0% found this document useful (0 votes)
25 views54 pages

Project 12536

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
25 views54 pages

Project 12536

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 54

INTRODUCTION

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.

1. ADDRESS OF THE LOCATION


Hindustan Petroleum Corporation Ltd.
Pampore LPG Plant
Pampore- 192121
Dist: Pulwama
State: Jammu & Kashmir
2. CONTACT PERSONS

FOR TECHNICAL CLARIFICATION REGARDING THIS TENDER PLEASE CONTACT


Mr. Anjum Ahmad Gilani
Chief Plant Manager,
Mob: 9596253987 / 8655436580
Email – anjumagilani@hpcl.in

Mr. Shareef Ahmad


Sr Manager Opns,
Mob: 9010885487 / 8655436577
Email – shareefahmad@hpcl.in
Scope of Supply:

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.

Supervision services for Erection & Commissioning:

Reconciliation of materials received at site to identify missing items, if any.


The outcome of the visit shall be communicated by the Supplier to HPCL in writing along
with clear advises, if any.
During final visit, supervision of erection & commissioning work has to be carried out by
the vendor. During the final visit, the v shall check & confirm that:

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

c). The Pump-sets are ready for trial and commissioning.


The written intimation to the vendor shall be given by owner for commissioning visit and
the vendor shall ensure that their personnel is available at site within 3-7 days from the
date of intimation and in any case not later than 7 days of intimation.
All expenses pertaining to travel, boarding, loading, local conveyance, etc. shall be
included in the quoted rates.

Other requirements to be fulfilled by Supplier:


The scope also including brief training of the working personnel at site about predictive

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.

Other Terms and Conditions are as per attachments and GTC.

.
TECHNICAL SPECIFICATION FOR JOCKEY PUMPS

Approved makes of motors:

Crompton Greaves, Bharat Bijlee, Siemens, ABB, Kirloskar

1) FIRE WATER JOCKEY PUMPS:

MATERIALS OF CONSTRUCTION FOR ALL THE PUMP PARTS SHALL BE IN


ACCORDANCE WITH IS: 12469-1988(LATEST EDITION) AND IS:5120-1977 (LATEST
EDITION)
Pumps shall be direct-coupled. Belt driven pumps will not be accepted.
Parts of pumps like impeller, shaft sleeve, wearing ring etc. shall be of non-corrosive metal.
For electrical driven fire water pump, the rating of the motor shall be at least equivalent to the
horse power required to drive the pump at its rated discharge. Electrical Motor shall be
preferably ≤18.5 KW Motor. In case 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.
The coupling between the prime mover and the pump shall allow each unit to be removed
without disturbing the other.
The pump shall be manufactured, tested and marked in accordance with IS 12469
Specification for pumps for firefighting systems and IS 5120.
The pump rated capacity, total dynamic head and other performance requirements shall be as
per the requirement indicated in the pump data sheet.
The pump shall be designed to have the best efficiency at the specified duty point. The pump
set shall be suitable for continuous operation at any point within the range of operation
wherever specified.
The pump shall have a continuous rising head capacity characteristic from the specified duty
point towards the shut-off point, the maximum being shut-off. The horse power characteristic
shall preferably be non over-loading type beyond the rated capacity point.
The material of construction for components other than those specified in IS: 12469 & 5120
shall be as per standard of the pump manufacturer and shall be indicated separately.
The pumps shall be suitable for parallel operation. Pump along with its drive shall run smooth
without undue noise and vibration.
The jockey pump shall be end suction back pull out as specified in the data sheet enclosed.
Replaceable / renewable wearing rings shall be provided for both the casing and the impeller
or for the casing only.
The complete assembled unit shall be designed so that all covered parts including shafts and
bearings shall be easily accessible for inspection, maintenance and replacement with minimum
down time.
In case of end suction back pull out type pump, flexible spacer coupling shall be provided.
Coupling guard shall be provided for all types of pumps.
Suction and discharge flanges shall be drilled in accordance with ASA Class 150 FF flanges.
The gland packing should be easily accessible for changing without having to disassemble the
pump.
A common base plate mounting both for the pump and drive shall be furnished. The base plate
shall be of rigid construction, suitably ribbed and reinforced. Base plate and pump supports
shall be so constructed and pumping unit so mounted as to minimize misalignment caused by
mechanical forces such as normal piping strain, hydraulic thrust etc.
Suitable drip taps and drip lip shall be provided.

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.

2.2 CONSTRUCTIONAL FEATURES

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.

2.3 PERFORMANCE REQUIREMENT

I. Energy efficiency shall be IEC-3


II. Motor shall be able to start and accelerate under rated load at 80% of rated voltage, without
exceeding the specified temperature.
III. If while running, the voltage drops to 70% the motor shall be capable of delivering rated
torque and continue to run without stalling for 3 minutes.
IV. The motor shall be capable of withstanding 150% of rated voltage for 2 minutes without
damage.
V. The motor shall be designed to provide the required starting torque where speed-torque
characteristics of load are included in the specification. Where the specification does not
contain the load characteristics, motor shall be designed to provide minimum 160% starting
torque. The pull-out torque of the motor shall not be less than 250% at rated voltage and
frequency.
VI. Motor shall be suitable for following starting requirements
3 successive cold starts
2 successive hot starts
6 equally spread starts/hour
VII. For defining the safe stall time, the rotor temperature shall be limited to 3750 C.
VIII. The motor vibration in all three axes shall conform to the requirement of as
per IS : 12075(1986). Vibration severity shall be preferably measured as vibration velocity.
IX. The motor shall be capable of running at 120% of rated speed for 2 minutes in either direction
of rotation.
X. The mean sound power level for motor when tested and measured in conformance to IS:
educed
XI. The motor shall be capable of withstanding 1.5 times rated current for 2 minutes.
XII. The value of full load speed, full load current and efficiency shall be as set out in IS : 8789
(1996) with tolerances as per Table I of IS : 325 (1996).

2.4 TEST REQUIREMENT

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.

2.5 MOTOR DETAILS

1 Design Ambient Temperature 45 Deg. Celsius


2 Enclosure IE3, NFLP
a) Class of Protection IP56
b) Location Inside Fire Engine shed
3 Class of insulation Class F
4 Temperature rise above design Limited to class B
ambient
5 Type of cooling IC 410 (TEFC)
6 Duty type and designation S4, intermittent
7 Starting requirements
a) Equally spread / hour 6 starts
b) Successive cold starts 3 starts
c) Successive hot starts 2 starts
8 Method of starting Start Delta/DOL
9 Mounting requirements Base frame
a) Shaft Orientation Horizontal
b) Mounting Foot
10 Speed Refer pump specification
11 Terminal Box
a) Location of main TB (when viewed L.H.S. (When looking at DE from Fan side
from DE) towards DE)
b) Rating of TB 40 KA (0.25 sec) at 415V
12 Anti-condensation heaters Required for motors rated 30 kW and
higher. Additional TB to be provided.
13 Temperature sensing elements To be provided by vendor
14 Bearing type Regreasable ball / roller antifriction

15 Bearing insulation On NDE side for motors rated 75 kw and


above.

16 Vibration Severity

12075(1986)

17 Noise level
per IS : 12065 (1987)

18 Final paint shade. Note : Painting shall Fire red


be epoxy resin based
19 Torque characteristics
a) Ratio of starting torque to rated 1.6
torque
b) Ratio of pull out torque to rated 2.5
torque
c) Ratio of locked rotor current to 6.0
rated current
20 Overspeed 1.2 times rated speed for 2
minutes
21 Direction of rotation Bi-directional

2.6 DOCUMENTATION REQUIREMENT

AFTER AWARD OF ORDER

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

vi. Motor characteristics curves:


a) Speed-torque
b) Current-time
c) Thermal withstand
d) P.F. vs. load
e) Efficiency vs. load
f) Current-speed
g) Speed-time

2.7 APPLICABLE STANDARDS AND CODES

i. IS 325-1996 : 3-phase induction motors.


ii. IS 2148-1981 Re-affirmed 1993: Specification for Flame proof, enclosure of electrical
apparatus.
iii. IS 2253-1974 Re-affirmed 1991: Designation for types of construction and
mounting arrangement of rotating electrical machines
iv. IS 4691-1985 Re-affirmed 1991: Degrees of protection provided by Enclosures for
rotating electrical machines.
v. IS 4728-1975 : Terminal markings for rotating electrical machines.
vi. IS 4029 1967 Re-affirmed 1991: Guide for testing three phase induction motors
vii. IS 5571 1979 Re-affirmed 1991: Guide for Selection of electrical equipment for
hazardous area.
viii. IS 6362 1995 : Designation of methods of cooling of rotating electrical machines
ix. IS 12065-1987: Permissible limits of Noise level for rotating Electrical Machines
x. IS 12075- 1987 Re-affirmed 1991: Mechanical vibration of rotating electrical machines with
shaft heights 56 mm and higher measurement, evaluation and limits of vibration severity.
xi. IS 4722 (1992) : Rotating electrical machines
xii. IS 1231 (1974) : Dimensions of 3 ph. Foot mounted induction motor.
xiii. IS 8789 (1996) : Values of performance characteristics for 3 ph. Induction Motor.
xiv. IS 12824 (1969) : Type of duty and classes of rating assigned

3. MANDATORY SPARE PARTS: NA

3.1) JOCKEY PUMP-SET


The following minimum spares are required are required for each Jockey pump:

S. No. PART QUANTITY REQUIRED FOR EACH


PUMP ORDERED

1 Set of gaskets/packing ring/O ring 1 Set


2 Other parts such as coupling bushes, As required
coupling pins, etc.
complete replacement in one pump set.

4. INSPECTION

i. The equipment shall be inspected by the Purchaser and/or TPI agency at


works prior to dispatch. The equipment will be inspected as per the tests pre-identified in the
approved Quality Assurance Plan (QAP), relevant approved drawings, specifications, data
sheet etc.
ii. The contractor shall finalize the QAP and obtain HPCL approval within two weeks after
placement of order.
iii. The inspection call shall be accompanied by internal inspection/test reports by the
manufacturer ensuring that the equipment has been manufactured and tested as per the
requirement/approved QAP.
iv. The manufacturer shall furnish all relevant documents and test certificates as required by
the inspection agency during inspection. Materials shall be tested only in recognized test
houses.
v. The contractor/manufacturer shall provide all necessary assistance to the inspection agency
during inspection.
vi. The contractor shall provide all required measuring instruments to carry out the inspection.
These instruments shall be having valid calibration certificate.
vii. The inspection agency shall have the right to insist on re-testing of any material /
recalibration of instruments. The charges for such tests shall be to the account of the jockey
pump vendor only.
viii. No equipment shall be dispatched without inspection and receipt of inspection certificate and
dispatch clearance from the Third-Party Inspection Agency.
ix. In case of waiver category items, the same shall be pre-identified in QAP itself. For such items,
the contractor shall furnish necessary certificates as agreed upon. For these items also, the
contractor shall obtain inspection waiver certificate and dispatch clearance from the
inspection agency before dispatch of equipment.
x. Issue of inspection certificate/waiver certificate for any equipment does not absolve the
contractor of his contractual obligations towards satisfactory performance of the equipment.
Should any equipment be found defective in whole or part thereof after receipt at site or
during erection / commissioning the same shall be made good by the contractor free of cost.

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

6. DATASHEET TO BE SUBMITTED BY VENDOR SHALL COVER THE FOLLOWINGDETAILS.

DATA SHEET JOCKEY PUMP


HPCL
REQUIREMET
CONFIRMATION
No. of Pumps 2 Nos For handling Water
Capacity of each
pump 30 Kl/Hr

Pump Total diff. Head- 89 m


Characteristics Rated
Suction Condition Flooded

Operation Parallel with firewater pumps


Duty Sudden & intermittent
Type of Pump End Suction
To be calculated by the
bidder (Open roof
Tank height will be 10.5m,
Pump
Suction nozzle top shall be
Construction NPSH
0.3m above the water tank
bottom) Pump shall be
flooded suction type with
Positive suction.
MS Companion
Flange with nuts, Yes
Accessories & bolts & gaskets
Services Required Foundation Bolts Yes
Common Base Yes
Plate
Coupling
Yes
Guard
(Aluminum )
Mandatory Spares Yes
Erection Supervision Yes
Commissioning Yes
Fire Red Shade no. 536 as
Paint
per IS-5
Prime Mover Motor
Local Start/stop
Facility Yes

Driver Data Pressure Gauge Yes (2 Nos for each pump)


Automation Facility
Yes
in Control Panel
Local Control Panel Yes
Casing CI IS:210, FG 260
Shaft AISI 410/SS410/EN8
Diffuser, if applicable CI IS:210, FG 260
Material of Impeller Phospher Bronze
constructio
n For impeller same as
Wearing ring Impeller material & for
casing same as Casing
material
Discharge Position
Top
Coupling Make
LoveJoy
Mechanical Seal
Make Flowserve/EBIL/Jhoncrane/
Sealmatic

7. DATA SHEET FOR ELECTRICALS

MOTOR TECHNICAL DATA SHEET


MOTOR DETAILS HPCL REQUIREMET

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)

S.No. Item Description Jockey Pump


1 SPECIFICATION REQUIREMENT As per This Specification
2 APPROVED VENDOR Refer to Specification
a) Data Sheet
b) Characteristic Curve
c) Dimensional drawing of set
3 d) Cross-sectional drawing
SUBMITTED FOR APPROVAL
of Pump
e) Quality Assurance Plan
a) Material Test(physical)
and chemical
b) Dynamic balancing
TEST TO BE CARRIED OUT BY c) Hydro test
4 d) Performance test with Job motor
SUPPLIER AT WORKS
e) Coupled test at
rate RPM for
establishing duty
point
a) Material Test Certificate
b) Hydro test Certificate
5 DOCUMENTS TO BE c) Performance test curve
SUBMITTED TO TPI d) Balancing Certificate
e) Guarantee/Warranty Certificate
a) Strip Test for one pump
b) Balancing
c) Hydro test
INSPECTION TO BE DONE d) Performance test with Job motor
6
BY THIRD PARTY e) Coupled test with
dedicated prime
mover
f) Review of material test certificate
a) Data Sheet & Material certificate
b) Cross sectional drawing
c) Dimensional drawing of set
DOCUMENTS TO BE SUBMITTED d) Test records & Curves
7 ALONG WITH SUPPLIES DULY e) Balancing Certificate
ENDORSED BY THIRD PARTY f) Details of inspection carries
out and test result
g) Material Release Note
a) Checking of alignment & issuance
of certificate for acceptance of
SERVICES TO BE RENDERED erection and readiness for trial run
8 b) Supervision of Commissioning of the
BY MANUFACTURER AT SITE
set at rated RPM and certifying
satisfactory operation

Special Terms and Conditions


1. Quoted rates shall be inclusive of all expenses towards freight, travelling, local conveyance,
lodging and boarding and any incidental expenses etc. All tools and tackles/special tools required
for these jobs are in the scope of the party.
2. Completion Period:-
Completion period for material supply shall be Six (6) months from the date of LOI/Purchase order.
Penalty for late delivery as per GTC. Vendor has to deploy his technical personnel for supervision &
Commissioning job within 7 days from the date of intimation through call/message or mail.
3. Payment Terms:
Supply:
a) 80% (Eighty) of the cost of the supplied items will be paid within 30 days of receipt of material at
site and submission of following documents.
Delivery Challan / Lorry Receipt duly acknowledged by our Site-In-Charge.
Original to be submitted at Site.
Manufacturer Test Certificate: Original to be submitted at site.
Third Party Inspection / Clearance Report: Original to be submitted at site.
Manufacturer Guarantee Certificate: Original to be submitted at site
Original Invoice along with delivery challan and other certificates shall be submitted at site and duly
acknowledged.
b) 20% of the payment shall be released after successful erection and commissioning of the
equipment. This payment will be released along with the payment for erection and commissioning.
In case the commissioning of equipment delayed for the reasons not attributable to vendor beyond
3 months from the date of door delivery, then the 20% balance payment towards supply will be
released on submission of 10% of PBG. This PBG shall be in addition to the PBG for 5% of value as
per GTC.
4. Contractor shall engage only skilled and experienced persons for supervision and execution of job
to avoid any accident/damage to the existing underground and above ground facilities.
5. Design and sizing of all components of the equipment should be approved by one of the Third
party inspection (TPI) agencies given in our enclosed Specifications. The materials and specifications
mentioned in the tender document are minimum required and if the design warrants a superior
quality /higher sizing of materials, the same should be included in the scope of this supply.
6. All materials mentioned in the BOQ to be delivered only after Third Party Inspection. Parties to
consider the same while submitting their offer. Approved TPI agencies are: BVIS / BAX COUNSEL
/CEIL/ PDIL /DNV/ IRS / LLOYDS/TUV / RITES\
7. Materials to be delivered at site on Door - Delivery basis at the address mentioned in the tender.
All nozzles and opening shall be covered by adequately strong wooden / metal / plastic closures. All
fragile and delicate components shall be packed separately, individually with proper marking. Item
number shall be painted prominently on the unit.
8. The Vendor shall cover the Transit Risk Insurance for goods supplied against this tender and the
quoted rates shall include the cost of Transit Insurance.
9. Defect Liability Period: As per GTC.

10. EVALUATION CRITERIA:


The bid will be evaluated on overall L1 basis.
11. TIME EXTENSION:
Time extension, if required on any account will have to be brought to the notice of HPCL at least 1
(one) month in advance from the date of scheduled job completion with proper details &
justification. (To be read together with General Terms & Conditions). It will be discretion of HPCL to
accept or reject time extension.
12 . PRICE REDUCTION FOR DELAYED DELIVERY
In case of delayed delivery, prices will be reduced @ 1/2% of the total basic order value for every
week of delay or part thereof subject to a maximum of @ 5% of the total basic order value.
13. PERFORMANCE GUARANTEE
a. 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 despatch documents. You will furnish
performance Bank Guarantee in favour of HPCL issued by a bank from the list of banks whose bank
guarantees are acceptable to the Corporation (list enclosed) for 5% value of the material supplied
and valid during the above guarantee period.
b. Composite PBG valid upto a period of 3 months beyond the expiry of defect liability period.
Demand Draft should be drawn on Scheduled Banks (other than cooperative banks).
Quantum of Performance Bank Guarantee inclusive of Security Deposit should be as follows:
All items : 5% of PO value
Composite PBG of above value towards Performance Bank Guarantee inclusive of Security Deposit
shall be accepted (in lieu of deduction of retention money of 5% from each bill); Such composite
PBG shall be valid upto a period of 3 months beyond the expiry of defect liability period.

Documents required with Bid:

1. Documents as per PQC


2. Not Banned Declaration on letterhead as per format in this tender document
3. GST Declaration on letterhead as per format in this tender document
4. Confirmation regarding ≤18.5 KW Motor. In case 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.
5. Sealed and signed document regarding Vendor Confirmation on Technical specifications
offered against each parameter in comparison to HPCL requirements
6. Any other document sought in tender
7. Bidder Details as per format attached
INSTRUCTION TO BIDDERS

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.

This is only a Tender Inquiry and not an order.

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.

4.1) EARNEST MONEY DEPOSIT (EMD); NA


4.2) Performance Guarantee: Please Refer Special Terms & Conditions

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.

Regarding BG on SFMS Platform:

Vendor while submitting a bank guarantee (BG) on SFMS platform towards Security
deposit/PBG/CPBG/EMD, is required to ensure that:

(i) The issuing bank is on SFMS platform


(ii) BG contains following details:
a. Beneficiary’s bank Name: ICICI Bank
b. ISFC Code: ICIC0000393.
c. HPCL’s Customer ID: HPCL508902133NO
(iii) Attach a copy of SFMS Delivery Report showing HPCL customer ID in row/field number 7037 of
SFMS Delivery Report. FIELD NO. 7037 OF 760COV TO BE UPDATED WITH HPCL508902133NO.

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.

7. Contract Period: As per details mentioned in tender document.

8- Price Reduction Clause: As per Tender

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.

10) Retention Money: Please Refer Special Terms & Conditions


11. Bid Evaluation: "The job shall be finalized based on “all inclusive” overall lowest basis. All
Tendered items are mandatory. The job shall be awarded to overall L1 bidder only.

12. Price escalation clause: N/A

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.

15. Security deposit: N.A

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.

B. Important Instructions to Bidders:

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

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.

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 at Gem Platform

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 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) BID CLARIFICATIONS/AMENDMENTS BY HPCL


18.1 HPCL may issue clarifications / amendments in the form of addendum / corrigendum
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 in their bid. Bidder shall follow the instructions issued
along with addendum/corrigendum.
18.2 Online queries can be posted till the cut off time mentioned in the tender calendar. Only
queries posted online up to specified time in tender calendar shall be entertained and the
replies / clarification(s) shall be posted on the message board.

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.

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 Bids will be evaluated on Overall Lowest basis.
25.5 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.
25.6 HPCL reserves their right to rationalize/ negotiate the quoted prices with lowest bidder.
25.7 HPCL reserves the right to delete any of the items in the Schedule of Rates at the time
of placement of Fax,Letter of Intent/Purchase Order. The decision of HPCL shall be final and
binding.
25.8) 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.

26) PURCHASE ORDER (PO):


26.1 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.
26.2 The Purchase Order shall consist of the following:
a) Original Bidding Document along with its enclosures issued.
b) Addendum/Corrigendum 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.
26.3 The statement of agreed variations shall be prepared based on the finally retained, 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.

27) HPCL reserves the right to follow the Purchase Price Preference for Micro & Small Enterprise as
per prevailing Government guidelines.

28.0 VERIFICATION BY OWNER: All statements submitted by Bidder regarding experience,


manpower availability, equipment and machinery availability etc., are subject to verification by the
Owner either before placement of order or after placement of order. If any data submitted by the
Bidder at the bid stage is found to be incorrect, the offer is liable to be rejected or the Contract is
liable to be terminated.

DECLARATION (on letter head)

To,
Jammu LPG RO,
Hindustan Petroleum Corporation Limited,
Baribrahman-Jammu

Ref.: Tender for Photocopier at Pampore LPG Plant

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,

Signature and Seal of the Bidder


(The following declarations should be typed on the letter head of the tenderer and should be duly
signed by an authorized signatory clearly stating the name and designation of the signatory)

DECLARATION ON GST (On letter head)

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.

(4) We hereby agree as under:-


i. We will be fully responsible for complying with the GST provisions to enable HPCL to
take Input Tax Credit. 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.)
ii. In case of rejection of ITC by the concerned Tax Authority, for non filing of GST or
non-payment of GST amount by us or for any other reasons attributable to us, we
hereby agree to indemnify Hindustan Petroleum Corporation Limited in full against
all the loss including consequences, liabilities of any kind whatsoever, directly arising
from denial of ITC including interest and penalty.

We hereby agree and confirm that –


any breach of the above declaration shall be construed as breach of the terms and conditions w.r.t.
GST and Hindustan Petroleum Corporation Limited shall be at liberty to take necessary action like
Holiday listing (banning of Business dealings) and/or recovering of amounts mentioned in para 4 (ii)
above, from:
a) any of our Bank Guarantee executed in your favour, if any,
b) Retention / Security Deposit paid for any of your work, if any or
c) Other unpaid invoices, if any raised by us on Hindustan Petroleum Corporation Limited.

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_________________________

[Address and Contact Details]

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)

1) Bidder/ Contractor particulars:

(a) Name of the Company:…………….


(b) Corporate Identity No. (CIN): ……………………………………..
(c) Registration, if any, with The Procuring Entity: …………………………………..
(d) GeM Supplier ID (if registered with GeM, it is mandatory at the time of placement of
Contract)
(e) Place of Registration/ Principal place of business/ manufacture ………………….
(f) Complete Postal Address: …………………………………………..
(g) Pin code/ ZIP code: ………………………………………………….
(h) Telephone nos. (with country/ area codes): ………………………
(i) Mobile Nos.: (with country/ area codes): ……………………..
(j) Contact persons/ Designation: …………………………………….
(k) Email IDs: …………………………………………………………….

2) Taxation Registrations:

(a) PAN number: ……………………………………………….


(b) Type of GST Registration as per the Act (Normal Taxpayer, Composition, Casual Taxable
Person, SEZ, etc.): ………………………….
(c) GSTIN number: ……………………………………. in Consignor and Consignee States
(d) Registered/ Certified Works/ Factory where the Goods would be mainly manufactured
and Place of Consignor for GST Purpose: ……………….
(e) Contact Names, Nos. & email IDs for GST matters (Please mention primary and
secondary contacts): …………………………………

 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.

3) Authorization of Person(s) signing the bid on behalf of the Bidder

(a) Full Name: _____________________________


(b) Designation: ________________________________
(c) Signing as:
 A sole proprietorship firm. The person signing the bid is the sole proprietor/
constituted attorney of the sole proprietor,
 A partnership firm. The person signing the bidis duly authorised being a partner to do
so, under the partnership agreement or the general power of attorney,
 A company. The person signing the bid is the constituted attorney by a resolution
passed by the Board of Directors or in pursuance of the Authority conferred by
Memorandum of Association.
Documents to be submitted: Registration Certificate/ Memorandum of Association/ Partnership
Agreement/ Power of Attorney/ Board Resolution
4) Bidder’s Authorized Representative Information

(a) Name:
(b) Address:
(c) Telephone/ Mobilenumbers:
(d) Email Address:

(Signature with date)


………………………..
(Name and designation)
Duly authorized to sign bid for and on behalf of
[name & address of Bidder and seal of company]

METHODOLOGY FOR AWARD OF CONTRACT


• Limited Tender shall be floated, in Two Bid system consisting of Unpriced Bids (Bid
Qualification Criteria -BQC, Technical and Commercial) and Price Bids separately.
• Technical evaluation will be carried out for the Bids which meets the Bid Qualification
criteria
• After Technical evaluation of the tender is over, all the qualified bidders will be
notified and Reverse Auction shall be conducted with prior intimation to qualified
bidders.
• Price bid will be first opened
• Price bid shall be financially evaluated based on the total cost. Evaluation of Bidder
shall be done based on the rates quoted by the Vendor in price Bid which includes all
Taxes and duties.
• Rationalization of rates if required
• PO will be awarded to lowest bidder.
PQC for Jockey Pump at HPCL Pampore LPG Plant
A.1 Financial:

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.)

Definition of Similar Work:

Supply of Pumpsets having greater or equal to 20KL/Hr capacity in (IOC/BPC/HPC)

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.

A.3 Documents for Submission:

The Bidders have to submit the following documents in support of the Pre-qualification
requirement:

a) Documents in respect of Financial PQC:

Any one of the following documents-


1) Audited Balance Sheet – (Notarized or certified by CA)
2) Income Tax Returns
3) Udyam Registration certificates having year wise turnover details.
4) If the audit of balance sheet is not required as per income tax ceiling limit for annual
turnover in computation of tax, the vendor should submit undertaking on his letter
head in this regard.

The bidder has to submit any one of the above-mentioned documents having details for the last
3 immediately completed financial years.

b) Documents in respect of Technical Experience & specific criteria:

5) Mandatory Document #: Purchase Order or Work Order

6) Any One of the below mentioned documents:

i. Certificate of Completion of Work order $$ OR


ii. Certified bills $$ OR
iii. Proof of payment $$

#- 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.

A.4 Important Condition for disqualification.

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

Design, manufacture / fabrication, procurement, assembly, testing, Third


party inspection, packing, transportation, supply & delivery and Supervision
Fire water Jockey 30KL/Hr
1 2 Nos of Erection & Commissioning of 30KL/Hr Fire water Jockey Pumpset as per
Pumpset capacity
attached tender documents. Cost to include Supervision of Erection &
Commissioning. As per Tender Terms & Conditions, Tender Document
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY

GENERAL TERMS & CONDITIONS OF CONTRACT FOR SUPPLY

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.

1.4 It is the clear understanding between Hindustan Petroleum Corporation Limited


and the tenderer that in case the bid of tenderer is accepted by Hindustan
Petroleum Corporation Limited and an intimation to that effect is so issued and also
a Procurement Order is on the tenderer this document shall form part of the
Contract between the parties and terms and conditions hereunder would govern the
parties interest.

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.

It is the clear understanding that wherever it is mentioned that the Contractor


shall do/perform a job and/or provide facilities for the performance of the job,
the doing or the performance or the providing of the facilities is at the cost and
expenses of the Contractor not liable to be paid or reimbursed by the Owner.

1 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY

1.7 The Order of Precedence of documents shall be as follows with document at


level 1 having the highest precedence

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:

b. The CORPORATION means HINDUSTAN PETROLEUM CORPORATION LIMITED, a


company incorporated in India having its registered office at 17, Jamshedji Tata Road,
Mumbai- 400 020 and shall include its successors and assignees.

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.

f. “Inspectors”: Inspectors deputed by Corporation.

g. ‘Total Order Value’ means:-


i. For Material Supply Contract: - The basic cost excluding taxes, duties, levies, freight
etc. unless and until specifically mentioned in the purchase order.
ii. For Lump sum / Turnkey contract: - The total cost & all other cost inclusive of taxes,
duties, levies, freight etc.

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.

3. REFERENCE FOR DOCUMENTATION


Purchase Order number must appear on order confirmation, correspondence, drawings,
invoices, shipping notes, packings and on any documents or papers connected with the 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.

8. OFFICIAL INSTITUTIONAL TESTING


a. In addition to testing and inspection by Inspectors mentioned above, nominated
agencies or similar institutional agencies like Boiler Inspectorate may be assigned for
official testing of all coded equipment. The Vendor shall ensure that all Procedures for
preparation and Performance of tests prescribed by such Institutions shall be completed
scrupulously.

b. The Vendor is required to send to such Institutions as may be designated by the


Corporation at least three sets of construction drawings for each equipment and
calculations. All manufacturer’s mill’s tests certificates and analytical reports from material
laboratories in respect of all raw materials and components employed shall have to be
presented to such institution’s Inspectors in the number of copies required. Vendor shall
be responsible for any delay in submission of necessary certificates. The Vendor shall
maintain close liaison with the Corporation and Institution’s Inspectors to maintain
schedule and delay, if any in this process will not be taken into consideration as a cause
of Force Majeure.

9. WEIGHTS AND MEASUREMENTS


a. All weights and measurements recorded by the Corporation on receipt of goods at site will
be treated as final.

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.

10. DESPATCH INSTRUCTIONS


a. Unless otherwise specifically advised in writing, goods shall not be despatched without
prior inspection, testing and Release Order / Materials Acceptance Certificates issued by
Inspectors.

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.

11. OILS & LUBRICANTS


The first filling of oils and lubricants, if any, required for every equipment shall be included in
the price and appropriate products manufactured by the Corporation (HPCL) shall be used.
The Vendor shall also recommend the quality / quantity of oils and lubricants required for one-
year continuous operation.

12. SPARE PARTS


a. The Vendor must furnish itemised price list of spare parts indicating quantity, unit rate &
total rate required for two years operation of the main equipment and prime movers also,
if mentioned in the tender.
b. The Vendor shall provide the necessary cross sectional drawing to identify the spare parts
numbers and their location as well as inter-changeability chart.

13. PACKING AND MARKING


a. The Materials shall be suitably packed for safe transportation till receipt at site and should
be commensurate with best possible practices of packing, unless specifically stipulated in
the Technical specifications, to avoid any damage during transit.

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

i. From: Address of Supplier / Sub-supplier.


ii. For: Hindustan Petroleum Corporation Ltd. (location)
iii. Item:
iv. Package No. : of total packages
v. Dimensions: (Dimensions of each package)
vi. Weight: (Weight of each package)
vii. Special Instruction for storage, if any.
viii. Special unloading arrangements, if required, shall be clearly mentioned in the
Packing List.
ix. All packages containing the following items shall be packed separately as ordered
and shall have additional clear marking for identification.
1. Mandatory Spares.
2. Commissioning Spares.

14. SHIPMENT AND SHIPMENT NOTICES


a. The Vendor shall make shipment only after prior approval by Inspectors whenever
specifically mentioned. In the event of the Vendor having been advised to hold
shipments(s) for any reason whatsoever the Vendor shall hold the materials in his / its
warehouse for at least 30 days without any compensation; or without prejudice to any
reduction in price already accrued on account of delay.
b. Within 24 hours of shipment, Vendor shall inform despatch particulars to Corporation by
fax / courier / email.
c. The Vendor shall carefully note the destination of materials.
d. The demurrage or other expenses incurred owing to any negligence, delay, default on
the part of the Vendor will be to Vendor’s account.

15. CONTROL REGULATIONS


The supply, despatch and delivery of goods shall be arranged by the Vendor in strict
conformity with the statutory regulations including provision of Industries (Development and
Regulation) Act 1951 and any amendment thereof as applicable from time to time. The
Corporation disowns any responsibility for any irregularity or contravention of any of the
statutory regulations in manufacture or supply of the stores covered by this order.

16. TRANSIT RISK


Transit Risk insurance shall be covered by the Corporation. The Vendor shall advise the
despatch particulars to Corporation immediately after shipment.

17. RESPECT FOR DELIVERY DATES.


Time of delivery as mentioned in the Purchase Order shall be the essence of the contract and
no variation shall be permitted except with prior authorization in writing from the Corporation.
Goods should be delivered securely packed and in good order and condition at the place and
within the time specified in the Purchase Order for their delivery.

6 |Page
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY

18. PRICE REDUCTION FOR DELAYED DELIVERY


In case of delayed delivery, prices will be reduced @1/2% of the total basic order value for
every week of delay or part thereof subject to a maximum of @5% of the total basic order
value.

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.

19. FORCE MAJEURE


Circumstances leading to force majeure

(a) act of terrorism;

(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;

(d)epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural


disaster, but excluding weather conditions regardless of severity; and

(e)freight embargoes, strikes at national or state-wide level or industrial disputes at a


national or state-wide level in any country where Works are performed, and which affect
an essential portion of the Works but excluding any industrial dispute which is specific to
the performance of the Works or the Contract.

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.

• Notification of Force Majeure

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

• Right of either party to terminate

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.

• Payment in case of termination due to Force Majeure

The Contract Price attributable to the Works performed as at the date of the
commencement of the relevant event of Force Majeure.

The Contractor has no entitlement and Owner has no liability for:

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.

Time extension for such cases will be worked out appropriately.

20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT


a. In case the testing and inspection at any stage by Inspectors reveal the equipment,
material and workmanship do not comply with specification and requirements, the same
shall be removed by the Vendor at their / its own expense and risk within the time allowed
by the Corporation. The Corporation shall be at liberty to dispose of such rejected goods
in such manner as they may think appropriate. In the event the Vendor fails to remove the
rejected goods within the period as aforesaid, all expenses incurred by the Corporation
for such disposal shall be to the account of the Vendor. The freight paid by the
Corporation, if any, on the inward journey of the rejected materials shall be reimbursed by
the Vendor to the Corporation before the rejected materials are removed by the Vendor.

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.

21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE CORPORATION


a. The transfer of property shall be deemed to have taken place as follows subject to the
provisions herein contained:
i. Exworks: when the vendor places the goods at the disposal of the buyer at the
vendor’s premises or another named place (i.e. works, factory, warehouse, etc.)
ii. F.O.R. or F.O.T despatch point: On handing over the equipment to the carrier
against receipt and such receipt having been passed over to the Corporation.
iii. FOT / FOR destination station: On taking delivery from the transporters/railways at
the destination station.

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.

c. Anti-Profiteering Clause – GST Act anti-profiteering provisions mandates that any


reduction in tax rates or benefits of input tax credits be passed on to the consumer by
way of commensurate reduction in prices. Vendors to take note of the same and pass
such benefits while quoting their price.

23. TAXES & DUTIES:

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.

24. CUSTOMS DUTY (CD) VARIATION

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.

25. FOREIGN EXCHANGE (FE) VARIATION


a. The CIF value in Indian Rupees / Foreign Currency to be declared should cover the
currencies of the countries from which import of materials / components are envisaged to
administer foreign currency variation.
b. The FE variation will be paid for if imports are made at the listed currency subject to
ceiling limit.
c. The list of foreign currency, country of origin, ceiling of foreign value of import envisaged
against each item of materials / components for import and rate of conversion into
Rupees envisaged to be furnished in the tender. The period within which import shall
be made after placement of LOI (i.e. Contractual Completion date of imports, herein after
called CDD) shall also be indicated in the offer.
d. For reimbursement of foreign exchange variation, documentary evidence like bank
certificates of remittance showing the date of payment and rate of foreign currency to
Indian rupees to be furnished along with a copy of bills of entry duty attested by Customs
department. All downward variations in conversion rate will be to Corporation’s
account.
e. Variation will be paid only if imports are made within the period as specified in offer for
import. For imports made beyond that period, foreign currency variation will be paid based
on the conversion rates prevailing on the last date of period of agreed to for imports. The
last date for imports agreed will be the import landing date in India envisaged by Bill of
Entry.
f. Bidder shall indicate the maximum CIF component along with currency of import. In case
supplier imports less than the CIF value indicated in the bid, Duty. FE variation etc. shall
be reimbursed only for the actual import carried out.

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. SBI Bill selling rate on the date of CDD.

26. TERMS OF PAYMENT


a. The following payment terms shall be applicable:
i. 75% of the bill amount duly recommended by user on receipt of materials / docs. at
HPCL shall be paid within 7 days of receipt of bill.

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.

c. Payment against invoice shall be made on receipt of equipment/materials at site


against submission of following documents along with your Bill/Invoice:-
i. Delivery Challan / Lorry Receipt.
ii. Manufacturer’s Test Certificate
iii. Inspection/Clearance report
iv. Manufacturer’s Guarantee Certificate
v. Performance Bank Guarantee for 10% Basic Order Value
vi. Any other document specified in the Purchase Order.

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.

27. RECOVERY OF SUMS DUE


Whenever any claim against the Vendor for payment of a sum of money arises out of or under
the contract, the Corporation shall be entitled to recover such sums from any sum then due
or which at any time thereafter may become due from the Vendor under this or any other
contract with the Corporation and should this sum be not sufficient to cover the recoverable
amount, the Vendor shall pay to the Corporation on demand the balance remaining due.

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.

29. CANCELLATION / RISK PURCHASE CLAUSE:


a. The Corporation reserves the right to cancel this purchase order or any part thereof and
shall be entitled to rescind the contract wholly or in part with a written notice to the vendor
if:
i. The vendor fails to comply with the terms of this purchase order.
ii. The vendor fails to delivery the goods on time and / or replace the rejected goods
promptly.
iii. The Vendor becomes bankrupt or goes into liquidation.
iv. The vendor makes a general assignment for the benefit of creditors.
v. A receiver is appointed for any of the property owned by the vendor.

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

30. PATENTS AND ROYALTIES


On acceptance of this order, the Vendor will be deemed to have entirely indemnified the
Corporation from any legal action or claims regarding compensation for breach of
any patent rights.

31. PERFORMANCE GUARANTEE


a. 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 despatch documents. You will furnish
performance Bank Guarantee in favour of HPCL issued by a bank from the list of
banks whose bank guarantees are acceptable to the Corporation (list enclosed) for
5% value of the material supplied and valid during the above guarantee period.
b. Composite PBG valid upto a period of 3 months beyond the expiry of defect
liability period. Demand Draft should be drawn on Scheduled Banks (other than
cooperative banks).
Quantum of Performance Bank Guarantee inclusive of Security Deposit should be
as follows:
- All items (other than CVR items) : 5% of PO value
- For CVR items: r 10.0 lakhs or 5% of the order value whichever is lower.
Composite PBG of above value towards Performance Bank Guarantee
inclusive of Security Deposit shall be accepted (in lieu of deduction of retention
money of 5 % from each bill); Such composite PBG shall be valid upto a
period of 3 months beyond the expiry of defect liability period.

32. NON WAIVER


Failure of the Corporation to insist upon any of the terms or conditions incorporated in the
Purchase Order or failure or delay to exercise any right or remedies or by law or failure to
properly notify Vendor in the event of breach, or the acceptance of, or payment of any goods
hereunder or approval of design shall not release the Vendor and shall not be deemed a
waiver of any right of the Corporation to insist upon the strict performance thereof or of any
of his or their rights or remedies as to any such goods regardless of when goods are shipped,
received or accepted nor shall any purported oral modification or revision of the order by the
Corporation act as waiver of the terms hereof.

33. NON ASSIGNMENT


The Purchase Order shall not be assigned to any other agency by the Vendor without
obtaining prior written consent of Corporation.

34. PART ORDER/ SPLIT ORDER / REPEAT ORDER


Vendor hereby agrees to accept part orders, split order at Corporation’s option without any
limitation whatsoever and also accept repeat order up to 100% of each item during a period
of 12 months after placement of purchase order at the same unit prices, terms and conditions.

13 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY

35. VENDOR’S DRAWINGS AND DATA REQUIREMENT


The Vendor shall submit drawings, data and documentation in accordance with but not limited
to what is specified in the requisition and / or in Vendor drawings and data form attached to
the Purchase Order as called for in clause 8, viz, ‘Expediting’ above. The types, quantities
and time limits of submitting this must be respected in its entirety failing which the Purchase
Order shall not be deemed to have been executed for all purposes including settlement of
payment since the said submission is an integral part of Purchase Order execution.

36. TECHNICAL INFORMATION


a. Drawings, specifications & details shall be the property of the Corporation and shall be
returned by the Vendor on demand. The Vendor shall not make use of drawing and
specifications for any purpose at any time save and except for the purpose of the
Corporation.
b. The Vendor shall not disclose the technical information furnished to or gained by the
Vendor under or by virtue or as a result of the implementation of this Purchase Order to
any person, firm or body or corporate authority and shall make all endeavours to ensure
that the technical information is kept CONFIDENTIAL. The technical information imparted
and supplied to the Vendor by the Corporation shall at all times remain the absolute
Property of the Corporation.

37. SERVICES OF VENDOR’S PERSONNEL


Unless otherwise specified in the PO, services of vendor’s personnel shall be made within
two weeks advance notice and the Vendor shall depute the necessary personnel to site for
supervision of erection and start up of the equipment and train a few of the Corporation’s
personnel for the operation and maintenance of the equipment if required, by the Corporation.
The terms and conditions for the services of the Vendor shall be mutually settled.

38. VENDOR’S LIABILITY


The Vendor’s workmen or employees shall under no circumstances be deemed to be in
Corporation’s employment and the Vendor shall hold himself responsible for any claim or
claims which they or their heirs, dependents, personal representatives may have or make for
damages or compensation for anything done or committed to be done in the course of carrying
out the work covered by this Purchase Order, whether arising on Corporation
premises or elsewhere and agrees to indemnify the Corporation against any such claim or
claims if made against the Corporation and all cost (as between attorney and client) of
proceedings, suits or action which the Corporation may incur/sustain in respect of the same.
The Vendor shall also procure and keep in force at his own cost comprehensive Automobile
Liability insurance for adequate coverage in respect of all his vehicles visiting or plying in
project premises. The Vendor shall also be responsible for compliance of existing laws in
respect of their workmen and employees. Extent of Liability shall be read in conjunction with
clause no. 28 above.
a. LIMITATION OF LIABILITY
Notwithstanding anything contrary contained herein, the aggregate total liability of Seller,
excluding his liability towards infringement of patent, trade mark or industrial design rights
under the contract or otherwise shall be limited to 100% of value of Purchase order.
However, neither party shall be liable to the other party for any indirect and consequential
damages, loss of profits or loss of production.

14 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 1B: GENERAL TERMS &
CONDITIONS FOR SUPPLY

39. CORPORATION’S MATERIAL


a. Corporation’s material shall be delivered to the Vendor against submission of Bank
Guarantee for indemnifying the full value there of strictly in the manner and as per
proforma of bank Guarantee approved by the Corporation.
b. Wherever possible the material shall be consigned to Vendor’s siding. In the event the
Vendor does not have any siding, materials shall be consigned to the Public siding / goods
depot to be specifically confirmed by Vendor Loading / Unloading and any handling from
the siding / destination shall be arranged by the Vendor at his responsibility and cost.
c. The Vendor shall give a firm and binding list of Corporation issue materials and the desired
schedule of its delivery to Shop floor strictly in accordance with the sequence of fabrication
vis-à-vis the contract delivery period.
d. Unused material or scrap from material supplied by the Corporation to the Vendor shall
be returned by the Vendor to the Corporation or if the Corporation so directs, the Vendor
may dispose of the same by sale or otherwise on such terms and conditions as the
Corporation may stipulate and the Vendor shall pay to the Corporation the sale proceeds
of the material so disposed by sale deducting there from expenses incurred by the
Vendor on such sale, the quantum of such deduction to be mutually agreed upon in
advance between the Corporation and the Vendor.

40. GUARANTEE FOR SPARE PARTS:


a. The seller shall undertake that before going out of production of the spare parts he will
give adequate advance notice to the Procurement so that the latter may order his
requirements of spares in one lot if so desires .
b. The seller shall further guarantee that if he goes out of production of spare parts , then he
will make available blue prints , drawings of spare parts and specification of materials at
no extra cost to the Procurement , if and when required in connection with the equipment
to enable the procurer to fabricate or procure spare parts from other source.
d. The provision of this clause shall remain effective and binding upon the seller even after
the completion or expiry of the order and till the plant / machinery / equipment / instrument
supplied under the order is in use by the procurer.

® 41. DISPUTE RESOLUTION

(A) Discussions and Resolution

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 language of the conciliation shall be English;

The governing law of this contract shall be of India.

In case the Conciliation fails, or if there are any disputes or differences


which are not covered under Conciliation Rules, 2019, then the parties shall
be free to take appropriate legal remedies for adjudication of their disputes.

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.

Preference to MSEs (Refer Gazette notification of the Government of India , the


Ministry of Micro, Small and Medium Enterprises number S.O.2119 (E ), dated 26th
June, 2020 on criteria for lassifying the enterprises as micro, small and medium
enterprises & Udyam registration for revised guideline.)

In case the bidder is a Micro or Small Enterprises registered with District


Industries Centers or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries Corporation
or Directorate of Handicrafts and Handloom or any other body specified by
Ministry of Micro and Small

Enterprises, the bidder shall be entitled for following:

i. Issue of Tender Documents to MSEs free of cost.

ii. Exemption to MSEs from payment of EMD.

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.

This quota is to be transferred to other MSEs in case of non-availability of


MSEs owned by SC/ST entrepreneurs or women entrepreneurs.

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

MSE bidder shall submit the following:


i. Documentary evidence that the bidder is a Micro or Small Enterprises registered with
District Industries Centers or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries Corporation or
Directorate of Handicrafts and Handloom or any other body specified by Ministry of
Micro, Small and Medium Enterprises.
® ii. If the MSE is owned by SC/ST Entrepreneurs or MSEs owned by women
entrepreneurs, the bidder shall furnish appropriate documentary evidence in this
regard.
iii. The above documents submitted by the bidder shall be duly certified by the
Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an
employee or a Director or not having any interest in the bidder's company/firm) where
audited accounts are not mandatory as per law.
d. If the bidder does not provide the appropriate document or any evidence to substantiate the
above, then it will be presumed that they do not qualify for any preference admissible in the
Public Procurement Policy for Micro and Small Enterprises (MSEs) order 2012 along with
amendments notified vide Government of India Gazette from time to time.

43. VALIDITY OF OFFER:


Offer shall be valid for 3 months from the due date / extended due date of the tender enquiry.

44. INTEGRITY PACT:


All tenders shall comply with the requirements of the Integrity Pact (IP) if the value of such
tenders is r 1 crore & above. Failure to sign the Integrity Pact shall lead to outright
rejection of bid.

45. ORDER OF PRECEDENCE


In case of any discrepancy between the conditions stated in the GPC (which is an integral
part of the Order) and those specifically mentioned in the Purchase Order, the later shall
prevail over the former.

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

d. PBG Format is attached with this GPC.

19 | P a g e
Annexures HPCL, Mumbai
Procurement Manual
ANNEXURE 3A: ARBITRATION CLAUSE
FOR CONTRACTS WITH INDIAN PARTIES

HPCL 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.

It is agreed between the parties to this Agreement, that:

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.

d) The language of arbitration shall be English language.

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)

COMPOSITE BANK GUARANTEE FOR, SECURITY DEPOSIT/


RETENTION MONEY/PERFORMANCE GUARANTEE

(On Non-Judicial stamp paper of appropriate value)

To: Hindustan
Petroleum Corporation
Limited (Address as
applicable)

IN CONSIDERATION OF HINDUSTAN PETROLEUM CORPORATION


LIMITED, a Government Company registered under the Companies Act,
1956, having its registered office at 17, Jamshedji Tata Road, Churchgate,
Mumbai- 400020 hereinafter called "The Corporation" (which expression
shall include its successors in business and assigns) having placed an
order on M/s............................. a sole proprietor business/a company
registered under the Companies Act its office at .............. hereinafter called
"the supplier" (which expression shall include i t s executors, administrators
and assigns) vide order No....................... dated.............. (hereinafter
called "the order" which expression shall include any
amendments/alterations to "the order" issued by "the Corporation") for the
supply of goods to/execution of work/ providing services for "the
Corporation" and "the Corporation" having agreed :
a. not to insist upon immediate payment of Security deposit for the fulfilment
and performance of the said order and agreed to accept a Bank Guarantee
in lieu thereof;
b. not to deduct retention money from the bills of the supplier and accept a
Bank Guarantee in lieu thereof;
c. that "the supplier" shall furnish a security for the performance of "the
supplier's" obligations and/or discharge of "the supplier's" liability in
connection with the said "order"; and "the Corporation" having agreed with
"the supplier" to accept a composite Bank Guarantee for the security
deposit, retention money and performance guarantee;

2) We, __________________________Bank having its office at


_ _ _ _ _ _ (hereinafter referred to as "the Bank" which expression shall
include its successors and assigns) at the request and on behalf of "the
supplier", hereby unconditionally and irrevocably agree to pay to "the
Corporation" without any demur, on first demand, an amount not
exceeding r ........... (Rupees.............................only) against any loss or
damage, costs, charges and expenses caused to or suffered by "the
Corporation" by reason of non-performance and fulfilment or for any breach
on the part of "the supplier" of any of the terms and conditions of the said
"order".

3) We, ............................. Bank further agree that "the Corporation"


shall be the Sole Judge as to whether the said "Supplier" has failed to
perform or fulfill the said "order" in terms thereof or committed breach of
any terms and conditions of "the order" and the extent of the loss, damage,
cost, charges and expenses suffered or incurred or which would be suffered
or incurred by "the Corporation" on account thereof and we waive in favour
of "the Corporation" all the rights and defences to which, we as guarantors
and/or "the Supplier" may be entitled to.

4) We, ................................. Bank further agree that the amount


demanded by "the Corporation" as such shall be final and binding on "the
Bank" as to "the Bank" 's liability to pay and the amount demanded and
"the Bank" undertake to pay "the Corporation" the amount so demanded, on
first demand and without any demur, notwithstanding any dispute raised
by "the Supplier" or the pendency of any suit or other legal
proceedings including arbitration or conciliation pending before any court,
tribunal or arbitrator or conciliator(s) relating thereto, our liability under this
guarantee being absolute and unconditional.

5) We, .................................. Bank further agree with "the


Corporation" that "the Corporation" shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder, to
vary any of the terms and conditions of the said "order" or to extend time
of performance by "the Supplier" from time to time or to postpone for any
time to time any of the powers exercisable by "the Corporation" against "the
Supplier" and to forbear to enforce any of the terms and conditions relating
to "the order" and we shall not be relieved from our liability by reason of
any such variation or extension being granted to "the Supplier" or for any
forbearance, act or omission on the part of "the Corporation" or any
indulgence by "the Corporation" to "the Supplier" or by any such matter or
things whatsoever, which, under the law relating to sureties, would, but for
this provision, have the effect of relieving us.

6) However, it has been agreed between "the Supplier" and "the


Corporation" that there shall be only one Composite Bank Guarantee for the
security deposit and performance guarantee/Retention Money @ _ _ %
of the Contract Value, valid till the end of the defect liability period as per
the terms of the P.O. No. dated ______ . This guarantee shall
stand and remain valid towards the % retention money/defects liability,
fully valid in all respects unto a further period of 3 (three) months, as per
the Purchase Order of "the Corporation".

7) Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed r ..........


ii. This Bank Guarantee shall be valid upto and including _ _ _ _ _
( date) ; 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 6 0 days from the date of expiry
of this guarantee.
iv. This Guarantee may be invoked in parts and our liability shall remain
for the entire value/ balance value of the Guarantee till its expiry.

8) We, ........................................ Bank further undertake not to


revoke this guarantee during its currency except with the previous consent
of "the Corporation" in writing.

9) We, ......................................... Bank lastly agree that "the Bank"'s


liability under this guarantee shall not be affected by any change in the
constitution of "the Supplier".

IN WITNESS WHEREOF the Bank has executed this document on this ..............
day of ..........................., 20__ .

For ..................................................
Bank

(by its constituted attorney)


(Signature of a person authorised to
sign on behalf of "the Bank")*

You might also like