Professional Documents
Culture Documents
In case bidder does not deviate from the standard offer validity in on line deviation form, bid’s offer validity shall be considered as mentioned above.
The section headings which are struck off in the corrigendum tender indicate that, the section (which was part of the original tender) is no longer a part
of this tender and the content of the section may be ignored, while submitting bids for this tender.
HPCL reserves the right to reveal the contents of the bid documents submitted by the vendor during the witness bid opening process as per prevailing
policy of the corporation.
Please quote all the taxes, if applicable, only in percentage terms and not in Per unit(Amount) basis. The Per unit option is provided only to quote for
extras like Loading charges, packing charges, TPI charges etc. In case, it is found that you have quoted taxes in amount basis, your bid may be liable for
rejection.
Digitally signed by
HARENDRA
KISHORE
Date: 2016.12.02
21:43:25 IST
HINDUSTAN PETROLEUM CORPORATION LIMITED
HPCL proposes to conduct Reverse auction for the items or schedules or on overall basis as
specified in the tender. Please go through the Terms & Conditions and Procedure given below
and submit your acceptance to the same by signing and uploading this document along with
unpriced bid.
1. HPCL reserves the right to carryout ‘Online Reverse Auction’ with techno-commercially
accepted bidders for determining the lowest bidder for the requirements mentioned in this
tender enquiry. Reverse auction shall be conducted only when there are at least two or
more “Techno-commercially” accepted vendors at Technical evaluation stage.
2. Online reverse auction shall be conducted by HPCL on a specified date and time. The
vendors shall be participating in the reverse auction from their own offices / place of their
choice. Internet connectivity shall have to be ensured by the bidders themselves. HPCL shall
not be held responsible for local issues, such as loss of connectivity, Internet discontinuity,
and discrepancy in browser which may result in non-display of latest bid in client PC.
3. In extreme case of Server outage, network outage or failure of Internet connectivity, (or any
other unforeseen conditions) from HPCL’s end, fax/ E-Mail communication shall have to be
made immediately, to concerned purchase officer of HPCL. No such request shall be
entertained beyond one hour of the RA closing time. To provide equal opportunity, HPCL may
decide to extend the Reverse auction at their discretion, but not as the right of the bidder.
The vendors participating in Reverse Auction process shall be kept on standby for 1 Hour after
RA closing time.
4. HPCL shall investigate the above matter and decision for extension of Reverse Auction shall be
based on the merit of the issues pointed out and verified by HPCL and same shall be final and
binding on the vendor.
5. HPCL shall complete the investigation within two working days of receiving complaint from
any of the vendor.
6. In case of decision to extend Reverse Auction, intimation mail may go out to all vendors
within a day of investigation closure. Vendors shall generally be given intimation, a day in
advance before extended Reverse Auction is commenced. The Reverse Auction shall
commence from the last saved decrement value and shall be open for period of original
duration from commencement.
7. Bidders have to confirm their willingness to participate in ‘Online Reverse Auction’ during
their bid submission by ensuring compliance to the Terms & Conditions and Procedure
specified herewith. Please note that non acceptance to participate in the Reverse Auction
process will lead to rejection of the bid without any further evaluation.
8. HPCL will pre-decide the commercial loading, if any, on the basis of the taxes & duties
quoted by the bidder, and loading on account of commercial deviations, if any. The loading
factors shall be displayed in the portal prior to the date scheduled for Reverse Auction
Event.
9. Bidders are requested to understand the impact of loading factors applied on their bids at
the earliest, on getting intimation regarding same. In case of any objection to the applied
loading factor same shall be brought to the notice of Purchase officer immediately. No
further communication on this ground will be entertained after publishing of Reverse
auction.
10. As part of Reverse Auction process, the Start Bid price(Benchmark) shall be specified by
HPCL on Reverse Auction Portal, which shall be the lowest of the price bids, as submitted by
the bidders on the e-procurement portal i.e. ‘Bids opened for RA event’ and HPCL’s in-
house estimate. Please note that such priced bid opening shall be system driven and
therefore bidder’s identity vis-à-vis quoted price shall be confidential.
11. In case of overall evaluation tenders or schedule wise evaluation tender, the Reverse
auction shall be conducted on the bottom line, net delivered cost.
12. In case of tenders, which are evaluated on Schedule wise or Overall L1 basis, the individual
item rates will get reduced on pro-rated basis as the decrements are effected during
reverse auction event.
13. During the Reverse auction event, the taxes which are quoted in percentage basis will get
reduced proportionately as the RA progresses. However, Extras like Loading
charges/packing charges/TPI which are quoted in per unit basis (amount terms) remains
constant as the decrements are effected.
14. Vendors shall ensure to quote the statutory taxes only in percentage basis and not in
amount terms. In case of non-compliance to this clause, bids shall be liable for rejection.
15. System shall allow to conduct Reverse Auction on multi-currency tender/bidding. The
exchange rate for converting the INR value to originally quoted currency (USD, EUR, GBP,
JPY only) shall be the one which was prevailing on the date of unpriced bid opening in line
with tender condition. In such cases the basic reverse Auction shall be carried out in INR
currency only. However bidders having submitted bids in any of the four currencies – USD,
EUR, GBP, JPY shall be able to view the basic rates ( in original currency basis conversion on
the date of unpriced bid opening ) corresponding to contemplated decrement in the “show”
screen. (Vendors may first check impact of decrement on item rates in original currency
before submission of decrement during RA).
16. Reverse auction shall be held for a period of 60 minutes and shall be automatically
extended by a further period of 5 minutes in case of receipt of any bid during the last 5
minutes of the auction period. This process shall continue until no bids are received in the
last 5 minutes of the auction. Hence it may be noted that the reverse auction may continue
beyond a period of 60 minutes. Thereafter reverse auction shall get automatically closed.
This shall be an automated process.
17. Order may be placed on the lowest bidder, emerging out of the reverse auction process and
HPCL’s decision on award of contract shall be final and binding on all the bidders.
18. HPCL reserves the right to further rationalize the prices with lowest bidder for reducing the
price at any time before ordering.
19. HPCL reserves the right to cancel the reverse auction after event is scheduled but before
actual event taking place or after the reverse auction has completed in case of failure or any
other reason. The reasons for cancellation shall be conveyed to all vendors.
20. In cases where tender is required to be cancelled after opening of priced bid and
identification of L1 vendor and wherein Reverse Auction was also part of tender, reasons
for cancellation shall be conveyed to the L1 vendor.
21. During Reverse Auction Process, if no bids are received within the scheduled/rescheduled
date & specified time of the reverse auction, HPCL at its discretion can scrap the reverse
auction and proceed with the opening of the Electronic priced bids submitted by the
bidders. In such case HPCL shall display the bidder’s identity and original rates.
22. The bid on the Reverse Auction Portal will be taken as an offer to sell. Bids once made,
cannot be cancelled / withdrawn and the bidder shall be bound to sell the material/services
at the final bid price, and as per the specifications mentioned in the tender. Should the
bidder back out and not make the supplies as per the rates quoted or in case the material
supplied/services is not as per specifications mentioned in the tender, HPCL shall take
appropriate action as per the terms & conditions mentioned in the tender.
23. At the end of the Reverse Auction, HPCL will decide the successful bidder, basis the
evaluation criteria specified in the tender. HPCL’s decision on award of Contract shall be
final and binding on all the Bidders.
24. HPCL shall not have any liability to bidders for any interruption or delay in access to the
reverse auction portal irrespective of the cause.
25. The participation of vendors in the tendering process shall be construed as acceptance to
the terms & conditions and procedure for the reverse auction. This compliance also shall be
deemed as participation in Reverse auction.
26. In case a bidder agrees for reverse auction in the un-priced bid but withdraws acceptance
any time after tender due date & time, the EMD of such bidder may be forfeited along with
rejection of offer at the sole discretion of HPCL.
27. Once Auction is started, no communication from vendor shall be entertained unless it is of
the nature of any serious issue in the Reverse Auction portal.
28. The yellow color back ground on RA page of the portal indicates that the due date and time
of respective Reverse Auction is over. RA shall be concluded after standby period is over
and auto generated mail is received by vendor.
29. The Bidder shall not involve himself or any of his representatives in Price manipulation of
any kind directly or indirectly by communicating with other suppliers / bidders.
30. The Bidder shall not divulge either his Bids or any other exclusive details of HPCL to any
other party.
31. HPCL’s decision on award of Contract shall be final and binding on all the Bidders.
32. HPCL can decide to extend, reschedule or cancel any Auction. If any changes are made by
HPCL after the first posting and the Bidder continues to access the site after the changes, it
shall be presumed that the bidder has accepted the changes.
33. HPCL will not be held responsible for consequential damages, including but not limited to
systems problems, inability to use the system, loss of electronic information etc.
1. In case HPCL decides to conduct Reverse Auction, the qualified bidders would be
communicated on the same thru E-mails about the date and time of the Reverse Auction
event. The Reverse auction event shall be conducted in the HPCL e-tender portal under
link “Reverse auction”.
2. Reverse Auction shall be available to Bidder only after two factor authentication. Initially
vendor will login to the site etender.hpcl.co.in with his Login Id and password.
Thereafter they shall click on the “Reverse auction” link in the portal to view/participate
in ongoing/upcoming reverse auctions.
4. HPCL will display Start Bid price i.e., Bench Mark price (which shall be the lowest of the
price bids submitted by the bidders on the e-procurement portal i.e. ‘Bids opened for RA
event’ and HPCL’s in-house estimate), which shall be visible to all the vendors at the start
of the Reverse Auction.
5. Identity of bidders never gets disclosed to anyone, during reverse auction process
6. HPCL shall specify the minimum amount/percentage by which the bidders can reduce
their bids at a time on the Reverse Auction Portal. This amount is referred as the ‘bid
decrement factor’ and shall be specified by HPCL.
7. Bidders shall start bidding from this Bench Mark Price. The bidder can bid lower than the
prevailing Lowest Bid at any time during the event by one decrement or multiples of the
Bid decrement.
8. In case the “SUBMIT QUOTE” button is not enabled after a few seconds of clicking,
vendors are urged to Re-Login to the page for viewing the latest leading bid and submit
fresh quotes. The process takes less than a few seconds.
9. The bidder shall be able to view the following values on his screen along with the other
necessary fields in the Reverse Auction:
33.9.1. Bidder can reduce his bid repeatedly during the auction period
10. Bidders shall be provided information on item wise pro-rated reduction in the
rates, for guidance.
11. The confirmed bid submitted by vendor during the RA process shall always reflect in the
“Previous Bid” field only (red font). The field “Current bid” shall display the
contemplated bid value and “Leading Bid” shall show the current lowest bid value as
submitted by any of the vendors.
12. The Closing Price(s) offered by the bidders at the conclusion of the Reverse Auction shall
be valid for a minimum period of 30 days or as mentioned in tender, from the date of
conclusion of the Reverse Auction.
13. After the Reverse auction is over successfully and closed by purchase officer, vendor can
witness the lowest rate submitted by other vendors in “Witness bid opening” link.
14. In case of Item-wise evaluation tenders, any or all items may undergo Reverse Auction
separately at the discretion of HPCL.
15. In case of Schedule-wise evaluation tenders, any or all schedules may undergo Reverse
Auction separately at the discretion of HPCL.
16. In case of SOR type tenders, where vendor has quoted a single percentage plus or minus
against the offered rate, the decrement shall be applicable on the bench mark value on
base of 100 (i.e. it could be 107 in case of plus 7% or 94 in case of minus 6 percent). This
value shall be delivered cost i.e. inclusive of taxes and loading factor.
17. HPCL reserves right to conduct single reverse auction for multiple items with separate
decrement option.
18. Vendor shall have option to participate in multiple reverse auction if it is scheduled at the
same time.
19. Successful vendor shall be required to submit the final prices digitally signed and
uploaded as token of acceptance without any new condition other than those already
agreed to before start of auction.
20. Vendors may seek telephonic guidance before or during the Reverse auction process
from Helpdesk support at 022-4114666, between 8.00 AM to 8.00 PM on any working
day, except Sundays and Public holiday.
TENDER DOCUMENT 1
Sl.No. Description HPCL File HPCL Value Supporting
Doc. Req'd
1 TENDER DOCUMENT 16000117-HD-14001- No
TENDER.pdf
2 PROCESS DATA ANNEXURE 1 TENDER ANNEXURE 1 No
PROCESS DATA.PDF
3 MOM of Pre-Bid Meeting Pre-Bid MOM-117.pdf No
4 Revised Tender Document 16000117-HD-14001-TENDER- No
C1.pdf
ANNEXURE - 1
PARAMETERS FOR SIZING AND SELECTION OF FLOW METERS
Temperature Presure Density Viscosity Max Allowable
Line Flow (LPM)
Line (°C) (Kg/cm2) (kg/m3) (cSt) DP across Mass
Numb Application Description Qty
Ratings flow meter
er Min Oper Max Operating Design Operating Design Operating Operating
(Kg/cm2) *Note 1
1 MASS FLOWMETER FT/FI BT-1IN 1
2 MASS FLOWMETER FT/FI BT-2IN 1
3 MASS FLOWMETER FT/FI BT-02/BT-47 1
4 MASS FLOWMETER FT/FI BT-03 1
5 MASS FLOWMETER FT/FI BT-04 1
6 MASS FLOWMETER FT/FI BT-05 1
7 MASS FLOWMETER FT/FI BT-06 1
Blending Headers
Min: 5.5
31 MASS FLOWMETER FT/FI PROCESS 1 1 150# 300 800 1000 5 to 60 150 1 to 6 15 888 1 Kg/cm2
Max: 1316
Min: 0.9
32 MASS FLOWMETER FT/FI PROCESS 2 1 150# 75 200 500 5 to 60 150 1 to 6 15 780 1 Kg/cm2
Max: 1.0
calibration
Meter for
Master
Min: 5.5 to
33 MASS FLOWMETER FT/FI MASTER 1 150# 300 800 1000 5 to 60 150 1 to 6 15 888 1 Kg/cm2
Max 2000
Notes:
1. Multiple fulid will pass through the same meters and hence vendor to select meter such a way that it is compatible with all the possible conditions
2. Following certificate required along with the material
a. OEM Calibration Certificate for flow Accuracy b. Calibration of all MFM at FCRI Palghat for the complete range
3. Vendor to submit the sizing for both - min and max viscosity and ensure the pressure drop met in both the conditions..
4. Custody-transfer approval certificate from NMI/ PTB and Local W&M India for custody transfer approval as per OIML R 117
5. Hardware & Software lock required
6. W&M stamping at site for all the mass flow meters is in vendor scope.
MINUTES OF PRE-BID MEETING
Tender No 16000117-HD-14001
DESIGN, MANUFACTURE, INSPECTION & TESTING, SUPPLY,
INSTALLATION & COMMISSIONING OF THIRTY THREE NUMBERS OF
Subject CORIOLIS TYPE MASS FLOWMETER ALONG WITH ALL
ACCESSORIES AT HPCL’S MAZGAON TERMINAL
Meeting Date Prebid Meeting on 29/11/2016@ 11.00 hrs
Place HPCL , Mazgaon Terminal
Participant from HPCL
Shri Srikanth M Rao, Ch. Inst. Mgr – Mazgaon Terminal
Shri Gajendra Sa, Sr. Operation Mgr – Mazgaon
Shri Rahul Narayan, Sr. Mgr – Engineering, WZ, Byculla
Shri Heram V Khanvilkar, Sr. Operation Officer – Mazgaon Tml
Shri Harendra Kishore, Sr. Category Executives – CPO (Marketing)
Participants from Vendors:
Emerson (Mr Yashvant Barishkar)
(Mr Dipak Kelkas)
Endress + Hausers (Mr Saneel Shah)
(Mr Rahul Vartak)
(Mr Sujeet M)
Rockwin Flowmeter (Mr Siddharth Gaikwad)
(Mr P S Joshi)
Base Electronics Systems (Mr B Anandhan)
Chemtrols Inds Ltd (Mr Abhishek Raikar)
(Mr Mohan Kumar)
(Jojan Jos)
Sr. Operation Manager, Mazgaon Terminal welcomed all participants and briefed the purpose of
pre-bid meeting and also highlighted salient points of the Subject Public Tender.
Thereafter, the following queries were raised and responses given by the HPCL for the subject
tender are as follows:
--------------------------------------------------------------------------------------------------------------------------------
Query 1: Bidder requested for revision in payment of Installation & Commissioning.
Response: HPCL accepted for revision in payment terms and is as mentioned below:
16.1 For Supply items
16.1.1 80% of the Supplied Item Price shall be paid on receipt of the all materials at sites based on
the certification of HPCL along with submission of the following documents including original
Octroi receipt.
a) Copies of invoices along with transporters copy showing goods description, quantity, unit
price and total amount.
b) Railway receipt / Lorry Receipt / delivery challan duly acknowledged by the Consignee.
c) Manufacture’s Defect Liability Certificate
d) Calibration certificate of mass flow meters by OEM
e) Calibration certificate of FCRI for all mass flow meters before dispatch.
f) Original Octroi receipt for reimbursement.
16.2 For Installation, Commissioning
MINUTES OF PRE-BID MEETING
16.2.1 Payment for Installation and Commissioning and balance 20% payment of supply material
shall be made on successful completion of Installation, commissioning and submission of
10% PBG on Basic PO Value. If delay in installation and commissioning not attributed to
vendor after 90 60 days beyond 8 weeks of completion period of installation &
commissioning, payment will be made on submission of equivalent amount of Bank
Guarantee.
16.3 CAMC
16.3.1 Payment of CAMC of Mass Flowmeter will be released as follows:
CAMC Charges will be released Quarterly Basis on submission certified service reports
and bills.
No advance payment
--------------------------------------------------------------------------------------------------------------------------------
Query 2: Bidder requested to provide due date extension till 28-12-2016:
Response: HPCL clarified that the Due date and time shall remain unchanged.
--------------------------------------------------------------------------------------------------------------------------------
Query 3: Bidder requested that who should fulfil the PQ Criteria – Indian Arm of Foreign Vendor
or Foreign Parent Company?
Response: HPCL clarified that the vendor be guided as per PQ Criteria of the Tender.
--------------------------------------------------------------------------------------------------------------------------------
Query 4: Bidder sought clarification whether Distributor and Its OEM, both can quote for the
Tender.
Response: HPCL clarified that the bidder be guided by Affiliate Clause (PQ Criteria) of Tender.
--------------------------------------------------------------------------------------------------------------------------------
TECHNICAL QUERIES
--------------------------------------------------------------------------------------------------------------------------------
Query (1): The request for slight alteration of process parameters i.e. pressure drop across
flowmeter and the desired levels of accuracy OR reduction in maximum flow rate was requested,
so that the standard available sizes of the flowmeters can be quoted.
HPCL Response: HPCL will provide Raw unconditioned BEST power (230 V / 420 V) at a
single designated place per application group i.e. 1 point for Blending Headers (19 flowmeters),
1 point for Preblenders (5 flowmeters), 2 points for Gantry (6 flowmeters), 1 point for Process (2
MINUTES OF PRE-BID MEETING
flowmeters), 1 point for Master metering skid. It is vendors responsibility to distribute the power
further to individual flowmeters and other devices. Necessary power conditioning to be done by
vendor for protection of instruments/devices.
--------------------------------------------------------------------------------------------------------------------------------
Query (3): Whether local isolation switches are required for individual flow meter sets.
HPCL Response: Yes, Individual Isolation switches to be provided for the flow meter set, so
that during maintenance works, only affected flowmeter set may be isolated.
--------------------------------------------------------------------------------------------------------------------------------
Query (4): MOC for Master Meter Skid to be specified. Also limitation on the skid dimensions to
be informed
HPCL Response: Structural material of the skid shall be MS with powder coating. All the wetted
parts including pipelines, flanges and pipe fittings shall be of minimum SS 304. All hardware
such as clamps, nuts/bolts etc shall be of SS. The floor dimensions shall not exceed 1.5 mtrs X
2 mtrs in width and length. The skid shall be fitted with suitable castor wheels for easy carting.
--------------------------------------------------------------------------------------------------------------------------------
Query (5): Details of the Flow Computer (for Blending Headers, Preblenders and Master Meter)
to be furnished
HPCL Response: Flow Computers with below technical specifications to be provided for above
groups if flow transmitter does not have capability.
FLOW COMPUTERS
1 A Type Electronic microprocessor based with alphanumeric digital display
and data entry key board, online user configurable Flow Computer
suitable for Mass Flow Meter computations.
Flow computer shall have minimum 32-bit microprocessor based
CPU
16MHz operation along with separate math co-processor
512KB RAM expandable upto 1 MB & EPROM – 1MB expandable
upto 2MB
B Make EMERSON/ OMNI/ INSTROMET/ RMG/ BURTON
C Model No Vendor to Specify
3 Inputs Dual Pulse input signal from Turbine Flow Meter representing
uncompensated volume flow rate, Turbine Flow Meter signal
shall be a part of intrinsically safe circuit (Pulse isolating barrier
required)
4 -20 mA signal from Temperature Transmitter.
4 -20mA signal superimposed with digital signal (HART protocol)
(2-wire) from Pressure Transmitter. Both these signals shall be
part of intrinsically safe circuits. Transmitter shall have a load
driving capability of 600 ohm at 24 VDC. Bidder to note this
while choosing the precision resistor inside the Flow Computer
for converting 4-20mA signal to voltage signal. Maximum value
of this resistor shall not exceed 250 ohm.
Density input (4-20mA) signal from Density Transmitter
(Calibrated density range 600 -900KG/m3)
Batch reset input (Potential free contact from station PLC)
Other Standard inputs available
a. Those who are providing the API inbuilt in the mass flow meter have to ensure the
necessary hardware RTD or temp transmitter, any accessories require to meet the tender
specification are considered suitable to the field conditions in tender. Also the individual meters
should provide the display of all the parameters – flow rates, ambient density, corrected density
and corrected volume as per API/ASTM table, temperature (internal & external), critical alarms
etc.. also Maximum 4 MFM can be multi drop over MODBUS for the onward integration with
PLC as specified in the tender datasheet.
b. For the bidders who are quoting the API in Flow computer.
i. Maximum 4 MFM can be connected / multi dropped in one flow computer as per
tender datasheet requirement.. All flow meters in one flow computer is not
acceptable.
ii. The assigned 4 MFM to each flow computer shall be from one area only i.e. if the flow
computer is assigned for blenders then only blending area flow meters shall
be connected (No flow meter from pre blender area shall be attached to the
said flow computer and vice versa)
iii. The flow computer should have redundant MODBUS / HART communication port/ etc.
iv. Bidder to ensure all the parameters – flow rates, ambient density, temperature
(internal & External), corrected density and corrected volume as per
API/ASTM table, Meter diagnostic parameters – sensor failure, critical
alarms etc. for each flow meter are available over MODBUS to integrate
with the PLC.
MINUTES OF PRE-BID MEETING
v. The flow computer display should have all the required parameters - flow rates,
ambient density, corrected density and corrected volume as per API/ASTM
table, temperature (internal & external), critical alarms for all the flow
meters.
vi. RTD or Temp Transmitter cabling, any signal
conditioning, barriers or any accessories required to achieve the tender
requirement will be in bidders scope.
vii. Ingress Protection Rating (IP66) for the flow
computer panel to be provided
--------------------------------------------------------------------------------------------------------------------------------
Query (6): Scope of “Installation & Commissioning” to be elaborated.
HPCL Response: The scope of work includes Dismantling of the current flow metering system,
installation & commissioning of all the components/instruments covered as per tender
requirement is in bidders scope. This involves the complete piping modifications and fabrication
of support structure, power and signal cable laying and end termination from PLC control room
to Instruments etc. required to achieve the desired performance from the metering system.
Bidders to estimate the modification scope during the site visit (before uploading the bid) basis
the offered instruments; which are selected by them to meet the tender requirement. Post
finalization of order, the successful bidder needs to submit the complete GAD, cable routing drg,
Project schedule for HPCL approval. HPCL will only provide the power and water required for
the fabrication works to be executed. All the vendors to submit the undertaking that they have
visited the site before uploading the bid and have understood the scope of works in totality. All
the necessary piping modification, electrical items, any other hardware required to meet the
performance of the system is sole responsibility of the bidder. The bid may be liable for rejection
if the undertaking is not submitted.
--------------------------------------------------------------------------------------------------------------------------------
Query (7): Calibration frequency of the flowmeters during CAMC period to be confirmed.
HPCL Response: During CAMC period, Master flowmeter along with associated RTD/TT to be
calibrated once in a year by sending the same to FCRI. Rest all flowmeters to be tested against
the Master meter every year at least once and the same to be sent for calibration to FCRI, only
in case unacceptable deviation is observed during testing of the meter.
--------------------------------------------------------------------------------------------------------------------------------
Query (8): Whether stamping is required for all the flowmeters (including which are to be used
for blending application).
HPCL Response: Yes. Irrespective of the application of the flowmeter (whether or not for
custody transfer usage) the stamping to be done for all the flowmeters being supplied.
--------------------------------------------------------------------------------------------------------------------------------
Query (9): The Outputs of the Batch Controller to be defined separately for Gantry operation
and the Process operation
MINUTES OF PRE-BID MEETING
HPCL Response: Batch Controller shall be provided with minimum 6 nos of DOs and 2 nos of
4-20 mA outputs. Rest details as per Data sheet of Batch controller to be followed.
--------------------------------------------------------------------------------------------------------------------------------
Query (10): Scope of TPI certification for the flowmeter sizing to be clarified
HPCL Response: Vendor to follow below approved makes for various items.
· Power cable, earthling cable: Universal cable, Finolex, Fort Gloster ,CCI, Delton,
Cord,RPG, Havell, Gemscab, Polycab, cords, Thermocables
· Signal cable & Control cable: Delton, Universal cable, RPG, Gemscab, Polycab,
Radient cables, Havell, cords, KEI Thermocables
· Junction Box & Cable Gland: Baliga, CEAG Flameproof control gears, Ex Protecta,
Flameproof eqpt. (p) Ltd, Sterling Switch gears controls (p) Ltd, Shyam Switch Gear Pvt.
Ltd, Sudhir Switch Gear Pvt. Ltd
· Strainer cum Air Eliminator: Liquid Controls, Smith, Brooks , Cryogenic, Forbes
Marshall
-------------------------------------------------------------------------------------------------------------------------------
Query (12): Apart from above, there was request to include below makes in approved list.
(a) Coriolis Mass Flowmeter: Rheonik, ABB, Yokogawa, Total Control Systems, Siemens
(b) Pneumatic Actuators : Elomatic
(c) RTD: Chemtrol
(d) Solenoid Actuators: Rotex
HPCL Response:
MINUTES OF PRE-BID MEETING
(a) Coriolis Mass Flowmeter: Rheonik, Yokogawa, Siemens are acceptable subject to meeting
below conditions;
a. Flowmeter and all other components shall be strictly as per the detailed tender
specifications.
b. OEM shall provide documentary evidence towards previous supply of such Mass
flowmeters for lube oil/any equivalent liquid of similar viscosity and density application in any
Indian Lube oil industry/chemical industry and Satisfactory performance report from the client.
c. Vendor to submit undertaking towards providing after sales service during the warranty
period and CAMC period in line with tender terms.
d. Vendor to provide model approval certificate from W&M department for the Mass flowmeter
being offered along with technical bid.
At the end of Pre-Bid Meeting, the Demo of E-Procurement was conducted and it was advised to
the vendors to quote all taxes in percentage only.
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
HINDUSTAN PETROLEUM CORPORATION LTD
DIRECT SALES SBU, 2ND FLOOR, HINDUSTAN
BHAVAN, 8, SHOORJI VALLABHDAS MARG
BALLARD ESTATE, MUMBAI - 400001
TEL: 91 – 22 – 22637247, 22637217
FAX No: 91 – 22 – 22671077 / 22637283
COVERING LETTER
REF: DS/PUR/HK Date: 17/11/2016
E-Tender No. 16000117-HD-14001
Subject DESIGN, MANUFACTURE, INSPECTION & TESTING, SUPPLY,
INSTALLATION & COMMISSIONING OF THIRTY THREE NUMBERS OF
CORIOLIS TYPE MASS FLOWMETER ALONG WITH ALL ACCESSORIES
AT HPCL’S MAZGAON TERMINAL
Pre- Bid Meeting 29/11/2016 @ 11:00 HRS @ HPCL MAZGAON TERMINAL
Due Date 08/12/2016 @ 15:00 HRS
EMD RS 10 LAKHS (RUPEES TEN LAKHS ONLY)
Mode of Payment Any of the following options can be used for EMD payment:
1. E-Payment E-Payment can be done by Internet Banking only. E-Payment should be
made well in advance as the Tender submission or further payment of
EMD will get disabled (for 15 minutes) till the response is received from
bank regarding status of payment
2. Bank Guarantee Original BG should be dropped in the tender box for Direct Sales at
Hindustan Petroleum Corp. Ltd., Ground Floor, Hindustan Bhawan, 8, S.
V. Marg, Ballard Estate, Mumbai 400 001 (Bidders are requested to
Superscribe Tender no. and due date and time on the EMD envelope)
3. Exemption Notarized MSE Certificate (MICRO OR SMALL ENTERPRISE) or EMD
Exemptions Certificate should be uploaded Online only at our E-Proc site
https://etender.hpcl.co.in in the space provided for the same.
PRICES AND ALL TAXES MUST BE QUOTED ONLINE ONLY.
Dear Sir,
We invite your most competitive Electronic digitally signed & sealed (encrypted) e-tenders under
‘Two Bid system’ online only at site https://etender.hpcl.co.in for DESIGN, MANUFACTURE,
INSPECTION & TESTING, SUPPLY, INSTALLATION & COMMISSIONING OF 33 NUMBERS OF
CORIOLIS TYPE MASS FLOWMETER ALONG WITH ALL ACCESSORIES at Hindustan Petroleum
Corporation Limited, Mazgaon Terminal, Mazagaon Haybunder Complex, Haybunder Road,
Mumbai - 400 033.
HPCL reserves the Right to carry out Online Reverse Auction with Techno-Commercially
accepted bidders for determining the lowest bidder for the requirements mentioned in this
tender enquiry.
IF EMD (ORIGINAL BG) IS NOT SUBMITTED ON OR BEFORE TENDER DUE DATE AND TIME IN
PHYSICAL FORM OR “EMD BY INTERNET BANKING” IS NOT SUCCESSFULLY SUBMITTED
ONLINE AT OUR E-PROC SITE https://etender.hpcl.co.in FOR THE TENDER OR NOTARIZED
Page 1 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
MSE CERTIFICATE (MI-CRO OR SMALL ENTERPRISE IS NOT UPLOADED ONLINE AT OUR E-
PROC SITE https://etender.hpcl.co.in IN THE SPACE PROVIDED FOR THE SAME BEFORE THE
DUE DATE AND TIME, YOUR QUOTATION SHALL BE REJECTED.
The Integrity Pact shall be digitally signed by the bidder and there shall be no requirement for
physical/digital signature of witnesses.
ATTACHMENTS:
FOLDER: TENDER DOCUMENT-1
ANNEXURE I PRE-QUALIFICATION CRITERIA
ANNEXURE II SCOPE OF JOB
ANNEXURE III TENDER TERMS AND CONDITIONS
ANNEXURE IV TECHNICAL SPECIFICATIONS
ANNEXURE V SCHEDULE OF QUANTITIES
ANNEXURE VI STANDARD TERMS & CONDITIONS FOR TAXES AND DUTIES
FOLDER: TENDER DOCUMENT-2
SL. NO. 1 TENDERER DETAILS
SL. NO. 2 DECLARATIONS
SL. NO. 3 HEALTH, SAFETY & ENVIRONMENT
SL. NO. 4 GENERAL TERMS AND CONDITIONS (GTC)
SL. NO. 5 PROCESS DATA FOR MASS FLOW METER
Following formats are available at our E-Proc site Utilities Bank Guarantee Format
SL. NO. 1 BG FORMAT AGAINST EMD
SL. NO. 2 BG FORMAT AGAINST SECURITY DEPOSIT
SL. NO. 3 PERFORMANCE BANK GUARANTEE
Notes:
1. This is an e- tender and bids are to be submitted on-line only at the URL https://etender.hpcl.co.in
in the (Internet Explorer 7 or above) address bar. Please note that application will not function
properly in other browsers such as Chrome/Firefox/Safari etc. Response in any other form shall
not be accepted.
3. For any technical queries related to operation of the portal, please send mail to
eprochelpdesk@mail.hpcl.co.in OR please call us at 022-41146666. The helpdesk support is
available 6 days a week from 8AM to 8 PM (except public holidays).
4. For New Vendors/ First time Users: The process of e-registration in HPCL e-procurement
portal https://etender.hpcl.co.in involves following steps;
a) In case a limited tender is published, email intimation goes out to all vendors attached to the
tender. The email also intimates the login Id (eg Vendor No) with which you are supposed
to log into the system.
b) In case of Public tender, you may access site with the registered JDE vendor No or through
temporary registration credentials. The password shall be the “Bill tracking system”
password which you may already have or you may generate from our E-Proc site
https://etender.hpcl.co.in in the Link “Click here for Bill Tracking”.
Page 2 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
c) On the above screen enter your 8 digit Vendor code and password as issued for “Bill Tracking
system”. Alternately, click on “Temporary registered user”, enter your email Id and
corresponding password as registered by you.
d) You can now see the Home screen with instruction and salient features of bidding module.
e) Click on “Choose Tender” in the left hand pane. All tenders lying in the inbox will be visible.
You may either click on “Bid” or “Regret” as the case may be. Please note that in case you
click on “regret”, you will not be allowed to prepare bid or submit bid. However the “Bid” button
will stay active and on clicking same you will be allowed to prepare and submit bid.
f) Click on the radio button to select one of the tenders for working and then click on “Select
Tender”. At any point of time, only one tender can be worked upon. Then click on “Prepare
bid”.
5. For Validation of Digital Signature (DS), Kindly arrange to post query online else contact
the helpdesk or Purchase Officer. The DS will be validated in case it is in the name of
Company. If the DS is personal, the statutory Document like Service Tax reg Certificate,
Power Of Attorney or Profit and loss Statement and Balance Sheet are required for
validation of DS.
6. For bidding it is suggested that bidders should not wait for last date/ tender due date for
their bid preparation as several documents are to be uploaded in the offer and prices are to
be entered on screen for all items. There is a facility to keep the bid ready in the system for
final submission, however bidders are requested to keep sufficient time margin with them
for modifications, connectivity issues etc.
7. HPCL will not take any responsibility for the late submission of Bids online due to the reasons
for lack of connectivity, non-availability of site, failure to upload any documents etc.
8. In case you are unable to provide a quotation, kindly regret the same on the E-proc Site
(http://etender.hpcl.co.in ) for the tender giving valid reasons.
9. If bidder is unable to meet minor Technical specifications, they may quote for the closest available
substitute giving details of the same for HPCL's consideration. HPCL reserves the right to reject
offers not meeting its Technical requirements and Commercial conditions.
10. Tenderer should not tamper the tender document in any way. Tenderer is not authorized to
add/delete after any word/figure of this tender document. If such tampering is detected (even after
finalisation of order), HPCL reserves right to cancel ‘the order in part I full without any notice to the
tenderer.
11. In case of duplication, inconsistency, error or omission of any tender clause or any
discrepancy in tender clauses, vendor (s) to bring the same to the notice of HPCL before
bid submission and decision of HPCL shall be final & binding. No claim will be entertained
at a later stage.
Page 3 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
12. In case of any discrepancy between similar terms and conditions of the GTC and the Tender terms
& Conditions (Annexure-III), terms stipulated in the Tender terms and Conditions (Annexure – II)
shall prevail over GTC and final decision of HPCL shall be binding on all parties.
13. Technical comments on our given technical specifications, terms & conditions be clearly
mentioned indicating acceptance or deviations if any. In case, deviations are not clearly
indicated, it will be treated as acceptance of HPCL's terms by Vendor. In case of any
deviations to the Tender Terms & Conditions, the same should be mentioned in the Space Given
for Deviation while submitting Technical Bid at our E-Proc Site http://etender.hpcl.co.in. HPCL
reserves the right to accept or decline any proposed deviation.
14. HPCL reserves the right to accept any tender in whole or in part or reject any or all tenders without
assigning any reason.
15. All the correspondence, details, data, information furnished etc. shall be only in English language.
All units of measurement shall be in Metric Standards, unless specifically mentioned by HPCL.
16. The Integrity Pact duly signed by the authorized official of HPCL and the Contractor, will form part
of this contract / supply order.
The Integrity Pact shall be digitally signed by the bidder and there shall be no requirement for
physical/digital signature of witnesses. Bidder’s non-acceptance of the clauses of the Integrity Pact,
shall lead to outright rejection of such bid.
If the Bidder has been disqualified from the tender process prior to the award of contract according to
the provisions under Integrity Pact, HPCL shall be entitled to demand and recover from bidder
Liquidated damages amount by forfeiting the EMD/Bid security (Bid Bond) as per provisions of
Integrity Pact.
If the contract has been terminated according to provisions of the Integrity Pact, or if HPCL is entitled
to terminate the contract according to provisions of Integrity Pact, HPCL shall be entitled to demand
and recover from the Contractor liquidated damages amount by forfeiting the Performance Bank
Guarantee / Security Deposit as per Integrity Pact.
17. This tender is governed by Grievance Redressal Mechanism as prescribed in HPCL Website:
www.hindustanpetroleum.com.
Page 4 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
during the bidding period, bidders shall confirm the inclusion of
addendum/corrigendum/Messages on Message Board in their bid. Bidder shall follow the
instructions issued along with addendum/corrigendum/Messages on Message Board.
(b) 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. All revisions, clarifications, corrigenda, addenda, time extensions etc., to the above tenders will be
hosted on HPCL websites (www.hindustanpetroleum.com) and/ or https://etender.hpcl.co.in only.
Bidders should regularly visit these websites to keep themselves updated.
20. The Manual of Bidding by Vendor and other features are there in our Online E-Procurement
System at site http://etender.hpcl.co.in. All the new vendors are requested to go through the TWO
BID MANUAL.
21. Any queries (Technical/commercial) should be posted online in the e-tender system upto
four working days before due date of tender only.
Page 5 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
PRE-QUALIFICATION CRITERIA ANNEXURE – I
Tenderer who fulfil the following Minimum Qualifying Criteria shall submit their documents against
this tender, supporting the following criteria along with the Un-Priced Bid:
1. Average Annual Financial Turnover of the previous 3 financial years viz. 2013-14 & 2014-15,
2015-16 should not be less than Rs. 150 Lakhs.
2. Technical: The applicant shall have experience of having successfully completed supply,
Installation and Commissioning of similar Type of Coriolis Type of Mass Flowmeter during last 7
years ending last day of month previous to the one in which applications are invited, should be
either of the following:
i) Three similar completed works costing not less than Rs.200 Lakhs each OR
ii) Two similar completed works costing not less than Rs. 250 Lakhs each OR
iii) One similar completed work costing not less than Rs. 400 Lakhs each.
3. The applicants shall be in a position to furnish the original documents towards copies submitted.
4. The Tenderers should submit all necessary documents pertaining to experience and financial
Turnover:
i. For proof of financial turnover, the tenderer should submit copies of audited financial
statements.
ii. For proof of experience, the vendor should furnish copies of the Original Purchase / Work
Order/ Performance Certificate / Certified Bills from Client / Owner / Project consultants along
with their completion certificate / proof of delivery. The purchase / Work Order and Completion
Certificate / Proof of delivery should mention the details of supplies carried out by the applicant
so as to enable us to identify whether the applicant meets the technical criteria stipulated
above or not.
5. EMD: Rs. 10, 00,000 INR (For Details, Please refer tender terms and conditions, Clause 1)
Parties who are affiliates of one another can decide which Affiliate will make a bid. Only one affiliate
may submit a bid. Two or more affiliates are not permitted to make separate bids directly or indirectly.
If 2 or more affiliates submit a bid, then any one or all of them are liable for disqualification. However
upto 3 affiliates may make a joint bid as a consortium, and in which case the conditions applicable to
a consortium shall apply to them.
Page 6 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
(c) is directly or indirectly controlled by a company, legal entity or partnership which directly or
indirectly controls a Party.
“Control” means actual control or ownership of at least a 50% voting or other controlling interest that
gives the power to direct, or cause the direction of, the management and material business decisions
of the controlled entity.
b) a newly formed incorporated joint venture (JV) which has not completed 3 financial years from the
date of commencement of business;
a) The sole bidder (including an incorporated JV which has completed 3 financial years after date of
commencement of business) shall fulfil each eligibility criteria.
b) In case the bidder is a newly formed and incorporated joint venture and which has not completed
three financial years from the date of commencement of business, then either the said JV shall fulfil
each eligibility criteria or any one constituent member/ promoter of such a JV shall fulfil each eligibility
criteria. If the bid is received with the proposal that one constituent member/ promoter fulfils each
eligibility criteria, then this member/promoter shall be clearly identified and he/it shall assume all
obligations under the contract and provide such comfort letter/guarantees as may be required by
Owner. The guarantees shall cover inter alia the commitment of the member/ promoter to complete
the entire work in all respects and in a timely fashion, being bound by all the obligations under the
contract, an undertaking to provide all necessary technical and financial support to the JV to ensure
completion of the contract when awarded, an undertaking not to withdraw from the JV till completion
of the work, etc.
c) In case the bidder(s) is/are a consortium (including an unincorporated JV), then the following
conditions shall apply:
i. Each member in a consortium may only be a legal entity and not an individual person;
ii. The Bid shall specifically identify and describe each member of the consortium;
iii. the consortium member descriptions shall indicate what type of legal entity the member is and its
jurisdiction of incorporation (or of establishment as a legal entity other than as a corporation) and
provide evidence by a copy of the articles of incorporation (or equivalent documents);
iv. One participant member of the consortium shall be identified as the “member” and contracting
entity for the consortium;
v. This prime member shall be solely responsible for all aspects of the Bid/Proposal including the
execution of all tasks and performance of all consortium obligations;
vi. The prime member shall fulfil each eligibility criteria;
vii. a commitment shall be given from each of the consortium members in the form of a letter signed by
a duly authorized officer clearly identifying the role of the member in the Bid and the member’
Page 7 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
commitment to perform all relevant tasks and obligations in support of the Prime/lead member of
the Consortium and a commitment not to withdraw from the Consortium;
viii. No change shall be permitted in the number, nature or share holding pattern of the Consortium
members after pre-qualification, without the prior written permission of HPCL.
ix. No change in project plans, timetables or pricing will be permitted as a consequence of any
withdrawal or failure to perform by a consortium member;
x. No consortium member shall hold less than 25% stake in a consortium;
xi. Entities which are affiliates of one another are allowed to bid either as a sole bidder or as a
consortium only;
xii. Any person or entity can bid either singly or as a member of only one consortium.
d) In case the bidder is an Indian arm (subsidiary, authorized agent, branch office or affiliate) of a
foreign bidder, then the foreign bidder shall have to fulfill each eligibility criteria. If such foreign
company desires that the contract be entered into with the Indian arm, then a proper back to back
continuing (parent company) guarantee shall be provided by the foreign company clearly stating that
in case of any failure of any supply or performance of the equipment, machinery, material or plant or
completion of the work in all respects and as per the warranties/ guarantees that may have been
given, then the foreign company shall assume all obligations under the contract. Towards this
purpose, it shall provide such comfort letter/guarantees as may be required by Owner. The
guarantees shall cover inter alia the commitment of the foreign company to complete the entire work
in all respects and in a timely fashion, being bound by all the obligations under the contract, an
undertaking to provide all necessary technical and financial support to the Indian arm or to render the
same themselves so as to ensure completion of the contract when awarded, an undertaking not to
withdraw from the contract till completion of the work, etc.
BIDS THAT DO NOT MEET THE ABOVE PRE QUALIFICATION CRITERIA SHALL BE REJECTED.
Page 8 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
SCOPE OF THE JOB ANNEXURE – II
Design, engineering, Manufacturing, Supply, factory testing, Third Party Inspection, packing,
transportation, transit insurance, delivery as per Schedule of Quantities, specification, terms and
conditions at HPCL, Mazgaon Terminal including Unloading at site.
Mass Flowmeter for the blending tank, pre-blender and tank truck gantry automation shall include but
not limited to the following
The vender to design the flow metering system to suit the different set of process flow
condition ( flow, density, viscosity) such the that the combined accuracy of the flow metering
system remain as per specifications.
The Metering system comprising of batch controller, mass flow meter, digital control valve,
strainer cum air eliminator, RTD as applicable. The batch controller will control one loading
point at a time.
The Main Metering System will be installed on the Pipe Rack/Gantry Platform with suitable
foundation / Structural Steel support. The installation drawing shall be approved by HPCL
before commencement of work.
All equipment shall be provided with physical tags in colour coding of HPCL
FRLS Cables, Double compression Cable Gland, Flameproof Junction box, etc from main JB
on the Pipe rack/ top of TT gantry to respective instrument shall be part of that equipment.
The system design shall permit for future expansion, integration with Automation system, addition of
new systems/ subsystems like tank truck loading system with automation without any disruption to
either the operation or system communication.
Page 9 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
TENDER TERMS AND CONDITIONS ANNEXURE-III
2. Exemption from payment of EMD: Public Sector Enterprises are exempted from making payment
of EMD. For this purpose, a declaration to that effect must be enclosed by the Public Sector
Enterprises.
Micro or Small Enterprise, registered with District Industries Centres 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, are exempted from making payment of EMD.
Page 10 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
Vendor registered with MSE/NSIC shall submit a copy of valid registration certificate with any of
the above mentioned authorities and the MSE/NSIC Certificate should clearly indicate:
i) The Item of manufacture for which, the Unit is registered with MSE / NSIC
ii) Location/address of the Unit for which the MSE / NSIC certificate is issued
For MSE status to be considered, supplies will have to be made from the plant for which the MSE
Certificate is furnished. For this purpose Notarized copy of valid MSE registration certificate along
with relevant Annexure, should accompany the tender. If a tenderer submits MSE Certificate not
conforming to the above and if EMD is not submitted, his tender is liable to be rejected.
4. SUBMISSION OF TENDER: Before submitting the tender, tenderer shall at their own cost and
expenses visit the site, examine and satisfy as to the nature of existing operating condition,
existing roads, means of communications, state of land, space available, correct dimensions of the
work facilities. No claim will be entertained on any account on later date. If the vendor has
submitted the Bid without visiting the site and accessing the site condition, Bid will be
liable for rejection.
5. Acceptance of Tenders: HPCL reserves the right to accept any tender in whole or in part or
reject any or all tenders without assigning any reason. The decision of HPCL in this
connection shall be final.
6. Validity of offer from Tenderer: Offers should be valid for acceptance for a period of SIX
MONTHS from the due date or extended due date of Tender. Once the tender is accepted and
work awarded, the rates should be valid for the entire contractual period. No tenderer will be
allowed either to withdraw or to revise his offer after the last date of receipt of tender. Any offer
containing variations from our terms and conditions and or containing counter conditions will not
be accepted. Tenderers are advised in their own interest to quote strictly as per terms and
conditions stipulated by HINDUSTAN PETROLEUM CORPORATION LTD and not to add
conditions of their own or to modify the terms and conditions stipulated in the tender.
7. EVALUATION OF TENDER: Order shall be finalized on overall lowest basis for both Flowmeters
and AMC charges put together, based on the Net Delivered Cost at HPCL’s Premises on the Due
Date of the Tender, considering Quoted Basic Rates, all duties, taxes, TPI Charges, levies
including Octroi, Packing and Forwarding, Transportation, Loading & Unloading at our Site. The
Net Delivered cost will be arrived at deducting MODVAT Credit and VAT Setoff, as applicable.
Cenvat Credit, as applicable shall be availed against any Service Tax quoted against the tender.
Page 11 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
No Tax set off for CST. If the Supplier is registered in the state of Maharastra, WCT will be
deducted @ 2% from the Party’s Bill, otherwise 5% will be deducted from the party’s Bill. AMC
Charges shall be considered for evaluation of Priced bids.
8. Octroi Duty, as applicable, shall be quoted by the parties in %age, without which Octroi Duty
will not be reimbursed to the successful party. This is required for evaluation purpose to arrive
at the Net Delivered Rate. Octroi Duty will be reimbursed at actual (subject to a maximum of
quoted rates) by HPCL against proof and the same should not be included in the Basic Cost.
Octroi must be quoted separately.
If the Octroi will be revised, HPCL will reimburse the revised Octroi on submission of Octroi
Receipt & documentary proof subsequent to bid submission. Also the vendor has to submit
documentary proof of applicable Octroi along with the unpriced bid.
9. Negotiations: HPCL reserves the right to negotiate with Tenderers. In the event of negotiations,
tenderer will be required to confirm the negotiations in writing. If tenderer fails to comply with this
requirement, HPCL reserves its right to ignore his quotation at its discretion.
10. Acceptance of Tenderers: HPCL reserves the right to accept any tender in whole or in part or
reject any or all tenders without assigning any reason. The decision of HPCL in this connection
shall be final.
11. Interpretation: In case of any lack of clarity/ inconsistency/ ambiguity in the meaning or
interpretation of any Bid submitted to HPCL or any Terms and Conditions or words in the tender
document, then the interpretation of HPCL regarding the same shall be final and binding on all
parties.
12. SUPPLY LOCATION / SITE ADDRESS: The Vendor shall have to deliver, install and commission
the equipment at our site at following address:
HINDUSTAN PETROLEUM CORPORATION LTD
Lube Plant -1, MAZGAON TERMINAL
Hay under Road, Mumbai 400 033, INDIA
TEL NO: + 9122 23774077 / 23713260 / 23713871 / 75 EXTENSION 202, 221
FAX: +9122 23775106
13. DELIVERY PERIOD: Time is the essence of this contract. Vendor shall have to deliver the
entire lot of Mass Flow meters equipment including accessories & Third Party Inspection
within TEN WEEKS from the date of receipt of purchase order, at designated site in Lube PIant -I,
Hindustan Petroleum Corporation Limited, Haybunder Complex, Haybunder Road, Mumbai -
400 033. (Drawings will be approved/reviewed by HPCL within maximum 15 days from the date of
submission of 3 sets hard copy to HPCL).The delivery period shall be inclusive of all inspection &
drawing approvals, etc. The mass flow meters will be installed & commissioned by the vendor
within EIGHT WEEKS from the date of receipt Material at site. Price Reduction Clause shall be
applicable for delay in delivery & commissioning. Loading and unloading of Materials in vendor’s
scope.
Page 12 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
14. Price Reduction Clause: Time is the essence of this contract. Vendors are advised to adhere
to work timings so as to finish the job on time, at no extra cost. In case of delay in execution of this
order beyond stipulated completion period, penalty will be applicable. The successful tenderer
shall agree to abide by the above clause. Price reduction will be applicable @ 0.5 % of the basic
value of work per week maximum 5% of the total PO Value.
Penalty against delayed delivery as per PR clause shall be applicable and will be deducted from
the payments.
a. Against delay in delivery of the entire material / equipment including accessories (Sr. No: 1 to
33 of Un-Priced Bid) within 10 weeks, from the date of receipt of Purchase Order at
designated site at HPCL Mazgaon Terminal. Price Reduction will be applicable on Basic cost
of Undelivered Materials.
b. Against delay in successful Installation & commissioning of Mass Flowmeter within 8 (Eight)
weeks from the date of Receipt of Materials at HPCL Mazgaon Terminal: LD will be
applicable on the total value of PO excluding the cost of AMC (Cost of material supplied and
cost of installation & commissioning) and not on the unexecuted portion.
c. The total LD (against Sr. No. 1 & 2) put together shall be maximum 5% of the total PO value
(excluding cost of AMC).
15. DEFECT LIABILITY PERIOD: Supplies shall be fully warranted against any manufacturing
defects / poor workmanship / inferior design or quality etc. for a period of 12 months from the
date of Commissioning or 18 Months from Date of Receipt of the Materials at HPCL
Mazgaon Terminal. During this period, Vendor will arrange to repair / replace any defective part
free of cost or replace complete set, if required. In case of delay in commissioning on Party's part,
Defect Liability Period shall be extended by the period of Such Delay. Delay attributable to
vendors, Defect Liability Period shall be extended by the period of such delays. However, if the
delays are not attributed to the vendor, the defect liability period shall not be extended. All the
services including breakdown & preventative maintenance services shall be provided free
of cost in the DEFECT LIABILITY PERIOD. Transportation of equipment if any for any
modification or changes will be on vendors account. The Vendor must note that all
commissioning spares and the spares / consumables during warranty shall be supplied by the
vendor free of cost.
16. Firm Price: Quoted rate will remain firm throughout the validity period of contract/ order.
Page 13 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
e) Calibration certificate of FCRI for all mass flow meters before dispatch.
f) Original Octroi receipt for reimbursement.
16.2 For Installation, Commissioning
16.2.1 Payment for Installation and Commissioning and balance 20% payment of supply material
shall be made on successful completion of Installation, commissioning and submission of
10% PBG on Basic PO Value. If delay in installation and commissioning not attributed to
vendor after 90 60 days beyond 8 weeks of completion period of installation &
commissioning, payment will be made on submission of equivalent amount of Bank
Guarantee.
16.3 CAMC
16.3 Payment of CAMC of Mass Flowmeter will be released as follows:
CAMC Charges will be released Quarterly Basis on submission certified service reports
and bills.
No advance payment
Above payments will be released within 15 days from the date of receipt of duly certified Bills along
with service report at our Disbursement section subject to submission of requisite Documents.
NO ADVANCE PAYMENT SHALL BE MADE. Partial Payments allowed. HPCL will not be making
any advance payment nor would it disburse any mobilisation advance for the project.
18. Security Deposit: Security Deposit equivalent to 1% of basic value of order (Both Supply and
AMC, AMC SD shall be submitted after placement of PO every year), by way of Demand Draft or
BG drawn in favour of Hindustan Petroleum Corporation Limited payable at Mumbai – DD/BG to
be drawn on Nationalized Bank / Scheduled Bank (Other than Co-operative Bank), will be
submitted by successful tenderer to our Disbursement Section (Payment Authority) otherwise the
same shall be deducted from successful tenderer’s first bill. Earnest Money Deposit (EMD, If any),
will be refunded after submission of Security Deposit. Linking with earlier transactions /
adjustments with pending bills or any other amount payable by HPCL, is not allowed.
Security Deposit will be towards faithful performance of the tender / order terms and satisfactory
completion of job as per tender specifications and will not bear any interest. Security deposit shall
be refunded to successful tenderer directly by our Disbursement Section, Mazgaon Terminal after
producing a satisfactory completion certificate from the location(s) where materials is supplied.
Security Deposit shall be liable to be forfeited wholly or in part in case the successful tenderer fails
to comply with any of their contractual obligations.
19. PERFORMANCE BANK GUARANTEE: Successful Bidder shall have to submit performance
bank guarantee in favour of HPCL after successful completion of Supply, Installation &
Commissioning of Mass Flowmeter, issued by a Nationalised Indian Bank for 10% value of total
Basic PO value, valid till three months beyond the Defect Liability Period of 12 months from
Page 14 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
Date of Commissioning of Mass Flowmeter or 18 months from the date of receipt of the
material at HPCL’s Mazgaon Terminal, whichever is earlier.
20. Comprehensive Annual Maintenance Contracts (5 YEARS): Party to make at least One
Successful Visits per Month (Minimum 12 Visits per Annum) after expiry of Defect Liability period
within working hours on regular working days / Holidays. One visit will be considered successful
on resolving all the fault / complaints if any and putting back the system in working conditions.
Emergency breakdown call to be attended within 12 working Hrs. No extra payment to be made
for emergency call. Vendor to submit service report for all the mass flow meters. No advance
payment for CAMC.
Details of Contract:
a. CAMC PO will be placed every year after completion of DEFECT LIABILITY PERIOD. Tax
will be paid on prevailing rate at the time of invoicing.
b. Loading, boarding, Transportation and local conveyance will be on Vendors’ scope.
c. Vendor to send trained engineer to attend the call along with required tools.
d. Quarterly payment on submission of Invoice, service report and other document if any.1 %
security deposit of PO value to be paid at the beginning of contract or it will be deducted
from the first bill of the contract.
e. If the vendor fails to respond to HPCL call very frequently and abandon the contract, action
will be initiated as deem fit. Security deposit will also be forfeited.
f. Software upgradation if any included in CAMC
g. Password if any to be revealed to the Plant- In- Charge
h. Trained Engineer / Technician to visit for maintenance. Trainees/ freshers are not allowed
for maintenance work.
i. ID proof and PPE is must for plant entry. Mobile not allowed.
In case the Mass Flow Meter requires recalibration at factory due to any reason during the Warranty
or CAMC period, the same shall be carried out by the Vendor. In the interim period, spare MFM to be
installed at the site which shall meet all above criteria.
22. Spares: Vendor to maintain emergency spare parts at Terminal/ nearest stock points at Mumbai.
23. SERVICE BACKUP: Vendor shall have their service backup / authorized bonafide service
representative (if any), preferable in Mumbai. Vendor shall indicate the name and address of their
said representatives in Unpriced Bid.
24. Sub-leasing: The successful tenderers shall not be allowed or entitled to sublet, sub-contract or
assign any part of the order without the prior written consent of HPCL.
25. TRAINING, TRIALS & DEMONSTRATION: Vendor shall have to prove the performance of the
Mass Flow meters in presence of HPCL’s Engineer-in-charge against offered parameters at site.
Page 15 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
Vendor shall arrange for sufficient personnel of their own for the above. Vendor shall have to
install and commission the mas flowmeter and provide the training to HPCL's Operators for
effective operation and maintenance.
The Tank for Testing the Performance of the Mass Flowmeter will be provided by HPCL.
26. INSPECTION / TESTING: The Material Supplied will be subject to inspection by HPCL and Third
party as per the tender. Third party inspection shall be carried out by any of the party Lloyds, DNV, EIL,
BV, TUV or any HPCL approved Third party. However, such an inspection does not relieve the vendor
of his responsibility for any defects in material and or workmanship and for delivery of the goods in
accordance with specification given. Inspection charges payable to the third party shall be quoted
separately as per price schedule enclosed. Quoted prices shall include Bidder's charges towards all
testing as per the tender/offered parameters. The scope of third party inspection shall also include the
proof of readiness and shipment. QAP sample attached. QAP scope for inspection is to be finalized
immediately after placement of Letter of Intent/P.O. It also includes the inspection of imported material
if any.
TPI scope of about imported materials: Indian TPI agency has to ratify/revalidate the
foreign/principle TPI reports.
The scope of TPI includes Design verification of system, individual component and system code
compliance, adequacy for intended use of system and deliverables. QAP to be submitted to Third
Party Inspection and then HPCL. SAT to be certified by TPI and HPCL.
If required HPCL will carry out design verification for quoted mass flowmeter from HPCL
designated TPI agency. Vendor should provide all the required details for such verification.
If quoted mass flowmeter is not in line with tender requirement, charges for verification will
be recovered from Vendor.
27. TECHNICAL INFORMATION: Drawings, specifications and details shall be property of the
purchaser and shall be returned by the vendor on demand. The vendor shall not make use of
drawings and Specifications for any purpose at any item save and except for the purpose of the
Purchaser. The vendor shall not disclose the technical information furnished to or gained by the
vendor under or by virtue of or as a result of the implementation of this purchase order to any
person, firm or body or Corporation authority and shall make all endeavours to ensure that
technical information is kept CONFIDENTIAL. The technical information imparted and supplied to
the vendor by the Purchaser shall at all times remain the absolute property of purchaser.
28. Confidentiality: The Bidders are requested to handle/respond the tender in utmost confidentiality
and shall not copy documents/information of the Corporation and shall not divulge/ distribute/
share any documents/information or knowledge of things or process which Bidder comes to know
or acquires during the tendering/execution process. HPCL also reserves the right to initiate
appropriate legal action against Bidder for breach of this condition or any copy right or
Page 16 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
infringement of intellectual property of HPCL disclosed to Bidder during the tendering/execution
process.
29. Limitation of Liability: In no event shall either Party to the contract be responsible for or
obligated in any manner to pay any special, exemplary, punitive, consequential or other indirect
damages (whether under tort, negligence or strict liability) in respect of any loss, damage, claim or
demand asserted by the other Party hereunder, even if the first mentioned Party was informed or
made aware of the possibility of such damages
The maximum liability of each Party arising from any circumstances including negligence, errors &
omissions shall be limited to the total contract value.
30. SOLE RIGHTS TO TEMPLATES / DOCUMENTATION / PROCESSES: HPCL will have the sole
rights to the templates / documentation / processes / solution model etc. developed in the course
of implementation and the Successful Bidder and/or their partners will not be allowed to use them
without the explicit prior permission of HPCL in writing.
31. PATENT /COPYRIGHT PROTECTION: If any third party claims that a Product/Service(s)
supplied by the bidder in connection with this contract here under infringes a patent or copyright,
the bidder will defend HPCL against that claim at Bidder’s expense and pay all costs, damages,
and attorney’s fees etc. and it would be the sole responsibility of the successful bidder to comply
with all instructions that a Court finally awards.
If such a claim is made or is likely to be made, Bidder to enable HPCL to continue to use, or to
modify or replace the Product. If none of these alternatives is acceptable to HPCL, the Bidder will
give HPCL a credit for such Product as well as for all resultant consequential losses, resulting out
of the non-availability of the product for HPCL’s use.
32. Cancellation: HPCL reserve the right to cancel the contract forthwith upon or any time after
the happening of any of the following events viz :
a) If the tenderer has abandoned the work/Contract.
b) If Tenderer has failed to commence works or has without any lawful excuse under these
conditions suspended work.
c) If Tenderer commits breach of any of the tender terms and conditions and fails to
remedy such breach within 15 days of receipt of written notice in regard thereto.
d) If Tenderer has acted in a manner to the detrimental interest, reputation, dignity, name or
prestige of the Owner.
e) If Tenderer has without authority, acted in violation of the terms and conditions of this contract
and has committed breach of the terms of the contract in best judgment of the owner.
f) On the death or adjudication of insolvent of the tenderer if he be an individual.
g) Liquidation whether voluntarily or otherwise on the passing of an effective resolution for
winding of tenderer if it be a company
h) If the attachment is levied or continued to be levied for a period of seven days upon
effects of the tenderer or of any individual or partner of tenderer firm.
i) If the tenderer does not adhere to the instructions which may be issued from time to
time by HPCL in connection with the manufacture of Greases, HPCL’s right to
terminate the contract shall be without prejudice to any of other rights and remedies
Page 17 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
against the tenderer and in the event of terminating the contract, HPCL shall not be
liable to pay for any loss or compensation in respect of such termination. HPCL’s right
to terminate the contract shall be without prejudice to any of its other rights and
remedies against tenderer and in the event of HPCL so terminating the contract, it shall
not be liable to pay any loss or compensation in respect of such termination.
33. FORCE MAJEURE: Any delay in or failure of the performance of either part hereto shall not
constitute default hereunder or give rise to any claims for damage, if any, to the extent such delays
or failure of performance is caused by occurrences such as Acts of God or an enemy,
expropriation or confiscation of facilities by Government authorities, acts of war, rebellion,
sabotage or fires, floods, explosions, riots, or strikes. The Operator shall keep records of the
circumstances referred to above and bring these to the notice of the Engineer In-charge/ Site in-
charge in writing immediately on such occurrences. The amount of time, if any, lost on any of
these counts shall not be counted for the Contract period. Decision of the Owner arrived at after
consultation with the contractor, shall be final and binding. Such a determined period of time is be
extended by the owner to enable the Contractor to complete the job within such extended period
of time.
If contractor is prevented or delayed from the performing any of its obligations under this Agreement
by force Majeure, then the Operator shall notify Owner the circumstances constituting the Force
Majeure and the obligations performance of which is thereby delayed or prevented, within seven days
of the occurrence of the events.
34. ARBITRATION:
a) All disputes and differences of whatsoever nature, whether existing or which shall at any time arise
between the parties hereto touching or concerning the agreement, meaning, operation or effect
thereof or to the rights and liabilities of the parties or arising out of or in relation thereto whether
during or after completion of the contract or whether before after determination, foreclosure,
termination or breach of the agreement (other than those in respect of which the decision of any
person is, by the contract, expressed to be final and binding) shall, after written notice by either
party to the agreement to the other of them and to the Appointing Authority hereinafter mentioned,
be referred for adjudication to the Sole Arbitrator to be appointed as hereinafter provided.
b) The appointing authority shall nominate an officer/ retired officer of Hindustan Petroleum
Corporation Limited (referred to as owner or HPCL) or a retired officer of any other Government
Company in the Oil Sector of the rank of Chief Manager & above or any retired officer of the
Central Government not below the rank of a Director to the Govt. of India, to act as the Sole
Arbitrator to adjudicate the disputes and differences between the parties. The contractor/vendor
shall not be entitled to raise any objection to the appointment of such person as the Sole Arbitrator
on the ground that the said person is/was an officer (employee) and/or shareholder of the owner,
another Govt. Company or the Central Government or that he/she has to deal or had dealt with the
matter to which the contract relates.
c) In the event of the Arbitrator to whom the matter is referred to, does not accept the appointment,
or is unable or unwilling to act or resigns or vacates his office for any reasons whatsoever, the
Appointing Authority aforesaid, shall nominate another person as aforesaid, to act as the Sole
Arbitrator.
d) Such another person nominated as the Sole Arbitrator shall be entitled to proceed with the
arbitration from the stage at which it was left by his predecessor.
e) It is expressly agreed between the parties that no person other than the Appointing Authority or a
person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator. The failure
Page 18 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
on the part of the Appointing Authority to make an appointment on time shall only give rise to a
right to a Contractor to get such an appointment made and not to have any other person appointed
as the Sole Arbitrator.
f) The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement. The
work under the Contract shall, however, continue during the Arbitration proceedings and no
payment due or payable to the concerned party shall be withheld (except to the extent disputed)
on account of initiation, commencement or pendency of such proceedings.
g) The Arbitrator may give a composite or separate Award(s) in respect of each dispute or difference
referred to him and may also make interim award(s) if necessary.
h) The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the parties
unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of the
Arbitrator shall be 70,000/- per case for transportation contracts and 1,00,000/- for engineering
contracts. Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shall be
paid stage wise i.e. 25% on acceptance, 25% on completion of pleadings/documentation, and
balance 50% on completion of arguments and receipt of award by the parties.
i) Subject to the aforesaid, the provisions of the # Arbitration and Conciliation Act, 1996 or any
statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the
Arbitration proceedings under this Clause.
j) The Contract shall be governed by and constructed according to the laws in force in India. The
parties hereby submit to the exclusive jurisdiction of the Courts situated at Mumbai for all
purposes. The Arbitration shall be held at Mumbai and conducted in English language.
k) The Appointing Authority is the Director Marketing of Hindustan Petroleum Corporation Limited.
Page 19 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
TECHNICAL SPECIFICATIONS ANNEXURE IV
1.0 GENERAL
1.1 Scope
1.1.1 This specification covers the general requirements for the design, selection of materials, nameplate
marking and testing of Coriolis mass flow metering system
1.1.2 The related standards referred to herein and mentioned below shall be of the latest editions prior to the
date of the purchaser's enquiry: -
Design, engineering, Manufacturing, Supply, factory testing, Third Party Inspection, packing, transportation,
transit insurance, Unloading at site, Shifting within terminal premises, delivery as per Schedule of Quantities,
specification, terms and conditions at HPCL, Mazgaon Terminal.
Sr. No 1: Supply of 19 no’s flow metering system for the Blending Tanks
Sr. No 2: Supply of 5 no’s flow metering system for the Pre Blending Tanks
Sr. No 3: Supply of 6 no’s flow metering system for the Gantry Loading area
Sr. No 4: Supply of 2 no’s flow metering system for the Process Kettles
Sr. No 5: Supply of 1 no’s Master flow metering system for calibration of above flow meters
Sr. No 6: installation, commissioning, piping modification for the above line items and support to the
PLC vendor for integration of the metering with the PLC
The scope of supply shall include but not limited to the following;
The vender to design the flow metering system to suit the different set of process flow conditions (flow, density,
viscosity) such that the combined accuracy of the flow metering system meets the tender specifications.
Vendor to provide the third party certification from HPCL approved TPI agency for the flow meter sizing,
pressure drop calculation, BOM ; meeting all the required parameters as mentioned in the tender. The offer is
liable for rejection in case of noncompliance of this requirement. HPCL reserve all the right to evaluate / reject
based on the documents submitted.
Please refer to the clause 4. Special instruction to vendor for the area specific requirements and shall be read in
conjunction with the datasheets and the relevant documents
Vendor shall hire any of the following TPI agencies to carry out the inspection as per the approved QAP,
drawings & data sheets and issue of dispatch clearance.
Approved Third Party Inspection agencies for materials/ product are: BV/ TUV/ EIL/ DNV/ ICS/ Lloyds.
Scope of Third Party inspection shall be as per the approved QAP unless otherwise specified in this document.
All inspection and testing shall be carried out based on the following documents:
Approved QAP
Relevant standards
Purchase Order Specifications
Approved Data sheets
Approved drawings
Third Party inspection report shall be submitted to HPCL for review & record. HPCL reserves the right to be
involved and satisfy itself at each and every stage of inspection. HPCL shall be free to request specific test on
any equipment considered necessary by them although not listed in this specification, the cost of performing all
tests shall be borne by the Vendor.
Vendor shall note that acceptance of any equipment or the exemption of inspection or testing shall in no way
absolve the Vendor of the responsibility for delivering the equipment meeting all the requirements specified in
this document.
All technical personnel assigned to the site by the Vendor shall be fully conversant with the supplied system and
software package and shall have both hardware and software capability to bring the system on line quickly and
efficiently with a minimum of interference with other concurrent construction and commissioning activities.
IEC
Page 21 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
a) 79: Electrical Apparatus for Explosive Gas Atmosphere.
b) 529: Degree of Protection Provided by Enclosures.
c) 801: Electromagnetic Compatibility for Industrial Process measurement and control equipment.
IS (Indian Standard)
a) IS-5: Colours for ready mixed paints
b) IS-2147: Degree of protection provided by enclosures for low voltage switch gear and control gear.
c) IS-2148: Flame proof enclosures for Electrical apparatus.
In the event of any conflict between this standard specification, data sheets, related standards, codes etc., the
vendor should refer the matter to the purchaser for clarifications and only after obtaining the same should
proceed with the manufacture of the items in question.
2.1 General
2.1.1 Supplier shall size and select the Coriolis Mass flow metering system as per the details mentioned below
and as specified in the datasheets. This shall not absolve or limit the supplier’s responsibility and supplier shall
be responsible for the correctness of the selection of the type, material, sizing and performance of the Coriolis
mass flow metering system for the given process conditions.
Supplier shall also be responsible for compliance of supplied materials as per various standards and codes
specified herein and applicable as per the national / international standards
2.2 Sensor
2.2.2 Sensor assembly shall be of SS316 as minimum. The wetted material of the sensor shall be SS316L as
minimum and shall be carefully chosen to suit the process fluid.
2.2.4 Pressure drop across flow meter shall be selected, ensuring no cavitation occur under any process
condition.
2.2.5 The meter shall be of Dual U—Tube design. In case of straight tube designs, it must be Full Bore Straight
Tube Design.
2.2.6 If the sensor cases are supplied to act as secondary enclosures, the allowable pressure rating should be of
ASME B31.3 code, with the burst pressure proof tested under
Page 22 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
MSS SP 97.
2.2.7 The sensor assembly shall generally be dust proof and weatherproof to IP-66 / IP67 as per IEC- 529/IS-
2147 and secure against the ingress of fumes, dampness, insects and vermin.
2.2.8 All external surfaces shall be suitably treated to provide protection against corrosive plant atmosphere.
2.3 Transmitter
2.3.1 Transmitter shall be microprocessor based & SMART type with HART / MODBUS communications. It
shall have meter diagnostic capabilities, remote testing and calibration by means of HART communicator. The
calibration of the instrument shall not be affected by zero drift.
2.3.2 The design of all transmitters shall be in compliance with the electromagnetic compatibility requirements
as per IEC 801 or latest available standards. The transmitter shall be unaffected due to radio frequency
interference. Built in RFI/EMI filter have to incorporated.
2.3.3 Transmitter should automatically perform continuous self-diagnostics; user can perform online testing of
transmitter and sensor from a HMS (HART Maintenance System) or a hand held HART communicator. The
transmitter shall have continuous diagnostics to indicate real time instrument status.
2.3.4 The accuracy of the transmitter as specified should maintain throughout the range. Overall accuracy shall
include the combined effect of Linearity, Hysteresis and Repeatability.
2.3.6 Design materials, connections and accessories not specified herein shall be in accordance with the
supplier’s standards, suitable for the specified service conditions.
2.3.7 Supply of any special cable will be in the scope of the supplier.
ii) The following information shall be punched on the flange at visible place.
a) Nominal size and rating of the flange
b) Flange material specification
Page 23 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
4. SPECIAL INSTRUCTION TO VENDORS
Following details should be considered while selecting / designing of the flow metering system,
A. Sr. No 1 : consist of the supply of 19 no’s metering system for the Blending
Headers &
Sr. No 2 : consist of the supply of 5 no’s metering system for the Pre Blending
Kettles
1. The Coriolis mass flow metering system shall be designed as per the given process parameters. In case
of any discrepancy in the tender documents, the datasheet and the process parameters have the highest
priority.
2. All the fluids are Newtonian fluids and hence sizing of the flow meter shall be submitted as per the given
process details.
3. All the Coriolis mass flow meter shall be of custody transfer grade and shall have the approval of the
legal metrology of India and NMi / PTB.
4. The transmitter shall be remote mount and maximum upto 10 meters’ interconnecting cable and
necessary cable gland with each flow meter is required.
5. The flow meter and the on-off valve size shall be of the same size (i.e. the end connection of the flow
meter and the end body flanges of the on-off valve shall be same size)
6. External RTD / TT with thermowell for each mass flow meter is required to be provided for the
temperature compensation for corrected density and volume at 15 Deg C as per relevant API ASTM
table.
7. The Coriolis mass flow metering system shall be capable to provide the mass flow rate, density, volume,
corrected density & corrected volume as per relevant API /ASTM table. Bidder to provide the necessary
additional hardware/flow computer in case the functionality is not available in the Coriolis mass flow
meter
8. Pulse output (flow rate) of the mass flow meter will be connected to PLC. In turn based on the same
PLC will provide the command to open-close the on-off valve on delivery side of the metering system.
9. The Modbus output will be taken to PLC for the other parameters like density, corrected density &
corrected volume at 15 deg C as per relevant API /ASTM table and other flow meter diagnostics
parameters.
10. Supply and laying of cable, cable tray from flow meter to control room PLC panel is in the scope of
bidder. This includes the cable for the pulse output from the flow transmitter to control room PLC panel,
RS485 MODBUS to control room panel and cable for On/Off valve to control room PLC panel
11. At the blending header area and Pre Blending kettle area; 230V AC supply at one point will be provided
by HPCL. Bidder to distribute the power to all the flow meter from the same. Necessary
hardware’s/MCB/electrical protection/JB/cable/ cable tray is in the bidder’s scope.
Page 24 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
12. The sizing of the Coriolis mass flow meter shall be strictly as per the given data sheets for flow meter
and on-off valve and the annex – I process data
13. Suitable Vapour eliminator shall be provided considering the process parameters in annexure – I (for
Blending Headers and Pre Blending metering system)
14. Pre Dispatch FCRI Calibration for all the meters is mandatory.
B. Sr. No 3: includes the 6 no’s flow metering system for the Gantry loading area
Sr. No 4: includes the 2 no’s flow metering system for the Process Kettles
1. The Coriolis mass flow metering system shall be designed as per the given process parameters. In case
of any discrepancy in the tender documents, the datasheet and the process parameters have the highest
priority.
1. All the fluids are Newtonian fluids and hence sizing of the flow meter shall be submitted as per the given
process details.
2. All the Coriolis mass flow meter shall be of custody transfer grade and shall have the approval of the
legal metrology of India and NMi / PTB.
3. The flow meter and the DCV size shall be of the same size (i.e. the end connection of the flow meter and
the end body flanges of the DCV shall be same size)
4. External RTD / TT with thermowell for each mass flow meter is required to be provided for the
temperature compensation for corrected density and volume at 15 Deg C as per relevant API ASTM
table.
5. The Coriolis mass flow metering system shall be capable to provide the mass flow rate, density, volume,
corrected density & corrected volume as per relevant API /ASTM table. Bidder to provide the same in
batch controller in case the functionality is not available in the Coriolis mass flow meter
6. Basis actual loading gantry point and process kettle area; 230V AC supply at one point will be provided
by HPCL. Bidder to distribute the power to all the flow meter from the same. Necessary
hardware’s/MCB/electrical protection/JB/cable/ cable tray is in the bidder’s scope.
7. The sizing of the Coriolis mass flow meter shall be strictly as per the given data sheets for flow meter
and on-off valve and the annex – III process data
8. Suitable Vapour eliminator shall be provided considering the process parameters in annexure – III.
9. The Metering system comprising of batch controller, mass flow meter, Piston type digital control valve,
Air eliminator, external RTD, Earthing relay.
10. Bidders to supply the complete accessories required for successful operation of the loading system. This
includes the necessary cable, cable tray, cable gland, ferruling, JB, power protection, JB, mounting
accessories etc.
Page 25 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
11. Piping modification / new installation as per site requirement is in the bidder’s scope. Bidder to visit the
site and understand the overall requirement for piping modification and installation of the metering
system.
13. Pre Dispatch FCRI Calibration for all the meters is mandatory.
C. Sr. No 5: includes the 1 no’s Master flow metering system for calibration of other flowmeters
1. The Coriolis mass flow metering system shall be designed as per the given process parameters. In case
of any discrepancy in the tender documents, the datasheet and the process parameters have the highest
priority.
2. All the fluids are Newtonian fluids and hence sizing of the flow meter shall be same as per the selection
flow meter made for blending header metering system.
3. All the Coriolis mass flow meter shall be of custody transfer grade and shall have the approval of the
legal metrology of India and NMi / PTB.
4. The Master metering system shall be provided with suitable skid having suitable isolation vales on inlet
and outlet side, Inter-connecting piping of the same size as that of the flowmeter, provision and space for
mounting test flowmeter. The skid shall have proving flow computer, which shall accept the pulse
readings from test and master meter and generate variance report. External RTD on the master metering
stand shall be connected to flow computer for recording the fluid temperature. The Master meter in skid
should have start/stop facility to run the calibration. (This is to avoid the initial fluctuations in flow rates
and proving should start only when the flow rate is stabilized.)
5. External RTD / TT with thermowell for each mass flow meter is required to be provided for the
temperature compensation for corrected density and volume at 15 Deg C as per relevant API ASTM
table.
6. The Coriolis mass flow metering system shall be capable to provide the mass flow rate, density, volume,
corrected density & corrected volume as per relevant API /ASTM table. Bidder to provide the same in
batch controller in case the functionality is not available in the Coriolis mass flow meter
7. Suitable Vapour eliminator shall be provided considering the process parameters in annexure – I.
8. Bidders to supply the complete accessories required for successful proving operation. This includes the
necessary cable, cable tray, cable gland, ferruling, JB, power protection, JB, mounting accessories etc.
D. Sr. No 6 is for the installation, trials, commissioning, piping modification for the above line items (Sr.
no 1 to 5) and support to the PLC vendor for integration of the metering with the existing PLC.
Page 26 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
1. Vendor must visit the site before quoting for the tender to understand the requirement of each type of
metering system. Post site visit, all the queries in regards to subject tender document shall be discussed
during Pre-Bid meeting.
2. Bidder to provide the GA drawings, SKID drawings (Hard copy) for all flow metering system. The same
shall be approved from HPCL, before commencing the modification works.
3. Vendor shall deploy its installation team on working day and/or on holidays/Sundays as per plant
requirement, which would install the equipment/ instruments, lay the interconnecting cabling, check out,
testing and commissioning the system. No extra payment on any account will be made towards
holiday/Sunday working.
4. All technical personnel assigned to the site by the Vendor shall be fully conversant with the supplied
system and software package and shall have both hardware and software capability to bring the system
on line quickly and efficiently with a minimum of interference with other concurrent construction and
commissioning activities.
5. Loading of mass flow meters (all components) and unloading, unpacking, handling, erection &
installation of the same at designated place in HPCL location is totally in the scope of Tenderer.
6. Since Mazgaon Terminal is a working plant, vendor may have to unload all material at a temporary
designated location inside the plant and thereafter install all the transmitters at the actual designated
position. Vendor shall have to co-ordinate with other vendor at site during the installation &
commissioning process.
7. All tooling, tackles, pipes, fittings, flanges, gaskets, MS supports, fixtures, lifting equipment & labour
required during the above will be totally in the scope of Tenderer. No extra payment will be made on
any account for the above or otherwise.
8. All 33 flowmeters installation should meet OISD-237, Factory Rules, PESO Rules and IE’s Rules
wherever applicable.
9. All flowmeters are to be integrated to our PLC and in future to online integrated system.
11. Vendor to provide technical support for all flowmeters for a minimum period of next 15 years from the
date of installation and commissioning.
Page 27 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
5 Operating pressure Min/Max
6 Operating temp Min/Max
7 Operating density Min/Max
8 Operating viscosity Min/Max
9 Allowable Pressure Drop Min/Max
Ambient Temperature
10 15-60 Deg C
Limit
11 Relative humidity limit 95 % non-condensing
Microprocessor based Coriolis mass flow and density transmitter for
12 Type
custody transfer application
13 Transmitter type Remote/Compact
14 Sensor Tube SS 316 / SS 904 L / SS 316 L
15 Wetted parts SS 316 / SS 904 L / SS 316 L
16 Flow direction Bi directional flow
17 Tube size(sensor) To be sized by vendor & obtain TPI confirmation
18 Wetted parts SS 316 L / SS 904 L
Flow (Mass & Volume), Ambient Density, Temperature, Standard
19 Output
density (either from mass flowmeter or batch controller)
Transmitter Body
20 SS 304 / Die cast aluminium
Material
21 Process connection Vendor to advise, Flange Rating 150#
22 End connection Material SS 316/ SS 316 L
23 Matching flanges Required
24 Mounting accessories Required
ACCURACY
27 Mass +/- 0.05% for the entire flow range
28 Volume +/- 0.1% for the entire flow range
29 Density +/- 0.0005 gm/cc
30 Linearity +/- 0.05 % of the reading
31 Repeatability +/- 0.05% for the entire flow range & + 0.0003 gm/cc for density
2 line, 16 characters, scroll – touch screen preferred Data to be
displayed
Volume flow
32 Local display Mass flow
Temperature
Mass totalizer
Density @ ambient temperature
Required for Volume & Density (external compensation) as per
Temperature
33 relevant API & ASTM tables.(to be provided from mass flowmeter or
Compensated Output
batch controller).
Page 28 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
34 Electrical Connection ½” NPT (F), double compression type
35 Power supply 230 VAC, 50 Hz (as per existing site condition)
36 Power consumption Vendor to specify
1. Frequency – 10000 Hz for flow rate to be connected to Batch
Controller,
37 Output 2. 4-20 mA
3. RS 485 Modbus for data transfer of measure variables to clients
TAS. In any case data to be interfaced to batch controller unit.
Custody transfer
38 Yes (PTB/NMI) – OIML R117
approval
39 W&M Lock Provision for lock of transmitter
The frequency output of the flow meter shall be taken to batch
controller.
40 Connectivity Maximum of 4 mass flow meters shall be multi-dropped over RS485
Modbus and taken to the control room for display of density,
temperature and flow rate
41 Ingress Protection Ingress Protection Class as per IP65 as per IEC / EN60529
42 Area classification Zone 1, Group II A& B T3
43 Housing Protection Weather proof to IP65 & Explosion proof
44 Approval CCOE / PESO & CMRI
Apart from site calibration, all the MFMs shall be calibrated at
facilities approved by reputed national / international authorities like
45 Calibration
PTB/ NMI/ NABL accredited. The calibration rig accuracy shall be
better than the accuracy of the Mass Flow-meters
Note:
Mass Flow metering system shall comply with OIML R 117 for custody transfer application &
approvals from NMI/PTB are necessary. Meter shall have type approvals of Weights &
Measures/ Legal Metrology. Stamping-sealing from local W&M authority shall be carried out by
the Vendor for volumetric flow
All Mass Flow Meters shall be calibrated for density along with flow calibration to verify
accuracy of the meter
In case the Mass Flow Meter requires recalibration at factory due to any reason during the
Warranty or CAMC period, the same shall be carried out by the Vendor. In the interim period,
spare MFM to be installed at the site which shall meet all above criteria
The Mass flow meter shall have high vibration immunity. Any modification required to
overcome pipeline vibrations shall be included. The meter output shall not be affected by the
pipeline vibration where the meter is installed.
Reset counter and cumulative totalizer The Flow Transmitter/Display Unit shall be equipped
with 8 Digits Cumulative Totalizer & 5 Digit Reset Counter with programmable decimal point
with password protection facility.
The Flow Transmitter/Display unit shall be capable of generating active pulse output of 10000
Hz output which shall be configured to indicate the volume transferred. The signal shall be
Page 29 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
linearly proportional to the volume flow rate which shall be read by the batch controller.
Number of pulses generated for a unit mass transferred, shall be user configurable.
The flow transmitter / display unit shall have RS 485 output over Modbus RTU for remote
indication of density. Density at ambient temperature shall be transmitted to the control room
for every batch.
Communication functionality the mass flow meter shall be configurable, calibrated remotely
using MODBUS output/ HART calibrator. All the measured readings shall be transmitted over
Modbus output.
Surge Protection: The Mass flow Meter Hardware shall be protected against surges, transients
induced either by switching of heavy electrical loads or lightning. Compatible surge protectors
recommended by OEM for signal and power supply, with necessary mounting accessories
shall be included in the offer. The surge protector shall be designed and tested as per the
requirements of BS EN 62305 or IEEEC62.41
All mass flow meters (specified in offer) have to be calibrated at FCRI before dispatch to site.
The offered accuracy level of the meters needs to be verified and calibration certificate to be
issued by FCRI.
All flow meter to be stamped by the local legal metrology and certificate to be submitted to
HPCL.
Vendor to ensure proper damping of vibration to the flowmeter.
Calibration of Mass flowmeter.
All flowmeters are to be calibrated every year.
Supplier/Vendor to co-ordinate with legal metrology.
Calibration charges (Govt. fees) will be paid by HPCL.
Repairing, Maintenance and stamping through legal metrology in the scope of
vendor.
Page 30 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
Main Valve Cylinder 17 PH Stainless Steel
Main Valve Piston SS 304
Seat Ring SS 304
Other Internal Parts SS 304 / SS 316
Elastomer Viton
21 Make -
21 Model No -
22 Painting Manufacturers Standard
23 Dimensions Manufacturers Standard
24 Type of Valve 2/2 way Direct acting solenoid valve
25 Quantity 2 Nos. (1 NO+ 1NC)
26 Body Material SS 304 / SS 316
27 Power Supply 230 VAC / 50Hz
28 Elastomer Material BUNA-N
Solenoids & Control Accessories
32 Enclosure Class Explosion proof to zone 1&2 Gr. IIA IIB, T3 & Weather proof to IP 65
33 Insulation Class F
34 Make - -
35 Model Number - -
36 Min. Operating Pressure 0 Bar
37 Max. Operating Pressure 10 Bar
38 Air Filter Regulator Required
39 Inlet / Outlet connection 1/4" NPTF
43 Tubes & Fittings 3/8" SS 316
Open/ Closing Speed
44 3/8" Needle Valve (SS 316) arrangement shall be provided
Condition
Page 31 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
Service To measure loading temperature of base oil product
Enclosure Explosion proof, Class I, Division I, Zone 1, Gr II A, IIB and weather proof to IP 65
Process connection Flange connection
Output 4 to 20 mA signal,
Insulation Mineral Insulated
Accuracy Accuracy As per DIN 43760
Sheath Made of SS 316 having 5 mm diameter
Lead wires Copper
Page 32 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
Temperature compensation as per API/ASTM tables. Self-diagnostic.
Shut off while any breakage.
B. PNEUMATIC ACTUATOR
1 Make TYCO / METSO / FLOWSERVE
Air fail Safe, Pneumatic, Single Acting, Spring return type with Double Rack &
2 Type
Pinion
3 MOC Body Hard Anodized Extruded Aluminum
4 Piston & Rack Die cast Aluminum
5 Pinion Nickel plated
6 Tubing SS 316, with 1mm wall thickness
7 Fittings SS 316
8 "O" Ring Nitrile Rubber
9 Spring Spring steel electrostatic resin coated
10 Failure position Closed
11 Air supply pressure 4.0 to 7.0 kg/cm2
Min. Air Supply Pressure for
12 4.0 kg/cm2
satisfactory Operation
13 Air supply connection size ¼” NPTF
To be provided for proper visibility. The indicator housing breakage should not
14 Valve position indicator
render the enclosure non-FLP
Page 33 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
Safe spring removal system to
15 Required.
avoid dangerous disassembly
Stroke adjustment both in open
16 Required with adjustable stops in both directions.
and closed position
Maximum Valve closing time
17 3 to 5 Seconds or better
(From full open to full close
18 Accessories with actuator Quick release valve, Fusible link (for temperature 79oC cut – off), Manual
C. ACCESSORIES
1 Mounting bracket Sturdy - Non sparking material
De-clutch able, Gear Operated with hand wheel. The valve should be fully
2 Manual override operable with the above arrangement in event of non-availability of required
air pressure. The entire assembly should be enclosed for dust / rain protection.
3 Air filter regulator with gauge
Make Shavo Norgren / Placka/Festo
Range 0-10 kg/cm2
Size Vendor to specify
Drain facility Manual drain
Filter material Sintered bronze
Mounting On the actuator bracket
4 FLP Solenoid Valves 3 way
Make Asco / Herion
MOC SS316
Coil Voltage 24 V DC
Cable Entry ½” NPT (F) - suitable for double compression gland
Hazardous to Zone I, Gr. II A & IIB. Explosion proof suiting for the above area
Area Classification
(CCOE approved & CRMS Certified) weather proof protection - IP 65 or better.
Air connection entry Vendor to specify
5 FLP Limit Switches
Make Hytork / Honeywell / Mecair
Type of Contact Microswitch
Contact Rating 2 A, 24 V DC
Qty. 2 nos.
Cable Entry ½” NTP (F)
D. GENERAL
ROVs shall be supplied in
1 completely factory assembled Required
and tubed condition.
Vendor shall submit, technical
literature features, dimensions,
2 Required
standards adopted & other
details alongwith offer.
Vendor should submit the
foundry / material certificate
3 Required
with detailed physical &
chemical analysis.
Actuator shall be selected at full
differential pressure and with 50
4 % factor of safety. Actuator Required
selection / torque calculation to
be furnished alongwith the offer
Page 34 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
SCHEDULE OF QUANTITIES ANNEXURE-V
Sr.
Description 1 Items Description Qty UOM
no.
Mass Flow Metering
BT‐1IN, BT‐2IN, BT02/BT47, Coriolis Mass Flow meter + Strainer Cum Air
BT‐03, BT-04, BT-05, BT-06, Eliminator + External RTD with thermowell +
1 19 SET
BT-07, BT‐09, BT‐10, BT-11, Pneumatic On-Off Valve + accessories (cable,
BT‐12, BT-28, BT‐35, BT‐36, cable tray, JB etc)+FCRI & TPIA Inspection
BT‐37, BT‐45, BT‐46, BT‐50
Coriolis Mass Flow meter + Strainer Cum Air
Mass Flow Metering
Eliminator + External RTD with thermowell +
2 PB-1, PB-2, PB-3, 5 SET
Pneumatic On-Off Valve + accessories (cable,
PB-4, PB-5
cable tray, JB etc) +FCRI & TPIA Inspection
Mass Flow Metering GANTRY Coriolis Mass Flow meter + Strainer Cum Air
1, GANTRY 2, GANTRY 3, Eliminator + External RTD with thermowell +
3 6 SET
GANTRY 4, GANTRY 5, Digital Control Valve + Batch Controller +FCRI
GANTRY 6 & TPIA Inspection
Coriolis Mass Flow meter + Strainer Cum Air
Mass Flow Metering PROCESS Eliminator + External RTD with thermowell +
4 2 SET
1, PROCESS 2, Digital Control Valve + Batch Controller +FCRI
& TPIA Inspection
Coriolis Mass Flow meter + Strainer Cum Air
Eliminator + External RTD with thermowell +
Isolation valves on Inlet & Outlet + Flow Prover
5 Master Flow Meter 1 SET
Computer (with report generation facility),
accessories (cable, cable tray, JB etc) +FCRI &
TPIA Inspection
Installation & Commissioning, piping
modification, support to the PLC Vendor for
INST/TEST/TRIAL/
6 integration of the flow metering system with PLC 33 EACH
COMMISSIONING
of all the above line items (sr no 1 to sr no. 5)
+TPIA Inspection
NOTE:
1. Details of the items under this schedule shall be read in conjunction with the corresponding Data sheets,
drawing and other tender contents. Tenderer should quote their rates for all the items in e-tender priced bid only.
Page 35 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
ANNEXURE - VI
STANDARD TERMS & CONDITIONS FOR TAXES AND DUTIES
1) Tenderer should quote their rates in the online price bid only. Offers with rates quoted in Un-price
bid, Covering letter or any other place will be rejected.
3) Excise Duty, VAT/ CST, Service tax or any other levies must be quoted separately in online tax
sheet in %. Offers with the Duties/Taxes/levies quoted at any other place of the tender document
are liable for rejection.
4) It is the responsibility of the bidder to ascertain and quote the exact rates applicable towards
various Duties/Taxes/Levies (including charges towards Octroi, entry tax etc. if any applicable)
prevailing at the time of submission of bids. However, if in the opinion of HPCL, the rates quoted
are not correct, HPCL reserve the right to query the bidder at the un-priced bid stage and adopt
the correct rates as per the prevailing Laws.
5) Duties/taxes/levies that are applicable as per prevailing laws, only will be considered for evaluation
of tender after applying Modvat Credit & VAT setoff. No additional payments will be made for
whatsoever reasons, other than Duties/Tax/Levies considered for evaluation of tender.
6) Duties, Taxes/ levies should not be quoted in lump sum or specified as “Extra”, “Extra at actuals”,
“At Actual”, “by HPCL” etc.
7) Any revisions in the rates of existing Duties/Taxes/levies and/or introduction of any new
Duties/taxes/levies by government authorities, the same will be reimbursed to the tenderer on
submission of relevant notification provided the same is payable by HPCL.
8) Octroi: Octroi Duty, as applicable, shall be quoted by the parties in % age, without which Octroi
Duty will not be reimbursed to the successful party. This is required for evaluation purpose to
arrive at the Net Delivered Rate. Octroi Duty will be reimbursed at actual (subject to a maximum of
quoted rates) by HPCL against proof and the same should not be included in the Basic Cost.
Octroi must be quoted separately.
9) Various charges quoted above will be evaluated as mentioned in the table below (FOR Destination
basis). Basic unit rate is to be quoted in INR.
DESCRIPTION APPLICATION
Basic Price Not Applicable
Excise Duty (ED) On (Basic Price)
Freight On (Basic Price)
Page 36 of 37
HINDUSTAN PETROLEUM CORP. LTD. Tender no: 16000117-HD-14001
VAT On (Basic Price + ED + Freight)
CST On (Basic Price + ED)
Third Party Inspection (TPI) On (Basic Price)
Octroi (wherever applicable)* On (Basic Price + ED + VAT/CST + Freight + TI)
Service Tax Installation & Commissioning jobs / AMC Charges
Excise Set-Off -100% of Excise Duty
VAT Set-Off -100% of VAT
Service Tax Set-Off -100% of Service Tax
If the Taxes are quoted by the Bidders in the Online Tax Sheet is Scheduled-wise / Header-wise,
provision is available for quoting taxes & Duties in (%) terms only. However, if the Bidder quotes
Taxes and Levies item-wise, there is an option of Putting both Lump Sum and (%) age.
*If the Octroi will be revised, HPCL will reimburse the revised octroi on submission of Octroi Receipt &
documentary proof subsequent to bid submission. Also the vendor has to submit documentary proof
of applicable octroi along with the unpriced bid.
ALL THE PROSPECTIVE BIDDERS PLEASE NOTE THAT IF THE ONLINE PRICED BID IN OUR
E-PROC SITE IS NOT QUOTED AS PER POINT NO. 9 OF “STANDARD TERMS AND CONDITION
FOR TAXES AND LEVIES”, YOUR BID SHALL BE LIABLE FOR TECHNO-COMMERCIALLY
REJECTION.
10) Corporation will issue C-Form on all inter-state sales of materials by supplier to Corporation to
enable supplier to avail concessional rate of Sales Tax on such sales. Supplier to submit the
request letter in prescribed format after successful online validation within one month time from
supply along with invoice copy.
11) 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.
Page 37 of 37
Tender No. : 16000117-HD-14001 - Corrigendum No. : 1 Corrigendum Published On : 02-Dec-2016 21:41
TENDER DOCUMENT 2
Sl.No. Description HPCL File HPCL Value Supporting
Doc. Req'd
1 TENDERER DETAILS CREDENTIAL BID1.pdf No
2 DECLARATIONS DECLARATIONS 1.pdf No
3 HEALTH SAFETY AND ENVIRONMENT (HSE) HSE.pdf No
4 GENERAL TERMS AND CONDITION (GTC) CTC - SUPPLY.pdf No
5 INTEGRITY PACT INTEGRITY PACT-AMF.pdf No
6 E-PAYMENT FACILITIES IN E-TENDERING 1. EPayment Facility in No
ETendering.pdf
7 FAQ E-PAYMENT 2. FAQ Epayment.pdf No
HINDUSTAN PETROLEUM CORP. LTD. CREDENTIAL BID
STATEMENT OF CREDENTIALS
Tender No: __________________
Tenderers should fill their technical offer by way of providing all information as follows:
Sr no Details Details/ Page Number of submitted
tender
1. Name of the firm
2. Category (SC/ST/GEN)
3. Nature of the firm (State whether Limited Co-
partnership, Coop Society or Sole Proprietor.
Photocopies of documents confirming
constitution of the firm to be enclosed).
4. Year of Establishment
5. Registration Number, if any
6. Registered Postal Address
SIGNATURE _____________________
NAME ______________________
(The following should be typed on the letter head of the tenderer and should duly
signed with rubber stamp)
I/We hereby offer the firm rates in the Rate Schedule attached.
The Earnest Money Deposit (EMD) of Rs. ___________ has been paid by me / us vide
Demand Draft No. ___________________ dated _____________ / Bank Guarantee No
____________ dated_______________. It is agreed that the said amount so deposited is
refundable to us after finalization of tender in favour of any party and subject to our fulfilling
the terms and conditions of this tender.
I/We hereby agree to abide and fulfil the terms and conditions set out in the general and
special conditions of the contract and the Agreement papers as attached, which shall be
deemed to form a part of this tender. I / We return herewith the same duly attested on each
page in token of my / our acceptance thereof.
I/We hereby declare that this tender and your acceptance to be communicated by you to me /
us by a letter shall constitute a valid and binding contract between us till such time the final
Agreement is signed by us.
I/We have noted that HINDUSTAN PETROLEUM CORPORATION LTD. has reserved the
right to accept / reject any tender which may / may not fulfil any of the conditions contained
above and enclosed Agreement Form , without assigning any reason whatsoever.
Yours faithfully,
WITNESS:
SIGNATURE______________ SIGNATURE_____________________
DATE: ___________________ DATE: _________________________
(The following should be typed on the letter head of the tenderer and should duly
signed with rubber stamp)
We also confirm that we have sufficient capacity to produce and supply the quantity offered
by us as stipulated in the UNPRICED Bid both on total quantity basis and monthly quantity
basis indicated. The quantity indicated by us in the UNPRICED Bid is independent of our
existing business and other business for which we have offered.
(The following should be typed on the letter head of the tenderer and should duly
signed with rubber stamp)
(The following should be typed on the letter head of the tenderer and should duly
signed with rubber stamp)
_________________________
Stamp & Signature of the bidder
Note: If a bidder has been banned by any Government or Quasi Government Agencies or
PSUs, this fact must be clearly stated with details. If this declaration is not given along with
the UNPRICED Bid, the tender will be rejected as non-responsive.
------------------------------------------------------------------------------------------------------------------------
(The following should be typed on the letter head of the tenderer and should duly
signed with rubber stamp)
The Tenderer is required to state whether he/ she is a relative of any Director of the HPC or
the tenderer is a firm in which Director of HPC or his relative is a partner or is any other
partner of such a firm or alternatively the Tenderer is a private company in which Director of
HPC is member or Director, (the list of relative(s) for this purpose is given below)
N.B: Strike off whichever is not applicable. If the tenderer employs any person subsequent to
signing the above declaration and the employee so appointed happens to be relative of the
Officer of the HPC/ Central/ State Government, the tenderer should submit another
declaration furnishing the names of such employees who is/are related to the Officer/s of the
HPC/ Central/ State Government.
Date: Signature___________________
LIST OF RELATIVES
We hereby declare that the entire information furnished/ given to you in our bid and
attachments are true to the best of our knowledge and belief and nothing therein is false.
We further undertake, that if it is found during the tender stage (before accepting our bid/
placement of Purchase Order by HPCL) that any information or document furnished/
submitted by us is false or incorrect, then we agree that HPCL shall be free to reject our
tender/ bid. If the same is found to be false or incorrect during any stage after accepting of
our bid/ placement of Purchase Order, then HPCL shall have the right to summarily cancel
our tender and procure the balance quantity from any alternate source. HPCL shall have the
right to recover the differential amount between the rates of our contract and the rates at
which HPCL is compelled to procure from the alternate source, if the latter rate is higher. To
this effect, the recovery can be made by HPCL by encashing any bank guarantee that we
may have submitted or from any pending bills under this contract or any other contract with
HPCL.
Date: ______________
2.0 REFERENCES
This document should be read in conjunction with following:
- General Conditions of Contract (GCC)
- Special Conditions of Contract (SCC)
- Job Specifications
- Relevant IS Codes (refer Annexure – D)
3.1.1 The Contractor should have a documented HSE policy to cover commitment of
their organization to ensure health, safety and environment aspects in their line of
operations.
3.1.2 The HSE management system of the Contractor shall cover the HSE
requirements including but not limited to what is specified under Para 1.0 and
para 2.0 above.
3.1.3 Contractor shall be fully responsible for planning and implementing HSE
requirements. Contractor as a minimum requirement shall designate / deploy the
following to co-ordinate the above:
No. of workers deployed
Up to 250 Designate one safety supervisor
Above 250 &upto 500 Deploy one qualified and Experienced safety
Engineer / officer
Above 500 (for every 500 or less) One additional safety engineer/officer as above
Contractor shall indemnify & hold harmless HPCL & either representatives free
from any and all liabilities arising out of non – fulfilment of HSE requirements.
3.1.4 The Contractor shall ensure that the Health, Safety and Environment (HSE)
requirements are clearly understood & faithfully implemented at all levels at site.
3.1.5 The Contractor shall promote and develop consciousness for Health, Safety and
Environment among all personnel working for the Contractor. Regular awareness,
programs and fabrication shop / work site meetings shall be arranged on HSE
activities to cover hazards involved in various operations during construction.
3.1.7 The Contractor shall evolve a comprehensive planned and documented system
for implementation and monitoring of the HSE requirements. This shall be
submitted to HPCL for approval. The monitoring for implementation shall be done
by regular inspections and compliance to the observations thereof. The
Contractor shall get similar HSE requirements implemented at his sub-
contractor(s) work site/office. However, compliance of HSE requirements shall be
the sole responsibility of the Contractor. Any review / approval by HPCL shall
not absolve contractor of his responsibility / liability in relation to all HSE
requirements.
3.1.9 The Contractor shall ensure participation of his Resident Engineer / Site-in-Charge
in the Safety Committee / HSE Committees meetings arranged by HPCL. The
compliance of any observations shall be arranged urgently. He shall assist HPCL to
achieve the targets set by them on HSE during the project implementation.
3.1.10 The Contractor shall adhere consistently to all provisions of HSE requirements.
In case of non-compliance or continuous failure in implementation of any of
HSE provisions; HPCL may impose stoppage of work without any Cost & Time
implication The decision of imposing stoppage work and its extent shall rest
with HPCL & will be binding on the Contractor.
3.1.11 All fatal accidents and other personnel accidents shall be investigated by a
team of Contractor’s senior personnel for root cause & recommend corrective
and preventive actions. Findings shall be documented and suitable actions taken
to avoid recurrences shall be communicated to HPCL. HPCL shall have the
liberty to independently investigate such occurrences and Contractor shall extend
all necessary help and co-operation in this regard.
3.2.1 Contractor shall ensure that a high degree of housekeeping is maintained and
shall ensure inter-alia the followings:
(a) All surplus earth and debris are removed/disposed off from the working areas to
identified location(s).
(b) Unused/Surplus Cables, Steel items and steel scrap lying scattered at different
places within the working areas are removed to identified location(s).
(c) All wooden scrap, empty wooden cable drums and other combustible packing
materials, shall be removed from work place to identified location(s).
3.3.1 The Contractor shall provide safe means of access to any working place
including provisions of suitable and sufficient scaffolding at various stages during all
operations of the work for the safety of his workmen, and, HPCL. Contractor shall
ensure deployment of appropriate equipment and appliances for adequate safety and
health of the workmen and protection of surrounding areas.
3.3.2 The Contractor shall ensure that all their staff and workers including their sub-
contractor(s) shall wear Safety Helmet and Safety shoes. Contractor shall also ensure
use of safety belt, protective goggles, gloves etc. by the personnel as per job
requirements. All these gadgets shall conform to relevant IS specifications or equivalent.
3.3.3 Contractor shall ensure that a proper Safety Net System shall be used at
appropriate locations. The safety net shall be located not more than 30 feet (9.0
metres) below the working surface at site to arrest or to reduce the consequences of
a possible fall of persons working at different heights.
3.3.4 Contractor shall ensure that flash back arrester shall be used while using Gas
Cylinders at site. Cylinders shall be mounted on trolleys.
3.3.5 The Contractor shall assign to his workmen, tasks commensurate with their
qualification, experience and state of health for driving of vehicles, handling and
erection of materials and equipment. All lifting equipment shall be tested certified for
its capacity before use. Adequate and suitable lighting at every work place and
approach there to, shall be provided by the Contractor before starting the actual
operations at night.
3.3.6 Hazardous and/or toxic materials such as solvent coating, or thinners shall be
stored in appropriate containers.
3.3.7 All hazardous materials shall be labelled with the name of the materials, the
hazards associated with its use and necessary precautions to be taken.
3.3.8 Contractor shall ensure that during the performance of the work, all hazards to
be health of personnel, have been identified, assessed and eliminated.
3.3.10 All personnel exposed to physical agents such as ionizing radiation, ultraviolet
rays or similar other physical agents shall be provided with adequate shielding or
protection commensurate with the type of exposure involved.
3.3.11 Where contact or exposure of hazardous materials could exceed limits or could
otherwise have harmful effects, appropriate personal protective equipment such as
gloves, goggles, aprons, chemical resistant clothing and respirator shall be used.
3.3.13 Suitable facilities for toilet, drinking water, proper lighting shall be provided at
site and labour camps, commensurate with applicable Laws / Legislation.
3.3.14 Contractor shall ensure storage and utilization methodology of materials that are
not detrimental to the environment. Where required Contractor shall ensure that only
the environment friendly materials are selected.
3.3.15 All persons deployed at site shall be knowledgeable of and comply with the
environmental laws, rules & regulations relating to the hazardous materials substances
and wastes. Contractor shall not dump, release or otherwise discharge or dispose off
any such materials without the express authorization of HPCL.
4.1 On Award of Contract: The Contractor shall prior to start of work submit his
Health, Safety and Environment Manual or procedure and HSE Plans for
approval by HPCL. The Contractor shall participate in the pre-start meeting with
HPCL to finalise HSE Plans including the following :
- Job procedure to be followed by Contractor for activities covering.
Handling of equipment, Scaffolding, Electric Installation, describing
the risks involved, actions to be taken and methodology for
monitoring each activity.
- HPCL review / audit requirement.
- Organization structure along with responsibility and authority records /
reports etc. on HSE activities.
ANNEXURE - D
ANNEXURE 7b
1. PRELIMINARY
1.1 This is a Contract for execution of job as defined in tender document at the specified
location
1.2 The tenderer for the abovementioned supply is the company/ proprietary concern/
individual (as per details & address mentioned in the unpriced bid) and undersigned
(digitally) is authorized to submit the bid on behalf of tenderer.
1.3 The terms and conditions mentioned hereunder are the terms and conditions of
the Contract for the execution of the job mentioned under item 1.1 above.
1.5 Interpretation of Contract Documents: All documents forming part of the Contract
are to be taken mutually explanatory. Should there be any discrepancy,
inconsistency, error or omission in the contract, the decision of the Owner/Engineer-
in-Charge/Site-in-Charge shall be the final and the contractor
shall abide by the decision. The decision shall not be arbitrable. Items shown
upon the drawings but not mentioned in the specification or described in the
specifications without being shown on the drawings shall nevertheless be deemed
to be included in the same manner as if they are shown in the drawings and
described in the specifications.
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.
273 Page
Procurement Manual HPCL, Mumbai
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
2. DEFINITIONS
a. The following expressions used in the Purchase Order shall have meaning as indicated
against each of these:
c. “Goods / Materials”: Goods and/or Materials shall mean any of the articles, materials,
machinery, equipments, supplies, drawings, data and other property and all services
including but not limited to design, delivery, installation, inspection, testing and
commissioning specified to complete the order.
d. “Vendor / Seller / Supplier”: Vendor / Seller / Supplier shall mean the person, firm or
corporation to whom this Purchase Order is issued.
e. “Contractual Delivery Date”: Contractual Delivery date is the date on which goods shall
be delivered F.O.R/F.O.T. Despatching Point/ Destination in accordance with the terms
of the Purchase Order. This contractual delivery date / period is inclusive of all the lead
time for engineering, procurement of raw materials, manufacturing, inspection, testing,
packing and any other activity whatsoever required to be accomplished for affecting the
delivery at the agreed delivery point.
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.
h. ‘Total Order Value’ shall be considered for the purpose of calculation of:
1. Price reduction on account of delay
2. Performance bank Guarantee Amount
3. Payment of advance, if any to be made.
i. Note: - The total order for levy of Price Reduction on account of delay shall include all
types of escalation (including on account of Foreign Exchange Variation) agreed to in
terms of Purchase Order.
4. CONFIRMATION OF ORDER
274 Page
HPCL, Mumbai Procurement Manual
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
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.
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.
275 Page
Procurement Manual HPCL, Mumbai
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
b. Vendor’s shipping documents and invoices must contain the following data:
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.
276 Page
HPCL, Mumbai Procurement Manual
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
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:
1. Mandatory Spares.
2. Commissioning Spares.
277 Page
Procurement Manual HPCL, Mumbai
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
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.
Transit Risk insurance shall be covered by the Corporation. The Vendor shall advise the
despatch particulars to Corporation immediately after shipment.
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.
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.
278 Page
HPCL, Mumbai Procurement Manual
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
b. If Contractor is prevented or delayed from the performing any of its obligations under this
Agreement by Force Majeure, then Contractor shall notify Owner the circumstances
constituting the Force Majeure and the obligations performance of which is thereby
delayed or prevented, within seven days of the occurrence of the events.
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.
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.
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
279 Page
Procurement Manual HPCL, Mumbai
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
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. Exclusive of Central / State sales Tax, Excise Duty and / or such taxes & duties, which
are leviable by law on sale of finished goods to Corporation and/or entry tax ,if any,
leviable at destination state. The nature and extent of such levies shall be shown
separately.
a. Excise Duty, Central Sales Tax, VAT, Service Tax 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
applicable in Excise Duty, Central Sales Tax, VAT, Service Tax, Octroi indicated with
reference to limits mentioned in the offer / bid or new taxes / duties / levies imposed by
the Indian Government through Gazette notification after the date of submission of last
Price bid but prior to Contractual Delivery Date, the Corporation shall reimburse the
increase in taxes & duties on satisfactory supporting documents.
b. Corporation will issue C-Form on all inter-state sales of materials by supplier to
Corporation to enable supplier to avail concessional rate of Sales Tax on such sales.
c. 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.
d. Supplier shall indicate the Cenvatable Service Tax applicable on the services provided
by them if any and the same shall be governed by GCC.
a. The prices mentioned in offer are subject to Customs Duty (CD) variation. In case of any
increase in rates of Customs Duty, Countervailing Duty, Special Additional Duty by the
Indian Government through Gazette 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 & 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.
280 Page
HPCL, Mumbai Procurement Manual
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
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.
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. 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.
281 Page
Procurement Manual HPCL, Mumbai
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
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 Scheduled / Nationalised Banks
other than cooperative banks in India and as per HPCL’s proforma.
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.
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.
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.
282 Page
HPCL, Mumbai Procurement Manual
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
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.
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.
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.
283 Page
Procurement Manual HPCL, Mumbai
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
The Purchase Order shall not be assigned to any other agency by the Vendor without
obtaining prior written consent of Corporation.
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.
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.
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.
284 Page
HPCL, Mumbai Procurement Manual
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
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.
41. ARBITRATION
a. All disputes and differences of whatsoever nature, whether existing or which shall at any
time arise between the parties hereto touching or concerning the agreement, meaning,
operation or effect thereof or to the rights and liabilities of the parties or arising out of or
in relation thereto whether during or after completion of the contract or whether before
after determination, foreclosure, termination or breach of the agreement (other than those
285 Page
Procurement Manual HPCL, Mumbai
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
in respect of which the decision of any person is, by the contract, expressed to be final
and binding) shall, after written notice by either party to the agreement to the other of
them and to the Appointing Authority hereinafter mentioned, be referred for adjudication
to the Sole Arbitrator to be appointed as hereinafter provided.
b. The appointing authority shall either himself act as the Sole Arbitrator or nominate some
officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as
Corporation or HPCL) or a retired officer of any other Government Company in the Oil
Sector of the rank of Ch. Manager & above or any retired officer of the Central
Government not below the rank of a Director, to act as the Sole Arbitrator to adjudicate
the disputes and differences between the parties. The contractor/vendor shall not be
entitled to raise any objection to the appointment of such person as the Sole Arbitrator
on the ground that the said person is/was an officer and/or shareholder of the
Corporation, another Govt. Company or the Central Government or that he/she has to
deal or had dealt with the matter to which the contract relates or that in the course of
his/her duties, he/she has/had expressed views on all or any of the matters in dispute or
difference.
c. In the event of the Arbitrator to whom the matter is referred to, does not accept the
appointment, or is unable or unwilling to act or resigns or vacates his office for any
reasons whatsoever, the Appointing Authority aforesaid, shall nominate another person
as aforesaid, to act as the Sole Arbitrator.
d. Such another person nominated as the Sole Arbitrator shall be entitled to proceed with
the arbitration from the stage at which it was left by his predecessor. It is expressly agreed
between the parties that no person other than the Appointing Authority or a person
nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator. The failure
on the part of the Appointing Authority to make an appointment on time shall only give
rise to a right to a Contractor to get such an appointment made and not to have any other
person appointed as the Sole Arbitrator.
e. The Award of the Sole Arbitrator shall be final and binding on the parties to the
Agreement.
f. The work under the Contract shall, however, continue during the Arbitration proceedings
and no payment due or payable to the concerned party shall be withheld (except to the
extent disputed) on account of initiation, commencement or pendency of such
proceedings.
g. The Arbitrator may give a composite or separate Award(s) in respect of each dispute or
difference referred to him and may also make interim award(s) if necessary.
h. The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by
the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The
lumpsum fees of the Arbitrator shall be ` 40,000/- per case for transportation contracts
and ` 60,000/- for engineering contracts and if the sole Arbitrator completes the arbitration
including his award within 5 months of accepting his appointment, he shall be paid `
10,000/- additionally as bonus. Reasonable actual expenses for stenographer, etc. will
be reimbursed. Fees shall be paid stage wise i.e. 25% on acceptance, 25% on completion
of pleadings/documentation, 25% on completion of arguments and balance on receipt of
award by the parties.
i. Subject to the aforesaid, the provisions of the # Arbitration and Conciliation Act, 1996
or any statutory modification or re-enactment thereof and the rules made thereunder,
shall apply to the Arbitration proceedings under this Clause.
286 Page
HPCL, Mumbai Procurement Manual
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
j. 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
____________ for all purposes. The Arbitration shall be held at Visakhapatnam and
conducted in English language.
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:
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.
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.
a. 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:
287 Page
Procurement Manual HPCL, Mumbai
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
b. The quoted prices against various items shall remain valid in case of splitting of quantities
of the items as above.
c. 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, 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 (PPP), 2012.
Offer shall be valid for 3 months from the due date / extended due date of the tender enquiry.
All tenders shall comply with the requirements of the Integrity Pact (IP) if the value of such
tenders is `1 crore & above. Failure to sign the Integrity Pact shall lead to outright rejection
of bid.
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
288 Page
HPCL, Mumbai Procurement Manual
SECTION IV - ANNEXURES ANNEXURE 7b: GENERAL TERMS &
CONDITIONS FOR SUPPLY
_____________________________________________________________________________
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/
289 Page
Procurement Manual HPCL, Mumbai
E-payment facility in E-tendering portal
Background
HPCL is pleased to enable the electronic mode (Net banking from selected banks) for payment
of Tender Fee and EMD (Earnest money deposit) during bid submission process. We are
positive this will make the online bidding process more convenient and user friendly, besides
reducing time and effort in the whole process. Going forward, the EMD will be refunded to
unsuccessful vendors through the same portal to make it completely hassle free.
Requirement for payment of EMD and Tender fees is Tender specific. In case EMD or
Tender fee is defined in the tender, it will be mandatory on part of vendor to make
payment for EMD or Tender fee or both through online or offline mode. In case the
online mode is chosen for payment of EMD or tender fee, the payment has be
effected prior to submission of bid in the portal. Currently, in case Tender fee is
defined, payment for same can be made only through online mode (exception being
for exempted category). Now with online payment facility Payment of EMD can be
made either in online mode (E-payment) or Offline mode (BG or DD).
Tender Fee:
The “Tender Fee Payment” page in E-proc application will appear as below
The tender Fee payment can be done through Offline mode or On-line mode. The procedure
for same is as below.
1. Tender Fee >> Offline mode:
This mode is used only in case the Tender Fee is exempted. (For eg: NSIC registered party)
Click on “Exempted” radio-button as shown in the above screen shot.
Give Remarks and Browse the exemption pdf file.
Click on “Save Details” button.
Note:
Please upload only Digitally signed- PDF file of Tender Fee Exemption certificate.
Once the details are saved, “Online Fee” mode will be automatically disabled.
Amount for Tender fee as specified by HPCL will be defaulted in the “Tender Fee” field.
The Tender fee defined by HPCL cannot be modified by vendor prior to online payment.
On clicking “Make Payment” button, System will direct the page to e-payment
gateway.
The applicable taxes shall be displayed over and above the tender fee defined in the
tender.
Make the payment through Net banking facility available for selected banks.
Note:
Once the payment is done through online mode, the offline mode i.e “Exempted” will be
disabled.
Tender fee shall be defined only in INR and system will allow for payment only in INR.
On successful payment the details will appear on screen as shown below
EMD (EARNEST MONEY DEPOSIT)
The “EMD Details” page in E-proc application will appear as below
Please make a note of the points (red highlighted) mentioned on portal as shown before
proceeding for EMD payment.
The EMD payment can be done through Offline mode or On-line mode. The procedure is as
below
1. EMD>> Offline Mode
a. EMD exemption
In case the EMD payment is exempted (For eg: NSIC registered vendor)
Click on “EMD Exempted” radio-button as shown in the above screen shot.
Give Remarks and Browse the exemption pdf file.
Click on “Save Details” button.
Note:
Please upload only Digitally signed- PDF file of EMD Exemption certificate (scanned copy).
Once the details are saved, “Online EMD Payment” mode will be automatically disabled.
Note: The original instrument for BG/DD should be should be physically deposited before
tender due date and time, in the Tender Fee/EMD Dropbox box at the address mentioned in
tender document. In absence of same the offer of bidder shall be rejected.
The status of payment through gateway shall be one of the three values given below:
1. Initiated – Once the vendor has landed on the e-payment gateway or in his own net
banking page and no confirmation has come back to HPCL portal from E-payment
gateway of SBI. Normally this status shall not be displayed beyond 15 minutes of
initiating E-payment from the portal.
2. Success - Once the vendor has landed on the e-payment gateway or in his own net
banking page and positive confirmation has come back to HPCL portal from E-payment
gateway of SBI.
3. Fail - Once the vendor has landed on the e-payment gateway or in his own net banking
and negative confirmation has come back to HPCL portal from E-payment gateway of
SBI.
4. Non landing on E-proc page- Once the vendor has initiated payment and there is a
communication failure no message may be displayed as mentioned above.
Action based on status:
1. Initiated – In case the EMD payment is in this status, the option to make further
payment will be disabled for the 15 minute window till response is received from the
bank regarding status of payment. Thereafter status will change to one of the
following two values given below (Success or Fail). During this period vendor may
neither be able to submit bid (in case EMD is defined) nor proceed for making further
payment for EMD. In view of same, vendor is advised to pay EMD through online mode
well in advance & not to wait for the last moment for payment of EMD.
2. Success – In case EMD payment is in this status, the bid submission page will be
enabled and vendor shall be allowed to submit bids. The onus for making EMD
payment of correct amount shall be on the vendor.
3. Fail – In case EMD payment is in this status, the bid submission page will continue to
be disabled and vendor shall not be allowed to submit bids. The following scenarios
may result in this case:
a. Connection gets broken either while connecting to e-payment gateway or
while connecting to net banking page – In both case, vendor gets option to
initiate payment again through the online payment gateway. Alternately,
offline mode shall be adopted by vendor.
b. Connection is proper till amount is debited from vendors account but same
is not updated by bank to HPCL portal (due to disconnection etc)/ the flag
updated as “Fail” in E-proc EMD page - In such cases the vendor can rest
assured that the money debited from vendors account will be credited back to
the vendors account within the next 1 to 5 days. Vendor will be required to
initiate fresh payment for EMD (which should be successful) to enable the bid
submission page. In view of same, vendor is advised to pay EMD through
online mode well in advance & not to wait for the last moment for payment
of EMD.
Reports
Report “Online Tender FEE/EMD Payment History” under Reports tab may be checked at any
point of time once the tender due date is over for all the online payment done.
The details of online payments will appear in this screen post EMD verification by HPCL for a
particular tender.
Important note for Tender FEE/ EMD payments- Online mode
1. The tender in which Tender Fee/ EMD is specified, “Submit Bid” will be allowed only
after the payment details are entered/Exemption certificate is uploaded or online
payment is done against Tender Fee/ EMD through “Payment” tab.
2. There can be delay in receipt of success confirmation from the payment gateway
during online payment process which may disable the bidder from submitting his bid.
Thus vendors are requested to make online payment at-least one day prior to tender
due date to account for any such delays.
3. While paying EMD amount through online mode, payments may be done in the
system multiple times totaling up to the EMD amount. Such bids where full EMD
amount as specified in tender is not received by HPCL within tender due date and
time, will be liable for rejection.
4. Payment against Tender Fee is Non-refundable.
5. The online refund process for EMD shall be initiated as per tender terms for other than
lowest evaluated bidders.
6. The EMD amount would be refunded only in the bank account through which EMD
was paid by you. Therefore, the bidder bank account shall be kept active until the
refund process is complete.
7. The online payment of tender fee/ EMD may FAIL for various reasons like poor internet
connectivity, Low bandwidth, Network outage, Server outage, connectivity failure or
any other unforeseen circumstance. The vendor shall take all necessary precaution to
ensure smooth online payment and HPCL shall not be held responsible for any
consequential damage arising out of non-submission of payment in a timely manner,
e.g. submission of bids etc.
8. For online mode of EMD submission, the success message received by the bidder from
the payment gateway shall be the full and final proof of successful EMD submission
and no separate Cash Receipt shall be issued by HPCL towards the same.
9. Screen shot/print out of successful transaction number should be saved by vendor for
further reference
Frequently Asked Questions
Go to Payment >> EMD payment >> EMD Exempted >> give remarks
>> browse digitally signed scan copy of exemption certificate >> Save
the details.
11. How do I get the payment receipt for the payment I made?
“Success” message will be displayed on screen and you can keep the
print of the same for records. Alternately the payment details shall be
available in your bank statement.
12. How can I apply for Refund for EMD paid online?
You do not have to apply for refund. The refund process will be
initiated automatically. Please see FAQ#18 for the various scenarios
for refund process.
No. The EMD may be defined by HPCL in multiple currency, the system
will allow for electronic payment only in INR. Vendors (eg: Foreign
vendors) desiring of paying EMD in currency other than INR, shall
have to pay such EMD only through offline methods.
14. Can I pay partial EMD as per Tender Terms & conditions (e.g.
Schedule-wise Tenders)
Yes. EMD payment can be done through more than one account using
net-banking facility. However such bids where full EMD amount as
specified in tender is not received by HPCL within tender due date and
time, will be liable for rejection.
16. I already submitted bid. However now EMD amount has been
enhanced in corrigenda. How to pay additional amount?
Once the payment is done through On-line mode, the offline mode i.e
“EMD Exempted” and “BG/DD Details” will be disabled.
System allows for payment of remaining amount, if required through
the selected mode (Online/Offline) in EMD page.
Additional payment also can be made, in case vendor decides to quote
for additional schedule/ additional trucks/ in case the EMD is
enhanced by way of corrigenda at later stage within tender due date
and time.
17. I have to pay EMD as per Tender Terms & conditions for
Transportation Tenders. How should I proceed?
20. Which all banks are available for making online TF/EMD
payment?
In HPCL you can pay online EMD through Net-Banking facility with the
following banks
State Bank and its associates
- State Bank of India
- State Bank of Patiala
- State Bank of Mysore
- State Bank of Travancore
- State Bank of Bikaner and Jaipur
- State Bank of Hyderabad
Banks Other than SBI
- Allahabad Bank – Retail
- Andhra Bank
- Andhra Bank – Corporate
- Bank of India
- Bank of Maharashtra
- Canara Bank
- Catholic Syrian Bank
- City Union Bank
- Corporation Bank
- DCB Bank Personal
- Dena Bank
- Dhanlaxmi Bank- Retail
- Dhanlaxmi Bank- Corporate
- Federal Bank
- IDBI Bank-Corporate
- IDBI Bank-Retail
- ING Vysya Bank –now Kotak
- Indian Bank
- Indusland bank
- Jammu and Kashmir Bank
- Janata Sahakari Bank Ltd. Pune
- Karnataka Bank Ltd
- Karur Vysya Bank
- Kotak Mahindra Bank
- Lakshmi Vilas Bank
- Oriental Bank of Commerce
- Punjab and Maharashtra Co-operative Bank ltd
- Punjab & Sind Bank
- SVC - Retails
- Saraswat bank
- South Indian Bank
- Syndicate Bank
- Tamilnad Mercantile Bank
- UCO Bank
- United Bank of India
- Vijaya Bank
- Yes bank
Tender No. : 16000117-HD-14001 - Corrigendum No. : 1 Corrigendum Published On : 02-Dec-2016 21:41
DOCUMENTS TO BE UPLAODED
Sl.No. Description HPCL File HPCL Value Supporting
Doc. Req'd
1 UPLOAD SCAN COPY OF EMD (ORIGINAL BG) OR E-PAYMENT DETAILS OR Mandatory
EMD EXEMPTION CERTIFICATE
2 ALL DECLARATIONS ON LETTER HEAD OF THE BIDDER Mandatory
3 COPY OF PAN Mandatory
4 COPY OF FACTORY LICENSE OR SHOP AND ESTABLISHMENT Mandatory
CERTIFICATE (OR) FIRM REGISTRATION (OR) TRADE LICENSE (OR)
PARTNERSHIP DEED (OR) CERTIFCATE OF INCORPORATION (OR)
MEMORANDUM OF ASSOCIATION AND ARTICLE OF ASSOCIATION,
WHICHEVER APPLICABLE
5 COPY OF EXCISE REGISTRATION Mandatory
6 COPY OF LOCAL SALES TAX (CST OR VAT AND SERVICE TAX) Mandatory
REGISTRATION
7 COPY OF POLLUTION CONTROL BOARD CERTIFICATION Mandatory
8 COPY OF ISI OR BIS, ISO 9001 OR 9002 CERTIFICATION Allowed
9 ATTACH YOUR AUDITED PROFIT AND LOSS STATEMENT OR Mandatory
CERTIFICATION AND BALANCE SHEET FROM CHARTERED ACCOUNTANT
FOR THE FY 2013-14
10 ATTACH YOUR AUDITED PROFIT AND LOSS STATEMENT OR Mandatory
CERTIFICATION AND BALANCE SHEET FROM CHARTERED ACCOUNTANT
FOR THE FY 2014-15
11 ATTACH YOUR AUDITED PROFIT AND LOSS STATEMENT OR Mandatory
CERTIFICATION AND BALANCE SHEET FROM CHARTERED ACCOUNTANT
FOR THE FY 2015-16
12 UPLOAD EXPERIENCE CERTIFICATE AS PER CLAUSE NO 4 OF PQ Mandatory
CRITERIA OF TENDER
13 ANY OTHER DOCUMENTS (IF ANY) ENTER Y OR Allowed
N
Tender No. : 16000117-HD-14001 - Corrigendum No. : 1 Corrigendum Published On : 02-Dec-2016 21:41
Integrity Pact
Sl.No. Description HPCL File HPCL Value Supporting
Doc. Req'd
1 Integrity Pact integritypact.pdf No