tender no. : 12000151-hb-10002 basic information of...

105
Delivery Terms - Free to Destination location unless specified otherwise. Validity of offer - 90 days from the initial or extended Due Date for submission of Tender whichever is later unless specified otherwise. Liquidated Damages accepted unless specified otherwise. In case bidder does not deviate from the standard offer validity in on line deviation form, bid’s offer validity shall be considered as mentioned above. In case a Revised priced bid is initiated for this tender, at a later date (eg Technical evaluation stage etc), it shall be incumbent upon the bidder to submit revised bids for the specified items/entire tender. In the absence of revised bids rom the bidder within specified time period, the original bid submitted by the bidder shall not be considered for evaluation. Tender No. : 12000151-HB-10002 Tender Published On : 08-Oct-2012 13:42 Basic Information Of Tender Title Supply of Fire Fighting Equips Description supply of fire fighting equipments at Akola, Ajmer and Jaipur Tender Type Limited Tender Scope Domestic Bid Type Two Bid Evaluation Criteria Item Wise Tender Due Date & Time 30-Oct-2012 15:00 Pre Bid Conference Start Date & Time Pre Bid Conference End Date & Time Queries Start Date & Time 08-Oct-2012 15:00 Quries End Date & Time 23-Oct-2012 15:00 Un Priced Bid Open Date & Time 30-Oct-2012 15:30 Tender Description This Tender is being initiated for supply of fire fighting equipments for new T/T gantry & allied faciltiy projects at Ajmer.Jaipur & Akola Locations of HPCL.These shall be used for the fire protection needs of these new facilities as per OISD & other applicable standards requirement. Currency Type Tender Fee EMD INR 0.0 0.0

Upload: dobao

Post on 25-Feb-2018

239 views

Category:

Documents


10 download

TRANSCRIPT

Page 1: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

Delivery Terms - Free to Destination location unless specified otherwise. Validity of offer - 90 days from the initial or extended Due Date for submission

of Tender whichever is later unless specified otherwise. Liquidated Damages accepted unless specified otherwise.

In case bidder does not deviate from the standard offer validity in on line deviation form, bid’s offer validity shall be considered as mentioned above.

In case a Revised priced bid is initiated for this tender, at a later date (eg Technical evaluation stage etc), it shall be incumbent upon the bidder to submit

revised bids for the specified items/entire tender. In the absence of revised bids rom the bidder within specified time period, the original bid submitted by

the bidder shall not be considered for evaluation.

Tender No. : 12000151-HB-10002 Tender Published On : 08-Oct-2012 13:42

Basic Information Of TenderTitle Supply of Fire Fighting Equips

Description supply of fire fighting equipments at Akola, Ajmer and Jaipur

Tender Type Limited

Tender Scope Domestic

Bid Type Two Bid

Evaluation Criteria Item Wise

Tender Due Date & Time 30-Oct-2012 15:00

Pre Bid Conference Start Date & Time

Pre Bid Conference End Date & Time

Queries Start Date & Time 08-Oct-2012 15:00

Quries End Date & Time 23-Oct-2012 15:00

Un Priced Bid Open Date & Time 30-Oct-2012 15:30

Tender Description This Tender is being initiated for supply of fire fighting equipments for new T/T gantry & allied faciltiy projects atAjmer.Jaipur & Akola Locations of HPCL.These shall be used for the fire protection needs of these new facilities asper OISD & other applicable standards requirement.

Currency Type Tender Fee EMD

INR 0.0 0.0

Page 2: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

Tender No. : 12000151-HB-10002 Tender Published On : 08-Oct-2012 13:42

Line Details Of TenderSrl.No.

Line Description UOM Quantity Mandatory

Supply of Fire fighting equipment at Akola Manadatory: No

1 Jet nozzle with branch pipe Each 4 No

2 Hand operated siren Each 2 No

3 Set of 5 Nos Fire bucket with Set 4 No

4 4.5 KG CO2 Type Fire Extinguis Each 5 No

5 DCP Fire Extinguishers-9 Kg Each 19 No

6 DCP Fire Extinguishers-75 Kg Each 1 No

7 Fire Hoses Type-B Each 8 No

8 Water Cum Foam Monitors Each 4 No

Supply of Fire fighting equipment at Ajmer Manadatory: No

1 Jet nozzle with branch pipe Each 2 No

2 Hand operated siren Each 1 No

3 Sand drum with scoop Each 1 No

4 Set of 5 Nos Fire bucket with Set 1 No

5 DCP Fire Extinguishers-9 Kg Each 4 No

6 Fire Hoses Type-B Each 2 No

7 Water Cum Foam Monitors Each 2 No

Supply of Fire fighting equipment at Jaipur Manadatory: No

1 Jet nozzle with branch pipe Each 2 No

2 Hand operated siren Each 1 No

3 Sand drum with scoop Each 1 No

4 Set of 5 Nos Fire bucket with Set 1 No

5 DCP Fire Extinguishers-9 Kg Each 4 No

6 Double Headed Hydrants with Ca Each 2 No

7 FRP Fire Hose Box Each 2 No

8 Fire Hoses Type-B Each 4 No

9 Water Cum Foam Monitors Each 2 No

Page 3: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

Tender No. : 12000151-HB-10002 Tender Published On : 08-Oct-2012 13:42

Technical SpecificationSl.No. Description HPCL File HPCL Value Supporting

Doc. Req'd

1 Technical Document 1.Tender- Fire Fightingequipments.pdf

- No

2 SOQ 2.SOQ_Fire FightingEquipments.PDF

- No

3 ANY SUPPORTING TECHNICAL DATASHEETS CAN BE UPLOADED HERE.(NOTE Pdf file can only be uploaded. Multiple file to be merged into single pdf fileand uploaded)

- Allowed

Page 4: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 1 of 60

HINDUSTAN PETROLEUM CORPORATION LIMITED

ENGINEERING & PROJECTS

GRESHAM ASSURANCE HOUSE, 2ND

FLOOR,

A-1595(3) 1-A, SIR P M ROAD, FORT

MUMBAI-400 001

TENDER DOCUMENT

FOR

SUPPLY OF FIRE FIGHTING EQUIPMENTS

AT

AJMER, JAIPUR & AKOLA LOCATIONS OF HPCL

Page 5: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 2 of 60

TABLE OF CONTENTS

CHAPTER

NO. DESCRIPTION PAGE NO.

FROM TO

I

TENDER COVER PAGE

1

1

II

TABLE OF CONTENTS

2

2

III

SCOPE OF SUPPLY

3

5

IV

TECHNICAL SPECIFICATIONS

5

46

V

QUALITY ASSURANCE PLAN

47

52

VI

SCHEDULE OF QUANTITIES

53

55

VII

TIME SCHEDULE

56

57

VIII SPECIAL TERMS & CONDITIONS 58 60

Page 6: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 3 of 60

CHAPTER III

SCOPE OF SUPPLY

Page 7: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 4 of 60

INTRODUCTION & SCOPE OF SUPPLY

Hindustan Petroleum Corporation Limited, a Government of India Enterprise, is a

Global Fortune 500 Energy Company involved in the business of Refining and

Marketing of Petroleum Products.

SCOPE OF SUPPLY:

This tender envisages procurement of various types of fire fighting equipment to be

used for fire fighting at oil installations of HPCL at Ajmer & Jaipur in the state of

Rajasthan & Akola In state of Maharashtra.

Scope of supply is as under:

Complete manufacturing, testing, inspection and supply as per attached technical

specifications (to be used in Oil installation) along with the Manufacturer‘s test

certificates and Third Party Inspection as per enclosed Tender schedule.

Bidder shall possess the requisite manufacturing & testing facilities, and experience &

expertise to manufacture & supply.

Address of location where materials are to be supplied is as under:

Ajmer Terminal:

Hindustan Petroleum Corporation Limited

Saradhana Terminal,

Village Saradhana,

Ajmer-Beawar highway

Ajmer, Rajasthan.

Jaipur Terminal:

Hindustan Petroleum Corporation Limited

Bagru Terminal,

Village Bagru,

Jaipur, Rajasthan.

Akola Depot:

Hindustan Petroleum Corporation Limited

Gaigaon Depot

Vidyut Nagar,

Paras Post Office

Gaigaon

AKOLA – 444109, Maharashtra

Page 8: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 5 of 60

CHAPTER IV

Page 9: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 6 of 60

Page 10: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 7 of 60

SR.

NO.

SPECIFICATION DESCRIPTION

5.4 SWIVEL JOINTS : SS 304 (CASTED)

5.5 WORM SHAFT : SS 304

5.6 DRAIN CONECTION : SS 304

5.7 DRAIN VALVE : SS 304 (BAR STOCK)

5.8 GASKET : RUBBER

5.9

PICK UP TUBE (FOAM INDUCTION)

: PVC 3 MTRS. LONG WITH SS 304 BALL VALVE & SS

304 STRAINER

6. TESTING & INSPECTION

6.1

HYDROSTATIC TEST PRESSURE

:

23 KGF / CM2 (FOR MONITOR BODY ONLY FOR 5

MIN)

6.2

DISCHARGE CAPACITY

:

750 GPM (±5%) (AT 7 KG/CM² (G) NOZZLE

INLET PRESSURE)

6.3

PERFORMANCE

:

FLOW AT 7 KGF/CM2 750 GPM

THROW IN STILL WEATHER CONDITION

1. WATER THROW 60 MTRS HORIZONTAL AT 30°-

35° ANGLE

2. WATER THROW 28 MTRS VERTICAL AT

80° ANGLE

3. FOAM THROW 54 MTRS HORIZONTAL AT 30°-

35° ANGLE

4. FOAM THROW 20 MTRS VERTICAL AT 80°

ANGLE

7.

OTHERS

7.1

APPROVAL

:

7.2

PAINTING

:

LUMINOUS YELLOW PAINT AS PER IS: 5

7.3

:

TO BE ATTACHED

7.4

DRAWING

:

TO BE ATTACHED

7.5

:

TO BE ATTACHED

7.6

UL LISTING / FM APPROVED DRAWING

:

TO BE ATTACHED

7.7

UL / FM APPROVAL CERTIFICATES

:

TO BE ATTACHED

Page 11: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 8 of 60

Quality Assurance Plan:

Page 12: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 9 of 60

STANDARD

SPECIFICATION

FOR

CS BALLVALVES

Page 13: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 10 of 60

1.0 SCOPE

This specification establishes the min imu m requirements for

design, manufacture, testing, inspection and supply of CS Ball

Valves. The valves should be supplied as per technical specifications

attached hereby & to be pre-assembled with the water cum foam

monitor with required size & rating fasteners, rubber gasket etc.

complete.

2.0 REFERENCES

The latest edition of following codes/standards shall be used and referred:

• ANSI /ASME B16.34- Valves-Flanged, Threaded and Welding End

• ASME B 16.47- Large diameter steel flanges

• ASME B 16.5- Pipe flanges and flanged fittings

• API 6FA -Specification for Fire test for valves

• API 600- Steel Gate Valves-Flanged and Butt Welding ends, Bolted

and Pressure seal bonnets

• API 602-Compact Steel Gate Valves-Flanged , Threaded. Welding and

Extended­ body ends.

• API 607- Fire test for Soft Seated quarter-turn valves

• API 60- Specification for pipe line valves (Gate, Plug, Ball

and Check valves) Annual book of ASTM standards

• BS EN I 0204- Metallic products-Types of inspection documents

• ASTM A 216-Standard Specification for Steel Castings, Carbon, Suitable for

Fusion Welding, for High-Temperature Service

• ASTM A 35 1-Standard Specification for Castings, Austenitic,

for Pressure­ Containing Parts

• ASTM A 182-Standard Specification for Forged or Rolled Alloy and

Stainless Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High-

Temperature Service

3.0 GENERAL

3.1 Ball Valves shall meet the requirements of API 6D (latest edition) and

shall be supplied along with auxiliaries, if any, wherever specified in the specification sheets, special notes and other enclosures in the tender.

3.2 Ball valves shall be with high pressure sealing areas circumferentially

around internal body bore top & bottom with pressure balance mechanism.

Page 14: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 11 of 60

3.3 All materials and installation shall be in accordance with the code requirements and industry standards for good workmanship.

3.4 The valves shall bear valid API 6D Monogram

4.0 DOCUMENTS REQUIRED WITH TENDER

• Notarized copy of valid API 6D accreditation/license.

• Manufacturer's complete descriptive and illustrative catalogue/literature.

• GA drawings of valves with accessories etc.

5.0 DESIGN FEATURE AND MATERIAL FOR CARBON STEEL (CS) BALL

VALVES GENERAL

VALVE SIZE: To suit the requirement.

ANSI CLASS: 150#

SERVICE: Water

VALVE TYPE: TWO PIECE BOLTED BODY WITH

RENEWABLE SEAT BONNET: BOLTED

VALVE END CONFIG: FLANGED RAISED FACE

PATTERN: LONG

FLANGE FACE FINISH: SERRATED FINISH

125 AARH VALVE BORE: FULL BORE

LOCATION: ABOVE GROUND

DESIGN

VALVE OPERATING MANUAL OPERATION

/ BALL SUPPORT TRUNNION

LOCK FACILITY REQUIRED

CORROSION ALLOWS. 1.0 MM

DESIGN TEMP 0 deg Cel TO 65 deg Cel

DESIGN PRESSURE 18.97 Kgf/cm2

Page 15: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 12 of 60

MATERIALS

BODY ASTM A216 Gr. WCB

BALL ASTM A351 GR CF8M (ENP COATED 75 MICRONS)

STEM ASTMA182 GR F316 (ENP COATED 75 MICRONS)

SEALS PTFE

GLAND PACKING GRAFOILI GRAPHITE

LEVER/ GEAR Size 200NB & above shall be Gear Operated.

CODES AND STANDARDS

DESIGN CODE API6D DIMENSIONS API6D

FLANGE DIMENSIONS ASME B16.5/ ASME B16.47 (FOR 26 deg &

ABOVE)

CERTIFICATE REF. BS EN 10204 3.1B

' HYDROSTATIC TEST API6D

ADDITIONAL REQUIREMENTS/ NOTES

I) Short Pattern Valves are not acceptable.

2) Valves shall have position indicator showing open and close positions.

6.0 MARKING

6.1 Each valve in a facility shall be designated by a descriptive valve identification number

consisting of the following identifiers:

• Nominal valve size (inches NPS)

• Valve type

• Valve body material

• Primary pressure rating

• Valve style

• End connection

• Modifiers

For example, I 0" BA-C I 00-G specifies: I 0"

Nominal valve size (NPS I 0)

BA Valve type (Ball valve)

Page 16: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 13 of 60

C Valve body material (carbon steel)

I Primary pressure rating (ANSI Class 150)

0 Valve style I pattern (regular port, floating ball).

0 End connection (raised face flanged).

G Modifier (Gear operator-instead of standard lever)

6.2 The basic valve designations, without modifiers are standard valves

with standard operators. A modifier symbol or symbols are added to

change the specification of the valves to meet the requirements for

special services, temperatures and operators.

Modifiers shall take precedence and swap the normal requirements

in regular valve identifier.

6.3 Valve Tagging

Each valve shall be supplied with a metal tag attached to the valve with a

metal wire, and stamped with the valve code number. Other special

information, such as type of internal coating, shall also be identified on the

metal tag.

7.0 DESPATCH

7.1 Valves shall be dry, clean and free from moisture, dirt and loose foreign

materials of any kind.

7.2 Valves shall be protected from rust, corrosion and any mechanical

damage during transportation, shipment and storage.

7.3 Rust preventive on machined surface to be welded shall be easily

removable with petroleum sol vent or not harmful to welding.

7.4 Each end of valves shall be protected with the following materials :

FLANGE FACE METAL OR PLASTIC COVER

BEVELLED END METAL OR PLASTIC COVER SW

& SERD, END PLASTIC CAP

7.5 End protectors to be used on flange faces shall be attached by at

least three bolts or wiring through bolt holes and shall not be smaller

than the outside diameter of the flange

Page 17: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 14 of 60

8.0 INSPECTION AND TESTING

The manufacturer shall perform all inspection s and tests as per requirements of

this specifications and relevant codes prior to shipment at his works. Such

inspections and tests shall be, but not limited to the following:

• Visual inspection of all the valves.

• Dimensional check on all valves.

• Hydraulic shell test.

• High Pressure Closure test

• Low Pressure Closure test

• All other tests which are not specifically mentioned but are required as per

applicable standards/specifications

PAINTING: Valve body / handle should be painted with one coat of 65 micron DFT

with primer, one coat of 100 micron High Build MIO & two coats of 40 micron

Acylic Polyurethane white finish paint.

9.0 THIRD PARTY INSPECTION

• The vendor shall prepare a Quality Assurance Plan (QAP)/inspection & Test

Plan(ITP) meeting the requirements of this specification and the relevant codes and

submit it to HPCL for approval.

• HPCL approved QAP shall be submitted to TPlA (Third party Inspection Agency)

for vetting. The vetted copy shall then be sent to HPCL for concurrence.

• TPlA shall carry out verification/witness of tests & records as per the vetted &

approved QAP/ l TP and certify that the valves meet the requirements of the

approved QAP/ ITP.

• TPI Reports shall be submitted to HPCL before dispatch of material.

The third party inspection shall be carried out by any of the following agencies:

a) M/s. Lloyds

b) M/s. BVS

c) M/s. ElL

d) M/s. Indian Register of Shipping.

e) M/s Bax Counsel

f) DNV

10.0 GUARANTEE

Valves supplied should be fully guaranteed against any manufacturing

defects, bad workmanship, inferior quality etc., for a period of 12 months

Page 18: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 15 of 60

from the date of commissioning or 18 months form the date of supply

whichever is earlier.

11.0 DOCUMENTS REQUIRED WITH SUPPLY

• GA drawings of valves with accessories etc.

• Detailed dimensioned cross-section drawing with parts/material list,

weight etc. of the valves in accordance with API 6D standard.

• All the Material & Test reports duly vetted by TPI.

• Third party Inspection reports.

• Guarantee Certificates

• Operation/Maintenance Manual of the valves supplied.

Page 19: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 16 of 60

Page 20: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 17 of 60

Page 21: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 18 of 60

Page 22: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 19 of 60

Page 23: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 20 of 60

Page 24: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 21 of 60

STANDARD SPECIFICATION

FOR FIRE FIGHTING

HOSES

Page 25: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 22 of 60

CONTENT

1.0 SCOPE

2.0 REFERENCE

3.0 GENERAL

4.0 REQUIREMENTS FOR HOSES,COUPLING & COPPER WIRE

5.0 PACKING AND MARKING

6.0 SCOPE OF THIRD PARTY INSPECTION

Page 26: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 23 of 60

1.0 SCOPE

This document covers the specification for firefighting delivery hoses as per OISD 117

clause 4.3.8 (v).

2.0 REFERENCE Latest Edition of following codes/standards shall be used for reference.

OISD-STD -117-Fire protection facilities for petroleum depots, terminals, pipeline

installations and lube oil installations.

OISD-GDN - 115- Guidelines on Fire Fighting, Equipment and Appliances in

Petroleum Industry.

IS 636 -Specification for non-percolating flexible firefighting delivery hose.

IS 443 -Method of sampling and test for rubber hoses.

IS 5 - Colours for Ready Mixed Paints and Enamels.

IS 903 -Fire hose delivery couplings, branch pipe, nozzles and nozzle spanner.

IS 1608 -Metallic materials-tensile testing at ambient temperature

IS 9861 -Dimensions for wrought copper and copper alloy wires for general

engineering purposes

3.0 GENERAL

The hose shall be constructed from a circular woven jacket having a waterproof rubber

lining or rubberized fabric lining on the inside, facing the waterway and with or without

elastomeric coating/covering ( Type A ) and with elastomeric coating/covering ( Type B

). The jacket shall be seamless and compactly woven from good quality cotton yarn or

from yarn made from suitable synthetic fibre of polyamide or polyester type of good

quality or from their combinations. Fire hose with outer coating/covering shall be

manufactured using synthetic yarn only.

4.0 REQUIREMENTS FOR HOSES,COUPLING & COPPER WIRE

4.1 HOSES Following test shall be conducted in accordance to the IS 636- 1988 :-

Type tests - The type test for the hoses shall be as per clause no. 4.1.1 of IS 636-1988.

Acceptance tests -The acceptance test for the hoses shall be as per clause no. 4.1.2 of IS 636-

1988.

Routine tests - The routine test for the hoses shall be as per clause no. 4.1.3 of IS 636-

1988.

The hydrostatic proof test shall be conducted on the complete unit i.e hose and coupling

binded with copper wire at pressure of 21.4 Kgf/cm2

for 60 Second.

4.2 COUPLING a) Material – The materials of couplings shall be as per clause no 5.2 of IS 903.

Page 27: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 24 of 60

b) Size & Dimension – The dimension and size of couplings shall be as per clause no 5.3 of

IS 903.The tolerances in the dimension shall be as per the fig 2 of IS 903.

c) Hydraulic Test-The coupling shall be subjected to a hydraulic pressure of 2.1 MN/mm2

(21 kgf/cm2) for a period of 2½ minutes. The coupling shall not show any sign of leakage

or sweating.

4.3 COPPER WIRE a) Chemical composition-The result of copper wire analysis shall be in accordance to the

clause no 4 of IS 4412-1981.

b) Tensile Test — The copper wires above 1 mm diameter when tested in accordance with

IS : 1608-1995 shall have the tensile properties as given in Table 2 of IS 4412-1981.

c) Finishing- The wires shall be clean, smooth, uniform in diameter, and free from

detrimental segregations, cracks, twists and kinks.

d) Diameters and Tolerances-The diameters and tolerances on the diameters of wires shall

be in accordance with IS : 9861.

5.0 PACKING AND MARKING 5.1 Packing - The hoses may be dusted with French chalk on the inside and also outside, in case

of coated/covered hoses if required by the purchaser and shall be packed and delivered in

specified lengths in neat, clean and dry condition in polyethylene bags.

5.2 Marking

a) HOSES

Beginning at a point not less than one metre from each end, each length of hose shall be

marked with clear and indelible letters at least 20 mm in height indicating:

i) Type of the hose,

ii) Size of the hose,

iii) Length of the hose,

iv) Manufacturer‘s name or trade-mark or both, and

v) Month and year of manufacture.

vi) Standard Marks

vii) Purchase Order No. And date

b) COUPLINGS

Each fitting shall be separately, clearly and permanently marked with the following

information:

i) Manufacturer‘s name and trade-mark,

ii) Size (where applicable), and

iii) Year of manufacture

iv)Standard marks

v) Purchase Order No. And date

6.0 SCOPE OF THIRD PARTY INSPECTION Manufacturer shall prepare Quality Assurance Plan (QAP) and Inspection & Test

Plan(ITP) in accordance to this specification and IS codes mentioned, and submit to

Page 28: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 25 of 60

TPIA(Third Party Inspection Agency). The TPIA shall, based on satisfactory review

of the QAP & ITP certify that the QAP & ITP is in accordance to this document

namely, STANDARD SPECIFICATION FOR FIRE FIGHTING HOSES. The

TPIA certified QAP & ITP shall then be submitted to HPCL for approval. The fire

fighting hoses shall be supplied strictly in accordance with the QAP & ITP duly

approved by HPCL.

The TPIA shall be one of the following:-

BV

IRS

SGS

DNV

EIL

TUV

LLOYD

Page 29: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 26 of 60

STANDARD

SPECIFICATIONS

FOR

9 KG DCP FIRE

EXTINGUISHERS

Page 30: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 27 of 60

1. 9 KG DCP FIRE EXTINGUISHER

9 kg DCP Fire extinguisher conforming to IS: 15683 with ISI mark as per following:-

Dry Chemical Type Fire Extinguisher having Sodium Bicarbonate / Mono Ammonium

Phosphate Base Dry chemical Powder, it shall be free flowing and siliconized to meet water

repellency & anti caking. The complete initial charge shall be of 9Kg capacity. The

Extinguisher shall be having Squeeze grip type cartridge operated control valve. The

capacity of the cartridge should be adequate to discharge minimum 85% of Dry powder

and shall conform to IS: 4947 with ISI mark. The extinguisher should be suitable for 4A &

21B Fire Rating.

Operating Temperature Range :- -5deg C to 55deg C

Apart from the above specification, the extinguisher shall conform to the following.

The cap shall be of Gun Metal / Brass

Hose shall be of braided plastic of high pressure having one meter length with Nozzle

made of Plastic / Brass /SS.

All other components, design & performance, Anti Corrosive treatment shall be as per IS:

15683 latest editions.

Certification that every fire extinguisher shall be of radiographic quality welding to be

provided. Radiography to be performed for 10% of the weld joints and 50% for ―T‖

joints

There shall be a permanent punching at the bottom of the ring having following details:

Manufacturer‘s name

Year of manufacturing

Serial number of extinguisher

P.O. No. & date

Date of hydraulic test and subsequent page to be left for punching future hydraulic

test dates

Inspector stamp

2.0 SCOPE OF INSPECTION

After placement of P.O, manufacturer shall prepare Quality Assurance Plan(QAP)

in accordance to this document, and submit to TPIA(Third Party Inspection

Agency). The TPIA shall, based on satisfactory review of the QAP, certify that the

QAP is in accordance to this document. The TPIA certified QAP shall then be

submitted to HPCL for approval. The extinguisher shall be supplied along with

required documents duly certified by TPIA, as per HPCL approved QAP.

The TPIA shall be one of the following

Page 31: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 28 of 60

BV

IRS

SGS

DNV

EIL

TUV

Lloyd

Page 32: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 29 of 60

STANDARD SPECIFICATIONS

FOR

75 KG DCP FIRE

EXTINGUISHERS

Page 33: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 30 of 60

CONTENT

1.0 SCOPE

2.0 REFERENCE CODES AND SPECIFICATIONS

3.0 REQUIREMENTS

4.0 MATERIALS FOR CONSTRUCTION

5.0 CONSTRUCTION

6.0 ANTI CORROSIVE TREATMENT

7.0 PAINTING

8.0 TEST REQUIREMENTS

9.0 MARKING

10.0 SCOPE OF INSPECTION

Page 34: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 31 of 60

1.0 SCOPE

The scope of this document covers requirement regarding material, shape, construction,

chemical charges, anticorrosive treatment, painting and testing of trolley mounted dry

chemical powder fire extinguishers of capacity 75 Kg.

2.0 REFERENCE CODES AND SPECIFICATIONS

The latest edition of the following codes/standards shall be used for

reference.

OISD-STD- 117 Fire protection facilities for petroleum depots,

terminals, pipeline and lube oil installations.

OISD-GDN-115 Guidelines in firefighting equipment and appliances

in petroleum industries.

OISD-STD-142 Inspection of firefighting equipment and systems.

IS 10658 Specification for higher capacity dry powder fire

extinguisher

IS 4308 Dry chemical powder for fighting B, C class fires.

3.0 REQUIREMENTS

3.1 The DCP fire extinguishers of 75 Kg, shall be as per IS: 10658(latest edition).

3.2 The dry chemical powder used in extinguisher shall be as per IS 4308.(latest edition)

3.3 The method of expulsion of dry chemical powder shall be by means of pressure from

compressed or liquefied gas from cylinder attached to the body or gas cartridge attached

to the cap.

3.4 The discharge hose length shall not be less than, 6.0M in case of 75Kg.

3.5 Spare refill or CO2 gas cylinder (conforming to IS: 7285) or gas cartridge (conforming to

IS: 4947) shall be supplied with the extinguisher if specifically mentioned.

3.6 Design calculations of the extinguisher shall be submitted along with the offer in

accordance to IS 2825(latest edition).

3.7 The extinguisher shall have ISI marking and the manufacturer shall have valid BIS

license and notarized copy of the same shall be submitted by the bidder along with the

un-priced bid.

3.8 DCP REQUIREMENTS (Ref: IS 4308, latest edition)

3.8.1 The requirements of the Dry Chemical Powder shall be, as per IS 4308(latest edition) and

clause 5.5 of OISD GDN 115.

The total capacity of dry chemical powder when filled shall be as per following:

Nominal Size in Kg Minimum dry chemical powder content

(Kg)

75 75

3.9 Drain plug of not less than 25mm diameter shall be provided on the body.

Page 35: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 32 of 60

3.10 The hose shall be able to withstand bursting pressure of not less than 50 Kg/Sq.cm.

3.11 Automatically and manually operated safety relief to be provided as per IS: 10658(latest).

4.0 MATERIALS FOR CONSTRUCTION

4.1 The materials for construction shall be as per IS 10658:(latest edition) – Standard

specification for higher capacity dry powder fire extinguisher (trolley-mounted).

5.0 CONSTRUCTION

5.1 The construction of parts such as Body, Neck Ring, Cap etc. shall be in accordance to IS

10658:1999(Cl. 6)

5.2 Body

The minimum thickness of the body shall be calculated as under with an extra allowance

of 0.5mm for corrosion.

t = (p x Do)/ (200f.j+P) -Ref: IS 10658:1999, Cl 6.1

Where

P = design pressure in kgf/cm2

Do = outside diameter in mm,

f = allowable stress value in kgf/cm2.and

j = weld joint factor = 0.85 for spot radiography with double welded butt

joints and 0.80 for spot radiography with single welded butt joints

with backing strip.

Note: The minimum thickness of the shell shall be 3.15mm as required by OISD-STD-

142(Section II, Cl. 2.3).

5.3 Expansion space

A space shall be provided above dry powder level in the body of the extinguisher. It shall

be of sufficient volume to ensure that when discharge nozzle is temporarily closed and

the extinguisher is operated at a temperature of 27±5ºC, the internal pressure shall not

exceed 1.5MN/m2(15 kgf/cm

2) and the body shall not show any sign of leakage.

5.4 Cylinder

The CO2 gas cylinder shall conform to IS 7285(latest edition) and shall be of capacity 3

litres for 75 Kg size and shall be filled with Carbon Dioxide, complying with IS

307(latest edition). The filling ratio shall be 0.667.(Ref: IS 10658:1999, Cl 6.7).

5.5 The extinguisher shall be fitted with safety valve which shall release at a pressure of 2.5

MN/m2(not more than 20 kgf/cm

2) as per requirement of IS 5903(latest edition).

5.6 Wheeled Carriage

(i)The fire extinguisher shall be provided with wheeled carriage as shown in Fig. 1.

(ii)The fitting shall ensure that the lowest part of the body remains not less than 10 cm for

20cm for 75 Kg above the ground when it is in the vertical position.

6.0 ANTI CORROSIVE TREATMENT

Page 36: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 33 of 60

Anti-corrosive treatment shall be done as per IS 10658(latest edition).

7.0 PAINTING

7.1 Each extinguisher shall be painted fire red conforming to shade No. 536 of IS 5: 2007.

7.2 All components of trolley and other items other than the fire extinguisher shall be painted

with the primer and finishing paints of two coats each.

7.3 The paint shall conform to IS 2932(latest edition).

8.0 TEST REQUIREMENTS 8.1 Performance test

The extinguisher shall be capable of discharging not less than 85 percent by mass of the

actual rated capacity of dry powder, when the extinguisher is operated at a temperature of

27 ± 5º C. Prior to performance test, sample shall be conditioned for 2hours and test shall

be carried out in still weather condition where air flow is 3 km/h maximum. The contents

shall be expelled in the form of a continuous discharge which shall comply with the

following requirements.(as shown in Table 1)

Table 1

(Source: IS 10658:1999, Cl 8.1)

Capacity of

Extinguisher(Kg)

Duration (s) Range of Jet Throw

(Minimum Throw) m

75 50 to 60 10

8.2 Hydraulic Test

(i) The extinguisher shall be tested to an internal hydraulic pressure of 3.0 MN/m2 (30

kgf/cm2).

(ii) The test pressure shall be held for a minimum period of two and a half minutes.

(iii) During the test, it shall not show any sign of leakage/sweating.

8.3 Bursting Test

In case of hydraulic burst test, failure shall not occur at a pressure of less than 4.5 MN/m2

(45 Kgf/cm2).

8.4 Safety Valves(Requirement of OISD-STD-142, Section II, Cl. 5.2)

Safety devices shall be tested at 17 Kg/sq.cm gas per requirements of IS-2825(latest

edition)

8.5 Hose (Requirement of OISD-STD-142, Section II, Cl 5.3)

A sample discharge hose of minimum 6.0 M length shall be tested up to bursting which

shall not be less than 50kg/sq.cm. Actual burst pressure of the hose shall be recorded.

8.6 Radiography (Requirement as per OISD-STD-142, Section II, Cl. 5.1.3)

Spot Radiography of welds on all cylinders shall be carried out using X-rays/ Gamma

rays. 10% of the weld shall be radiographed which shall include at least 50% of the ‗T‘

joints. Interpretation of radiograph shall be as per IS 2825(latest edition).

Page 37: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 34 of 60

FIG 1: DIAGRAM WITH TYPICAL DETAILS (SOURCE IS 10658:1999)

.

9.0 MARKING

Each extinguisher shall be clearly and permanently marked with the following

information.

i) Manufacturer's name or trade-mark, serial number and year of manufacture shall be

embossed at the bottom ring

Page 38: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 35 of 60

ii) Method of operation in prominent letter.

iii) Words ‗Dry Powder Extinguisher‘.

iv) Purchase Order No. and Date

v) Capacity of the extinguisher in kg

vi) ISI Mark

vii) Inspector Stamp

viii) The date of hydraulic test shall also be marked. Space shall be left for

writing the dates of subsequent hydraulic test.

ix) Dry Chemical Powder filling height shall be marked on the extinguisher

x) Words ‗ Recharge after Use‘

10.0 APPROVAL

A clearance/approval certificate from the Chief Controller of Explosives, PESO, Nagpur,

Govt of India, shall have to be submitted for CO2 Cylinder/ Gas Cartridge supplied with

the DCP extinguishers.

10.0 SCOPE OF INSPECTION

10.1 After placement of P.O, manufacturer shall prepare Quality Assurance Plan(QAP),

in accordance to this, and submit to TPIA(Third Party Inspection Agency). The

TPIA shall, based on satisfactory review of the QAP, certify that the QAP is in

accordance to this document. The TPIA certified QAP shall then be submitted to

HPCL for approval. The extinguisher shall be supplied along with required

documents duly certified by TPIA, in accordance to HPCL approved QAP.

The TPIA shall be one of the following

BV

IRS

SGS

DNV

EIL

TUV

Lloyd

11.0 Following documents shall be supplied by the bidder/vendor along with the supply

of the fire extinguishers:

(i) Instruction booklet for guidance of the user including operating and

maintenance procedure. The booklet shall contain an itemizedand illustrated part

list/spare part list giving reference of all wearing parts.

(ii) Duly approved final drawings.

(iii) A clearance/ approval certificate from The Chief Controller of Explosives

(iv) The above shall be submitted in 2 hard copies and in CD.

Page 39: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 36 of 60

STANDARD

SPECIFICATION FOR

4.5 Kg CO2TYPE FIRE

EXTINGUISHERS

Page 40: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 37 of 60

CONTENTS

1.0 SCOPE

2.0 REFERENCE STANDARDS AND SPECIFICATIONS

3.0 REQUIREMENTS

4.0 MATERIALS

5.0 CONSTRUCTION

6.0 PAINTING

7.0 PERFORMANCE REQUIREMENTS/ TESTS

8.0 MARKING

9.0 APPROVAL

10.0 SCOPE OF INSPECTION

Page 41: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 38 of 60

1.0 SCOPE

This document cover the material specification, shape, construction, performance and

testing requirements of Carbon Dioxide type fire extinguishers(portable & trolley

mounted).

2.0 REFERENCE STANDARDS AND SPECIFICATIONS

The latest edition of the following codes/standards shall be used for reference.

OISD-STD-117 Fire protection facilities for petroleum depots,

terminals, pipeline and lube oil installations.

OISD-GDN-115 Guidelines in firefighting equipment and appliances

in petroleum industries.

OISD-STD-142 Inspection of fire fighting equipment and systems.

IS 2878 Fire extinguisher CO2type(portable and trolley

mounted)

IS 15683 Portable fire extinguishers – performance and

construction.

IS 307 Specification for CO2

IS 7285 Specification for Seamless Steel Cylinders for Permanent and High

Pressure Liquefiable Gases

IS5903 Recommendations for Safety Devices for Gas cylinders

IS 3224 Valve Fittings for Compressed Gas Cylinders Excluding

Liquefied Petroleum Gas (LPG) Cylinders – Specification

IS 2190 Code of Practice for Selection, Installation and Maintenance of

First aid fire extinguishers.

3.0 REQUIREMENTS

3.1 The material, shape, construction and performance test of CO2type fire extinguishers of

4.5 Kg(portable) shall comply with IS 2878 (latest edition).

3.2 The extinguishers shall be supplied with CO2 duly charged.

3.3 Carbon Dioxide used shall conform to IS 307 (latest edition) and the extinguisher shall be

filled as per relevant clause of IS:2878

3.4 The extinguisher shall have ISI marking and the manufacturer shall have valid BIS

license and notarized copy of the same shall be submitted by the bidder along with the

un-priced bid.

3.5 Cylinders shall be made strictly as per IS:7285

3.6 The shape of the body shall be cylindrical with the difference between maximum and

minimum external dia measured at any cross-section of the cylindrical portion shall not

exceed 2% of the nominal internal dia.

3.7 The extinguishers shall have a wheel type valve, minimum one metre long high pressure

wire braided discharge hose with horn, wall mounting bracket and carrying handle.

3.8 Hoses for portable and trolley mounted cylinders shall be wire braided hose having a

minimum bursting pressure of 275Kg/cm2g in controlled discharge and140 Kg/cm

2g in

un-controlled discharge system.

3.9 Safety device shall conform to IS 5903(latest edition), which shall be an in-built

discharge valve conforming to IS 3224(latest edition).

Page 42: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 39 of 60

4.0 MATERIALS The material for construction of various components shall conform to Table- 2 of IS

2878:2004.

5.0 CONSTRUCTION

5.1 The construction such as body, discharge valve, discharge fittings, etc. shall comply with

requirements in Clause 6 of IS 2878:2004.

5.2 The typical shape showing the cylinder with other components is shown in FIG.1. The

extinguisher shall be of carbon steel body conforming to IS 7285(latest edition).

6.0 PAINTING

6.1 Each extinguisher shall be painted fire red or post office red conforming to shade No. 536

of IS 5:2007.

6.2 A picture showing operation of the extinguisher in the correct manner shall be provided

on the body of the extinguishers.

6.3 The extinguisher shall be marked with the letters B and C indicating their suitability for

respective classes of fires as laid down in IS 2190(latest edition).

6.4 The paint shall conform to IS:2932(latest edition).

7.0 PERFORMANCE REQUIREMENTS/ TESTS.

7.1 DISCHARGE DURATION

This test shall be carried out as per the guidelines given in Clause No. 9.1 of IS

2878(2004).

7.2 INTERMITTENTOPERATION

This test shall be carried out as per the guidelines given in Clause No. 9.2 of IS

2878(2004).

7.3 LEAKAGE TEST

This test shall be carried out as per the guidelines given in Clause No. 9.3 of IS

2878(2004).

7.4 CLASS B TEST FIRE

The Class B fire test shall be successfully carried out as per the guidelines given in

IS:2878, Cl 9.4.

7.5 The extinguisher horn shall be constructed to withstand crushing when 25 kg is applied

to its extremity for 5 min immediately after having completely discharged the

extinguisher through the horn. Subject the horn to the following test:

a) Condition the horn at 55°C for 18 h;

b) Attach the horn to a fully charged extinguisher;

c) Discharge the extinguisher with the valve fully open;

d) Subject the horn to a static load of 25 kg using a circular contact surface of 50 mm

diameter for 5 min applied at the end of the horn; and

e) Check that the horn does not show any evidence of cracking or breakage.

Page 43: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 40 of 60

7.6 Also, the tests given in OISD- STD-142, SECTION III, Cl. 6.1, shall be

carried out on the cylinder of the extinguisher.

8.0 MARKING

8.1 Every extinguisher shall be clearly and permanently marked in accordance with the

requirements laid down in 8.2 and 8.2.1.

8.2 The following information shall be marked on the extinguisher:

a) Manufacturer‘s name or trade-mark;

b) Method of operation in prominent letters;

c) The words ‗CARBON DIOXIDE TYPE‘ in prominent letters;

d) Capacity;

e) Year of manufacture of extinguisher and date of refilling;

f) Source, year of manufacture of the cylinder and its test pressure;.

g) ISI Mark;

h) Purchase Order No. and Date.

8.2.1 The following information to facilitate filling or recharging shall also be

marked on the head of extinguisher or on the neck of the cylinder:

a) Empty weight of extinguisher (to include operating head, internal discharge tube and

carrying handle but not any hose or discharge horn assembly), shown as EW; and

b) Filled weight of extinguisher (to include operating head, internal discharge tube,

carrying hand and gas-filled contents but not any hose or discharge horn

assembly),shown as FW.

9.0 APPROVALS

A clearance/approval certificate for filling the extinguisher from Chief Controller of

Explosives, Nagpur shall be submitted for each cylinder.

10.0 SCOPE OF INSPECTION

10.1 After placement of P.O, manufacturer shall prepare Quality Assurance Plan(QAP)

in accordance to this document, and submit to TPIA(Third Party Inspection

Agency). The TPIA shall, based on satisfactory review of the QAP, certify that the

QAP is in accordance to this document. The TPIA certified QAP shall then be

submitted to HPCL for approval. The extinguisher shall be supplied along with

required documents duly certified by TPIA, as per HPCL approved QAP.

10.2 The TPIA shall be one of the following

BV

IRS

Page 44: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 41 of 60

SGS

DNV

EIL

TUV

LLOYD

Page 45: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 42 of 60

STANDARD

SPECIFICATION FOR FIRE

HOSE BOX

Page 46: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 43 of 60

CONTENT

1.0 SCOPE

2.0 REFERENCE CODES AND STANDARDS

3.0 REQUIREMENTS FOR MS FIRE HOSE BOX

4.0 REQUIREMENTS FOR FRP FIRE HOSE BOX

5.0 GUARANTEE BY THE SUPPLIER

Page 47: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 44 of 60

1.0 SCOPE

This document covers the requirements that shall be complied by Mild steel and Fibre

Reinforced Plastic (FRP) Fire Hose Boxes, as per OISD 115.

2.0 REFERENCE CODES AND STANDARDS

OISD-GDN-115 Guidelines on Fire Fighting, Equipment and

Appliances in Petroleum Industries

OISD-STD-117 Fire Protection Facilities for Petroleum depot,

terminals, pipeline installations and lube oil installation

3.0 REQUIREMENTS FOR MS FIRE HOSE BOX

3.1 Fire Hose Box manufactured out of 18 SWG thick M.S sheet size 750mm x 600mm x

250mm(30‖ x 24‖ x10‖ approx.) suitable for accommodating 2 numbers, 63mm dia

firefighting hoses in length of 15 meters with nozzle, shall be provided.

3.2 The box shall be provided with double door and shall have locking arrangements. Provision

for break glass, recess for key shall be given in the box. The front doors shall be provided

with transparent acrylic sheet fitted with rubber beading for transparency.

3.3 The hose box shall be painted with two coats of enamel paint of luminous yellow colour on

the external surfaces and white colour on the internal surfaces over two coats of zinc

phosphate primer.

3.4 The box shall be capable to resist the weight of the hoses with couplings. Suitable wall

mounting bracket shall be provided in the box.

4.0 REQUIREMENTS FOR FRP FIRE HOSE BOX

4.1 Fiber Glass Fire Hose Box of size 750mm x 600mm x 250 mm (30‖ x 24‖ x10‖ approx.)

suitable for accommodating 2 numbers, of 15 meters firefighting hoses with nozzle, shall be

provided.

4.2 The box shall be provided with double door and shall have locking arrangements. Provision

for break glass, recess for key shall be given in the box. The front doors shall be provided

with transparent acrylic sheet fitted with rubber beading for transparency.

4.3 The hose box shall be painted with luminous yellow colour.

4.4 The box shall be capable to resist the weight of the hoses with couplings. Suitable wall

mounting bracket shall be provided in the box.

5.0 GUARANTEE BY THE SUPPLIER

The supplier shall provide a guarantee for the Thickness, Dimensions and Painting of

the box as specified in this document.

OTHER SUPPLY ITEM TECHNICAL SPECIFICATIONS

Page 48: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 45 of 60

1.0 JET NOZZLE WITH BRANCH PIPE

Jet nozzles with branch pipes made out of gunmetal suitable for 63 mm dia fire hose with

instantaneous coupling and 16 mm dia. Nozzle orifice capable of discharging 450 lpm at

7 Kg/cm2 as per IS:903 with ISI Mark.

2.0 HAND OPERATED SIREN

The shape, components, material, design and construction shall comply with IS:6026-

1970. It shall have portable stand as per para 6.3 of IS:6026. The Siren shall be approx.

range of 1.6 KMS. In addition to marking stipulated in para II of IS:6026, Purchase Order

No., date, performance warrantee minimum 2 years from the date of supply,

manufacturers name and inspector stamp shall be punched.

3.0 SAND DRUM WITH SCOOP

Sand Drum should be made of MS sheet of not less than 22 swg. To store not less than 7

Kgs. Of sand & should be provided with Sand Scoop made of MS with Poly carbonate

handle not less than 2‘ long and total length of scoop should not be less than 3‘.

4.0 FIRE BUCKET WITH SAND

The sand bucket shall have a capacity of 9 ltr. each and shall confirm to IS 2546\1974.

The Material of construction must be galvanized MS. The handle and dome shaped

bottom to be painted with black colour. The outer shell of the bucket to be painted with

fire red colour confirming to IS:5 and inside of the bucket shall be painted in white.

Buckets shall be provided with suitable stand with 5 number hooks to hang sand filled

buckets. Canopy over the stand to be provided to protect bucket from sun and rain.

Heavy Duty Fire Bucket stand suitable for hanging 5 buckets in a single row with rain

protection canopy, stand fabricated from 35x35x5mm thick MS angle and Canopy

fabricated from 16 gauge (1.5mm thick) M. S sheet. The hanging hook welded on the

angle shall be made from 8mm dia round BAR. The stand and Canopy shall be

completely folding type supplied with Electro galvanized nut bolts. The assembling

information drawing shall be provided along with supply. The size of the stand shall be

1300mm Height x 1500 mm length x 550mm width minimum. The complete stand with

canopy shall be powder coated in Fire Red / P O red colour having coating thickness not

less than 60 microns for canopy overall and 45 microns on the angles overall. The stand

shall be fabricated in 4 parts (2 triangle shape side supports, one canopy and one long

length of angle having 5 hooks to hang the buckets). The Triangle supports shall have

foundation plate at bottom of size 75mm x 75mm x 5mm thick plate. The canopy shall

Page 49: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 46 of 60

carry marking “FIRE BUCKET” in white background with Red Lettering on both the

sides.

5.0 SPARE CO2 CARTRIDGE FOR 9 KG DCP

The cartridge shall have CO2 gas capacity cartridge of capacity 200 grams confirming to

IS-4947. The cartridge shall bear a suitable ISI mark suitable for 9 Kg DCP.

Page 50: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 47 of 60

CHAPTER V

QUALITY ASSURANCE PLAN

Page 51: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 48 of 60

INDEX

1.1] QA PLAN

1.2] ITP

1.3] DRAWING SCHEDULE

1.4] PROGRESS REPORT AND SCHEDULE

1.5] WAIVER AND DEVIATION

1.6] PROCUREMENT OF BOUGHT OUT MATERIALS

1.7] CALIBRATION RECORDS

1.8] INSPECTION TEST STATUS

1.9] QUALITY RECORDS

1.10] IDENTIFICATION AND TRACEABILITY

1.11] VENDOR DOCUMENT FOR REVIEW AND RECORDS

1.12] DOCUMENTS UNDER REVIEW CATEGORY.

1.13] FINAL DOCUMENTS

Page 52: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 49 of 60

QUALITY ASSURANCE PLAN AND INSPECTION & TESTING

PLAN REQUIREMENTS 1.1] QA PLAN

VENDOR DURING BIDDING STAGE SHALL SUBMIT HIS QUALITY ASSURANCE

PLANS (QAP) CONSISTING OF RELEVANT PROCEDURES COVERING VARIOUS

ACTIVITIES LIKE DESIGN AND ENGINEERING, MATERIAL PROCUREMENT ,

MANUFACTURE INSPECTION AND TESTING, DOCUMENTATION, DISPATCH TO

SITE, ERECTION AND COMMISSIONING WHEREVER APPLICABLE AND

MAINTENANCE OF QUALITY RECORDS IN THE POST ORDER STAGE. THE VENDOR

SHALL SUBMIT THE QAP TO THE SITE ENGINEER FOR APPROVAL WITHIN 2

WEEKS FROM THE DATE OF RECEIPT OF LOI/PO WHICHEVER IS EARLIER. THE

QAP SHALL BE APPROVED BY THE AUTHORIZED REPRESENTATIVE OF HPCL

WITHIN A WEEK OF SUBMISSION

1.2] ITP

VENDOR SHALL SUBMIT INSPECTION AND TEST PLAN FOR APPROVAL WITHIN 2

WEEKS OF LOI/PO AND BEFORE COMMENCEMENT OF MANUFACTURING TO THE

SITE ENGINEER AS WELL AS TO THE THIRD PARTY INSPECTION AGENCY (TPIA)

THAT THE VENDOR WISHES TO APPOINT FOR CARRYING OUT INSPECTION AND

TESTING. THIS DOCUMENT SHOULD CLEARLY SPECIFY THE NAME, DESIGNATION

OF THE PERSON CONCERNED (WITH TELEPHONE/MOBILE NO AND EMAIL) AND

COMMUNICATION ADDRESS OF THE TPI.

1.3] DRAWING SCHEDULE

VENDOR SHALL SUBMIT A TOTAL INDEX OF DRAWINGS AND DOCUMENTS

REQUIRED FOR APPROVAL/ REVIEW/ RECORDS ALONG WITH THE SCHEDULED

DATE OF SUBMISSION OF EACH DRAWING/ DOCUMENT WITHIN 2 WEEKS FROM

DATE OF ISSUE OF LOI/ PO WHICHEVER IS EARLIER.

1.4] PROGRESS REPORT AND SCHEDULE

VENDOR SHALL SUBMIT MONTHLY PROGRESS REPORT AND UPDATE

PROCUREMENT ENGINEERING AND MANUFACTURING SCHEDULE EVERY MONTH

STARTING FROM 2 WEEKS FROM DATE OF ISSUE OF FOI/PO WHICHEVER IS

EARLIER.

1.5] WAIVER AND DEVIATION

Page 53: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 50 of 60

VENDOR SHALL STRICTLY COMPLY WITH THE PO STIPULATIONS AND NO

DEVIATIONS SHALL BE PERMITTED.

1.6] PROCUREMENT OF BOUGHT OUT MATERIALS

ALL CRITICAL MATERIALS SUCH AS CASTING, FORGING, FITTING, PRESSURE

HOLDING PARTS ELECTRICAL AND INSTRUMENT ACCESSORIES ETC. SHALL BE

PURCHASED BY THE VENDOR FROM SUB- VENDORS HAVING BV, DNV, IRS, SGS

OR CEIL APPROVAL. VENDOR SHALL SUBMIT A LIST OF BOUGHT OUT

MATERIALS FOR HPCL APPROVAL WITHIN 2 WEEKS FROM THE DATE OF ISSUE OF

FOI/PO WHICHEVER IS EARLIER.

1.7] CALIBRATION RECORDS

VENDOR SHALL USE ONLY CALIBRATED MEASURING AND TEST INSTRUMENTS

AND MAINTAIN CALIBRATION RECORDS. VENDOR SHALL FURNISH RECORDS OF

CALIBRATION OF MEASURING AND TEST INSTRUMENTS INCLUDING

RECALIBRATION RECORDS TO THIRD PARTY INSPECTION AGENCY ON DEMAND.

1.8] INSPECTION TEST STATUS

INSPECTION AND TEST STATUS OF PRODUCTS SHALL BE IDENTIFIED BY USING

MARKINGS. AUTHORIZED STAMPS, TAGS, ROUTE CARDS, INSPECTION CARDS

ETC. DURING THE COURSE OF MANUFACTURE TO CLEARLY INDICATE

ACCEPTANCE/ REJECTION OF TESTS/STAGES OF INSPECTION PERFORMED

DURING ITS MANUFACTURING CYCLE. THE IDENTIFICATION OF TEST STATUS

SHALL BE MAINTAINED AND RECORDS SUBMITTED AS AND WHEN DEMANDED

BY HPCL/TPIA.

1.9] QUALITY RECORDS

VENDOR SHALL MAINTAIN QUALITY RECORDS AS PER HIS PROCEDURES.

INSPECTION REPORTS & TEST RECORDS COPIES SHALL BE FURNISHED TO

HPCL/TPIA.

1.10] IDENTIFICATION AND TRACEABILITY

VENDOR SHALL ESTABLISH AND MAINTAIN A STANDARD WRITTEN PROCEDURE

FOR IDENTIFYING THE PRODUCTS FROM APPLICABLE DRAWING SPECIFICATIONS

OR OTHER DOCUMENTS DURING ALL STAGES OF PRODUCTION DELIVERY AND

INSTALLATION. A COPY OF THIS STANDARD PROCEDURE SHALL BE MADE

AVAILABLE TO HPCL/TPIA. THE VENDOR SHALL ENSURE THAT EACH PRODUCT

WHICH IS GOING IN THE PROCESS OF FABRICATION / MANUFACTURE /

Page 54: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 51 of 60

CONSTRUCTION / ERECTION HAS PROPER IDENTIFICATION THROUGHOUT THE

PROCESS INCLUDING THE FINAL OUTPUT.

1.11] VENDOR DOCUMENT FOR REVIEW AND RECORDS

GENERAL

1] ALL DOCUMENTS SHALL BE IN ENGLISH LANGUAGE AND SI SYSTEM

OF UNITS.

2] REVIEW OF THE VENDOR DRAWING BY THIRD PARTY INSPECTION

AGENCY / HPCL WOULD BE ONLY TO REVIEW THE COMPATIBILITY

WITH BASIC DESIGN AND CONCEPTS AND IN NO WAY ABSOLVE THE

VENDOR OF HIS RESPONSIBILITY TO COMPLY WITH PO

REQUIREMENTS, APPLICABLE CODES, SPECIFICATIONS AND

STATUTORY RULES/REGULATIONS.

3] SUBMISSION OF DOCUMENTS FOR REVIEW/RECORDS SHALL

COMMENCE WITHIN 2 WEEKS FROM THE DATE OF ISSUE OF FOI/PO

4] THE VENDOR SHALL SUBMIT ALL DRAWINGS AND DOCUMENTS IN

THREE COPIES AS STIPULATED IN THE VENDOR DATA

REQUIREMENT ALONG WITH DOCUMENTS INDEX. THE DOCUMENTS

SHALL ALSO BE SUBMITTED IN SOFT COPIES TO EXPEDITE THE

PROCESS OF APPROVAL/REVIEW.

VENDOR SHALL ENSURE THAT EACH DRAWING SHALL CONTAIN THE

FOLLOWING INFORMATION:

PO NO, NAME OF EQUIPMENT, TAG NO., NAME OF PROJECT, CLIENT,

DRAWING/ DOCUMENT TITLE, DRAWING NO., REVISION AND DATE.

THE DRAWING DOCUMENT SHALL BE CHECKED APPROVED AND DULY

SIGNED STAMPED BY THE VENDOR REVISIONS AND DATE.

1.12] DOCUMENTS UNDER REVIEW CATEGORY.

FOLLOWING REVIEW CODES SHALL BE USED FOR REVIEW OF VENDOR

DOCUMENTS / DRAWINGS.

AFI: APPROVED FOR INSPECTION

AFM: APPROVED FOR MANUFACTURING / FABRICATION AS PER

COMMENTS

Page 55: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 52 of 60

VENDOR SHALL RESUBMIT THE SAME AFTER INCORPORATING THE

COMMENTS BEFORE CARRYING OUT FINAL INSPECTION BY TPIA AND

DESPATCH.

NOT APPROVED: RESUBMISSION REQUIRED IN CASES OF MAJOR NON-

CONFORMITIES WITH RESPECT TO PO SPECIFICATIONS.

1.13] FINAL DOCUMENTS

FINAL DRAWINGS / DOCUMENTS CONSISTING OF TECHNICAL DATA

MANUAL AS A COMPILATION OF AS-BUILT CERTIFIED DRAWING AND

MANUFACTURING DATA AND TEST RECORDS DULY CERTIFIED BY

HPCL/TPIA SHOULD BE SUBMITTED IN THREE SETS ALONG WITH SOFT

COPY OF THE SAME.

INSTALLATION, OPERATING AND MAINTENANCE INSTRUCTIONS OF THE

MATERIAL / EQUIPMENTS (WHEREVER APPLICABLE) SHALL ALSO BE

SUBMITTED IN THREE SETS AND IN SOFT FORMAT.

Page 56: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 53 of 60

CHAPTER VI

SCHEDULE OF QUANTITY

Page 57: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 54 of 60

SCHEDULE OF QUANTITIES

ITEM

NO. DESCRIPTION UNIT QTY

To Akola Terminal

1 Jet nozzle with branch pipe

Each 4

2 Hand operated siren

Each 2

4 Set of 5 No of Fire bucket with sand

Set 4

5 4.5 KG CO2 Type Fire Extinguisher

Each 5

7 DCP Fire Extinguishers-9 Kg

Each 19

8 DCP Fire Extinguishers-75 Kg

Each 1

9 Fire Hoses Type-B

Each 8

10 FM Approved/ UL Listed Water Cum Foam Monitor with

preassembled Ball Valve Suitable For 750 GPM

Each 4

To Ajmer Terminal

11 Jet nozzle with branch pipe

Each 2

12 Hand operated siren

Each 1

13 Sand drum with scoop

Each 1

14 Set of 4 No of Fire bucket with sand

Each 1

15 DCP Fire Extinguishers-9 Kg

Each 4

16 Fire Hoses Type-B

Each 2

17 FM Approved/ UL Listed Water Cum Foam Monitor with

preassembled Ball Valve Suitable For 750 GPM

Each 2

Page 58: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 55 of 60

To Jaipur Terminal

18 Jet nozzle with branch pipe

Each 2

19 Hand operated siren

Each 1

20 Sand drum with scoop

Each 1

21 Set of 4 No of Fire bucket with sand

Set 1

22 DCP Fire Extinguishers-9 Kg

Each 4

23 Double Headed Hydrants with Carbon Steel MOC Stand Post

Each 2

24 FRP Fire Hose Box

Each 2

25 Fire Hoses Type-B

Each 4

26 FM Approved/ UL Listed Water Cum Foam Monitor with

preassembled Ball Valve Suitable For 750 GPM Each 2

Page 59: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 56 of 60

CHAPTER VII

TIME SCHEDULE

Page 60: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 57 of 60

DESCRIPTION OF WORK:

SUPPLY OF FIRE FIGHTING EQUIPMENTS

AT

AJMER, JAIPUR & AKOLA LOCATIONS OF HPCL

PART LOCATION COMPLETION PERIOD

FROM DATE OF ISSUE

OF FOI/LOI/PO

AJMER, JAIPUR & 2 Months AKOLA

NOTE:

1) Time for completion shall be reckoned from the date of issue of Fax/

Letter of Intent/Purchase Order by HPCL.

2) Time for completion shall include the time required for Design,

Engineering, Manufacturing, Testing/Inspection & Supply at work site as

per requirements of Contract Document and instructions of HPCL

Engineer-in-Charge.

3) Contractor has to arrange for road permits on his own & no separate

payment shall be made for the same. No Road Permits shall be issued by

HPCL.

Page 61: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 58 of 60

CHAPTER VIII

SPECIAL TERMS &

CONDITIONS

Page 62: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 59 of 60

1.00 TERMS OF PAYMENT:

Payment against invoices shall be made on receipt of equipment / material at site

against submission of following documents along with your Bill / Invoice:

i) Delivery Challan / Lorry Receipt duly acknowledge by our site.

ii) Manufacturer's Test Certificate

iii) Third Party Inspection / Clearance Report

iv) Manufacturer's Guarantee Certificate

v) Performance Bank Guarantee for 10 % of Basic Order Value.

80 % Bill amount duly recommended by consultant / user shall be paid in 15 days of

receipt of bill.

Balance 20 % will be paid after verification / certification of bills.

Documents for Payment shall be submitted to GM- Commercial P&P in original, at the

address:

Hindustan Petroleum Corporation Limited,

Gresham Assurance House, 2nd Floor,

Sir P.M. Road, Fort, Mumbai - 400 001.

. One set of documents to be forwarded to the location of supply.

2.00 DELIVERY / COMPLETION PERIOD:

2.01 Time at every stage of activities during execution of this order is the essence of this

purchase order.

2.02 All the goods covered under this purchase order shall be delivered at the earliest but in no

case later than 2 (TWO) MONTHS from the date of PO/LOI/FOI.

3.00 DELAYED DELIVERY / LIQUIDATED DAMAGES:

In case of delay in execution of this order beyond stipulated delivery period, penalty

will be applicable @ 0.5 % of the basic value of goods not delivered per week of delay

(for fractional days, LD shall be applicable on pro-rata basis), subject to a maximum of 5

% of total basic order value.

4.00 PERFORMANCE BANK GUARANTEE:

Page 63: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HINDUSTAN PETROLEUM CORPORATION LTD.

Supply of Fire Fighting Equipments Page 60 of 60

4.01 The supplies made against this order shall be fully guaranteed against any manufacturing

defects/poor workmanship/inferior quality etc. for a period of 12 months from the date of

commissioning or 18 months from the date of supply whichever is earlier. During this

period you will arrange to repair/replace any defective parts free of cost or replace

complete set if required. Guarantee Certificate should be submitted along with dispatch

document.

5.00 FURTHER CORRESPONDENCE:

5.01 All correspondence regarding Technical matters, Inspection shall be addressed to

Shri Anil Mathew

Manager - Engg & Proj.

Hindustan Petroleum Corporation Limited,

Gresham Assurance House, 2nd Floor,

Sir P.M. Road, Fort, Mumbai - 400 001.

Phone. No.: 022-22608514.

All correspondence regarding Payment, release of PBG etc. shall be addressed to GM -

Commercial (P&P), at the above address.

Page 64: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

������ ����� ��� ��� ��� � � ������������ ���

� ���������� ���� ���������� �� �� � �����

� ������������������� �� �� � �����

� ������������������ ����� �������� �! �! � �����

� �"��#$�%& ��!'���������(���) ����� �� �� � �����

� �*%+�������(���) ������,-�#) �� �� �- �����

. *%+�������(���) ������,/��#) �� �� � �����

/ �����������!'��,0 �� �� 1 �����

1�2 ������3��4�56�6������7 �����% 8 ����8 �

2 ������� ���� ��3�3��� ��� ������/�9�$+2�� �� � �����

- ���������� ���� ���������� �� �� � �:8 ��

�9 ������������������� �� �� � �:8 ��

�� ������� 8 � ��������� �� �� � �:8 ��

�� ������������������ ����� �������� �! �! � �:8 ��

�� �*%+�������(���) ������,-�#) �� �� � �:8 ��

�� �����������!'��,0 �� �� � �:8 ��

���2 ������3��4�56�6������7 �����% 8 ����8 �

2 ������� ���� ��3�3��� ��� ������/�9�$+2�� �� � �:8 ��

�. ���������� ���� ���������� �� �� � ���� �

�/ ������������������� �� �� � ���� �

�1 ������� 8 � ��������� �� �� � ���� �

�- ������������������ ����� �������� �! �! � ���� �

�9 �*%+�������(���) ������,-�#) �� �� � ���� �

��*� ����������'������� ����%�� ��������

2 & %�������+����� �� � ���� �

�� �;+�����������0�( �� �� � ���� �

�� �����������!'��,0 �� �� � ���� �

���2 ������3��4�56�6������7 �����% 8 ����8 �

2 ������� ���� ��3�3��� ��� ������/�9�$+2�� �� � ���� �

Page 65: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

Tender No. : 12000151-HB-10002 Tender Published On : 08-Oct-2012 13:42

Commercial SpecificationSl.No. Description HPCL File HPCL Value Supporting

Doc. Req'd

1 Instruction to Bidders 1.INSTRUCTIONS TOBIDDERS.pdf

- No

2 Notice Inviting Tender 2.NIT.pdf - No

3 GTC 3.GENERAL TERMS ANDCONDITIONS.pdf

- No

4 Taxes and Duties 4.TAXES AND DUTIESTERMS.pdf

- No

5 Arbitration clause 5.ARBITRATION CLAUSE.pdf - No

6 e-mandate format 6.E MANDATE.pdf - No

7 BG format 7.Bank Guarantee Formats.pdf - No

8 ANY SUPPORTING COMMERCIAL DATASHEETS CAN BE UPLOADED HERE.(NOTE Pdf file can only be uploaded. Multiple file to be merged into single pdf fileand uploaded)

- Allowed

Page 66: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HPCL: Procurement :- Projects & Pipelines : SUPPLY TENDER

Page 1 of 6

INSTRUCTIONS TO BIDDERS:- LIMITED TENDER

1) This is only a Tender Enquiry and not an order.

2) The tender should be submitted online at website

https://etender.hpcl.co.in/ only, by the due date and time, as specified in the tender. Late / delayed tenders submitted on line after the due date and time, for whatsoever reasons will not be considered. The Server Date & Time

as appearing on the HPCL website https://etender.hpcl.co.in/ shall only be considered for the cut-off date and time for receipt of tenders. Offers sent through post, telegram, fax, telex, e-mail, courier or by any other mode will

not be considered.

3) Partially completed / incomplete tenders shall not be considered. 4) All communications regarding the tender including queries, if any, and

submission of offers shall be done online within the e-Procurement system at website https://etender.hpcl.co.in/

5) Two Bid System

Bidders are required to submit offer in Two parts, namely “Unpriced” & “Priced”.

6) Validity

Quoted prices shall be valid for a period of 90 days from the due date / extended due date for the placement of order.

7) Bidders shall be required to arrange all resources, including Digital IDs and Internet Connections at their own cost, for participating in online

tenders at HPCL e-Procurement site. 8) HPCL shall not be responsible for any delays reasons whatsoever in

receiving as well as submitting offers, including connectivity issues. HPCL shall not be responsible for any postal or other delays in submitting EMD / tender cost wherever applicable.

9) Request for extension of tender submission due date, if any, received

from bidders within 48 hours of tender submission due date / time, shall not be considered.

10) Tender opening (unpriced bid as well as priced bid) will be done online at the time and dates specified in the tender. Vendors who have responded to the tender are requested to login at the specified date and time at HPCL e-

procurement website (https://etender.hpcl.co.in/) for witnessing the

Page 67: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HPCL: Procurement :- Projects & Pipelines : SUPPLY TENDER

Page 2 of 6

tender opening (unpriced bid as well as priced bid in case of technically accepted vendors).

11) HPCL reserves the right to accept any tender in whole or in part or reject

any or all tenders without assigning any reason. HPCL reserves right to accept any or more tenders in part. Decision of HPCL in this regard shall be final and binding on the bidder.

12) Technical and Unpriced Part of the Offer will be opened by HPCL as per the due date and time mentioned in the NIT (Notice Inviting Tender)/E-

Tender Calender .The Priced part of the Offer of technically qualified bidders will be subsequently opened on-line as per date advised subsequently.

13) Cost of bidding :

The bidder shall bear all costs associated with the preparation and submission of the bid, and Hindustan Petroleum Corporation Limited

(HPCL), will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

14) EMD (In case Applicable) A) VALIDITY OF EMD

Earnest Money Deposit shall be in the form of Original Bank Guarantee for the amount given in the NIT/E-TENDER and drawn on any Nationalized /

Scheduled bank (Other than Co-Operative Bank). Proforma of BG for EMD is given in this tender document. Cheque/ FDR/EMD in any other form will be treated as Offer without EMD. No adjustment shall be made with EMD

submitted earlier with other tenders of HPCL or any outstanding amount with HPCL. Earnest Money Deposit furnished by the Bidder (in the form of BG) shall be valid for a period of 04 (FOUR) MONTHS from the due date /

extended due date of the tender.

B) REFUND OF EMD i) EMD of un-successful bidder(s) will be refunded immediately upon completion of Price evaluation by means of A/c Payee Cheques, or by

returning the original BG.

ii) EMD of successful bidder(s) shall be refunded on submission of either the Security Deposit or the Performance Bank Guarantee as per terms of the tender.

15) VALIDITY OF OFFER

15.1 Bid submitted by Bidder shall remain valid for a minimum period of 90 days from the date of submission of Bids. Bidders shall not be entitled

during this period of 90 days, without the consent in writing of the Owner, to revoke or cancel their Bid or to vary the Bid given or any term thereof. In case of Bidders revoking or canceling their Bid or varying any of the terms in

Page 68: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HPCL: Procurement :- Projects & Pipelines : SUPPLY TENDER

Page 3 of 6

regard thereof without the consent of Owner in writing, Owner shall reject such Offers and forfeit Earnest Money paid by them along with their offers.

16) Bidders are advised to refrain from contacting by any means HPCL

and/or their employees / representatives on their own, on matters related to Bids under consideration. HPCL, if necessary, will obtain clarification on the Bid by requesting for such information/clarifications from any or all

Bidders, either in writing or through personnel contact. Bidders will not be permitted to change the substance of Bids after opening of Bids.

17) HPCL may solicit the bidder’s consent to an extension of the period of validity of offer. The request and the response there to shall be made in

writing. If the bidders agree to the extension request, the validity of Bank Guarantee towards Earnest money shall also be suitably extended. Bidders may refuse the request without forfeiting his EMD. However, bidders

agreeing to the request for extension of validity of offer will neither be permitted to revise the price nor to modify the offer.

18 BID CLARIFICATIONS/AMENDMENTS BY HPCL

18.1 HPCL may issue clarifications / amendments in the form of online addendum / corrigendum and on Message Board at

https://etender.hpcl.co.in/ during the bidding period and may also issue amendments subsequent to receiving the bids. For the

addendum/corrigendum issued during the bidding period, bidders shall confirm the inclusion of addendum/corrigendum/Messages on Message Board in their bid. Bidder shall follow the instructions issued along with

addendum/corrigendum/Messages on Message Board. 18.2 Bidders shall examine the Bidding Document thoroughly and submit to

HPCL any apparent conflict, discrepancy or error. HPCL shall issue appropriate clarifications or amendments, if required. Any failure by Bidder

to comply with the aforesaid shall not excuse the Bidder from performing the Services in accordance with the contract if subsequently awarded.

19) CONFIDENTIALITY OF DOCUMENTS

Bidder shall treat the Bidding Document and contents therein as private and confidential and shall not use the Bidding Document for any other purposes.

20.0 APPLICABLE LANGUAGE

The bid prepared by the bidder, all correspondences and documents related to this bid shall be written in English language only. For document

submitted in any other language, an English translation shall also be submitted, in which case, for the purpose of interpretation of the bid, the English translation shall govern.

Page 69: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HPCL: Procurement :- Projects & Pipelines : SUPPLY TENDER

Page 4 of 6

21) CAUTION AND DISCLAIMER

Transfer of Bid document by the bidder is not permitted.

Bidder shall make his own interpretation of any and all information provided in the Bidding Document. HPCL shall not be responsible for the accuracy or

completeness of such information and/or interpretation. Although certain information’s are provided in the Bidding Document,

however, bidder shall be responsible for obtaining and verifying all necessary data and information as required by him.

22) EVALUATION OF UNPRICED BIDS

The bids shall be evaluated on the basis of the following criteria :

22.1 RECEIPT OF BID Bids received late i.e. after due date and time, due to any reason (s)

whatsoever shall be rejected.

22.2 DEVIATIONS TO TENDER REQUIREMENTS

The bidders are required to submit offers strictly as per the terms and conditions/specifications given in the Bidding Document and not to stipulate any deviations. The offer of bidders stipulating deviations are liable

for rejection. In case Bidders wish to stipulate any deviation to Bidding Document requirements, they shall indicate (upload at https://etender.hpcl.co.in/) the same as per the format enclosed in the

Bidding Document. Bidder shall note that clarification/queries/deviations mentioned elsewhere in the offer shall

not be given any cognizance. However HPCL reserves their right to reject bids containing deviations to any of the Bidding Document stipulations.

23) UNSOLICITED POST BID MODIFICATION

Bidders are advised to quote strictly as per terms and conditions of the Bidding Document and not to stipulate any deviation / exceptions. Once, quoted the bidders shall not make any subsequent price changes, whether

resulting or arising out of any technical / commercial clarifications sought/allowed on any deviations or exceptions mentioned in the bid unless discussed and agreed by HPCL in writing.

Page 70: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HPCL: Procurement :- Projects & Pipelines : SUPPLY TENDER

Page 5 of 6

24) DETERMINATION OF RESPONSIVENESS

i) Prior to the financial evaluation of bids, the HPCL will determine whether each bid is substantially responsive to the requirements of the Bidding

Document.

ii) For the purpose of this Clause, a substantially responsive bid is one which conforms to all the terms and conditions and specifications of the

Bidding Document without material deviation or reservation. A material deviation or reservation is one which affects in any substantial way the scope, quality, or performance of the works or which limits in any

substantial way, inconsistent with the Bidding Document, the HPCL’s rights or Bidder’s obligation under the Contract and retention of which deviation or

reservation would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

iii) If a bid is not substantially responsive to the requirements of the Bidding

Document, it may be rejected by the HPCL. Such rejection may be intimated to the Bidder.

25) EVALUATION OF PRICE BIDS

25.1 The “PRICE BIDS” of only substantially responsive bidders and techno – commercially accepted shall be considered for opening. 25.2 Bidders shall quote the prices in Indian Rupees only.

25.3 The quoted prices shall be checked to determine the arithmetical correctness of the same.

25.4 HPCL reserves their right to extend purchase/price preference to NSIC/Public Sector Enterprises as admissible under the existing policies of Government of India as on the date of opening unpriced bids.

25.5 HPCL reserves their right to negotiate the quoted prices with lowest bidder. 25.6 HPCL reserves the right to delete any of the items in the Schedule of

Rates at the time of placement of Fax of Intent/Purchase Order. The decision of HPCL shall be final and binding.

26) REBATE

No suo-moto reduction in prices quoted by bidder shall be permitted after

opening of the bid. If any bidder unilaterally reduces the prices quoted by him in his bid after opening of bids, the bid (s) of such bidder(s) are liable to be rejected. Such reduction shall not be considered for comparison of prices

but shall be binding on the bidder in case he happens to be a successful bidder for award of work.

27) Wherever possible, payment shall be tendered to the contractor in electronic mode (e-payment) through any of the designated

banks. The contractor will comply by furnishing full particulars of Bank account (mandate) to which the payments will be routed.

Page 71: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

HPCL: Procurement :- Projects & Pipelines : SUPPLY TENDER

Page 6 of 6

Owner reserves the right to make payment in any alternate mode also.

IN CASE THE ORDER IS FINALISED ON YOU AND THE MANDATE FOR

PROCESSING E-PAYMENT HAS NOT BEEN SUBMITTED BY YOU, THEN THE PAYMENT MAY NOT BE EFFECTED TILL THE SUBMISSION OF E-MANDATE BY YOU AND UPDATION OF NECESSARY AT OUR END. ANY

CONSEQUENT DELAYS IN PAYMENT WILL BE TO YOUR ACCOUNT AND HPCL SHALL NOT BE RESPONSIBLE FOR THE SAME.

IN CASE THE E-MANDATE HAS BEEN SUBMITTED EARLIER THE SAME IS NOT REQUIRED TO BE RE-SUBMITTED,

28) PURCHASE ORDER (PO)

28.1 Purchase Order shall be prepared for award of works. Successful

bidder shall be intimated regarding award of works through Fax/Letter of Intent. Until the final PO is prepared and executed, this Bidding Document together with the annexed documents, modification, deletions agreed upon

by the HPCL and Bidder’s acceptance thereof shall constitute a binding contract between the successful bidder and the HPCL based on terms contained in the aforesaid documents and the finally submitted and

accepted prices.

28.2 The Purchase Order shall consist of the following :

a) Original Bidding Document along with its enclosures issued.

b) Addendum/Corrigendum/Messages in Message Board to Bidding

Document issued, if any.

c) Fax/ Letter of Intent, if any.

d) The detailed Letter of Award/Acceptance along with Statement of Agreed

Variations (if any) and enclosures attached therewith.

28.3 The statement of agreed variations shall be prepared based on the finally retained deviations, if any, by the Bidder and accepted by HPCL. All other correspondences between HPCL and the Bidder prior to issue of

Fax/Letter of Intent shall be treated as Null & Void. Any deviations or stipulations made and accepted by HPCL after award of the job shall be

treated as amendments to the contract document as above.

Page 72: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

Page 1 of 3

Tender Enquiry No. 12000151-HB-10002

EVALUATION CRITERIA:- This tender will be finalized on ITEM WISE LOWEST delivered cost basis. Bids shall be evaluated on the basis of landed cost at site, including all duties, taxes, freight etc. We invite your most competitive offer for above Job/Sub on “FOR Destination” basis. Following are the documents enclosed herewith:

1) Instruction to Bidders (Two Bid System) .

2) NOTICE INVITING TENDER (NIT)

3) General Supply Items_ Terms_ Conditions

4) Terms_Conditions_Taxes & Duties

5) Formats

6) Integrity Pact.

7) Technical Specifications .

8) Agreed Terms and conditions.

Sr. No. 8 Bidders are required to furnish their comments in the space provided. Please do not leave the space blank.

NSIC Certificate: In case of having valid registration with NSIC, copy of the

NSIC registration certificate is required to be uploaded by the bidders. Facility for uploading of the same has been separately provided in the tender.

Declaration with respect to blacklisting: A declaration to the effect that applicant was not blacklisted by any

CPSU/PSU or by Government of India in the past shall be submitted by the Applicant along with the application in the format attached.

In case of any queries pertaining to this tender, please direct the same to: Shri J D CHANDRA KUMAR (Manager- Procurement - P&P) (Phone:- 022 22608520) e-mail id : [email protected] OR S MUNAWAR FAHEEM (Officer- Procurement - P&P) (Phone:- 022 22608530) e-mail id : [email protected]

Address:- 2nd Floor, Gresham Assurance Building, Sir P.M.Road, Fort, Mumbai 400001.

Page 73: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

Page 2 of 3

E-Payment: Please note that payments against the PO finalised through this tender will be

effected through e-payment only. In case the order is finalised on you and the mandate for processing e-payment has not been submitted by you, then the

payment will not be effected till the submission of e - mandate by you and updation of necessary records at our end. Any consequent delays in payments will be to your account and HPCL shall not be responsible for the same.

Not required to be submitted, in case the same has been submitted earlier. Tender Due Date: 30/10/2012 (1500 hrs.). Please refer tender calendar for

any extension / modification of due dates of the tender.

DELIVERY PERIOD: AS PER TENDER

EMD: NIL for this tender. Clauses pertaining to EMD mentioned anywhere in the attached tender documents may be ignored.

GENERAL INFORMATION: (i) Carefully follow the instructions given in Instructions to Bidders. The bidder must read all pages of the attachments to the tender before bidding.

(ii) Bid document is non-transferable.

(iii) On-line Bidding:

Since this is an e tender on a new platform, the bids are to submitted on-line at site https://etender.hpcl.co.in. For logging in at above site, bidder shall

be required to login with vendor ERP number as user id and password shall be same which vendor is using for HPCL bill tracking system. In case vendor/bidder is not having above user id/password the request on bidder’s

letter head should be sent by fax or a scan copy can be sent by e-mail. Once after using the password for logging in, vendor is requested to change the password at the Bill tracking website (http://bills.hpcl.co.in), in order to

maintain security.

DIGITAL CERTIFICATE: For submitting the bid on-line, it would be mandatory for bidders to obtain

digital certificate (with key usage: Digital signature, Non-repudiation). For information regarding digital certificate, bidders may visit

http://www.cca.gov.in After logging in at https://etender.hpcl.co.in, vendor shall be required to

upload the public key of his signing digital certificate under the link “Digital Certificate”.

In case bidders are unable to access the site https://etender.hpcl.co.in, or have any other difficulty in bidding process, they may contact 022- 2260

8530/20 at Mumbai on all working days during office hours.

Page 74: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

Page 3 of 3

Vendors who have already got valid digital certificate (with key usage: Digital

signature, Non-repudiation) are not required to procure another digital certificate.

After uploading the public key (*.cer format) of their digital certificate at above link, vendor should contact undersigned/ HPC for validation of digital

certificate. Please note that in case of limited tenders, the vendors who have been

shortlisted for that particular tender only can participate in the subject tender.

Please note that HPCL will not be responsible for any costs incurred in preparation and submission of bids online, including the cost of obtaining digital certificate, regardless of the conduct & outcome of the bidding process.

The tender document can also be viewed at the site

www.hindustanpetroleum.com. Please note that responses submitted online at the site

https://etender.hpcl.co.in (from the bidders to whom the tender has been floated) only will be considered for evaluation, and the response received in any other form / mode shall not be considered.

(iv) HPCL will not be responsible for the cost incurred in preparation and

submission of bids including the cost of digital certificate, regardless of the conduct of outcome of the biding process.

(v) HPCL shall not be responsible for any expenses incurred by bidders in

connection with the preparation & submission of their bids, site visit and other expenses incurred during bidding process.

(vii) Fax / e-mail bids shall not be accepted.

(vii) HPCL reserves the right to accept or reject any one or all the tenders without assigning any reason.

(viii) Completed Tenders in all respect should be submitted on-line at website https://etender.hpcl.co.in by the tender due date/ time. Unpriced

(Technical) bids shall be opened on-line and participating bidders can view / witness the same on-line by logging in at website https://etender.hpcl.co.in.

Bidders would not be allowed to submit their bid after stipulated tender due date and time.

Page 75: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

GENERAL TERMS AND CONDITIONS

Page 1 of 7

GENERAL TERMS AND CONDITIONS OF SUPPLY:

(1) Testing / Inspection : Equipment will be subjected to Inspection by representatives of HPCL / 3rd party as per the scope of inspection attached. Quoted prices shall include Bidder’s charges towards testing as per scope of inspection. Inspection charges (in case applicable as per tender specifications and Terms) payable to 3rd party shall be quoted separately.

(2) TRANSIT INSURANCE:- Transit Insurance Shall be arranged by bidder &

Charges are to be mentioned in unprice bid.

(3) FIRM PRICES :- Rates quoted by the bidders should be on firm price basis. Prices will remain firm till complete execution of the order.

The prices quoted by the Tenderer shall be firm during the validity period of the

bid and Tenderer agrees to keep the bid alive and valid during the said period. The Tenderers shall particularly take note of this factor before submitting their tender(s).

In consideration for having a chance to be considered for entering into a contract

with the Owner, the Tenderer agrees that the Tender submitted by him shall remain valid for the period prescribed in the tender conditions, from the date of opening of the tender. The Tenderer shall not be entitled during the said validity period, to revoke or cancel the tender without the consent in writing from the Owner.

Unless specifically provided for in the tender documents or any Special

Conditions, no escalation in the Tender rates or prices quoted will be permitted throughout the period of contract or the period of actual completion of the job/Delivery of Material whichever is later on account of any variation in prices of materials or cost of labour or due to any other reasons. Claims on account of escalation shall not be arbitrable.

(4) Statutory variation in taxes / duties :- Variations of taxes and duties arising out of the amendments to the Central / State enactments, in respect of sale of goods / services covered under this bid shall be to HPCL’s account, so long as :

They relate to the period from the immediate next day of opening of the bid till the placement of LOI /PO and during the contractual delivery period only will be to HPCL’s account.

The vendor furnishes documentary evidence of incurrence of such variations, in

addition to the invoices/documents.

Page 76: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

GENERAL TERMS AND CONDITIONS

Page 2 of 7

4) DELAYED DELIVERY / LIQUIDATED DAMAGES (LD) (I) Delivery is the essence of purchase order. In case of delay in execution

of the order beyond contractual delivery date as stipulated in the tender / order, HPCL at its option can :

„Either‟

a) Accept the delayed delivery on price reduced by sum equivalent 0.5 % of the basic value of goods not delivered per week of delay (for fractional days, LD shall be applicable on pro-rata basis), subject to a maximum of 5 % of total basic order value.

„or‟

b) Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account at the risk of the seller without prejudice to its right under (i) above in respect of goods delivered. All costs and expenses incurred by HPCL, if any, resulting from cancellation of order shall be recovered from seller.

(II) Loading in Evaluation of Bid.:- In case any bidder does not accept

tender Delivery period and mentions delivery period which is more than stipulated delivery period and if the same is being accepted by HPCL, for evaluation purpose only, the bidder’s rate shall be loaded as per Delayed / LD clause mentioned above.

(5) TERMS OF PAYMENT :- Wherever possible, payment shall be tendered in electronic mode (e-payment), through any of the designated banks. The bidder will comply by furnishing full particulars of bank account (e-mandate) to which the payments are to be routed. HPCL reserves the right to make payment in any alternate mode also.

Payment against invoices shall be made on receipt of equipment / material

at site against submission of following documents along with your Bill / Invoice:

i) Delivery Challan / Lorry Receipt duly acknowledged by our site.

ii) Manufacturer’s Test Certificate

iii) Third Party Inspection / Clearance Report

iv) Manufacturer’s Guarantee Certificate

v) Performance Bank Guarantee for 10 % of Basic Order Value.

Page 77: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

GENERAL TERMS AND CONDITIONS

Page 3 of 7

Payment Schedule 75% of the bill amount duly recommended by consultant / user shall be paid in 7 days of receipt of bill. Balance 25 % will be paid after verification / certification in 15 days of receipt of bill Payment shall be made within 15 days of receipt of bill at our disbursement section at Gresham Assurance House 2

nd floor, Sir P M Road, fort, Mumbai 400 001

Please note that HPCL cannot make any advance payment with order OR against dispatch documents through Bank.

(6) Non acceptance of commercial terms and conditions may result in rejection of

your offer, or suitable commercial loading.

(7) HPCL reserves the right to reject offers not meeting its Technical requirements and commercial conditions.

(8) In case you fail to execute the order (if placed on you) as per tender terms & conditions, HPCL shall get the job done / material supplied through separate agency at your risk & cost.

(9) HPCL reserves the right to place orders for the items mentioned in this tender

on one or more parties. The offers of bidders not accepting part order clause are liable to be rejected at the sole discretion of HPCL.

(10) HPCL reserves the right to accept any tender in whole or in part or reject any or all tenders without assigning any reason. HPCL reserves right to accept any or more tenders in part. Decision of HPCL in this regard shall be final and binding on the bidder.

(11) HPCL shall follow Purchase Preference / Price Preference as per prevailing guidelines of Government of India. In case of Public Sector Undertaking self-declaration should be submitted by the party along with unpriced bid. In case bidder is registered with NSIC, Copy of valid registration certificate is to be

submitted along with unpriced bid.

(12) Bidders must clearly indicate in their offer the different taxes and duties which they propose to charge extra mentioning clearly the present rates thereof. Vague offers like “Duties as applicable” or “To HPCL account” etc. are liable to be ignored.

(13) Seller‟s Standard Conditions: Seller’s standard conditions if any shall not be applicable to this Order and only Purchaser’s general conditions of contract and additional / revised conditions as agreed between Maker(s) / Seller and Purchaser or bought out in the reference documents of this Order shall apply.

Page 78: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

GENERAL TERMS AND CONDITIONS

Page 4 of 7

(14) Patents, Infringement & Indemnity :

a) Seller shall protect and fully indemnify Purchaser from any claims for infringement of patents, copyright, trade mark or the like.

b) Seller shall also protect and fully indemnity Purchaser from any claims from Seller’s workmen/employees, their heirs, dependents, representatives etc. Or from any other persons/persons or bodies/companies etc. for any act of commission or omission while executing this Order.

c) Seller shall be responsible for compliance with requirements under the laws

and shall protect and indemnify completely Purchaser from any claims/penalties arising out of any infringements.

(15) Substitution, Wrong supplies and Short supplies: Unauthorized

substitution or materials delivered in error, other than those mentioned in the Purchase order, or material of sub-standard quality or supplied in excess quantity (unless authorised by the buyer), shall be rejected and the rejected goods if any shall be returned to Seller at Seller’s cost and risk.

(16) PERFORMANCE GUARANTEE "The supplies made against this order shall be fully guaranteed against any manufacturing defects/poor workmanship/inferior design or quality etc. for a period of 12 months from the date of commissioning or 18 months from the date of supply whichever is earlier. During this period, you will arrange to repair/replace any defective parts free of cost or replace complete set if required. Guarantee Certificate should be submitted along with dispatch documents. You will furnish performance Bank Guarantee in favour of HPCL issued by any Scheduled bank (other than co-operative banks) for 10 % of the total basic value of the material supplied and valid up to a period of 3 months beyond the expiry of defect liability period."

15) Grievance Redressal Mechanism:

Hindustan Petroleum Corporation Limited (HPCL) has developed a “Grievance Redressal Mechanism” to deal with references / grievances if any that are received from parties who participated / intend to participate in the Corporation Tenders. The details of the same are available on our website www.hindustanpetroleum.com.

16) FORCE MAJEURE

16.1 Any delay in or failure of the performance of either part hereto shall not constitute default hereunder or give rise to any claims for damage, if any, to the extent such delays or failure of performance is caused by occurrences such as Acts of God or an enemy, expropriation or confiscation of facilities by Government authorities, acts of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes. The Contractor shall keep records

Page 79: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

GENERAL TERMS AND CONDITIONS

Page 5 of 7

of the circumstances referred to above and bring these to the notice of the Engineer-in-Charge/Site-in-Charge in writing immediately on such occurrences. The amount of time, if any, lost on any of these counts shall not be counted for the Contract period. Decision of the Owner arrived at after consultation with the Contractor, shall be final and binding. Such a determined period of time be extended by the Owner to enable the Contractor to complete the job within such extended period of time.

16.2 If Contractor is prevented or delayed from the performing any of its obligations under this Agreement by Force Majeure, then Contractor shall notify Owner he circumstances constituting the Force Majeure and the obligations performance of which is thereby delayed or prevented, within seven days of the occurrence of the events.

18) ARBITRATION CLAUSE

18.1) All disputes and differences of whatsoever nature, whether existing or which shall at any time arise between the parties hereto touching or concerning the agreement, meaning, operation or effect thereof or to the rights and liabilities of the parties or arising out of or in relation thereto whether during or after completion of the contract or whether before after determination, foreclosure, termination or breach of the agreement (other than those in respect of which the decision of any person is, by the contract, expressed to be final and binding) shall, after written notice by either party to the agreement to the other of them and to the Appointing Authority hereinafter mentioned, be referred for adjudication to the Sole Arbitrator to be appointed as hereinafter provided.

18.2) The appointing authority shall either himself act as the Sole Arbitrator or

nominate some officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as owner or HPCL) or a retired officer of any other Government Company in the Oil Sector of the rank of Ch. Manager & above or any retired officer of the Central Government not below the rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes and differences between the parties. The contractor/vendor shall not be entitled to raise any objection to the appointment of such person as the Sole

Arbitrator on the ground that the said person is/was an officer and/or shareholder of the owner, another Govt. Company or the Central Government or that he/she has to deal or had dealt with the matter to which the contract relates or that in the course of his/her duties, he/she has/had expressed views on all or any of the matters in dispute or difference.

18.3) In the event of the Arbitrator to whom the matter is referred to, does not accept the appointment, or is unable or unwilling to act or resigns or vacates his office for any reasons whatsoever, the Appointing Authority aforesaid, shall nominate another person as aforesaid, to act as the Sole Arbitrator.

18.4) Such another person nominated as the Sole Arbitrator shall be entitled to proceed with the arbitration from the stage at which it was left by his

Page 80: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

GENERAL TERMS AND CONDITIONS

Page 6 of 7

predecessor. It is expressly agreed between the parties that no person other than the Appointing Authority or a person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator. The failure on the part of the Appointing Authority to make an appointment on time shall only give rise to a right to a Contractor to get such an appointment made and not to have any other person appointed as the Sole Arbitrator.

18.5) The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement.

18.6) The work under the Contract shall, however, continue during the

Arbitration proceedings and no payment due or payable to the concerned party shall be withheld (except to the extend disputed) on account of initiation, commencement or pendency of such proceedings.

18.7) The Arbitrator may give a composite or separate Award(s) in respect of each dispute or difference referred to him and may also make interim award(s) if necessary.

18.8) The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of the Arbitrator shall be s. 40,000/- per case for transportation contracts and R. 60,000/- for engineering contracts and if the sole Arbitrator completes the arbitration including his award within 5 months of accepting his appointment, he shall be paid s. 10,000/- additionally as bonus. Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shall be paid stagewise i.e. 25% on acceptance, 25% on completion of pleadings/documentation, 25% on completion of arguments and balance on receipt of award by the parties.

18.9) Subject to the aforesaid, the provisions of the # Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the Arbitration proceedings under this Clause.

18.10) The Contract shall be governed by and constructed according to the laws in force in India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at Mumbai for all purposes. The Arbitration shall be held at Mumbai and conducted in English language.

18.11) The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation Limited.

19) Issue of “C” Form & VAT Set-off :

Please note that for these supplies, “C” Form will not be issued by HPCL. All bidders are requested to quote accordingly. All bidders are also requested to note that the evaluation will be carried out on “net of VAT” basis, in the states where VAT set-off is available. Bidders quoting VAT

Page 81: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

GENERAL TERMS AND CONDITIONS

Page 7 of 7

must be registered in the respective State of supply and must provide VAT Invoice, in order to enable HPCL to avail the VAT set-off. The Tax invoices must contain the following details.

Name, address & TIN No. of Seller.

Serial No. & date of Invoice.

Date of Delivery

Description of goods

Quantity / Volume of goods

Rate of tax for each category of goods

Total value of the goods sold, with the VAT element indicated separately.

Important Note :

Bidders to note that no set-off is available for

supplies against CST.

Bidders must indicate in the appropriate field provided as to whether the Sales Tax rate

quoted by them is CST or VAT. In case bidders quote all inclusive rates, and

VAT component cannot be ascertained, then no set – off will be given.

Page 82: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

TERMS & CONDITIONS FOR TAXES AND DUTIES : Procurement- Projects & Pipelines : SUPPLY

Page no. 1 of 2

Important Notes : 1) Please indicate the exact charges applicable as on the date of submission of bids in %

terms clearly. DO NOT specify “At Actual”, “by HPCL” etc.

2) CST witout FORM C :- Please quote for CST without FORM C, since HPCL shall not issue FORM C (Unless Specifically Mentioned).

3) Whatever % of taxes you are quoting against CST w/o FORM C, the same shall considered in evaluation and if you are L1 bidder , the quoted % of taxes shall be payable , without FORM C. PLEASE take care while quoting.

4) It is the responsibility of the bidder to ascertain the exact charges applicable towards various Duties & Taxes (including charges towards Octroi, entry tax etc. if any applicable) prevailing at the time of submission of bids. Only those charges that are indicated will be considered for evaluation, and Purchase Order will be processed accordingly on the L-1 bidder. No additional payments will be made for whatsoever reasons, other than statutory revisions.

5) In case any of the charges being Not applicable, Nil, or inclusive in the rates quoted by you, the same may be indicated clearly against the space provided for the same. Otherwise the same can also be mentioned in Deviation list.

6) n case any of the boxes in online tax sheet are left blank, the same will be construed as “NIL” for the purpose of evaluation, and PO will be placed accordingly, in case of party becoming L-1.

7) The charges indicated above only will be considered for evaluation. In case any of the above mentioned charges have been indicated by you at any other place in the tender document or covering letter etc., and if there is any discrepancy between the two, then the lower of the two will be considered for evaluation and PO will be placed accordingly, in case of party becoming L-1.

8) If felt necessary, bidder may quote minimum lumpsum charges towards Freight & Third Party Inspection (if applicable), in case of part order. Please note that wherever lumpsum charges are mentioned, such charges will be considered in full during iteration, and no proration will be carried out, i.e, if the bidder is becoming L-1 for only a few of the tendered items, then the lumpsum / minimum charges will be applied for such items and the bid will be reevaluated to ascertain whether the party still remains L-1 for these items. Hence, it is once again advised that quoting of lumpsum charges should be avoided, and applicable charges should be preferably mentioned in % terms.

9) UNLOADING:

� Please note that unloading will be arranged by HPCL, unless specifically mentioned in tender terms and conditions.

� Bidders are requested to quote “0” in the field provided for unloading , unless specifically mentioned in tender terms and conditions.

� Kindly note that in case Unloading is in HPCL’s Scope and you are quoting for the same, the same shall not be considered during evaluation and PO shall be placed accordingly.

Page 83: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

TERMS & CONDITIONS FOR TAXES AND DUTIES : Procurement- Projects & Pipelines : SUPPLY

Page no. 2 of 2

10) In case of items where only “Service Tax” is required to be quoted (AMC, Installation & Commissioning etc.), please indicate the appropriate % of Service Tax against the field provided for “Any other tax / charges (in %)” and also mention “service tax”.

11) Octroi :

� Wherever applicable, indicate charges towards Octroi in %. Please note that any % quoted by you will be considered for evaluation. However, payment will be made at actuals, against submission of documentary proof, subject to the maximum of the % quoted by you.

� In case of items where “Octroi” is required to be quoted, please indicate appropriate % of Octroi against the field provided for “Any other tax / charges (in %).”

12) Various charges quoted above will be evaluated as mentioned in the table below (FOR Destination basis).

DESCRIPTION APPLICATION

Basic Price Not Applicable

Packing & Forwarding (P & F) On (Basic Price)

Excise Duty (ED) On (Basic Price + P & F)

Sales Tax (ST) - VAT / CST On (Basic Price + P & F + ED)

Freight On (Basic Price)

Third Party Inspection (TPI) On (Basic Price)

Transit Insurance (TI) On (Basic Price)

Unloading Charges On (Basic Price)

Octroi (wherever applicable) On (Basic Price + P & F + ED + ST + Freight + TPI + TI)

Any other taxes If not specifically mentioned, any other taxes shall be calculated on total landed/delivered cost.

Service Tax will be applied on the charges quoted against Installation & Commissioning jobs, if any mentioned in the tender.

In the Unprice bid format, provision is available for quoting taxes & Duties in (%) terms only. Basic unit rate is to be quoted in INR. In case bidders require to quote minimum Lump sum Charges towards Freight & TPI, the same may be mentioned as a deviation. However, % charges towards Freight & TPI must be quoted in the UnPriced bid format. For evaluation purpose, the higher of the two will be considered.

Page 84: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

�����������

ARBITRATION CLAUSE

1) All disputes and differences of whatsoever nature, whether existing or which shall at any

time arise between the parties hereto touching or concerning the agreement, meaning, operation or effect thereof or to the rights and liabilities of the parties or arising out of or in relation thereto whether during or after completion of the contract or whether before after determination, foreclosure, termination or breach of the agreement (other than those in respect of which the decision of any person is, by the contract, expressed to be final and binding) shall, after written notice by either party to the agreement to the other of them and to the Appointing Authority hereinafter mentioned, be referred for adjudication to the Sole Arbitrator to be appointed as hereinafter provided.

2) The appointing authority shall either himself act as the Sole Arbitrator or nominate

some officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as owner or HPCL) or a retired officer of any other Government Company in the Oil Sector of the rank of Ch. Manager & above or any retired officer of the Central Government not below the rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes and differences between the parties. The contractor/vendor shall not be entitled to raise any objection to the appointment of such person as the Sole Arbitrator on the ground that the said person is/was an officer and/or shareholder of the owner, another Govt. Company or the Central Government or that he/she has to deal or had dealt with the matter to which the contract relates or that in the course of his/her duties, he/she has/had expressed views on all or any of the matters in dispute or difference.

3) In the event of the Arbitrator to whom the matter is referred to, does not accept the appointment, or is unable or unwilling to act or resigns or vacates his office for any reasons whatsoever, the Appointing Authority aforesaid, shall nominate another person as aforesaid, to act as the Sole Arbitrator.

4) Such another person nominated as the Sole Arbitrator shall be entitled to proceed with the arbitration from the stage at which it was left by his predecessor. It is expressly agreed between the parties that no person other than the Appointing Authority or a person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator. The failure on the part of the Appointing Authority to make an appointment on time shall only give rise to a right to a Contractor to get such an appointment made and not to have any other person appointed as the Sole Arbitrator.

5) The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement.

6) The work under the Contract shall, however, continue during the Arbitration proceedings and no payment due or payable to the concerned party shall be withheld (except to the extend disputed) on account of initiation, commencement or pendency of such proceedings.

Page 85: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

����������

7) The Arbitrator may give a composite or separate Award(s) in respect of each dispute or

difference referred to him and may also make interim award(s) if necessary.

8) The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of the Arbitrator shall be Rs. 40,000/- per case for transportation contracts and Rs. 60,000/- for engineering contracts and if the sole Arbitrator completes the arbitration including his award within 5 months of accepting his appointment, he shall be paid Rs. 10,000/- additionally as bonus. Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shall be paid stagewise i.e. 25% on acceptance, 25% on completion of pleadings/documentation, 25% on completion of arguments and balance on receipt of award by the parties.

9) Subject to the aforesaid, the provisions of the # Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the Arbitration proceedings under this Clause.

10) The Contract shall be governed by and constructed according to the laws in force in India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at Mumbai for all purposes. The Arbitration shall be held at Mumbai and conducted in English language.

11) The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation Limited.

Page 86: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

������������������ ��� ��������� ����������� ���������� ������� ������������

� ������������� � �����!���"!� �������#$$�!��%��& ���� '��"�(�#��������)������ ������ � ��� �#'�������*

%#+� �'���

Page 87: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� ����������������������������������������������

������������������� �������� ��� (On Non-Judicial stamp paper of appropriate value)

������������� ����������������������������

� ������� ���������������� ����� �����

� ��� �! �" ����

� �������#�����

! $ ! � � %��&''�''(�

%) ���) � %* #" � �%�) ����! #� � " � ��%) * $ � �� ) � #�" ��#$ ! ���" �" � �%�) �

�%! %�#* ���� �+���������,�%�����������-������������������������������ ��.�

(/01.� ��+���� ��� ���������� �,,���� ��� (2.� 3 �����4�� ����� " ���.� ���5�-��'�

6�������,�����������7���������������7�8 ������9����������������������������

���5������������:�����������������

! �� � � �� ����������� ,���;���� ����������� 5���;��

������-� ���������� ����� ���� ��������� � ��.� (/01� ��+���� ��� �,,���� ���

6�������,�����������7������������7�8 ������9������������ ������� ����9�����.�

������������� ���� ����:� ������� ������� �� � ������ �

6�������,�����������7����������7�8 ������9���������������������-����������;�

��������������7����������7�����5-�7���������������7:�,����������-��,������

��;�9������� �,� ��+���� ,��� 7���� �����������7� ���� 7���� �����������7� ��+����

�����������������������������������-������,�#������! ���-�,�������,�,�������

�,�������������������

�����������,���������������,�����������5���� ��<�� ��������,�������������,�

" �6" ���� ����-: �

= �.� � � ��<� ��+���� �,,���� ��� �

� ��5�-�

6�������,���� ��,������ ��� �� 7���� � ��<7� 8 ����� �9������� ����� ������� ���

��������������:����������>����������5����,��,�7������������7�����5-�

�����������-��������������������8 ��������-���������,������������������������

�9��������" �6"���� ����-:����������-�������������.�

���.� ������� ���� �9����� ����� ��� ��� ,,����� 5-� 7���� �����������7� 5-�

�������,��������,������������,�,�����������,�����-�5�������������������,�7����

��������7��,���-��,�������������������������,���������7������7 �

� �= �.� �� ��<�,�����������������7���������������7������5��

����3 ����8 ���������������7��������7����,������������,�������,�,������������

7������7� ��� ����� ������,� ��� ���������� 5������ �,� ��-� �,� ���� ����� ����

���������� �,� 7���� �����7� ���� ���� �9����� �,� ��.� ������.� ���.� ������� ����

�9����� ,,����� ��� �������� ��� 8 ���� 5�� ,,����� ��� �������� 5-� 7����

Page 88: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� ����������������������������������������������

�����������7�����������������,�����8 ��8 ��+�� ���,�+����,�7���������������7�����

����������������,��������8 �����8 ����������������;���7������������7���-�5��

����������� �

? �= �.� �� ��<�,������������������������������������5-�7����

�����������7�����������5��,���������5����������7����� ��<7������7����� ��<7�@�

���5����-������-����������������������������7����� ��<7����������<�������-�7����

�����������7� ���� ������ �� ��������� ��� ,���� ������� ���� 8 ������ ��-� �����

���8 �������������-�������������5-�7������������7������-������������� ������

����������������������5�����������������5�,������-�����.����5���������5��������

��������� �������.� ��� ���5����-� ����� ���� ��������� 5����� �5����� ����

������������ �

& �= �.� �� ��<�,������������8 ����7���������������7������7����

�����������7� ����� ��+�� ���� ,����� ��5���-� 8 ������ ��� ������� ���� 8 ������

�,,������� �����-������������5���������������������+��-���-��,��������������

���������� �,� ���� ���� 7������7;��� ��� �9����� ����� �,� ���,�������� 5-� 7����

��������7� ,���� ����� ��� ����� ��� ��� �������� ,��� ��-� ����� ��� ����� ��-� �,� ����

��8 ���

�9�����5��� 5-� 7���� �����������7� ������� 7���� ��������7� ���� ��� ,��5���� ���

��,�������-��,������������������������������������7����������7�����8 �����������

5�������+���,������� ���5����-�5-��������,���-����+�������������9�������5�����

�����������7������������7����,�����-�,��5�������.����������������������������

�,�7���������������7������-�����������5-�7���������������7����7������������7����

5-���-��������������������8 �����+���8 ����������������8 �������������������

8 ����5��,����������+�������+�������,,�����,������+���� �

0 � ) ��= %��� �� ) * %) � � ��-������ ������5�,���� ���������.� ��� ���5����-� �����

���� � �������� ������������ ��� " � � 6" ��� � ���-: � ���

���5����-����������������������������������,�����������9����������,��9�������

,���� ���� ��� ����� �,� �������� �,� ���� ���� 7������7 � $ ���� �� ������� ��� ������

����� ���� ��������� �� ����� ��� � ��� 8 ������� 8 ������ ���� ������.� ����� �.� ��� ���

5�,���� � ���� ������ �,� 7���� �����������7� ����� ���� ����

��������� ����� 5�� ,��,������ ���� 8 �� ����� 5�� �����+��� ���� ���������� ,���� ����

���5���������������� �

1 � = �.� � � ��<� ,������ ������<�� ���� ��� ��+�<�� ����

��������� ������ ��� ������-� �9����� 8 ���� ���� ���+��� ������� �,� 7����

�����������7����

= ������ �

Page 89: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� ����������������������������������������������

2 �= �.� �� ��<�����-������������7����� ��<7�@����5����-������

����������������������5���,,������5-���-���������������������������,�7����

��������7 �

A �7����� ��<7������8 �������������������������,�+����,�7���������������7����

����� �,� ���� �������� ���;��� ���� � ��������;��������� ��� ! �$ � �������� �����

5��8 ����7������������7�����7����� ��<7�������������� �

%) � = %�) #� � � = �#" #��� ���� � ��<� ��� �9������ ���� �������� ��� ����

���-��,� �

���� �� ��<�

65-���������������������-:�

6� ���������,������������������

����������5����,��,�7����� ��<7:�

Page 90: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� ����������������������������������������������

BANK GUARANTEE FOR SECURITY DEPOSIT (On Non-Judicial stamp paper of appropriate value)

������������� ��������������������������������������������������������������

���� �! �"������������#�����!$!��%��&''�� %(���(�%)#"��%�(����!#��"� ��%()$���(� #�"��#$!���" �"��%�(��%!%�#)*�����+���������,�%�����������-���������������� ����������������*�

./01*� ��+���� ��� ���������� �,,���� ��� .2*� 3�����4�� ����� "���*� ���5�-��'�6�������,�����������7���������������7�68������9�������������������������������5������������:���+�����������������������!���� ���

����������� ,���;���� ����������� 5���;�� ������-� ���������� ����� ������������� ���*� ./01� ��+���� ��� �,,���� ��� � 6�������,���� ������� 7����

������7:�68������9������������ ��������9�����*����������������������:�+���� ������ (� � ����� � 6�������,���� ������� 7���� �����7�8������9������������ ���������-����������;��������������7���������7�����

5-� 7���� �����������7:� ,��� ���� ���-� �,� ����� ��;�9������� �,� ��+���� ,��� 7���������������7�����7���������������7���+�������������

��:�����������������������������-������,�������-�)������,�������,�,��������������,���������,���������������

�5:� ����� 7���� ������7� ����� ,����� �� �����-� ,��� ���� ���,�������� �,� 7����

������<7� �5��������� ���;��� ��������� �,� 7���� ������<7� ���5����-� ��� �����������8������������7�����7=�����7���������������7���+�����������8����7����������7��������������>����������,������������-������� �

�?�*� � ���>� ��+���� �,,���� ���

� 6�������,���� ��,������ ��� �� 7���� ���>7� 8������9������������������������������������:����������@����������5����,��,�7����������7�����5-������������-����7����������������78��������-���������

,���� ������� ��� ������ ���� �9�������� " �6"��� ���-:����������-�������������*����*������������

�9����� ����� ��� ��� ,,����� 5-� 7���� �����������7� 5-� ������ �,� �������,������������,�,����������,�����-�5�������������������,�7����������7��,���-��,�������������������������,���������7�����7 �

�� � ?�*� � ���>� ,������ ������ ����� 7���� �����������7� ����� 5��

���� 4���� 8������� ���� ���� 7�������7� ��� ,������ ��� ���,���� ��� ,�,���� ���� ����7�����7���������������,��������������5�������,���-���������������������,�7���������7����� ���� �9����� �,� ��*�������*����*�������� ���� �9����� ,,����� ���

�����������8����5��,,����������������5-�7���������������7�����������������,����� 8�� 8��+�� ��� ���� ,�+��� �,� 7���� �����������7� ���� ���� ������ ���� ��,����� ���

8�����8����������������;���7�����������7���-�5������������� ���

A �?�*� ����>�,������������������������������������5-�7���� �����������7� �� ��� ����� 5�� ,����� ���� 5������� ��� 7���� ���>7� �� ��� 7�������>< � ���5����-� ��� ��-����� ���������� �������������7�������>7�������>�� ���

��-�7���������������7�������������������������,���������������8��������-�

Page 91: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� ����������������������������������������������

��������8�������������-�������������5-�7�����������7������-������������������� ����������� ��������� ��5��������� �������� 5�,���� ��-� ����*� ���5���� ���

��5�������� ��������� �������*���� ���5����-������ �������������5������5����� ���������������� �

�& � ?�*� � ���>� ,������ ������ 8���� 7���� �����������7� �����7���� �����������7� ����� ��+�� ���� ,����� ��5���-� 8������ ��� ������� ���� 8������

�,,������� �����-������������5������������������ ���+��-���-��,�������������������������,���������7�����7;�������9�����������,����,��������5-�7�����������7�

,���� ����� ��� ����� ��� ��� � �������� ,��� ��-� ����� ��� ����� ��-� �,� ���� ��8����9�����5���5-�7���������������7��������7�����������7��������,��5���������,�������-� �,� ���� ����� ���� ���������� ��������� ��� 7���� �����7� ���� 8�� ����� ���� 5��

�����+��� ,���� ��� ���5����-� 5-� ������ �,� ��-� ��� +��������� ��� �9������� 5����������������7�����������7����,�����-�,��5�������*�����������������������������,�

7���������������7������-�����������5-�7���������������7����7�����������7����5-���-� ��� ������� ��� ������ 8�����+��� 8����� ����� ���� ��8� ��������� ��� ������8����5��,����������+�������+�������,,�����,������+���� �

�0 � ��8�+��*� ��� ��� 5���� ������� 5��8���� 7���� �������7� ���� 7���� �����������7�

���>����������,��� �����-�������� ��B����� ���� �� ������� �,�A�6�����:�������5�-���������9���-��,�������,�������5����-������������������������,�����������(� �

CCCCCCCCCCCCCCC�������CCCCCCCCCC ��1 �(���8�������������-������������������������5�+����

��:�������5����-�����������������������������9�����" �

���:��������>���������������5��+���������������������� =������

���:�?���������5��������-�������������������������-������������,�������������>�������������-��������-��,�-����+���������8�����������������������������D�

������������������� ���������������������������������������������� ��2 � ?�*� � ���>� ,������ ������>�� ���� ��� ��+�>�� ����

��������� ������ ��� ������-� �9����� 8���� ���� ���+��� ������� �,� 7���������������7����8������ �

�E �?�*� ����>� ����-������� �����7�������>7<� ���5����-������ ������������� ����� ����5���,,������5-���-�������� ��� ��������������� �,�

7�����������7 ��

/ �7�������>7������8�������������������������,�+����,�7���������������7��������� �,� ���� �������� ���;��� ���� ���������;��������� ��� !�$� �������� �����5��8����7�����������7�����7�������>7�������������� �

�%(� ?%�(#��� ?�#"#��� ���� ���>� ��� �9������ ���� �������� ��� ����

���-��,� ������ ����>�

65-���������������������-:�6����������,������������������

����������5����,��,�7�������>7:F�

Page 92: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� ����������������������������������������������

��������������������� ������������������ (On Non-Judicial stamp paper of appropriate value) To: �������� ����������������������� .�

� ������� ���������������� ����� �����

� ��� �! �" ����

� �������#�����

! $ ! � � %��&''�''(�%(� ��(�%)#"��%�(� ��� !#��"� � �%()$���(� #�"��#$!� ��" �"��%�(�

�%!%�#)� �� ��+�������� �,� %����� ������-� ���������� ����� ���� ��������� ���*�./01*� ��+���� ��� ���������� �,,���� ��� .2*� 3�����4�� ����� "���*� ���������*�

!�5��� � &''� '�'� 6�������,���� ������� 7���� �����������7� 8����� �9������� ������������ ��� ������ ��� 5���� ���� ����:� ��������� ��� ������ �� ���+��������9������� �,� ����� ��� ������� �,� ���� ��������� �������� ����� 8���� !�� �

� �� ���� �������������� 5���;� �����������,���;���������-� ���������� ����� ����������������*�./01���+���� ��� �,,���� ���

� 6�������,���� ������� 7���� ����������7*�8������9������������ ������� ����9�����*����������������������:�������� ������������(� � ������� �6�������,�����������7������������7�

8����� �9������� ����� ������� ��-� ���������;� ����������� ��� 7���� ��������7�����5-�7���������������7:�,��� �6����������������,�������������:*�

���� �����������������+������@�����,��� �9��������,� �����8����������������,���-� ��@������� )������ ,���� ���� 5���� ��� ����� �,� ���� ��������� ���� 7����

�����������7� ��+���� ������� ��� ������ ���+������� �9������� �,� ����� �������� ���������� ��� ���� ��@���,��� �9������� �,� ������������� ��� ����� ���� ������������������;��-����� �,� ��@������� )������ ���� �������� �,� ���� �������������

����+���5��� ���>� ��������� ,��� ��� ������ �,� " � 6"���� ����-: �

�?�*� � ���>� ��+���� ��� �,,���� ��� � ���5�-� 6�������,���� ��,������ ��� �� 7����

���>7�8������9������� ����� ������� ��� ������ ��������:���� ���� ��@����������5����,��,�7��������������7�����5-������������-��������������������8������

��-�������������,�������������������������9��������" �6"���� ����-:����������-�������������*����*�������������9���������� ������ ,,�����5-���� ��>��-� ���5������� ������ ,,�����5-�7����

�����������7�5-� ������ �,� ���� ����-� ��� ���,�������� �,�8��>���� ����������������������������������������+��������9��������,������8��������������������������

�,���@�������)����� ��� � ?�*� � ���>� ,������ ������ ����� 7���� �����������7�

�����5������3����8������� ��������7����������7����,������ ������,�������,�,������������7��������7���������������,��������������5�������,���-��,��������������

�����������,�7����������������;��������7����8��������������������-��9��������,�������������������9������,���*�������*����*�������������9�����,,�������� �������� ��� 8���� 5�� ,,����� ��� �������� 5-� 7���� �����������7� ��� �������

������,�����8��8��+�����,�+����,�7���������������7���������������������,��������8�����8����������������;���7��������������7���-�5������������� �

Page 93: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� ����������������������������������������������

�A �?�*� ����>�,������������������������������������5-�

7���� �����������7� �� ��� ����� 5�� ,����� ���� 5������� ��� 7���� ���>7� �� ��� 7�������>7�<����5����-������-������������������������7�������>7�������>�������-�

��� 7���� �����������7� ���� ������ �� ��������� ��� ,���� ������� 8������ ,����������,� ��� ���������� ���� 8������ ��-� ����*� ����+�����*� ������*� ������� ���������� ���� 8������ ��-� ��@��-� �,� -�� ��� ���� ����������*� ,����8���� ���� ��� ,���

8��������-�����������������,,����������������8�����+��*���������������5-�-��������)�����*����8�������������-�������������5-�7��������������7����

�����������-��,���-�����������������������������������������5�����������������5�,���� ��-� ����*� ���5���� ��� ��5�������� ��������� �������*� ��� ���5����-� ����� ������������� 5����� �5����� ���� ������������ � ?�� ,������ ������ ����� ����

������������ ����� ���� 5�� 5���� ��� ������� ��-� ������ 8����� ���������� ��-�������������������>��������� �

�& �?�*� ����>�,������������8����7���������������7������7���� �����������7� ����� ��+�� ���� ,����� ��5���-� 8������ ��� ������� ���� 8������

�,,������������-������������5�����������������*����+��-���-��,������������������������ �,� ���� ���� 7��������7;��� ��� �9����� ����� �,� ���,�������� 5-� 7����

����������7�,������������ �������� �����������,�����-���������,������������ �������-��,�������8����9�����5���5-�7���������������7��������7��������������7�����

���,��5���� �����,�������-��,� ���� ������������������� ��������� ���7������������7�����8�����������5�������+���,����������5����-�5-��������,���-����+�������������9������� 5����� �������� ��� 7���� ����������7� ��� ,��� ��-� ,��5�������*� ���� ���

��������������������,�7���������������7������-�����������5-�7���������������7����7��������������7����5-���-��������������������8�����+���8��������������

��8�������������������8���*�5��,����������+����*���+�������,,�����,������+���� � ��-� 8��+��� ��� ������ ,��5�������� ��+��� ��� +��������� ��@����� ����� ������������������-���+������-*����,�����5����-�������������-��,�����8����������-�������,�

�����������������������,���-�����-��������*���������������������������,���������,����� ��������� ��� ��-� ������ ,���*� ����������*� ���+����� �,� ������ ��� ��8� 8�����

�����*�8����������5����-����5���������-���������������-*�������������5�������������8����������������,�������������>���*���������������-�8�-���������,��������5�������������������������� �����5�����������������������������,�������

��� �� ��������� 5-� ���� ������������ ����� ���� ��������� ���� ������-*������������� ���� �5����� ���� ����5-�8�-��,� ���-����- � ������������������-�

��>����������������5����,�)����������� ����������������+����� ����� ���������������,����������������������9������������������������������ ��

0 � (��8����������� ��-������ ������5�,���� ���������*� ��� ���5����-� ����� ������������� �� ���������� ��� " � � � 6"��� �

���-: �������5����-����������������������������������,�����������9����������,��9�������,���������9���-��,���������7��������7 �$���������������������������������������� ����������� ���8�������8����������������*������ �*�������5�,����

������������,�7���������������7���������������������������� 5�� ,��,������ ���� 8�� ����� 5�� �����+��� ���� ���������� ,���� ���� ���5�������

��������� ��1 � ?�*� � ���>� ,������ ������>�� ���� ��� ��+�>�� ����

��������� ������ ��� ������-� �9����� 8���� ���� ���+��� ������� �,� 7���������������7����?������ �

Page 94: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� ����������������������������������������������

2 �?�*� ����>�����-������������7�������>7�<����5����-������ ������������� ����� ����5���,,������5-���-�������� ��� ��������������� �,�

7���� ����������7� ��� ��� ����+���-� 8������� �*� �������������*� ������������� �����@��������6�����������-��������������,��������+��*�������������*������������+��

�����+���������+�����,���������������������-��,� ������:����� ��������,���-������� ��� ������������ 8�����+��� ����� ���� ��������� � ?�� ����� �������,-�-������������-��������������������-����*����������5����-�,,�����5-�-������

������,���������5���������5��������5�����������,�����5��*���+���������������-����������8��,�%�����6�9�����������������,���,����5-�-�: �

�E �7�������>7������8�������������������������,�+����,�7���������������7��������� �,� ���� �������� ���;��� ���� ���������;��������� ��� !�$� �������� �����

5��8����7��������������7�����7�������>7�������������� �������������������5����+������5-���������������������������8����������8��,�����"��5�����,�%���� �

�/ � ��-� ������*� ������� ��� ������ ������������� ��+��� ��� ����������� 8���� �����@����� 5-� ���� ��������� ����� 5�� ����� ��� 8������� ��� #������ 5�� ����+����� 5-�

�������*��������5-�����������������������*����,�����������������������

CCCCCCCCCCCCCCCCCCCCCCCC�CCCCCCCCCCCCCCCCCCCCCCCC�

CCCCCCCCCCCCCCCCCCCCCCCC��%(� ?%�(#��� ?�#"#��� ���� ���>� ��� �9������ ���� �������� ��� ����

���-��,� �

���� � ���>� 65-� ��� ���������� �������-:� ��������� �,� �� �������������������������5����,��,�����5��>7:��

��

Page 95: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� ����������������������������������������������

BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF SUPPLIER / CONTRACTOR

(on non-judicial stamp paper of appropriate value) To, Hindustan Petroleum Corporation Ltd., Gresham Assurance Building- 2 nd Floor Sir P. M. Road Ballard Estate MUMBAI- 400 001 IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. A Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the Corporation" which expression shall include its successors and assigns) having awarded to M/s ____________________________________________ a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at ______________________________ (hereinafter referred to as "the Supplier" which expression shall wherever the subject or context so permits includes its successors and assigns) a supply contract in terms inter alia, of "the Corporation's" Order No. ____________ dated __________________ and the General purchase conditions of "the Corporation" and upon the condition of "supplier's" furnishing security for the performance of "the Supplier's" obligations and/or discharge of "the supplier's" liability under and/or in connection with the said supply contract upto a sum of Rs. _______________ (Rupees_____________________) amounting to 10% (ten percent) of the total contract value. We, ______________________ (hereinafter called "the Bank" which expression shall include its successors and assigns) hereby jointly and severally undertake and guarantee to pay to "the Corporation" in rupees forthwith on demand in writing and without protest or demur of any and all moneys anywise payable by "the Supplier" to "the Corporation" under, in respect of or in connection with the said supply contract inclusive of all the Corporation's losses and damage and costs, (inclusive between attorney and client) charges, and expenses and other moneys anywise payable in respect of the above as specified in any notice of demand made by "the Corporation" to the Bank with reference to this Guarantee upto and aggregate limit of Rs.___________ (Rupees __________________________ ) and "the Bank" hereby agrees with "the Corporation" that: 1. This Guarantee/Undertaking shall be a continuing Guarantee / Undertaking and shall remain valid and irrecoverable for all claims of "the Corporation" and liabilities of "the Supplier" arising upto and until midnight of _______________ 2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that "the Corporation" may now or any time anywise have in relation to "the Supplier's obligation/liabilities under and/or connection with the said supply contract, and "the Corporation" shall have full authority to take recourse to or enforce this security in preference to the other security(ies) at its sole discretion and no failure

Page 96: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� �����������������������������������������������

on the part of "the Corporation" to enforcing or requiring enforcement to any other security shall have the effect of releasing "the Bank" from its full liability hereunder. 3. "The Corporation" shall be at liberty without reference to "the Bank" and without affecting the full liability of "the Bank" hereunder to take any other security in respect of "the Supplier's" obligation and/or liabilities under or in connection with the said supply contract and to vary the term vis-a-vis "the supplier" of the said supply contract or to grant time and/or indulgence to "the Supplier" or to reduce or to increase or otherwise vary the prices of the total contract value or to release or to forebear from enforcement of all or any of the obligations of "the supplier" under the said supply contract and/or the remedies of "the Corporation" under any other security(ies) now or hereafter held by "the Corporation" and no such dealing(s), variation(s) or other indulgence(s) or agreement(s) with "the supplier" or release of forbearance whatsoever shall have the effect of releasing "the Bank" from its full liability to "the Corporation" hereunder or of prejudicing rights of "the Corporation" against "the Bank". 4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of "the supplier" but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to "the Corporation" in terms hereof. 5. "The Bank" hereby waives all rights at any time inconsistent with the terms of this guarantee /Undertaking and the obligations of "the Bank" in terms hereof shall not be anywise affected or suspended by reason of any dispute having been raised by "the suppliers" (whether or not pending before any arbitrator, officer, tribunal or court) or any denial of liability by "the supplier" or any other order of communication whatsoever by "the supplier" stopping or preventing or purporting to stop or prevent any payment by "the Bank" to "the Corporation" in terms hereof. 6. The amount stated in any notice of demand addressed by "the Corporation" to "the Bank" as liable to be paid to "the Corporation" by "the supplier" or as suffered or incurred by "the Corporation" on account of any losses or damages or costs, charges/and/or expenses shall be as between "the Bank" and "the Corporation" be conclusive of the amount so liable to be paid to "the Corporation" or suffered or incurred by "the Corporation", as the case may be, and payable by "the Bank" to "the Corporation", in terms hereof. 7. Not withstanding anything contained herein above : i) Our liability under this guarantee shall not exceed Rs.......... ii) This Bank Guarantee shall be valid up to and including .......; and iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or # before the expiry of 30 days from the date of expiry of this guarantee. 8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the agreement/contract or MOU entered into between "the supplier" and "the Bank" in this regard.

Page 97: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� �����������������������������������������������

IN WITNESS Where of __________________ Bank, has executed this document at ________________ on _______________ 201 . ____________________________ Bank (by its constituted attorney) (signature of a person authorized to sign on behalf of "the Bank")

Page 98: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� �����������������������������������������������

COMPOSITE BANK GUARANTEE FOR MOBILISATION ADVANCE (IF PERMITTED AS PER TENDER TERMS/CONDITIONS), SECURITY

DEPOSIT/RETENTION MONEY/PERFORMANCE GUARANTEE (On Non-Judicial stamp paper of appropriate value) ������Hindustan Petroleum Corporation Ltd., Gresham Assurance Building- 2 nd Floor Sir P. M. Road Ballard Estate MUMBAI- 400 001 �

%) ���) � %* #" � �%�) ����! #� � " � ��%) * $ � �� ) � #�" ��#$ ! ���" �" � �%�) �

�%! %�#* .� �� � �+�������� �,� %����� ������-� ���������� ����� ���� ��������� � ��.� (/01.�

��+������������������,,�������(2.�3 �����4�������" ���.�� ��5�-��'�6�������,�����������

7���������������7�68 ������9������������ ������� ������������5������������:�

��+���� ������� ��� ������ ��� ! ���� � �� ����������� ,���;���� �����������

5���� ;�� ������-� ���������� ����� ���� ��������� � ��.� (/01� ��+���� ��� �,,���� ���

� 6�������,���� ������� 7���� ������7� 68 ����� �9������� ����� ������� �9�����.�

���������������������:�+����������) � ������ �6�������,�����������

7���� �����7� 8 ����� �9������� ����� ������� ��-� ���������;����������� ��� 7���� �����7�

����5-�7���������������7:�,����������-��,��������;�9��������,���+����,���7����

�����������7�����7���������������7���+�������������

�:� ���� ��� ����� ���� ���������� ��-����� �,� � �����-� ������� ,��� ���� ,�,������� ����

���,���������,���������������

5:� ��� ��-� 7���� ������7� �� ���� 5-� 8 �-� �,� ��+����� ���� �� �� �,� "���B BB BB BB BBB �

6" ���� B BB BB BB BB BBB BB BB BB BB BB BB BB BBB � ���-:� 5����� BB BB C � �,� ���� +���� �,� 7����

�����7D�

�:� ����� 7���� ������7� ����� ,����� �� �����-� ,��� ���� ���,�������� �,� 7���� ������@7�

�5��������� ���;��� ��������� �,� 7���� ������@7� ���5����-� ��� ����������� 8 ���� ���� ����

7�����7D�����7���������������7���+�����������8 ����7����������7����������������������

� ��<�� ��������,���������5�����������+����.������-�������.���������������-�����

���,���������������� �

= �.� � � ��<� ��+���� �,,���� ��� �

6�������,������,�����������7����� ��<7�8 ������9��������������������������������

����:� ��� ���� ��>��� ���� ��� 5����,� �,� 7���� ������7� ����5-� ������ ��� ��-� ��� 7����

������������78 ��������-���������,�������������������������9��������" �

6" ��� ���-:� ������� ��-� ��� ��� ������.� ���.� ������� ���� �9�����

�����������,,�����5-�7���������������7�5-��������,��������,������������,�,�������

���,�����-�5�������������������,�7����������7��,���-��,�������������������������,�����

����7�����7 �

Page 99: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� �����������������������������������������������

� � = �.� � � ��<� ,������ ������ ����� 7���� �����������7� ����� 5�� ���� 4����

8 ������� ���� ���� 7� ������7� ��� ,������ ��� ���,���� ��� ,�,���� ���� ���� 7�����7� ��� �����

������,��������������5�������,���-���������������������,�7���������7����������9�����

�,���.�������.����.�������������9�����,,�������������������8 ����5��,,�����

�����������5-�7���������������7�����������������,�����8 ��8 ��+���������,�+����,�7����

�����������7���������������������,��������8 �����8 ����������������;���7����

� ������7���-�5������������� �

? � = �.� � � ��<� ,������ ������ ����� ���� ������ ��������� 5-� 7����

�����������7�����������5��,���������5����������7����� ��<7������7����� ��<7�@����5����-�

�����-����������������������������7����� ��<7�������<�������-�7���������������7�����

��������������������,���������������8 ��������-���������8 �������������-�������

������ 5-� 7���� � ������7� ��� ��-� ��� ��� ������ ������ ����������� ��������� ��5���������

��������5�,������-�����.����5���������5������������������������.�������5����-����������

���������5������5��������������������� �

& � = �.� � � ��<� ,������ ������ 8 ���� 7���� �����������7� ����� 7����

�����������7��������+������,�������5���-�8 ��������������������8 �������,,����������

��-������������5���������������������+��-���-��,�������������������������,���������

7�����7;�������9�����������,����,��������5-�7����� ������7�,�����������������������

��������,�����-����������������-��,�������8 ����9�����5���5-�7���������������7��������

7����� ������7��������,��5���������,�������-��,������������������������������������7����

�����7�����8 �����������5�������+���,����������5����-�5-��������,���-����+������������

�9�������5����������������7����� ������7����,�����-�,��5�������.�������������������

����������,�7���������������7������-�����������5-�7���������������7����7����� ������7����

5-���-��������������������8 �����+���8 ����������������8 �������������������

8 ����5��,����������+�������+�������,,�����,������+���� �

0 ���8 �+��.�������5�����������5��8 ����7����� ������7�����7���������������7������������

�����5�����-��������������� ��<�� ��������,���5����������+��������������-��������

���,����������������;" ���������! ���-�E ��,�B BB B C �+�������������������,�������,����

���5����-� ������� �� ���� ���� ����� �,� ���� � � ) � � B B B BBBB BB BB BB BB � ������

B BB BB BB BB BB BB B ������������������������8 ������������+��-��,���+�����E �B BB BB B C �����

5���� ���� ���� �����;+���� �����������-� ����� ��������� ��� ���� ��,���� ���5����-�

������;�����-�������������������������-�������������-�5������8 ���������������5��

��������;�������� ����� ���� ������� ��+����� �,� " B BB BB BB BB BB BB BBB BB BB BB B � �� ,��-�

����+�����,���������������5��������,��������������,�,�������+��-��,�������+������,�

" B BB BB BB BB BB BB BBB BB � ���� ��������� �����������-.� ����� ����� +����� ��8 ���� ����

B BB B C � ���������� ����-;��,���� ���5����-.� ,��-� +����� ��� ���� � ������� ���� �� ,������

��������,����������������.����������� �������������,�7���������������7 �

1 �) ���8 �������������-������������������������5�+����

�:�������5����-�����������������������������9�����" �

��:������ ��<�� �������������5��+���������������������� D�����

Page 100: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� �����������������������������������������������

���:� = �� ���� ���5��� ��� ��-� ���� ��������� ������ ��� ��-� ����� ������,� ����� ���� � ��<�

� �����������-��������-��,�-����+���������8 �����������������������������5�,��������

�9���-��,�?'���-�,��������������,��9���-��,������������� �

2 �= �.� �� ��<�,������������<�����������+�<���������������������

���������-��9�����8 �����������+�����������,�7���������������7����8 ������ �

A � = �.� � � ��<� ����-� ������ ����� 7���� � ��<7@� ���5����-� ����� ����

������������������5���,,������5-���-���������������������������,�7����� ������7 �

/ �7����� ��<7������8 �������������������������,�+����,�7���������������7���������

�,� ���� �������� ���;��� ���� � ��������;��������� ��� ! �$ � �������� ����� 5��8 ���� 7����

� ������7�����7����� ��<7�������������� �

%) �= %�) #� � �= �#" #�������� ��<�����9�������������������������

���-��,� ����� �� ��<�

65-���������������������-:�

6� ���������,������������������

����������5����,��,�7����� ��<7:F�

Page 101: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� �����������������������������������������������

(INDEMNITY BOND) (TO BE NOTORISED AND ON STAMP PAPER OF APPROPRIATE

VALUE) ��*�

�%()$���(� #�"��#$!���" ( ���) �

Gresham Assurance Building- 2 nd Floor Sir P. M. Road Ballard Estate MUMBAI- 400 001 �)�������*�

?�#"#��� �������� �������� ������������ �������*� �� ��+�������� �,� %�����������-*��������������������������������*�./01*���+�������"����������,,����

��� .2*� 3�����4�� ����� "���*� ���5�-� G� &'''�'� 6�������,���� ������� 7����%������,���7� 8����� �9������� ����� ������� ��� ������ ���� ����:� ����8���������!; � ��� ��������������;����� ����������

����;�� ������-� ��+���� ��� "��������� �,,���� ��� �

6�������,�����������7����%������,���7*�8������9������������������������������������:������������,������������������*� ����������*� ���7����%������,���7�<� ������������(� � ������� �6�������,������,������

�����7�����������������7:����7����%������,���7 ��

�()�?�#"#���7����%������,���7�����������������-����7����%������,���7���8���������;���������� ��� ���� +���� �,� " � 6"����

� ���-:� ,��� �������������� ��� ,�5��������� 5-� 7����%������,���7� ��� ������,�7����������������7*��������������;��8���������� ���5��������� 5-� 7���� %������,���7� ��� 7���� %������,���7� ,��� ���� ���� ,�5��������*�

6�������,���*� ,��� ���� �>�� �,� 5��+��-*� ��,������ ��� �� 7���� ���� ��������7:� ������������,�5��������� ��������+��-����4�5����� �,� ��������������,�5��������8��>6:�

��������������7����������������7���������������,���7����������������7������5�������������������-�������������,�7����%������,���7����������5��>���*������*��������*� 8��>��� ���� ���;��� ,�5�������� ��� ���� ���� ��>� ���� �9����� �,� 7����

%������,���7�=��

���� �����������������������-��,�7����������������7�5-�7����%������,���7����7����%������,���7*� ����%������,���7���� ��@�����7����%������,���7� ���,����� ���7����%������,���7� �����-� ��� ����������� ���� ���� ����� ���������������������,����

�������������

(�?� ��#"#��"#*� ��� ������������� �,� ���� ������� �,������� 7���� %������,���7������ *������ �������������;�������;��������������� �,� 7���� %������,���7� ��� ������������� �,� �,������� 7��������7� ����5-�

����+���5�-� ���� �������������-� ���� 4�����-� ���� �+�����-� ������>�� ��� ������,-����� ��8�-� >���� 7���� %������,���7� ,���� ���� ������� ���� ��*� ������� ����

����������6�����+��5�������������������-�����������������������������������������,�7����������������7������-��������������������,:�5-����,�*�,���*�,����*�����*�������*� ���������*� �9������*� ������*� ��������� ��� ��-����� ������� ��� ��������*�

5������*� 8�������*� �9����*� �����*� ,���-� 8��>������*� ,���-� ,�5��������� ���,���-� ������� �,� ������@�� �,� ,�5��������*� ����*� ��+��� ���������� ��� ������ ���� �,�

Page 102: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� �����������������������������������������������

������� ��� ��������� 8�����+��� 8������ ��� 5�-���� ���� �������� �,� 7����%������,���7*�������������������������5-�7����%������,���<7���+�������;���

������ 8�����+��� ��*� �,� ��� ��� 7���� ���� ��������7� ��� ��-� ����� ��� ����� ������,�5��8�����������������������������������+���������� �����������,�8������������

7����%������,���7�������������� �������������7����%������,���7�������������,�7����������������7����������+���������������������,��������������,�5��������8��>6:���������������������������������()�4�����-������+�����-�������>�������-����7����

%������,���7� ,����8���� ��� ,���� ������� ��� 8������� 8������ ������� ��� ����� ����+���� �,� 7���� ���� ��������7� ��� ����� ����� ������,� ���*� �������*� �����-��*�

����� ���;��� ��������������*� �� ���� ���� ��-� 5�*� �����+�� �,� 7����%������,���7� <� ���� ���� �9����� 6�����+�� 5�� ���� �������� ��� ��������*��������������*� �������*� �������*� ,������*� ���>���� ���� ���������� ���� ���;���

�9����:�������,��������������������� ��

�()�7����%������,���7�����5-�������8����7����%������,���7���������. � ���� %�������-� ����� ������� +����� ���� ����+���5��� ����� ���� ���������� �,� ����

�������,�7����%������,���7��������������������

� � ���� %�������-� ����� 5�� ��� ��������� ��� ��-� ������ %�������-*� ��������� ���������-�8�����+��������7����%������,���7���-���8������-��������-8�����+�����

��������� ��� 7���� %������,���7� <� �5��������;���5������� ����� ���;��� ��� �����������8��������������������������+���,�7����������������7�����7����%������,���7��������+��,����������-������>�����������������,��������������-�������,��������������

������ �����-� 6��:� ��� ��� ���� ���������*� ���� ��� ,������ ��� ���� ����� �,� 7����%������,���7� ��� ��,������� ��� ��@������ ��,��������� �,� ��-� ������ �����-� �����

��+�������,,�����,����������7����%������,���7�,�������,������5����-�������������A �7����%������,���7������5�������5���-�8��������,����������7����%������,���7�����

8�������,,�����������,������5����-��,�7����%������,���7���������������>����-���������������-������������,�7����%������,���7�<��5������������;������5������������

��� ��������������8���� ����7������������7� �����+�� �,�7���� ������������7� ���� ���+��-����������+���+��7����%������,���7��,�7����������������7���� ��������� ��������;��� ���������� ���7����%������,���7���� ��� ��������� ��� ����������������8���

+��-���������������������������������+�����������@�����-*�@����-*���������������+�����,�������������������������������������,��5����,����������������,��������

��-��,� ���� �5��������� �,�7����%������,���7������ ���� �������������6�����+�� �,���-������ ��� ������� �,� 7���� ���� ��������7:� ���;��� ���� �������� �,� 7����%������,���7� ����� ��-� ������ �����-6��:� ��8� ��� �������,���� ����� 5-� 7����

%������,���7� ���� ��� ��� �������6:*� +��������6:*� ��������6:*� �������6:� ��������� ���������6:� ��� �����������6:� 8���� 7���� %������,���7� ��� ������� ���

,��5��������8�����+����������+�������,,�����,����������7����%������,���7�,����������,��� ���5����-����7����%������,���7��������������,���-8������4��������������,�7����%������,���7��������7����%������,���7�����7����%������,���7�����5-�8��+��

���������*��,���-*������-�����*������������8��������������,�����%�������- ��

& �����%�������-����������5�����������������,,������5-�������@�����������8��������*���������*������������,������������ ��� ����+���-��,�7����%������,���7����������5����������,�7����%������,���7��������������,����������5����-8����,,������

��� ������� 5-� ������ �,� ��-� ������ ��� ������ ��+���� 5���� ������ 5-� 7����%������,���7� 68������� ��8� �������� 5�,���� ��-� ��5�������*� �,,����*� ���5���� ���

����:� ��� ��-� ������� �,� ���5����-� 5-� 7���� %������,���7� ��� ��-� ������ ������ ���

Page 103: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

��������������� �����������������������������������������������

������������� 8�����+��� 5-� 7���� %������,���7� �������� ��� ���+������� ������������� ��� ���� ��� ���+���� ��-� ��-����� 5-� 7���� %������,���7� ��� 7����

%������,���7��������������,����

0 ������������������������5-�������5����,��,�7����%������,���7������-������������������ ��� ������ 8������� �������� ��� 7���� %������,���7� �� ��� ��-� �,� 7���� ������������7���� ������������� ������,�������� ���7����%������,���7���+����5���� ���*�

�������*� �����-��*� ����� ��� ��������������� 8����� ��� ���� ����-� �,� 7����%������,���7� 5�,���� ��� �,���� ����������� �,� ���� ���������� ,�5�������� 8��>6:�

��������������7����������������7���������+��-����4�5�����������,��������5��8����7����%������,���7�����7����%������,���7�5��������+���,�����,������,�7����������������7�����������������������,���+����5��������������7����%������,���7����;���

���� ��*� ������*� ���������*� ���� ��� ���������������� ������,*� �� ���� ������-�5�*�8����������������-��,�7����%������,���7����;���������������������������

�,� ���� ���������� ,�5�������� 8��>6:� ���� ����+��-� ��� 4�5� ���� ������,� 8������������-��������������,�7����%������,���7�������������-����������-�����,�����������+�������8�����+�������������,����=�

�1 ����������������������-���������,����������������5-�7����%������,���7����

7���� %������,���7� �� ���� +���� �,� ��-� �,� 7���� ���� ��������7*� ���*� �������*������-��� ��� ����� ��� ��������������*� �����+�� ������+�� ��� ���� ���� ����

�9�������������5-�7����%������,���7��������������������8�����������5��8����7����%������,���7�����7����%������,���7�5��������+���,�����+�����,����7������������7����������������������9������������,��������������5������5�������

5-�7����%������,��7����7����%������,���7�������������,��������������,*�8������������-� ,��� 7���� %�����,���7� ��� ������� ��-� +�����*� 5���� ��� ������

�����������������+�������8�����+������������������, ��%��8�����8�����,�7����%������,���7���+�����������������5���5�����������

������-�����-����,�����������5�+��8�����������������������,�8����� ��

H���,����,��-*�.:��:�

A:��

?%�(#��#��. ��

Page 104: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

Tender No. : 12000151-HB-10002 Tender Published On : 08-Oct-2012 13:42

Contact DetailsSl.No. Description HPCL File HPCL Value Supporting

Doc. Req'd

1 NAME OF PERSON - No

2 TELEPHONE NUMBER - OFFICE - No

3 TELEPHONE NUMBER - RESI - No

4 MOBILE NUMBER - No

5 FAX NUMBER - No

6 e MAIL ADDRESS - No

Page 105: Tender No. : 12000151-HB-10002 Basic Information Of …tenders.hpcl.co.in/tenders/tender_prog/tenderfiles/6090/Tender/... · per OISD & other applicable standards requirement. Currency

Tender No. : 12000151-HB-10002 Tender Published On : 08-Oct-2012 13:42

Agreed terms and ConditionsSl.No. Description HPCL File HPCL Value Supporting

Doc. Req'd

1 (1) TECHNICAL : a) Confirm acceptance of technical specification and scope ofsupply as per tender enquiry. b) In case of deviation, confirm that the same hasbeen indicated in the deviation sheet

- Allowed

2 (2)Commercial Terms and Conditions :a) Confirm acceptance of attachedinstructions to Bidders and Terms & conditions.b) In case of deviations, confirmthat clause wise comments have been indicated.

- No

3 (3) EXCISE DUTY :a) If there is any variation in Excise duty at the time of suppliesfor any reason, other than statutory, including turnover, confirm same will be borneby you.

- Allowed

4 (3) EXCISE DUTY :b) If Excise duty is presently not applicable and in case itbecomes leviable later for any reasons other than statutory, confirm same will beborne by you.NOTE :In case a & b above are not confirmed, the offer will beevaluated with maximum Excise Duty.

- No

5 (4) VAT/CST :- (a) Please indicate whether you have quoted VAT / CST. - No

6 (4) VAT/CST :- (b) In case you have quoted VAT, please confirm that your firm isregistered in the state of delivery.

- Allowed

7 (4) VAT/CST :- (c) In case you have quoted CST, Please quote for CST withoutFORM C, since HPCL shall not issue FORM C.

- No

8 FIRM PRICES: Confirm that the price shall be firm till completion of work in allrespects

- No

9 (5) Delivery period :Confirm acceptance of delivery period as indicated in thetender documents.

- No

10 (6) Delayed Delivery / Liquidated Damages (LD) :Confirm your acceptance fordelayed delivery clause as per the attached Terms & Conditions.

- No

11 (7) In case of delays in supplies beyond contractual delivery date for reasonsattributable to Bidder, please confirm that any increase in Statutory levies / duties /taxes will be to Bidders account and any decrease

- No

12 (8) In case of delay in Delivery due to reasons attributable to Bidder, pleaseconfirm that any new or additional taxes and duties imposed after contractualdelivery dates shall be to Bidder's account.

- No

13 (9) PAYMENT TERMS: Confirm acceptance of payment terms as specified in theattached Terms & Conditions.

- No

14 (10) PERFORMANCE BANK GUARANTEE: Confirm acceptance of the Guaranteeclause mentioned in the attached Terms & Conditions and that Performance BankGuarantee will be furnished accordingly.

- No

15 (11) Confirm acceptance of ARBITRATION clause. - No

16 (12) FIRM PRICES :Confirm quoted prices will remain FIRM & FIXED till completeexecution of the order.

- No

17 (13) Declaration for not being delisted :-Please confirm that you have not beenbanned or delisted by any Government or Quasi Government agencies or PSUs. Ifyou have been banned, then this fact must be clearly mentioned here.

- Allowed

18 (14) PART ORDER/QUANTITY: Confirm acceptance of part order / quantity. - No

19 (15) VALIDITY: Confirm your offer is valid for 90 Days from due date/extendeddue dates for placement of order.

- No

20 (16) NSIC/PSU (a) NSIC :Are you registered with NSIC (copy of registration to beattached if applicable ) . (b) PSU : Indicate whether you are a Govt. Of IndiaUndertaking. (Self declaration regarding PSU on letter head shall be attached, ifapplicable).

- No

21 TERMS AT SN. 17,18,19 MEANT ONLY FOR NSIC PARTIES. - No

22 (17) NSIC Registration Certificate is valid up to (provide date). - No

23 (18) In case registered with NSIC, please confirm whether the quoted item isincluded in the registration certificate. Please also provide the value limit given inNSIC certificate.

- Allowed

24 (19) In case registered with NSIC, Please confirm whether you have succeeded insecuring orders for same items, in competition (i.e. without price preference) withthe large scale units during the preceding 12 months.

- No