Project 12536
Project 12536
Hindustan Petroleum Corporation Limited (HPCL) proposes to Provide New Fire Fighting Jockey pumps at
HPCL LPG Bottling Plant Pampore, Pulwama J&K 192121 and this tender is initiated for Supply, Supervision
of commissioning of New Jockey pump sets at Pampore LPG Plant.
SCOPE OF JOB
Design, manufacture / fabrication, procurement, assembly, testing, Third party inspection, packing,
transportation, supply & delivery and Supervision of Erection & Commissioning of following:
Electrical driven jockey pumps including prime mover, coupling, base plate and accessories as
specified in data sheet.
Each Pump-motor unit shall be provided with a control panel (excluding starter).
Supply of Mandatory & commissioning Spare parts for Jockey pumps & prime mover.
1. Electrical driven jockey pumps including prime mover, coupling, base plate/frame, foundation
bolts, shims and accessories as specified in data sheet.
2. Mandatory & Commissioning Spare parts for Jockey pumps & prime mover. For each of the
Jockey Pumps: One set of matching flange (for suction & discharge nozzles) with studs & nuts
and gasket has to be supplied by the party.
3. One Nos. Pressure gauge glycerin filled with SS cage with 0 - 16 kg/cm2 range per pump to be
supplied by the party.
4. One No. vacuum gauge glycerin filled with SS cage to be supplied by the party.
5. All other accessories between pump and local panel which are not mentioned specifically but
required for successful commissioning of the system have to be supplied by the party.
6. Instruction Manual for Jockey pumps & prime mover.
7. Starter Panel Not Required.
8. Material/service shall be door delivered.
9. PERFORMANCE TEST REPORTS: Performance test reports submitted must be certified and
reflect the test requirements specified and agreed. Performance test shall be witnessed by TPI
Engineer at the manufacturer's workshop.
10. THIRD PARTY REQUIREMENTS: All the materials shall be inspected by third party agencies.
Test Certificates/Inspection Certificates/Test Reports and third party inspection report shall be
submitted at the time of delivery.
a). The entire installation & piping connections are in accordance with drawings (Related
to pump set)
b). The piping-free and piping-connected alignment are within acceptable limits
The fire water system will be automated by HPCL through a separate agency and hence
provision should be kept in the local panel for remote start at full speed, potential free
contacts and other contacts for feedback & actuation.
.
TECHNICAL SPECIFICATION FOR JOCKEY PUMPS
2. MOTORS:
2.1 GENERAL
Motors shall be of squirrel cage TEFC design induction motors conforming to IS: 325 and with
energy efficiency level of IEC-3/as per datasheet.
Motors for Jockey Firewater, Service water application shall be Non-FLP.
Motors shall be suitable for giving the rated output, without reduction in the expected life
span when operated continuously under the following system conditions.
415V+ 10%, 3 Phase, 50 Phase, 50 Hz + 5% and, a combined, voltage and frequency variation of
+ 10%.
Motors shall be suitable for full voltage, direct-on-line starting.
Motors shall be capable of starting and accelerating the load with any of the above mentioned
methods of starting, (without exceeding the specified limits of temperature) with applied
voltage at its terminals between 80% and 110 % of rated voltage.
The locked rotor current of motors shall not exceed 600 % of the full load rated current
(Subject to IS tolerance).
Motor's vibrations shall be within limits as per applicable standards. Motor's insulation shall be
class 'F' with temperature rise limited to class 'B'. The motors shall be given tropical and
fungicidal treatment for successful operation of motor in hot, humid and tropical environment.
The stator frame and end shields shall be fabricated steel or cast iron of high quality
conforming to IS: 210 (1993). They shall be ribbed externally to maximize heat dissipation. The
feet shall be integrally cast with the stator frame, bolted feet construction is not acceptable.
The stator and rotor cores shall be of low loss, high permeability steel stampings duly
varnished to reduce eddy current losses. The stampings shall be hydraulically pressed, keyed
and clamped to ensure rigidity.
The motor shaft shall be of cylindrical design made of high carbon steel. The cross section
shall be chosen to provide high torsion strength and minimize deflection. The shaft shall be
finely machined to ensure fit and eccentricity shall be minimized. Unless specified otherwise,
the motor shall be with single shaft extension with slotted keyway. Motor shall be provided
with half key.
The motor shall be cooled by means of an external fan mounted on the rotor shaft. The fan
shall be protected by a cowl which shall be bolted to the stator frame. The fan shall be of cast
iron preferably. The body of the fan shall be provided with 2 numbers, diametrically opposite
drilled holes to enable removal of fan without breakage. The fan shall be designed to ensure
low noise and adequate ventilation. The fan should be suitable for bi-directional rotation.
The motor shall be provided with ball/roller bearings with grease lubrication. Greasing nipples
and arrangement for drainage of excess/old grease shall be provided as a standard feature.
Seals shall be provided to ensure that excess grease does not reach the windings. The L10 life
of bearings shall not be less than 40000 hour under rated conditions. Bearings shall be suitable
for bi-directional rotation.
The terminal box for motor shall be of sheet steel /cast-iron and shall be mounted on L.H.S of
DE when standing near DE end and looking towards DE. The terminal box shall be suitable for
rotation in steps of 90º. The design of terminal box shall be spacious to suit termination of
armored aluminum conductor cable. Six ends of windings shall be brought to the terminal box
and shorting links shall be provided.
A) The terminal box shall be provided with gland plate. If required, cable spreader box/trifurcating
box shall be provided additionally to facilitate termination of large size cables. Double
compression brass cable glands shall be provided along with the motor.
B) One no. internal earthing terminal shall also be provided in the terminal box as a standard
feature.
The terminal box shall also feature a cover plate. The cover plate shall be bolted to the
terminal box with Allen bolts.
Where space heaters / thermistors are specified, separate TBs for each shall be provided for
these accessories.
Terminal marking shall conform to IS: 4728 (1975)
Phase terminals shall be stud type of FRP material. Terminals for space heaters shall be stud
type; terminals for thermistor / RTDs may be clip-on type suitable for 2.5 sq.mm conductor.
The rotor shall be dynamically balanced with half key. Other shaft mounted components viz
fan, coupling half etc., shall be balanced separately. Balancing shall be carried out at rated
RPM. of the motor. The balancing weights shall be firmly secured to the rotor. The balance
quality grade shall
The motor shall be provided with lifting lugs/eye bolts to facilitate erection/ maintenance
requirements.
All nuts, bolts, studs shall be based on metric units.
The motor shall be provided with a stainless steel rating plate with punched markings.
Markings shall be provided as per clause no 20.1 and 20.2 of IS: 325 (1996).
The painting of motor shall be epoxy-powder-coated type. Final paint shade shall be as
indicated in Ordering Data Sheet.
The overhang of the stator windings shall be given an additional coat of epoxy gel to minimize
the effect of end turn forces at switch-on. The vendor shall furnish the details of bracing
method employed.
Stator slot wedges shall be of non-magnetic material.
Rotor shall be of rigid cage design. Rotor bars shall be of high conductivity ETP copper and
shall be firmly wedged in the rotor slots. The portion of rotor bars in the rotor slot shall be un-
insulated. The rotor bars shall be brazed to the end short-circuiting rings, which shall be of
annealed high conductivity copper. If retaining rings
shall be forged non-magnetic material.
Motor rated 30 kW and above shall be provided with single phase anti-condensation heaters
as a standard feature. The heaters shall be placed in the lower part of the motor and shall be
accessible for easy replacement/maintenance.
The main terminal box of the motor shall be rated for 40 kA/ 0.25 sec at 415V.
The motor frame shall be provided with two diagonally opposite tapped holes for earthing
along with required hardware viz. bolts/screws, plain and spring washers. The hardware shall be
electro-galvanized type.
1. All tests shall be carried out at the manufacturing works. Test methods shall be in accordance
IS: 4029 (1967).
2. Vendor shall furnish Type Test Certificates. Type tests shall include following optional type
tests as per IS: 325 (1996).
a) Routine tests as per IS: 325 (1996) shall be carried out on all motors.
b) Test for vibration severity.
c) Test for noise level
d) Temperature rise test at limiting values of voltage and frequency variation as given in this
specification.
e) Over speed test.
16 Vibration Severity
12075(1986)
17 Noise level
per IS : 12065 (1987)
i. G.A. drawings of motor, main terminal box, space heater TB, thermistor RTD T.B.
ii. Wiring diagram for space heater TB, thermistor/RTD T.B.
iii. Motor data sheet duly filled up.
iv. Routine test certificates
4. INSPECTION
5. GUARANTEED PERFORMANCE
The tenderer shall indicate guaranteed performance parameters for the pump, such as rate of
flow, delivery pressure, efficiency, specific power consumption etc. The bidder shall also indicate
guaranteed performance parameters for the diesel engine such as bhp, specific fuel consumption
etc. as per IS: 10002-1981. The performance factors of the pumps will be checked as per IS: 9137
CONFIRMATION
1 Name of Manufacturer
a. Rated voltage
2
b. Voltage variation
a. Rated frequency
3
b. Variation in frequency
4 No. of phases
≤18.5 KW Motor. In case
a. Motor KW
5 vendor is not able give ≤18.5
KW Motor then same to be
mentioned in deviation sheet.
It shall be HPCL discretion to
accept or reject the deviation.
b. Motor kw at 40 deg. c
6 Frame size
a. Rated speed
b. Rated slip
7 c. Rated P.F.
d. Rated efficiency
8 Enclosure class of protection
9 Hazardous area suitability NA
10 Class of Insulation F
11 Temperature rise above _ 0 c
ambient
12 a. Locked rotor current / rated
current
b. Starting torque / Rated
torque
c. Pull out torque / rated torque
13 a. No. of equally spread starts
/hour
b. No. of successive starts from
cold condition
c. No. of successive starts from
hot condition
14 External paint shade
15 Epoxy based painting
Terminal Box location (viewed LHS
16 from DE side: R.H.S / LHS
17 Space heaters provided
18 Temperature detectors provided
a. Type : PTC / Pt-100
b. No. of detectors
19 Vibration level
20 Noice level at 1 mt (dba)
Bearings
a. Type DE / NDE
b. Grease lubricated & Type
21 of grease
c. Regreasing
nipple provided
d. Expected bearing life ( LIO )
22 Earthing details
23 Approx total weight
24 ENERGY EFFICIENCY LEVEL
8. QAP (QUALITY ASSURANCE PLAN)
A) This Two-Bid Online e-Tender is for 2 Nos of Fire Water Jockey Pumpsets at PAMPORE LPG
PLANT to be carried at HPCL Pampore premises, as per the scope, terms & specifications defined in
the tender.
(Note: As a Good tendering practice please submit your bid well in advance and do not wait for the
last few days for submission)
1. Job to be carried out as per the following attachments of this tender:
1) Tender scope, Specs, Special Terms and conditions
2) Line Items of Tender
3) General Terms and conditions
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 Delhi for all purposes. The
Arbitration shall be held at Delhi and conducted in English language.
Bids are to be submitted online only at Gem Portal. Bids in any other form will not be accepted.
VERY IMPORTANT: Payment will be made on the actual quantities. HPCL does not guarantee any
minimum quantity.
2.) Parties are advised to visit and inspect the site and may acquaint themselves with the location
before quoting their rates. Vendor to clarify doubts if any before quoting. All safety
precautions/rules to be followed strictly at site as per instructions from Officer in-charge.
3.How to submit your bid: Party to quote the rates in TWO BID SYSTEM i.e. Price Bid & Un-price Bid.
PRICED Bid will contain rates only. UN-PRICED Bid will contain this tender document, technical
specifications, instructions to bidders, terms & conditions, Declaration, Deviation sheet, Taxes, etc.
Both the Un-priced Bid and Priced bid to be submitted online. Please do not quote your rates in the
un-priced bid.
3.1) Bidders are advised to quote rates in the price bid only. Please do not quote / mention rates
anywhere else in the tender other than price bid. In case bidder quotes rates at any other place
(other than price bid), the rates quoted in price bid shall only be considered for bid evaluation,
bidders not submitting the price bid will get rejected. In case, bidder happens to be lowest basis
above bid evaluation, the lower of the two rates (mentioned by bidder at any other place in tender
and rates mentioned in the price bid) shall be applicable for awarding the job.
In case, Performance Guarantee is being submitted in the form of Bank Guarantee (BG), vendor to
submit Bank Guarantees drawn from Scheduled Banks (other than Co-operative bank) in India. As far
as possible BG to be issued on SFMS platform.
Vendor while submitting a bank guarantee (BG) on SFMS platform towards Security
deposit/PBG/CPBG/EMD, is required to ensure that:
5) RATES: Price Bids are to be submitted as unit rates for all items and all tendered items are
MANDATORY with all taxes, duties, charges etc.
6) Taxes: Taxes to be quoted under taxes duties and others section of the tender document. Please
note that taxes may be quoted at Header level or individual item level. Header level taxes are
applied to all items. Quoted taxes shall be loaded for price bid evaluation.
Quoted taxes will be loaded on the quoted rates for arriving at the landed cost and bids will be
evaluated as inclusive of all taxes & extras. If vendor quotes Taxes as 0%, rates quoted by the vendor
will be taken as inclusive of all applicable taxes.
HPCL reserves the right to seek clarification regarding the quoted taxes & load the bids (+/-)
accordingly, if required & deemed fit, at its sole discretion. HPCL’s decision shall be final & binding
on the bidders.
It may be noted that TENDER EVALUATION SHALL BE DONE ON THE PRICE INCLUSIVE OF ALL
TAXES & EXTRAS.
6.1) Any statutory revision in taxes quoted by the bidder will be reimbursed by HPCL, as per GTC.
9. Payment Terms: Thru E-Payment, Payment Will Be Made Within: 30 days from the date of receipt
of certified Bills at our finance department as per the Terms & Conditions.
13. Any statutory revision in taxes will be reimbursed by HPCL, as per GTC.
14. HPCL reserves the right to load the bids seeking commercial deviations.
16. Validity: Quoted prices shall be valid for a period of 180 days from the due date / extended due
date for the placement of order.
17. Non acceptance of commercial terms and conditions may result in rejection of your offer, or
suitable commercial loading.
18 In case any deviations sought by bidder is accepted by HPCL, HPCL reserves the right to suitably
load the bidder for evaluation purpose only.
19. HPCL reserves the right to reject offers not meeting its Technical requirements and commercial
conditions.
20. For any clarification you may post queries online well before the query end date on the Gem
Platform. No queries shall be entertained thru emails / telephone.
2) The tender should be submitted online at Gem Platform only, by the due date and time, as
specified in the tender. Offers sent through post, telegram, fax, telex, e-mail, courier or by any other
mode will not be considered.
4) All communications regarding the tender including queries, if any, and submission of offers
shall be done online at Gem Platform
6) Validity
Quoted prices shall be valid for a period of 180 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.
8) HPCL shall not be responsible for any delays reasons whatsoever in receiving as well as
submitting offers, including connectivity issues.
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.
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). The Priced part of the Offer of technically qualified
bidders will be subsequently opened on-line as per date specified in the tender/ 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) VALIDITY OF OFFER: 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 cancelling their Bid or varying any of the terms in
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.
15) 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. Bidders may refuse the request,
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.
18.3 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) 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.
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) Acceptance of Tender specifications, Drawing, Terms and condition.
22.2) Submission of delisting declaration.
22.3) Submission of other documents sought in unpriced bid.
2.4) RECEIPT OF BID: Bids received late i.e. after due date and time, due to any reason (s)
whatsoever shall be rejected.
22.5) 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
other than those stated above, they shall indicate 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. The Bidder may modify or withdraw their
bid after the bid submission, but before the due date & time of submission. No bid shall be allowed
to be withdrawn in the interval between the deadline for submission of bids and the expiration of
the period of the bid validity specified by the bidder on the bid form. Withdrawal / Unsolicited
modification of the bid during this interval shall result in forfeiture of bidder's bid security.
27) HPCL reserves the right to follow the Purchase Price Preference for Micro & Small Enterprise as
per prevailing Government guidelines.
To,
Jammu LPG RO,
Hindustan Petroleum Corporation Limited,
Baribrahman-Jammu
We hereby declare / clarify that our firm has not been banned or delisted or Holiday listed or
black listed by any Government or quasi Government agencies or Public Sector Undertakings.
We confirm that we have reviewed the attached documents with the tender:
Scope of Job, Technical Specifications, Instructions to Bidders, Special Terms, General Terms &
Agreed Terms and Conditions as per Tender GEM/
All Terms & Conditions mentioned in the above Tender are acceptable to us without any deviation."
(Note: Please mention separately if any deviation in technical / financial terms & conditions)
Yours truly,
Payment of GST and filing of GST Returns to enable Hindustan Petroleum Corporation
Limited to avail Input Tax Credit (ITC) correctly
With reference to Payment of GST & filing GST Returns for availing Input Tax Credit (ITC) by HPCL as
per GST provisions for the Invoices raised by us, we hereby declare as follows:
(1) We have disclosed all the facts relating to our Firm / Company to M/s Hindustan Petroleum
Corporation Limited.
(2) We hereby declare that we have agreed to pay GST to the respective GST Authorities. In this
connection, we hereby agree to furnish to you proof of payment of GST.
(3) We hereby declare that we will file GST Returns as per GST provisions. In this connection, we
hereby agree and undertake to furnish you proof of electronically filed GST Returns.
Place : Signature
Name :
Date : Designation :
Seal.
Bidder Information
(To be submitted as part of Technical bid on Company Letter-head along with supporting
documents, if any)
Bidder’s Name_________________________
Note: Bidder shall enclose certified copies of the documentary proof/ evidence to substantiate the
corresponding statement wherever necessary and applicable.
(Please tick appropriate boxes or strike out sentences/ phrases not applicable to you)
2) Taxation Registrations:
We solemnly declare that our GST rating on the GST portal/ Govt. official website is
not negative/ blacklisted.
Documents to be submitted: Self-attested Copies of PAN card and GSTIN Registration.
(a) Name:
(b) Address:
(c) Telephone/ Mobilenumbers:
(d) Email Address:
Average Annual Financial Turnover during the last 3 years, ending 31st March, of the previous
financial year, should be at least 15 Lakhs. The bidder should submit audited balance sheet and/or
ITR for last 3 years.
a. In this regard the vendor has to submit Financial Statements/Balance Sheet/ITR etc for last
3 immediately completed financial years. While computing the annual turnover, other
income shall not be considered.
b. Average turnover shall be determined by summing up the annual turnover of each financial
year and dividing the sum by three. In the event a bidder does not have turnover in any
one or two of the years of the submitted financial years, the turnover for that/ those years
shall be taken as Nil and the average turnover will be calculated by considering the
denominator as 3 years - to determine the conformity to the turnover criteria.
A.2 Technical:
Applicants shall have experience of having successfully carried out and completed similar work
during the last 7 years ending last day of the month previous to the one in which applications are
invited, which experience should be any one of the following:
a. Three similar completed works, each costing not less than the amount = 2.5 Lakhs OR
b. Two similar completed works, each costing not less than the amount = 3 Lakhs OR
c. One similar completed work costing not less than the amount = 4.5 Lakhs
Criteria for prior experience and prior turnover (PQC) to be relaxed by 15% for Micro and
Small Enterprises (copy of the relevant registration certificate or other such document specified by
Government of India (currently Udyam Registration Certificate) to be submitted.)
a. For similar job purpose, single job at a single location through a single order or
multiple purchase orders obtained from single tender only shall be considered.
b. The bidder should submit copies of Purchase Order/Work Order along with performance
certificate issued containing the name/designation and contact details of the officials
issuing the performance certificate. The performance certificate should clearly indicate
period of contract and actual executed value of the contract.
c. The work orders offered towards PQC – Technical should be successfully carried out
and completed during the last 7 years as per the PQC Clause.
d. Works of Maintenance and Works carried out under Sub-Contract without consent from
Principal Client/Owner will not be considered as Similar Completed Work.
The bidders to note that to meet the above requirement:
i. Bidders are required to meet both the above criteria viz., Financial A.1 & Technical A.2
for qualifying in tender. Vendors not meeting any of the above criteria shall lead to
rejection of Bids.
ii. Criteria for prior experience and prior turnover (PQC) will be relaxed by 15% for Micro
and Small Enterprises as per values mentioned in Financial A.1 & Technical A.2
mentioned above subject to meeting the prescribed quality and technical specification
of the tendered items/services for contracts.
iii. Bids not meeting any of the above criteria shall be rejected.
The Bidders have to submit the following documents in support of the Pre-qualification
requirement:
The bidder has to submit any one of the above-mentioned documents having details for the last
3 immediately completed financial years.
#- Submission of the Purchase Order / Work Order is mandatory and it should clearly
mention the details of works completed by the vendor so as to enable us to identify
whether the vendor meets the technical criteria stipulated above or not.
$$ -The Completion Certificate, Certified bills, Proof of Payment and any other document
submitted in lieu of the documents sought above should be certified by the owner/client
(for whom the work order has been executed) specifically having mention of the supplies
made in support of meeting the technical criteria as stipulated above. The performance
certificate issued should contain the name/designation and contact details of the officials
issuing the performance certificate. The performance certificate should clearly indicate
period of contract and actual executed value of the contract. If consultants are issuing
certificates, then bidders shall provide documentary evidence of appointment of
consultant by the client failing which the offer shall be rejected.
The bidders, who have participated in HPCL Bids earlier during last 1 year and evaluated as L-
1 bidder, either refused to execute the job on their quoted bids or whose bids were
unworkable for minimum wages or any other statutory compliances, will be made
disqualified in the Technical Evaluation of this tender without assigning any further reason.
The past 1-year period will be reckoned from the due date of this tender to due date of
previous tenders. The HPCL Bids will be considered as any tenders/bids published by any
HPCL location/offices.
BILL OF QUANTITIES: PAMPORE LPG PLANT
S.
TITLE QTY UOM LONG DESCRIPTION
NO
1. PRELIMINARY
1.1 This is a Contract for execution of job as defined in tender document at the specified
location
1.2 The tenderer for the abovementioned supply is the company/ proprietary concern/
individual (as per details & address mentioned in the unpriced bid) and undersigned
(digitally) is authorized to submit the bid on behalf of tenderer.
1.3 The terms and conditions mentioned hereunder are the terms and conditions of the
Contract for the execution of the job mentioned under item 1.1 above.
1.5 Interpretation of Contract Documents: All documents forming part of the Contract are
to be taken mutually explanatory. Should there be any discrepancy, inconsistency,
error or omission in the contract, the decision of the Owner/Engineer-in-Charge/Site-
in-Charge shall be the final and the contractor
shall abide by the decision. The decision shall not be arbitrable. Items shown upon
the drawings but not mentioned in the specification or described in the specifications
without being shown on the drawings shall nevertheless be deemed to be included in
the same manner as if they are shown in the drawings and described in the
specifications.
1.6 Special conditions of Contract : The special conditions of contract, if any provided
and whenever and wherever referred to shall be read in conjunction with General
Terms and Conditions of contract, specifications, drawings, and any other
documents forming part of this contract wherever the context so requires.
Notwithstanding the subdivision of the documents into separate sections, parts
volumes, every section, part or volume shall be deemed to be supplementary or
complementary to each other and shall be read in whole. In case of any
misunderstanding arising the same shall be referred to decision of the Owner/
Engineer-in-Charge/Site-in-Charge and their decision shall be final and binding and
the decision shall not be arbitrable.
1 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
1. Contract Agreement
2. Detailed Letter of Acceptance along with its enclosures
3. Letter of Award / Fax of Acceptance
4. Job Specifications (specific to particular job only)
5. Drawings
6. Special Conditions of Contract
7. Technical Specifications
8. Instructions to Bidders
9. General Conditions of Contract
10. Other Documents
Any amendment / change order issued after signing of formal contract shall take precedence
over respective clauses of the formal contract and its annexures
2. DEFINITIONS
a. The following expressions used in the Purchase Order shall have meaning as indicated
against each of these:
c.“Goods / Materials”: Goods and/or Materials shall mean any of the articles, materials,
machinery, equipments, supplies, drawings, data and other property and all services
including but not limited to design, delivery, installation, inspection, testing and
commissioning specified to complete the order.
d. “Vendor / Seller / Supplier”: Vendor / Seller / Supplier shall mean the person, firm or
corporation to whom this Purchase Order is issued.
e. “Contractual Delivery Date”: Contractual Delivery date is the date on which goods shall
be delivered F.O.R/F.O.T. Despatching Point/ Destination in accordance with the terms of
the Purchase Order. This contractual delivery date / period is inclusive of all the lead time
for engineering, procurement of raw materials, manufacturing, inspection, testing, packing
and any other activity whatsoever required to be accomplished for affecting the delivery
at the agreed delivery point.
2 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
h. ‘Total Order Value’ shall be considered for the purpose of calculation of:
1. Price reduction on account of delay
2. Performance bank Guarantee Amount
3. Payment of advance, if any to be made.
i. Note: - The total order for levy of Price Reduction on account of delay shall include all
types of escalation (including on account of Foreign Exchange Variation) agreed to in
terms of Purchase Order.
4. CONFIRMATION OF ORDER
The Vendor shall acknowledge the receipt of the Purchase Order within ten days following
the mailing of this order and shall thereby confirm his acceptance of this Purchase Order in
its entirety without exceptions. The acknowledgment will bear on both purchase order and
General Procurement Conditions.
5. SALES CONDITIONS
With Vendor’s acceptance of provisions of this Purchase Order, he waives and considers as
cancelled any of his general sales conditions.
6. COMPLETE AGREEMENT
The terms and conditions of this Purchase Order shall constitute the entire agreement
between the parties hereto. Changes will be binding only if the amendments are made in
writing and signed by an authorized representative of the Corporation and the Vendor.
7. INSPECTION-CHECKING-TESTING
a. The equipment, materials and workmanship covered by the Purchase Order shall be
subject to inspection and testing at any time prior to shipment and or despatch and to final
inspection within a reasonable time after arrival at the place of delivery. Inspectors shall
have the right to carry out the inspection and testing which will include the raw materials
at manufacturer’s shop, at fabricator’s shop and at the time of actual despatch before and
after completion of packing.
b. All tests, mechanical and others and particularly those required by codes will be performed
at the Vendor’s expenses and in accordance with Inspector’s instructions. The Vendor
will also bear the expenses concerning preparation and rendering of tests required by
Boiler Inspectorate or such other statutory testing agencies or by any other reputed
inspection agencies as may be nominated by the Corporation.
c. Before shipping or despatch, the equipment and or materials will have to be checked and
stamped by inspectors who are authorized also to forbid the use and despatch of any
equipment and/or materials which during tests and inspection fail to comply with the
specifications, codes and testing requirements.
3 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
d. The vendor shall inform the Corporation at least eight days in advance of the exact place,
date and time of rendering the equipment or materials for required inspection.
e. The vendor shall provide free access to inspectors during normal working hours at
Vendor’s or his/its sub-Vendor’s works and place at their disposal all useful means of
performing, checking, marking, testing, inspection and final stamping.
f. Even if the inspections and tests are fully carried out, Vendor would not be absolved to
any degree from his responsibilities to ensure that all equipments and materials supplied
comply strictly with requirements as per agreement both during construction, at the time
of delivery, inspection, on arrival at site and after its erection or start-up and guarantee
period as stipulated in clause 30 hereof.
g. The Vendor’s responsibility will not be lessened to any degree due to any comments made
by the Corporation and Inspectors on the Vendor’s drawings or by Inspectors witnessing
any chemical or physical tests.
h. In any case, the equipment and materials must be in strict accordance with the Purchase
order and/or its attachments failing which the Corporation shall have the right to reject the
goods and hold the Vendor liable for non-performance of contract.
b. Vendor’s shipping documents and invoices must contain the following data:
i. Unit net weight
ii. Unit gross weight (packing included)
iii. Dimensions of packing.
4 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
b. In case despatch by rail is specified in the Purchase Order, vendor shall exercise due care
and ensure that the consignment shall be booked under appropriate railway classification,
failing which, any additional freight incurred by Corporation due to Vendor’s booking the
material under a wrong classification shall be to Vendor’s account.
c. The goods shall be consigned in the name of consignee as applicable.
d. Corporation’s warehouse is open to receive stores between 9.00 A.M and 3 P.M on all
working days. No goods will be accepted after 3.00 P.M.
e. Corporation reserves the right to advise any change in despatching point / destination and
/ or mode of transport, as may be required. Any extra expenditure on this account
supported by documentary evidence will be reimbursed by the Corporation.
b. All fragile and exposed parts shall be packed carefully and the package shall bear the
words ‘HANDLE WITH CARE’, ‘THIS SIDE UP’ and ‘FRAGILE’.
c.All holes and openings and also other delicate surfaces shall be carefully protected against
bad weather. All threaded fittings shall be greased and provided with plastic caps. All small
pieces shall be packed in cases.
d. The Supplier shall be liable for all damages or breakage to the Materials due to defective
or insufficient packing as well as for corrosion due to insufficient protection.
e. Detailed packing list in waterproof envelope shall be kept in each package together with
material and one copy of packing list shall be fastened outside the box in waterproof
envelope.
f. Each package shall be marked in bold letters on the external three surface of the package
as follows:
5 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
6 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
NOTE :
a. Price Reduction shall be applicable only on the basic cost and on Full
complete week (s) and for fractional days Price reduction shall be applicable on
pro-rata, if any.
b. Initially Price Reduction shall be applicable for total basic order value and final Price
Reduction settlement to be on undelivered portion in the contractual delivery period.
(b)riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil
war, rebellion, revolution, insurrection of military or usurped power;
(c)ionising radiation or contamination, radio activity from any nuclear fuel or from any nuclear
waste from the combustion of nuclear fuel, radioactive toxic explosive or other hazardous
properties of any explosive assembly or nuclear component;
For the avoidance of doubt, inclement weather, third party breach, delay in supply of
materials (other than due to a nationwide transporters’ strike) or commercial hardship shall
not constitute a Force Majeure event.
Contractor shall notify within [10(ten)] days of becoming aware of or the date it ought to
have become aware of the occurrence of an event of Force Majeure giving full particulars
of the event of Force Majeure and the reasons for the event of Force Majeure preventing
the Affected Party from, or delaying the Affected Party in performing its obligations under
the Contract.
7 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
If an event of Force Majeure occurs and its effect continues for a period of 180 (one
hundred eighty days) or more in a continuous period of 365 (three hundred sixty-five) days
after notice has been given under this clause, either Party may terminate the Contract by
issuing a written notice of 30 (thirty) days to the other Party.
The Contract Price attributable to the Works performed as at the date of the
commencement of the relevant event of Force Majeure.
a) any costs, losses, expenses, damages or the payment of any part of the Contract Price
during an event of Force Majeure; and
b) any delay costs in any way incurred by the Contractor due to an event of Force
Majeure.
b. The Vendor will have to proceed with the replacement of that equipment or part of
equipment without claiming any extra payment if so required by the Corporation. The time
taken for replacement in such event will not be added to the contractual delivery period.
8 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
iv. Equipment sent freight carriage paid to the project Site: On arrival under lifting hook
at the job site.
v. Equipment erected by the Vendor: On temporary acceptance at job site.
vi. Equipment commissioned by the Vendor: On taking over by the Corporation for
regular operation after test runs at maximum capacity for specified period
satisfactorily performed.
22. PRICE
a. Unless otherwise agreed to in the terms of the Purchase Order, the price shall be firm and
not subject to escalation for any reason whatsoever till the execution of entire order,
even though it might be necessary for the order execution to take longer than the delivery
period specified in the order.
b. Price shall be exclusive of GST (CGST, SGST, IGST as applicable), Customs Duty and
applicable Cess, which are leviable by law on sale of finished goods to Corporation. The
nature and extent of such levies shall be shown separately.
a. GST (CGST, SGST, IGST as applicable), Customs Duty and applicable Cess as
applicable shall be reimbursed for the materials consigned to Corporation as per limits
indicated in the offer against documentary evidence to be furnished by the supplier.
Corporation shall pay only those taxes, duties and levies as indicated by Supplier at the
time of bid submission/as agreed subsequently prior to opening of priced bids).
Taxes/duties and/or levies not indicated by supplier in bid, but payable, shall be to
Supplier’s account. In case of any increase/decrease applicable in GST (CGST, SGST,
IGST as applicable) Customs Duty and applicable Cess indicated with reference to limits
mentioned in the offer/bid or new taxes/duties/levies imposed by the Indian Government
through Gazatte notification after the date of submission of last Price Bid but prior to
contractual delivery date, the Corporation shall reimburse/adjust the increase/decrease
in taxes & duties on satisfactory supporting documents.
b. Supplier shall be responsible for availing all applicable concessions in taxes, duties,
levies etc. as per terms of Purchase Order. Any loss, direct or implied, accrued to
Corporation on account of supplier’s failure to avail concessions shall be borne by
Supplier.
c. The vendor shall comply with all the provisions of the GST Act/Rules/ requirements like
providing of tax invoices, payment of taxes to the authorities with in the due dates, filing
of returns with the due dates etc. to enable HPCL to take Input Tax Credit. In case of
imports, vendors shall provide import documents and invoice fulfilling the requirement of
Customs Act and Rules. Vendor will be fully responsible for complying with the Customs
provisions to enable HPCL to take Input Tax Credit.
9 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
d. In case, HPCL is not able to take Input Tax Credit due to any
noncompliance/default/negligence of the seller of goods/service provider, the same shall
be recovered from the pending bills/dues (including security deposit, BG etc.)
e. Vendor shall be responsible to indemnify the Corporation for any loss, direct or implied
accrued to the Corporation on account of supplier/service provider failure to discharge
his statutory liabilities like paying taxes on time, filing appropriate returns within the
prescribed time etc.
a. The prices mentioned in offer are subject to Customs Duty (CD) variation. In case of
any increase in rates of Customs Duty, IGST and applicable Cess by the Indian
Government through Gazatte notification after the submission of last priced offer but
within the time schedule for import of materials, as mentioned. Corporation shall
reimburse the increase in taxes and duties at actuals against satisfactory supporting
documents.
b. All downward variations in the rates of all such duties shall be to Corporation’s account
and same shall be calculated on actual CIF value of imported materials subject to the
limit mentioned. Supplier shall submit all relevant documents to Corporation for the proof
of duty paid by them within one month from the date of Bill of Entry (BOE).
c. Custom Duty variation shall be paid by Corporation up to the limit of maximum CIF value
of imported components as indicated in the offer.
d. Rate of Custom Duty along with tariff number considered by Supplier in the prices shall
be indicated in the offer.
10 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
g. Foreign exchange variation, if any, downward or upward, will be paid only if imports are
made within the agreed completion period.
h. For the purpose of Foreign Exchange variation reimbursement, State Bank of India (SBI)
selling rate applicable on the bill of entry date or SBI selling rate on Bank remittance date
or actual remittance rate, whichever is lower shall be considered. The following clause
also to be considered.
i. The BOE date may fall within Contractual Completion Date or beyond, it has already been
stipulated as above conditions that no reimbursement for FE / CD variation will be paid if
the actual import is beyond Contractual completion date. In such a case, the variation
reimbursement will be restricted to the difference between the rate quoted in the tender
and the lower of the following:
i. The actual remittance rate.
ii. Balance 25% to be paid after verification/ certification within 15 days of receipt of
bill. However, the final bill payment will not exceed 30 days.
b. HPCL has taken the initiative to expedite the payment to vendors through e-payment.
Hence confirm that you have filled the HPCL bank mandate for e-payment.
d. The financial settlement of Vendor’s invoice is liable to be withheld in the event the Vendor
has not complied with submission of drawing data and such documentation as called for
in the Purchase Order and/or as required otherwise.
e. HPCL will furnish their approved format for bank guarantee/ indemnity bond for all the
advance payments directly to vendor along with FOA/ PO, wherever applicable.
f. In case of delayed supplies, bills will be paid after recovering the amount as per price
reduction clause of the P.O.
g. All bank guarantees shall be non revocable and from a bank in India from the list of banks
whose bank guarantees are acceptable to the Corporation (list enclosed) and as per
HPCL’s proforma.
11 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
h. PBG shall be valid till expiry of guarantee period. All other Bank Guarantees shall be valid
till contractual completion period, unless otherwise specified. All bank guarantees shall
have a claim period of 1(one) month after expiry date of bank guarantee.
28. CHANGES
The Corporation has the option at any time to make changes in quantities ordered or in
specification and drawings. If such changes cause an increase or decrease in the price or in
the time required for supply, an equitable adjustment under this provision must be finalised
within 10 days from the date when change is ordered.
b. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the
Purchase Order and matters connected with it. The vendor is aware that the said goods
are required by the Corporation for the ultimate purpose of materials production and
that non delivery may cause loss of production and consequently loss of profit
to the Corporation.
c. Therefore, in case of Termination of the contract, Corporation shall have the
right to carry out the unexecuted portion of the supply/work either by themselves or
through any other vendor(s)/contractor(s) at the risk and cost of the vendor/
contractor. In view of paucity of time, Corporation shall have the right to place such
unexecuted portion of the supply/work on any nominated vendor(s)/contractor(s).
However, the overall liability of the vendor/Contractor shall be restricted to 100% of
the total contract value.
d. The provision of this clause shall not prejudice the right of the Corporation from
invoking the provisions of clause “Delayed Delivery” as a fore said.
12 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
13 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
14 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
The parties shall attempt to resolve all dispute and difference arising out of
or relating to this contract through negotiations in good faith. If any dispute
or difference remains unresolved, then all such unresolved disputes or
differences shall be referred to the Executive Director/SBU Head of HPCL
of the concerned department and the Director/ Owner / authorized Senior
Official of the contractor/supplier for an amicable solution.
If any dispute or difference remains unsettled within sixty (60) days from the
date on which either Party has served a written notice on the other Party
making claims and for discussions, then the provisions of Part B (i.e.
Conciliation) of this Clause shall apply.
15 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
(B) CONCILIATION
All disputes and differences covered under the Conciliation Rules, 2019
arising out of or relating to this contract including its performance or
interpretation, shall be fully and finally settled through Conciliation as per
the Conciliation Rules, 2019 of HPCL, as amended from time to time.
The Conciliation Rules, 2019 of HPCL and any modification thereof shall be
binding upon the Parties
The Courts having jurisdiction over the place where the contract was
performed, except for enforcement of decree/judgment, shall be the court
having jurisdiction to adjudicate the disputes between the parties.
42. JURISDICTION
The Vendor hereby agrees that the Courts situated in location given in tender header” shall
have the jurisdiction to hear and determine all actions and proceedings arising out of this
contract.
CLAUSE
a. Vendor needs to clarify whether you are registered with NSIC. If registered, vendor needs
to submit the following documents along with their offer.
b. Photocopy of the NSIC Registration Certificate, which clearly shows the following
details/ information:
i. Name of the Bidder
ii. Address of the Bidder
iii. Validity of the Registration
iv. Items for which the Bidder is registered
v. Monetary Limit
and acknowledged copy of Entrepreneurs Memorandum Part II
c. Also vendor has to clarify whether you have secured Orders for same items, during the
preceding 12 months, in competition with Large Scale Units, WITHOUT any Price
Preference.
16 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
d. In case vendor have secured Orders for same items, during the preceding 12
months, in competition with Large Scale Units, WITHOUT any Price Preference,
then vendor has to furnish a Declaration on their Letter Head accordingly.
e. Please note that in the absence of the above information, offer will be evaluated
without considering Price Preference.
iii. Micro and Small Enterprises quoting price within price brand of L1+15%
shall also be allowed to supply a portion of requirement by bringing down
their prices to L1 price in a situation where LI price is from someone other
than a micro and small enterprises and such micro and small enterprises
shall be allowed to supply upto 25% of the total tendered value. In case of
more than one such Micro and Small Enterprises, the supply of 25% portion
shall be shared amongst them. Further, out of above 25%, of 4% will be
earmarked for procurement from MSEs owned by SC/ST entrepreneurs
and 3% will be earmarked for procurement from MSEs owned by women.
The quoted prices against various items shall remain valid in case of splitting
of quantities of the items as above.
17 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
46. GENERAL:
a. Deviations to Terms and Conditions shall lead to loading of prices or make your offer
liable for rejection.
b. All resident/non-resident parties to obtain and furnish their PAN in order to avoid tax
withholding at a higher rate. Even though the non-residents may not have permanent
establishment (PE), branch, local office in India, they can apply with their foreign
address. For your information, the web address for applying for PAN in Form No. 49A
to NSDL or UTISL online as given in the following sites:
(AO details for International Taxation are also available online).
i. http://tin.tin.nsdl.com/pan/index.html/
ii. http://incometaxindia.gov.in/
iii. https://incometaxindiaefiling.gov.in/portal/index.jsp
iv. http://www.utitsl.co.in/
c. GRIEVANCE REDRESSAL: There is a grievance redressal mechanism in HPCL for
vendors participating in the tender, the details of which are available on HPCL’s website
www.hindustanpetroleum.com.
18 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY
19 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 3A: ARBITRATION CLAUSE
FOR CONTRACTS WITH INDIAN PARTIES
Any dispute or difference of whatsoever nature, arising out of or in connection with this
Agreement or its termination, shall be referred to and resolved by a Sole Arbitrator, in accordance
with the Arbitration and Conciliation Act, 1996 of India as amended by time to time.
a) HPCL shall suggest the names of 3 persons to the vendor. The said persons shall
not be employees of either party nor connected to either party in any way
prohibited by the Arbitration and Conciliation Act, 1996.
b) The vendor shall choose one name from among the said three persons to be
appointed as a Sole Arbitrator.
c) If the vendor is not agreeable to the appointment of any one person from the said
three names, then both parties shall mutually agree and decide upon the name of a
Sole Arbitrator. Failing this, a party is free to approach the Court of competent
jurisdiction for making an appointment.
e) Unless otherwise agreed by the parties, the venue and seat of Arbitration shall be
at the city where the supply was to be made or work performed or the nearest
Regional Office/ other Office of HPCL.
f) The Arbitrator shall preferably be a person who has his residence either in the
same city or at least the same State where the Arbitration is going to be held/
conducted.
g) The fees and costs of the Arbitration proceedings, shall be borne equally by both
the parties, unless otherwise directed by the Sole Arbitrator.
h) The award shall contain reasons and shall be final and binding on the parties, subject
to any right of appeal under law.
1 |P a ge
Annexures HPCL, Mumbai
Procurement Manual
ANNE XURE - 11 (SPECIMEN)
To: Hindustan
Petroleum Corporation
Limited (Address as
applicable)
IN WITNESS WHEREOF the Bank has executed this document on this ..............
day of ..........................., 20__ .
For ..................................................
Bank