tata consulting engineers limited - bharat petroleum

206
SPEC. NO. TCE.M4-918 TATA CONSULTING ENGINEERS LIMITED SECTION: E CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 1 OF 19 ISSUE R1 TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC 1.0 SAFETY ORGANISATION 1.1 HEALTH AND SAFETY POLICY The CONTRACTOR’s organisation shall have a written HEALTH AND SAFETY POLICY (POLICY) issued by the Chief Executive of the organisation, appropriate to the scale and nature of the risks involved in the CONTRACT works. A copy of the POLICY shall be made available to the PURCHASER at the time of the award of the CONTRACT in evidence of the CONTRACTOR’s commitment to management of employee's health and safety and compliance to statutory and regulatory requirements. The POLICY along with its component operation procedures shall be evidenced as working document publicised among the CONTRACTOR's and his SUB-CONTRACTORS' employees through appropriate language/s. All the CONTRACTOR’s employees shall be familiar with the POLICY and their role and obligations in its implementation. The POLICY shall meet the relevant statutory and regulatory requirements and the requirements of the PURCHASER/CONSULTANT. The POLICY shall periodically be reviewed for updating with respect to new and emerging legal and other requirements. 1.2 SAFETY REPRESENTATIVE 1.2.1 The CONTRACTOR shall appoint a Safety Representative (SR) meeting statutory competence requirements, with a minimum experience of five years of safety management in comparable contracts, approved by the PURCHASER on the basis of his qualification and experience. The SR shall give his whole time to the superintendence of the ‘Health and Safety Programme’ of the CONTRACTOR 1.2.2 The CONTRACTOR shall also nominate in writing competent Safety Appointees (SAs) from various disciplines to assist the SR in implementation of health and safety measures in their routine contract works. The SR shall have sufficient authority to direct the CONTRACTOR's or his SUB-CONTRACTOR's personnel to meet health and safety requirements and to stop performance of work until such requirements are met. 1.3 EMPLOYEE CONSULTATIONS, SAFETY COMMITTEE AND COMMUNICATION 1.3.1 The CONTRACTOR shall ensure full involvement of all his employees recognising their right to consultation on health and safety matters. The safety appointees of the various areas, in conjunction with the SR shall be responsible for ensuring employees' involvement through routine safety inspections, hazard and risk assessment in new and changed works and their control. The CONTRACTOR shall maintain appropriate operating procedures to guide these requirements. 1.3.2 The CONTRACTOR shall also appoint a Safety Committee (SC) comprising of the SAs from the various areas under the chairmanship of the SR. The committee shall meet at periodic intervals to discuss the status and adequacy of the safety management, and any safety concerns of the employees. The PART 1 Page 188 of 393

Upload: khangminh22

Post on 04-May-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 1 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

1.0 SAFETY ORGANISATION 1.1 HEALTH AND SAFETY POLICY The CONTRACTOR’s organisation shall have a written HEALTH AND SAFETY

POLICY (POLICY) issued by the Chief Executive of the organisation, appropriate to the scale and nature of the risks involved in the CONTRACT works. A copy of the POLICY shall be made available to the PURCHASER at the time of the award of the CONTRACT in evidence of the CONTRACTOR’s commitment to management of employee's health and safety and compliance to statutory and regulatory requirements. The POLICY along with its component operation procedures shall be evidenced as working document publicised among the CONTRACTOR's and his SUB-CONTRACTORS' employees through appropriate language/s. All the CONTRACTOR’s employees shall be familiar with the POLICY and their role and obligations in its implementation. The POLICY shall meet the relevant statutory and regulatory requirements and the requirements of the PURCHASER/CONSULTANT. The POLICY shall periodically be reviewed for updating with respect to new and emerging legal and other requirements.

1.2 SAFETY REPRESENTATIVE 1.2.1 The CONTRACTOR shall appoint a Safety Representative (SR) meeting

statutory competence requirements, with a minimum experience of five years of safety management in comparable contracts, approved by the PURCHASER on the basis of his qualification and experience. The SR shall give his whole time to the superintendence of the ‘Health and Safety Programme’ of the CONTRACTOR

1.2.2 The CONTRACTOR shall also nominate in writing competent Safety Appointees

(SAs) from various disciplines to assist the SR in implementation of health and safety measures in their routine contract works. The SR shall have sufficient authority to direct the CONTRACTOR's or his SUB-CONTRACTOR's personnel to meet health and safety requirements and to stop performance of work until such requirements are met.

1.3 EMPLOYEE CONSULTATIONS, SAFETY COMMITTEE AND

COMMUNICATION 1.3.1 The CONTRACTOR shall ensure full involvement of all his employees

recognising their right to consultation on health and safety matters. The safety appointees of the various areas, in conjunction with the SR shall be responsible for ensuring employees' involvement through routine safety inspections, hazard and risk assessment in new and changed works and their control. The CONTRACTOR shall maintain appropriate operating procedures to guide these requirements.

1.3.2 The CONTRACTOR shall also appoint a Safety Committee (SC) comprising of

the SAs from the various areas under the chairmanship of the SR. The committee shall meet at periodic intervals to discuss the status and adequacy of the safety management, and any safety concerns of the employees. The

PART 1 Page 188 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 2 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

committee shall also formulate and validate the safety procedures incorporating controls to prevent or mitigate hazards and risks before submission for approval by the PURCHASER/CONSULTANT. The minutes of the SC meeting shall be submitted to the PURCHASER/CONSULTANT. The SR shall maintain the records of the meetings.

1.3.3 The CONTRACTOR shall communicate to the employees regularly on job

hazards applicable to their tasks in hand. The SAs or any of the SR's nominees shall hold 'Toolbox Talks' for this purpose on a routine basis before undertaking any safety critical and/or non-routine activities. Weekly meetings of the CONTRACTOR and his SUB-CONTRACTORS attended by the SR and the SAs shall include safety as a key item in the agenda to discuss hazards and risk assessments, job safety analysis and control procedures and to review accidents and incidents (Near-miss) for remedial measures to prevent such occurrence. The minutes of the meeting shall be submitted to the PURCHASER/CONSULTANT. The SR shall maintain the records.

1.4 CONTRACTOR'S SAFETY REPORTS 1.4.1 The CONTRACTOR shall submit a monthly written report to the PURCHASER/

CONSULTANT, which shall be due on the fifth workday of every month. The health and safety of all full time, part-time, permanent, temporary, contract employees and any outsourced employee undertaking any part of the CONTRACT works shall be included in the safety report. The report shall include the total number of working hours for the month, the number of recordable accidents and the number of lost-time accidents. A cumulative trend plot of the monthly severity and frequency rate of the reportable accidents shall be included in the monthly safety report and calculated as:

LOST MANDAYS DUE TO LOSS-TIME INJURIES x 1,000,000 MANHOURS WORKED FREQUENCY = NUMBER OF LOST TIME INJURY x 1,000,000 MANHOURS WORKED 1.4.2 The CONTRACTOR shall arrange to display the safety statistics and the

cumulative plot of severity and frequency of accidents mentioned above painted on a board prominently displayed, as a means of encouragement and assurance to all interested parties and for publicising the safety achievements.

1.5 CONTRACTOR'S ACCIDENT/INCIDENT REPORTS 1.5.1 ‘Accident’ for the purpose of this para is defined as ‘Undesired Event Giving

Rise to Death, Ill-health, Injury, Damage or other Loss’ and ‘Incident’ is defined as ‘Event that gave rise to an Accident or had the Potential to lead to an Accident’. An accident where no ill health, injury, damage or other loss occurs is also referred to as ‘Near-Miss’. Incident includes Near-Miss. The CONTRACTOR shall report orally, to the PURCHASER/CONSULTANT regardless of their extent, duration and severity, immediately on occurrence of all accidents resulting in:

PART 1 Page 189 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 3 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

(a) Personal injury (b) Property damage (c) Fires (d) Spills (e) Near-Misses 1.5.2 The CONTRACTOR shall submit the accident and incident report in writing to

the PURCHASER/CONSULTANT within 24 hours of its happening in the form as prescribed by the governing statute or in the absence of which, in the form prescribed by the PURCHASER/CONSULTANT. The CONTRACTOR shall detail in the ‘Accident/Incident Report’, the particulars of the dangerous occurrence leading to the accident, lost time of absence due to accident, root cause analysis and the corrective and preventive actions to prevent such recurrence. In addition, the CONTRACTOR shall include his estimate of the impact of accident on project schedule. Incidents shall also be reported in the same manner identifying root cause/s to eliminate such potential occurrence or risks.

1.6 FIRST-AID PERSONNEL AND FACILITIES 1.6.1 The CONTRACTOR shall make available first-aiders, first-aid boxes and or first-

aid stations as per statutory requirements. The persons holding current certificates of competency of recognised institutions in prescribed numbers as per any governing statute and in the absence of such regulatory requirement a minimum of two first-aiders for each area of work for every hundred workmen. First-aiders' names shall be prominently displayed.

1.6.2 The first-aid boxes shall display contents of medical and medicinal articles with

quantity maintained, which shall be in accordance with governing statute. Nominated first-aider shall replenish stock promptly.

1.6.3 The first-aid refresher training shall be provided at least once in a year and all

employees shall be encouraged to undergo first-aid training. A record shall be kept of all first aid treatments with particulars of treatment and personnel providing the treatment.

1.7 OCCUPATIONAL HEALTH CENTRE 1.7.1 Where required by the CONTRACT, the CONTRACTOR shall establish and

maintain an Occupational Health Centre where hazardous Processes are involved such as roof work, steel work, working above or below water, demolition and confined space. Where the PURCHASER maintains the Occupational Health Centre facilitating the CONTRACTOR, such a facility shall meet the requirements laid by the governing statute and this shall be stated in the CONTRACT. Where the CONTRACTOR out-sources such facility, it shall meet the statutory requirements and shall be approved by the PURCHASER/CONSULTANT and the statutory body.

PART 1 Page 190 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 4 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

1.7.2 The Occupational Health Centre shall be served by a full time medical officer holding a medical degree in allopathic medicine with a minimum of five years experience in Occupational Health/Medicine. A nurse, one dresser/compounder and one sweeper-cum-ward boy who will all be available during entire construction operation during the day shall assist the medical officer. One additional Medical Officer shall be posted for every additional thousand Construction workmen along with the team of nurse, compounder and ward boy

1.7.3 The Occupational Health Centre shall be capable of undertaking emergency

care services or emergency treatment facilities which shall include emergency life saving aids and appliances to handle head and spinal injuries, severe fractures, snake bites, burns of all nature, electric shocks, cases of asphyxiation and such other severe injuries as could be reasonably anticipated at the facilities and shall meet provisions of any governing statute.

1.8 AMBULANCE ROOM AND AMBULANCE VANS The PURCHASER shall arrange for an ambulance room and an ambulance van

directly or outsource the facilities meeting the governing statutory needs for prompt transportation of serious cases accident and or sickness to the hospital. Such facilities shall be maintained in good repair and equipped with facilities such as dry powder type extinguishers, flashlights, portable oxygen unit, self-contained breathing apparatus etc. as prescribed by the governing statute.

1.9 INDUCTION AND JOB-SAFETY TRAINING 1.9.1 The CONTRACTOR shall maintain a procedure for identification of the training

needs and training his employees to create a health and safety conscious work-force that will comply with the law and safety requirements of the Organisation. He shall also maintain a procedure for safety induction and initial training as well as follow-up training on the job safety for new entrants. All employees shall receive effective training and periodic refresher training on the operation control procedures specific to their tasks designed to control the job-safety risks. A booklet of such operation control procedures and safety rules with need based pictorial illustrations shall be made available to all employees who are to learn and be familiar with such procedures. All training shall be monitored for effectiveness as per established procedures. The CONTRACTOR shall maintain records of all training.

1.9.2 The SR and the SAs shall conduct regular fortnightly or weekly mock-safety

drills for different imaginary accident scenarios, in premeditated work areas to provide on-job training such as:

(a) Use of safety appliances such as water monitors, hydrants, hydrant

pumps, fire-hoses, extinguishers, breathing apparatus and safety harness for working at height,

(b) Response to health and safety emergencies, (c) fighting fires using various equipment and

PART 1 Page 191 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 5 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

(d) First-aid 1.9.3 Participants shall receive training during mock-drills through role-play of their

normal expected tasks during emergencies and fire fighting. The degree of demonstrated ability in the chosen tasks during such safety drills shall be recorded as participants' competence level for planning his further training. The experience gained in mock drills shall be used to update of operational control procedures and the training needs. The roster of participants and contents for routine mock-drills shall be appropriately planned to cover all employees in the training at least once in four months.

1.9.4 The SR and the SAs shall be trained on a standardised comprehensive

advanced training programme covering safety management, legal aspects, techniques of hazard identification and risk assessment and specific job-safety in various disciplines such as Civil, Electrical, Instrumentation and Mechanical plant and equipment of the CONTRACTOR. The training records shall be maintained subject to audit by the PURCHASER/CONSULTANT. Training effectiveness shall be assessed and recorded and used as input for further training plans of the employee.

1.10 HEALTH AND SAFETY PROMOTION Safety posters, banners and slogans displayed for safety promotion shall be

rotated at frequent intervals. The CONTRACTOR is encouraged to have safety promotion as an item in the SC agenda. The CONTRACTOR is encouraged to include safety promotion programmes such as: safety bulletins, magazines, competitions in slogan and poetry writing on safety, screening of safety films, celebration of national safety and environmental day, safety suggestion schemes and safety library etc.

1.11 PURCHASE AND PROCUREMENT CONTROL 1.11.1 The CONTRACTOR shall maintain a procedure for control of his purchases to

ensure that all safety requirements are appropriately vetted by the safety personnel during all stages of procurement including planning of specifications, inspection for acceptance and commissioning in order that threats to safety are not overlooked and appropriate attention is paid to the training of personnel in the operation of the CONTRACTOR's new or changed machinery and their operation control procedures, to prevent/control risks.

1.11.2 The CONTRACTOR shall exercise due diligence in appointing his SUB-

CONTRACTORS and outsourcing contract services, that no new health and safety threats are created. The CONTRACTOR shall ensure personnel of SUB-CONTRACTORS and outsourced contract services are competent in health and safety management to meet the POLICY requirements. They shall be made aware of the safety rules, emergency procedures and any information that will have a bearing on the safety, health and related contractual obligations

1.12 HAZARD IDENTIFICATION AND RISK ASSESSMENT 1.12.1 The CONTRACTOR shall ensure that his key personnel and safety personnel

PART 1 Page 192 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 6 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

are trained to be competent in hazard identification, risk assessment and risk control processes. The CONTRACTOR shall on a routine basis identify, evaluate and control all health and safety risks especially in the hazardous work activities and also to validate the previous risk assessments. Elements such as hazard identification, evaluation of risks with existing control measures in place and estimate of tolerability of the residual risks shall be an ongoing process. Any additional/New control measures shall be designed based on this process on need basis.

1.12.2 The CONTRACTOR shall maintain a Hazard Identification, Risk Analysis and

Risk Control Manual (HIRARC) pertaining to all his activities duly updated as detailed above. The HIRARC manual shall be made available to the PURCHASER/CONSULTANT during regular inspections and audits

1.13 WORK PERMITS 1.13.1 The CONTRACTOR shall maintain a work permit procedure to limit the

hazardous processes and high risks tasks to authorised personnel, who shall be informed of the job safety analysis and the job specific safety precautions, on issue of a work-permit. The work permit issued under the procedure shall be valid for a specified period and shall be issued only after all safety precautions are fulfilled and duly verified by the SR or the SA or specialist who is authorised for safety certification as a prerequisite for issue of a work permit. The work permit shall be appropriate for the purpose for which it is issued. Various work-permits are:

(a) Safety Work Permit (SWP) SWP is mandatory for working at heights, on fragile roofs such as

asbestos or such roofing works, steel erection, work over water, a live substation or switch-yard even if section of work is not electrically charged, demolition, blasting and such potentially hazardous CONTRACT works in the opinion of the PURCHASER/CONSULTANT.

(b) Hot Work Permit (HWP) HWP shall be used where hot working, like electric or gas welding, gas

cutting, or burning or any other operation involving heating, open flames or electric arcs, grinding and electrical works etc. are potentially dangerous in areas such as inflammable materials storage, plant and pipe lines handling inflammable and or explosive materials either presently or in the past, or where new works are undertaken adjoining such works which in the opinion of the PURCHASER/CONSULTANT are potential risks. A HWP shall be deemed mandatory in all such potentially dangerous areas. The CONTRACTOR shall get areas such as welding shops or maintenance areas approved by the PURCHASER/CONSULTANT for 'Permit-Free' operation.

(c) Confined Space Entry Permit (CSP) CSP is issued for entering and carrying out tasks in confined space.

PART 1 Page 193 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 7 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

Confined space for the purpose of this para is defined as an enclosed or partially enclosed space which is not intended or designed primarily as a work place and

(i) is at atmospheric pressure during occupancy (ii) has restricted entry and exit (iii) has potentially harmful level of toxic or inflammable

contaminant or unsafe level of oxygen (iv) is of a nature that could contribute to overwhelming a person

by an unsafe atmosphere (v) has a potential that safety on entry could be affected by

unsafe conditions stated above by accident or due to human errors

Confined spaces shall include but not limited to storage tanks, process

vessels, bins, boilers, ventilation or exhaust ducts, sewers, underground utility vaults, tunnels, pipelines and open top spaces more than 4 feet in depth such as pits, tubs, vaults and vessels.

(d) Electrical Safety permits/Lock-out and Tag out (ESP/LOTO) The CONTRACTOR shall institute an electrical safety permit system to

ensure safe electrical isolation. Safety permits shall not be issued until safe release tag is placed on the equipment isolated on all isolating points. The safety permit shall be returned on satisfactory completion of the job by the executing agencies duly signing off indicating that all shorts and grounds and men and materials are removed from the job and that the job safe for energising. This is a prerequisite to energise the isolated equipment. The safety tags shall be collected in the order first the isolated equipment and lastly the tag on the main control of the equipment The tags and permit system shall be auditable

1.14 JOB SAFETY INSPECTION 1.14.1 The CONTRACTOR shall maintain a procedure for Safety Inspection at routine

intervals to provide assurance that the instituted safety procedures are in place to prevent deviations from established standards that could lead to a safety hazard and consequential risk. The CONTRACTOR shall establish appropriate standardised checklists for systematic job safety verification to ensure

(a) set standards are followed without deviation (b) employees are competent to perform as per prescribed operation

control procedures, (c) monitoring of safety of the various work areas/tasks and (d) adequacy of existing operation control procedures and practices to

PART 1 Page 194 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 8 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

mitigate and eliminate risks 1.14.2 Should the existing operation control procedures prove inadequate and the

residual risks are higher than tolerable levels, the SR shall initiate hazard and risk assessment and analysis and consultations with the SC to deploy appropriate remedial measures and improved operation control procedures. Periodic inspection reports and proposed remedial measures shall be submitted to the PURCHASER/CONSULTANT. Records of changes change processes; consultations with the SC and revision of operational controls shall all constitute objective evidence of the existence of established procedures.

1.15 SAFETY AUDITS 1.15.1 The CONTRACTOR shall undertake periodic safety audits to confirm through

investigative methods the effectiveness of the measures set out in the POLICY. In order to be effective such safety audit shall be comprehensively covering all aspects detailed in this specification to ensure effective loss-control/accident prevention programme. Safety audits shall take into account the safety inspection records, remedial measures and effectiveness of the safety programme. Effectiveness of safety programme shall be based on the CONTRACTOR’s effective hazard identification and risk assessment processes for design of operation control procedures and on the safety statistics. Audit reports and preventive actions and safety improvement programmes shall be submitted to the PURCHASER/CONSULTANT.

1.15.2 The PURCHASER/CONSULTANT shall retain their right to audit the

CONTRACTOR’s Safety Management System either directly by their employees or his nominated representatives for its effectiveness.

2.0 EQUIPMENT, SUBSATANCES AND PERSONAL SAFEGUARDING 2.1 MECHANICAL SAFETY 2.1.1 The CONTRACTOR shall ensure that all his equipment and machinery are safe

to use while in motion or working. Operators shall have received training or instruction on operation of the machinery and the regulatory requirements. The CONTRACTOR shall have adequate procedure to ensure the stability and securing of his working machinery during operation. He shall restrict repair and maintenance of the machinery to trained personnel and maintain records of repairs and maintenance. The equipment shall have appropriately designed means of isolating from sources of energy and shall have emergency stop control, which is easily accessible. All controls shall be clearly and uniformly marked. All operation controls, interlocks, sensing devices and guards on tools and equipment shall be functional and their status shall be regularly checked and recorded. The CONTRACTOR shall provide evidence of compliance to these requirements in any contractual write-ups submitted to the PURCHASER/ CONSULTANT for approval in respect of critical construction/contract works.

2.1.2 The CONTRACTOR shall provide only good quality hand tools and ensure

control of condition, storage, routine inspection and use of such hand-tools. Unsafe tools such as with cracked or broken handles, mushroomed chisels and

PART 1 Page 195 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 9 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

punches, worn screwdrivers, hardened hammerheads; power tools with unsafe resistance to earth or without safety guards shall be prohibited.

2.1.3 All safety ladders, scaffolding and such access equipment shall meet

requirements of IS 3696 and IS 4014 and such standards as the PURCHASER/CONSULTANT may stipulate. The safety work permits shall be issued only after ensuring that all safety requirements of access equipment are complied with. Access equipment shall be inspected on a routine basis to prevent injuries caused by falls.

2.1.4 The CONTRACTOR shall ensure safety of all those concerned with lifting and

those who may be affected by material hoisting, lifting and handling using various mechanical aids. All lifting equipment such as cranes, hoists, lifting shackles, hooks chains and links shall be designed as per appropriate International codes of construction. Operators shall have been trained in operation and maintenance of such equipment besides training on standard hand signals to be employed during the hoisting and lifting operations. Safe Working Loads (SWL) shall be marked on equipment prominently. SWL shall be evidenced to have been established by test procedures in accordance with acceptable codes of practices.

2.1.5 Riding on construction equipment, forklifts and cranes shall be prohibited unless

such vehicles are provided with passenger seats. 2.1.6 Pressurised gas and air systems shall be maintained safe in good working order

and shall meet the requirements of the Factories Act 1948, The Static and Mobile Pressure Vessels Rules 1984 and the Gas Cylinder Rules 1934 as applicable. The safety relief valves, safety appurtenances and isolation systems shall be compliant with safety code of practices. Any statutory register of pressure vessel records and the code of practices shall be subject to periodic auditing by the PURCHASER/CONSULTANT.

2.1.7 The areas of highly dangerous activities like hoisting, lifting and rock blasting,

and radiation, shall be appropriately barricaded to protect personnel and machinery and guided by work permit discipline. Emergency plans shall cater to emergencies arising out of such activities.

2.1.8 Signs, barricades, barrier tapes and warning or entry restriction devices or

accessories shall be provided to minimise work related risks of accidents and injuries. Signage shall meet all regulatory requirements such as under The Building and other construction workers Act 1996, Factory Act 1948, Manufacture, Storage, Import of Hazardous Chemicals Rules under Environmental Protection Act 1986, Indian Explosives Act 1984 and Gas Cylinder Rules 1981 and Indian Electricity Act 1910 and Rules there of and any other safety requirements of the PURCHASER/CONSULTANT.

2.2 ELECTRICAL SAFETY 2.2.1 The CONTRACTOR shall provide only such equipment for work that is

electrically safe to work. The CONTRACTOR shall have a procedure to identify and record all his electrical equipment in a register, with provisions to record his

PART 1 Page 196 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 10 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

periodic inspections of such equipment. Inspection shall cover cables, extension leads, all electrical equipment drawing power from socket outlet. He shall identify and maintain in good working order all electrical installations such as distribution panels and major switchgear ensuring safe accessibility. A clear area shall be maintained around panels and switchgears. The installed equipment shall be periodically inspected by qualified personnel to ensure their continued safe operating condition. Inspection shall include earth polarity checks, continuity checks and earth resistance checks. The CONTRACTOR shall ensure use of flameproof and explosion proof switchgears and lighting fittings where required as per governing codes.

2.2.2 Approved earth leakage relays or alternative safety devices to relevant IS and

International codes shall be used on all portable electrical hand tools. Where possible low-voltage electric power supply shall be used for hand tools, earth leakage units shall protect electrical installations in workshops, kitchens, cafeterias, first-aid rooms, laboratories and offices. Record of regular checks shall be maintained. The CONTRACTOR shall comply with ‘Code of Practice for Earthing’ as per IS 3043.

2.2.3 Safety rubber matting of appropriate voltage rating conforming to IS 5424

entitled ‘Rubber Mats for Electrical Purposes’ shall be provided in front of all switchgears and power distribution panels for the safety of personnel operating such equipment.

2.2.4 The CONTRACTOR shall arrange displaying signage under Indian Electricity

Act 1910, such as: (a) Danger notices as per IS 2551 in conspicuous places on all low,

medium and High voltages as per Rule 35, (b) Instruction of restoration of persons suffering from electric shock in

English and local languages as per Rule 44 in switchgear rooms, substations and places where electricity is used and

(c) Notice prohibiting unauthorised entry in areas where electrical

apparatus are used. 2.2.5 All power cables providing construction power to various construction machinery

and the connectors shall be in safe and sound condition. Cables shall be routed through cable trays supported on appropriately designed structures, duly clamped, secured and identified. Road crossing cables shall be laid in conduits buried at least 600 mm below the surface to prevent damage due to vehicular traffic. All cables shall be off the floor to avoid damage or tripping hazard. Cables shall be terminated at the switchgear and sockets in a workman like manner to prevent loose contacts and flashover. Only safety receptacles shall be used for providing power connection to hand-tools. All switches and distribution boards shall be clearly marked. All electrical distribution and panel wiring diagrams shall be available with the electrical maintenance personnel. The CONTRACTOR shall maintain a safe electrical isolation/lockout procedure.

2.2.6 The CONTRACTOR shall ensure lighting circuits are not used for hand-tools.

PART 1 Page 197 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 11 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

No electrical equipment shall be overloaded. Tools and test equipment used on electrical systems shall be insulated.

2.3 SUBSTANCES ABUSE PROGRAMME The CONTRACTOR is encouraged to have a ‘Substance Abuse Programme’,

and pre-employment drug testing. Drinking during working hours shall be strictly prohibited. The CONTRACTOR shall promote through poster and other publicity, awareness on abuse of substances such as alcohol and such depressant drugs that slows the activity of brain and spinal cord on abusive usage endangering the safety and health of users and others affected by their work.

2.4 HAZARDOUS SUBSTANCES CONTROL 2.4.1 The CONTRACTOR shall prevent all injuries, illnesses and damage to property

or the environment caused by any article or substance, which proves to be hazardous. The code of practices of construction and operation and maintenance and control procedures shall meet required statutory and regulatory requirements. Personnel shall be trained on use, handling, storage, disposal and emergency spillage procedures.

2.4.2 The CONTRACTOR shall detail and deploy operational controls to reduce

hazardous wastes and their disposal as required by the statute ‘Hazardous Waste (Management and handling) Rules 2000’. Oil wastes, used oils, soil and cotton soaked in oil consequent to handling operations, grease and many class of paints and asbestos sheets and gaskets are typical hazardous wastes.

2.4.3 The CONTRACTOR shall identify, contain and control all sources of radiation.

Appropriate regulatory approvals shall be obtained before commencement of work involving radiation sources. Radiation protection advisors suitably qualified and experienced shall be appointed whose names shall be submitted to PURCHASER/CONSULTANT. Dosimetry and surveillance of personnel engaged in such work shall be maintained in accordance with regulatory requirements.

3.0 PERSONAL SAFGUARDING 3.1 PERSONAL PROTECTION EQUIPMENT (PPE)-GENERAL The CONTRACTOR shall provide his employees required PPE meeting the

requirements of the stated IS specifications and guidelines or equivalent International Standards as may be prescribed by the PURCHASER/ CONSULTANT from time to time. The CONTRACTOR shall have instituted good working procedures and practices in providing PPE, maintenance, issue and training on their use. All PPE shall be periodically checked to ensure worn, damaged equipment are replaced expeditiously.

3.1.1 Control Issue, Use and Maintenance of the PPE

PART 1 Page 198 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 12 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

Employees shall be responsible for the PPE issued to them. The

CONTRACTOR shall meet requirements of IS 8519 entitled ‘Guide for Selection of Industrial Safety Equipment for Body Protection’ or any equivalent international specification that the PURCHASER/CONSULTANT may prescribe.

3.1.2 Head Protection The CONTRACTOR shall comply with requirements of IS 2925. Hard hats shall

be used and worn where a hazard of falling or flying objects exist. Hard hats intended for use by visitors shall have replaceable paper lining.

3.1.3 Eye and Face Protection Eye protection shall be worn during all operations by operators and people in

the vicinity, where there is a danger of flying particles of metal such as generated during use of hand tools such as chisels, grinding, welding and cutting lathe work on brass and cast iron acid and alkali splash, high pressure jet cleaning or insulation removal from heights using high pressure jets. The CONTRACTOR shall meet the requirements of IS 8520 entitled ‘Guide for Selection of Industrial Safety Equipment for Eye, Face and Ear Protection’.

3.1.4 Footwear Safety shoes, boots and gumboots fitted with steel toe-caps of approved quality

conforming to prescribed Indian or international standards. Wearing of unsafe safety shoes such as jogging shoes, tennis shoes, slippers and sandal etc. are prohibited. The CONTRACTOR shall meet the requirements of IS 10667 entitled ‘Guide for Selection of Industrial Safety Equipment for Protection of Foot and Leg’.

3.1.5 Protective Clothing The CONTRACTOR shall prevent hazards of loose clothes worn by workmen

getting caught in moving machine parts. Loose and thin garments such as dhoti and pyjamas are prohibited. While the CONTRACTOR shall ensure that all workmen wear long sleeved shirts, jackets or the like with the sleeves rolled down and secured at the cuff, long pants/ trousers extending upto the top of the safety shoes so as to prevent injuries caused by contact with heat, cold abrasive and sharp surfaces shall be strictly enforced. Such protective clothing shall be mandatory in hazardous areas especially during start-up operations involving hot, inflammable, and other chemical hazards, furnaces and Boilers and such fired equipment and asphalting plants. Personnel exposed to acids and alkalies hot fluids and steam during such operations shall be provided with appropriate heat or corrosion resistant clothing. The CONTRACTOR shall meet the requirements of IS 8990 entitled ‘Maintenance and Care of Industrial Safety Clothing’.

3.1.6 Hand Protection

PART 1 Page 199 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 13 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

The CONTRACTOR shall provide appropriate hand gloves as per IS 8807

entitled ‘Guide for Selection of Industrial Safety Equipment for Protection of Arms and Hands’ to prevent injuries to hands during work. The CONTRACTOR shall maintain appropriate inventory of gloves for different applications like acid and alkali handling, general-purpose work gloves and asbestos or heat resistant hand gloves etc.

3.1.7 Safety Harness or Fall Arrest The CONTRACTOR shall provide safety harness or means of restraint such as

safety belts, harness and lifelines etc. to workmen engaged to work in heights such as open-sided floors, open-sided scaffoldings, floor and roof openings, overhead construction works of various nature etc. where there is a falling hazard of two metres or above. Storage, issue, wearing and maintenance of safety harness shall be under strict supervision and records shall be maintained. All fall arrests shall consist of full-body harnesses, lanyards with shock absorbers, lifelines, rope grabs and associated hardware. Two alternate lanyards shall be used to facilitate tying off at a new location before disconnecting from the previous location. Practices for safety harnesses and fall arrests shall conform to IS 4912, IS 11972 and IS 8519 or equivalent international codes.

3.1.8 Falling Object Protection Where work is in progress in elevated areas, barricades, barrier tapes, signs

and such entry restriction devices shall be used to keep area below clear of personnel to prevent injury due to falling objects. If work is required in the area below elevated work area, it shall be scheduled at a time different from elevated works. The workmen below shall be protected from falling objects by the debris net or a catch platform with an adequate toe board to prevent material from falling off. Use of safety net for elevated works shall be considered in the work-permits where appropriate. Where a lift is made above a working area, the area below the path of the lift shall be cleared of personnel during the lift and barricaded and guarded to prevent entry of persons generally in conformity with IS 4912, IS 11972 and IS 13416 for protective barriers in and around building and preventive measures against safety hazards in work places and safety requirements for floor and, wall opening, railings and toe-boards.

3.1.9 Respiratory Equipment The CONTRACTOR shall maintain where appropriate, procedures for training

and use of Self-Contained Breathing Apparatus (SCBA). The SCBA shall be provided together with lifelines and rescue teams to safeguard personnel working in areas where gases such as carbon monoxide, methane chlorine and such life endangering atmospheres are present. The CONTRACTOR shall meet requirements of IS 9623 for ‘Selection, Use and Maintenance of Respiratory Protective Devices’. The CONTRACTOR shall have trained adequate number of personnel including the identified fire fighting teams, hose teams and SAs in the use of the SCBA. The CONTRACTOR shall use the periodic safety drills to demonstrate, train and establish competence of personnel in the use of SCBA.

PART 1 Page 200 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 14 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

3.1.10 Hearing Conservation The CONTRACTOR shall ensure reasonable precautions are taken to avoid

injury to the hearing of the employees. All noise levels shall be controlled within 85 dBA. The CONTRACTOR shall identify noise areas where noise levels exceed prescribed safe level for arranging for appropriate engineering revision. Where this is not feasible, appropriate earmuffs or protectors shall be provided to workmen ensuring these are worn by those exposed to noise levels beyond safe levels. Periodic hearing acuity tests shall be conducted on such persons exposed to high noise levels to ensure that they do not suffer any hearing impairment as per requirements of IS 8520.

3.2 MANUAL HANDLING AND ERGONOMICS 3.2.1 The CONTRACTOR shall have procedures to identify risks involved in manual

handling operation and tasks. The CONTRACTOR shall ensure appropriate training to prevent any possible injury. Full use of mechanical aids shall be made to avoid risks arising out of such manual handling. Employees shall be adequately trained on such manual tasks and related safety precautions to reduce the risk of injury to personnel engaged in such work.

3.2.2 The CONTRACTOR shall undertake ergonomic study of manual operations to

prevent musculoskeletal injury during manual handling, besides visual fatigue and mental stress giving considerations to matters such as seating lighting and ventilation etc.

4.0 FIRE PROTECTION AND PREVENTION 4.1 GENERAL REQUIREMENTS 4.1.1 Where the PURCHASER maintains the fire protection equipment, the

CONTRACTOR shall comply with the PURCHASER's fire regulations, warning signals and procedures. The CONTRACTOR shall arrange to train his personnel meeting the prescribed qualifying competence needs, in requisite numbers in the operation of such fire protection equipment and systems.

4.1.2 Risk assessments shall be carried out to identify potentially vulnerable areas to

provide sufficient quantities of correct type of extinguishers and ancillary equipment to deal with various types of fire hazards.

4.1.3 Where required under the CONTRACT the CONTRACTOR shall provide

appropriate type of extinguishers close to areas of fire hazard but not too close they are cut off from use during a fire. Water based extinguishers shall not be positioned close to or used on electrical equipment.

4.1.4 Extinguishers shall be marked/labelled and recorded with location particulars in

a register. These shall be inspected at monthly intervals to ensure they are in operable sound condition. There shall be a systematic plan for servicing, repairing and recharging fire extinguishers and for recording such dates on the register and equipment.

PART 1 Page 201 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 15 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

4.1.5 The location of fire fighting equipment shall quickly and easily be identifiable

especially in emergencies in a conspicuous manner painted as high as possible to identify the location of the extinguisher to prevent it from being obscured by machinery and goods stacked in front and to return the equipment to its location after emergency use in other locations. In order to ensure this, ‘Keep Clear’ area shall be demarcated and maintained. Location plans of extinguishers and fire-fighting equipment shall be prominently displayed when desired by the PURCHASER/CONSULTANT.

4.1.6 SR and SAs shall be trained on fire fighting techniques who shall co-ordinate

and control fire protection and prevention programmes. 4.1.7 Where required under the CONTRACT, the CONTRACTOR shall maintain

alarm systems powered by mains and by battery for back-up. Where required under the CONTRACT, emergency lighting shall be provided to aid evacuation in poor lighting conditions following the alarm. The alarm system shall be made known to all employees. When the PURCHASER extends these facilities for use by the CONTRACTOR, he shall provide appropriate training to his personnel in the use of such emergency facilities and duties

4.1.8 A clear written procedure for action in the event of fire should be produced. Fire

teams and hose teams shall be identified and their responsibilities during emergencies shall be detailed in writing. Personnel shall be trained on their fire duties and use of fire-fighting equipment. Regular drills shall be conducted to test procedures and to validate them. Fire instructions and emergency procedures shall be displayed throughout the premises. Emergency response procedures are detailed under para 5.0 below.

4.1.9 A means of escape shall be provided in all work areas and storages and

maintained and kept free from obstruction. All exits shall be clearly marked and kept unlocked whilst the premises are in use. Escape routes shall be protected from fire.

4.1.10 When a hot work permit is issued, the CONTRACTOR shall ensure (a) Identification of combustibles such as paper, cardboard and wood and

moving away from area where hot work is undertaken using open flame or electric arc.

(b) Determination that flammable vapours and liquids are not present (c) Protection of floor and wall openings to keep out sparks (d) Determination that sprinkler and hydrant and other installed fire

systems are functional (e) Establishing a fire-watch with fully loaded extinguishers or charged

water-hoses throughout the operation and 30 minutes after completion of operation

(f) Adequate ventilation for welders, by means of natural air movement

PART 1 Page 202 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 16 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

local exhaust ventilators or air-line respirators as required (g) Workmen performing the task are adequately briefed on job safety

analysis, hazards and risks and the safeguards against risks. 4.2 SECURITY 4.2.1 Where required under the contract, security personnel shall do all that is

reasonably practicable to ensure the safety of employees and property of the company in the face of accidents by fighting fires and containing losses due to pilferage, theft, vandalism and industrial espionage both by employees and external elements. Security personnel shall be appropriately competent and receive adequate safety training. Security personnel shall routinely report on a standardised basis on aspects such as violation of fire-protection rules, use of alcohol and narcotic drugs, condition of security fencing, floodlighting and storages etc.

4.2.2 Where the project is located where a number of other companies are in

operation, the CONTRACTOR shall plan for mutual assistance programmes in cases of emergencies, as are practiced in the area in conjunction with the PURCHASER.

4.2.3 Where common boundaries exist between companies, the CONTRACTOR in

conjunction with the PURCHASER shall co-ordinate security control over factors common: such as floodlights, fencing, pipelines containing gas, fuel and electricity

4.2.4 Security personnel shall be represented in the SC through the SA nominated

from the area. 5.0 EMERGENCY PLANNING (EP)/EMERGENCY RESPONSE (ER) 5.1 The CONTRACTOR shall plan to deal with emergencies. An EP/ER specific to

the job site shall be written and communicated to all employees. The EP/ER shall identify for the potential for and responses to incidents and emergency situations and for preventing and mitigating the likely illness and injury that may be associated with them.

5.2 The CONTRACTOR shall review his emergency preparedness and response

plans and procedures in particular after occurrence of incidents or emergency operations

5.3 The CONTRACTOR shall designate his emergency team with their duties

during emergencies defined, Including those of the hose teams, medical personnel, first-aiders and security. The CONTRACTOR shall maintain a procedure as to how his emergency organisation shall liaise with the PURCHASER's representatives in the EP/ER.

5.4 The CONTRACTOR shall also periodically test such emergency procedures by

conducting mock-drills and use the experience for updating the EP/ER and for training the employees on the perceived competence needs.

PART 1 Page 203 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 17 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

5.5 The EP/ER of the CONTRACTOR shall be under the control of the SR who shall

be able to co-ordinating with the PURCHASER/CONSULTANT for liaising with government agencies, neighbouring industries and community

5.6 The EP/ER shall be designed to allow people to work under disaster conditions

when normal services such as telephone water, light power, transport and sanitation are not available and first aid and fire fighting facilities are not able to cope with sudden demand on services.

5.7 The telephone numbers of ambulance, police, managers and the

PURCHASER’s key executives shall be prominently displayed in the identified Emergency Response Centre.

6.0 PREMISES AND HOUSE-KEEPING 6.1 ORDERLY WORK-PLACE The CONTRACTOR shall maintain a well-managed safe working place in sound

clean condition. The CONTRACTOR shall ensure that there is a place for everything and everything in its place so that optimum use is made of valuable floor space with commensurate cleanliness and reduced handling time. He shall ensure that his entire infrastructure including temporary and semi-temporary buildings are kept clean and good repair.

6.2 GOOD LIGHTING-NATURAL AND ARTIFICIAL The CONTRACTOR shall provide lighting natural or artificial to enable work

Processes are carried out safely. Artificial lighting shall be adequate especially in the nights and emergencies. The lumen levels shall meet the statutory requirements.

6.3 VENTILATION-NATURAL AND ARTIFICIAL The CONTRACTOR shall ensure that workplaces are ventilated with at least

prescribed amount of clean or cleaned fresh air of a suitable temperature, especially where toxic or irritating substances are present such as welding, vehicle exhaust fumes, irritating dusts, organic solvents or any other inimical atmosphere creating health hazards or safety.

6.4 WELFARE AND HYGIENE FACILITIES The CONTRACTOR shall provide welfare facilities to ensure a high standard of

cleanliness for all activities and rest. The CONTRACTOR shall provide facilities for his employees such as ablutions, toilets change rooms, kitchens and cafeterias adequate and in a clean and hygienic state.

6.5 POLLUTION TO GROUND, AIR AND WATER The CONTRACTOR shall strive to exceed established minimum performance

norms in waste and pollution control. All drains shall be identified as clean water

PART 1 Page 204 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 18 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

and foul water to aid non-armful disposal. 6.6 TRAFFIC ROUTES AND AISLES The CONTRACTOR shall arrange to separate pedestrian and vehicular

including material handling equipment traffic wherever possible and maintain the routes clear of obstruction. To ensure safety of users clear painted demarcation is encouraged as a discipline to be enforced.

6.7 STACKING AND STORAGE PRACTICE 6.7.1 The CONTRACTOR shall ensure stacked material is bonded on a stable and

level footing capable of carrying the mass of the stack. Adequate clearances shall be provided between the sides of the stack and top to facilitate unimpeded access to service equipment like overhead wiring, cranes, forklifts and fire fighting equipment, and hoses. Circular items shall be sufficiently choked with wedges not with odd bits of materials. Free-standing stacks of gunny bags and sacks such as cement bags shall be stacked to prescribed safe-stack heights with layers formed for stable bonding, preventing slippage causing accidents. Stacking against walls shall not be permissible.

6.7.2 The CONTRACTOR shall maintain the premises and surrounding areas in clean

and clear manner with safe access and egress. There shall be sufficient and adequate storage racks, shelving, bins and pallets and material handling equipment to stack his construction materials such as pipes structurals and construction enabling materials. Unwanted materials shall be promptly moved away for efficient material movement.

6.8 STORAGE OF HAZARDOUS MATERIALS 6.8.1 Hazardous materials shall be stored on solid bases. Solid bases shall include

compacted earth, pallets, concrete or asphalt platforms or paving. Hazardous materials shall be stored, stacked and secured to prevent toppling, spillage or other unintended dislodgement. Aisles and clearances shall be as detailed under 6.6 above. Hazardous materials shall be stacked in such a manner that an observer standing in the aisle can read their labels and legend.

6.8.2 Each hazardous material contained hall be identified by a legible or legend as

per governing statute, code or regulation. The label shall identify the item, quantity and appropriate warnings.

6.8.3 Hazardous materials which if brought in contact with each other could react or

pose equal or greater hazard than either material stored alone shall be stored at a distance not lesser than twenty feet apart.

6.8.4 Warnings shall be posted and maintained in a legible condition at all access

points clearly defining the specific hazardous nature of the stored materials such as ‘Corrosive’, ‘Flammable’, ‘Explosive’, ‘Oxidising’, ‘Compressed Gas’ or other hazardous nature.

6.8.5 Where hazardous materials are unloaded in the CONTRACTOR's storage

PART 1 Page 205 of 393

SPEC. NO. TCE.M4-918

TATA CONSULTING ENGINEERS LIMITED SECTION: E

CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 19 OF 19

ISSUE R1

TCE FORM NO. 329 R5 FILE NAME: M4918R1.DOC

maintained at site in a semi-permanent installation, such installations shall be approved by relevant statutory bodies. Copies of licences for storage shall be lodged with the PURCHASER. The containers and storage shall display quantities stored with name of the hazardous material and the UN hazard classification label in prescribed colour code prominently painted in a conspicuous manner

6.8.6 The CONTRACTOR shall inspect the hazardous storages and installations on a

daily basis and hall undertake any requisite preventive action necessary to avoid safety risks

6.9 STORAGE OF FLAMMABLE AND EXPLOSIVE MATERIALS 6.9.1 The CONTRACTOR shall secure flammable and or explosive materials against

accidental ignition. 6.9.2 Storage facilities for flammable liquids such as petrol, diesel kerosene and

lubricants as well as the quantities stored shall meet the legal and statutory requirements. These shall be stored in approved fire-resistant rooms with a sump of sufficient volume to contain any spillage.

6.9.3 The electrical fittings to be flame -proof and on a strict maintenance schedule.

Containers shall be appropriately bonded in receptacles into which low flash point fuel is decanted.

6.10 COMPRESSED GAS CYLINDERS Compressed gas cylinders shall be stored and secured in the upright position at

safe distances from shielded from welding and cutting operations. Compressed gas cylinders in storage shall be shut off and torches, hose and manifolds removed and capped. Cylinders shall be periodically checked for leakages. Storage shall meet requirements of Gas Cylinder Rules 1981.Compressed gas storages shall be provided with safety relief valves, Safety valves and rupture disc to protect them overpressures. appropriately designed to ensure their continued availability in the face of process changes

6.11 SCRAP AND REFUSE BINS-REMOVAL SYSTEM The CONTRACTOR shall ensure that he has sufficient waste bins that are

identified for different wastes and maintained in clearly demarcated areas. Wastes with oily or other ignitable materials such as oily cotton wastes and hand gloves shall be stored separately with covers to prevent fires and shall be made of metal. Different wastes shall be segregated and stored separately and disposed off. These shall be emptied at routine intervals to prevent that they do not overflow with wastes.

PART 1 Page 206 of 393

PART 1 Page 207 of 393

PART 1 Page 208 of 393

PART 1 Page 209 of 393

PART 1 Page 210 of 393

PART 1 Page 211 of 393

PART 1 Page 212 of 393

PART 1 Page 213 of 393

PART 1 Page 214 of 393

PART 1 Page 215 of 393

PART 1 Page 216 of 393

PART 1 Page 217 of 393

PART 1 Page 218 of 393

PART 1 Page 219 of 393

PART 1 Page 220 of 393

PART 1 Page 221 of 393

PART 1 Page 222 of 393

PART 1 Page 223 of 393

PART 1 Page 224 of 393

PART 1 Page 225 of 393

PART 1 Page 226 of 393

PART 1 Page 227 of 393

PART 1 Page 228 of 393

PART 1 Page 229 of 393

PART 1 Page 230 of 393

PART 1 Page 231 of 393

PART 1 Page 232 of 393

PART 1 Page 233 of 393

PART 1 Page 234 of 393

PART 1 Page 235 of 393

PART 1 Page 236 of 393

PART 1 Page 237 of 393

PART 1 Page 238 of 393

PART 1 Page 239 of 393

PART 1 Page 240 of 393

PART 1 Page 241 of 393

PART 1 Page 242 of 393

PART 1 Page 243 of 393

PART 1 Page 244 of 393

PART 1 Page 245 of 393

PART 1 Page 246 of 393

PART 1 Page 247 of 393

PART 1 Page 248 of 393

PART 1 Page 249 of 393

PART 1 Page 250 of 393

PART 1 Page 251 of 393

PART 1 Page 252 of 393

PART 1 Page 253 of 393

PART 1 Page 254 of 393

PART 1 Page 255 of 393

PART 1 Page 256 of 393

PART 1 Page 257 of 393

PART 1 Page 258 of 393

PART 1 Page 259 of 393

PART 1 Page 260 of 393

PART 1 Page 261 of 393

PART 1 Page 262 of 393

PART 1 Page 263 of 393

PART 1 Page 264 of 393

PART 1 Page 265 of 393

PART 1 Page 266 of 393

PART 1 Page 267 of 393

PART 1 Page 268 of 393

PART 1 Page 269 of 393

PART 1 Page 270 of 393

PART 1 Page 271 of 393

PART 1 Page 272 of 393

PART 1 Page 273 of 393

PART 1 Page 274 of 393

PART 1 Page 275 of 393

PART 1 Page 276 of 393

PART 1 Page 277 of 393

PART 1 Page 278 of 393

PART 1 Page 279 of 393

PART 1 Page 280 of 393

PART 1 Page 281 of 393

PART 1 Page 282 of 393

PART 1 Page 283 of 393

PART 1 Page 284 of 393

PART 1 Page 285 of 393

PART 1 Page 286 of 393

PART 1 Page 287 of 393

PART 1 Page 288 of 393

PART 1 Page 289 of 393

PART 1 Page 290 of 393

PART 1 Page 291 of 393

PART 1 Page 292 of 393

PART 1 Page 293 of 393

PART 1 Page 294 of 393

PART 1 Page 295 of 393

PART 1 Page 296 of 393

PART 1 Page 297 of 393

PART 1 Page 298 of 393

PART 1 Page 299 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 1 OF 59 OF 4

ISSUE

R0

PIPING

1. PIPES ERW CS

1.1. JINDAL PIPES LTD., MUMBAI

1.2. MAHARASHTRA SEAMLESS LTD., MUMBAI

1.3. RATNAMANI METALS & TUBES LTD., AHMEDABAD

1.4. WELSPUN GUJARAT STAHL ROHREN LTD., MUMBAI

1.5. ISMT LIMITED, PUNE

1.6. SURINDRA ENGINEERING CO. PVT. LTD., MUMBAI

1.7. LALIT PIPES

1.8. EUROTUBE LTD., ITALY

1.9. ESCO LTD., JAPAN

1.10. VALLOUREC & MANNESHMAN

1.11. TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)

1.12. JFE STEEL CORPORATION GERMANY

1.13. SUMITOMO PIPE CO & TUBE CO. LIMITED.

1.14. BENTLER AG

2. PIPES EFW CS

2.1. JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI

2.2. LALIT PROFILES & STEEL INDUSTRIES LTD., NAVI MUMBAI

2.3. PSL LIMITED, MUMBAI

2.4. RATNAMANI METALS & TUBES LTD., AHMEDABAD

2.5. SURINDRA ENGINEERING CO. PVT. LTD., MUMBAI

2.6. WELSPUN GUJARAT STAHL ROHREN LTD., MUMBAI

2.7. MAN INDUSTRIES

2.8. MUKAT PIPES

2.9. LALIT PIPES

2.10. EUROTUBE LTD., ITALY

2.11. ESCO LTD., JAPAN

2.12. JFE STEEL CORPORATION GERMANY

2.13. TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)

2.14. VALLOUREC & MANNESHMAN

2.15. SUMITOMO PIPE CO & TUBE CO. LIMITED.

3. PIPES SEAMLESS CS

3.1. DALMINE S.P.A., ITALY (ONLY FOR 16” AND ABOVE SIZE)

3.2. HORST KURVERS GMBH, GERMANY (ONLY FOR 16” AND ABOVE SIZE)

3.3. INOXTECH S.P.A, ITALY (ONLY FOR 16” AND ABOVE SIZE)

3.4. ISMT LIMITED, PUNE

3.5. JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI

3.6. MAHARASHTRA SEAMLESS LTD., MUMBAI

3.7. TUBOS REUNIDOS, S.A., SPAIN (ONLY FOR 16” AND ABOVE SIZE)

PART 1 Page 300 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 2 OF 59 OF 4

ISSUE

R0

3.8. VAN LEEUWEN BUIZEN, BELGIUM (ONLY FOR 16” AND ABOVE SIZE)

3.9. EUROTUBE LTD., ITALY

3.10. ESCO LTD., JAPAN

3.11. BHARAT HEAVY ELECTRCAL LTD.

3.12. JFE STEEL CORPORATION GERMANY

3.13. TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)

3.14. SUMITOMO PIPE CO & TUBE CO. LIMITED.

3.15. RATNADEEP METAL & TUBES PVT. LTD

4. PIPES SS SEAMLESS & WELDED

4.1. HORST KURVERS GMBH, GERMANY

4.2. INOXTECH S.P.A, ITALY

4.3. JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI

4.4. RATNAMANI METALS & TUBES LTD., AHMEDABAD

4.5. SANDVIK ASIA LTD., PUNE

4.6. VAN LEEUWEN BUIZEN, BELGIUM

4.7. PEERAJ GENERAL TRADING CO.LLC

4.8. IGAWARA TRADING, SINGAPORE

4.9. METAL INDIA

4.10. P. B. METAL CORPORATION

4.11. KWALITY TUBES

4.12. ARISTO METAL INDUSTRIES

4.13. EUROTUBE LTD., ITALY

4.14. ESCO LTD., JAPAN

4.15. RAJENDRA MECHANICAL INDUSTRIES LTD (FOR SS/ AL SEAMLESS & WELDED)

4.16. PRAKASH STEELAGE LTD, SILVASA (FOR SS WELDED)

4.17. SUMITOMO PIPE CO & TUBE CO. LIMITED.

4.18. RATNADEEP METAL & TUBES PVT.LTD.

5. PIPES ALLOY STEEL(SEAMLESS)

5.1. HORST KURVERS GMBH, GERMANY

5.2. INOXTECH S.P.A, ITALY

5.3. ISMT LIMITED, PUNE

5.4. MAHARASHTRA SEAMLESS LTD., MUMBAI

5.5. VAN LEEUWEN BUIZEN, BELGIUM

5.6. JINDAL PIPES LTD.

5.7. PEERAJ GENERAL TRADING CO.LLC

5.8. IGAWARA TRADING, SINGAPORE

5.9. ARISTO METAL INDUSTRIES

5.10. ARDH METAL AGENCIES

5.11. KWALITY TUBES

PART 1 Page 301 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 3 OF 59 OF 4

ISSUE

R0

5.12. EUROTUBE LTD., ITALY

5.13. ESCO LTD., JAPAN

5.14. BENTLER AG

5.15. SANDVIK ASIA LTD., PUNE

6. PIPES - CPVC

6.1. ASTRAL POLYTECHNIK LIMITED

6.2. GEORG FISCHER PIPING SYSTEMS PVT LIMITED

7. BARE TUBES

7.1. HEAVY METALS AND TUBES MUMBAI 7.2. SAINEST TUBES AHMEDABAD 7.3. RATNADEEP METALS AND TUBES, KHETWADI LANE, MUMBAI 7.4. SHIN HAN METAL

7.5. SALZGITTER MANNESMANN

7.6. RATHGIBSON, INC

7.7. RONCONI

7.8. VALLOUREC PRECISION

7.9. RATHGIBSON, INC

7.10. RAJENDRA MECHANICAL INDUSTRIES, GOREGAON E

7.11. HART B V

7.12. DMV FRANCE

7.13. BENTELER AKTIENGESELLSCHAFT, GERMANY

7.14. DALMINE SPA, ITALY

7.15. INTERNATIONAL EXTRUDED PRODUCTS, USA

7.16. KAWASAKI STEEL CORPORATION, JAPAN

7.17. MANNESMANN ROHRENWERKE AG

7.18. NIPPON STEEL CORPORATION, JAPAN

7.19. NKK CORPORATION, JAPAN

7.20. SUMITOMO METAL INDUSTRIES LTD., JAPAN

7.21. VALLOUREC INDUSTRIES, FRANCE

7.22. TUBOS DEACERODE. MEXICO, SA, UK

8. TUBE STUDDED

8.1. BHEL (TRICHY) INDIA

8.2. BIRAGHI S.A. France

8.3. FINTUBE LTD. PARTNERSHIP, CANADA

8.4. JORD ENGINEERS INDIA LTD., INDIA

8.5. LPA SPA, ITALY

8.6. SUMITOMO METAL INDUSTRIES LTD., JAPAN

PART 1 Page 302 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 4 OF 59 OF 4

ISSUE

R0

9. FITTINGS WROUGHT / FORGED FITTINGS(CS/AS/SS)

9.1. EBY FASTENERS, TALOJA

9.2. GUJARAT INFRAPIPES PVT. LTD., VADODARA

9.3. TECNOFORGE S.P.A, ITALY

9.4. TEEKAY TUBES PVT.LTD., NAVI MUMBAI

9.5. TUBE PRODUCTS INCORPORATE, VADODARA

9.6. VAN LEEUWEN BUIZEN, BELGIUM

9.7. PIPEFIT ENGINEERS

9.8. SAWAN ENGINEERS

9.9. AMFORGE INDUSTRIES

9.10. FIT TECH INDUSTRIES PVT. LTD.

9.11. ECHJAY INDUSTRIES PVT. LTD. MUMBAI.(M) 9.12. PARAMOUNT FORGE, PANVEL.(M) (UPTO 1.5 INCH) 9.13. PARMAR TECHNOFORGE,PUNE(M) (UPTO 6 INCH) 9.14. ASIAN BOILER ENGINEERS,MUMBAI.9M)(PIPE FITTINGS - IBR) 9.15. RACCORTUBI

9.16. ERNE GMBH

9.17. FITTINOX, ITALY

9.18. PHOCEENNE - GENOYER S.A. FRANCE

9.19. MUNRO & MILLER FITTINGS, UK

10. INCONEL 600 / 625 PIPES, FITTINGS AND FLANGES

10.1. CORROTHERM INTERNATIONAL LTD., UK

10.2. FITTINOX, ITALY, ITALY

10.3. HORST KURVERS GMBH, GERMANY

10.4. INOXTECH S.P.A, ITALY

10.5. MANNESMANN DMV STAINLESS GMBH, GERMANY

10.6. PEERAJ GENERAL TRADING CO. LLC, U.A.E

10.7. RACCORTUBI, ITALY, ITALY

10.8. TEEKAY TUBES PVT.LTD., NAVI MUMBAI

10.9. VAN LEEUWEN BUIZEN, BELGIUM

10.10. IGAWARA TRADING, SINGAPORE

11. FLANGE- FORGED/ PLATE (CS/AS/SS)

11.1. C.D. INDUSTRIES LTD., MUMBAI

11.2. ECHJAY INDUSTRIES LTD., RAJKOT

11.3. J.K. FORGINGS, NEW DELHI

11.4. SHREE GANESH FORGINGS LTD., MUMBAI

11.5. SANGHVI FORGING

11.6. PARAMOUNT FORGE

11.7. BRITEX ENGINEERING

11.8. FIVEBROS FORGINGS PVT. LTD.

PART 1 Page 303 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 5 OF 59 OF 4

ISSUE

R0

11.9. FERROSTAAL AG

11.10. METALFAR PRODOTTI INDUSTRIALI S.P.A.

11.11. AMFORGE INDUSTRIES

11.12. SAWAN ENGINEERS

11.13. PIPEFIT ENGINEERS PVT. LTD

11.14. PARMAR TECHNOFORGE

12. BLIND, SPACERS & SPECTACLE BLINDS

12.1. C.D. INDUSTRIES LTD., MUMBAI

12.2. ECHJAY INDUSTRIES LTD., RAJKOT

12.3. J.K. FORGINGS, NEW DELHI

12.4. SHREE GANESH FORGINGS LTD., MUMBAI

12.5. SANGHVI FORGING

12.6. PARAMOUNT FORGE

12.7. BRITEX ENGINEERING

12.8. FIVEBROS FORGINGS PVT. LTD.

12.9. FERROSTAAL AG

12.10. METALFAR PRODOTTI INDUSTRIALI S.P.A.

13. VALVES-GATE,GLOBE,CHECK(CAST/FORGED)-CS/AS/SS

13.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE

13.2. KSB PUMPS LTD., PUNE

13.3. LARSEN & TOUBRO LTD., MUMBAI

13.4. NITON VALVE INDUSTRIES LTD., MUMBAI

13.5. OSWAL INDUSTRIES LTD, GANDHINAGAR

13.6. BHEL

13.7. TYCO VALVES & CONTROLS ITALIA SRL

13.8. VELAN, GMBH

13.9. AUTOCAP INDUSTRIES CHENNAI (0.5 INCH TO 1.5 INCH NB CLASS 800)

13.10. NSSL Limited

14. VALVE GATE(GUNMETAL/BRASS/BRONZE)

14.1. BOMBAY METAL & ALLOYS MFG. CO. PVT. LTD., MUMBAI

14.2. LEADER VALVES LTD., JALANDHAR

14.3. SANT VALVES PVT.LTD., JALANDHAR

14.4. GG VALVES PVT. LTD.

14.5. A. V. VLAVES LTD.

14.6. FLUID CONTROLS PVT. LTD.

14.7. PEMTO-VALVES INDUSTRIE ARMATUREN GMBH

14.8. TAKAMISAWA VALVE CO. LTD.

PART 1 Page 304 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 6 OF 59 OF 4

ISSUE

R0

15. VALVES - CPVC

15.1. ASTRAL POLYTECHNIK LIMITED

15.2. GEORG FISCHER PIPING SYSTEMS PVT LIMITED

16. Y-TYPE-ANGLE STOP CHECK VALVES

16.1. B.F.E. S.P.A., ITALY

16.2. BABCOCK POWER ESPANA, SPAIN

16.3. EDWARD VOGT VALVE CO, UNITED STATES OF AMERICA

16.4. PETROL VALVES SRL, ITALY

16.5. TAKAMISAWA VALVE CO.,LTD, JAPAN

16.6. VELAN INC, CANADA

16.7. Z&J TECHNOLOGIES GMBH, GERMANY

17. VALVE CHECK(DUAL PLATE WAFER TYPE) CS

17.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE

17.2. CRANE PROCESS FLOW TECHNOLOGIES, INDIA

17.3. MICROFINISH VALVES PVT. LTD.

17.4. ADVANCE VALVES PVT. LTD.

17.5. VALVES INDUSTRIES

17.6. GOODWIN INTERNATIONAL LTD., U.K.

17.7. NITON VALVES

17.8. LARSEN & TOUBRO

17.9. OSWAL INDUSTRIES LTD, GANDHINAGAR

17.10. BPCL CATEGORY :GLOBE/GATE/CHECK VALVES - CS(A-105)

17.11. AUTOCAP INDUSTRIES.CHENNAI.(M).(1/2" TO 1.1/2" NB CLASS 800)

18. VALVE BALL FIRE SAFE(CAST CARBON STEEL)

18.1. BELGAUM AQUA VALVES PVT LTD, BELGAUM

18.2. FLOW CHEM INDUSTRIES, AHMEDABAD

18.3. LARSEN & TOUBRO LTD., MUMBAI

18.4. MICROFINISH VALVES PVT. LTD., MUMBAI

18.5. REYNOLD VALVES LTD, MUMBAI

18.6. VIRGO ENGINEERS LTD., NAVI MUMBAI

18.7. WEIR VALVES & CONTROL UK LTD.

18.8. XOMOX INTERNATIONAL GMBH & CO.

18.9. B.D.K.ENGINEERING INDUSTRIES LTD. MUMBAI.(M)

18.10. BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)

18.11. KSB PUMPS LTD. MUMBAI.(M)

18.12. TYCO VALVES & CONTROLS INDIA PVT. LTD. MAGHASAR.(M)

18.13. AKAY INDUSTRIES. MUMBAI.(M) 18.14. EL-O-MATIC (I) PVT.LTD.PUNE

PART 1 Page 305 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 7 OF 59 OF 4

ISSUE

R0

19. VALVE BUTTERFLY(CARBON STEEL)

19.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE

19.2. CRANE PROCESS FLOW TECHNOLOGIES (I) LTD., PUNE

19.3. INSTRUMENTATION LTD., MUMBAI

19.4. LARSEN & TOUBRO LTD., MUMBAI

19.5. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI

19.6. ARMATUREN VERTRIEB ALMS GMBH

19.7. XOMOX INTERNATIONAL GMBH & CO.

19.8. WEIR VALVES & CONTROL UK LTD.

19.9. ADVANCE VALVES PVT. LTD.NOIDA.(M) 19.10. BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M) 19.11. FOURES ENGG. (I) PVT. LTD. MUMBAI.(M) 19.12. DEMBLA VALVES LTD

20. VALVE BUTTERFLY(STAINLESS STEEL)

20.1. CRANE PROCESS FLOW TECHNOLOGIES (I) LTD., PUNE

20.2. INSTRUMENTATION LTD., MUMBAI

20.3. LARSEN & TOUBRO LTD., MUMBAI

20.4. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI

20.5. ARMATUREN VERTRIEB ALMS GMBH

20.6. XOMOX INTERNATIONAL GMBH & CO.

20.7. ADVANCE VALVES PVT. LTD.NOIDA.(M) 20.8. BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M) 20.9. FOURES ENGG. (I) PVT. LTD. MUMBAI.(M) 20.10. DEMBLA VALVES LTD

21. VALVE NEEDLE

21.1. EXCELSIOR ENGINEERING WORKS, MUMBAI

21.2. LEADER VALVES LTD., JALANDHAR

21.3. SWASTIK ENGINEERING WORKS, MUMBAI

21.4. TECHNOMATICS (I) PVT. LTD., MUMBAI

21.5. BABCOCK BORSIG ESPANA S.A.

21.6. HP VALVES OLDENZAAL BV

22. PLUG VALVES

22.1. AZ PLUG VALVES, GERMAY

22.2. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE

22.3. BREDA ENERGIA SESTO INDUSTRIA S.P.A, ITALY

22.4. DEZURIK (INDIA) LIMITED, CHENNAI

22.5. FISHER SANMAR LTD., MUMBAI

22.6. LARSEN & TOUBRO LTD., MUMBAI

PART 1 Page 306 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 8 OF 59 OF 4

ISSUE

R0

23. VALVE SPECIAL CATEGORY (DIAPHRAGM VALVES)

23.1. ADAMS ARMATUREN GMBH, GERMANY

23.2. COOPER CAMERON SINGAPORE PTE LTD, SINGAPORE

23.3. GUICHON VALVES, FRANCE

23.4. L.V.F.SPA, ITALY

23.5. LAZARO ITUARTE INTERNACIONAL S.A., SPAIN

23.6. SCHUF ARMATUREN UND APPARATEBAU GMBH, GERMANY

23.7. STRAHMAN VALVES INCORPORATED, U.S.A

23.8. YARWAY CORPORATION, NEW DELHI

23.9. ZIMMERMANN & JANSEN GMBH, GERMANY

23.10. PROCON ENGINEERS, MUMBAI.(M)

23.11. COMMERCIAL RUBBER PRODUCTS.MUMBAI.(M) 23.12. SOLAR ELECTRONICS (INDIA).MUMBAI.(M)

24. GLANDLESS PISTON VALVE

24.1. CESARE BONETTI S.P.A., ITALY

24.2. SPIRAX MARSHALL LTD., PUNE

24.3. UNIKLINGER LTD., PUNE

25. MOTORISED OPERATED VALVES (FLANGED /B.W END GATE/GLOBE/CHECK VALVE C.S./S.S./A.S.)

25.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE

25.2. ECONO VALVES PVT. LTD., CHENNAI

25.3. KSB PUMPS LTD., PUNE

25.4. LARSEN & TOUBRO LTD., MUMBAI

25.5. NITON VALVE INDUSTRIES LTD., MUMBAI

25.6. OSWAL INDUSTRIES LTD, GANDHINAGAR

25.7. VALVA ITALIA

25.8. TYCO VALVES & CONTROLS ITALIA SRL

25.9. ROTORK CONTROLS (INDIA) LTD. MUMBAI.(M)

26. TILT DISC CHECK VALVES

26.1. CRISPIN VALVES, INDIA

26.2. LARSEN & TOUBRO LTD., MUMBAI

26.3. FRUILCO, ITALY

26.4. PACIFIC VALVES, U.S.A

26.5. POYAM VALVES ( AMPO, S.COOP), SPAIN

26.6. VELAN INC, CANADA

26.7. XANIK SPECIALITY VALVES S.A.DE.C.V, MEXICO

27. SIGHT GLASS

27.1. BLISS ANAND PVT. LTD., NAVI MUMBAI

PART 1 Page 307 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 9 OF 59 OF 4

ISSUE

R0

27.2. C-TRU PROCESS EQUIPMENTS, MUMBAI

27.3. CHEMTROL INDUSTRIES, VADODARA

27.4. LEVCON INSTRUMENTS PVT. LTD., MUMBAI

27.5. PRATOLINA INSTRUMENTS PVT. LTD., MUMBAI

27.6. SIGMA INSTRUMENTS, NEW DELHI

27.7. TELEFLO INSTRUMENT CO.PVT.LTD., MUMBAI

27.8. FIRSA S.P.A.

27.9. GARLOCK GMBH

28. FUNNEL(FABRICATED ITEMS)

28.1. APEX ENGINEERS & FABRICATORS, NAVI MUMBAI

28.2. DEVENDRA MACHINERY & FABRICATORS PVT.LTD., MUMBAI

28.3. DOLPHIN ENGINEERING ENTERPRISES, ANKLESHWAR

28.4. FABWELL ENGINEERING CORPORATION, VADODARA

28.5. FILTERATION ENGINEERS (I) PVT.LTD., MUMBAI

28.6. G.L. ENGINEERING INDUSTRIES PVT.LTD., MUMBAI

28.7. GOVIK ELECTRICALS PVT. LTD., MUMBAI

28.8. KINAM ENGINEERING INDUSTRIES, MUMBAI

28.9. SMITH INDIA, NAVI MUMBAI

28.10. SUPREME ENGINEERING WORKS, MUMBAI

29. FIRE FIGHTING SYSTEM

29.1. AGNICE FIRE PROTECTION LTD., CHENNAI

29.2. CME INDUSTRIES, MUMBAI

29.3. GUNNEBO INDIA LTD ( (FORMERLY STEELAGE INDUSTRIES), THANE

29.4. HD FIRE PROTECTION CO PVT LTD., THANE

29.5. HITEK ENGINEERING SERVICES, MUMBAI

29.6. MANSH ENGINEERS PVT. LTD., AHMEDABAD

29.7. MASTER FIRE FIGHTERS PVT. LTD., MUMBAI

29.8. NEW FIRE ENGINEERS PVT LTD, MUMBAI

29.9. RADIANT FIRE PROTECTION ENGINEERS PVT. LTD., AHMEDABAD

29.10. SUKAN EQUIPMENTS PVT. LTD., AHMEDABAD

29.11. TECHNO FIRE PROTECTION SERVICES PVT.LTD., MUMBAI

29.12. TYCO FIRE & SECURITY INDIA PVT. LTD., MUMBAI

29.13. VIJAY FIRE PROTECTION SYSTEMS LTD., MUMBAI

29.14. BPCL CATEGORY - FIRE ACCESSORIES/EQUIPMENT/EXTINGUISHERS

29.15. NEWAGE INDUSTRIES. MUMBAI.(M)

29.16. FIRE STONE INDUSTRIES. MUMBAI.(M)

29.17. KOOVERJI DEVSHI & CO. PVT. LTD. MUMBAI.(M)

29.18. KIDDE INDIA LIMITED. MUMBAI.(M)

29.19. FIRETECH EQUIPMENT & SYSTEMS PVT. LTD. MUMBAI.(M)

29.20. ZENITH FIRE SERVICES (INDIA) PVT. MUMBAI.(M)

PART 1 Page 308 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 10 OF 59 OF 4

ISSUE

R0

29.21. KANADIA FYR FYTER PVT. LTD. MUMBAI.(M)

29.22.

29.23. FASTENERS(INDIGENOUS) (FOR CS/LTCS ONLY)

29.24. ASHCROFT INDIA PVT LTD (FORMERLY PRECISION IND.), MUMBAI

29.25. FASTENERS & ALLIED PRODUCTS PVT.LTD., HUBLI

29.26. HARDWIN FASTENERS PVT. LTD., MUMBAI

29.27. J.J. INDUSTRIES, MUMBAI

29.28. MULTI FASTENERS PVT.LTD., VADODARA

29.29. PACIFIC FORGING & FASTENERS PVT. LTD, MUMBAI

29.30. PRECISION AUTO ENGINEERS, LUDHIANA

29.31. SANDEEP ENGINEERING WORKS, MUMBAI

29.32. SUNDARAM FASTENERS, CHENNAI

29.33. SYNDICATE ENGINEERING INDUSTRIES, MUMBAI 29.34. UDEHRA FASTENERS LIMITED. LUDHIANA.(M) 29.35. BOLTMASTER (INDIA) PVT. LTD. THANE.(M) 29.36. FIX FIT FASTENERS MFG PVT. LTD. CALCUTTA.(M) 29.37. MEGA ENGINEERING PVT. LTD. NAVI MUMBAI.(M) 29.38. F.E.DARUKHANAWALA

29.39. BPCL CATEGORY - SS BOLTS / STUDS / NUTS 29.40. GUPTA WORKSHOP. MUMBAI.(M) 29.41. KUNDAN ENGINEERING WORKS. MUMBAI.(M) 29.42. UDEHRA FASTENERS LIMITED. LUDHIANA.(M)

30. FASTENERS(IMPORTED) (FOR AS ONLY)

30.1. BECK CRESPEL, FRANCE

30.2. KADDAS OILFIELD SERVICES & TRADING COMPANY LLC, U.A.E

30.3. MEZON TECHNICAL TRADING L.L.C., U.A.E

30.4. OME METALLURGICA ERBESE S.R.L, ITALY

30.5. PEERAJ GENERAL TRADING CO. LLC, U.A.E

30.6. PROSPER ENGINEERING LTD, UNITED KINGDOM

30.7. ROLLSTUD LTD, UNITED KINGDOM

30.8. SANWA BYORA SEISAKUSYO CO LTD, JAPAN

30.9. STAINLESS STEEL FASTENERS LTD, ENGLAND

31. GASKETS (ASBESTOS/ ASBESTOS FREE / RUBBER / PTFE /ELASTOMER / SPIRAL WOUND / JACKETED / METALLIC)

31.1. CHAMPION JOINTINGS PVT.LTD., MUMBAI

31.2. IGP ENGINEERS LTD., CHENNAI

31.3. MADRAS INDUSTRIAL PRODUCTS, CHENNAI

31.4. STARFLEX SEALING INDIA PVT. LTD. (FLEXITALLIC), MUMBAI

31.5. UNIQUE INDUSTRIAL PACKINGS, MUMBAI

31.6. UNIKLINGER LTD., PUNE

31.7. VIRCAP SEALINGTECH PVT. LTD., CHENNAI

31.8. EUROGUARCO S.P.A.

31.9. KEMPCHEN & CO.

PART 1 Page 309 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 11 OF 59 OF 4

ISSUE

R0

BPCL CATEGORY – CAF GASKET

31.10. SEIMAR ENGINEERING PVT. LTD.MUMBAI..(M)

31.11. SUPER GASKET INDUSTRIES.MUMBAI.(M)

31.12. UNITED ENTERPRISES.MUMBAI.(M)

31.13. HINDUSTAN COMPOSITES LTD.MUMBAI.(M) BPCL CATEGORY – (CORRU GASKET, SOFT STEEL,SS,CU)

31.14. PACKINGS & JOINTINGS GASKETS P.LTD. CHENNAI.(M) 31.15. SPIRASEAL GASKETS PRIVATE LIMITED. MADRAS.(M)

31.16. BPCL CATEGORY – (JACKETTED GASKETS NON FERROUS) 31.17. GOODRICH GASKET PRIVATE LIMITED.CHENNAI.(M)

31.18. PACKINGS & JOINTINGS GASKETS P.LTD. CHENNAI.(M)

31.19. SPIRASEAL GASKETS PRIVATE LIMITED.MADRAS.(M)

31.20. SUPER GASKET INDUSTRIES.MUMBAI.(M)

31.21. BPCL CATEGORY – (SPIRAL WOUND METALLIC GASKETS)

31.22. PACKINGS & JOINTINGS GASKETS P.LTD .CHENNAI.(M)

31.23. SPIRASEAL GASKETS PRIVATE LIMITED. MADRAS.(M)

31.24. TEEKAY METAFLEX PVT. LTD. MUMBAI.(M)

32. HOSE RUBBER / METALLIC

32.1. ASHIT SALES CORPORATION

32.2. GAYTRI INDUSTRIAL CORPORATION, MUMBAI

32.3. INDIA FLEX INDUSTRIES PVT. LTD.

32.4. ROYAL INDIA CORPORATION, MUMBAI

32.5. SONI RUBBER PRODUCTS LTD, KOLKATA

32.6. SRIDHAR ENGINEERING AND RUBBER PROCDUCTS PVT LTD, VIJAYAWADA

32.7. UNIQUE RUBBER UDYOG, FARIDABAD

32.8. ABC SYNTHETICS PVT. LTD.

32.9. HYDROFLEX (INDIA)

32.10. PARKER MARKWEL INDUSTRIES PVT. LTD

32.11. BENGAL INDUSTRIES

32.12. SENIOR INDIA PRIVATE LIMITED.

32.13. MADRAS HYDRAULIC HOSES (P) LTD.

BPCL CATEGORY (HOSES - FIRE SERVICES)

32.14. INDIAN RAYON AND INDUSTRIES LTD..(M)

32.15. NEW AGE HOSE MANUFACTURING CO..(M)

32.16. CHHATARIYA FIRETECH INDUSTRIES.(M)

32.17. ZENITH FIRE SERVICES (INDIA) PVT.(M)

32.18. RM APPLIED ENG.

33. SPRING SUPPORTS

33.1. PIPE HANGERS AND SUPPORTS PVT. LTD., CHENNAI

33.2. PIPING & ENERGY PRODUCTS PVT. LTD., NEW DELHI

PART 1 Page 310 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 12 OF 59 OF 4

ISSUE

R0

33.3. SARATHI ENGINEERING ENTERPRISE, HYDERABAD

33.4. SPRING SUPPORTS MFG. COMPANY, KOLKATA

33.5. TECHNO INDUSTRY

33.6. SHREE UMA PIPE MANUFACTURING CO. CALCUTTA.(M)

34. STRAINERS(FAB/CAST/FORGED)

34.1. BOMBAY CHEMICAL EQUIPMENTS, MUMBAI

34.2. GRAND PRIX FAB (P) LTD, NEW DELHI

34.3. GUJARAT OTOFILT, AHMEDABAD

34.4. MULTITEX FILTRATION ENGINEERS PVT. LTD., NEW DELHI

34.5. SPIRAX MARSHALL LTD, PUNE

34.6. OTOKLIN

34.7. GUPTA WORKSHOP. MUMBAI

34.8. UNI KLINGER LIMITED. MUMBAI.(M)

34.9. BHARATI ENGINEERING COMPANY. THANE.(M)

35. STEAM TRAPS-BUCKET/TH.DYN/TH.STAT/FLOAT

35.1. ESCO LTD., INDIA

35.2. PENNANT ENGINEERING PVT. LTD., PUNE

35.3. SPIRAX MARSHALL LTD, PUNE

35.4. GREAVES LTD.

35.5. UNIKLINGER LTD

36. STEAM CONDENSATE MANIFOLDS

36.1. ARMSTRONG INDIA

36.2. CESARE BONETTI S.P.A., ITALY

36.3. SPIRAX MARSHALL, PUNE

36.4. FLOWTEMP APPLIANCES PVT. LTD.

36.5. NIRMAL INDUSTRIAL CONTROLS PVT. LTD.

36.6. UNITED WORKS PVT. LTD.

37. SAMPLE COOLERS

37.1. AERO ENGINEERS, AHMEDABAD

37.2. ENPRO INDUSTRIES PVT LTD, PUNE

37.3. G.R. ENGINEERING WORK LTD., MUMBAI

37.4. GRASIM INDUSTRIES LTD., NAGDA

37.5. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI

37.6. TUBE WELD ENGINEERING WORKS LTD, MUMBAI

37.7. UNIVERSAL HEAT EXCHANGERS LIMITED

38. EOT CRANE

38.1. ACME MANUFACTURING CO. LTD., MUMBAI

PART 1 Page 311 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 13 OF 59 OF 4

ISSUE

R0

38.2. ANUPAM INDUSTRIES LTD., VALLABH VIDYANAGAR

38.3. ARMSEL MHE PVT.LTD., BANGALORE

38.4. BRAITHEWAITE & CO. LTD., KOLKATA

38.5. EDDY CRANES ENGINEERS PVT. LTD, MUMBAI

38.6. FURNACE & FOUNDRY EQUIPMENT CO., MUMBAI

38.7. HEAVY ENGG. CORPORATION LTD., RANCHI

38.8. MEEKA MACHINERY PVT. LTD., AHMEDABAD

38.9. MUKUND LTD., THANE

38.10. REVA ENGINEERING INDUSTRIES PVT.LTD., NEW DELHI

38.11. TAK MACHINERY & LEASING LTD., MUMBAI

38.12. WMI CRANES LTD., MUMBAI

39. H.O.T CRANE

39.1. EDDY CRANE ENGRS P LTD.

39.2. KALINGA ENGRS. LTD.

39.3. REVA ENGG. IND. P LTD.

39.4. SAYAJI IRON & ENGG P LTD

39.5. ARMSEL MHE P LTD.

39.6. TAK MACHINERY

40. BPCL CATEGORY –(MOBILE CRANES)

40.1. ESCORT LTD. FARIDABAD.(M) 40.2. TATA MOTORS LIMITED.THANE.(M) 40.3. TIL LTD.MUMBAI.(M)

41. CHAIN PULLEY BLOCK

41.1. ANUPAM INDUSTRIES LTD.

41.2. BRADY & MORRIS ENGINEERING CO. LTD.

41.3. HERCULES HOISTS LTD.

41.4. HI-TECH INDUSTRIES

41.5. MEEKA MACHINERY PVT. LTD.

42. GRATINGS

42.1. ALLIED ENGINEERING CORPORATION

42.2. GREATWELD STEEL GRATINGS PVT.

42.3. INDIANA ENGINEERING WORKS (BOMBAY) PVT. LTD.

42.4. KEMROCK INDUSTRIES AND EXPORTS LTD.

42.5. SWATHI ENGINEERS

42.6. WEST COAST ENGINEERING WORKS PVT. LTD.

BPCL CATEGORY -(GRATINGS GALVANISED)

42.7. GUPTA WORKSHOP.MUMBAI.(M) 42.8. ERCON COMPOSITES.JODHPUR.(M) 42.9. INDUSTRIAL PLASTICS.MUMBAI(M)

PART 1 Page 312 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 14 OF 59 OF 4

ISSUE

R0

43. BELLOW SEALED VALVES

43.1. BDK MARKETING SERVICES PVT. LTD.

43.2. BELL-O-SEAL VALVES PVT. LTD.

43.3. KSB PUMPS LTD.

43.4. LARSEN & TOUBRO LTD.

43.5. MICROFINISH VALVES PVT. LTD.

44. PRIMARY SUPPORTS

44.1. BARODA EQUIPMENT AND VESSELS PVT LTD

44.2. KINAM ENGINEERING INDUSTRIES

44.3. SPRING SUPPORTS MFG. COMPANY

44.4. SUPREME ENGINEERING WORKS

44.5. SWATHI ENGINEERS

44.6. TINITA ENGINEERING PVT. LTD.

44.7. TECHNO INDUSTRY

44.8. DOLPHIN ENGINEERING

45. SPECIAL SUPPORTS

45.1. KINAM ENGINEERING INDUSTRIES

45.2. PIPE HANGERS & SUPPORTS PRIVATE LTD.

45.3. PIPING & ENERGY PRODUCTS PVT. LTD

45.4. RAJ ENGINEERING CO.

45.5. SARATHI ENGINEERING ENTERPRISE

45.6. SPRING SUPPORTS MFG. COMPANY

45.7. TINITA ENGINEERING PVT. LTD.

TECHNO INDUSTRY

46. EXPANSION BELLOWS

46.1. CORI ENGINEERS PVT. LTD.

46.2. D. WREN INDUSTRIES PVT.LTD.

46.3. DIP-FLON ENGINEERING & CO.

46.4. FLEXICAN BELLOWS & HOSES PVT.LTD

46.5. FLUOROPOLYMER PACKINGS & SEALS PVT.LTD.

46.6. LONESTAR INDUSTRIES

46.7. MIL INDUSTRIES LTD.

46.8. METALLIC BELLOWS (I) PVT. LTD.

46.9. RM APPLIED ENGINEERS

46.10. KELD ELLENTOFT INDIA PVT. LTD.MUMBAI.(M) 46.11. SUR INDUSTRIES PVT LTD.CALCUTTA.(M)

47. NON-SLAM CHECK VALVES

PART 1 Page 313 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 15 OF 59 OF 4

ISSUE

R0

FIRE PROTECTION EQUIPMENT APPROVED VENDORS

HYDRANT VALVE NEWAGE / SUKAN / SBJ

BRANCH PIPES AND NOZZLE NEWAGE / SUKAN / SBJ

HOSE PIPE NEWAGE / INDIAN RAYON / JAYSHREE / CHATTRIYA /

NIRMAL

RUBBER HOSE DUNLOP / ROYAL INDIA / SHANTI INDUSTRIES

BUTTERFLY VALVE AUDCO / INTERVALVE / CRANE PROCESS FLOW

TECHNOLOGY / TYCO / FISHER XOMOX

GATE VALVES / NRV (CS) L&T / KSB

FIRE EXTINGUISHERS ZENITH / SUPRIMAX / SAFEX / NITIN FIRE

PIPES TATA / ZENITH / JINDAL

PRESSURE GAUGES GENERAL INSTRUMENTS / FORBES MARSHALL / PRECISION /

H. GURU

HOSE BOX SBJ / NITIN FIRE / KIDDE INDIA

HOSE REEL UNITS MFG STD

WATER MONITOR HD / VIJAY / NEWAGE / VIMAL / VISHAL

DELUGE VALVES HD FIRE

LONG RANGE MONITORS KIDDE / TYCO / CHEMGUARD / VIMAL / VISHAL

PROCESS / MECHANICAL

48. COLUMNS/TOWERS/SCRUBBERS

48.1. ANUP ENGINEERING LTD., AHMEDABAD

48.2. G.R. ENGINEERING WORK LTD., MUMBAI

48.3. GEECY ENGINEERING PVT.LTD., NAVI MUMBAI

48.4. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI

48.5. INDUS ENGG. COMPANY, MUMBAI

48.6. INDUSTRIAL MANUFACTURERS, MUMBAI

48.7. ISGEC, YAMUNANAGAR

48.8. LARSEN & TOUBRO LTD., MUMBAI

48.9. LLOYDS STEEL INDUSTRIES LTD., MUMBAI

48.10. PHILS HEAVY ENGINEERING PVT LTD, MUMBAI

48.11. TEMA INDIA LTD., MUMBAI

48.12. WALCHANDNAGAR INDUSTRIES LTD., WALCHANDNAGAR

48.13. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)

48.14. BPCL CATEGORY – HEAVY FABRICATORS

48.15. PRECISION EQUIPMENTS (P) LTD. CHENNAI

48.16. THERMAX LTD. PUNE.(M)

49. REACTORS

49.1. ALSTOM PROJECTS INDIA LTD., KOLKATA

49.2. G.R. ENGINEERING WORK LTD., MUMBAI

49.3. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI

47.1. CRANE ENERGY FLOW SOLUTIONS, USA

47.2. CAMERON VALVES AND MEASUREMENT, USA

PART 1 Page 314 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 16 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

49.4. INDUS PROJECTS LIMITED, MUMBAI

49.5. INDUSTRIAL MANUFACTURERS, MUMBAI

49.6. ISGEC, YAMUNANAGAR

49.7. KCP LTD., CHENNAI

49.8. LARSEN & TOUBRO LTD.(HAZIRA), SURAT

49.9. LLOYDS STEEL INDUSTRIES LTD., MUMBAI

49.10. PRECISION EQUIPMENTS (CHENNAI) PVT. LTD., CHENNAI

49.11. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI

49.12. UNIVERSAL HEAT EXCHANGERS LTD., COIMBATORE

49.13. VIJAY TANKS & VESSELS LTD., VADODARA

49.14. WALCHANDNAGAR INDUSTRIES LTD., WALCHANDNAGAR

49.15. BHARAT HEAVY PLATES AND VESSELS

BPCL CATEGORY – HEAVY FABRICATORS

49.16. PHILS HEAVY ENGINEERING PVT LTD, MUMBAI

49.17. THERMAX LTD. PUNE.(M)

50. DRUMS/TANKS/VESSELS

50.1. G.R. ENGINEERING WORK LTD., MUMBAI

50.2. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI

50.3. ISGEC, YAMUNANAGAR

50.4. LARSEN & TOUBRO LTD., MUMBAI

50.5. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI

50.6. INDUSTRIAL MANUFACTURERS, MUMBAI

50.7. TEMA INDIA LTD., MUMBAI

50.8. INDUS ENGG. COMPANY, MUMBAI

50.9. INDIA TUBE MILLS & METAL INDUSTRIES LTD., MUMBAI

50.10. CONSOLIDATED CHEMEQUIP (MFR) CORPN.

50.11. PHILS ENGINEERING CORPORATION

50.12. TRIOFAB (INDIA) PVT. LTD.

50.13. KINAM ENGINEERING INDUSTRIES

BPCL CATEGORY – ( PRESSURE VESSELS )

50.14. GRASIM INDUSTRIES LIMITED. NAGDA.(M)

50.15. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)

50.16. THERMAX LIMITED PUNE.(M)

50.17. HINDUSTAN DORR-OLIVER LIMITED

51. AIR COOLED HEAT EXCHANGERS(HIGH PRESSURE) / AIR COOLERS / HEATERS (FINNED TUBES)

51.1. BHARAT HEAVY PLATES & VESSELS LTD.

51.2. GEI INDUSTRIAL SYSTEMS LTD., BHOPAL

51.3. BGR ENERGY SYSTEMS LTD., CHENNAI

51.4. JORD ENGINEERS, MUMBAI

51.5. LARSEN & TOUBRO LTD., MUMBAI

51.6. PAHARPUR COOLING TOWERS LTD., MUMBAI

51.7. PATELS AIRTEMP (INDIA) LTD., RAKANPUR

PART 1 Page 315 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 17 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

52. HEAT EXCHANGERS (SHELL & TUBE TYPE)

52.1. ALFA LAVAL (INDIA) LTD., PUNE

52.2. ANUP ENGINEERING LTD., AHMEDABAD

52.3. G.R. ENGINEERING WORK LTD., MUMBAI

52.4. GEECY ENGINEERING PVT.LTD., NAVI MUMBAI

52.5. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI

52.6. PHILS HEAVY ENGINEERING PVT. LTD.

52.7. INDUS ENGG. COMPANY, MUMBAI

52.8. INDUSTRIAL MANUFACTURERS, MUMBAI

52.9. ISGEC, YAMUNANAGAR

52.10. LARSEN & TOUBRO LTD., MUMBAI

52.11. KINAM ENGINEERING INDUSTRIES

52.12. PATELS AIRTEMP (INDIA) LTD., RAKANPUR

52.13. PRECISION EQUIPMENTS (CHENNAI) PVT. LTD., CHENNAI

52.14. REYNOLDS CHEMEQUIP PVT. LTD., MUMBAI

52.15. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI

52.16. TEMA INDIA LTD., MUMBAI

52.17. UNIVERSAL HEAT EXCHANGERS LTD., COIMBATORE

52.18. AEROTHERM PRODUCTS

BPCL CATEGORY – ( HEAT EXCHANGER - FERROUS )

52.19. AIR COILS MANUFACTURING CO. MUMBAI.(M)

52.20. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)

52.21. GRASIM INDUSTRIES LIMITED. NAGDA.(M)

52.22. INDIA TUBE MILLS & METAL INDUSTRIES LTD. MUMBAI.(M)

52.23. MAZAGON DOCK LIMITED. MUMBAI.(M)

52.24. THERMAX LIMITED. PUNE.(M)

52.25. TRIOFAB (INDIA) PVT. LTD. NAVI MUMBAI.(M)

52.26. HINDUSTAN DORR-OLIVER LIMITED

BPCL CATEGORY – ( HEAT EXCHANGER – NON FERROUS )

52.27. AIR COILS MANUFACTURING CO. MUMBAI.(M)

52.28. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)

52.29. THERMAX LIMITED PUNE.(M)

53. PLATE HEAT EXCHANGERS

53.1. ALFA LAVEL (INDIA) LTD.

53.2. GEA ECOFLEX INDIA

53.3. TRANTER INDIA PVT. LTD.

53.4. IDMC LIMITED

53.5. LARSEN & TOUBRO LTD.

53.6. SPX INDIA PVT. LTD.

PART 1 Page 316 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 18 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

54. SPIRAL HEAT EXCHANGERS

54.1. ALFA LAVEL (INDIA) LTD.

54.2. LARSEN & TOUBRO LTD.

55. PROCESS COMPRESSORS (API - RECIPROCATING)

55.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD

55.2. BURCKHARDT (INDIA) PVT. LTD.

55.3. DRESSER-RAND INDIA PVT. LTD., MUMBAI

55.4. NEUMAN & ESSER INDIA

56. PROCESS COMPRESSORS (NON API - RECIPROCATING)

56.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD

56.2. BURCKHARDT (INDIA) PVT. LTD.

56.3. INGERSOLL-RAND (INDIA) LTD.

56.4. KIRLOSKAR PNEUMATIC CO. LTD.

57. GAS COMPRESSORS (CENTRIFUGAL)

57.1. BHARAT HEAVY ELECTRICALS LTD.

57.2. DRESSER-RAND INDIA PVT. LTD., MUMBAI

57.3. EBARA CORPORATION, JAPAN

57.4. HOWDEN PROCESS COMPRESSOR, U.K.

57.5. KAWASAKI HEAVY INDUSTRIES LTD., JAPAN

57.6. KOBE STEEL LTD., JAPAN

57.7. MANNESMANN DEMAG AG, GERMANY

57.8. MITSUBISHI HEAVY INDUSTRIES LTD., JAPAN

57.9. SIEMENS INDIA

57.10. SULZER INDIA

58. AIR COMPRESSORS (CENTRIFUGAL)

58.1. ATLAS COPCO ENERGAS

58.2. BHARAT HEAVY ELECTRICALS LIMITED

58.3. INGERSOLL-RAND (INDIA) LTD.

58.4. SIEMENS LIMITED

59. AIR COMPRESSORS (RECIPROCATING)

59.1. CHICAGO PNEUMATICS LTD.

59.2. DRESSER RAND INDIA PVT. LTD.

59.3. INGERSOLL-RAND INDIA PVT. LTD., MUMBAI

59.4. KIRLOSKAR PNEUMATIC CO. LTD., PUNE

PART 1 Page 317 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 19 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

60. AIR COMPRESSORS (SCREW)

60.1. ATLAS COPCO ENERGAS

60.2. HOWDEN AIR AND GAS INDIA PVT. LTD.

60.3. KIRLOSKAR PNEUMATIC CO. LTD., PUNE

60.4. INGERSOLL-RAND INDIA PVT. LTD., MUMBAI

61. AIR COMPRESSORS (PISTON TYPE PORTABLE UNITS)

61.1. ACMEVAC SALES PVT. LTD.

61.2. CHICAGO PNEUMATIC INDIA LTD.

61.3. INGERSOLL-RAND INDIA PVT. LTD., MUMBAI

62. AIR OPERATED DIAPHRAGM PUMPS

62.1. KIRAN PUMPS

62.2. NETZSCH INDIA PVT. LTD.

62.3. SHANBHAG & ASSOCIATES

62.4. SYP ENGINEERING CO. PVT. LTD.

63. CENTRIFUGAL PUMPS (VER. TURBINE PUMP)

63.1. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI

63.2. ITT GOULDS PUMPS INC

63.3. JYOTI LTD.

63.4. KIRLOSKAR BROTHERS LTD.

63.5. MATHER & PLATT INDIA, PUNE

63.6. WPIL LTD.

64. DRUM PUMPS

64.1. KIRAN PUMPS

64.2. MONIBA ANAND ELECTRICALS PVT. LTD.

64.3. ROTO PUMPS LTD.

64.4. SHANBHAG & ASSOCIATES

64.5. SLEEK PUMPS & VALVES

64.6. UNION ENTERPRISE PVT. LTD.

65. CENTRIFUGAL PUMPS(HORIZONTAL PUMPS NON-API)

65.1. AKAY INDUSTRIES PVT. LTD.

65.2. MATHER & PLATT INDIA, PUNE

65.3. KISHOR PUMPS LTD., PUNE

65.4. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI

65.5. ITT CORPORATION INDIA PVT. LTD.

65.6. KSB PUMPS LTD., MUMBAI

65.7. SULZER PUMPS INDIA LTD., NAVI MUMBAI

PART 1 Page 318 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 20 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

65.8. JOHNSON PUMP (INDIA) LIMITED

65.9. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD

65.10. KIRLOSKAR BROTHERS LTD., PUNE

65.11. KIRLOSKAR EBARA PUMPS LTD.

66. CENTRIFUGAL PUMPS(HORIZONTAL PUMPS - API)

66.1. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI

66.2. ITT CORPORATION INDIA PVT. LTD.

66.3. KSB PUMPS LTD., MUMBAI

66.4. KIRLOSKAR EBARA PUMPS LTD.

66.5. SULZER PUMPS INDIA LTD., NAVI MUMBAI

BPCL CATEGORY – HORIZONTAL CENTRIFUGAL PUMPS – SPL PROCESS PURPOSE

66.6. BP&CL

BPCL CATEGORY – PUMP CENTRIFUGAL HOR (SPECIAL PURPOSE PROCESS – CRITICAL

SERVICE)

66.7. EBARA CORPORATION JAPAN

66.8. GOULDS PUMPS INC

66.9. KSB PUMPIN ARMETUREN GERMANY

66.10. NOUVO PIGNONE SPA ITALY

66.11. POMPE GABBIONETA SPAITALY

66.12. POMPES GUINARD (KSB) FRANCE

66.13. SULZER PUMPEN DEUTSCHLAND GMBH GERMANY

66.14. LAWRENCE PUMPS INC

66.15. DAVID BROWN PUMPS LTD.

66.16. DMW CORPORATION

66.17. SULZER BINGHAM PUMPS INC.

67. CENTRIFUGAL CANNED MOTOR TYPE PUMP

67.1. HERMETIC PUMPEN GMBH, GERMANY

67.2. KLAUS UNION, GERMANY

67.3. NIKKISO CO LTD, JAPAN

67.4. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI

67.5. KSB PUMPS LTD., PUNE

67.6. KIRLOSKAR EBARA PUMPS LTD., PUNE

68. SUNDYNE PUMPS

68.1. NIKKISO SUNDSTRAND CO. LTD., JAPAN

68.2. SUNDSTRAND FLUID HANDLING(SUNDYNE), U.S.A

69. CENTRIFUGAL PUMPS(MULTISTAGE PUMPS)

PART 1 Page 319 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 21 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

69.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD

69.2. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI

69.3. KIRLOSKAR EBARA PUMPS LTD., PUNE

69.4. KSB PUMPS LTD., PUNE

69.5. SULZER PUMPS INDIA LTD., NAVI MUMBAI

70. RECIPROCATING PUMPS(METERING/DOSING PUMPS)

70.1. LEWA HERBERT OTT GMBH & CO, GERMANY

70.2. MILTON ROY INDIA (P) LTD., CHENNAI

70.3. PULSAFEEDER, U.S.A.

70.4. SWELORE ENGINEERING PVT. LTD., AHMEDABAD

70.5. V.K. PUMP INDUSTRIES PVT. LTD., MUMBAI

BPCL VENDORS(PUMPS-RECIPRO(CONTROLLED VOLUME/DIAPHRAGM/PLUNGER/PISTON)

70.6. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD

70.7. BRAN &LUEBBE GMBH UK

70.8. DOSAPRO MILTON ROY FRANCE

70.9. GEHO PUMPS NETHERLAND

70.10. NIKKISO CO.LTD.(NIKKISO KK)JAPAN

70.11. PERONI POME SPA (FORMARLY PERSONI) ITALY

70.12. CRANE CO. USA

70.13. OCSER GES MBH &CO KG AUSTRIA

70.14. ORLITA GMBH & CO.KG.GERMANY

70.15. DOWSON DOWNIE LAMONT LTD. U.K.

70.16. NATIONAL OIL WELL PTE LTD. USA

70.17. DMW CORPORATION., JAPAN

70.18. FLOWSERV

71. CENTRIFUGAL PUMPS (VER. PUMPS NDMW CORPORATION JAPANON-API)

71.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABADFLOWSERVE

71.2. DMW CORPORATION., JAPAN

71.3. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI

71.4. KIRLOSKAR BROTHERS LTD., PUNE

71.5. KSB PUMPS LTD., MUMBAI

71.6. MATHER & PLATT PUMPS LTD, MUMBAI

71.7. RUHR PUMPEN GMBH, GERMANY

71.8. SHIN NIPPON MACHINERY CO LTD, JAPAN

71.9. SULZER PUMPS LTD., INDIA

71.10. KIRLOSKAR EBARA PUMPS LTD.

71.11. JOHNSON PUMP (INDIA) LTD.

72. BOILER FEED WATER PUMPS / CENTRIFUGAL PUMPS FOR BFW(MULTISTAGE)

PART 1 Page 320 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 22 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

72.1. KIRLOSKAR EBARA PUMPS LTD., PUNE

72.2. KSB PUMPS LTD., PUNE

72.3. SULZER PUMPS INDIA LTD., NAVI MUMBAI

72.4. FLOWSERVE INDIA

73. FIRE WATER PUMPS (HORIZONTAL / VERTICAL)

73.1. FLOWSERVE INDIA CONTROLS (P) LTD.

73.2. ITT GOULDS PUMPS INC

73.3. KIRLOSKAR BROTHERS LTD.

73.4. MATHER & PLATT (INDIA) LTD.

73.5. BPCL CATEGORY – PUMP CENTRIFUAL H/V (FIRE WATER OR SEA WATER)

73.6. DMW CORPORATION

73.7. KBS PUMPEN, GERMANY

73.8. SULZER USA

73.9. EBARA CORPORATION, JAPAN

73.10. NOUVO-PIGNONE SPA, ITALY

74. DIESEL ENGINE FOR FIRE WATER PUMPS

74.1. CUMMINS INDIA LTD.

74.2. KIRLOSKAR OIL ENGINES LTD.

74.3. GREAVES COTTON LTD.

75. GEAR PUMPS

75.1. JOHNSON PUMP (INDIA) LTD.

75.2. MAAG PUMPS, SWITZERLAND

75.3. TUSHACO PUMPS PVT. LTD.

76. SUBMERSIBLE PUMPS

76.1. GRUNDFOS PUMPS INDIA PVT. LTD.

76.2. KSB PUMPS LTD.

76.3. KIRLOSKAR BROTHERS LTD.

76.4. KISHOR PUMPS PVT. LTD.

76.5. S. U. PUMPS

77. SCREW PUMPS

77.1. ALKETRON ENGINEERING INDUSTRIES PVT. LTD.

77.2. BORNEMANN (I) LTD.

77.3. TUSHACO PUMPS PVT. LTD.

PART 1 Page 321 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 23 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

77.4. ROTO PUMPS LTD.

77.5. UT PUMPS & SYSTEMS PVT. LTD.

77.6. HOUTTUIN

77.7. LEISPRITZ

77.8. IMO/WARREN

77.9. FLUID PUMPS

77.10. PLENTY MITLESS LTD, UK

77.11. WEIR PUMPS

77.12. DAVID BROWN, UK

78. VACUUM PUMPS

78.1. JOYAM ENGINEERS & CONSULTANTS

78.2. PPI PUMPS PVT. LTD.

78.3. STERLING SIHI

78.4. TMVT INDUSTRIES PVT. LTD.

78.5. VIJAY PUMPS PVT. LTD.

78.6. VINDI VAK PUMPS PVT. LTD.

79. VERTICAL SUMP PUMPS

79.1. AKAY INDUSTRIES PVT. LTD.

79.2. ITT GOULDS PUMPS INC

79.3. JOHNSON PUMPS (INDIA) LTD.

79.4. KIRLOSKAR BROTHERS LTD.

79.5. KISHOR PUMPS PVT. LTD.

79.6. SULZER PUMPS INDIA LTD.

79.7. SU MOTORS

80. FIRED HEATERS

80.1. BRIDGE & ROOF CO. (INDIA) LTD., KOLKATA

80.2. HEURTEY PETROCHEM, MUMBAI

80.3. LARSEN & TOUBRO LTD., MUMBAI

80.4. MUKUND LTD., THANE

80.5. PETRON ENGINEERING CONSTRUCTION LTD., MUMBAI

80.6. TECHNIP KT INDIA LTD, NOIDA

80.7. THERMAX LTD., PUNE

81. BURNERS

81.1. CALLIDUS TECHNOLOGIES LTD.

81.2. HAMWORTHY COMBUSTION ENGG. LTD.

PART 1 Page 322 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 24 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

81.3. JOHN ZINK COMPANY LTD.

81.4. LD DUKIER B. V.

81.5. ZEECO INC

81.6. AADI ENERGY SYSTEMS PVT. LTD.CALCUTTA.(M)

81.7. ADVANI-OERLIKON LTD.PUNE.(M)

81.8. AIROIL-FLAREGAS (I) PVT. LTD.AHMEDABAD.(M)

82. COLUMN TRAYS & INTERNALS

82.1. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI

82.2. HIPACK, GHAZIABAD

82.3. KAMAL ENGINEERING CORPORATION, NEW DELHI

82.4. KEVIN ENTERPRISE PVT.LTD., MUMBAI

82.5. KOCH-GLITSCH INDIA LTD., MUMBAI

82.6. LARSEN & TOUBRO LTD.(HAZIRA), SURAT

82.7. MARS PROJECTS PVT.LTD., KOLKATA

82.8. NATIONAL TOWERPACK INDUSTRIES, MUMBAI

82.9. NORTON CHEMICAL PROCESS PRODUCTS CORPORATION, U.S.A

82.10. SULZER INDIA LTD., PUNE

82.11. VIKAS ENGG. WORKS, VISAKHAPATNAM

82.12. SWAN ENTERPRISES. CHENNAI.(M)

83. COALESCERS

83.1. AXSIA HOWMAR LTD, UNITED KINGDOM

83.2. CLARKE RELIANCE CORPORATION, USA

83.3. FACET USA, USA

83.4. GRAND PRIX FAB (P) LTD, NEW DELHI

83.5. KING TOOL COMPANY, U.S.A

83.6. SULZER INDIA LTD., PUNE

83.7. MULTITEX FILTRATION ENGINEERS PVT. LTD., NEW DELHI

83.8. PALL CORPORATION, PUNE

83.9. PERRY EQUIPMENT CORPORATION(PECO), U.S.A

83.10. RAVI TECHNO SYSTEMS PVT. LTD.(CHANGED TO PETROMAR), MUMBAI

83.11. SIIRTEC NIGI S.P.A., ITALY

83.12. WAKO INDUSTRIAL CO. LTD., TOKYO

84. EJECTOR

84.1. KOERTING ENGINEERING PVT. LIMITED, CHENNAI

84.2. LARSEN & TUBRO LTD., MUMBAI

84.3. MAZDA LTD., AHMEDABAD

84.4. NEW FIELD INDUSTRIAL EQUIPMENT PVT.LTD., VADODARA

84.5. WIEGAND INDIA PVT.LTD., NEW DELHI

PART 1 Page 323 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 25 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

85. SILENCER

85.1. ACOUSTICS INDIA PVT. LTD., TIRUCHIRAPALLI

85.2. BURGESS MANNING (I) PVT. LTD., NEW DELHI

85.3. C R MICROTOUCH ENGINEERS, RANIPET

85.4. GRAND PRIX FAB (P) LTD, NEW DELHI

85.5. INDIRA INDUSTRIES, INDIANA

85.6. MICRO PRECISION PRODUCTS (P) LTD., FARIDABAD

85.7. PR ACCOUSTICAL AND ENGG. WORKS PVT. LTD., TIRUCHIRAPALLI

86. DESUPERHEATER

86.1. FOURESS ENGINEERING (I) LTD., MUMBAI

86.2. H.K. INDUSTRIES, MUMBAI

86.3. INDUSTRIAL MANUFACTURERS, MUMBAI

86.4. KROHNE MARSHALL PVT. LTD., PUNE

86.5. LEPRETFLO ENGG. PVT. LTD., AHMEDABAD

86.6. MAZDA LTD., AHMEDABAD

86.7. PRALKA ASSOCIATES, MUMBAI

86.8. SPX VALVES & CONTROLS, UNITED STATES

86.9. THEETA ELECTRICALS PVT. LTD., DELHI

86.10. TYCO VALVES & CONTROLS, INDIA

86.11. VALFLO PVT LTD, AHMEDABAD

87. MIST ELIMINATORS / DEMISTER

87.1. CONTINENTAL PROFILES LIMITED, FARIDABAD

87.2. EVERGREEN WIRE TECHNOLOGIES (P) LTD., MUMBAI

87.3. HAVER STANDARD INDIA PVT. LTD., MUMBAI

87.4. JEETMULL JAICHAND LAL PVT. LTD., KOLKATA

87.5. MISTER-MESH WIRE PRODUCTS, MUMBAI

87.6. PACE ENGINEERING INDUSTRIES PVT. LTD., MUMBAI

88. CONSERVATION VENT / DE-AERATOR

88.1. AERO ENGINEERS, AHMEDABAD

88.2. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI

88.3. G.R. ENGINEERING WORK LTD., MUMBAI

88.4. PORTEGO EQUIPMENTS PVT. LTD., MUMBAI

88.5. S.B.ENTERPRISES, BHARUCH

88.6. SPIRAX MARSHALL LTD, PUNE

88.7. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI

88.8. VARALL ENGINEERS, MUMBAI

88.9. VAREC VAPOUR CONTROL INC., INDIA

89. CHEMICAL INJECTION PACKAGE / DOSING SETS

PART 1 Page 324 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 26 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

89.1. CHEMBOND CHEMICALS LTD., NAVI MUMBAI

89.2. ENPRO INDUSTRIES PVT. LTD., PUNE

89.3. ION EXCHANGE INDIA LTD.

89.4. MILTON ROY INDIA (P) LTD., CHENNAI

89.5. SHAPOTOOLS, MUMBAI

89.6. SWELORE ENGINEERING PVT. LTD., AHMEDABAD

89.7. V.K. PUMP INDUSTRIES PVT. LTD., MUMBAI

90. SAFETY VALVES / PRESSURE SAFETY VALVES

90.1. FAINGER LESER VALVES PVT. LTD.

90.2. ANDERSON GREENWOOD CROSBY, UNITED KINGDOM

90.3. LARSEN & TOUBRO LTD.

90.4. DRESSER VALVE INDIA PVT. LTD., MUMBAI

90.5. XOMOX SANMAR LTD.

90.6. INSTRUMENTATION LTD., MUMBAI

90.7. MEKASTER

90.8. TYCO SANMAR LTD.

90.9. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI

90.10. WEIR VALVES & CONTROL UK LTD, UNITED KINGDOM

90.11. BHEL

91. HVAC SYSTEM

91.1. BLUE STAR LTD., MUMBAI

91.2. ASIA BROWN BOVERI LTD.

91.3. CARRIER AIRCON LTD., MUMBAI

91.4. BATLIBOI & COMPANY LTD.

91.5. EMERSON PROCESS MANAGEMENT (INDIA) PVT. LTD.

91.6. KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI

91.7. SYSTEMS & COMPONENTS (I) PVT. LTD.

91.8. VOLTAS LIMITED, MUMBAI

92. RC MACHINES

92.1. GEA TECHNOFRIGO

92.2. VOLTAS

92.3. BLUESTAR

92.4. CARRIER

92.5. JOHNSON CONTROLS (YORK)

93. AIR PRESSURIZATION UNIT

93.1. ADVANCE VENTILATION PVT LTD, NEW DELHI

93.2. BLUE STAR LTD., MUMBAI

PART 1 Page 325 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 27 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

93.3. C.DOCTOR INDIA PVT LTD, AHMEDABAD

93.4. DUSTVEN PVT LTD, BANGALORE

93.5. DUVENT FANS PVT. LTD., NEW DELHI

93.6. EMERSON NETWORK POWER (I) LTD., (EMERSON LIEBERT), MUMBAI

93.7. FLAKT (INDIA) LTD., MUMBAI

93.8. KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI

93.9. LAXMI AIR CONTROL PVT. LTD, MUMBAI

93.10. PATELS AIRTEMP (INDIA) LTD., RAKANPUR

93.11. S.K. SYSTEMS PRIVATE LTD, DELHI

93.12. VOLTAS LIMITED, MUMBAI

94. AGITATOR

94.1. GMM PFAUDLER LIMITED, MUMBAI

94.2. MIXRITE ENGINEERING PVT.LTD., MUMBAI

94.3. RATHI LIGHTNIN MIXERS PVT. LTD., PUNE

94.4. REMI PROCESS PLANT & MACHINERY LTD., MUMBAI

94.5. STANDARD ENGINEERS, MUMBAI

94.6. THERMOTECH ENGINEERING

95. RUPTURE DISC

95.1. BS & B SAFETY SYSTEMS (I) LTD., MUMBAI

95.2. ELFAB LIMITED, UNITED KINGDOM

95.3. FAINGER LESER VALVES PVT. LTD.

95.4. IMI MORSTON LTD., UK

95.5. OKLAHOMA SAFETY EQUIPMENTS CO, INC, U.S.A

95.6. REMBE GMBH SAFETY + CONTROL, GERMANY

96. SAFETY SHOWER & EYE WASH

96.1. FRANCIS LESLIE & CO.PVT.LTD., MUMBAI

96.2. CREATIVE ENGINEERS

96.3. UNICARE EMERGENCY EQUIPMENTS PVT.LTD., MUMBAI

97. AIR CONDITIONING UNIT

97.1. ABB LTD., MUMBAI

97.2. BATLIBOI & COMPANY LTD., MUMBAI

97.3. BLUE STAR LTD., MUMBAI

97.4. CARRIER AIRCON LTD., MUMBAI

97.5. EMERSON NETWORK POWER (I) LTD., (EMERSON LIEBERT), MUMBAI

97.6. KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI

97.7. VOLTAS LIMITED, MUMBAI

PART 1 Page 326 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 28 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

98. RESTRICTION ORIFICE

98.1. EMFA INDUSTRIES, MUMBAI

98.2. GENERAL INSTRUMENTS CONSORTIUM, MUMBAI

98.3. HYDROPNEUMATICS, MUMBAI

98.4. JRU CONTTROL PVT LTD, CHENNAI

98.5. MICRO PRECISION PRODUCTS (P) LTD., FARIDABAD

98.6. MINCO INDIA PVT. LTD, MUMBAI

98.7. STAR-MECH CONTROLS (I) PVT.LTD., PUNE

99. BASKET FILTER

99.1. GRAND PRIX FAB P LTD.

99.2. GUJARAT OTOFILT

99.3. MULTITEX FILTERATION ENG. LTD.

99.4. OTOKLIN

99.5. MARBO INDLA FILTERS.MUMBAI.(M)

99.6. BARTON FIRTOP ENGINEERING CO. LTD. UK

99.7. FLUID ENGINEERING, USA

100. AIR DRIER / GAS DRIER

100.1. GASO ENERGY SYSTEM

100.2. INDCON PROJECTS & EQUIPMENTS LTD.

100.3. KILBURN ENGG. LTD.

100.4. PURIFLAIR INDIA PVT. LTD.

100.5. ADVANCE COMPARE SYSTEMS PVT. LTD.

100.6. DEL-AIR INDIA PVT. LTD.

100.7. MVS ENGINEERING LTD.

101. CENTRIFUGAL BLOWERS

101.1. BHARAT HEAVY ELECTRICALS LTD.

101.2. C. DOCTOR & CO. PVT. LTD.

101.3. FLAKT INDIA LTD.

101.4. LAXMI AIR CONTROL PVT. LTD.

101.5. REITZ INDIA LTD.

101.6. TLT ENGINEERING PVT. LTD.

102. WASTE HEAT BOILERS

102.1. ALSTOM PROJECTS INDIA LTD.

102.2. BHARAT HEAVY ELECTRICALS LTD.

102.3. ISGEC JOHN THOMPSON

102.4. LARSEN & TOUBRO LTD.

102.5. THERMAX LIMITED

PART 1 Page 327 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 29 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

102.6. THERMAL SYSTEMS (HYDERABAD) PVT. LTD.

102.7. WALCHANDNAGAR INDUSTRIES LTD.

103. BREATHER VALVES

103.1. CHEMTROLS INDUSTRIES LTD.

103.2. FAINGER LESER VALVES PVT. LTD.

103.3. HYDROPNEUMATICS

103.4. PROTEGO EQUIPMENT PVT. LTD.

103.5. TELTECH INSTRUMENTATION PVT. LTD.

103.6. WHESSOE VAREC LIMITED.DURHAM(M) ( BPCL CATEGORY – P&V VALVES)

104. COOLING TOWER

104.1. BDT LIMITED

104.2. PAHARPUR COOLING TOWERS

104.3. SHRIRAM EPC LTD.

104.4. SOUTHERN COOLING TOWERS PVT. LTD.

104.5. HAMON SHRIRAM COTTRELL PVT. LTD.

104.6. ADVANCE COOLING TOWERS PVT LTD.MUMBAI.(M)

104.7. COOLFLO ENGINEERS PVT. LTD.MUMBAI.(M)

104.8. MIHIR ENGINEERS (P) LIMITED.MUMBAI.(M)

104.9. PALTECH COOLING TOWERS & EQUIPMENTS LTD.NEW DELHI.(M)

105. ELECTRODES / WELDING CONSUMABLES

105.1. ADVANI – ORLIKON LTD.

105.2. ANAND ARC ELECTRODES PVT. LTD.

105.3. D&H SECHERON ELECTRODES PVT. LTD.

105.4. ESAB INDIA LTD.

105.5. HONAVAR ELECTRODES LTD.

105.6. MAILAM INDIA LTD.

105.7. MODI ARC ELECTRODES CO.

105.8. WELDCRAFT PVT. LTD.

105.9. GEE LIMITED.THANE.(M)

105.10. BOHLER THYSSEN

105.11. OERLIKON

105.12. TASETO

105.13. AVESTA

105.14. SANDVIK

106. EXCESS FLOW VALVE

106.1. CHANDRA ENGINEERING & MECHANICAL PVT. LTD.

106.2. GENERAL INSTRUMENTS CONSORTIUM

PART 1 Page 328 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 30 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

106.3. MALEMA SENSORS INDIA PVT. LTD.

107. FLAME ARRESTORS

107.1. CHEMTROLS INDUSTRIES LTD.

107.2. FAINGER LESER VALVES PVT. LTD.

107.3. HYDROPNEUMATICS

107.4. PROTEGO EQUIPMENT PVT. LTD.

108. FLARE

108.1. ADVANI – ORLIKON LTD.

108.2. AIROIL FLAREGAS (I) LTD.

109. INSULATION (HOT & COLD)

109.1. ASSOCIATED INSULATION CO.

109.2. G.J. INSULATIONS PVT.LTD.

109.3. LEAR INSULATION PVT. LTD.

109.4. LLOYD INSULATIONS (INDIA) LTD.

109.5. NAVBHARAT INSULATION & ENGINEERING CO

109.6. NEWKEM INDUSTRIES

109.7. KAFER PUNJ LLOYD

109.8. ROCKWOOL INSULATION (I) PVT.LTD.

109.9. SHREEJI INSULATIONS PVT LTD

109.10. THERMAL INSULATIONS

BPCL CATEGORY -(BONDED MINERAL WOOL/CROWN WOOL)

109.11. MINWOOL ROCK FIBRES LTD.HYDERABAD.

109.12. ROCKWOOL (INDIA) LIMITED.MUMBAI.(M)

109.13. LLOYD'S ROCKFIBRES LTD. MUMBAI

110. KNIFE GATE VALVES

110.1. HI-TECH BUTTERFLY VALVES (I) PVT. LTD.

110.2. MICROFINISH VALVES PVT. LTD.

111. MECHANICAL SEALS

111.1. EAGEL

111.2. FLOWSERVE SANMAR LTD

111.3. JOHN CRANE ENGG. SEALING SYSTEM LTD.

112. INDUSTRIAL PAINTS

112.1. GOODLASS NEROLAC PAINTS PVT. LTD.MUMBAI.(M)

112.2. ALKALI & CHEMICALS CORPN. OF INDIA LTD.MUMBAI.(T)

112.3. ASIAN PAINTS (I) LIMITED.MUMBAI.(T)

112.4. BERGER PAINTS INDIA LTD.MUMBAI.(T)

PART 1 Page 329 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 31 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

112.5. ESDEE PAINTS PVT. LTD.MUMBAI.(T)

112.6. JENSON & NICHOLSON (I) LTD.MUMBAI.(T)

112.7. MERCURY PAINTS & VARNISHES LTD.MUMBAI.(T)

112.8. SHALIMAR PAINTS LTD.MUMBAI.(T)

113. RUBBER LINING

113.1. CORI ENGINEERS PVT. LTD.

113.2. ELASTOMER LINING WORKS

113.3. INDUSTRIAL MOULDERS

113.4. LEBRACS RUBBER LININGS PVT. LTD.

113.5. MIL INDUSTRIES LTD.

113.6. POLY RUBBER PRODUCTS

113.7. SHRI RAM RUBTECH PVT.LTD.

114. SPRAY NOZZLE

114.1. KINGSLEY INDUSTRIES LTD

114.2. LECHLER (INDIA) PVT. LTD.

114.3. SIDDHARTH ENTERPRISES

114.4. SPRAYTECH

115. WATER TREATMENT PLANT

115.1. DOSHI ION EXCHANGE & CHEMICAL IND. LTD.

115.2. ION EXCHANGE (INDIA) LTD.

115.3. THERMAX LTD.

116. STEAM TURBINE

116.1. DRESSER RAND

116.2. KIRLOSKAR EBARA

116.3. GE NUOVO PIGNONE

116.4. SIEMENS LTD

116.5. ALSTOM INDIA

116.6. BHEL

116.7. COPPUS

116.8. ELLIOTT

WHEEL KEYS

BPCL VENDORS

116.9. GAMZEN PLAST P LTD. MUMBAI

116.10. GUPTA WORKSHOP. MUMBAI

116.11. RATTAN ENGINEERS. MUMBAI

116.12. RAVAT ENGG. WORKS. MUMBAI

PART 1 Page 330 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 32 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

ELEVATORS/LIFTS

BPCL VENDORS

116.13. OTIS ELEVATOR CO. INDIA LTD. MUMBAI

FORKLIFT

BPCL VENDORS

116.14. GODREJ & BOYCE MFG. CO. LTD. MUMBAI

117. GEARBOX – SPECIAL PURPOSE (API 613 TYPE)

117.1. PEKRUN

117.2. HITACHI, JAPAN

117.3. HITACHI NACO TRANSMISSION, JAPAN

117.4. ALLEN, USA

117.5. BHS, USA

117.6. FLENDER, USA

117.7. GRAFFENSTADEN, GERMANY

117.8. LUFKIN, GERMANY

117.9. MAAG, SWIZERLAND

117.10. NIPPON, JAPAN,

117.11. PHILADELPHIA, USA

117.12. RENK, USA

117.13. EAGLE, KK

118. FLEXIBLE METTALIC COUPLING (API 671)

118.1. EAGLE (BENDIX), JAPAN

118.2. EUROFLEX, INDIA

118.3. FLEXIBOX, UK

118.4. LUCAS, UK

118.5. THOMAS, USA

118.6. JOHN CRANE, INDIA

119. FLEXIBLE METTALIC COUPLING (NON API)

119.1. UNIQUE TRANSMISSION, INDIA

119.2. LOVEJOY, INDIA

119.3. TRIVENI FLEXIBOX, INDIA

119.4. JOHN CRANE, INDIA

120. DRY GAS SEAL AND CONTROL / FILTER SKIDS

120.1. JOHN CRANE, USA/INDIA/JAPAN

120.2. EAGLE, JAPAN/INDIA

120.3. FLOWSERVE, USA/INDIA

PART 1 Page 331 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 33 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

121. LUBE OIL SYSTEM (API 614)

121.1. ENPRO INDUSTRIES PVT. LTD., INDIA

121.2. SOUTHERN LUBRICATION PVT. LTD., INDIA

121.3. TRIVENI PLENTY ENGG. LTD., INDIA

122. STATIC MIXERS

122.1. SULZER INDIA

122.2. CHEMINEER INC, USA

122.3. LIGHTNIN MIXERS, UK

122.4. STATIFLOW INTERNATIONAL LTD., UK

122.5. MIXRITE CORPORATION, INDIA

122.6. SULZER LTD., INDIA

122.7. BRAN & LUEBBE GMBH, GERMANY

122.8. PREMATECHNIK GMBH, GERMANY

123. SAMPLING SYSTEM

123.1. CHEMTROLS

123.2. UOP

124. DESUPERHEATER

124.1. MAZDA

124.2. FORBES MARSHALL

125. DEAREATOR

125.1. THERMAX

126. SAMPLING VALVE

126.1. DOPACH, NETHERLAND

126.2. STRAHMAN VALVES, USA

126.3. LA TECHNOVALVO, ITALY

127. PLATES (CS / SS / LAS / CLAD)

127.1. ACRONI

127.2. DILLINGER HUTTE GTS (MILL), GERMANY

127.3. DMV FRANCE

127.4. DUFERCO S A

127.5. EXPLO HUNGARY KFT.

127.6. INDUSTEEL,BELGIUM

127.7. JACQUET NEDERLAND

127.8. VOESTALPINE GROBBLECH GMBH, AUSTRIA

127.9. ESSAR STEEL, INDIA

127.10. STEEL AUTHORITY OF INDIA, INDIA

PART 1 Page 332 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 34 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

127.11. LLOYDS STEEL INDUSTRIES LTD, INDIA

127.12. SALZGITTER INTERNATIONAL, GERMANY

127.13. POSCO, KOREA

127.14. NIPPON STEEL, JAPAN

127.15. RUKKI METALS, FINLAND

127.16. THYSSENKRUPP

127.17. KOBE STEEL, JAPAN

128. FORGINGS

128.1. BAYFORGE

128.2. BRIGHTEX

128.3. BUKWANG

128.4. CD ENGINEERING COMPANY GAZIABAD

128.5. CD INDUSTRIES, GAZIABAD

128.6. CHAUDHARY HAMMER WORKS

128.7. DAE HWA METAL CO. LTD, KOREA

128.8. ECHJAY FORGINGS PVT. LTD.

128.9. GALPERTI, ITALY

128.10. GOLDEN IRON AND STEEL WORKS

128.11. GOVA GMBH

128.12. HANWHCORPORATION, KOREA

128.13. HYUNDAI FORGINGS CO, KOREA

128.14. JAC FORGINGS

128.15. JK FORGINGS

128.16. KOFCO KOREA

128.17. KUNJ FORGINGS,

128.18. MELESI, ITALY

128.19. METSTEEL, BUSAN KOREA

128.20. MS FITTINGS

128.21. MYSCO CO LTD.

128.22. O SUNG KOREA

128.23. OFFICINE NICOLA

128.24. PARAMOUNT FORGE

128.25. PRADEEP METALS

128.26. PUNJAB STEEL WORKS PVT. LTD.

128.27. RP ENGINEERING PVT. LTD.

128.28. SANGHVI FORGINGS & ENGINEERING PVT. LTD

128.29. SAWAN ENGINEERS

128.30. TAEWOONG CO LTD

128.31. ULMA SPAIN

129. DISHED ENDS

PART 1 Page 333 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 35 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

129.1. AFFLERBACH BODENPRESSEREI GMBH

129.2. CEREC SAS

129.3. DILLINGER

129.4. VOESTALPINE GMBH

130. CLAD TUBE SHEETS

130.1. NOBELCLAD EUROPE.

131. BOLT TIGHTNER

131.1. HYTORC MUMBAI

132. ANODES

132.1. GOLCONDA

132.2. ELECTROPROTECTION SERVICES, SEMBAKKAM, CHENNAI

133. DAMPERS & ISOLATORS

133.1. BACHMANN INDUSTRIES (I) LTD., INDIA

133.2. FOURESS ENGG. (I) LTD. INDIA

133.3. KAMAL ENGINEERING CORPORATION INDIA

134. REFRACTORIES

134.1. ASSOCIATED CEMENT COMPANY LTD.

134.2. CARBORUNUM UNIVERSAL LTD.

134.3. MAHAVIR REFRACTORIES CORPORATION

134.4. TATA REFRACTORIES LTD.

134.5. PACFIC REFRACTORIES LTD.,

134.6. CASTWELL INDUSTRIES

134.7. BABCOCK & WILLCOX INTERNATIONAL INC, USA

134.8. BASCO LTD., UK

134.9. COMBUTION ENGINEERING INC., USA

134.10. DIDIER WERKS AG GERMANY

134.11. GENERAL REFRACTORIES CO. USA

134.12. MANVILLE DE FRANCE S.A. FRANCE

134.13. PLIBRICO B. V. , NETHERLAND

134.14. PREMIER REFRACTORIES, USA

135. CERAMIC FIBRE

135.1. MUGURAPPA MORGAN THERMAL CERAMIC LTD., INDIA

135.2. ORIENT CERLANE LTD. INDIA / ORIENT CERWOOL

135.3. LLOYDS INSULATION

136. CAST PLUG HEADER

PART 1 Page 334 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 36 OF 59 OF 4

ISSUE

R0

PROCESS / MECHANICAL

136.1. WAUKESHA FOUNDRY INC., USA

137. CASTINGS TUBE SHEET / TUBE SUPPORTS

137.1. ARMALLOY LTD., UK

137.2. CRONITE EXPORT SERVICES, UK

137.3. DRAWINGS ALLOY CASTINGS, UK

137.4. DURALLOY TECHNOLOGIES, USA

137.5. FIAS S.R.L. ITALY

137.6. PARALLOY LTD., USA

137.7. POSE-MARRE EDELSTAHLWERK GMBH, GERMANY

137.8. WAUKESHA FOUNDRY INC., USA

137.9. KARTIK STEELS LTD., INDIA

137.10. HASTALLOY INDIA LTD., INDIA

ELECTRICAL

1. BATTERY -LEAD ACID

1.1. EXIDE, INDIA

1.2. AMCO, INDIA

1.3. HBL POWER SYSTEMS LTD., INDIA

1.4. AMAR RAJA, INDIA

2. BATTERY CHARGER

2.1. CHABBI ELECTRICAL PVT. LTD., INDIA

2.2. AUTOMATIC ELECTRIC LTD., INDIA

2.3. HBL POWER SYSTEMS LTD., INDIA

2.4. MASS-TECH , INDIA

2.5. UNI-INSTA,BANGALORE

3. BUSDUCTS - M.V.

3.1. INTRELEC- (M.V. ONLY), INDIA

3.2. INDUSTRIAL SWITCHGEAR & CONTROLS, INDIA

3.3. GLOBE ELECT. INDUSTRIES (MV ONLY), INDIA

3.4. UNITED ELECTRICALS, INDIA

3.5. STAR DRIVE, INDIA

3.6. L&T, INDIA

3.7. SIEMENS, INDIA

3.8. ELECHMECH, INDIA

3.9. ENPRO, INDIA

3.10. POWER CONTROL ENTERPRISES, INDIA

3.11. MANSHU COMTEL PVT. LTD.

PART 1 Page 335 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 37 OF 59 OF 4

ISSUE

R0

ELECTRICAL

4. CABLES H.V. - 3.3 KV- 33 KV XLPE INSULATED

4.1. UNIVERSAL CABLES LTD., INDIA

4.2. NATIONAL INSULATED CABLE CO. OF INDIA LTD. (NICCO), INDIA

4.3. TORRENT CABLES LTD., INDIA

4.4. RPG CABLES LTD., INDIA

4.5. CABLE CORPORATION OF INDIA LTD, INDIA

4.6. KEI (KEI INDUSTRIES LIMITED) , INDIA

5. CABLES L.V.- POWER, CONTROL & EARTHING – PVC & XLPE INSULATED

5.1. UNIVERSAL CABLES LTD, INDIA

5.2. NATIONAL INSULATED CABLE CO.OF INDIA LTD.(NICCO), INDIA

5.3. KEI (KEI INDUSTRIES LIMITED), INDIA

5.4. RPG CABLES , INDIA

5.5. TORRENT CABLES LTD. , INDIA

5.6. CCI, INDIA

5.7. RADIANT CABLES, INDIA

5.8. BPCL CATEGORY(Cables LT)

5.9. POLYCAB PVT. LTD.

6. DISTRIBUTION BOARDS & MISC. FLAMEPROOF EQPT.(PLUG/ SOCKET, HANDLAMP ETC.) –

FLAMEPROOF & INCREASED SAFETY

6.1. BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA

6.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA

6.3. FLAMEPROOF EQUIPMENT PVT. LTD., INDIA

6.4. FCG POWER INDUSTRIES P. LTD. , INDIA

6.5. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA

7. FLAMEPROOF JUNCTION BOXES

7.1. BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA

7.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA

7.3. FLAMEPROOF EQUIPMENT PVT. LTD., INDIA

7.4. FCG POWER INDUSTRIES P. LTD. , INDIA

7.5. SUDHIR SWITCHGEAR PVT. LTD. (APPROVED ONLY FOR JUNCTION BOX), INDIA

7.6. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA

7.7. GEC Alstom (Areva) *

8. DISTRIBUTION BOARDS, LIGHTING PANEL & SMALL PANELS

8.1. ZENITH, INDIA

8.2. INTRELEC, INDIA

8.3. INDUSTRIAL SWITCHGEAR & CONTROLS, INDIA

8.4. M.K.ENGINEERS, INDIA

8.5. POWER CONTROL ENTERPRISES, INDIA

8.6. ELECHMECH, INDIA

PART 1 Page 336 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 38 OF 59 OF 4

ISSUE

R0

ELECTRICAL

8.7. SCHNEIDER, INDIA

8.8. MANSHU COMTEL PVT. LTD.

9. FIRE ALARM SYSTEM

9.1. TYCO, INDIA

9.2. HONEYWELL AUTOMATION LTD., INDIA

9.3. GODREJ & BOYCE, INDIA

9.4. SIEMENS, INDIA

9.5. HONEYWELL FIRE SYSTEM, INDIA

9.6. NEW FIRE, INDIA

9.7. BPCL CATEGORY(Fire alarms)

9.8. MATHER PLATT

9.9. STEEL AGE-MMPC

10. GENERATORS, EMERGENCY DIESEL -UPTO 1600 KVA

10.1. POWERICA LTD., INDIA

10.2. SUPERNOVA, INDIA

10.3. STERLING WILSON , INDIA

10.4. TRACTORS INDIA LTD, INDIA

11. HEAT TRACING

11.1 RAYCHEM RPG LTD., INDIA

11.2 XYCON INDIA., INDIA

11.3 THERMOPADS PVT. LTD., INDIA

12. LIFTS – FLAMEPROOF

12.1. KONE , INDIA

12.2. THYSSENKRUPP ELEVATOR INDIA PVT. LTD. , INDIA

12.3. OTIS, INDIA

12.4. MASPERO, INDIA

12.5.

13. LIGHTING FIXTURES, – FLAMEPROOF & INCREASED SAFETY

13.1. BALIGA LIGHTING EQUIPMENT PVT.LTD., INDIA

13.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA

13.3. FLAMEPROOF EQUIPMENT PVT. LTD., INDIA

13.4. FCG POWER INDIA LTD., INDIA

13.5. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA

13.6. BPCL CATEGORY(Lighting Fixtures)

13.7. GEC Alstom (Areva) *

14. LIGHTING FIXTURES – INDUSTRIAL

14.1. WIPRO ELECTRICALS, INDIA

PART 1 Page 337 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 39 OF 59 OF 4

ISSUE

R0

ELECTRICAL

14.2. BAJAJ ELECTRICALS, INDIA

14.3. CROMPTON GREAVES LTD., INDIA

14.4. PHILIPS , INDIA

15. LOCAL CONTROL STATIONS – FLAMEPROOF & INDUSTRIAL

15.1. BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA

15.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA

15.3. FLAMEPROOF EQPTS. PVT. LTD., INDIA

15.4. FCG POWER INDUSTRIES P. LTD. , INDIA

15.5. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA

16. SYNCHRONOUS MOTORS

16.1. ALSTOM MOTEURS SA, FRANCE

16.2. ANSALDO, ITALY

16.3. ABB LTD, FINLAND

16.4. FUJI ELECTRIC COMPANY LTD., JAPAN

16.5. HITACHI LTD (JAPAN), INDIA

16.6. JEUMONT ELECTRIC, FRANCE

16.7. PARSONS PEEBLES GENERATION LTD,

16.8. SIEMENS AG, GERMANY

16.9. TOSHIBA CORPORATION, JAPAN/ INDIA

16.10. MITSUBISHI, JAPAN

16.11. LOHER, GERMANY

17. MOTORS H.V. – 3.3KV TO 11KV – FLAMEPROOF & INCREASED SAFETY

17.1. BHEL, INDIA

17.2. CGL, INDIA

17.3. ANSALDO, ITALY

17.4. ABB, UK

17.5. ALSTOM, SWITZERLAND / FRANCE

17.6. SIEMENS, GERMANY

17.7. MITSUBISHI, JAPAN

17.8. LOHER, GERMANY

17.9. FUJI, JAPAN

17.10. BPCL Category (Motors HT EX - e / EX –n / Ex - d)

17.11. Alstom – UK

17.12. CEMP - Italy

18. MOTORS L.V.- INDUSTRIAL

18.1. SIEMENS LTD., INDIA

18.2. BHARAT BIJLEE LTD., INDIA

18.3. ASEA BROWN BOVERI LTD., INDIA

PART 1 Page 338 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 40 OF 59 OF 4

ISSUE

R0

ELECTRICAL

18.4. CROMPTON GREAVES LTD, INDIA

18.5. MARATHON ELECTRIC MOTORS (INDIA) LTD. (FORMERLY ALSTOM LTD) , INDIA

18.6. BPCL VENDORS(Motors LT Non FLP Type)

18.7. BHEL

18.8. Ramiey (only upto 25 HP)

19. MOTORS L.V.- FLAMEPROOF & INCREASED SAFETY

19.1. SIEMENS LTD.- (ONLY INCREASED SAFETY), INDIA

19.2. BHARAT BIJLEE LTD., INDIA

19.3. CROMPTON GREAVES LTD., INDIA

19.4. ANSALDO, ITALY

19.5. RAMIEY (ONLY UPTO 25 HP),

19.6. MARATHON ELECTRIC MOTORS (INDIA) LTD. (FORMERLY ALSTOM LTD) , INDIA

19.7. SIEMENS LTD., GERMANY

19.8. CEMP, ITALY

19.9. ABB, SWITZERLAND/ UK

19.10. MITSUBISHI, JAPAN

19.11. FUJI, JAPAN

19.12. LOHER, GERMANY

19.13. BPCL category (Motors LT FLP, Increased Safety and Non FLP Type)

19.14. BHEL

19.15. ABB - India

20. MOTORS L.V.- FLAMEPROOF & GAS GROUP IIC

20.1. CROMPTON GREAVES LTD., INDIA

20.2. SIEMENS , GERMANY

20.3. VEM MOTORS, GERMANY

20.4. LOHER, GERMANY

20.5. CEMP, ITALY

20.6. ABB, SWITZERLAND/ UK

20.7. MITSUBISHI, JAPAN

20.8. FUJI, JAPAN

20.9. BPCL VENDORS(Motors LT FLP, Increased Safety and Non FLP Type)

20.10. BHARAT BIJLEE

20.11. BHEL

20.12. SIEMENS INDIA

20.13. ALSTOM INDIA (AREVA)

20.14. ABB INDIA

20.15. RAMIEY (ONLY UPTO 25 HP)

21. SOFT STARTERS

21.1. ROCKWELL AUTOMATION PVT LTD, INDIA

PART 1 Page 339 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 41 OF 59 OF 4

ISSUE

R0

ELECTRICAL

21.2. ANSALDO ENERGIA SPA , ITALY

21.3. SIEMENS AG, GERMANY

21.4. ABB, INDIA

21.5. ALSTOM, USA

21.6. HITACHI, JAPAN

21.7. TOSHIBA CORPORATION, INDIA/ JAPAN

22. NEUTRAL GROUNDING RESISTORS

22.1. S.R. NARKHEDE ENGG. PVT. LTD., INDIA

22.2. AMP CONTROL EQUIPMENTS PVT. LTD., INDIA

22.3. RSI INDIA LTD, INDIA

22.4. RESITECH ELECTRICALS PVT. LTD. , INDIA

22.5. NATIONAL SWITCHGEAR, INDIA

22.6. BHARTIA INDUSTRIES, INDIA

22.7. INDUSTRIES SYNDICATE, INDIA

22.8. RSI Switchgear

23. PUBLIC ADDRESS SYSTEM –FLAMEPROOF

23.1. NEUMANN ELECTRONIC, THROUGH LARAON ENGG.PVT. LTD, GERMANY

23.2. INDUSTRONIC (INDUSTRIE-ELECTRONIC GMBH & CO. KG) , GERMANY

24. SWITCHGEAR L.V.- DRAWOUT TYPE (PCC/MCC/PMCC)

24.1. SIEMENS LTD., INDIA

24.2. LARSEN & TOUBRO LTD., INDIA

24.3. GE POWER CONTROLS, INDIA

24.4. SCHNEIDER , INDIA

25. SWITCHGEAR H.V - 3.3KV TO 33KV – INDOOR TYPE

25.1. SIEMENS LTD., INDIA

25.2. ASEA BROWN BOVERI LTD. (ABB), INDIA

25.3. AREVA T & D, INDIA

25.4. BHEL, INDIA

25.5. JYOTI, INDIA

26. TRANSFORMERS POWER & DISTRIBUTION - BELOW 33 KV

26.1. VOLTAMP TRANSFORMERS LTD, INDIA

26.2. EMCO LTD., INDIA

26.3. AREVA , INDIA

26.4. BHARAT BIJLEE, INDIA

26.5. CROMPTON, INDIA

26.6. BHEL, INDIA

PART 1 Page 340 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 42 OF 59 OF 4

ISSUE

R0

ELECTRICAL

27. TRANSFORMER LIGHTING – DRY TYPE

27.1. VOLTAMP TRANSFORMERS LTD.- (RESIN IMPREGNATED), INDIA

27.2. INDCOIL- (VARNISH IMPREGNATED), INDIA

27.3. AUTOMATIC ELECTRIC LTD. , INDIA

27.4. POWER CONTROL ENTERPRISES, INDIA

27.5. BPCL category (Transformer Lighting (Upto 1 MVA))

27.6. Bharat Bijlee

27.7. Crompton Greaves

27.8. EMCO

27.9. Alstom India (Areva)

28. UNINTERRUPTED POWER SUPPLY

28.1. EMERSON NETWORK POWER (INDIA) PVT. LTD., INDIA

28.2. GENERAL ELECTRIC, INDIA

28.3. GUTOR, SWEDEN

28.4. FUJI ELECTRIC , JAPAN

29. VARIABLE FREQUENCY A.C. DRIVES

29.1. SIEMENS, INDIA

29.2. ALLEN BRADLEY (ROCKWELL AUTOMATION INDIA PVT. LTD.), INDIA

29.3. YASKAWA, JAPAN MAKE THROUGH LARSEN & TOUBRO LTD, JAPAN

29.4. ABB, INDIA

30. CCTV

30.1. SIEMENS , INDIA

30.2. NELCO, INDIA

30.3. TECHNOCRAT SECURITY SYSTEM, MUMBAI, INDIA

30.4. ECIL, INDIA

30.5. PHILIPS, INDIA

31. ELECTRICAL HEATERS

(VENDOR NAMES RECOMMENDED BY AXENS)

31.1. VULCANIC, FRANCE

31.2. CHROMALOX ETIREX, FRANCE

31.3. EXHEAT LTD, UK

32. CAPACITOR BANK

32.1. UNIVERSAL CABLES, INDIA

32.2. BHEL, INDIA

32.3. ABB, INDIA

32.4. MADHAV CAPACITORS, INDIA

32.5. SHREEM

PART 1 Page 341 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 43 OF 59 OF 4

ISSUE

R0

ELECTRICAL

33. ENERGY SAVER SYSTEM (LIGHTING TRANSFORMERS)

33.1. PRITHVI TECHNOLOGIES PVT. LTD.

33.2. BEBLEC (INDIA) PRIVATE LIMITED

33.3. SCHNEIDER ELECTRIC INDIA PVT. LTD. (CONZERVE)

34. CABLE TRAYS

34.1. INDIANA CABLE TRAYS CORPORATION

34.2. PROFAB ENGINEERS

34.3. ANAND UDYOG

34.4. METAL ALEMMS BOMBAY PVT. LTD.

34.5. SUPERFAB ENGINEERS

34.6. RAMAKANT METAL INDUSTRIES

34.7. M.M. ENGINEERING WORKS

34.8. GLOBE ELECTRICAL INDUSTRIES (FOR GI ONLY)

35. CABLES – COMMUNICATION SYSTEM

35.1. CMI LTD

35.2. DELTON CABLES LTD

35.3. KEI INDIA LTD

35.4. RELIANCE ENGINEERS LTD

35.5. VINDHYA TELELINKS LTD

35.6. ELKAY TELELINKS LTD

35.7. FINOLEX CABLES LTD

35.8. RPG CABLES LTD

35.9. USHA BELTRON LTD

36. TELEPHONE SYSTEM

36.1. SIEMENS LTD

36.2. TATA TELECOM LTD

36.3. BPL TELECOM LTD

37. HIGH LIGHT MAST

37.1. BAJAJ

37.2. LYSAUGHT

37.3. AL-BABTAIN

37.4. CU LIGHTING

37.5. CROMPTON

37.6. PHILIPS

37.7. CHASMITHA ENGG, BARODA

38. INSTALLATION CONTRACTORS FOR CATHODIC PROTECTION SYSTEM

PART 1 Page 342 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 44 OF 59 OF 4

ISSUE

R0

ELECTRICAL

38.1. CORROSION TECHNOLOGY SERVICES INDIA (P) LIMITED

38.2. RAYCHEM RPG LIMITED, NEW DELHI

38.3. CORRECTECH INTERNATIONAL PVT. LTD. - INDIA

38.4. CORROSION CONTROL SERVICES PVT. LTD. - INDIA

38.5. RAYCHEM - USA

39. ISOLATORS / LOAD BREAK SWITCHES (HV INDOOR)

39.1. DRIESCHER PANICKKERS SWITCHGEAR LTD - INDIA

39.2. SIEMENS LTD - INDIA

40. PVC INSULATING MATS

40.1. RMG POLYVINYL INDIA LTD

40.2. D. L. MILLAR & CO. LTD

40.3. 1000 PLUS TRADE INC

40.4. COMMERCIAL ENTERPRISES

40.5. PREMIER POLYFILM LTD

40.6. TATA RUBBER CORPORATION

INSTRUMENTATION

1. AIR FILTER REGULATORS

1.1. PLACKA INSTUMENTS & CONTROLS (P) LTD., CHENNAI

1.2. VELHAN HYDRAIR PVT. LTD., CHENNAI

1.3. FISHER XOMOX

1.4. HYDROPNEUMATICS., MUMBAI

1.5. ODIN INDIA PVT. LTD., CHENNAI

2. THERMO COUPLE EXTN. CABLES

2.1. UNIVERSAL CABLES LTD.,MUMBAI

2.2. ASSOCIATED FLEXIBLES AND WIRES (P) LTD. MUMBAI

2.3. K E I INDUSTRIES LIMITED , ALWAR

2.4. THERMOCABLES LTD. , MUMBAI

2.5. UDAY PYROCABLES PVT. LTD., MUMBAI

2.6. CORDS CABLE INDUSTRIES PVT. LTD., ALWAR

3. INSTRUMENTATION CABLES

3.1. ASSOCIATED FLEXIBLES AND WIRES (P) LTD

3.2. K E I INDUSTRIES LIMITED

3.3. UDAY PYROCABLES PVT. LTD., MUMBAI

3.4. UNIVERSAL CABLES LTD., MUMBAI

3.5. NICCO COPPORATION LTD., MUMBAI

3.6. POLYCAB WIRES PVT. LTD., MUMBAI

3.7. RADIANT CABLES LTD., HYDERABAD.

3.8. BROOKS CABLES WORKS., MUMBAI

PART 1 Page 343 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 45 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

3.9. THERMOCABLES LTD. , MUMBAI

4. FOUNDATION FIELDBUS CABLES

4.1. BELDEN CABLES.

4.2. HALUKABEL

4.3. KERPEN CABLES

4.4. LAPP CABLES

5. FOUNDATION FIELDBUS JUNCTION BOXES.

5.1. P& F

5.2. MTL

6. COPPER TUBE

6.1. ALCOBEX METALS(P) LTD

6.2. RAJCO METAL INDUSTRIES PVT. LTD

6.3. INDUSTRIAL TUBES

6.4. MULTIMETALS LTD.

6.5. UDEY PYROCABLES PVT. LTD., MUMBAI

7. SS TUBES.

7.1. RAJENDRA MECHANICAL INDUSTRIES LTD.

7.2. SANDVIK ASIA LIMITED (IMPORTED FOR HIGH PR, TEMP., & VIBRATION)

7.3. RATNAMANI METALS & TUBES

7.4. HEAVY METALS & TUBES, MEHSANA

7.5. JINDAL SAW LTD.

7.6. SAW PIPES LTD., NASHIK

7.7. CHOKSI TUBE CO.

8. ORIFICE PLATES & FLANGES

8.1. BALIGA LIGHTING EQUIPMENTS LTD.

8.2. MICRO PRECISION PRODUCTS PVT. LTD. HARYANA

8.3. HYDROPNEUMATICS, MUMBAI

8.4. GENERAL INSTRUMENT CONSORTIUM

8.5. GURUNANAK ENGG. WORKS, KOTA RAJASTHAN

8.6. INSTRUMENTATION LTD., MUMBAI

8.7. MINCO INDIA PVT. LTD., GOA

8.8. STAR-MECH CONTROLS (i) PVT. LTD., PUNE

8.9. TEMP-TECH., MUMBAI

9. TEMP. ELEMENTS, THERMOWELL

9.1. GENRAL INSTRUMENTS CONSORTIUM

9.2. TEMP-TECH

9.3. PYROELECTRIC INSTRUMENTS GOA PVT. LTD.

9.4. DETRIV INSTRUMENTS & ELECTRONICS LTD.

PART 1 Page 344 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 46 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

9.5. ALTOP CONTROLS

9.6. ELETRICAL & ELETRONICS CORPORATION

9.7. AN INSTRUMENTS PVT. LTD.

9.8. WAAREE INSTRUMENTS, MUMBAI

9.9. WIKA INSTRUMENTS INDIA PVT. LTD.

9.10. WALCHANDNAGAR INDUSTRIES

9.11. ASHCROFT INDIA PVT. LTD.

10. FLEXIBLE THERMOCOUPLES (FOR REACTOR & REGENERATION BED TEMPERATURE)

10.1. VULCANIC S. A. – FRANCE

10.2. DAILY THERMETRICS – USA ( only for Unit #140-NHT)

11. PLC FOR PACKAGE UNITS (ONLY IF SPECIFIED IN PACKAGE UNIT)

11.1. ALLEN BRADLEY

11.2. SIEMENS LTD.

11.3. MODICON

11.4. GE FANUC

11.5. L & T (HIMA)

12. PRESSURE GAUGES

12.1. GENRAL INSTRUMENTS CONSORTIUM

12.2. WIKA INSTRUMENTS INDIA PVT. LTD.

12.3. PYRO ELECTRIC INSTRUMENTS INDIA PVT. LTD.

12.4. A.N. INSTRUMENTS PVT. LTD.

12.5. FORBES MARSHALL

12.6. ASHCROFT INDIA PVT. LTD.

12.7. WAREE INSTRUMENTS

12.8. MANOMETER INDIA PVT. LTD.

12.9. WALCHANDNAGAR INDUSTRIES LTD. (TIWAC DIV)

13. SPECIAL THERMOCOUPLES ( FOR REACTOR & REGENERATOR SKIN THERMOCOUPLES)

13.1. THERMOCOUPLE PRODUCTS CO.- USA

13.2. TECHNOMATIC SPA - ITALY

13.3. THERMO ELECTRIC - USA

13.4. VULVANIC S.A.

13.5. DAILY THERMETRICS

13.6. GAYESCO

13.7. BPCL CATEGORY (THERMOCOUPLE/THERMOWELL/RTD)

13.8. GENERAL INST. CORPN.

13.9. PYRO ELECTRIC INSTRUMENTS GOA

13.10. TEMP-TECH

13.11. ALTOP CONTROLS

13.12. DETRIV INSTRUMENTATION & ELECTRO

13.13. ELECTRICAL & ELECTRONICS CORPN.

PART 1 Page 345 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 47 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

14. SPECIAL THERMOCOUPLES ( FOR HEATER SKIN THERMOCOUPLES)

14.1. THERMOCOUPLE PRODUCTS CO.- USA

14.2. TECHNOMATIC SPA - ITALY

14.3. THERMO ELECTRIC - USA

14.4. PYROELECTRIC INSTRUMENTS GOA PVT. LTD. – INDIA (ONLY FOR HEATER SKIN)

14.5. GENERAL INSTRUMENTS INDIA

14.6. DETRIV INSTRUMENTS & ELECTRONICS INDIA

14.7. VULVANIC S.A.

14.8. DAILY THERMETRICS

14.9. GAYESCO

14.10. BPCL CATEGORY (THERMOCOUPLE/THERMOWELL/RTD)

14.11. TEMP-TECH

14.12. ALTOP CONTROLS

14.13. ELECTRICAL & ELECTRONICS CORPN.

15. TEMP. GAUGES (BI METALLIC/ DIAL TYPE)

15.1. GENRAL INSTRUMENTS CONSORTIUM

15.2. WIKA INSTRUMENTS INDIA PVT. LTD.

15.3. PYRO ELECTRIC INSTRUMENTS GOA PVT. LTD

15.4. FORBES MARSHAL .

15.5. TEMP-TECH

15.6. ASHCROFT INDIA PVT. LTD.

15.7. WAREE INSTRUMENT

15.8. AN INSTRUMENTS PVT. LTD.

16. ROTAMETER (GLASS TUBE & PURGE TYPE)

16.1. EUREKA INDL. EQUIP (P) LTD

16.2. INSTRUMENTATION ENGINEERS (P) LTD

16.3. TRANSDUCERS & CONTROL PVT. LTD

16.4. FORBES MARSHALL

16.5. BROOKS INSTRUMENTS

16.6. YOKOGAWA INDIA LTD.

16.7. BLUE START LTD

17. ROTAMETER (TRANSMITTERS)

17.1. KROHNEMESSTECHNIC GHBM & CO. KG. GERMANY

17.2. TRANSSDUCERS & CONTROL PVT LTD

17.3. YOKOGAWA INDIA LTD., MUMBAI

18. ROTAMETER (METAL TUBE)

18.1. YOKOGAWA INDIA LTD.

18.2. INSTRUMENTATION ENGINEERS (P) LTD

18.3. KHRONE MARHALL.

PART 1 Page 346 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 48 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

18.4. TRAC (TRANSDUCERS & CONTROL PVT. LTD), HYDERABAD

18.5. BROOKS INSTRUMENTS., MUMBAI

19. ROTAMETERS (LIQUID, GAS, HIGH TEMP. CORROSIVE HANDLING)

19.1. FLUIDYNE INSTRUMENTS PVT. LTD

20. MANOMETERS (U TUBE WATER MANOMETER)

20.1. FUIDYNE INSTRUMENTS PVT. LTD.

21. GAUGE GLASSES (LEVEL GAUGES)

21.1. BLISS ANAND PVT. LTD

21.2. CHEMTROL ENGG (P) LTD

21.3. LEVCON INSTRUMENTS PVT. LTD

21.4. PROTOLINA INSTRUMENTS PVT. LTD.

21.5. TECHNOMATIC INDIA PVT. LTD.

21.6. HYDROPNEUMATICS., MUMBAI

22. GAUGE GLASSES

22.1. AMAR TRADING CO

22.2. GUJARAT MILL STORES CO

22.3. UNIKLILNGER LTD

22.4. VINAYAK HARDWARE MART

23. MAGNETIC LEVEL GAUGES

23.1. CHEMTROLS INDUSTRIES LTD.

23.2. WIKA INSTRUMENTS INDIA PVT. LTD. (KSR KUEBLER)

23.3. KROHNE MESS TECHNIC GMBH.

23.4. MAGNETROL INTERNATIONAL NV.

23.5. NHON KLINGAGE CO. LTD.

24. LEVEL SWITCHES (DISPLACER / FLOAT)

24.1. TOKYO KEISO CO. LTD.

24.2. SOR INC. USA

24.3. MAGNETROLINTERNATIONAL N.V. BELGIUM

24.4. CHEMTROLS ENGG. PVT. LTD. (ECKHARD MAKE)

25. DISPLACER LEVEL TRANSMITTERS

25.1. DRESSER MASONEILAN.

25.2. FISHERROSEMOUNT PTE, SINGAPORE.

25.3. MAGNETROL INTERNATIONAL INC.

25.4. CHEMTROLS ENGG. PVT. LTD. (ECKHARD MAKE)

26. PRESSURE SWITCHES

PART 1 Page 347 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 49 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

26.1. CUSTOM CONTROL SENSOR INC.

26.2. CHEMTROLS (UNITED CONTROL, USA MAKE)

26.3. SWITZER INSTRUMENTS LTD

26.4. DRESSER INC.

26.5. SHERMAN INTERNATIONAL PVT. LTD.

26.6. DWYER (WAREE), MUMBAI

26.7. ASHCROFT INDIA PVT. LTD.

26.8. INDFOS IND. LTD.

27. DRAFT GAUGES

27.1. SWITZER INSTRUMENT LTD

27.2. GENERAL INSTRUMENTS CONSORTIUM

27.3. WAREE INSTRUMENTS

27.4. AN INDUSTRIES PVT. LTD.

28. HC DETECTOR PORTABLE

28.1. JOSEPH LESLIE DRAGER.

28.2. HONEYWELL LIFE SAFETY

28.3. GENERAL MONITORS IRELAND LTD / CHEMTROLS

28.4. TRITECH (RIKEN KEIKE)

28.5. BW TECHNOLOGY

29. HC / H2S / H2 DETECTOR

29.1. DETECTOR ELECTRONICS CORPORATION

29.2. JOSEPH LESLIE DRAGER.

29.3. GENERAL MONITORS IRELAND LTD / CHEMTROLS

29.4. HONEYWELL LIFE SAFETY

29.5. DIETERICH STANDARDS

30. JUNCTION BOXES AND CABLE GLANDS (FLAME PROOF)

30.1. BALIGA LIGHTING EQUIPMENTS LTIMITED

30.2. FLAMEPROOF EQUIPMENTS PVT. LTD

30.3. SUDHIR SWITCHGEARS PVT. LTD

30.4. CEAG FLAMEPROOF CONTROL GEARS (P) LTD

30.5. FLEXPRO ELECTRICALS PVT. LTD.

30.6. EX-PROTECTA

30.7. FCG

31. COMPRESSION FITTINGS ( BRASS FITTINGS FOR COPPER TUBE)

31.1. ASTEC INSTRUMENTS PVT. LTD.

31.2. FLUID CONTROL PVT LTD

31.3. EXCELL HYDRO

32. INSTRUMENT VALVES

PART 1 Page 348 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 50 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

32.1. ASTEC INSTRUMENTS PVT. LTD

32.2. EXCELL HYDRO PNEUMATICS PVT. LTD

32.3. FLUID CONTROL

32.4. BOMBAY FLUID SYSTEM COMPONENTS

32.5. MAHESHWARI ENGG WORKS (PARKER, SWAGE LOCK ONLY)

32.6. SUPER TECHNICAL INDIA PVT LTD

32.7. PARKER HANNIFIN INDIA PVT LTD

33. FITTINGS: SS TUBE FITTINGS (PROCESS IMPULDE LINES)

33.1. SWAGELOK MAKE-(BOMBAY FLUID SYSTEM COMPONENTS (P) LTD)

33.2. PARKER MAKE- (SUPER TECHNICAL (I) PVT. LTD.)

34. CONTROL VALVES – (SPECIAL PURPOSE ONLY)

34.1. FLOWSERVE

34.2. ARCA REGLER GMBH, GERMANY

34.3. DRESSER VALVES INDIA

34.4. SAMSON AG, GERMANY

34.5. SICAL YAMATAKA LTD

34.6. HOPKINSONS LTD. UK

34.7. MOTOYAMA ENGINEERING WORKS. TOKYO

34.8. METSO AUTOMATION (NELES) , GURGAON

34.9. NUOVO PIGNONE. ITELY

34.10. TYCO

34.11. INSTRUMENTATION LTD., PALAKKAD

34.12. EMERSON PROCESS CONTROL, SINGAPORE

35. CONTROL VALVES- GLOBE VALVES

35.1. INSTRUMENTATION LTD. PALGHAT

35.2. DRESSER VALVES INDIA LTD.

35.3. FISHER SANMAR LTD.

35.4. SAMSON CONTROL PVT. LTD.

35.5. FLOWSERVE INDIA CONTROLS

36. CONTROL VALVES- BUTTERFLY BODY

36.1. FLOWSERVE PTE LTD. INDIA

36.2. TYCO

36.3. SAMSON AG, GERMANY.

36.4. METSO

37. CONTROL VALVES (ANGLE)( SPECIAL APPLICATION ONLY)

37.1. SAMSON AG - GERMANY

37.2. MOTOYAMA - JAPAN

37.3. FLOWSERVE (SEREG-VANES) - FRANCE

37.4. DRESSER PRODUCTS - FRANCE

PART 1 Page 349 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 51 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

37.5. ARCA - GERMANY

37.6. METSO AUTOMATION PTE LTD – SINGAPORE / INDIA

38. ON –OFF VALVES (PLUG )( SPECIAL APPLICATION ONLY)

38.1. DRESSER ITALIA - ITALY

38.2. FLOWSERVE PTE. LTD - SINGAPORE

38.3. TUFLIN - USA

38.4. SPX VALVES & CONTROLS

39. CONTROL VALVE - BALL VALVES (INDIAN) – ON/OFF APPLICATION

39.1. EL-O-MATIC (INDIA) PVT. LTD.

39.2. VIRGO ENGINEERS LIMITED

39.3. MICROFINISH VALVES LTD.

39.4. BDK VALVES

39.5. TYCO VALVES

39.6. KOSO FLUID CONTROLS

40. CONTROL VALVE - BALL VALVES (IMPORTED) - ON/OFF APPLICATION

40.1. TYCO VALVES

40.2. KOSO FLUID CONTROLS

40.3. NUOVO VALVES

40.4. WIER VALVES

40.5. KITAMURA VALVES MANUFACTURING LTD

40.6. METSO

40.7. PIBIVIESSE SPA MILANO ITALY

41. ON –OFF VALVES (GATE)(SPECIAL APPLICATION ONLY)

41.1. HOPKINSONS LTD -

41.2. COOPER CAMERON - SINGAPORE

41.3. SPX VALVES & CONTROLS

42. ROTARY PLUG CONTROL VALVE

42.1. DRESSER VALVES INDIA

42.2. FISHER SANMAR LTD

42.3. INSTRUMENTATION LTD

42.4. SAMSON CONTROLS PVT. LTD. (VETEC)

43. CONTROL VALVE: SMART POITIONERS

43.1. DRESSER VALVE INDIA PVT. LTD.

43.2. FISHER SANMAR

43.3. METSO (NELES AUTOMATION PTE LTD.)

43.4. SIEMENS LTD.

44. PRESSURE CONTROL VALVES (SELF ACTUATED)

PART 1 Page 350 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 52 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

44.1. FISHER SANMAR LTD.

44.2. FORBES MARSHALL

44.3. SAMSON AG MESS-UND REGEL TECHNIK, GERMANY

44.4. RICHARD INDUSTRIES (JORDAN VALVES)

45. FIELD INSTRUMENTS ( PT/DP, TEMPERATURE TRANSMITTERS)

45.1. FUJI ELECTRIC CORPN.

45.2. EMERSION PROCESS MANAGEMENT

45.3. HONEYWELL AUTOMATION INDIA LTD

45.4. YOKOGAWA INDIA LTD.

45.5. ABB LTD. FARIDABAD

46. FLOW ELEMENTS (VENTURI, FLOW NOZZLES)

46.1. MICRO PRECISION PRODUCTS PVT LTD

46.2. STAR MECH CONTOLS PVT. LTD

46.3. DANIEL - USA

47. AVERAGING PITOT TUBES

47.1. TORBAR FLOWMETERS LTD.

47.2. EMERSON PROCESS MANAGEMENT INDIA PVT LTD (DIETERICH STANDARD INC )

47.3. STARMECH CONTROL INDIA PVT LTD

47.4. TECHNOMATICS

47.5. TOKYOKEISO CO. LTD

47.6. BRANDT INSTRUMENTS INC

47.7. AUXITROL S.A.

47.8. VERIS INC

48. MASS FLOW METERS

48.1. EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.

48.2. ENDRESS + HAUSER INDIA PVT. LTD.

48.3. YOKOGAWA

48.4. BOPP & REUTHER MESSTECHNIK GMBH

48.5. RHEONKE MEGERATE GMBH

48.6. BROOKS INSTRUMENTS

49. VORTEX FLOW METER

49.1. KROHNE MARSHAL LTD.

49.2. YOKOGAWA ELECTRIC CORP (Other than High Temp. H2 Services)

49.3. EMERSON

49.4. ENDRESS AND HAUSER INDIA PVT. LTD.

49.5. INVENSYS

50. ULTRASONIC FLOW METER (FOR FLARE)

50.1. PANAMETRIS LTD, IRELAND .

PART 1 Page 351 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 53 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

50.2. GE SENSING (PANAMETRICS INC.)

51. MAGNETIC FLOWMETERS

51.1. ENDRESS & HAUSER (INDIA) PVT. LTD.

51.2. FORBES MARSHALL LTD.

51.3. YOKOGAWA INDIA LTD.

51.4. EMERSON

51.5. INVENSYS

52. STACK ANALYSER SYSTEM (SOX, NOX, CO ANALYSER)

52.1. AMETEK- PTSBURGH, PA.

52.2. HORIBA INSTRUMENTS (S)PTE LTD. SINGAPORE.

52.3. THERMO ENVIRONMENTAL INSTRUMENT- MUMBAI .

52.4. MAIHAK AG -HAMBURG

52.5. YOKOGAWA INDIA LTD.

52.6. TELEDYNE INSTRUMENTS-USA

53. NIR ANALYSER

53.1. GUIDEDWAVE INC. - USA

53.2. YOKOGAWA ELECTRICAL CORPORATION - JAPAN

53.3. INVENSYS

53.4. ABB AUTOMATION - UK

53.5. HAMILTON SUNDSTRAND UG. - USA

54. ASTM ANALYSER

54.1. BENKE - GERMANY

54.2. PRECISION SCIENTIFIC - USA

54.3. ABB - UK

54.4. BARTEC - GERMANY

54.5. PAC - USA

55. PH / CONDUCTIVITY ANALYSERS

55.1. YOKOGAWA INDIA LIMITED.

55.2. EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.

55.3. ABB LTD.

55.4. HORIBA INSTRUMENTS PVT. LTD.

56. SULPHUR / H2S ANALYSER

56.1. HOUSTON ATLAS INC. – KINGWOOD

56.2. AMETEK - USA / EQUIVALENT IMPORTED

56.3. METOREX INTERNATIONAL OY- FINLAND

56.4. AZOMA (CHEMTROL, MUMBAI)

56.5. THERMOFISHER

56.6. ANTEK SOUTH YORKSHIRE

PART 1 Page 352 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 54 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

56.7. THERMOELECTRIC CORPORATION

56.8. BOVER (CHEMTROL)

57. SPECIFIC GRAVITY ANALYSER

57.1. SOLATRON - UK

57.2. YOKOGAWA INDIA LTD. - INDIA / JAPAN

57.3. EMERSON PROCESS MGT, SINGAPORE PTE. - SINGAPORE

57.4. THERMOFISHER

57.5. BOPP & REUTHER

58. ANALYSERS OXYGEN (ZIRCONIA)

58.1. ANALYZER INSTRUMENTS CO PVT. LTD. (FUJI – JAPAN)

58.2. EMERSON PROCESSMANAGEMENT INDIA PVT. LTD

58.3. YOKOGAWA INDIA LTD.

58.4. CHEMTROLS INDUSTRIES LIMITED (AMETEK - USA)

59. ANALYSERS OXYGEN

59.1. GE SENSING

59.2. SIEMENS - GERMANY

59.3. HARTMANN-BRAUN / ELSAG BAILEY - UK

59.4. SERVOMAX INTERNATIONAL - UK

60. H2 ANALYZERS

60.1. HONEYWELL - USA

60.2. SIEMENS - GERMANY

60.3. EMERSON

61. MOISTURE ANALYSER

61.1. AMETEK - USA

61.2. ARELCO - FRANCE

61.3. ENDRESS & HAUSER - SWITZERLAND

61.4. GE INDUSTRIAL SENSING – USA

61.5. PANAMETRICS

62. GAS CHROMATOGRAPH

62.1. ABB AUTOMATION - UK/USA

62.2. SIEMENS APPLIED AUTOMATION INC. - USA

62.3. YOKAGAWA ELECTRIC CORPORATION - JAPAN

62.4. FOXBRO, MUMBAI

63. NUCLEONIC LEVEL INSTRUMENTS

63.1. BERTHOLD - FRANCE

64. RADAR TYPE LEVEL INSTRUMENS (STORAGE TANKS)

PART 1 Page 353 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 55 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

64.1. ENRAF BV

64.2. SAAB TANK CONTROL (SAAB MARINE ELECTRONICS AB) -

65. RADAR LEVEL TRANSMITTER PROCESS VESSELS (INCL OF GUIDED WAVE RADAR )

65.1. ENRAF B.V.

65.2. ENDRESS + HAUSER

65.3. MAGNETROL INTERNATIONAL INC.

65.4. EMERSON PROCESS CONTROLS, MUMBAI

65.5. WIKA (VEGA)

66. I/P AND P/I CONVERTERS

66.1. EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.

66.2. YOKOGAWA INDIA LTD.

66.3. HONEYWELL AUTOMATION INDIA LTD.

66.4. MTL INDIA PVT. LTD.

66.5. ABB LTD.

66.6. YAMATAKE

66.7. DRESSER PRODUCTS

67. ANTI SURGE / PERFORMANCE CONTROLLER

67.1. CCC - USA

68. SAFETY BARRIERS & MULTI CHANNEL FF TEMPERATURE TRANSNITTERS

68.1. P & F

68.2. MTL (5000 SERIES)

68.3. STAHL, CHENNAI

68.4. TURCK (FIELD BUS)

69. SOLENOID VALVES

69.1. ASCO

69.2. HERION / NORGEN, INDIA

70. VIBRATION MONITORING SYSTEM

70.1. BENTLY NEVADA CORPORATION –(3500 Series) - MINDEN USA

70.2. SHINKAWA (ONLY FOR PUMPS)

71. FLAME SCANNER

71.1. DIETERICH STANDARD INC- COLORADO

71.2. E2 TECHNOLOGY CORPORATION- USA

71.3. HONEYWELL AUTOMATION INDIA LTD

71.4. DETRONICS, MINNEAPOLIS

71.5. UVISOR, ITALY

72. LOCAL CONTROL PANEL

PART 1 Page 354 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 56 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

72.1. INDUSTRIAL CONTROLS & APPLIENCES

72.2. PYROTECH ELECTRONICS PVT LTD

72.3. ECIL HYDERABAD

72.4. RITTAL.

72.5. SUNLEET CONTROLS (ONLY FOR MODIFICATION)

72.6. HONEYWELL AUTOMATION INDIA LTD.'

72.7. YOKOGAWA INDIA LTD.

73. ALARM ANNUNICATOR ( LOCAL PANEL ACCESSORIES)

73.1. DIGICONT

73.2. INDUSTRIAL INSTRUMENTS & CONTROLS

73.3. PROCON INST. (P) LTD

73.4. MTL INDIA PVT. LTD.

73.5. ROCHESTER INSTRUMENTS SYSTEM LTD.

73.6. IDECIZUMI

74. TERMINAL BLOCKS

74.1. PHOENIX GERMANY

74.2. WAGO

75. MULTIPLE CABLE TRANSIT (MCT)

75.1. BRATTBERG

75.2. ROXTEC

76. PRESSURE REDUCING & DE-SUPERHEATING SYSTEM.

76.1. FORBES MARSHALL LTD.

76.2. MAZADA LIMITED

76.3. FISHER SANMAR LIMITED.

76.4. SPX PROCESS EQUIPMENTS (COPES VULCAN)

76.5. CCI

77. ANALYZER SHELTERS.

77.1. ABB INSTRUMENTATION UK.

77.2. CHEMTROLS INDUSTRIES LTD.

77.3. EMERSON PROCESS MANAGEMENT (I) PVT. LTD

77.4. YOKOGAWA INDIA LTD

78. SPECIAL GAS TIGHT VALVES

78.1. PEROLO – FRANCE

78.2. SEGAULT – FRANCE

79. SPECIAL CATALYST TIGHT VALVES

79.1. GUICHON VALVES – FRANCE

PART 1 Page 355 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 57 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

80. CONTROLLER: INDICATING ( ELECTRONIC / RECORDER)

80.1. CHINO-LAXSONS (INDIA) LIMITED

80.2. HONEYWELL AUTOMATION INDIA LTD.

80.3. YOKOGAWA INDIA LTD.

81. LIMIT SWITCHES (PROXIMITY TYPE- IMPORTED)

81.1. MTL

81.2. P&F

82. RELAYS (WITH LED)

82.1. JYOTI

82.2. OMRON JAPAN

83. TURBINE FLOWMETER

83.1. BROOKS INSTRUMENTS, USA

83.2. EMERSON PROCESS CONTROL

83.3. FMS SANMAR LTD

83.4. KROHNE MARSHALL

83.5. ROCKWIN

84. REGULATORS (GAS)

84.1. INDIAN OXYGEN LTD

84.2. SPAN GAS & EQUIPMENT PVT LTD

84.3. SPECIALITY GAS CO PVT LTD

85. SCANNER (TEMP. MONITORS)

85.1. BENTLEY NAVADA CORPORATION

85.2. HONEYWELL PVT LTD

85.3. YOKOGAWA INDIA LTD

86. ANALYSERS CYLINDER PRESSURE REGULATORS

86.1. HORNBILL EQUIPMENTS PVT LTD

86.2. INDIAN OXYGEN LTD

86.3. INOX AIR PRODUCTS LTD

86.4. ESAB MUMBAI

86.5. HYDROGAS MUMBAI

87. ANALYSERS - GLC ANALYSER

87.1. SIEMENS LTD (APPLIED AUTOMATION PVT LTD)

87.2. FOXBORO MUMBAI

87.3. YOKOGAWA ELECTRIC CORPORATION JAPAN

88. OIL TRACE ANALYSER

88.1. TELEDYNE ANALYTICAL INSTRUMENTS USA

88.2. SERES ZI FRANCE

88.3. BRISTOL BABCOCK LTD UK

PART 1 Page 356 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 58 OF 59 OF 4

ISSUE

R0

INSTRUMENTATION

89. METHANE ANALYSER

89.1. ABB

89.2. SICK MAIHAK (CHEMTROLS)

89.3. EMERSON

89.4. SIEMENS

90. ONLINE CORROSION MONITORING

90.1. HONEYWELL AUTOMATION (INTERCORR, USA)

90.2. MAKSUR ANALYTICAL SYSTEMS (ROHRBACK COSASCO, USA)

90.3. INTERCORR INTERNATIONAL (M/s HONEYWELL)

90.4. ADVANCE TECH CONTROLS PVT. LTD. (CORMON)

90.5. INDUS ENGINEERS PVT. LTD. (CORROCEAN)

90.6. METAL SAMPLES COMPANY

LIST OF APPROVED TRADERS FOR URGENT DELIVERY (TIE-IN POINT ETC.)

1. PIPES, FITTINGS AND FLANGES

1 KWALITY TUBES

2 METAL INDIA

3 ARISTO METAL INDUSTRIES

4. ARDH METAL AGENCY

5. FIT TECH INDUSTRIES PVT LTD

6. NILESH METAL COMPANY

7. HIND METAL SYNDICATE PVT LTD

8. VENUS TRADING COMPANY

9 SADAF TRADING COMPANY

10. HI-TECH METALS AND TUBES

2. GASKETS

1. SUPER GASKET INDUSTRIES

2. UNIQUE INDUSTRIAL PACKINGS

3. UNI-KLINGER LIMITED

3. FASTENERS

1. J J INDUSTRIES

2. SYNDICATE ENGINEERING INDUSTRIES

3. MEGA ENGINEERING PVT LTD

4. VALVES

1. SANJAY TRADING CORPORATION

2. Y K ENTERPRISES

3. UNITED TRADING AGENCY

4. CRS MARKETING & SERVICES

5. PIPES

1. SADAF TRADING COMPANY

2. VENUS TRADING COMPANY

3. N-PIPE SOLUTIONS INC.

4. EVERGREEN SEAMLESS PIPES AND TUBES PVT LTD

5. HIND METAL SYNDICATE PVT LTD

6. HI-TECH METALS AND TUBES

PART 1 Page 357 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 LIST OF APPROVED MAKES / VENDORS

SHEET 59 OF 59 OF 4

ISSUE

R0

7. KWALITY TUBES

8. CHANDAN STEEL LTD

PART 1 Page 358 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – IMPORTED

MATERIAL & EQUIPMENT

SHEET 1 OF 5 OF 4

ISSUE R0

TO BE FILLED BY FOREIGN BIDDERS ONLY

Vendor’s Name: ________________________________

Enquiry No.: ________________________________

Vendor’s Offer Ref.: ________________________________

Tel. No.: _____________________ Fax No.: ____________________

Contact: _____________________ E-mail: ____________________

1. Duly signed & stamped copies of this “questionnaire”, with all the clauses duly confirmed/ precisely replied to by the vendor, shall be enclosed with each and every set of vendor’s un-priced quotation

2. Failure on the part of vendor in not returning this duly filled-up “questionnaire with all the sets of un-priced quotation and/or submitting incomplete replies may lead to rejection of vendor’s quotation”.

Sr. No.

Description Vendor’s Confirmation

1. Bid rejection criteria:

Bidders shall note the bid rejection criteria as indicated in ITB. Provisions of these clauses must be adhered to without any deviations, failing which the bid shall be considered to be non-responsive and may be rejected.

Noted

2. Bid Validity period: Confirm Offer validity of Four Months from final bid due date.

Confirmed / Not Confirmed

Refer deviation sheet

Validity: ___ Months from bid due date.

3. Defects Liability Period: Confirm acceptance of defect liability period clause as indicated in General Purchase Conditions.

Accepted / Not accepted refer deviation sheet

4. Performance Bank Guarantee: Confirm acceptance of performance guarantee clause as indicated in General Purchase Conditions.

Accepted / Not accepted

Refer deviation sheet

5. Delivery Period:

Confirm Compliance as per Special Purchase Conditions.

Confirmed / Not Confirmed.

6. Commercial Loading: Bidders shall note loading criteria as mentioned in the Special Purchase Conditions (SPC)

Noted

7. Payment Terms: Confirm acceptance of payment terms as indicated in SpecialPurchase Conditions (SPC) for Foreign Bidders.

Accepted / Not accepted refer deviation sheet

PART 1 Page 359 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – IMPORTED

MATERIAL & EQUIPMENT

SHEET 2 OF 5 OF 4

ISSUE R0

Sr. No.

Description Vendor’s Confirmation

8. Firmness of prices: Quoted prices shall remain firm and fixed till complete execution of the order.

Noted & confirmed

9. Price Basis: FOB Port of Shipment Confirmed

10. FOB Charges Included / Quoted Separately

11. Packing & Forwarding charges up to FOB shall be included in quoted price

Confirmed

12. Force Majeure Clause :

Confirm acceptance of Force Majeure Clause as indicated in General Purchase Conditions (GPC).

Accepted / Not accepted refer deviation sheet

13. Arbitration Clause:

Confirm acceptance of Arbitration Clause as indicated in General Purchase Conditions (GPC).

Accepted / Not accepted refer deviation sheet

14. Liquidated Damages:

Confirm acceptance of Liquidated Damages Clause as indicated in Special Purchase Conditions (SPC).

Accepted / Not accepted refer deviation sheet

15. Confirm that the prices have been furnished as per “Format For Submitting Price” indicated in Schedule of Price

Furnished / Not furnished refer deviation sheet

16. Bank Charges: All Bank charges and stamp duties payable outside India in connection with payments to be made shall be borne by the supplier. All bank charges and stamp duties payable in India shall be borne by BPCL

Confirmed

17. Currency of Quote:

Furnish the currency of quote.

Currency of Quote:

18. Change in currency once quoted will not be allowed. Noted & accepted

19. Indicate name, address, telephone nos., fax nos., e-mail address of your Banker for L/C opening

20. Documentation charges are included in quoted prices. Confirmed

PART 1 Page 360 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – IMPORTED

MATERIAL & EQUIPMENT

SHEET 3 OF 5 OF 4

ISSUE R0

Sr. No.

Description Vendor’s Confirmation

21. Customer references list for the item/ model quoted by you is given in offer.

Confirmed

22. Confirm complete technical literature/catalogue are submitted along with each copy of the offer.

Confirmed

23. Indicate manufacturer’s name and address

24. Country of Origin:

Indicate country of origin from where the goods have been offered.

Country of Origin:

25. Indicate mode of shipment Sea / Air

26. Indicate International Port of Exit. Material shall be dispatched from :

27. Indicate approximate shipping weight (net and gross) & volume of the consignment.

Approximate shipping weight:

Volume:

28. Date of clean Bill of Lading shall be considered as date of delivery.

Confirmed

29. Transit Insurance:

Prices quoted must exclude transit insurance charges from FOB International Port of Exit as the same shall be arranged by the Purchaser. However, all transit insurance charges for inland transit up to FOB International Port of Exit must be included quoted prices.

Noted and confirmed

30. Taxes & Duties:

All taxes, duties and levies of any kind payable up to FOB

Accepted

PART 1 Page 361 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – IMPORTED

MATERIAL & EQUIPMENT

SHEET 4 OF 5 OF 4

ISSUE R0

Sr. No.

Description Vendor’s Confirmation

International Port of Exit shall be borne by supplier.

31. Export permit/license if required shall be supplier’s responsibility & any expenditure towards same will by borne by the supplier.

Accepted

32. Quoted prices shall be inclusive of all testing and inspection charges

Accepted / Not accepted refer deviation sheet

33. Third Party Inspection Charges: Confirm itemised percentage charges for inspection by Third Party Inspection Agencies nominated by BPCL(including inspector’s fee) have been separately quoted in the Priced Bid for non IBR items

Confirmed

34. In the event of inspection by TCE or BPCL, confirm no extra charges payable to supplier.

Confirmed

35. Acceptance of all other terms & conditions as per attached :

a) General Purchase Conditions, b) Special Purchase Conditions c) Instructions to bidders, d) General Conditions of Contract for site work e) Any other terms & conditions as per RFQ

Accepted OR

Accepted with deviations as indicated in separate deviation sheet.

36. Whether any of the Directors of Vendor is a relative of any Director of BPCL/TCE or the vendor is a firm in which any Director of BPCL/TCE or his relative is a Partner or the vendor is a private company in which any director of BPCL/TCE is a member or Director.

YES/NO

37. Please confirm you have not been placed on black list or holiday list declared by Bharat Petroleum Corporation Limited.

Please confirm that you have filled in, signed and attached the enclosed “Proforma of Declaration of Black Listing / Holiday Listing” along with your un-priced offer.

Not black listed or put on holiday list.

Black listed or Put on holiday list as indicated in Declaration of Black Listing / Holiday Listing

Furnished

38. Confirm that all deviations to Technical Specifications have been indicated on a separate deviation sheet. Any deviation indicated in bid elsewhere other than Deviation Sheet shall not be considered.

Separate Technical Deviations Sheet submitted

PART 1 Page 362 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – IMPORTED

MATERIAL & EQUIPMENT

SHEET 5 OF 5 OF 4

ISSUE R0

Sr. No.

Description Vendor’s Confirmation

39. Confirm that all commercial deviations to Tender Conditions, GPC, SPC have been indicated on a separate commercial deviation sheet. Any deviation indicated in bid elsewhere other than Deviation Sheet shall not be considered.

Separate Commercial Deviations indicating the document, clause and heading in prescribed format submitted

(Bidders own terms and Conditions shall not be accepted)

40. All commercial deviations to Tender Conditions, GPC, and SPC will result in loading of the quoted price as indicated in special purchase conditions.

Noted

41. Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given herein above shall prevail.

Confirmed & Accepted

42. Confirm readiness for signing of integrity pact without any deviations in the event of placement of order

Confirmed

43. Spare Parts : (If Applicable)

a) Confirm item-wise unit price (FOB) of recommended spare parts for two years as required in enquiry have been quoted separately indicating itemised quantity,

b) BPCL reserves the right to place order for 2 years spares separately, as such, confirm validity of 2 years spares up to contractual delivery period of the equipment(s).

c) Confirm that the prices of commissioning and Mandatory spares as required in the enquiry are included in the quoted equipment prices

Applicable / Not applicable

(Signature of Vendor with Company seal)

Name of the Authorised Signatory :

Designation :

Date :

PART 1 Page 363 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – INDIGENOUS

MATERIAL & EQUIPMENT

SHEET 1 OF 5 OF 4

ISSUE

R0

TO BE FILLED BY INDIAN BIDDERS ONLY

Vendor’s Name: ________________________________

Enquiry No.: ________________________________

Vendor’s Offer Ref.: ________________________________

Tel. No.: _____________________ Fax No.: __________________

Contact: _____________________ E-mail: __________________

1. Duly signed & stamped copies of this “questionnaire”, with all the clauses duly confirmed/ precisely replied to by the vendor, shall be enclosed with each and every set of vendor’s un-priced quotation

2. Failure on the part of vendor in not returning this duly filled-up “questionnaire with all the sets of un-priced quotation and/or submitting incomplete replies may lead to rejection of vendor ’s quotation”.

Sr. No. Description Vendor’s Confirmation

Bid rejection criteria:

Bidders shall note the bid rejection criteria as indicated in ITB. Provisions of these clauses must be adhered to without any deviations, failing which the bid shall be considered to be non-responsive and may be rejected.

Noted

Bid Validity period: Confirm Offer validity of FOUR MONTHS from final bid due date.

Confirmed / Not Confirmed refer deviation sheet

Validity: ___Months from bid due date.

Defects Liability Period: Confirm acceptance of defect liability period clause as indicated in Special Purchase Conditions.

Accepted / Not accepted refer deviation sheet

Performance Bank Guarantee: Confirm acceptance of performance guarantee clause as indicated in General Purchase Conditions.

(Applicable for order value of Rs. 10.00 lakhs and above.)

Accepted / Not accepted refer deviation sheet

Delivery Period:

Confirm Compliance as per Special Purchase Conditions.

Confirmed / Not Confirmed.

PART 1 Page 364 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – INDIGENOUS

MATERIAL & EQUIPMENT

SHEET 2 OF 5 OF 4

ISSUE

R0

Sr. No. Description Vendor’s Confirmation

Commercial Loading: Bidders shall note loading criteria as mentioned in the Special Purchase Conditions (SPC)

Noted

Payment Terms: Confirm acceptance of payment terms as indicated in Special Purchase Conditions (SPC) for Indian Bidders

Accepted / Not accepted refer deviation sheet

Prices have been furnished as per “Format For Submitting Price” indicated in Special Purchase Conditions (SPC)Schedule of Price

Furnished / Not furnished refer deviation sheet

Firmness of prices: Quoted prices shall remain firm and fixed till complete execution of the order.

Noted & Confirmed

Confirm that the prices quoted are inclusive of packing & forwarding charges.

Confirmed / Quoted separately

Confirm that Basic Price quoted are on FOT Dispatch point basis

Confirmed

Material is required at BPCL warehouse/site on door delivery basis.

Accepted / Not accepted refer deviation sheet

Specify Dispatch Point Material shall be dispatched from :

State:

Transit risk insurance shall be covered by BPCL and the same has not been included in the quoted prices.

Noted and confirmed

Freight charges: Bidders to quote freight charges in terms of % of basic quoted price.

Quoted in terms of % / Included in basic price

Octroi Charges: Bidders to quote octroi charges in terms of % as applicable current rate.

Octroi service charges- Bidders to quote as % of octroi charges, if applicable.

Applicable __%/Not applicable

Applicable __ % of Octroi/ Not applicable

Taxes & Duties: Any differential in taxes and duties will be cost loaded on case to case basis. However, if a supplier states that taxes/duties are not applicable at present and will be charged as applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties applicable as on the date of price evaluation.

Accepted / Not accepted refer deviation sheet

Excise Duty:

PART 1 Page 365 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – INDIGENOUS

MATERIAL & EQUIPMENT

SHEET 3 OF 5 OF 4

ISSUE

R0

Sr. No. Description Vendor’s Confirmation

a. Tarrif sub heading no.

b. Present rate of Excise Duty payable extra on finished products (including spares),

c. Maximum rate applicable (If present rate is nil or concessional)

Please indicate following break-up

a. Cenvatable Excise Duty

b. Non Cenvatable Excise Duty

Only statutory variations, if any, in the present rate of excise duty, up to the contractual delivery period shall be to Owner’s account subject to documentary evidence to be furnished by the vendor.

Accepted

Any variation in Excise duty at the time of supplies for any reasons, other than statutory including variations due to turnover, shall be borne by vendor.

Accepted

Material supplied will be eligible for CENVAT Credit and vendor shall furnish all documents as required to avail the same.

Accepted

Sales tax payable extra, Specify CST/ MVAT and the present rate applicable

CST: ______% against form C

MVAT: _____ %

In case of CST, C form shall be provided In case of MVAT, no concessional form shall be provided

Noted

Only statutory variations, if any, in the present rate of CST/MVAT, upto contractual delivery period shall be to Owner’s account subject to documentary evidence to be furnished by the vendor.

Accepted

If CST/MVAT is not applicable at present due to any reason, the same shall be borne by vendor if it becomes applicable later.

Accepted

Any new or additional taxes/ duties and any increase in the existing taxes/duties imposed after contractual delivery shall be to Vendor’s account whereas any corresponding decrease shall be passed on to the Owner.

Accepted

Confirm that the prices quoted are without any price variation clause

Confirmed / Not confirmed refer deviation sheet

Shop Testing and Inspection charges: Goods and services are subject to stage wise and final inspection by Owner/

Noted & accepted

PART 1 Page 366 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – INDIGENOUS

MATERIAL & EQUIPMENT

SHEET 4 OF 5 OF 4

ISSUE

R0

Sr. No. Description Vendor’s Confirmation

TCE for which no extra charges shall be payable by Owner. Travel, living and personnel expenses of Owner’s inspectors shall be borne by Owner. Travel, living and personnel expenses of TCE’s inspectors shall be borne by TCE. All built in import content shall be subjected to inspection by Third Party Inspection Agency nominated by BPCL for which charges are included in quoted prices and no additional charges will be paid by Owner.

Quoted prices are inclusive of all testing and inspection charges

Confirmed

Spare Parts : (IF Applicable)

a) Confirm item-wise unit price (FOT dispatch point) of recommended spare parts for two years as required in enquiry have been quoted separately indicating itemised quantity,

b) Confirm firm freight charges have been quoted as extra in percentage for 2 years spares,

c) BPCL reserves the right to place order for 2 years spares separately, as such, confirm validity of 2 years spares up to contractual delivery period of the equipment(s).

d) Confirm that the prices of commissioning and mandatory spares as required in the MR are included in the quoted equipment prices

Applicable / Not applicable

Confirmed / Not Confirmed

Liquidated Damages:

Confirm acceptance of Liquidated Damages Clause as indicated in Special Purchase Conditions (SPC).

Accepted / Not accepted refer deviation sheet

Force Majure Clause:

Confirm acceptance of Force Majure Clause as indicated in General Purchase Conditions (GPC).

Accepted / Not accepted refer deviation sheet

Arbitration Clause:

Confirm acceptance of Arbitration Clause as indicated in General Purchase Conditions (GPC).

Accepted / Not accepted refer deviation sheet

Acceptance of all other terms & conditions as per attached :

a) General Purchase Conditions,

b) Special Purchase Conditions

c) Instructions to bidders,

d) General Conditions of Contract for Site work

e) Any other terms & conditions as per RFQ

Bidders to submit above documents duly signed & stamped

Accepted OR

Accepted with deviations as indicated in separate deviation sheet.

Submitted

PART 1 Page 367 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-B-Z-201 COMMERCIAL QUESTIONNAIRE – INDIGENOUS

MATERIAL & EQUIPMENT

SHEET 5 OF 5 OF 4

ISSUE

R0

Sr. No. Description Vendor’s Confirmation

along with deviation sheet (if any) as token of acceptance.

Whether any of the Directors of Vendor is a relative of any Director of BPCL/TCE or the vendor is a firm in which any Director of BPCL/TCE or his relative is a Partner or the vendor is a private company in which any director of BPCL/TCE is a member or Director.

YES/NO

Please confirm you have not been placed on black list or holiday list declared by Bharat Petroleum Corporation Limited or Tata Consulting Engineers Limited.

Please confirm that you have filled in, signed and attached the enclosed “Proforma of Declaration of Black Listing / Holiday Listing” along with your un-priced offer.

Not black listed or put on holiday list.

Black listed or Put on holiday list as indicated in Declaration of Black Listing / Holiday Listing

Furnished

Confirm that all deviations to Technical Specifications have been indicated on a separate deviation sheet. Any deviation indicated in bid elsewhere other than Deviation Sheet shall not be considered.

Separate Technical Deviations Sheet submitted

Confirm that all commercial deviations to Tender Conditions, GPC, SPC have been indicated on a separate commercial deviation sheet. Any deviation indicated in bid elsewhere other than Deviation Sheet shall not be considered.

Separate Commercial Deviations indicating the document, clause and heading in prescribed format submitted

(Bidders own terms and Conditions shall not be accepted)

All commercial deviations to Tender Conditions, GPC, and SPC will result in loading of the quoted price as indicated in Special Purchase Conditions (SPC).

Noted

Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given herein above shall prevail.

Confirmed & Accepted

Confirm readiness for signing of integrity pact without any deviations in the event of placement of order.

Confirmed

(Signature of Vendor with Company seal)

Name of the Authorised Signatory :

Designation :

Date :

PART 1 Page 368 of 393

TATA CONSULTING ENGINEERS LIMITED SECTION B

TCE.6079A-950 PROJECT INFORMATION SHEET 1 OF 2

ISSUE R0

1.0 SITE INFORMATION

1.1 Plant Location : Mahul, Mumbai

1.2 State : Maharashtra

1.3 Nearest Important Town : Mumbai

1.4 Nearest Railway : Mumbai

1.5 Nearest Port : Mumbai

1.6 Nearest Airport : Chatrapati Shivaji Airport, Mumbai

2.0 METEOROLOGICAL DATA

2.1 Elevation above mean sea level

: 6.71 m

2.2 Minimum Ambient temperature

: 12 °C

2.3 Maximum Ambient temperature

: 45°C

2.4 Design dry bulb temperature

: 40°C

2.5 Design wet bulb temperature

: 32°C

2.6 Design temperature for electrical Equipment

: 45°C

2.7 Relative humidity : 100% @ 32°C

2.8 Rainy season : June -September

2.9 Annual Rainfall (Max/Min/A vg)

: Max.: 125mm/hr

2.10 Rainfall data: for 1-hour period

: 102mm

2.11 Wind velocity : 9m/s

2.12 Wind load : According to IS 875

2.13 Predominant wind direction

: W to E and SW to NE

2.14 Basic wind speed : 44 m/sec

2.15 Seismic Design Criteria : IS 1893 (Part 1)2002 and IS 1893 (Part 4)2005

2.16 Seismic Zone no : III

2.17 Seismic Zone Factor : 0.16

PART 1 Page 369 of 393

TATA CONSULTING ENGINEERS LIMITED SECTION B

TCE.6079A-950 PROJECT INFORMATION SHEET 2 OF 2

ISSUE R0

3.0 ELECTRICAL SYSTEMS

1.0 Power Supply

Sr.No. Voltage Level

Fault Level Voltage, Frequency, Application

1.1 HV1 26.25kA for 1 sec (i.e.1000 MVA at 22 kV)

22kV(+/-10%), 3 Ph, 3 W, 50 Hz(+/-3%), AC, Solidly grounded

1.2 HV2 40kA for 1 sec (i.e.1500 MVA at 6.6 kV)

6.6kV(+/-10%), 3 Ph, 3 W, 50 Hz(+/-3%), AC, Resistance grounded (Earth fault current restricted to 400A) for HV Motors and Distribution Transformer

1.3 LV1 50kA for 1 sec (i.e.36MVA at 0.415kV) for LV load other than Lighting

0.415kV(+/-10%),3 Ph, 4 W, 50 Hz (+/-3%), AC, Solidly grounded for LV Motors upto 132kW and other LV load

1.4 LV2 9kA for 1 sec, 240V for Lighting, 1-ph receptacle

0.240kV(+/-10%), 1 PH, 2 W, 50 Hz(+/-3%), AC, Solidly grounded for Lighting and other loads like receptacles, space heater

1.5 Standby Emergency Supply

50kA for 1 sec (i.e.36MVA at 0.415kV)

0.415kV(+/-10%), 3 PH, 4 W, 50 Hz(+/-3%), AC, Solidly grounded for LV Motors upto 132kW and other LV load from Emergency Power Distribution board

1.6 Combined Volt. & Freq. Variation 10%

1.7 Envisaged Improved Power Factor 0.95 lagging

2.0 Control Supply

Sr.No. Application Control Supply

2.1 For 6.6 kV Panels 240V(+/-10%), 1 PH, 50 Hz (+/-3%), AC for Spring charging motor, Space Heater, Lamp Circuit 110 V (+10%,-15%), DC for Tripping coil, Closing Coil, Indication lamps, annunciation Circuit (ungrounded)

2.2 For LT Breaker control and protection

240V, 1 PH, 50 Hz, AC for Spring charging motor, Space Heater, Lamp Circuit tapped from phase and Neutral before incomer 110 V, +10%,-15%, DC for Tripping coil, Closing Coil, Indication lamps, annunciation Circuit (ungrounded)

2.3 For instrumentation and control (DCS/PLC control)

110V(+/-1%), 1 PH, 50 Hz(+/-1%), AC UPS supply with floating neutral

2.4 For Motor Starter control

240V(+/-10%), 1 PH, 50 Hz (+/-3%), AC Tapped from phase and Neutral from the bus

PART 1 Page 370 of 393

SPEC. NO. TCE.M4-903

TATA CONSULTING ENGINEERS LIMITED SECTION: E

DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS

SHEET 1 OF 6

ISSUE R5

TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC

1.0 SCOPE This specification covers the requirements to be followed by the VENDOR/

CONTRACTOR while submitting Drawings, Engineering Documents and Instruction Manuals

2.0 DRAWINGS AND DOCUMENTS 2.1 All drawings and documents submitted by the VENDOR/CONTRACTOR

including those submitted at the time of bid shall be with sufficient detail to indicate the type, size, arrangement, weight of each component, breakdown for packing and shipment, the external connections, fixing arrangements required, the dimensions required for installation and interconnection with other equipment and materials, clearance and spaces required between various portions of equipment and any other information specifically requested in the enquiry document.

2.2 Each drawing and document submitted by the VENDOR/CONTRACTOR shall

be clearly marked with the following details. (a) Name of the PURCHASER (b) Name of the CONSULTANT (c) Project Title including (if applicable) number of units and unit numbers (d) Purchase Order Number/Contract Number (e) Title of the Drawing or Document clearly identifying the system,

equipment or part (f) Drawing or Document Revision Number and Date of Revision (g) Space for PURCHASER/CONSULTANT's Drawing Number (h) Name of the VENDOR/CONTRACTOR (i) In case of SUB-VENDOR/SUB-CONTRACTOR or MANUFACTURER's

drawing, name of the SUB-VENDOR/SUB-CONTRACTOR or MANUFACTURER shall be incorporated.

(j) Drawings and documents shall be duly signed in ‘checked’ and

‘approved’ columns. (k) Scale to which the drawing is drawn (l) Cross references to all relevant drawings and documents (m) All relevant notes to the drawings and documents. All notes necessary

for understanding and execution of work shown on a drawing or document shall be presented on the same drawing or document.

PART 1 Page 371 of 393

SPEC. NO. TCE.M4-903

TATA CONSULTING ENGINEERS LIMITED SECTION: E

DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS

SHEET 2 OF 6

ISSUE R5

TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC

(n) All legends to all notations (o) Details of revisions carried out as mentioned in para 2.13 below (p) Bill of materials shall be tabulated, wherever required. (q) All titles, notings, markings and writings on the drawing shall be in

English. (r) All the dimensions shall be in metric units. (s) If standard catalogues are submitted, the applicable items shall be

highlighted therein. 2.3 CATEGORISATION OF DRAWINGS AND DOCUMENTS 2.3.1 The drawings and documents submitted by the VENDOR/CONTRACTOR are

generally categorised under the following three heads: (a) Drawings and documents which are to be reviewed and approved

(Category FA) (b) Drawings and documents which are to be reviewed and commented

but are not for approval (Category FR). (c) Drawings and documents which are for information and records only

(Category FI) 2.3.2 The category of each drawing and document shall be decided by the

PURCHASER/CONSULTANT. 2.4 LIST OF DRAWINGS AND DOCUMENTS On the issue of Purchase Order or Award of Contract, the VENDOR/

CONTRACTOR shall furnish a detailed drawing and document schedule with descriptive title and expected dates of submission within the time as specified in the enquiry document. The categorisation of drawings and documents as per para 2.3.1 above shall be marked by the PURCHASER/CONSULTANT on the Drawing and Document Schedule. The VENDOR/CONTRACTOR shall incorporate these details and submit revised schedules. This schedule shall be revised and drawings and documents added, as necessary, during the progress of work with the concurrence of the PURCHASER/CONSULTANT.

2.5 QUALITY OF DRAWINGS AND DOCUMENTS 2.5.1 The VENDOR/CONTRACTOR shall prepare all necessary detailed drawings,

documents and designs etc., giving full and complete information to enable the PURCHASER/CONSULTANT to properly review the design of work.

2.5.2 Drawings and documents shall be fully legible and drawn in ink and all writing

shall be clearly printed or stencilled.

PART 1 Page 372 of 393

SPEC. NO. TCE.M4-903

TATA CONSULTING ENGINEERS LIMITED SECTION: E

DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS

SHEET 3 OF 6

ISSUE R5

TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC

2.5.3 Reproduced drawings shall be clear and legible with no background shade. Sections and details of points of the work shall be shown on the same drawing of the work to which these relate.

2.5.4 Drawings and their title blocks shall be properly drawn, prepared and printed to

the approval of the PURCHASER/CONSULTANT. 2.5.5 Drawings poorly drafted or engineered or without signatures in checked and

approval columns will be returned to the VENDOR/CONTRACTOR without review, for necessary action.

2.6 DRAWINGS AND DOCUMENTS BY SUB-VENDORS/SUB-CONTRACTORS Drawings and documents provided by the SUB-VENDORS/SUB-

CONTRACTORS shall be checked thoroughly by the VENDOR/ CONTRACTOR with special regard to measurements, size of components, material and details to satisfy himself that they conform to the requirements and to the intent of the enquiry document and the VENDOR/CONTRACTOR shall place thereon his signature and the date of his approval before submitting the same to the PURCHASER/CONSULTANT. Drawings and documents found to be inaccurate or otherwise in error shall be returned to the VENDOR/ CONTRACTOR for corrections.

2.7 DESIGN CALCULATIONS The VENDOR/CONTRACTOR shall generally furnish the following information. 2.7.1 Manual Design Calculations (a) Input data and source of information (b) Design criteria to satisfy statutory requirements (c) Formulae used and references for the same (d) Assumptions made. Assumptions made based on experience shall be

clearly mentioned. (e) Latest applicable National/International Codes and Standards. The

Codes and Standards shall be referred to with year of publication, revision number, amendment/addenda.

(f) Reference drawings and documents along with their revision numbers (g) Final results, conclusions and recommendations. 2.7.2 Analysis and Design Calculations using Computers (a) VENDOR/CONTRACTOR shall use accredited and validated software

and the same shall be indicated.

PART 1 Page 373 of 393

SPEC. NO. TCE.M4-903

TATA CONSULTING ENGINEERS LIMITED SECTION: E

DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS

SHEET 4 OF 6

ISSUE R5

TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC

(b) Modelling, wherever applicable (c) All information as called for in para 2.7.1 above 2.8 SEQUENCE OF SUBMISSION OF DRAWINGS AND DOCUMENTS 2.8.1 Drawings and documents shall be submitted without delay in line with the

agreed schedule as per para 2.4 above. Number of copies submitted to the PURCHASER/CONSULTANT shall be as per the distribution schedule in Section-F of the enquiry document.

2.8.2 The sequence of submission of drawings and documents shall be such that all

information or data is available for reviewing each drawing and document when it is received.

2.8.3 Revised drawings and documents shall be immediately re-submitted for

approval unless directed otherwise by the PURCHASER/CONSULTANT. 2.8.4 Drawings and documents submitted out of sequence will be returned to the

CONTRACTOR without review for re-submission as per the sequence of drawing and document submission.

2.9 The PURCHASER/CONSULTANT shall have the right at all reasonable times to

see at the work place of the VENDOR/CONTRACTOR, all drawings and documents of any portion of the work.

2.10 The drawings and documents submitted by the VENDOR/CONTRACTOR shall

be reviewed by the PURCHASER/CONSULTANT as far as practicable within four (4) weeks and shall be marked up with comments, if any.

One print of such drawings and documents shall be returned to the VENDOR/

CONTRACTOR duly signed by the PURCHASER/CONSULTANT clearly identifying the review status of the drawing or document.

The VENDOR/CONTRACTOR shall incorporate such modifications and/or

corrections and submit the final drawings and documents for approval. If the VENDOR/CONTRACTOR is unable to incorporate comments in his

drawings or documents, he shall clearly state in his forwarding letter such non-compliance along with valid reasons.

Any delays arising out of failure by the VENDOR/CONTRACTOR to rectify the

drawings and documents to the satisfaction of the PURCHASER/ CONSULTANT in good time shall not alter the CONTRACT completion date.

2.11 Further work by the VENDOR/CONTRACTOR shall be in strict accordance

with these drawings and documents and no deviations shall be permitted without the written approval of the PURCHASER/CONSULTANT.

PART 1 Page 374 of 393

SPEC. NO. TCE.M4-903

TATA CONSULTING ENGINEERS LIMITED SECTION: E

DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS

SHEET 5 OF 6

ISSUE R5

TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC

2.12 The PURCHASER/CONSULTANT's approval of the VENDOR/ CONTRACTOR’s and SUB-VENDOR’s/CONTRACTOR’s drawings and documents shall not relieve the VENDOR/CONTRACTOR from his responsibility for errors or omissions which may exist, even though work is done in accordance with such approved drawings and documents. When such errors or omissions are discovered later, these shall be made good by the VENDOR/ CONTRACTOR at his expense irrespective of any approval of the PURCHASER/CONSULTANT.

2.13 REVISION OF DRAWINGS AND DOCUMENTS 2.13.1 For all revisions of the drawings and documents, the VENDOR/CONTRACTOR

shall ensure that all revisions are clearly encircled with revision numbers marked on the drawings and documents.

2.13.2 The VENDOR/CONTRACTOR shall also ensure that general details of revisions

are indicated for each revision in the revision block of the drawing or document along with the date and signed by the approving authority.

2.14 Any manufacturing and fabrication work carried out prior to the approval of the

drawings and documents shall be at the VENDOR’s/CONTRACTOR's own risk and expenses.

2.15 Final drawings and documents of the work as completed ('As-Built' drawings)

shall be prepared by the VENDOR/CONTRACTOR and forwarded to the PURCHASER/CONSULTANT.

'As-Built' drawings and documents shall be submitted within three (3) months of

the issue of the Provisional Acceptance Certificate. 2.16 REPRODUCIBLES 2.16.1 Reproducibles, where called for in the distribution schedule in Section F of the

Enquiry Document shall be submitted after the approval of drawings and documents.

2.16.2 Upon completion of the installation, the VENDOR/CONTRACTOR shall furnish

a complete set of drawings and documents on reproducible tracing. The VENDOR/CONTRACTOR shall make in a neat and accurate manner, a complete record of all changes and revisions to the original design, as installed in the completed work. These drawings and documents shall be submitted to the PURCHASER/CONSULTANT for records and these become the property of the PURCHASER.

2.16.3 In case the drawings and documents are prepared using drafting software,

original floppy or compact disc shall be submitted. In addition drawings and documents on Kilburn reproducible tracings film or equivalent shall be submitted as called for in the enquiry document.

PART 1 Page 375 of 393

SPEC. NO. TCE.M4-903

TATA CONSULTING ENGINEERS LIMITED SECTION: E

DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS

SHEET 6 OF 6

ISSUE R5

TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC

3.0 ENGINEERING DATA 3.1 The furnishing of engineering data by the VENDOR/CONTRACTOR shall be in

accordance with the schedule for each set of equipment as specified in the technical specifications and the same shall be in English Language and in metric units unless specified otherwise. The review of these data by the PURCHASER/CONSULTANT will cover only general conformance of the data to the specifications and documents interfaces with the equipment provided under the specifications, external connections, and of the dimensions which might affect plant layout. This review by the PURCHASER/CONSULTANT may not indicate a thorough review of all dimensions, quantities and details of the equipment, materials, any devices or items indicated or the accuracy of the information submitted. This review and/or approval by the PURCHASER/ CONSULTANT shall not be construed by the VENDOR/CONTRACTOR, as limiting any of his responsibilities and liabilities for mistakes and deviations from the requirements, specified under these specifications and documents.

3.2 All engineering data submitted by the VENDOR/CONTRACTOR after final

process including review and approval by the PURCHASER/CONSULTANT shall form part of the CONTRACT documents and the entire works covered under these specifications shall be performed in strict conformity, unless expressly advised otherwise by the PURCHASER/CONSULTANT in writing.

4.0 INSTRUCTION MANUALS 4.1 The VENDOR/CONTRACTOR shall submit to the PURCHASER/

CONSULTANT for their review, the preliminary instruction manuals for all the equipment, covered under the CONTRACT within the time agreed upon between the PURCHASER/CONSULTANT and the VENDOR/CONTRACTOR. The final instruction manuals complete in all respects shall be submitted by the VENDOR/CONTRACTOR within thirty (30) days before the first shipment of the equipment. The instruction manuals shall contain full details and As-Built drawings for all the equipment furnished, the erection procedures, testing procedures, operation and maintenance procedures of the equipment and the same shall be written in English Language unless specified otherwise in the enquiry document. Each manual shall also include a complete set of approved/as-built drawings together with performance/rating curves of the equipment and test certificates where applicable. These instruction manuals shall be submitted in the form of one (1) reproducible original and number of copies shall be as per Section F of the Enquiry Document.

4.2 If, after the commissioning and initial operation of the plant, the instruction

manuals require any modification/additions/changes, the same shall be incorporated and the updated final instruction manuals shall be submitted in the form of one (1) reproducible original and number of copies shall be as per Section-F of the enquiry document.

PART 1 Page 376 of 393

SPEC. NO. TCE.6079A-907

TATA CONSULTING ENGINEERS LIMITED SECTION:

SPARES AND MAINTENANCE TOOLS AND TACKLES SHEET 1 OF 2

FILE NAME: 6079A907.DOC

ISSUE R0

TCE FORM NO. 329 R5

1.0 GENERAL 1.1 All spares and maintenance tools and tackles shall be designed to enable

maintenance to be carried out in the least time and at the least cost and support resources without affecting the performance and safety aspects.

1.2 For all major equipment including pumps, fans, drives, heat exchangers and large valves etc., appropriate structural steel members shall be provided for mounting various handling devices which are necessary for the dismantling and re-assembly of the equipment components during maintenance.

1.3 All the spares and maintenance tools and tackles supplied shall be new and unused.

1.4 The VENDOR/CONTRACTOR shall guarantee that before going out of production of spares and maintenance tools and tackles for the equipment furnished, he shall give at least 12 months advance notice to the PURCHASER, so that the latter may order his requirement in one lot, if so desired.

2.0 SPARES The BIDDER shall consider the following three (3) categories of spares:

2.1 START-UP AND COMMISSIONING SPARES Spares required for start-up and commissioning of the equipment, plant or system shall be indicated by the BIDDER ‘Schedule of Start-up and Commissioning Spares’. CONTRACTOR to include in their scope of supply.

2.2 MANDATORY SPARES Mandatory spares are those, which are specified in the Enquiry document.

2.3 RECOMMENDED SPARES Recommended spares are those, which are considered necessary by the BIDDER for two (2) years of trouble-free operation of the equipment, plant or system.

2.4 All spares supplied shall be strictly inter-changeable with the parts for which these are intended to be replacements. The spares shall be treated and packed for long term storage under the climatic conditions prevailing at the site e.g., small items shall be packed in sealed transparent plastic bags with desiccators packs as necessary.

3.0 MAINTENANCE TOOLS AND TACKLES

3.1 The BIDDER shall indicate and include in his scope of supply all the necessary tools, tackles, appliances and lifting devices for the effective maintenance and servicing of the equipment and its components. The BIDDER shall list the maintenance tools and tackles offered by him in ‘Schedule of special Tools and Tackles’. The BIDDER shall also include and supply the minimum maintenance tools and tackles, as called for in the Enquiry Document. PURCHASER reserves the right to exclude any of the above items from the VENDOR's/CONTRACTOR's scope of supply and effect price adjustments on the basis of the unit prices quoted. The despatch of tools, tackles, appliances and lifting devices shall be synchronised with the despatch of the related equipment.

PART 1 Page 377 of 393

SPEC. NO. TCE.6079A-907

TATA CONSULTING ENGINEERS LIMITED SECTION:

SPARES AND MAINTENANCE TOOLS AND TACKLES SHEET 2 OF 2

FILE NAME: 6079A907.DOC

ISSUE R0

TCE FORM NO. 329 R5

3.2 Each tool and tackle shall be clearly marked with its size and purpose. Each set of tools and tackles shall be suitably arranged in fitted boxes of mild steel construction, the number of boxes being determined in relation to the layout of the plant in question. The taps, stocks and dies shall be kept in approved mild steel boxes with compartments for individual items. If the weight of any box and its contents is such that it cannot be conveniently carried, it shall be supplied on steerable rubber tyred wheels.

3.3 Each tool box shall be provided with a lock and two keys and shall be painted navy blue and clearly marked, in white letters, with the name of the equipment, plant or system.

3.4 The tools and tackles with the appropriate boxes, are to be handed over to the PURCHASER at the time of issue of the taking-over certificate

PART 1 Page 378 of 393

SPEC. NO. TCE.M4-908

TATA CONSULTING ENGINEERS LIMITED SECTION: E

TRAINING OF PURCHASER’S PERSONNEL SHEET 1 OF 1

ISSUE R6

TCE FORM NO. 329 R5 FILE NAME: M4908R6.DOC

1.0 The VENDOR/CONTRACTOR shall train the PURCHASER's engineering personnel in the shops, where the equipment will be manufactured and/or in their collaborator's works and where possible, in any other plant or site where equipment manufactured by the VENDOR/CONTRACTOR or his collaborator is under installation or test to enable those personnel to become familiar with the equipment being furnished by the VENDOR/CONTRACTOR.

2.0 The period of training shall be adequate and mutually agreed upon by the

PURCHASER and the VENDOR/CONTRACTOR. 3.0 The training shall be so oriented as to make the PURCHASER's personnel

proficient in operating the equipment. 4.0 The PURCHASER's personnel shall also be trained for routine maintenance

work and lubrication, overhauling, adjustments, testing and replacement procedures to be adopted for the equipment offered.

5.0 The VENDOR/CONTRACTOR shall train the PURCHASER's personnel in

carrying out minor repairs, during the operation of the equipment. 6.0 The charges for training the PURCHASER's personnel, if any, shall be included

in the price for supply, erection, testing and commissioning.

PART 1 Page 379 of 393

SPEC. NO. TCE.M4-914

TATA CONSULTING ENGINEERS LIMITED SECTION: E

PROGRESS SCHEDULE AND REPORTS SHEET 1 OF 3

ISSUE R7

TCE FORM NO. 329 R5 FILE NAME: M4914R7.DOC

1.0 SCOPE This specification covers general requirements of planning and scheduling of

work and progress reporting by the VENDOR/CONTRACTOR. 2.0 PLANNING AND SCHEDULING OF WORK 2.1 Within a period of two weeks from the date of issue of LETTER OF

INTENT/PURCHASE ORDER/AWARD OF CONTRACT the VENDOR/ CONTRACTOR shall furnish documents as indicated at para 2.2 below, to the PURCHASER/CONSULTANT. The VENDOR/CONTRACTOR shall furnish the dates of manufacture, testing, despatch, completion of erection and commissioning or stages of work. Work shall be divided into parts and items, showing the order to be adopted for the execution and ensuring that periods do not exceed the periods indicated in the LETTER OF INTENT/PURCHASE ORDER/CONTRACT.

2.2 NETWORK SCHEDULE OR LINKED BAR CHART The VENDOR/CONTRACTOR shall submit the Network Schedule or Linked Bar

Chart for his portion of supply or erection work to the PURCHASER/ CONSULTANT showing the logic and period of execution of activities for review and approval.

2.2.1 EQUIPMENT SUPPLY (a) Commencement and completion of submission of final design data,

specifications and calculations (b) Commencement and completion of submission of drawings of various

categories (c) Procurement of raw materials and bought out items (d) Manufacturing process indicating all major stages (e) Shop inspection and testing indicating all inspection and tests (f) Shipment indicating each planned shipment (g) Other major key activities considered to be critical to the progress of the

PURCHASE ORDER 2.2.2 EQUIPMENT SUPPLY AND ERECTION CONTRACT (a) Commencement and completion of submission of final design data,

specifications and calculations (b) Commencement and completion of submission of drawings of various

categories

PART 1 Page 380 of 393

SPEC. NO. TCE.M4-914

TATA CONSULTING ENGINEERS LIMITED SECTION: E

PROGRESS SCHEDULE AND REPORTS SHEET 2 OF 3

ISSUE R7

TCE FORM NO. 329 R5 FILE NAME: M4914R7.DOC

(c) Procurement of raw materials and bought out items (d) Manufacturing process indicating all major stages (e) Shop inspection and testing indicating all inspection and tests (f) Shipment indicating each planned shipment (g) Other major key activities considered to be critical to the progress of

the PURCHASE ORDER/CONTRACT (h) Commencement of preliminary works (i) Detailed stages of construction and erection for each equipment,

structure and system (j) Resources such as labour, material and equipment etc. planned to be

mobilised (k) Commissioning of all major systems 2.2.3 WORKS CONTRACT (a) Commencement and completion of submission of final design data,

specifications and calculations (b) Commencement and completion of submission of drawings of various

categories (c) Procurement of raw materials and bought out items (d) Manufacturing process indicating all major stages (e) Shop inspection and testing indicating all inspection and tests (f) Shipment indicating each planned shipment (g) Other major key activities considered to be critical to the progress of

the PURCHASE ORDER/CONTRACT (h) Commencement of preliminary works (i) Detailed stages of construction and erection for each equipment,

structure and system (j) Resources such as labour, material and equipment etc. planned to be

mobilised (k) Commissioning of all major systems (l) Phased requirement of bulk materials, if supplied by the PURCHASER

PART 1 Page 381 of 393

SPEC. NO. TCE.M4-914

TATA CONSULTING ENGINEERS LIMITED SECTION: E

PROGRESS SCHEDULE AND REPORTS SHEET 3 OF 3

ISSUE R7

TCE FORM NO. 329 R5 FILE NAME: M4914R7.DOC

(m) Cash flow, if required by the PURCHASER/CONSULTANT 2.3 Appropriate time shall be allocated for the approval of the documents and

inspection of the equipment by the PURCHASER/CONSULTANT. Such time periods shall be indicated in the Network Schedule or Linked Bar Chart.

2.4 Work shall be carried out in line with the Network Schedule or Linked Bar Chart

approved by the PURCHASER/CONSULTANT. The Network Schedule or Linked Bar Chart shall be updated every month or at a frequency mutually agreed upon.

2.5 Major milestones and completion dates as indicated in the approved Network

Schedule or Linked Bar Chart shall not be amended unless the consent of the PURCHASER/CONSULTANT has been obtained.

2.6 Progress meetings shall be held at regular intervals and latest updated and

approved Network Schedule or Linked Bar Chart shall be the basis for discussion. Responsible representatives of the VENDOR/CONTRACTOR and the PURCHASER/CONSULTANT shall attend the meeting.

3.0 PROGRESS REPORTS 3.1 During manufacture or the execution of the PURCHASE ORDER/CONTRACT

the VENDOR/CONTRACTOR shall furnish monthly progress reports to the PURCHASER/CONSULTANT in a format as specified by the PURCHASER/ CONSULTANT. The report shall indicate the progress achieved during the month and total progress up to the month as against scheduled progress. Anticipated completion dates in respect of key phases of work such as release of drawings for fabrication, procurement of raw material, fabrication, inspection, testing and shipment shall be indicated.

3.2 Corrective action for the slippage, if any, in the schedule shall be highlighted in

the progress report. 3.3 After the site work or erection has commenced, the VENDOR/CONTRACTOR

shall provide the PURCHASER/CONSULTANT, at regular intervals, the detailed reports on the progress of all works under the CONTRACT. In case of erection, of critical items, VENDOR/CONTRACTOR shall submit a document indicating the proposed erection scheme with complete details of erection planning and resources proposed to be used for review and approval by PURCHASER/ CONSULTANT. The VENDOR/CONTRACTOR shall submit photographs showing the progress of work at the time and in the manner specified by the PURCHASER/CONSULTANT. The VENDOR/CONTRACTOR shall provide the PURCHASER/CONSULTANT, with daily reports giving the number of labourers, skilled workers, supervisory staff and major construction equipment - his own as well as the SUB-VENDOR’s/SUB-CONTRACTOR’s employed by him, in addition to their locations at the work site.

PART 1 Page 382 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-954 Schedule of Distribution of Drawings and Documents

SHEET 1 OF 2 OF 4

ISSUE R0

Document Description BPCL TCE

TCE Site

Supplier / Contractors

TCE Progress Reports, General Correspondence 2 S 1 -

TCE Site Progress Reports 1 1 S -

Concept Notes Preliminary Final

2 2

S S

- -

- -

Design Drawings from TCE to BPCL Preliminary 'P' issues 'R' issues for Site execution / installation As-Built’ drawings

2

2 (**) 3 +

1CD

S

S S

2

1(**) -

2 2(**) -

Tender Specification Draft Final

3 5

S S

- -

- -

Purchase order from BPCL to contractors Final

S

1

1

2

General Correspondence from contractors Commercial Technical

1 1

1 1

1 1

S S

General Correspondence to Contractor From TCE From BPCL

1 S

S 1

1 1

1 1

General Correspondence from TCE site to

Site Contractor BPCL

1 1

1 1

S S

1 -

Vendor Documents / drawings 1st Submission Subsequent revisions Final approved drawings As-built drawings

2(*) 2(*) 4# 2

3(*) 3(*) 2 1

- - - -

S S S S

Operation / Maintenance Manuals by Preliminary Final

3(*) 3

3 (*)

1

1 1

S S

Inspection / Expediting Reports 3 S 1 -

PART 1 Page 383 of 393

TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP

TCE.6079B-954 Schedule of Distribution of Drawings and Documents

SHEET 2 OF 2 OF 4

ISSUE R0

Document Description BPCL TCE

TCE Site

Supplier / Contractors

Test & Evaluation reports and Commissioning Reports

3 S 1 -

Marked up for As-Built drawings from contractor

- -

2 S

NOTES * - TCE shall review the drawings and stamp with comments and send the commented copies to BPCL and Vendor. * * - BPCL will send one copy of signed and stamped drawing released to site for construction to TCE design office, one copy to TCE site and two copies to Cotnractor. # Vendor shall provide 4 hard copies and 2 soft copies (editable version) of the final drawings and documents for BPCL’s reference and records. LEGENDS S = Source CD=compactdisc

PART 1 Page 384 of 393

TCE.6079B-Z-201

TATA CONSULTING ENGINEERS LIMITED

SHEET 1 OF 9 OF 4 SCHEDULE OF PRICE

ISSUE

R0

SCHEDULE OF PRICE

PART 1 Page 385 of 393

TCE.6079B-Z-201

TATA CONSULTING ENGINEERS LIMITED

SHEET 2 OF 9 OF 4 SCHEDULE OF PRICE

ISSUE

R0

CONTENTS - SCHEDULE OF PRICE

SL. NO.

Description

1. Schedule of Price for Indian Bidder ( Form B1)

2. Schedule of Price for Foreign Bidder ( Form B2)

3. Schedule Of Mandatory Spares (Form B3)

4. Schedule Of Rates For Recommended Spares (Form B4)

5. Schedule Of Special Tools & Tackles (Form B5)

PART 1 Page 386 of 393

TCE.6079B-Z-201

TATA CONSULTING ENGINEERS LIMITED

SHEET 3 OF 9 OF 4 SCHEDULE OF PRICE

ISSUE

R0

SCHEDULE OF PRICE FOR INDIAN BIDDERS (FORM B1)

SI.No

DESCRIPTION INDIAN RUPEES ( IN FIGURES)

A SUPPLY

1

Basic price for Design , Detailed Engineering, Manufacturing and Supply of all materials, Shop testing , Packing & Forwarding for one set of 33 KV GIS including all associated systems, accessories, painting, commissioning spares, mandatory spares, special tools & tackles (if any), strapping / calibration, in strict compliance with technical specification and various attachments / enclosures / annexure mentioned therein, data sheets, standards, specifications and to the satisfaction of the Engineer-in-Charge on FOT Site basis.

Price Indicated in SI.No.1 in Words:

2 Excise Duty @ _________% on SI.No. 1 above.

3 Sales Tax

CST @ ________% against Form ‘C’ on sum of SI No. 1& 2 above

MVAT @ ________% on sum of SI No. 1& 2 above

4 Freight inclusive of all taxes and duties except MVAT ( if applicable) @ ______ % of SI.No. 1 above.

5 MVAT @ ________% on SI No. 4 above ( if applicable)

6 Octroi @ ________% on sum of SI.No 1 to 5 above

7 Octroi Service Charges @ ________% on SI.No 6 above

8 Total Price for Supply ( Sum of SI.No. 1 to 7)

B SITE WORK

9 Charges for Erection & Commisioning using Bidders’s tools and tackes, manpower at site in a location identified by BPCL to the satisfaction of the Engineer-in-Charge.

Price Indicated in SI.No.9 in Words:

PART 1 Page 387 of 393

TCE.6079B-Z-201

TATA CONSULTING ENGINEERS LIMITED

SHEET 4 OF 9 OF 4 SCHEDULE OF PRICE

ISSUE

R0

SI.No

DESCRIPTION INDIAN RUPEES ( IN FIGURES)

10 Service Tax @ _________% on SI. No.9 above

11 Total Charges for Site Work ( Sum of SI. No. 9 & 10)

15 Per-Diem Charges for (10 hours per day) for Engineer ( Note 1)

Note:

1. Per Diem Charges shall not be considered for evaluation. Per Diem charges shall include to

and fro charges, local transport charges, lodging & boarding charges and any other charges.

PART 1 Page 388 of 393

TCE.6079B-Z-201

TATA CONSULTING ENGINEERS LIMITED

SHEET 5 OF 9 OF 4 SCHEDULE OF PRICE

ISSUE

R0

SCHEDULE OF PRICE FOR FOREIGN BIDDERS (FORM B2)

SI.No

DESCRIPTION CURRENCY ( PLEASE MENTION HERE)

A SUPPLY

1

Basic price for Design , Detailed Engineering, Manufacturing and Supply of all materials, Shop testing , Packing & Forwarding for one set of 33 KV GIS including all associated systems, accessories, painting, commissioning spares, mandatory spares, special tools & tackles (if any), strapping / calibration, in strict compliance with technical specification and various attachments / enclosures / annexure mentioned therein, data sheets, standards, specifications and to the satisfaction of the Engineer-in-Charge on FOB port of exit basis.

Price Indicated in SI.No.1 in Words:

B SITE WORK

5 Charges for Erection & Commisioning using Bidders’s tools and tackes, manpower at site in a location identified by BPCL to the satisfaction of the Engineer-in-Charge.

Price Indicated in SI.No.5 in Words:

10 Service Tax @ _________% on SI. No.5 above

11

15 Per-Diem Charges for (10 hours per day) for Engineer ( Note 2)

Note:

1. Bidder shall quote Charges for Erection & Commissioning including With-Holding tax if any.

2. Per Diem Charges shall not be considered for evaluation. Per Diem charges shall include to and fro charges, local transport charges, lodging & boarding charges, with-holding tax and any other charges.

PART 1 Page 389 of 393

TCE.6079B-Z-201 TATA Consulting Engineers Limited

SHEET 6 OF9 SCHEDULE OF PRICE

ISSUE

R0

SCHEDULE OF MANDATORY SPARES (Form B3)

(BASIC PRICE FOT Point of Dispatch for Indican Bidders and FOB port of exit for Foreing Bidders)

Sl.No DESCRIPTION QTY UNIT (RS )/ USD/EURO

TOTAL RS / USD/ EURO

1. Gas Cart 1 No 2. Portable Gas filling equipment 1 No 3. 3 Nos handle for disconnector drive 3 Nos 4. 3 Nos handle for earthing switch drive 3 Nos 5. 3 Nos hand crank for charging circuit breaker drive 3 Nos 6. Cable termination kit 3 Nos 7. 3 Nos pre-selection key for three-position disconnector 3 Nos 8. Tripping Coil 3 Nos 9. Closing Coil 3 Nos 10. SF6 gas 10% of total gas required 11. FRD 1 No 12. 1 No. Relay of each type 1 No 13. 3 Nos interlocking solenoids 3 Nos 14. 1 No. Capacitive Type Voltage detectors 1 No 15. 1 No Touch-Up Set 1 No 16. Hardwares 10%

TOTAL (in words)

SIGNATURE OF THE TENDERER

PART 1 Page 390 of 393

TCE.6079B-Z-201 TATA Consulting Engineers Limited

SHEET 7 OF9 SCHEDULE OF PRICE

ISSUE

R0

SCHEDULE OF MANDATORY SPARES (Form B3) ( Continued) Note: 1. The word one set means the quantity required for full replacement of that part in one machine. 2. In case any spare which is listed in the checklist is not applicable due to specific construction/design of the equipment, the same shall be

highlighted as ‘Not Applicable’ against that spare supported with proper technical explanation. 3. Spare parts shall be identical in all respects to the parts fitted on the main equipment, including dimensions, material of construction & heat

treatment. 4. Domestic Bidders shall quote in Indian Rupees only.

TAKE OFF PRICE FOR ITEMS INDICATED IN MANADATORY SPARES indicated in Form B3

(BASIC PRICE FOT Point of Dispatch for Indican Bidders and FOB port of exit for Foreing Bidders)

Sl.No DESCRIPTION QTY UNIT RS /

USD/EURO TOTAL RS / USD /

EURO

1. Gas Cart 2. Portable Gas filling equipment

TOTAL (in words)

Note:

1. Either of the price indicated (in SI. No. 1 & 2) shall be reduced from the overall basic price indicated in Form B1 for Indian Bidders and Form B2 for Foreign Bidders at Owner’s discretion.

PART 1 Page 391 of 393

TCE.6079B-Z-201 TATA Consulting Engineers Limited

SHEET 8 OF9 SCHEDULE OF PRICE

ISSUE

R0

SCHEDULE OF RECOMENDED SPARE PARTS FOR TWO YEARS NORMAL OPERATION (FORM B-4)

Sl.No Equipment Tag Number

Description Of Spare

Part

Material of Construction

Part Number

& Manufacturer

Quantity/set Recommended Per Equipment

Unit Price( Landed Cost includes all taxes / duties / insurance /

freight) RS / USD / EURO

Quantity

Total Price ( Landed Cost) Rs./

USD/EURO

Delivery Period (weeks) from date of LOI

1

2

3

4

5

SIGNATURE OF THE TENDERER

NOTE : RECOMMENDED SPARE PARTS COST WILL NOT BE CONSIDERED FOR BID EVALUATION. PRICE FOR RECOMMENDED SPARES SHALL BE VALID UPTO 2 YEARS AFTER THE AWARD OF CONTRACT INDIAN BIDDERS SHALL QUOTE IN INDIAN RUPEES ONLY.

PART 1 Page 392 of 393

TCE.6079B-Z-201 TATA Consulting Engineers Limited

SHEET 9 OF9 SCHEDULE OF PRICE

ISSUE

R0

SCHEDULE OF SPECIAL TOOLS & TACKLES (FORM B-5)

Sl.No Description Quantity Unit Price Rs./ USD/EURO

Total Price Rs / USD/EURO

1 Socket-spanner for LV-doors

3 Nos

2 TORX-screwdriver 3 Nos

3 Anti Static gun 1 Nos

4 Wrenches with compression head (1000 & 630 mm) including pull-off die for cables

1 No each

5

SIGNATURE OF THE TENDERER Note: Bidder to quote minimum for these tools & tackles. However, Bidder shall quote for additional special tools & tackles if necessary.

PART 1 Page 393 of 393