You are on page 1of 22

HINDUSTAN PETROLEUM CORPORATION LIMITED

SOUTH ZONE CHENNAI

TENDER FOR
PROCUREMENT OF HYDROJECT TURBO PUMP AND HOSE FOR
POL LOCATIONS UNDER THE ZONE
INDEX

Sr. No. Title

1 INTRODUCTION

2 SCOPE OF WORK & SCHEDULE WISE DETAILS

3 TERMS AND CONDITIONS

4 PREBID MEETING

5 EMD DECLARATION (MANDATORY)

6 SPECIAL TERMS AND CONDITIONS

7 TECHNICAL SPECIFICATIONS

8 SCHEDULE OF QUANTITY

9 LOCATION AND CONTACT DETAILS

10 LIST OF TERMINAL WITH BOQ

11 LIST OF DEPOT WITH BOQ

12 EMD DECLARATION FORMAT

Page 2 of 22
1. INTRODUCTION

M/s Hindustan Petroleum Corporation Limited (HPCL) issues this Notice Inviting Tender (NIT) for
Design, Drawing, fabrication and supply of Hydro jet Turbo Pump and associated hoses at various
POL locations under the Zone.

2. SCOPE OF WORK:

Detailed Scope of Work & Validity covered in the tender document.

Schedule wise details

Bidders are free to quote for all schedules or any schedule as per the below details. Supply to be
made across all locations situated at different part of the State. Therefore, Bidders are advised to
quote schedule wise single rate for all the locations irrespective of the topography of the locations
under the Zone.

Schedule Description Total Quantity Unit

Schedule 1 Hydro Jet Turbo Pump with 4 “ X 2 feet 10 EA


composite suction hose
Schedule 2 63 mm 15 mtrs length Composite hose with 48 EA
camlock hose coupling
Schedule 3 63 mm 15 mtrs length Type B Fire hose with 48 EA
instantaneous hose coupling

3. LOCATION AND CONTACT DETAILS: The same have been covered in the tender document. For
any technical queries contact with the following:

P Sandeep Kumar- Asst. Manager-TAS, 9597396652


Partha De- DGM-M&I, 8156008717

4. EARNEST MONEY DEPOSIT (EMD)


Bidder to provide detailed declaration on their letterhead (details given in the tender document)

5. JOB DISTRIBUTION

Schedule wise L1 basis however, preference will be given to MSEs as per the Govt Of India
direction

Page 3 of 22
6. PURCHASE PREFERENCE:
Central Public Sector Enterprises / SSI units registered with NSIC/MSME (certified copy required)
shall be extended purchase preference as per government guidelines in force from time to time.

7.1. Purchase Preference linked with Local Content (PPLC):


a. The Policy to provide Purchase preference (linked with local content) (PP-LC) in all Public
Sector Undertakings under the Ministry of Petroleum & Natural Gas, Government of India
shall be applicable for this tender.

b. The manufacturers/ service providers having the capability of meeting/ exceeding the local
content targets shall be eligible for 10% purchase preference under the policy

c. As per the Policy, 50% of the procured quantity would be awarded to the lowest
technocommercially qualified LC manufacturer/ supplier, subject to matching with L 1, if
such bidders are available. The remaining will be awarded to L 1 (i.e. Non Local Content
(NLC) manufacturer/supplier not meeting prescribed LC criteria).

d. However, if L 1 bidder happens to be a LC manufacturer, the entire procurement value


shall be awarded to such bidder

e. In order to avail the Purchase preference under this policy, bidder shall achieve minimum
Local Content (LC) of 25%.

f. For further detail please refer annexure regarding PPLC

7. ORDER OF PRECEDENCE

HPCL GTC to form integral part of the tender.


• Notwithstanding the sub-division of the documents into separate sections and volumes, every
part of each shall be deemed to be supplementary to and complementary of every other part
and shall be read within the Contract so far as it may be practicable to do so.
• Special Terms & Conditions, if any, shall be read in conjunction with the General conditions of
Contract, specification of work, Drawings and any other documents forming part of this
Contract wherever the context so requires.
• Where any portion of the General Terms and Conditions of Contract (GTC) is repugnant to or
at variance with any provisions of the Special Conditions of Contract, then unless a different
intention appears, the provision(s) of the Special Conditions of Contract shall be deemed to
override the provision(s) of General Terms and Conditions of Contract (GTC) only to the extent
that such repugnancy or variations in the Special Conditions of Contract are not possible of
being reconciled with the provisions of GTC.

Page 4 of 22
• In case of an irreconcilable conflict between Indian and other applicable standards, General
Conditions of Contract, Special Conditions of Contract, Specifications, Drawings or Schedule of
Rates and any other portion of Bidding Document the following shall prevail to the extent of
such irreconcilable conflict in order of precedence.
i. Letter of Acceptance (LOA) / Purchase Order (PO)
ii. Schedule of Rates as enclosures to LOA / PO
iii. Special Terms & Conditions of Contract
iv. Job Specifications
v. Scope of Work
vi. Drawings
vii. Technical / Material Specifications as mentioned in the tender
viii. General Conditions of Contract
ix. Indian Standards
x. Other applicable Standards

• It will be the Contractor's responsibility to bring to the notice of Engineer-in-Charge any


irreconcilable conflict in the contract documents, before starting the work(s) or making the
supply with reference, which the conflict exists.

All other attachments / documents/drawings are forming part of the tender. If there is any
revision / modification in the tender, the same will be hosted through corrigendum.

8. TENDER EVALUATION METHODOLOGY

Evaluation of the tender will be done on schedule wise over all lowest basis (L1) for all the items
under the Schedule.
(Reverse auction shall be carried out Schedule wise)

9. PERIOD OF CONTRACT:
The applicable delivery period is 16 weeks (4 months) from the date of issue of LOA/ PO
whichever is earlier. LD as per GTC will be applicable for any delay in supply beyond the delivery
period.

10. PAYMENT TERMS

A. The payment term shall be made as per the following subject to the clauses as per general
terms and conditions.

a. 90% Payment will be made within 15 days of receipt of material along with relevant
documents TPI endorsed QAP, IRN & MTC, if applicable) & Invoice.
b. The payment will be released from Zonal CPC
c. Documents for Payment to be submitted along with the invoice:

Page 5 of 22
All documents listed below should be submitted along with the invoice duly
acknowledged by our engineer-in-charge at site for release of payment;

I. Delivery Challan / Invoices / Lorry Receipts/GR etc. shall be duly acknowledged by


our Officer-in-charge of the location. All original documents shall be submitted at
location only.
II. Third Party Inspection (TPI) release note: Original to be submitted at location
III. Manufacturer Test Certificate: Original shall be submitted at location.
IV. Manufacturer Guarantee Certificate: Original shall be submitted at location. One set
of these documents shall be sent by vendor to the consignee, along with the
material. Please note that in the absence of above documents, the material will not
be accepted at site.
V. 3 % of total PO basic value will be retained as performance warrantee 12 months
from the date of commissioning, whichever is earlier. This 3 % can be released, if
vendor submit performance Bank Guarantee (PBG) of 3 % of PO basic value within
15 days from the date of PO/LOI, whichever is earlier.

B. Balance 10 % of the cost of the items shall be released within 2 months from the date receipt
of the material at site and successful testing of the equipment. In case the testing of material
delayed for the reasons not attributable to vendor beyond 2 months from the date of door
delivery, then the 10 % balance payment towards supply will be released.
C. Quoted Prices shall be firm & fixed over the entire period of the execution of this order.

11. CPBG CLAUSE:


HPCL has the discretion to seek CPBG for 3 percent of PO value from successful bidders.

SD/BG shall be submitted to the following address:


----- (User address)
------
------
Kindly note for submitting SFMS BG against SD/CPBG please ensure following details:
(i) The issuing bank is on SFMS platform
(ii) SFMS Message type used is 760 COV and SMFS Delivery report/Message Copy is sent
along with original BG
(iii) SFMS Message from issuing Bank is sent to following:
a. Beneficiary’s bank Name: ICICI Bank
b. ISFC Code: ICIC0000393.
(iv) Field no 7037 of SFMS Message is updated with HPCL CPO UIC
as HPCL508902133SO
Vendors are required to attach a copy of SFMS Delivery

12. PENALTY
In case any delayed delivery, Price reduction clause will be applicable as per GTC. The vendor
has to follow Specifications and Details as provided in the Schedule of Quantities. Details

Page 6 of 22
provided in Line Description are indicative only. Refer “Technical Specifications” for detailed
Technical Specifications, codes , standards & SOQ.

13. DELIVERY PERIOD

Supply to be made as soon as possible and not later than 4 (Six) Months from the date of issue
of the Purchase Order or LOI , whichever is earlier. Delivery at site shall be considered as date of
delivery. Price reduction clause as per GTC will be applicable for any delay in supply.

14. PRICE REDUCTION

i. In case of delayed delivery, prices will be reduced @0.5% of the total basic order value for
every week of delay or part thereof subject to a maximum @ 5% of the total basic order
value.

ii. Price Reduction shall be applicable only on the basic cost and on full complete week(s) and
for fractional weeks Price reduction shall be applicable on pro-rata, if any.

iii. Price Reduction shall be applicable on basic value on delayed delivery portion in the
contractual delivery period.

iv. Price reduction clause is applicable for delayed delivery as per GTCC for all supplies. Price
reduction clause as per GTCC will also be applicable for any delay in carrying out supervision
of erection and commissioning beyond 7 days of intimation.

15. DEFECT LIABILITY PERIOD


The supplies made against this order shall be fully guaranteed against any manufacturing
defects/poor workmanship / inferior quality etc. for a period of 12 months from the date of
supply (date of receipt of material at site will be considered as date of supply. During this
period supplier will arrange to repair / replace any defective parts free of cost or replace
complete set if required. Guarantee Certificate should be submitted along with dispatch
documents. Supplier to furnish Performance Bank Guarantee in favor of HPCL issued by
Nationalized Bank for 3 % of total basic order value of the material supplied and valid during
the above guarantee period plus three months. In case PBG is not submitted 3 % will be
withheld from each bill as Retention Money.
16. RETENTION MONEY
3 % of total PO basic value will be retained as performance warrantee 12 months from the
date of commissioning, whichever is earlier. This 3 % can be released, if vendor submit
performance Bank Guarantee (PBG) of 3 % of PO basic value within 15 days from the date of
PO/LOI, whichever is earlier.

17. DELIVERY, PACKING, LOADING, FORWARDING & UNLOADING

Page 7 of 22
Materials to be delivered at site on Door - Delivery basis at the address mentioned in the
tender. All nozzles and opening shall be covered by adequately strong wooden / metal /plastic
closures. All fragile and delicate components shall be packed separately, individually with
proper marking. Item number shall be painted prominently on the unit.

18. TRANSIT INSURANCE


Shall be arranged by the bidder and the quoted rates shall include the cost of Transit Insurance.

19. ACCEPTANCE OF THE OFFER BY THE CORPORATION

I. Incomplete or conditional submissions, and those with deviations/ subjective or


counter conditions/ quantity restrictions or those not accompanied by the requisite
documents shall be liable to be rejected and no further correspondence/ enquiries on
this issue by the tenderer shall be entertained.

II. Any Terms and Conditions attached / printed overleaf of the Tenderer's offer will not
be binding on HPCL.

III. The Corporation is not bound to accept the lowest offer and reserve the right to reject
any and / or every tender without assigning any reason whatsoever and / or place
order on one or more tenderers in the manner considered appropriate by the
Corporation. Corporation also reserves the right to reject any Un-workable offer.

IV. Purchase preference as applicable would be given to Central Public Sector Enterprises
/ MSE registered vendor as per directives of Government of India, in vogue from time
to time. Tenderers may have to attend the concerned office of the Corporation for
negotiations / clarifications if required at their own cost, in respect of their quotations
without any commitment from the Corporation.

20. DELIVERY TERMS:

a. Delivery shall be Free to Destination location.


b. Vendor shall ensure that they do not exceed the quantity ordered on them.
c. Any excess quantity supplied is at Supplier’s risk
d. Vendor shall not exceed the purchase order quantity. No payment will be made for the extra
supply at any of the site and vendor will be responsible to take back the items from the
location without any cost to HPCL.

21. INSPECTION BY HPCL OR HPCL AUTHORIZED THIRD PARTY INSPECTION


AGENCY

Page 8 of 22
I. HPCL may engage third party for inspection of materials/Finished good and vendor to
provide all necessary assistance for carrying out the inspection in his premises. HPCL &/or
HPCL authorized Third Party Inspection Agency will have full power and authority to
inspect the works at any time wherever in progress, either on the site or at the
Contractor’s premises / workshop of any person, firm or corporation where work

II. In connection with the contract may be in hand or where the materials are being or are
to be supplied, and the Contractor shall provide his full assistance to carry out such
inspection.

III. Orders given to the Contractor’s agent shall be considered to have the same force as if
they had been given to the Contractor himself.

IV. No dispatch of materials should be done without third party inspection and clearance
report
V. The Third Party Inspection is clearly described in this tender document.

22. UNLOADING

Unloading & stacking will be arranged by consignee (HPCL Location in charge/ site in charge,
etc.). However, advance information regarding expected date of delivery to Site In-charge must
be given well in time (minimum 3 days in advance) for making unloading arrangements under
advice to HPCL.

23. THIRD PARTY REQUIREMENTS

All materials mentioned in the BOQ to be delivered only after Third Party Inspection. Parties to
consider the same while submitting their offer. Approved TPI agencies are: BVIS / BAX COUNSEL
/CEIL/ PDIL /DNV/ IRS / LLOYDS/TUV

24. Two sets of drawing along with cross sectional drawing for pump, manual of the pump, list of
spares to be submitted at location at the time of delivery. Without these documents, payment
will not be released.

25. MISCELLANEOUS

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

II. HPCL shall follow / Price Preference as per prevailing guidelines of Government of India.

Page 9 of 22
III. The Special Terms & Conditions and the Technical Specification of the tender shall always
supersede the General Terms & Conditions of the tender for the related terms/clauses. In
case of contradictions between various sections of the tender document, the Work
Description shall supersede Specification and Drawings and Special Terms & Conditions
shall supersede instructions to bidders, particular clauses of General Terms & Conditions
or clauses stated elsewhere.

IV. This Tender is not transferable. All enclosed tender documents along with the Annexures
/ Attachments will form part of the tender.

V. Payment of bills shall be tendered to the contractor in electronic mode (e-payment)


through any of the designated banks. The contractor will comply by furnishing full
particulars of Bank Account (mandate) to which the payments will be routed. Corporation
reserves the right to make payment in any alternate mode also.

VI. Tenders received after the stipulated date and time for receipt of the tenders, due to any
reason will not be considered.

VII. Courts in the city of Zonal City alone shall have Jurisdiction to entertain any application or
other proceedings in respect of anything arising under this tender either before or after
or during the finalization of the tender.

VIII. Corporation reserves the right to take action as deemed fit which is inclusive of placing
the tenderer under suspension / holiday for a period as decided by the Corporation, in
case of withdrawal of offer at any stage , non - acceptance of LOA / PO or non - execution
of order or any other breach of tender terms and conditions.

IX. In case of any dispute in the interpretation of the terms and conditions of the tender, the
decision of the Corporation shall be final and binding.

26. GENERAL

In case of contradiction between relevant Indian standards, GTCC, Special Conditions of


Contract, Specifications, Drawings and Schedule of Rates, the following shall prevail in order
of precedence.

i) Detailed Purchase Order along with Statement of Agreed Variations, if any, and its
enclosures.

ii) Schedule of Quantities.

iii) Fax of Acceptance (FOA) / Letter of Intent (LOI)

iv) Drawings / Data Sheets

Page 10 of 22
v) Scope of Supply & Works

vi) Technical Specifications

vii) Special Conditions of Contract

viii) General Conditions of Contract

ix) Instructions to Bidders

x) Relevant Indian Standards / Specifications

SPECIAL TERMS & CONDITIONS


Bidders are requested to carefully read the bid document, Specifications, Data Sheets,
Instructions etc. as contained herein and submit their most competitive offer for HPCL’s review
and acceptance. Bidders can inspect the sites at their own expense and make themselves
familiar with the site conditions. Non-familiarity of the site conditions will not be a reason either
for extra claim or for not carrying out the work in conformity with the scope of the job. Bidder
can quote for single schedule or multiple schedule as per their choice.

1. Wherever it is mentioned in the specifications that the Successful Bidder shall perform certain
work or provide certain facilities, it is understood that the Successful Bidder shall do so at his
cost and the Value of Contract shall be deemed to have included cost of such performance
and provisions, so mentioned.
2. The materials, design and workmanship shall satisfy the relevant Indian Standards, the Job
Specifications contained herein and Codes referred to. Where the job specifications stipulate
requirements in addition to those contained in the standard codes and specifications, these
additional requirements shall also be satisfied.
3. In the absence of any Specifications covering any material, design of work (s), the same shall
be performed / supplied / executed in accordance with Standard Engineering Practice as per
the instructions / directions of the Engineer-in-Charge, which will be binding on the bidder.
These have to be completed at no extra cost to HPCL.
4. It will be sole responsibility of the successful bidder to ensure that they abide by the various
rules, regulations, byelaws and other statutory requirements, etc., imposed by the
Government / semi Government and / or local authorities governing execution of this job.
5. The vendor shall agree to keep all the information and documents provided by HPCL in
connection with this work strictly confidential. These shall be used only for purpose as detailed
in work order and shall be returned after the completion of the job. No information shall be
passed on to any other party without prior approval of HPCL.

6. Purchase Order will be valid for a period of 4 months from the date of placement. Rates quoted
shall remain firm throughout the validity of the Purchase Order. Supply: As soon as possible

Page 11 of 22
and not later than 4 (Four) Months for supply from the date of issue of the Purchase Order or
LOI , whichever is earlier.

7. Quantities mentioned in tender are approximate. There is no firm commitment from HPCL
that all items mentioned in tender will be offered for delivery. HPCL reserves the right to
change or alter the quantities at a later stage.

8. Design and sizing of all components of the Jet Pumps should be approved by one of the Third
party inspection (TPI) agencies given in our Specifications. The materials and specifications
mentioned in the tender document are minimum required and if the design warrants a
superior quality /higher sizing of materials, the same should be included in the scope of this
supply.

9. The supplies made against this order shall be fully guaranteed against any manufacturing
defects/poor workmanship / inferior quality etc. for a period of 12 months from the date of
supply (date of receipt of material at site will be considered as date of supply). During this
period supplier will arrange to repair / replace any defective parts free of cost or replace
complete set if required. Guarantee Certificate should be submitted along with dispatch
documents. Supplier to furnish Performance Bank Guarantee in favor of HPCL issued by
Nationalized Bank for 3 % of total basic order value of the material supplied and valid during
the above guarantee period plus three months. In case PBG is not submitted 3 % will be
withheld from each bill as Retention Money.

10. All materials mentioned in the BOQ to be delivered only after Third Party Inspection. Parties
to consider the same while submitting their offer. Approved TPI agencies are: BVIS / BAX
COUNSEL /CEIL/ PDIL /DNV/ IRS / LLOYDS/TUV

11. Materials to be delivered at site on Door - Delivery basis at the address mentioned in the
tender. All nozzles and opening shall be covered by adequately strong wooden / metal / plastic
closures. All fragile and delicate components shall be packed separately, individually with
proper marking. Item number shall be painted prominently on the unit.

12. Price reduction clause is applicable for delayed delivery as per GTCC for all supplies.

13. The Vendor shall cover the Transit Risk Insurance for goods supplied against this tender and
the quoted rates shall include the cost of Transit Insurance.

14. All bidders are advised to refer to BILL OF QUANTITIES (BOQ)/ SCHEDULE OF QUANTITIES
(SOQ) and technical data sheet provided in the tender document for correctness of item
specifications. Item specification provided in this section will be final and supersede all item
details given anywhere in the tender. The description given in the Detailed SOQ supersedes
description given in the Item line description in case of any discrepancy. The provisions of API
610 (12th edition), shall supersede the specifications given in this tender document in case of
any discrepancy among API 610 and specifications mentioned in this tender document.

Page 12 of 22
TECHNICAL SPECIFICATION

Page 13 of 22
CONTENTS

I. SCOPE OF SUPPLY

II. DRAWINGS & DATA REQUIREMENTS

III. SPECIFICATIONS FOR WATER JET PUMPS

IV. SPECIFICATIONS FOR COMPOSITE HOSE

VI. SPECIFICATIONS FOR FIRE HOSE

M/s Hindustan Petroleum Corporation Ltd (HPCL) is a Government of India Enterprise with a
Maharatna Status, and a Forbes 2000 and Global Fortune 500 company. HPCL is having two
major refineries and a wide network of 4 0 POL terminals and 36 depots at various locations
across India to store and dispatch petroleum products.

SCOPE OF SUPPLY

Page 14 of 22
I. LIST OF ITEMS

 Hydro jet Pump

 Composite hose

 Firefighting hose

II. LIST OF SPARES

Successful vendor to provide part nos and list of spares required for the Hydro jet pump.

III. DRAWING AND DATA REQUIREMENT

Vendor to provide cross sectional drawings and detail drawings of the pump.

IV. PERFORMANCE TEST REPORT

Performance test reports submitted must be certified and reflect the test requirements
specified and agreed. Performance test shall be witnessed by TPI or HPCL Engineer at the
manufacturers shop.

V. Specifications for Turbo Jet pump, Composite Hose and Fire hose is attached separately.

Page 15 of 22
Typical Drawing of the Pump (this is not the final drawing and reference only)

Page 16 of 22
SCHEDULE OF QUANTITIES

Item Qty Supply at


no Schedule Description UOM (nos) Locations
Hydro Jet Pump:
The turbo pump shall be a portable water driven
centrifugal pump suitable for pumping out spilled
liquid hydrocarbon or hydrocarbon- water mixture.
The turbine of the turbo pump shall be driven by the
pressurized water supply from a fire water hydrant
using fire water hoses. The turbo pump shall have
double sealed double bearing. The design should be
such that moving parts of the pump do not produce
sparks. The pump should have 4 “ inlet suction nozzle 2 nos Pump at
with flange connection having 4” dia and 2 feet each Terminal
and 1 no pump
1 Schedule 1 length composite hose (hose specification as per EA 10
at each Depot
composite hose given in the tender document). The as per details
hose end connection should have RT (round thread) given
connector suitable to connect with 4 “ dia 150 class
valve and with pump inlet. Hose fitted with the
above connector to be supplied along with the pump.
A strainer to be supplied with the pump suitable to
connect with 4 “ Nozzle of the Pump in case the
pump is being used directly in the dyke for product
withdrawn.
(A typical drawing is attached)

Composite Hose:
15 Mtrs Long X 63mm dia Light Weight
Thermoplastic Non Vulcanized composite flexible
hose pipe having 2.4 mm to 2.6 mm Dia Galvanized
Iron inner and outer wire with Galvanized zinc
coating min 125 g/m3 with electrical continuity as
per standard EN:13765 Type – 2 suitable for
Hydrocarbon Oil Service suitable for working
pressure 7 kg/cm2 fitted with one end of the
6 nos at each
2 Schedule 2 hose with SS Camlock Male type hose coupling and EA 48
locations
other end to be fitted with S.S camlock Female Type
hose coupling. All hose to hydro tested at 10.5
kg/cm2 and test certificate for the same will be
produced at the time of supply and to be ensure
elongation within 10% of the length at working
pressure. The test shall be carried out in line with EN:
13765 specification. Type Approved Certificate as
per EN: 13765 required for acceptance of tender.

Page 17 of 22
FireFighting Hose:
Supply of 15-meter Type B with ISI mark size: 63 mm
dia X 15 mtrs length fitted with gunmetal male and
female instantaneous type hose coupling of 63 mm
6 nos at each
3 Schedule 3 dia as per IS: 903 with ISI mark duly bound with EA 48
locations
copper wire. Hose and Coupling shall be ISI marked.
All hoses to be hydro tested at 15 Kg/cm2 pressure
and test certificate to be produced at the time of
supply.

LIST OF DEPOTS/TERMINALS AND CONTACT DETAILS

Page 18 of 22
S.No State Location Location address In-charge name Contact no
HPCL, Chennai New
Terminal, NCTPS
Chennai New
1 SZ Road, Athipattu Pudu Vikas Gupta 9819240120
Terminal
nagar, Vallur Village,
CHENNAI - 600120
HPCL, A. G Pudur,
Coimbatore 9849556333
2 SZ Irugur PO , Coimbatore N. Damodaran
Depot 7094478101
641 103
HPCL, Madurai New
IRD, Plot No:167-172,
SIDCO Industrial
3 SZ Madurai Depot Ch raghu 9553545409
Estate, South Phase,
Kappalur, Madurai-
625008
Hindustan Petroleum
Corporation Limited,
9791288010
Tirunelveli IRD,
4 SZ Tirunelveli Depot Vinil C Bavan 0462-
B G Goods Shed Road,
2332912
Thachanallur,
Tirunelveli - 627358
HPCL, IRUMPANAM
TERMINAL, P.O--
Irumpanam IRUMPANAM,
5 SZ Navin Kumar 7087784707
Terminal SEAPORT-AIRPORT
ROAD, KOCHI -
682309
Kozhikode IRD, Near
Elathur Railway
6 SZ Kozikode Depot Arun Jyoti Kumar 9632143694
Station, Elathur,
Kozhikode 673303
Cassimode Terminal,
22, Shaik Mistry Street,
7 SZ Cassimode Tml T Venkatesh 9994096333
Royapuram, Chennai-
600013
HPCL, Cochin
Terminal, SA Road,
8 SZ Cochin BOT Kadavantara, P.B. no: Abraham Varghese 9745535005
1713, Ernakulam,
Kochi-682016

LIST OF DEPOTS/TERMINALS WITH SUPPLY DETAILS

Supplied to be made as per the below details at Terminal and Depot

1. List of Terminal

Page 19 of 22
No of
No of Hydro No of Fire Hose
Composite
Sr. No. Name of the Location Jet pump with (each 15 mtrs
hose (each 15
inlet hose length)
mtrs length)
1 IRUMPANAM TML 2 6 6
2 CHENNAI NEW TERMINAL 2 6 6

2. List of Depot

No of
No of Hydro No of Fire
Composite
Sr. No. Name of the Location Jet pump with Hose (each 15
hose (each 15
inlet hose mtrs length)
mtrs length)
1 Coimbatore Depot 1 6 6
2 Madurai Depot 1 6 6
3 Tirunelveli Depot 1 6 6
4 Kozhikode Depot 1 6 6
5 Cassimode Terminal 1 6 6
6 Cochin BOT 1 6 6

(To be submitted on Letter head / emblem)


BID SECURITY DECLARATION (IN LEIU OF EARNEST MONEY DEPOSIT)

Ref : Tender No Date

Page 20 of 22
Sub : Tender title _____________________________________

I, Shri ________________ of M/s. _________________, having its registered office at


____________, in my capacity as ____________________(Role of the Bidder –
Proprietor/Partner/Director etc.) and being authorized for the purpose, declares on behalf of the
Bidder as under:
1) That M/s._______________ are participating in the subject tender and have submitted our
bid in response to the same.

2) That we understand that in compliance with the Ministry of Finance Office Memorandum
bearing Reference F.9/4/2020-PPD dated 12.11.2020 and Office Memorandum bearing
reference DPE/7/(4)/2017-Fin(Part-I) dated 19.11.2020 issued by Department of Public
Enterprises, the Owner has decided not to ask for furnishing of Earnest Money Deposit (EMD)
in the form of Bid Security till the operation of the said Office Memorandum.

3) That in lieu of not furnishing the EMD, we hereby declare that :

a) We will display our commitment to abide by our bid during the tender evaluation process
and will not withdraw or modify it or impair or derogate from it in any respect during its
validity period i.e. ____number of days from the date of opening of the Unpriced Bid as
sought in the Notice inviting Tender.

b) We will comply with all formalities of signing of the contract/agreement/purchase order


and submit performance security within time stipulated in the tender document.

c) On our failure to ensure (a) and (b) above, HPCL being the Owner shall be entitled to put
us under suspension for its future tenders or ban/blacklist us for a specified period as per
its policy. The discretion and decision of HPCL in this regard will be final.

d) We will comply with all other formalities which HPCL will communicate to us during the
bid validity period.

4) The executant and signatory of this Declaration is authorized by the bidder and the bidder
undertakes to comply and abide by the above declaration.

Date Signature ___________

Place Stamp / seal

Page 21 of 22
Page 22 of 22

You might also like