Professional Documents
Culture Documents
Page 1 of 3
Terms & Conditions without any deviations.
6. Commercial requirements are specified in the General Purchase Conditions, Special Instructions to
Bidders, Agreed Terms & Conditions (ATC) questionnaire. The pre-filled Agreed Terms &
Conditions Questionnaire should be returned duly signed and stamped along with copy of your un-
priced bid.
7. The order, if placed, will be issued by our above-mentioned client.
8. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with
reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may
not be considered for issuance of future enquiries.
9. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
10. Delivery Period:
Indian Bidder: Delivery within 03 Months on FOT site basis from the date of Fax of Acceptance /
P.O. Date of receipt of material at site shall be considered the date of delivery.
11. Payment Terms shall be as per Special Instruction to Bidders (SIB)
Indian Bidder: As per clause 3.1 A of Special Instructions to Bidders.
12. The offer should be valid for 3 (Three) months from final bid due date.
13. Only E-Bids to be uploaded in EIL’s authorized service provider’s portal
www.tenderwizard.com/eil shall be acceptable. Physical bids and Bids/ Offer through Email or fax/
Telex/Telegraphic or Bids received in open condition or Bids in any other mode shall not be
accepted.
13. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the
conduct or outcome of the bidding process.
14 . Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
15 . The E-bids received online shall be opened at EIL office on due date and time as specified above.
Bidder can view online the name of the other bidders who have submitted their e-bids after
opening is performed by EIL.
16 . All technically and commercially acceptable bidders will be advised of venue, date and time of
priced bid opening. The bids shall be opened in presence of representatives (duly authorised by a
competent person and having the Letter of Authority as per proforma enclosed), of such
technically and commercially acceptable bidders, who choose to attend the price bid opening.
Time and Date of opening of Price Bids shall be notified to the qualified and acceptable bidders at
a later date.
17 . As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to
reject offers made by intermediaries.
18 . Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along
with the bid.
19 . Bidders to note that price changes against Technical / commercial clarifications, in line with terms
& conditions of enquiry documents are not allowed. In case any bidder gives revised prices /
price implications against such clarifications, their bid shall be liable for rejection.
20 EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
21 In case any bidder is found to be involved in cartel formation, his bid will not be considered for
evaluation / placement of order. Such bidder will also be debarred from bidding in future.
22 The bidder who is providing the technology from the company which is recently acquired / taken
over by them or purchasing the technology by other companies, shall be provide proper
Page 2 of 3
documentary evidence. In the absence of the same their offer shall be liable for rejection.
23 Bidders are requested to quote as per their capability as registered in EIL, as on the date
of issue of RFQ.
24 Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the
existing Govt. policy.
25 In line with Sl. No 23 of Agreed Terms & Conditions (For Indian Bidders), Bidders are required
to submit their audited annual reports for F.Y. 2012-2013. (i.e of March 2013)
26 We reserve the right to make any changes in the terms and conditions of purchase and to reject
any or all the bids.
Contact Persons for this RFQ are:
Ms.Sunita Mitra, AGM (C&P), Phone No. +91-(0)11-2676-2079 & email: s.mitra@eil.co.in
Mr.Vivek Dixit, Sr.Engineer (C&P), Phone No. +91-(0)11-2676-2076 & email: vivek.dixit@eil.co.in
(SUNITA MITRA)
ASST. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED
LIST OF ENCLOSURES
DOCUMENT
A) Request For Quotation (RFQ)
B) Commercial document:
i) Price Schedule Format (To be uploaded in excel sheet on e- tender website)
ii) Agreed Terms & Conditions (For Indian Bidders)
iii) Special Instruction to Bidders
iv) General Purchase Conditions For Indian Bidders)
v) Guarantee Formats
vi) Instruction to Bidders for e-tendering.
Page 3 of 3
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
A406-079-WH-MR- 0 PROCESS TRAP 2
3114
6-81-0134 1 ITP for steam traps 9
6-78-0003 0 Specification for Documentation Requirement from Suppliers 15
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 27
6-81-0006 3 ITP for flanges, spectacle blinds & drip rings 36
6-44-0066 1 Technical notes for steam and air traps 42
6-81-0001 2 Standard specification for Positive Material Identification (PMI) at 49
Supplier's Works
6-44-0053 4 Technical notes for flanges, spectacle blinds and drip rings. 57
Page 1 of 63
MATERIAL REQUISITION (TOP SHEET)
This drawing and design it covers are property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that it will not be reproduced, copied, exhibited nor used
DOCUMENT NUMBER
(Always quote this document number given below as reference)
Material to be delivered at (job site) HPCL, VIZAG within the delivery period specified in the "Request For Quotation"
(RFQ).
Notes :
1. This page is a record of all the Revisions of this Requisition.
2. The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall be
considered for contractual purposes.
4. When revised pages only are issued, the revised pages shall form part of the original Requisition. The original
requisition alongwith the revised pages shall be considered in its entirety for contractual purposes.
5. Vendors are required to quote strictly as per technical specifications / notes stipulated in the material requisition. The
offers with deviations are likely to be summarily rejected.
This is a system generated approved document and does not require signature
EIL - 588 A - 216 x 279
REVISION
SR. NO DOCUMENT TITLE DOCUMENT NO.
NO. DATE
1 TECHNICAL NOTES FOR STEAM AND 6-44-0066 1 30/06/2009
AIR TRAPS
2 INSPECTION & TEST PLAN FOR 6-81-0134 1 15/07/2011
STEAM TRAPS
3 TECHNICAL NOTES FOR 6-44-0053 4 04/07/2008
FLANGES,SPECTACLE BLINDS AND
except in the limited way and private use permitted by written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.0 A4-210x297
DRIP RINGS
4 INSPECTION AND TEST PLAN FOR 6-81-0006 3 15/07/2011
FLANGES, SPECTACLE BLINDS AND
DRIP RINGS
5 DATA SHEET A406-079-16-43-DS- 0 01/11/2013
3114
6 SPECIFICATION FOR QUALITY 6-78-0001 0 04/06/2009
MANAGEMENT SYSTEM REQUIREMENTS
FROM BIDDERS
7 STANDARD SPECIFICATION FOR 6-81-0001 2 20/10/2011
POSITIVE MATERIAL
IDENTIFICATION (PMI) AT
SUPPLIER'S WORK
8 SPECIFICATION FOR DOCUMENTATION 6-78-0003 0 04/06/2009
REQUIREMENTS FROM SUPPLIERS
EIL - 588 A - 216 x 279
1 *PS0100ST3302ZA1A 3 NOS
except in the limited way and private use permitted by written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.0 A4-210x297
EIL - 588 A - 216 x 279
ADDITIONAL TECHNICAL
REQUIREMENTS
(PROCESS TRAPS)
Format No.
PageEIL5 1641-1924
of 63 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
ADDITIONAL TECHNICAL A406-079-16-43-ATR-3114
REQUIREMENTS Rev. A
Page 2 of 2
2. Vendor shall furnish quotations only for those items, for which he can supply
strictly as per MR specifications including fulfillment of Qualification Criteria
as per MR.
3. If the offer contains any technical deviations or if the bid does not include
complete scope and technical /performance data to be submitted with the
bid, the offer shall be liable for rejection.
7. Vendor shall submit drawings for manifolds, piston valves, compact steam
trapping assembly and catalogues along with offer.
Format No.
PageEIL6 1641-1924
of 63 Rev. 1 Copyright EIL – All rights reserved
PROJECT: DATA SHEET
JOB NO: A406 A406-079-16-43-DS-3114
CLIENT: HPCL VISAKH 1/11/2013 ISSUED FOR BIDS BKT PK TSS Rev. 0
DATE REVISION BY CHK APPROVALS
DATA SHEET FOR STEAM TRAPS
Design Specifications
MATERIAL SPECIFICATION
Size
Operating Conditions Design Conditions
Sr.
Page 7 of 63
ITEM CODE QTY Tag No. Type of Trap Location/ Line No. IBR/NIBR Rating(#) Ends Remarks
No. Flow Internals Fasteners
Body Flanges / Cover Gasket / Gasket Thk (if applicable)
Inlet Press. Temp. Press. Temp. Rate Inlet Outlet Trim / Seat ; Strainer Mesh (if applicable)
Note-5
Allow.Press. Drop
kg/cm2g O
C (kg/cm2) kg/cm2g O
C kg/hr Inch Inch
79-ST-3302,65-ST- BOLT:A193 GR B7 SP.WND SS316
1 *PS0100ST3302ZA1A 3 INVERTED BUCKET 1"-SL-65/79-3302/4302/5302-A1A-IS REFER PROCESS DATA SHEET AS ATTACHEDIN ANNEXURE-I NIBR 150 FLGD A105 T:13%Cr ; S:SS304 A105
4302/5302 /NUT:A194 GR.2H + GRAFIL
NOTES:
1. ALL TRAPS SHALL BE SUPPLIED WITH STRAINER. REFER CLAUSE 2.5 OF 6-44-0066.
2. TRAPS SHALL BE DESIGNED FOR DESIGN CAPACITY FOR INLET/OPERATING PRESSURE,OUTLET/BACK PRESSURE AT OPERATING TEMPERATURE
3. DISCHARGE TO ATMOSPHERE.
4. WELD ON FLANGES UPTO 1-1/2" IN 300# AND 600# MAY BE SW TYPE. ALL OTHER WELD-ON FLANGES INCLUDING 150# SHALL BE WN TYPE.
5.FLOW RATE IS INCLUSIVE OF SAFETY FACTOR.
6. CAST BODY WITH INTEGRAL FLANGES OF A216Gr.WCB IN LIEU OF A105 IS ACCEPTABLE.
7. IN CASE OF CASTINGS,RADIOGRAPHY OF THE CASTING SHALL BE AS FOLLOWS:
CS, 150#: 5%
AS, 150#: 10%
CS & AS, 300#:10%
CS & AS, 600# & ABOVE:100%
1110144, 211.Kot
1
KC 15.07.2011 REVISED AND RE-ISSUED TKK 1 'I DM
Convenor Chairman
Rev. Prepared Checked Standards Committee Standards Bureau
No. Date Purpose by
by
Approved by
Page 9 of 63
STANDARD SPECIFICATION No.
_71 el ENGINEERS INSPECTION AND TEST PLAN
INDIA LIMITED 6-81-0134 Rev.!
$igar OPeg
tikkee rlemre as1 J■72,11 IA Govt of India Undettakingi FOR STEAM TRAPS
Page 2 of 6
Abbreviations:
Members:
Page 10 of 63
STANDARD SPECIFICATION No.
ENGINEERS INSPECTION AND TEST PLAN
$1g-Ttligl-cbg INDIA LIMITED FOR STEAM TRAPS 6-81-0134 Rev.1
(0 Govt of India Undertaking)
Page 3 of 6
1.0 SCOPE:
This Inspection and Test Plan covers the minimum testing requirements of steam traps.
SCOPE OF INSPECTION
QUANTUM OF
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure
Page 11 of 63
STANDARD SPECIFICATION No.
k31 ENGINEERS INSPECTION AND TEST PLAN
fdateg INDIA LIMITED 6-81-0134 Rev.1
I NWT tvecoft .3fil.41 CA Govt of Intha Ilncleftalongf FOR STEAM TRAPS
Page 4 of 6
SCOPE OF INSPECTION
QUANTUM OF
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
CHECK SUPPLIER EIL/TPIA
SUPPLIER
PR / Purchase Test
3.4 UT / LPT / MPT Surface & Internal Imperfections - H R
Specification Reports
As applicable
4.0 Final Inspection
100%By Supplier
Leak Check H
4.1 Hydrostatic Testing & Test Report - H
At Random By TPIA
100%By Supplier
Visual and Dimensional Inspection
4.2 Surface Condition & Dimensions & - H H
Inspection (VD') Report
At Random By TPIA
As Per EIL Spec.
PMI Check Inspection
4.3 Chemical Check 6-81-0001 - H W/R
(As per EIL Spec. 6-81-0001) report
Page 12 of 63
STANDARD SPECIFICATION No.
ENGINEERS
el INSPECTION AND TEST PLAN
ilge_li ttleg d INDIA LIMITED
%-11
6-81-0134 Rev.!
■ wen el,arve MI 3.76.1, (A Goo of India Undertaking) FOR STEAM TRAPS
Page 5 of 6
SCOPE OF INSPECTION
QUANTUM OF
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
CHECK SUPPLIER EIL/TPIA
SUPPLIER
Stamping of Steam Traps
which are witnessed by
Inspection
4.4 Final Stamping Stamping Of Accepted Strainers TPIA. Balance Steam - H H
Report
Traps to have Supplier
QC Stamp.
5.0 Painting
Visual ,DFT & Color Coding as Inspection
5.1 Painting & Color Coding 100% H R
applicable Report
6.0 Documentation & IC
Documentation & Inspection Review of Stage Inspection Reports Supplier
6.1 100% - H H
Certificate(IC) / Test Reports & Issue of IC TC & IC
Legend: H- Hold (Do not proceed without approval), P-Perform, Random -10%, R-Review, RW- Random Witness, W-Witness (Give due notice, work may proceed
after scheduled date).
For Non NACE & Non Hydrogen service Steam Traps (Except Thermodynamic) will be accepted on review of Supplier Test Certificates. Supplier Test Certificate
to be reviewed by TPIA.
Wherever W/ R is indicated, Inspection Engineer shall decide the option to be exercised for particular stage and supplier.
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
5. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.
Page 13 of 63
STANDARD SPECIFICATION No.
4oi eit4
le .,,-,-,fet51g
ar -e
t,,,,,,,..,cram,
ENGINEERS
I NDI A LIMITED
IA Govt of India Undedalongi
INSPECTION AND TEST PLAN
FOR STEAM TRAPS
6-81-0134 Rev.1
Page 6 of 6
6. Wherever order is placed on stockist, the item shall be accepted based on manufacturer's TC conforming compliance with requirements as per material specification
& PR. All hold / witness stages shall be considered as "Review" by TPIA in that case.
Page 14 of 63
Page 15 of 63
Page 16 of 63
Page 17 of 63
Page 18 of 63
Page 19 of 63
Page 20 of 63
Page 21 of 63
Page 22 of 63
Page 23 of 63
Page 24 of 63
Page 25 of 63
Page 26 of 63
Page 27 of 63
Page 28 of 63
Page 29 of 63
Page 30 of 63
Page 31 of 63
Page 32 of 63
Page 33 of 63
Page 34 of 63
Page 35 of 63
4g INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
01 ei ENGINEERS
$f ar
I 6.71
fafieu INDIA LIMITED FOR 6-81-0006 Rev. 3
FLANGES, SPECTACLE BLINDS & DRIP RINGS
eiram, 031,1,111-41, IA Goo of India Undertaking)
Page 1 of 6
4cr^coo ftr
fttaTur Li<Err
INSPECTION AND TEST PLAN
FOR
FLANGES, SPECTACLE BLINDS & DRIP RINGS
AsL4'0
3 15.07.2011 REVISED AND RE-ISSUED TKK CG AKC DM
Page 36 of 63
INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
q-A ENGINEERS
51gerr 051-aG INDIA LIMITED FOR 6-81-0006 Rev. 3
14.2Reirove fet dedrel 10 Govt of India Undertaking)
FLANGES, SPECTACLE BLINDS & DRIP RINGS Page 2 of 6
Abbreviations:
Members:
Page 37 of 63
INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
Og laWeg INDIA LIMITED FOR 6-81-0006 Rev. 3
FLANGES, SPECTACLE BLINDS & DRIP RINGS
ranee, cleave Waging ) IA Govt of India Undertaking)
Page 3 of 6
1.0 SCOPE
This Inspection Test Plan covers the minimum testing requirements of Flanges, Spectacle Blinds & Drip Rings.
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD
NO. CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure
Page 38 of 63
INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
r v-folvez. INDIA LIMITED FOR 6-81-0006 Rev. 3
fi
n FLANGES, SPECTACLE BLINDS & DRIP RINGS
t ) IA Goof of IndiA LindeFlaking)
Page 4 of 6
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD
NO. CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
Page 39 of 63
INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
arael ENGINEERS
INDIA LIMITED FOR 6-81-0006 Rev. 3
Iamn eieen‘rn,"70,011 IA Goer of India Undertaking)
FLANGES, SPECTACLE BLINDS & DRIP RINGS Page 5 of 6
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
Galvanizing Integrity Of Galvanised Inspection Report R
3.8 Random - H
(If Applicable) Coating
1.Visual
100% By Supplier &
2. Dimensions Inspection Report - H H
4.1. Final Inspection At Random by
3.Hardness EIL/TPIA
4. Marking etc
Stamping of 10%
Items which are
Stamping Of Accepted witnessed by H H
4.3 Final Stamping Inspection Report -
Items EIL/TPIA. Balance
Items to have
Supplier QC Stamp.
5.0 Painting
Page 40 of 63
INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGIN
LIMITEDD FOR 6-81-0006 Rev. 3
FLANGES, SPECTACLE BLINDS & DRIP RINGS
I.WN ,iecrxe 51370.1) IA Govt of India Uncle/taking)
Page 6 of 6
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD
NO. CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
Legend: H- Hold (Do not proceed without approval), Random -10% (min.1 no.) of each size and type of Bulk item, R-Review, RW- Random Witness, W-Witness
(Give due notice, work may proceed after scheduled date).
Page 41 of 63
Page 42 of 63
Page 43 of 63
Page 44 of 63
Page 45 of 63
Page 46 of 63
Page 47 of 63
Page 48 of 63
STANDARD SPECIFICATION
tg
STANDARD SPECIFICATION No.
I
151fRiseA ENGINEERS FOR POSITIVE MATERIAL
si at efaleg INI NA LIMITED
/A “nul na. Lnden.,), IDENTIFICATION (PMI) AT
6 - 81 - 0001 Rev. 2
SUPPLIER'S WORKS Page I of 8
covingii 4
c 1T
STANDARD SPECIFICATION
FOR
POSITIVE MATERIAL
IDENTIFICATION
(PMI)
AT SUPPLIER'S WORKS
40D ., 15,
2 20.10.11 REVISED AND RE-ISSUED AKC DM
Page 49 of 63
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
151Mae? - le.' ENGINEERS FOR POSITIVE MATERIAL
imegver INDIA LIMITED
yin eRaWanJelwill Govl of India Undertakno IDENTIFICATION (PM I) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 2 of 8
Abbreviations:
CONTENTS
1.0 SCOPE 4
2.0 REFERENCE DOCUMENTS 4
3.0 DEFINITIONS 4
4.0 PMI EXAMINATION 5
5.0 ACCEPTABLE METHODS FOR PMI 5
6.0 EXTENT OF PMI EXAMINATION 6
7.0 RECORDING AND DOCUMENTATION 7
8.0 MARKING 7
1.0 SCOPE
1.1 This specification applies to the requirements for Positive Material Identification (PMI) to be
performed at the Supplier's works on Metallic Materials procured either directly by the
Owner/EIL/ LSTK contractor or indirectly through the sub-Suppliers.
1.2 Any post order deviation from this specification must be approved by Owner/EIL in the
Deviation/ Waiver Permit format (No. 5-0000-0180-F1) enclosed with Material Requisition.
1.3 This specification covers the procedures and methodology to be adopted to assure that the
chemical composition of the material is consistent with the material specifications as specified
in purchase documents using 'Alloy Analyzer' at the time of final inspection before dispatch.
1.4 The scope of this specification shall include but shall not be limited to Positive Material
Identification (PMI) to be performed on Materials listed below:
1.5 All grades of material supplies including Stainless Steels shall be liable for PMI test at site. In
case of any defective materials being found at site, the Supplier shall be responsible to effect
replacement of such defective materials at project site without any delays to the satisfaction of
EIL site RCM (Resident Construction Manager).
2.1 API Recommended Practice 578 (First Edition, May 1999) - Material Verification Program for
New and Existing Alloy Piping Systems.
3.0 DEFINITIONS
3.1 Supplier: Any Supplier or Manufacturer on whom an order is placed for the supply of referred
items. This definition shall also include any sub-Supplier or manufacturer on whom a sub-order
is placed by the Supplier.
Page 52 of 63
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
SaIRCIELM—; ENGINEERS FOR POSITIVE MATERIAL
Par taiReZ VW INDIA LIMITED 6-81-0001 Rev. 2
IDENTIFICATION (PM I) AT
SUPPLIER'S WORKS Page 5 of 8
3.2 Inspection Lot: A group of items offered for inspection covered under same size, Heat and
Heat treatment lot.
3.3 Alloy Material: Any metallic material (including welding filler materials) that contains
alloying elements such as chromium, nickel, molybdenum or vanadium, which are intentionally
added to enhance mechanical or physical properties and/or corrosion resistance.
4.1 The Supplier shall submit a procedure of PMI to comply with the requirements of this
Specification Approval of PMI Procedure shall be obtained from Owner/EIL/TPIA prior to
commencing manufacture/ inspection of product.
4.2 PMI examination of materials is independent of any certification, markings or colour coding
that may exist and is aimed at verifying that the alloy used are as per specified grades.
4.3 The Supplier shall identify all incoming alloy materials and maintain full traceability of all alloy
materials, including all off-cuts. Transfer of identification marks shall be undertaken prior to
cutting to ensure maintenance of identification on off-cuts.
4.4 The Supplier shall ensure that all alloy materials are segregated and stored in separately
identified locations to prevent the mix up of materials of different alloy specifications or alloy
material with carbon steel. Non ferro-magnetic materials shall be segregated at all times from
ferro-magnetic materials.
5.1 The method used for PMI examination shall provide a quantitative determination of the alloying
elements like chromium, nickel, molybdenum or vanadium in Alloy Steel items.
5.2 Instruments or methods used for PMI examination shall be able to provide quantitative,
recordable, elemental composition results for positive identification of alloying elements
present.
5.3 The acceptable instruments for alloy analyzer shall be either "Portable X-Ray fluorescence" or
"Optical Emission" type each capable of verifying the percentage of alloy elements within
specified range.
5.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current or
triboelectric testing methods are not acceptable for PMI examination.
5.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in the
specified range.
5.6 All PMI instruments shall have been serviced within a 6 month period of the time of use to
verify the suitability of batteries, sources etc., and the data of the last service shall be stated on
the PMI Report Form (Sample enclosed).
5.7 Each analyzer must be calibrated according to the manufacturer's specification at the beginning
and end of each shift. Instrument must be checked against known standard for each alloy type
to be inspected during the shift.
Page 53 of 63
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ISillaZreq e ENGINEERS FOR POSITIVE MATERIAL
s'Ig7e2eg W
INDIA UMITED
Govt a Inaa Undenakingi IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 6 of 8
5.8 Certified samples, with full traceability, of a known alloy materials shall be available for use as
a random spot check on the instrument calibration.
5.9 The surfaces to be examined shall be prepared by light grinding or abrasive paper and solvent
cleaner. Evidence of Arc burn resulting from examination shall be removed by light grinding or
abrasive paper. No permanent marks, which are injurious to the usage of product in service, are
acceptable.
5.10 Alloy Steel ring type joint Gaskets shall be inspected by using portable X-Ray fluorescence
instrument.
5.11 Testing shall be done as per the procedures outlined by the manufactures of alloy analyzer
being used. Modification of these procedures if any must be approved by Owner/EIL.
5.12 The persons performing PMI shall demonstrate their capabilities to the satisfaction of
Owner/EIL/TPIA visiting engineer. If the Supplier has qualified operator on their rolls, he may
perform the examination. Otherwise PMI examination shall be sub-contracted to an independent
testing agency approved by EIL.
5.13 Whenever material is identified as not meeting requirements by the visiting engineer a rejection
note shall be issued.
Following sampling plans shall be applicable for PMI examination of various items.
Note:
For Welded Pipes and Fittings, PMI shall be performed on Base Metal as well as
weldments.
Whenever any sample drawn to PMI test on the basis of percentage selection in B & C
above, fails to meet specification requirements, 100% of items of lot shall be tested for
PMI.
Page 54 of 63
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
i.311-aelti . ENGINEERS FOR POSITIVE MATERIAL
ogrir EiRtegi INDIA LIMITED
IA Go' at India Undertaking) IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 7 of 8
The results of PMI examination shall be recorded in a Report Format as enclosed with this
specification.
8.0 MARKING
8.1 All alloy materials tested by PMI shall be identified using either of the following methods by
indicating "PMI OK"
Material Specification/Grade
Element Cr Mo Ni V
Specified Range
Actual observations
Instrument Type / ID
B. Where the MR is only for supply of materials without final documents / “Vendor Data
Requirement”.
(i) For Pipes, Fittings, Flanges, Fasteners & Gaskets (PBG Not Required)
75% of the Bill Amount (along with taxes, duties & freight) duly recommended by the
EIL/Owner on receipt of materials / despatch documents at HPCL shall be paid within 7
days of receipt of bill.
Balance 25% payment shall be released after verification / certification within 15 days of
receipt of Bill.
(ii) Payment terms for supply where Supply & Site Work are involved:
5%: On approval of pre-identified drawings at-least in Code 2 duly certified by EIL and
against submission of Advance Bank Guarantee of equal amount valid for the period of
contractual delivery period plus 03 months claim period.
20%: On receipt and identification of major raw materials/bought-out components (*)
duly certified by EIL and against submission of Advance Bank Guarantee of equal
amount valid for the period of contractual delivery period plus 03 months claim period.
65%: Payment along with taxes, duties & freight charges within 30 days after receipt
of materials at Owner’s site on pro-rata basis.
10%: On handing over of equipment at site after installation/ erection/ commissioning
and performance testing if applicable, (completion of scope as per MR) duly certified by
Site In-charge and on submission of Performance Bank Guarantee for 10% of order
value as per the RFQ terms and against submission of all final documents / Vendor
Data Requirements as applicable.
(*) Major Raw Material for payment against receipt & identification of raw materials (if not
specified in MR):
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps/Compressors : Castings / Forgings
(iii) Packages having Supply, Site Work & PGTR (Completion period for site
installation/commissioning and PGTR defined separately)
5% against approval of drawings at least in Code-2 and manufacturing schedule duly
certified by EIL and against submission of Advance Bank Guarantee of equal amount
valid for the period of contractual delivery period plus 03 months claim period.
80% with taxes, duties & Freight will be paid progressively within 30 days after receipt
of material at Owner’s site.
5% on successful completion of site installation and system commissioning, duly
certified by Engineer-in-charge and receipt of Final/As built
Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR
specified in Purchase Requisition.
In case erection, installation & pre-commissioning is delayed by more than 06 Months
after receipt of complete material at site or contractual delivery date, whichever is later,
due to reasons attributable to Owner/EIL, the payment shall be released to the seller
against submission of equivalent bank guarantee, valid till handing over of the
successfully commissioned equipment.
10% on successful completion of Commissioning and Performance Guarantee Test
Run (PGTR), duly certified by Engineer-in-charge and submission of Performance bank
guarantee for 10% of total order value as per RFQ terms.
In case Commissioning or PGTR is delayed by more than 08 Months after receipt of
complete material at site or contractual delivery date, whichever is later, due to reasons
attributable to Owner/EIL, the payment shall be released to the seller against
submission of equivalent bank guarantee, valid till handing over of the successfully
commissioned equipment and PGTR.
E. SITE WORKS
F. SITE WORKS (Completion period for site installation/commissioning and PGTR defined
separately)
80% against monthly progressive bills (based on agreed billing schedule) duly
certified by Engineer-in-charge.
10% on successful completion of installation, pre-commissioning and commissioning,
duly certified by Engineer-in-charge.
10% on successful completion of Performance Guarantee Test Run (PGTR), duly
certified by Engineer-in-charge.
Notes:
1. For rotating equipments, packages, etc., in case Material Requisition stipulates
penalty for excess power consumption, then supplier shall furnish a certificate from
EIL regarding actual power consumption. Penalty for excess power consumption, if
any, over the guaranteed figures shall be levied in line with Material Requisition
specifications.
2. No initial advance payment along with Order shall be made by the Owner. If a
Supplier insists on the same, their Offer shall be rejected.
3. All payments shall be released within 30 days from the date of receipt of material /
completion of activity or 15 days from receipt of invoice with proof of delivery of
material to HPCL, whichever is later. However in case the supplier insists for
payment through bank, the same shall be accepted with price loading @ SBI Base
rate + 1% for a period of one month.
4. All Bank charges shall be to Seller’s Account.
5. All bank guarantees shall be from Scheduled / Nationalised (other than Cooperative
banks) Banks.
6. Performance Bank Guarantee shall be furnished as per HPCL's format on
appropriate value stamp paper for value and Terms and conditions as per attached
documents. PBG shall be required to be furnished as follows:
6.1 In case of Limited enquiry, PBG is not required for Gaskets, Fittings, Flanges,
Fasteners and Pipes irrespective of order value. However, for all other items PBG is
not required for order value less than Rs.1.0 Lakh.
6.2 In case of press notification CPBG is required for all cases irrespective of order
value which shall be submitted within 15 days of order.
7. The Validity of PBG shall be as follows:
7.1 In case of Supply: 18 months from Delivery Completion or 12 months from the date
of commissioning whichever is earlier plus 01 months claim period.
7.2 In case of Supply + Site work: 18 months from Job Completion (i.e., completion of
site work) OR 12 months from the date of commissioning whichever is earlier plus
01 months claim period.
8. In case vendors are required to submit BG >Rs 5 Crores, the vendor / contractor
should inform the name of the bank from which they intend to issue the BG. The
purpose of such information is to obtain internal clearance as to the Risk Profile of
the bank undertaking to issue BG. BG can be issued by the vendor / contractor only
after obtaining clearance from HPCL.
9. Total dispatches /invoices shall be restricted to 6 Nos. (8 Nos. for packages)
against each order. However, in exceptional cases Supplier can seek dispensation
to this clause giving justification. EIL shall, however, suitably decide the priorities for
despatch.
10. In the event of an order, Supplier to ensure that in the Tax Invoice issued by
Supplier, Supplier’s Tax Payer Identification (TIN) is quoted on Tax Invoice and also
SIB A406 (REV.3) Page 3 of 12
the TIN number allotted for HPCL in the state of Andhra Pradesh. The TIN number
allotted to HPCL is 28790125395. Since for availing input tax credit, TIN number is
must in the invoice, Supplier to ensure that the TIN number is displayed in the
invoice compulsorily.
11. No interest charges for delay in payment shall be payable by the owner.
12. Purchaser will release the payment to the Seller after effecting deductions as per
applicable law in force.
E. SITE WORK
90% against monthly progressive bills (based on agreed billing schedule) duly
certified by Engineer-in-charge, through Wire Transfer.
10% on handing over of equipment at site after installation/ erection/ commissioning /
performance testing if applicable, (completion of scope as per MR) duly certified by Site
In-charge, through Wire Transfer.
F. SITE WORK (Completion period for site installation/commissioning and PGTR defined
separately)
80% against monthly progressive bills (based on agreed billing schedule) duly
certified by Engineer-in-charge, through Wire Transfer.
10% on successful completion of installation, pre-commissioning and commissioning,
duly certified by Engineer-in-charge, through Wire Transfer.
10% on successful completion of Performance Guarantee Test Run (PGTR), duly
certified by Engineer-in-charge, through Wire Transfer.
NOTES:
1. For rotating equipments, packages, etc., in case Material Requisition stipulates
penalty for excess power consumption, then supplier shall furnish a certificate from
EIL regarding actual power consumption. Penalty for excess power consumption, if
any, over the guaranteed figures shall be levied in line with Material Requisition
specifications.
2. No initial advance payment along with Order shall be made by the Owner against
Supplies as well as Services. If a Supplier insists on the same, their Offer shall be
rejected.
(i) Shipment’s Schedule (Shipment date, Port of Shipment etc. for all the
shipments).
(ii) Performa Invoices for all the equipments.
(iii) Dimension details of packages (dividing the same to shipment
lots).
(iv) Detailed technical write-up along with Catalogue.
14. Purchaser will release the payment to the Seller after effecting deductions as per
applicable law in force.
4.1 Bid Evaluation where only Indian Bidders are under comparison
Bids shall be evaluated on the basis of landed cost at Site. The evaluated price shall include the
following:
i. FOT despatch point price quoted by the bidder including packing and forwarding.
ii. All inspection and Testing charges, if quoted extra.
iii. Cost of Mandatory spares and / or Special Tools & Tackles, Commissioning spares,
etc. if required as per bidding document. However, two years spares as recommended
by the Suppliers shall not be considered for Price Comparison.
iv. Non-Cenvatable Excise duty including Cess, if any, on the finished goods.
v. CST / Non - vatable APVAT, as applicable.
vi. Road Freight charges including Non Cenvatable Service Tax and Cess thereon. If a
Bidder does not quote Firm Road freight charges, his offer shall be loaded with
maximum freight charges as quoted by the other bidders.
vii. Supervision charges, if required as per bidding document and estimated man days for
supervision as defined in the bidding document.
viii. Site work charges, if applicable as per bidding document.
ix. Commercial & Technical loading, if any, as defined in the Bidding document.
x. AMC and / or Training, if required as per bidding document.
Domestic Bidders:
Bids shall be evaluated on the basis of Landed Cost at as per Cl 4.1 above.
Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site. The evaluated price shall include the
following:
i. FOB price quoted by the bidder including Packing & Forwarding, documentation, TPI
charges, if quoted extra (including stowage charges in case of pipes).
ii. Ocean freight as quoted by Bidder.
iii. Marine insurance @ 1% of FOB price.
iv. Prevailing rate of Customs duty calculated with landing charges @ 1% of CIF value.
v. Port handling charges @ 2% of FOB value.
vi. Inland freight charges from Chennai port to Project site @ 1% of landed cost, i.e., s no.
(i) to (v).
vii. L/c opening charges @ 1% of FOB value.
viii. Cost of Mandatory spares and / or Special Tools & Tackles, Commissioning spares,
etc. if required as per bidding document. However, two years spares as recommended
by the Suppliers shall not be considered for Price Comparison.
ix. Supervision charges, if required as per bidding document and estimated man days for
supervision as defined in the bidding document.
x. Site work charges, if applicable as per bidding document.
xi. Commercial & Technical loading, if any, as defined in the Bidding document.
xii. AMC and / or Training, if required as per bidding document.
xiii. Less Cenvatable duties.
4.3 Note
i. If a bidder has not quoted freight or supervision charges in their original bid, the price of
such bidder shall be loaded with the maximum charges quoted among all the bidders
(Foreign for Foreign bidders and Indigenous for Indian bidders).
ii. In case of pipes, if bidder has not quoted or not included stowage charges, the same shall
be loaded @ 10% of bidder’s quoted Ocean freight.
4.4 Commercial Loading due to variance in terms & conditions offered by bidders:
Commercial Loading on account of deviations to commercial terms & conditions shall be done
on FOT Despatch point price for Indian bidders and on FOB prices for Foreign bidders, as
follows:
- Period for any other stage shall be suitably decided at the time of evaluation.
c) Payment through bank (Indian bidder) : Loading @ SBI Base Rate + 1% for 1 month
and all bank charges to Supplier’s account.
In case supplier insists for bank charges to
respective account then, it shall result in
loading of prices @ 0.9% on FOT Despatch
Point basis.
4.4.4 Any other loading not explicitly covered above but as required in the opinion of OWNER/EIL to
bring the offers on par shall also be considered for evaluation and comparison.
i) Negative networth in the last financial year. However, waiver of this requirement for
Central Government PSU shall be at the discretion of Owner/EIL
a) The owner will reject a proposal for award if it determines that the bidder recommended
for award has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found
to be false/ forged, the same shall be considered adequate ground for rejection of bids
and forfeiture of Earnest Money Deposit.
b) In case, the information/ document furnished by the Bidder/ Vendor/ Contractor forming
basis of evaluation of his bid is found to be false/ forged after the award of the contract,
Owner shall have full right to terminate the contract and get the remaining job executed at
the risk & cost of such Bidder/ Vendor/ Contractor without any prejudice to other rights
available to Owner under the contract such as forfeiture of PBG/ Security Deposit,
withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution
of work, Owner shall have full right to forfeit any amount due to the Bidder/ Vendor/
Contractor along with forfeiture of PBG/ Security Deposit furnished by the bidder/vendor/
contractor.
d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/ Negative List of
owner debarring them from future business with Owner for a time period, as per the
prevailing policy in EIL/OWNER.
SEAL/ STAMP
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE
ENCLOSED.
b) Present rate of Excise Duty + Education Cess payable Indicated (Refer ANNEXURE– I)
extra against documentary evidence on finished
products (including spares).
c) Maximum rate applicable (If present rate is nil or Indicated (Refer ANNEXURE– I)
concessional).
e) Item does not fall under Negative list of APVAT act. Confirmed
5.
a) Only statutory variations, if any, in the present rate of Confirmed
Excise Duty, Ed. Cess, CST / APVAT, Service tax etc.
upto the contractual delivery period shall be to Owner’s
account subject to documentary evidence to be
furnished by the bidder. Any variation beyond CDD
shall be borne by bidder.
9. Spares Parts:
a) Confirm item wise unit price (FOT Despatch Point) of
following spare parts as required in Material Confirmed
Requisition (MR) have been included in the quoted
prices and itemised list has been furnished.
ii) Special Tools & Tackles as specified in the MR. Confirmed (if applicable as per
MR)
b) Recommended spare parts for two years operation & Confirmed (if applicable as per
maintenance are quoted separately. Also quote freight MR)
charges upto site for the spares.
VENDOR’S NAME :
MANDATE FORM
1. Bidder Name :
2. Bidder Code: :
3. Address of the Bidder :
4. Particulars of Bank Account of Bidder :
a. Name of the Bank :
b. Name of the Branch and Address of the Branch :
c. Branch Code :
d. 9 – Digit MICR code Number of the Bank & :
Branch
(As appearing in the MICR Cheque issued by the
bank) (Please do not give multicity cheque book
code Number)
e. Type of account (Saving Bank, Current or Cash :
Credit)
f. Account Number :
g. RGTS/ IFSC Code (11 digit) :
h. NEFT Code No. :
5. E-mail address of the Bidder :
6. Contact Person(s) of the Bidder :
I/ we declare that the particulars given above are correct and complete and I/ we accord
our consent for receiving all our payments through Electronic Mechanism.
____________________________________________________
(Signature and designation of the Authorised person(s) of Bidder)
BANK CERTIFICATION
Certified that the particulars furnished above are correct as per our records.
Place :
Date :
______________________________________
Signature of the Authorised Official of the Bank
Bank’s Stamp
DESCRIPTION
MR S. DETAILS OF BUILT-IN QTY. CIF VALUE OF IMPORT RATE OF CUSTOMS DUTY INCLUDED IN QUOTED PRICES
ITEM No. IMPORTED RAW (No.) CONTENT INCLUDED IN (MERIT RATE)
NO. MATERIALS AND QUOTED SUPPLY PRICES
COMPONENTS (Rs.)
UNIT CIF TOTAL CIF CUSTOMS BASIC CVD+ ADDITION TOTAL
VALUE VALUE TARIFF NO. CUSTOMS ED. CESS AL CVD DUTY
DUTY (%) (%) (%) (%)
1 i)
ii)
---
2 i)
ii)
---
-- --
TOTAL CIF VALUE Rs.
(Bidder to indicate CIF value & details item wise wherever applicable).
____________________ ____________________
(NAME OF BIDDER) (SIGNATURE OF BIDDER)
Note: Seller’s standard printed terms & conditions, including deviations indicated elsewhere in the offer, if any, shall not be considered.
Name of Bidder:
Note: Technical deviations indicated elsewhere in the offer, if any, shall not be considered.
Name of Bidder:
INDEX
“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.
“Vendor / Seller / Supplier”: Vendor / Seller / Supplier shall mean the person, firm or corporation to whom this
Purchase Order is issued.
“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 effecting the delivery at the
agreed delivery point.
`Total Order Value’ shall be considered for the purpose of calculation of:
a) Price reduction on account of delay
b) Performance bank Guarantee Amount
c) Payment of advance, if any to be made.
Note : - The total order for levy of Price Reduction on account of delay shall include all types of escalation (
including on account of Foreign Exchange Variation ) agreed to in terms of Purchase Order .
3. CONFIRMATION OF ORDER
The Vendor shall acknowledge the receipt of the Purchase Order within ten days following the mailing of this order
and shall thereby confirm his acceptance of this Purchase Order in its entirety without exceptions. The
acknowledgment will bear on both purchase order and General Purchase Conditions.
4. SALES CONDITIONS
With Vendor’s acceptance of provisions of this Purchase Order, he waives and considers as cancelled any of his
general sales conditions.
5. 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 Owner and the Vendor.
6. INSPECTION-CHECKING-TESTING
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.
The salaries and fees of Inspectors and their travelling, lodging and boarding expenses will not be borne by the
Vendor unless inspection becomes in fructuous due to any omission or commission on the part of the Vendor.
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.
The vendor shall inform Procurement Coordinators/Managers at least eight days in advance of the exact place, date
and time of rendering the equipment or materials for required inspection.
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.
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 29 hereof.
The Vendor’s responsibility will not be lessened to any degree due to any comments made by Procurement
Coordinators/Managers and Inspectors on the Vendor’s drawings or by Inspectors witnessing any chemical or
physical tests.
In any case, the equipment and materials must be in strict accordance with the Purchase order and/or its
attachments failing which the Owner shall have the right to reject the goods and hold the Vendor liable for non-
performance of contract.
8. EXPEDITING
Procurement Coordinators / Managers have been assigned to expedite both manufacture and shipment of
equipment and materials covered by the Purchase Order. The Procurement Coordinators / Managers shall have free
access to Vendor’s shop and/or sub suppliers’ shop at any time and they shall be provided all the necessary
assistance and information to help them perform their job.
In order to facilitate over-all execution of the order within the contractual delivery date, Vendor shall furnish to
Procurement Coordinators / Managers within 4 weeks of receipt of Purchase Order the required number of copies of
documents such as, but not limited to, schedules / pert charts. Un-priced copies of sub orders / sub-contracts,
phased programme of item wise manufacturing, testing and delivery and any other information / documentation as
may be called for by the procurement Coordinators / Managers. All post order correspondence shall be addressed to
the Asstt. General Manager (Inspection), Engineers India Ltd., New Delhi.
Vendor’s shipping documents and invoices must contain the following data:
I) Unit net weight
10.2 In case despatch by rail is specified in the Purchase Order, vendor shall exercise due care and ensure that the
consignment shall be booked under appropriate railway classification, failing which, any additional freight incurred by
Owner due to Vendor’s booking the material under a wrong classification shall be to Vendor’s account.
10.3 The goods shall be consigned in the name of consignee as applicable, viz:
i) Dy. General Manager (I/C Materials), Attn: Mr. ASV Ramanan
TGTU Project, Hindustan Petroleum Corporation Limited, Visakhapatnam-530017 (AP). Telephone No : - 0891-
2894331 Fax No. : - 0891-2577637
by the most economical road transport to the destination(s) as specified in the Order.
e-mail: ramanan@hpcl.co.in
Owner’s warehouse is open to receive stores between 9.00 A.M and 3 P.M on all working days. No goods will be
accepted after 3.00 P.M.
10.4 Owner / Procurement Coordinators / Managers reserve the right to advise any change in despatching point /
destination and / or mode of transport, as may be required. Any extra expenditure on this account supported by
documentary evidence, will be reimbursed by the Owner.
The Vendor shall provide the necessary cross sectional drawing to identify the spare parts numbers and their location
as well as inter-changeability chart.
All nozzles, pipes and all sheets shall be marked with strips bearing progressive numbers.
All holes and openings as also all delicate surfaces shall be carefully protected against bad weather.
All threaded fittings shall be greased and provided with plastic caps.
The Vendor shall be held liable for all damages or breakage to the goods due to defective or insufficient packing as
well as for corrosion due to insufficient protections.
On three sides of the packages the following marks shall appear clearly visible and in indelible paint and at Vendor's
care and expenses:
From : M/S.
Within 24 hours of shipment, Vendor shall inform despatch particulars to Owner/Procurement Coordinators as
hereunder:
(b) By courier:-1 copy of despatch advice to the Shipping Deptt. Engineers India Limited, 1, Bhikaiji Cama Place, New
Delhi- 110 066.
( c ) 2 copies of despatch advice to Resident Construction Manager, Engineer India Limited, C/o TGTU Project
Hindustan Petroleum Corporation Limited,Visakhapatnam-530017 (AP).
The Vendor shall carefully note the destination of materials.
The demurrage or other expenses incurred owing to any negligence, delay, default on the part of the Vendor will be
to Vendor’s account.
i) Accept delayed delivery at prices reduced by a sum equivalent to ONE HALF OF ONE percent (½%) of the total
basic order value per week of delay or part thereof, limited to a maximum of 5% (five percent) of 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."
OR
ii) Cancel the order in part or full and purchase / lease / hire such cancelled quantities from elsewhere on account
and at the risk of Vendor, without prejudice to its rights under (i) above in respect of goods delivered.
In case of delay, if vendor wishes to submit any justification for extension of delivery period, the same may be
submitted prior to four weeks of expiry of delivery period. No claim thereafter will be entertained by the Owner.
The Vendor must advise the Owner and Procurement Coordinator / Managers by Registered letter duly certified by
local Chamber of Commerce or statutory authorities, the beginning and the end of the cause of delay immediately,
but in no case later than 7 days from the beginning and end of such cause of Force Majeure condition as defined
above.
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 Owner. The time taken for replacement in such event will not be added to the
contractual delivery period.
22. PRICE
Unless otherwise agreed to in the terms of the Purchase Order, the price shall be:
(a) 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) Inclusive of adequate road / rail worthy packing and forwarding charges up to effecting delivery at F.O.R / F.O.T.
despatch point in all cases and road / railway freight whenever F.O.R / F.O.T. destination delivery terms are agreed
to but exclusive of transit insurance.
Exclusive of Central / State sales Tax, Excise Duty and / or such imposts, which are leviable by law on sale of
finished goods to owner and/or entry tax ,if any, leviable at destination state. The nature and extent of such levies
shall be shown separately.
23.TERMS OF PAYMENT
23.1 The following payment terms shall be applicable:
i) 75% of the bill amount duly recommended by user on receipt of materials / docs. at HPCL shall be paid within 7
days of receipt of bill.
ii) Balance 25% to be paid after verification/ certification within 15 days of receipt of bill. However, the final bill
payment will not exceed 30 days.”
Payment against invoice shall be made on receipt of equipment/materials at site against submission of following
documents along with your Bill/Invoice:-
i) Delivery Challan / Lorry Receipt.
ii) Manufacturer’s Test Certificate
iii) Inspection/Clearance report
iv) Manufacturer’s Guarantee Certificate
v) Performance Bank Guarantee for 10% Basic Order Value
vi) Any other document specified in the Purchase Order.
23.2 PAYMENT:
Payment shall be made in accordance with the following provisions. The time for payment of invoices shall run only
from the date of approval specified in the order or from the date of receipt of Vendor’s correct invoices, whichever is
later.
Terms of payment of the Owner are 100% on pro-rata basis within 30 days from the date of receipt of materials at
site or against furnishing despatch documents directly at HPCL and on submission of Performance Bank Guarantee
for 10% of order value
23.3 i) 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.
ii) In case of delayed supplies, bills will be paid after recovering the amount as per delayed delivery clause of the
P.O.
iii). All bank guarantees shall be non revocable and from Scheduled / Nationalised Banks other than cooperative
banks in India and as per HPCL’s proforma.
iv ) 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.
24. INVOICING
Invoices and other documents such as LR / GR note, delivery challan etc. shall be sent as hereunder:
- Original + 2 copies to Dy. General Manager (Project-Finance), TGTU Project, Hindustan Petroleum Corporation
Limited,Visakhapatnam-530017 (AP).
- 1 copy to SHIPPING Department, Engineers India Ltd., 1, Bhikaiji Cama Place, New Delhi- 110 066, India
- 1 copy to Dy. General Manager (Project), TGTU Project, Hindustan Petroleum Corporation Limited,
Visakhapatnam-530017 (AP).
26. CHANGES
The Owner 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.
27. CANCELLATION:
The owner reserves the right to cancel this purchase order or any part thereof and shall be entitled to rescind the
contract wholly or in part with a written notice to the vendor if:
(i) The vendor fails to comply with the terms of this purchase order.
(ii) The vendor fails to delivery the goods on time and / or replace the rejected goods promptly.
(iii) The Vendor becomes bankrupt or goes into liquidation.
(iv) The vendor makes a general assignment for the benefit of creditors.
(v) A receiver is appointed for any of the property owned by the vendor.
Therefore, in case of Termination of the contract, Owner 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, Owner 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.
The provision of this clause shall not prejudice the right of the Owner from invoking the provisions of clause “Delayed
Delivery” as a fore said.
Checking of Vendor’s drawings by Procurement Coordinators / Managers and their approval and permission to ship
or despatch the equipment and materials, granted by inspectors shall not relieve the Vendor of any part of his/its
responsibilities of proper fulfilment of the requirements. The Vendor will guarantee that all materials and equipment
shall be repaired or replaced as the case may be at his own expense in case the same have been found to be
defective in respect of designs, materials, workmanship or smooth and rated operation within a period of 12 months
after the same have been put in service or 18 months from the date of shipment whichever is earlier.
The guarantee period for the replacement part shall be twelve months starting from the date on which the
replacements are put in service. Acceptance by the Owner or Inspectors of any equipment and materials or their
replacement will not relieve the Vendor of his / its responsibility concerning the above guarantees. The Vendor shall
furnish a single bank guarantee (as per proforma hereunder) to support Vendor’s performance along with documents
for the first consignment. This bank guarantee shall remain in force for the entire period covered by the performance
guarantee.
Multiple Bank Guarantees shall not be acceptable. In case of multiple deliveries / consignments, 10% Bank
Guarantees shall have to be given along with the first supply / invoice, failing which the amounts will be retained in
cash towards the above from running bills and will be refunded to the party upon submission of Performance Bank
Guarantee with the final payment. Submission of Bank Guarantees in intervening period will not be permitted.
The Vendor shall not disclose the technical information furnished to or gained by the Vendor under or by virtue or as
a result of the implementation of this Purchase Order to any person, firm or body or corporate authority and shall
make all endeavours to ensure that the technical information is kept CONFIDENTIAL. The technical information
imparted and supplied to the Vendor by the Owner shall at all times remain the absolute Property of the Owner.
(c) The Vendor shall give a firm and binding list of Owner issue materials and the desired schedule of its delivery to
Shop floor strictly in accordance with the sequence of fabrication vis-à-vis the contract delivery period.
(d) Unused material or scrap from material supplied by the Owner to the Vendor shall be returned by the Vendor to
the Owner or if the owner so directs, the Vendor may dispose of the same by sale or otherwise on such terms and
conditions as the Owner may stipulate and the Vendor shall pay to the owner the sale proceeds of the material so
disposed by sale deducting there from expenses incurred by the Vendor on such sale, the quantum of such
deduction to be mutually agreed upon in advance between the Owner and the Vendor.
The seller shall further guarantee that if he goes out of production of spare parts , then he will make available blue
prints , drawings of spare parts and specification of materials at no extra cost to the Purchaser , if and when
required in connection with the equipment to enable the purchaser to fabricate or procure spare parts from other
source .
The provision of this clause shall remain effective and binding upon the seller even after the completion or expiry of
the order and till the plant / machinery / equipment / instrument supplied under the order is in use by the purchaser .
39. HEADINGS
The headings of the conditions hereof shall not affect construction thereof.
40. 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
41. JURISDICTION
The Vendor hereby agrees that the Courts situated in Visakhapatnam alone shall have the jurisdiction to hear
and determine all actions and proceedings arising out of this contract.
2. We, _______________ Bank further agree that "the Corporation" shall be sole judge
whether the said "Supplier" has committed breach of any of the terms and conditions
of "the Order" and the extent of loss, damage, cost charges and expenses suffered
or incurred or would be suffered or incurred by "the Corporation" on account thereof
and we waive in favour of "the Corporation" all the rights and defences to which we
as guarantors and/or "the Supplier" may be entitled to.
3. We, ___________________ Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank's"
liability to pay and amount demanded and "the Bank" undertake to pay "the
Corporation" the amount so demanded on first demand and without any demur
notwithstanding any dispute raised by "the Supplier" or any suit or other legal
proceedings including arbitration pending before any court tribunal or arbitrator
4. We, __________________ Bank further agree with "the Corporation" that "the
Corporation" shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder to vary any of the terms and conditions of the
said "order"/or to extend time of performance by "the Supplier" from time to time or
to postpone for any time or from time to time any of the powers exercisable by "the
Corporation" against "the Supplier" and to forbear to enforce any of the terms and
conditions relating to "the Order" and we shall not be relieved from our liability by
reason of any such variation or extension being granted to "the Supplier" or for any
forbearance, act or omission on "the Supplier" or by any such matter or things
whatsoever which under the law relating to sureties would be for this provisions
have the effect of relieving us.
6. We, ________________ Bank further undertake not to revoke this guarantee during
its currency except with the previous consent of "the Corporation" in writing.
7. We, ____________________ Bank lastly agree that "the Bank" liability under this
guarantee shall not be affected by any change in the constitution of "the Supplier".
8. We, _________________ Bank has power to issue this guarantee in favour of "the
Corporation" in terms of the documents and/or the agreement/contract or MOU
entered into between"the supplier" and "the Bank" in this regard.
____________________________
(FOR _________ BANK)
(by its constituted attorney)
(signature of a person authorized to sign on behalf of "the Bank")
We, ______________________ (hereinafter called "the Bank" which expression shall include its
successors and assigns) hereby jointly and severally undertake and guarantee to pay to "the
Corporation" in rupees forthwith on demand in writing and without protest or demur of any and
all moneys anywise payable by "the Supplier" to "the Corporation" under, in respect of or in
connection with the said supply contract inclusive of all the Corporation's losses and damage
and costs, (inclusive between attorney and client) charges, and expenses and other moneys
anywise payable in respect of the above as specified in any notice of demand made by "the
Corporation" to the Bank with reference to this Guarantee upto and aggregate limit of
Rs.___________ (Rupees __________________________ ) and "the Bank" hereby agrees
with "the Corporation" that:
3. "The Corporation" shall be at liberty without reference to "the Bank" and without affecting
the full liability of "the Bank" hereunder to take any other security in respect of "the
Supplier's" obligation and/or liabilities under or in connection with the said supply
5. "The Bank" hereby waives all rights at any time inconsistent with the terms of this
Guarantee/Undertaking and the obligations of "the Bank" in terms hereof shall not be
anywise affected or suspended by reason of any dispute having been raised by "the
suppliers" (whether or not pending before any arbitrator, officer, tribunal or court) or any
denial of liability by "the supplier" or any other order of communication whatsoever by
"the supplier" stopping or preventing or purporting to stop or prevent any payment by
"the Bank" to "the Corporation" in terms hereof.
6. The amount stated in any notice of demand addressed by "the Corporation" to "the
Bank" as liable to be paid to "the Corporation" by "the supplier" or as suffered or incurred
by "the Corporation" on account of any losses or damages or costs, charges/and/or
expenses shall be as between "the Bank" and "the Corporation" be conclusive of the
amount so liable to be paid to "the Corporation" or suffered or incurred by "the
Corporation", as the case may be, and payable by "the Bank" to "the Corporation", in
terms hereof.
8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of
the documents and/or the agreement/contract or MOU entered into between "the
supplier" and "the Bank" in this regard.
____________________________ Bank
(by its constituted attorney)
(signature of a person authorized to sign on behalf of "the Bank")
Bidders who wish to participate for RFQs/ Tenders which are uploaded on EIL’s
Authorised service provider’s website (i.e. www.tenderwizard.com/eil) should follow
the following instructions which shall permit them to Search, View, Download and
Submit their Electronic Bids online in a secure manner ensuring confidentiality. These
Instructions for E-Tendering shall be read in conjunction with various instructions,
wherever appearing with the RFQ/ Bidding Document. The conditions & instructions
mentioned here in under shall supersede and shall prevail over the conditions &
instructions enumerated elsewhere in the RFQ/ Bidding Document.
3) DIGITAL SIGNATURE
Bidders cannot submit e-bids without having valid Digital Signature. The Digital
Signature shall be issued by C.A. (Certifying Authority) in India, in the name of a
person authorized for E- Tendering on behalf of his Company.
Page 1 of 5
Annexure - I
Note: In terms of Indian I.T Act 2000, only a digitally signed document will be
considered as a valid signed document.
Bidders are required to submit the Bid Document Fee & EMD (in the prescribed
format) in original as per the manner prescribed in the RFQ/ Bidding Document at
the time of bid submission in sealed envelope. However, bidders are required to
upload the scanned copy of both Bid Document fee as well as EMD on E- Tendering
website along with the e-bid.
If the Bidder is unable to submit Bid Document Fee & EMD in original within the due
date & time, he may submit the original Bid Document Fee & EMD within 7 days
from the date of unpriced bid opening, provided copy of the same have been
uploaded on E-Tendering Website. In case the bidder fails to submit the same in
original within 7 days, his bid shall be rejected, irrespective of their status/ ranking
in tender and notwithstanding the fact that a copy of Bid Document Fee & EMD
was earlier uploaded by the bidder.
5) SUBMISSION OF BID :
Bidders are required to upload the bid along with all supporting documents & Priced
part on the E-Tendering website (www.tenderwizard.com/eil) only. However,
documents required to be submitted physically, viz., Bid Document Fee, EMD, etc.,
need to be submitted in a sealed envelope as per the provisions of RFQ/ Bidding
Document.
Bidders shall ensure that all the required documents are uploaded in time and
failure to upload the same before bid submission date & time is the sole
responsibility of bidder. Under no circumstances, EIL shall entertain any request for
acceptance of bid documents in physical form or any other form, which are required
to be uploaded on E- Tendering Website.
The bidders needs to submit prices on-line strictly as per the Price Schedule
format provided in our E-Tender.
Bidders can submit their Bids on-line only after digitally signing the bid/documents
with the Digital Signatures used for log-in.
Page 2 of 5
Annexure - I
No Late Bids after due date & time shall be permitted in E -Tendering website.
The system time (IST) being displayed on the E-Tendering website shall be final and
binding on bidder and bids have to be submitted by bidders considering this time only
and not the time as per their location / country. Bidder who intends to change the bid
already submitted may change/revise the same on or before the closing date &
time of bid submission.
Note:
i) Bidders are advised in their own interest to ensure that bids are uploaded in E-
tendering website well before the closing date and time of bid submission.
ii) No bid can be modified after the dead line for submission of bids.
iii) EIL shall not be responsible for any failure on the part of the bidder to follow the
instructions.
iv) Inadvertently, if a document is uploaded in E- tendering website by the
bidders, such document can be deleted by the Bidder and a new/modified
document can be uploaded digitally signed within the bid due date & time.
v) Bidders are requested to upload small sized documents preferably (upto 5 MB)
at a time to facilitate easy uploading into E- Tendering website. EIL does
not take any responsibility in case of failure of the bidder to upload the
documents within specified time of Bid submission.
vi) Wherever, the bidders are asked to upload the required document in Mandatory
folders, the bidders must upload the required document only in the Mandatory
folders.
6) OPENING OF BIDS:
The unpriced bids shall be opened online, at the specified date and time given in the
RFQ document or extended otherwise. The price bids shall also be opened online
on the date & time which will be informed to all the techno-commercially qualified/
acceptable bidders in advance.
The bidders who have submitted their bid will be able to view online the name &
status of all the bidders at their respective windows, after unpriced bid opening by
buyer. Similarly, the techno-commercially acceptable bidders will be able to view
online the price sheets of other techno-commercially acceptable bidders at their
respective windows, after priced bid opening by buyer.
Page 3 of 5
Annexure - I
Wherever the composite bids are invited, the composite bids shall be opened
accordingly.
System does not allow for submission of bids beyond the deadline for bid
submission. The system time displayed on EIL’s ASP E-Tendering website shall be
final and binding on the bidders for all purposes pertaining to various events of the
subject RFQ/ Bidding Document and no other time shall be taken into cognizance.
8) GENERAL
The bidders may quote from their own offices/ place of their choice. Internet
connectivity shall be ensured by bidders on its own.
Bidders agree to non-disclosure of trade information regarding the purchase,
identity of EIL, bid process, bid technology, bid documentation and bid details.
EIL shall not have any liability to bidders for any interruption or delay in access to
the site irrespective of the cause.
EIL shall not be responsible for any indirect / consequential losses / damages,
including but not limited to systems problems, inability to use the system, loss of
electronic information, etc.
EIL decision on award of Contract shall be final and binding on all the Bidders.
EIL reserves the right to prescribe different Security Devices for accessing and/or
using E-Tendering System or any part thereof, including but not limited to
prescribing different Security Device(s) for accessing and/or using different parts
of E-Tendering System.
EIL reserves the right to prescribe password(s) and Login ID(s) for the bidders
and its representatives as well as any combination and/or sequence of letters
and/or numerals for the password(s) and Login ID(s).
The actions, failures, omissions and defaults of the bidder's representative(s)
shall be construed and be given legal effect as if they are the actions, failures,
omissions and defaults of the bidder and the bidder shall be fully responsible for
all such matters.
The bidder shall bear all costs and expenses in relation to its access and use of
E-Tendering System, including but not limited to the costs and expenses incurred
in ensuring its continued access and use of E-Tendering System.
EIL shall not be responsible or held liable under these Terms and Conditions for
any loss or damage that is caused to any party due to use or misuse of the
E-Tendering System or breach, by any party, of the Terms and Conditions
mentioned herein.
Page 4 of 5
Annexure-II
2: Mr. Sachin
Contact no: 8401982112
Email: sachin.t@antaressystems.com
Page 5 of 5