pipe
Industries/Indian Hume Pipe Co./Royal
Concrete/West Bengal Concrete Industries Pvt.
Ltd./Franco /Saktigarh Cement Precast or
approved by IOCL
35. Bottle Traps / Waste pipe Nahani/Esco/Orient/Soma
Fittings
36. Interlocking Paver Block Bhaskar Engineering Works/Hindusthan Pipe
industries//West Bengal Concrete Industries Pvt.
Ltd./S. E. Tiles Manufacturing Co. Pvt. Ltd./
Stylish Interlocking Pavers Pvt. Ltd/ Stylish
Precast pvt. Ltd./ Royal concrete/Feroza
Enterprises./ Baystar/Sati Tiles Pvt.Ltd./Sangam
Prefab Concrete Products Pvt. Ltd.
37. Beadings for Aluminium works Elka/Indal/Alumilite/ Zindal
38. Aluminium Grills Decogrills OR approved by IOCL
39. AC. Sheet ,Fitting & Fixture Everest/Tata/Ramco/ Charminar
40. G I . Sheet ,Fitting & Fixture Tata / Zindal/SAIL
41. Fire Extinguishers DCP SAFEX / Cease fire/Max./ Fire Shield
42. Fire Extinguishers CO2 SAFEX / Cease fire/Max./ Fire Shield
43. Stone Ware pipes / Traps Trimurti, Perfect Potteries, Bharat, Rajura
44. Colour Pigment Shalimar/ Pidilite/Asian Paints