Вы находитесь на странице: 1из 36

HINDUSTAN PETROLEUM CORPORATION LIMITED

LPG PROJECTS HINDUSTAN BHAWAN,3RD FLOOR 8,SHOORJI


VALLABHDAS MARG BALLARD ESTATE MUMBAI 400 001

TENDER DOCUMENT
FOR

LPG TANK TRUCK LOADING


/UNLOADING ARMS

TO ANANTAPUR & HAZIRA LPG PLANT

INDEX
1. INTRODUCTION
2. INSTRUCTIONS TO BIDDERS
3. SPECIALTERMSAND CONDITIONS
4. SPECIFICATIONS FOR LPG LOADING ARMS
5. GENERALTERMSAND CONDITIONS

INTRODUCTION
1. LOCATION OFSITE:
Hindustan Petroleum Corporation Lim ited ( HPCL ) proposes to set up LPG
Bo
ling plantatHazira DistSurat, Gujarat& Anantapur ( AP)and this tender is initiated for
Supply of LPG Loading /
lingplantproject.
1. ADDRESS OFTHE LOCATION

unloading arm s

to the proposed LPG Bo

ADDRESSES OFTHE LOCATIONS

HPCL, LPG BOTTLING PLANT BEHIND HPCL POL DEPOT ONGC HAZIRA ROAD, PO
ICHCHAPORE, HAZIRA DIST SURAT GUJARAT
HPCL LPG BOTTLING PLANT VILL :
VADIAMPET MANDAL BUKKARAYA
SAMUDRAM DIST ANANTPUR-515731
(A.P.)
ContactpersonsatHQO: ShriP. S. Murthy(Sr. Manager LPG Projects) 022 22703407, 22637072 Em ail
psm urthy@ hpcl.co.in
Sh A.Pal/S. K. Singh (Exe Project Engr) 022 22637080/22637079 Em ail apal@ hpcl.co.in/sksingh@
hpcl.co.in

INSTRUCTIONS TO BIDDERS
Kindlystampand signa
pagesofthetender documentand samesha
be uploaded in e procurem ent. Deviations ifany sha
be highlighted on a separate sheetonthetenderersle
erhead. Theenvelopecontainingthetechnicalbid sha
bemarked asUNPRICED BID .
Iftherearenodeviations, thetenderer sha
advisethesameonhisle
erhead and encloseitwith thetechnicalBid.
ThePriced bid sha
besubmi
ed ina separateineprocurement.
Ifthere is any contradiction between various sections ofthe tender booklet, the Specifications
of LPG loading / unloading arm s sha
hold over the Special Term softheContract, which sha
hold over theGeneralTerms& Conditions.
1.
Nameor personattendererso

2.
3.
4.
5.
6.

icetobe contacted for anyclarificationregardingthisjob:


Designation:
PhoneNo. or Nos:
FaxNo. or contactFaxNo.:
Addressfor correspondence:
E-m ailaddress:

SPECIAL TERMS & CONDITIONS

The LPG TANK TRUCK Loading/unloading arm s are required at our Anantapur & Hazira
LPG PROJECT.

Delivery/com pletion Period:


(a)Supplyofequipm ent: 3 Monthsfrom thedateofLOIor advisefrom LPG Projects, HQO
whichever isearlier.
(b)Supervision ofErection and com m issioning: 2 weeks from the date of
receiptofadvisefrom our LPG Plant/site.

3.

Designand sizingofa

componentsoftheLPGloading/unloadingarms should beapproved byoneoftheThird


partyinspection(TPI)agenciesgiven in 4.0 of our enclosed Specifications. The m aterials and
specifications m entioned in the tender docum entare m inim um required and ifthe design
warrants a superior quality / higher sizing ofm aterials, the sam e should be included
inthescopeofthissupply. The design and sizing approvalsofTPI agencyshould besubm itted
alongwith Unpriced Bid.

TECHNICAL SPECIFICATIONS FOR LPG TANK TRUCK LOADING/UNLOADING


ARMS

CONTENTS
1.0 SCOPE
2.0 CODES AND STANDARDS
3.0 TECHNICAL REQUIREMENTS
4.0 INSPECTION AND TESTING
5.0 PROTECTION AND PAINTING
6.0 PACKAGING AND IDENTIFICATION
7.0 SPARE PARTS
8.0 DRAWINGS
9.0 PERFORMANCE GUARANTEE

TECHNICAL SPECIFICATIONS FOR LPG TANK TRUCK


LOADING/UNLOADING ARMS
1.0 SCOPE :
This specification outlines the m inim um requirem ents for design, m
anufacture, inspection, testing and supply of Loading Arm s for
loading/unloadingoperationsofroad tankers.
ScopeofSupply:
Vendor scope ofsupply sha
include com plete loading arm s. Quantity of loadingArmssha
beasper A
achments.
Eachloadingarm sha
essentia
ybecompletewithfo
owing:
-Outboard & Inboard arm s
-Connectingpipe
-Swiveljoints
-VentConnections
-Shuto
valve
-Counter Balancearrangements
-Supportingarrangem ent
-Lockingarrangem ent
-Emergencyreleasecouplingswithautomatic shuto
valves
-Acmecouplingset
Sparesfor 2 yearsnorm aloperation.
Extra one setofconnecting nozzle with Acm e m ale connector and flanged
end connectionfor eachloadingarm
2.0 CODES & STANDARD
The m aterialofconstruction ofthe pipes, flanges, valves, joints etc. sha
beinaccordancewithrelevantASTM standards. Thedesignand fabrication sha
beasperlatesteditionofANSIB31.3Petroleum RefiningStandards.
Thespecificationofthepipes& flanges(ANSI300#WNRF only)sha
bein accordancewithrelevantANSI, APIstandards.
Wherever international standards and codes are not available, vendor m ay

fo
ow his own proven standards and practices and m ention this clearlyin
theunpriced bid.
Signature & Seal of Bidder
Page 7 of 24

3.0 TECHNICALREQUIREMENTS
3.1 GENERAL
Loading Arm s sha
essentia
y consist of outboard arm , inboard arm connecting pipe or drop pipe, swiveljoints,
drain and ventconnection, shuto
valve, counter balancingarrangement, supportingarrangementand locking
arrangem entem ergency release coupling and Acm e coupling. The
LoadingArmsshould besuitablefor LPG liquid flow of60 Cum/Hr -for 3 (80 m m )NB &
40 Cum /Hr -for 2(50 m m )NB Inboard arm connection.
Theloadingarmssha
bedesigned for thefo
owingconditions:
Design tem perature : + 70 Deg. C.
OperatingTemperature : +45 Deg. C. Design
Pressure : 24 Kgs/sqcm , TestPressure : 36
kgs/sqcm.
3.2 Arm s& Pipes
The arm s sha
be seam less pipes suitable for LPG conform ing to ASTM A 106 Gr. B.
Thepipethicknesssha
beadequatefor thespecified designpressure, and the bending and
torsionalstresses encountered in the loading/unloading operations. A
pipesof50 mm dia. and below sha
beminimum of schedule 80 and of65 m m dia. and above sha
be m inim um ofschedule
40.

Inboardarm sha
beof80NBsize&Outboardarm sha
be50 NBsizeforbothliquid& Vapourunloading/loadingarms.
Connecting pipe/nozzle sha
be provided with Acm e m ale connector and flanged end connection. Acm e
coupling -m ale & fem ale connectors sha
beofcaststeeland wingnutsha
beofgunmetal.
A shuto
valve sha
be provided in the connecting pipe to m inim ize
productleakageatthetimeofdisconnection. Incaseofloadingarmswith drop pipe, this

valve sha
be provided in the outboard arm . The shuto
valve should be a ba
valve ofFire safe type design with fu
bore and should haveAPImonogram. The arm sha
be balanced throughoutits working range with adjustable com pression /torsion
/com positespringunit.
Signature & Seal of Bidder
Page 8 of 24

3.3 Swiveljoints
Theswiveljointssha
bedesignedtomakethearm maneuverablewiththe e
ortofa single person and sha
be as per A 216 Gr. WCB. Operating torqueofanyswivelshould notbemorethan5
Kg.m. Thejointssha
have chrom e carbon steelba
s in m inim um 2 rows fixed in suitably hardened stainlesssteelguideways.
Thesealmaterialssha
befi
ed PTFE with316 GradeSSwear and anti-extrusionrings&Inconel-X750 energizer
spring.
Theswiveljointssha
belife-lubricatedtype. Ifanyalternativelubrication iso
ered, vendor sha
substantiateitssuperioritywithrespecttothelifelubricated type.
Thearrangementofswiveljointsha
preferablya
ow changingofseal withoutcompletedismantling. Theswiveljointssha
havecorrosion-proof sealingsurfaces, preferablyofstainlesssteel. Sealssha
preventingressof moisture and particulates. They sha
have leak detection portto enable monitoringofprimarysealfor possibleleakage.
Theysha
alsohavea positive back-up seal/ radialO-ring to protectba
races againstharsh operatingconditions. Theswiveljointssha
besplit-flangetype.
Thestrengthoftheswivelsha
bebased onthecombinationoftheinternal designpressurefor swivelsonly, and
themaximum designequivalentload PCA, whichisbased
onthemoststringentcombinationofexternalaxial, bendingmomentand radialloads.
PCA = FA + 5MT/d + 2.3FR tan
Where:
FA = Externa
yapplied axialload (N)
MT = Externa
yappliedbendingmoment(Nm)
D = Racewaydiam eter (m )
FR = Radialload (N)
= The contactangle (angle between the plane ofthe ba
s
and thecenter ofcontactattheba

/racewayinterface).
Thefo
owingcriteria sha
bemet:
a. At1.5 xPCA, plusinternaldesignpressure(for swivelsonly)the widthofanybrine
ingsha
bea maximum of8% ofthe ba
/ro
er diameter. b. At2xPCA,plusinternaldesignpressuretheresha

benoloss ofpressureofproductfrom a swivel.


Swiveljointdesignsha
besuchthatnon-destructiveexamination(NDE)of thehardened thicknessofba
racesispossible.
Pressurelossesfor theentirearm assemblysha
preferablynotexceed
1.0 bar atm axim um flow rate.
Number ofswiveljointsprovided ineachloadingarm should resultin5 or 6
degreesoffreedom toensurethefo
owing:
a.
Crossconnectionofliquid/vapour phases
b. Stain free norm al locking / bolting of quick coupler and clampingco
ar ofbreakawaycoupler.
Theterminalswivelassemblysha
bedesigned tokeepthecouplingdevice horizontaland equipped witha
manualhandle. Balancingunitsha
be adapted whennecessarytomaintainthiscondition.
3.4 Emergencyreleasecoupling
Each loading arm sha
be provided one em ergency release coupling (breakawaycoupler)withselfclosingvalvesonboththesections. Itshould be ofinstantaneous shutdown type to be
insta
ed either on the term inal sleeveor onoutboard arm downstream oftheshuto
valve. Thebreakaway couplers sha
be of316 L SST construction, seals ofViton, PTFE type, working pressure of24
bar.g. and working tem perature -46 deg.C to + 100 deg.C. and sha
be suitable for re-assem bly in 5 m inutes. The emergencyreleasecouplingshould
preferablynothaveanyshearingparts and should notimpartanyforceatthetanker end.
3.5 End Connections
End connectionsfor theLoadingArmswi
beasfo
ows:
LPG Liquid Line LPG Vapour line

80mm NBWNRF300# 50mm NBWNRF300# toANSIB 16.5 toANSIB 16.5


ManeuverableEnd 2(50 mm NB)Acme 2(50 mm NB)Acme

Signature & Seal of Bidder


Page 10 of 24

Couplinghaving2 couplingalong
300#Flangeconnection withsuitableadapters
attanker end for vapour nozzle
connectionof 2300#
Flangeconnectionat
tanker end
Note:A
flangessha
beaminimum of300#ratingandsha
beweld neckraised serrated facetype.
3.6 BalancingArrangement
Thearmssha
becounter balancebya springbalancingdevice(notorsionspringperm i
ed)/com positespringtype.
Thebalancingarrangementsha
besuchthattheoutboardarm alongwith theconnectingpiperem ainshorizontal.
3.7 SupportingArrangement
The arm sha
be self-supporting type or colum n m ounted type with stand post.
Thesupportingarrangementsha
besuchthatthereiscompleteflexibility in operation.
3.8 LockingArrangement
Suitable locking arrangementsha
be provided for locking the arm in parked position.
Thelockingarrangementcanbemanualor pneumatic.
3.9 GroundingArrangement
Electricalgrounding device sha

be provided so thatthe tank wagons are properly earthed and electrostatic


charges are safely diverted to ground. Thearm sha
2
beequippedwithearthingstrapsmin.30mm cross-section area madeofcopper
rubber lined or SST for by-passinga
non-conductive junctions, and sha

guarantee 0.5 Ohm s m ax. Electrical resistance throughoutthelifeofthearm .

3.10 Loading/Unloadingenvelope
The length of inboard/outboard arm s and connecting pipes/drop pipes sha
be such as to give adequate flexibility in loading/unloading operations. Interdistances between centerline of stand-post location to tanktruckbaycentrevariesfrom
2.25 m. to3.0 m.
Thefo
owingrangeofflexibilitysha
beprovidedasaminimum :
Loadingarmsfor road tankers
a) Longitudinaldirection : +/-1.0 m
(Tanker positioned at
centreofthebay)

b) Transversedirection : +/-0.5 m
(Tanker flange(s)and
loadingarm (s)on sam e
axis). c) Verticaldirection : +/-0.5 m
(From tanker flange
center line/top elevation)
Theloadingarmssha
bedesigned insucha manner thatin a
positions ofthe tank trucks, the liquid arm should be able to connectto the liquid
nozzle on the truck. Sim ilarly in a
positions of the tank trucks, the Vapour loading arm should be able to connectto
the vapor nozzle on the tanktruckwithor withoutcrossover withliquid arm.
The loading arm sha
have su
icientworking range to reach a
the fi
ing nozzlesofthetankwagons.
3.11 Liquefied Gases
Theloadingarm sha
beprovidedwithventingsystem.
4.0 INSPECTION & TESTING
Design and sizing ofa
com ponents ofthe LPG loading/unloading arm s should be approved by one ofthe
Third party inspection (TPI)agencies given under. The m aterials and specifications m
entioned in the tender documentare minimum required and ifthe design warrants a

superior
Signature & Seal of Bidder
Page 12 of 24

quality / higher sizing ofm aterials, the sam e should be included in the
scopeofthissupply.
TPItocover thefo
owing:
1. Visualand dim ensionalexam ination ofa
arm s.
2. CheckingofradiographsofweldsaccordingtoASME V
& IX.
3. Review ofNDE certificates(radiographic exam ination & Liquid Penetrant test).
4. Reviewofhydrostatictestrecordsat36Kg/cm2/30min.
5. Witnessfunctionaltest, balancingexaminationatrandom.
6. Review ofManufacturersdata bookincludingraw materialscertificates, W PS/PQR
and welders qualifications, non-destructive exam ination qualificationsofoperators,
paintingcertificate.
HPCL/Authorized representative/Third party sha
have access for stage wise & final inspection. This is in addition to m
anufacturers own inspectionand qualityassuranceprogram. Vendor sha
submitQuality Assurance (QA) procedures before com m encem ent of fabrication.
ApprovedQAproceduressha
form thebasisforequipmentinspection.
A
the weld joints sha
be 100% radiographed. The inspection procedure sha
includecheckingofmajor dimensions, NDT (radiographyetc.)and verification
ofmaterialsofconstruction (through mi
testreports)ofa
com ponents.
After assem bly, the arm sha
be subjected to tests as per m anufacturers standard testprocedure. Thissha
includethefunctionaltestofthe swivels, the counter balance & hydrostatic
testofcom plete arm assem bly etc. Manufacturersstandardtestproceduresha
besubmi
edalongwith theo
er. Ifdismantlingisrequired for improvementofperformanceafter the tests, the
above basis tests including hydrostatic testsha
be re-done after reassem bly. Surface cleaning & painting to be inspected by TPI
agency.
Any or a
the tests, atHPCLs option, sha
be witnessed by third party inspectionagency. Acceptanceofshoptestssha
notconstitutewaiverof requirem ents to m eetthe field perform ance under the
specified operating conditions.
NDE (NonDestructiveExamination)wi

beapplied toa
swivelbearing surfaceswithoutdam agetotheswivelbody.
Swivelstests
Signature & Seal of Bidder
Page 13 of 24

Ifprooftestcertificates (for swivels ofthe type and size proposed and having
at least the sam e loading) are unavailable or unacceptable, the swivelsha
beprooftested attheVendorsworksasfo
ows:
a. After hydrostatic testing at the Vendors works, swivel assem blies sha
be partialvacuum tested at0.515 bar (abs). The operating pressure sha
then be applied to dem onstrate thatthesealsre-sealsre-seatcorrectly. b.
Swivelassem blies sha
be leak tested whilstbeing rotated at least+/-5at0.1 Hz and ata pressure of10 bar
(g), or the specified operatingpressureifhigher. Thedurationofthistest sha
be30 minutes.
c. The swivelsha
be tested atdesign pressure with tests loads
PCT
d. sha
bemaintained, ifincreasingother testloadsloses
PCT
internalpressure.

= X PCA
PCT TLF
Where PCT = Testload = Testload factor
TLF
= Com bined swiveldesign load
PCA
Testloadssha
beapplied atambienttemperatureasfo
ows:
Stage 1 2
1.5 2.0
TLF
Acceptancecriteria:
a. Attest1,brine

ingsha
bewithinacceptablelevels
b. Attest2, theresha
benoleakage
The swivelsha
be disassem bled and inspected for brine
ing after each of thetests.TheVendorsha
provideagraphofBrine
ingvs.PCT aspartof thetestdocum entation.
Signature & Seal of Bidder Page 14 of 24

The m aterial test certificate wi


com ply with EN 10204-3.1B. After assembly, atleastonearm ofeachtypesha
beerected atthesupplier prem ises. This wi
a
ow for a
inspection parties to check dim ensions, balancing,operationand
functionofthecompleteassembly.
Approved third partiesareasfo
ows:
1. LloydsRegister 2. Bureau Veritas 3. DNV 4. EIL 5. IRS
5.0 PROTECTION AND PAINTING
A
exposed carbon steelparts to be painted sha
be thoroughly cleaned from inside & outside to rem oval scale, rust, dirt and other
foreign materialsbysand blastingasapplicable. Minimum acceptablestandard in
caseofpower toolcleaningsha
beSA 3 and incaseofblastcleaningsha
beSA2 asperSwedishstandardSIS0559001967.
Primer and finishpaintssha
beofPolyurethane. Loadingnozzleshould be painted with Golden Ye
ow (Shade 356)colour for liquid & International Orange(Shade592)colour for
vapour service.
Non-ferrous m aterials, austenitic stainless steels, plastic or plastic coated
materials, insulated surfacesofequipmentand pre-painted itemssha
not bepainted.
Stainless steelsurfaces, both inside and outside, sha
be pickled and passivated.
Machined and bearing surfaces sha
be protected with varnish or a thick coatofgrease.
6.0 PACKAGING AND IDENTIFICATION
A
packagingsha
bedoneinsuchamannerastoreducethevolume. The equipm ent sha
be dism antled into m ajor com ponents suitable for shipment. A
assembliessha
beproperlymatchmarkedforsiteerection.
A

achm ents, spare parts of the equipm ent and sm a


item s sha
be packed separately in wooden cases/ suitable gunny packing. Each item sha
be appropriately tagged with identification ofm ain equipm ent, item
denominationand referencenumber oftherespectiveassemblydrawing.
Detailed packing list in waterproof envelope sha
be inserted in the
Signature & Seal of Bidder
Page 15 of 24

packagetogether withequipment.
Each equipm entsha
have an identification plate giving salientequipm ent data, m ake, year of m
anufacture, equipm ent num ber, nam e of m anufacturer etc.
7.0 SPARE PARTS
Bidder to a
ach listofrecommended setofsparesfortwoyearsnormal operation.
8.0 DRAWINGS
Three sets of detailed drawings along with bi
of m aterial sha
be subm i
ed for approvalbyHPCL.
9.0 PERFORMANCE TESTING AND GUARANTEE
A

equipmentand componentpartssha
beguaranteed byvendor against defective m aterial, design and workm anship for
a period ofone year after beingputinservice. Thevendor sha
carryouttheperformancetestrunof the completeunitatsiteafter
satisfactoryerection. Trainingofoperators sha
begivenatsiteduringerection/commissioningperiod withoutany extra costtoowner.

Each 6
SupplyofLPG
Loadingarm s -3 inch
for LPG liquid to Hazira
LPG Plantasper
thedetailed
specificationsm
SUPPLYOFLPG LOADING /UNLOADING ARMS
entioned in thetender.
ANANTAPUR/HAZIRA LPG PROJECT
Dateof receiptatsitewi
betaken asthedateof
ITEM delivery. Suppliesto
ITEM DESCRIPTION
UNIT QTY.
NO. beon door
1 SupplyofLPG
Each 4
deliverybasis asper
Loadingarm
s -3 inch
theterm sand
for
LPG
liquid
conditions. to
LPG
6 Anantapur
SupplyofLPG
Each6
Plantasper
the
detailed
Loadingarm s 2 inch
specificationsm
for LPG vapour
entioned
thetender.
toHazirain
LPG
Dateofreceiptatsitewi
Plantasper thedetailed
betaken asthedate
specificationsm
ofdelivery.
Suppliesto
entioned in
thetender.
beon
door
delivery
Dateof receiptatsitewi
basisasper
betakentheterm
asthedateof
sand
conditions.
delivery. Suppliesto
2 SupplyofLPG
Each4
beon door
Loadingarm
s asper
2 inch
deliverybasis
for
LPG
vapour
theterm sand
toAnantapur
conditions. LPG
7 Plantasper
Sparesfor the
2 detailed Set 12
specificationsm
yearsofoperations.
entioned
in thetender.
Listofspares
scheduled
Dateofreceiptatsitewi
to besupplied tobem
betakenin
asthedate
entioned
ofdelivery.
Suppliesto
theunpriced bid
door&delivery
8 beon
Erection
com m
Each12
basisasper
theterm
issioningofLPG
sand
conditions.
loadingarm
s.
3 Sparesfor 2
Set 8
yearsofoperations.
Listofspares scheduled
to besupplied tobem
entioned in
theunpriced bid
4 Erection & com m
Each8
issioningofLPG
loadingarm s.
Thechargesarefor each
liquid /vapour loading

SCHEDULE OFQUANTITIES

TO

GENERAL TERMS &


CONDITIONS

GENERAL TERMS & CONDITIONS


1. SUBMISSION OFTENDER
1.1 Before subm i
ing the Tender, the Tenderer sha
attheir own costand expenses visitthesite, examineand satisfyastothenatureoftheexistingroads,
meansof communications, thecharacter ofthesoil, stateofland and oftheexcavations, the
correctdimensionsoftheworkfacilitiesfor procuringvariousconstructionand other m aterialand their
availability, and sha
obtain inform ation on a
ma
ers and conditions as they may feelnecessary for the execution ofthe works as intended by the
Owners and sha
also satisfy ofthe availability ofsuitable water for construction ofcivilworks and for drinking purpose
and power required for fabricationworketc. Tenderer, whosetender maybeaccepted and withwhom the
Contractisenteredintosha
notbeeligibleandbeabletomakeanyclaim onany ofthesaid countsinwhatsoever manner for
whatsoever reasonsatanypointof timeandsuchaclaim sha
notberaisedasadisputeandsha
notbearbitrable.
1.2 TheTenderer sha
bedeemed tohavesatisfied fu
ybeforetenderingastothe correctnessand su
iciencyofhistender for theworksand oftheratesand prices quoted in the schedule of quantities which
rates and prices sha
except as otherwiseprovided cover a
hisobligationsunder thecontract.
1.3 Itm ustbe clearly understood thatthe whole ofthe conditions and specifications are
intended to be strictly enforced and thatno work wi
be considered as extra work and a
owed and paid for unless they are clearly outside the scope, spirit, meaning ofthe Contractand
intentofthe Owner and have been so ordered in writing by Owner and/or Engineer-in-Charge/Site-inCharge, whose decision sha
befinaland binding.
1.4 Before fi
ing the Tender the Contractor wi
check and satisfy a
drawings and m aterials to be procured and the schedule ofquantities by obtaining clarification from
theOwner ona
theitemsasmaybedesired bytheTenderer. Noclaim for any a
eged loss or com pensation wi
be entertained on this account, after submissionofTenderbytheTenderer/Contractorandsuchaclaim
sha
notbe arbitrable.
1.5 NoescalationintheTender rateswi
bepermi
ed throughouttheperiod of contractor theperiod ofcompletionofthejob whichever islater
onaccountofany variation in prices ofmaterials or costoflabour or due to any other reasons.
Claimsonaccountofescalationsha
notbearbitrable.
1.6 Owner reservetheir righttoaward thecontracttoanytenderer and their decision
inthisregard sha

befinal. Theyalsoreservetheir righttorejectanyor a


tenders received. No disputes could be raised by any tenderer(s)whose tender has been rejected.
1.7 Tendersubmi
edbyTenderersha
remainvalidforaperiodof90daysfrom the date ofopening ofthe tender. The Tenderer sha
notbe entitled during the said period of90 days, to revoke or cancelthe tender withoutthe consentin
writing from theOwner. Incasethetenderer revokesor cancelsthetender or variesanyof
termsofthetender withouttheConsentoftheOwner, inwriting, theTenderer forfeitstherighttotherefund
oftheEarnestMoneypaid alongwiththetender.

Signature & Seal of Bidder

Page 20 of 24

1.8 The prices quoted by the tenderer sha


be firm during the validity period of90 days and also during the period ofContractincluding
period(s)ofextensions of time, ifany, asstated earlier. Escalationinpriceswi
notbepermi
ed duringthe said period. The tenderer sha
particularly take note of this factor before submittingtheir tender(s).
1.9 Theworkssha
becarried outstrictlyasper approved specifications. Deviations, if any, sha
have to be authorised by the Engineer-in-Charge/Site-in-Charge in writingprior
toimplementingdeviations. Thepricebenefit, ifany, arisingoutofthe accepted deviation sha
be passed on to the Owner. The decision ofEngineer-in-Chargesha
befinalinthisma
er.
1.10 TheContractorsha
notcarryonanyworkotherthantheworkunderthisContract withintheOwnerspremiseswithoutprior
permissioninwritingfrom theEngineerin-Charge/Site-in-charge.
1.11 A
signaturesintender documentsha
bedated aswe
asa
thepagesofa
sectionsofthetender documentssha
beinitia
ed atthelower positionand signed, wherever required in the tender papers by the Tenderer or by a
person holdingPower ofA
orneyauthorisinghim tosignonbehalfofthetenderer before subm issionoftender.
1.12 TheTendersubmi
edbyatendereriffoundtobeincompleteinanyora
manner is liable to be rejected. The decision ofthe Owner in this regard is finaland binding. In case
ofany error/discrepancy in the amountwri
en in words and figures, thelower amountbetweenthetwosha
prevail.

2.0 Guarantee: Supplies 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 delivery
whichever is earlier. During this period, seller will arrange to repair / replace
any defective part free of cost or replace complete set if required.
Performance Bank Guarantee issued by any Nationalised Bank for
10% of basic order value of material supply and valid for above
guarantee period shall be furnished.
3. Term s of Paym ent: Paym ent against invoices sha
be m ade on receipt of equipment/materialatsiteagainstsubmission offo
owing documentsalong with your Bi
/Invoice:
i)Delivery Cha
an / Lorry Receiptduly acknowledged by our site.
)Manufacturer TestCertificate
)Third Party Inspection / Clearance Reportiv)Manufacturer Guarantee Certificate
v)PerformanceBankGauranteefor 10% ofBasic Order value.

75% Paymentofthebi

amountdulyrecommended byUser Department wi


bepaid in7 days ofreceiptofbi
with materialand balance 25% wi
be paid after verification/ certificationof materialin15 daysofsubmissionofdocumentsatour
Disbursement SectioninMumbaithroughepaymentmodeonly. PleasenotethatHPCLcannotmakeany
advancewithorder ORagainstdespatchdocumentsthroughBank.

Signature & Seal of Bidder Page 21 of 24

4.

Delayed Delivery:

Delivery is the essence of purchase order. In case of delay in


execution of the order beyond contractual delivery date as stipulated
in the order HPCL at its option can:
either
i)accept the delayed delivery on price reduced by sum equivalent to half
percent (1/2%) of the basic value of goods not delivered per week of delay
or part thereof subject to a maximum of 5% of basic value of order.
or
ii) 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 the seller.
5. FORCE MAJEURE
5.1. Anydelayinorfailureoftheperformanceofeitherpartheretosha
notconstitute defaulthereunder or giverisetoanyclaimsfor damage, ifany, totheextentsuch delaysor
failureofperformanceiscaused byoccurrencessuchasActsofGod or anenemy, expropriationor
confiscationoffacilitiesbyGovernmentauthorities, acts ofwar, rebe
ion, sabotage or fires, floods, explosions, riots, or strikes. The Contractor sha
keep records ofthe circum stances referred to above and bring theseto thenoticeoftheEngineer-inCharge/Site-in-Chargein writing im m ediately onsuchoccurrences. Theamountoftime, ifany,
lostonanyofthesecountssha
notbe counted for the Contractperiod. One decision ofthe Owner arrived atafter consultation with
the Contractor, sha
be finaland binding. Such a determ ined period oftimebeextended bytheOwner
toenabletheContractor tocompletethe job withinsuchextended period oftime.
5.2. IfContractor is prevented or delayed from the perform ing any ofits obligations under this Agreem
ent by Force Majeure, then Contractor sha
notify Owner he circum stances constituting the Force Majeure and the obligations perform ance of
whichistherebydelayed or prevented, withinsevendaysoftheoccurrenceofthe events.
6.0
ARBITRATION

6.1 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.

Signature & Seal of Bidder Page 22 of 24

6.2 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.
6.3 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.
6.4 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.
6.5 The Award of the Sole Arbitrator shall be final and binding on the
parties to the Agreement.
6.6 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 extent disputed) on account of
initiation, commencement or pendency of such proceedings.
6.7 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.
6.8 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.
6.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act,
1996
Signature & Seal of Bidder Page 23 of 24

or any statutory modification or re-enactment thereof and the rules made


thereunder, shall apply to the Arbitration proceedings under this Clause.
6.10 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.
6.11 The Appointing Authority is the Functional Director of Hindustan Petroleum
Corporation Limited. 7. LetterofIntentisanacceptanceofo
erbytheCorporationand the tenderer should acknowledge receipt ofthe Purchase
order within 15daysofmailingofthe Order and anydelayin acknowledgingthe receipt
wi
be abreachofcontract.
8. Firm Prices:On placement of order, prices will remain firm till complete execution.

Вам также может понравиться