You are on page 1of 110

EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA

Phone No : 0091-11-26102121, 26101419 ; Fax No : 0091-11-26191714, 26167664


REQUEST FOR QUOTATION (RFQ)
S.M/A406-079-WH-MR-3114/037 Date: 19.12.2013

Client : Hindustan Petroleum Corporation Limited,Vizag

Project : Tail Gas Treatment Unit


The invitation of bid is open only to
MR No.: A406-079-WH-MR-3114 REV.A
suppliers to whom this RFQ is issued.
Item: PROCESS TRAPS [CAT-I]

Due Date & Time: 10.01.2014 Up to 12:00 Hrs. (IST)

PRE-BID MEETING : NOT REQUIRED

At 1400 Hrs. (IST) on 10.01.2014 (at Business Centre, EI-


Annexe, Bhikaiji Cama Place, R.K. Puram, New Delhi –
UNPRICED BID OPENING: 110066, India) (In case the bid due date happens to fall on
Holiday, the next working day shall be deemed to be due
date)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.
Gentlemen,
1. Bids are requested on behalf of our Client Hindustan Petroleum Corporation Limited, Vizag for the
subject item in total compliance to technical specifications, scope & terms & conditions of enquiry
documents / attachments
2. Bidder can download the RFQ Documents from EIL’s website http://tenders.eil.co.in /
www.tenderwizard.com/eil or Govt. portal http://eprocure.gov.in/cppp.
3. Bids are required to be submitted through EIL’s Authorized Service Provider’s (ASP) Electronic
System / Portal at www.tenderwizard.com/eil only, on or before the bid submission date and time.
Bidders are required to register themselves at www.tenderwizard.com/eil . No registration fee would
be charged from the bidders.
Bidders to refer attached Instructions to Bidders for E-Tendering.
Note:
a. Bidders in their own interest are requested to register on e- tendering portal and upload/submit their
bid well in time and should avoid the last hour rush to the website for registration of user id &
password, enabling of user id and mapping of digital signature serial number etc. since this
exercise require activities from EIL & M/s Anatares System (Service Provider) and needs time. In
the event of failure in bidder’s connectivity with EIL/Service Provider during the last few hours,
bidder is likely to miss the deadline for bid submission. Due date extension request due to above
reason may not be entertained
b. Whenever any bidder intends to modify their bid they should use modify feature instead of
“Withdraw“. Also follow the system messages as once bid is withdrawn by the bidder willingly or
unwillingly, system will not allow you to resubmit the bid.
4. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all
supporting documents & Part-II :- Priced Bid on the e-tendering website (www.tenderwizard.com/eil)
only.
5. E-bids are requested for the captioned item in total compliance to technical specifications, scope
and terms & conditions of enquiry documents/attachments. Your offer must be complete in all
respect and must contain confirmation/compliance to all points of enclosed commercial Agreed

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

* Please specify RFQ. No. S.M/A406-079-WB-MR-3108/034 in all Correspondence.


THIS IS NOT AN ORDER
Very truly yours,
For & on behalf of
Hindustan Petroleum Corporation Limited

(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.

C) Technical document: A406-079-WH-MR-3114 REV.A

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

Issue Status (Fill 1 or 2 from below in this bracket) [ ]


ITEM: PROCESS TRAPS 1. -> Entire Requisition Issued
MR Category :I 2. -> Only Revised Pages are Issued

DOCUMENT NUMBER
(Always quote this document number given below as reference)

A406 079 WH MR 3114 A 01/11/2013 16/43


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

UNIT/ COST DOC ORIGINATING


JOB NO. CENTRE
SR.NO. REV DATE
AREA CODE DIVN./DEPT

VENDOR CODE VENDOR NAME

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.

3. When a Requisition is revised, only the revised pages may be issued.

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.

REV. DATE BY CHK. APPD. DETAILS


A 01/11/2013 BKT TSS AK ISSUED FOR BIDS

This is a system generated approved document and does not require signature
EIL - 588 A - 216 x 279

Requisition No. Rev


ENGINEERS INDIA LIMITED Project: TGTU
A406-079-WH-MR-3114 A
NEW DELHI Client: HPCL
Page 1 of 3
Page 2 of 63
LIST OF ATTACHMENT
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

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

Requisition No. Rev


ENGINEERS INDIA LIMITED Project: TGTU
A406-079-WH-MR-3114 A
NEW DELHI Client: HPCL
Page 2 of 3
Page 3 of 63
MR ATTACHMENT
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

SR.NO. ITEMCODE DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

Item Description: PROCESS TRAP: TAG NO. 65-ST-4202/5202,79-ST-3202, INVERTED


BUCKET TYPE WITH INBUILT STRAINER, INLET LINE NO: 1"-SL-
65/79-3302/4302/5302-A1A-IS, OUT LET LINE NO. 1"-CL-65/79-
3304/4304/5304-A1A-IS

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

Requisition No. Rev


ENGINEERS INDIA LIMITED Project: TGTU
A406-079-WH-MR-3114 A
NEW DELHI Client: HPCL
Page 3 of 3
Page 4 of 63
DOCUMENT No.
ADDITIONAL TECHNICAL A406-079-16-43-ATR-3114
REQUIREMENTS Rev. A
Page 1 of 2

ADDITIONAL TECHNICAL
REQUIREMENTS
(PROCESS TRAPS)

A 01/11/2013 ISSUED AS JOB SPECIFICATION BKT TSS AK


Prepared
Rev. No Date Purpose Checked by Approved by
by

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

ADDITIONAL TECHNICAL REQUIREMENTS


( PROCESS TRAPS)

1. Vendor to note that no correspondence shall be entered into or entertained


after the bid submission.

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.

4. The submission of price by vendor shall be construed to mean that he has


confirmed compliance with all technical specifications of the corresponding
item(s).

5. Following clauses of TECHNICAL NOTES FOR VALVES (6-44-0052) are


NOT APPLICABLE:
a) Data sheet for Torque Values of MOV’s.
b) 6-44-0052-A1 : Bypass piping arrangement
6-44-0052-A2 : Specifications for Bypass Piping, Fittings and
Valves
c) 6-44-0052-A3 : Special Requirements for Low Temperature and
cryogenic Valves
d) 6-44-0052-A4 : Special Requirements for Hydrogen Service Valves

6. Bidders shall categorically confirm compliance to the following specifications


attached with the requisition:

a) Specification for Quality management system requirements from


bidders,6-78-0001
b) Specification for documentation requirements from suppliers, 6-78-0003
c) Technical notes for steam and air traps, 6-44-0066 REV.1

d) Inspection and test plan for Steam Traps, 6-81-0134, REV. 1


e) Additional technical requirements, A406-079-16-43-ATR-3114Rev A
f) Data Sheet for process trap,A406-079-16-43-ATR-3114
g) Annexure-I

h) Standard specification for positive material identification (PMI) at


Supplier’s work, 6-81-0001 REV.2

7. Vendor shall submit drawings for manifolds, piston valves, compact steam
trapping assembly and catalogues along with offer.

8. Detailed vendor drawings shall be submitted for approval after placement of


order, before start of manufacturing.

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%

3-1643-0094, REV. 0 SHEET 1 OF 1 Copyrights EIL - All rights reserved


Page 8 of 63
-
Zgaf mac'
kiilfaeiel ENGINEERS
INDIA LIMITED
INSPECTION AND TEST PLAN
FOR STEAM TRAPS
STANDARD SPECIFICATION No.
6-81-0134 Rev 1
tam Tr rrecn, 0513, l 9 r■ 3 ) (A Go. of Inda Un4na..91
Page 1 of 6

rttrapir q LA9-ur TI)----9T


INSPECTION AND TEST PLAN
FOR
STEAM TRAPS

1110144, 211.Kot
1
KC 15.07.2011 REVISED AND RE-ISSUED TKK 1 'I DM

0 28.09.07 Issued for implementation PD RB MVKK VC

Convenor Chairman
Rev. Prepared Checked Standards Committee Standards Bureau
No. Date Purpose by
by
Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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:

CCE or CCOE Chief Controller of Explosives MPT/MT Magnetic Particle Testing


CEIL Certification Engineers International Limited MRT Mechanical Run Test
CIMFR Central Institute of Mining & Fuel Research MTC Material Test Certificate
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness NDT Non Destructive Testing
DT Destructive Testing PO Purchase Order
DPT Dye Penetrate Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
ISR Intermediate Stress Relieving VDR Vendor Data Requirement
IC Inspection Certification WPS Welding Procedure Specification
IGC Inter Granular Corrosion WPQ Welders Performance Qualification
LPT Liquid Penetrate Testing

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary

Members:

Mr. SS Lotay Mr. Rajeev Kumar Mr. G. Poornachandra Rao


Mr. S.C. Gupta Mr. Anoop Goel Mr. MP Jain (Project)
Mr. R.K. Singh Mr. G. Suresh

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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.

2.0 REFERENCE DOCUMENTS:

PO/PR/ Standards referred there in/ Job specifications /Approved documents.

3.0 INPECTION AND TEST REQUIREMENTS:

SCOPE OF INSPECTION
QUANTUM OF
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure

Hydrostatic Test, Heat


Procedure _
1.1 Treatment, NDT and Other Documented Procedures 100% H R
Documents
Procedures

Welding Parameters & Qualification WPS,PQR W- New


1.2 WPS,PQR & WPQ 100% - H
Record &WPQ R- Existing

2.0 Material Inspection


Chemical , Mechanical ,Impact,
IGC, Heat Treatment, NDT, Test H
2.1 Raw Material Inspection 100% H R
Hardness and other properties as Certificates
applicable

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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

3.0 In Process Inspection

Welding Parameters as per WPS / Inspection


3.1 Welding 100% - H R
PQR Reports

3.2 Heat Treatment PWHT as applicable 100% HT chart - H R

RT PR / Purchase RT films &


3.3 Surface & Internal Imperfections - H R
As Applicable Specification Reports

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

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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).

NOTES (As applicable):

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.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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&LTErr
INSPECTION AND TEST PLAN
FOR
FLANGES, SPECTACLE BLINDS & DRIP RINGS

AsL4'0
3 15.07.2011 REVISED AND RE-ISSUED TKK CG AKC DM

2 30.06.2010 REVISED AND RE-ISSUED


RKB VKJ SKP ND
1 28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

0 23.04.2002 ISSUED FOR IMPLEMENTATION NKN SPS AKB SB


Standards Committee Standards Bureau
Rev. Prepared Checked Convenor Chairman
Date Purpose
No. by by
Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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:

CCE or CCOE Chief Controller of Explosives MPT/MT Magnetic Particle Testing


CEIL Certification Engineers International Limited MRT Mechanical Run Test
CIMFR Central Institute of Mining & Fuel Research MTC Material Test Certificate
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness NDT Non Destructive Testing
DT Destructive Testing PO Purchase Order
DPT Dye Penetrate Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
ISR Intermediate Stress Relieving VDR Vendor Data Requirement
IC Inspection Certification WPS Welding Procedure Specification
IGC Inter Granular Corrosion WPQ Welders Performance Qualification
LPT Liquid Penetrate Testing

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary

Members:

Mr. SS Lotay Mr. Rajeev Kumar Mr. G. Poornachandra Rao


Mr. S.C. Gupta Mr. Anoop Goel Mr. MP Jain (Project)
Mr. R.K. Singh Mr. G. Suresh

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD
NO. CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedure

Heat Treatment, NDT Procedure


1.1 Documented Procedures 100% - H R
and Other Procedures Documents

Welding Parameters & WPS,PQR W- New


1.2 WPS,PQR & WPQ 100% - H
Qualification Record &WPQ R- Existing

2.0 Material Inspection

Chemical & Mechanical


2.1 Raw Material Inspection 100% Test Certificates - H R
Properties

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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

3.0 In Process Inspection

Forging /Welding Inspection


3.1 Welding / Forging 100% - H R
Parameters Reports
Ferrite Check of SS
Random Inspection Report
3.2 Welds in Spectacle Blinds % Ferrite Check - H R
(If Applicable)
Stress Relieving,
Normalising, Tempering,
Heat Treatment Solution Annealing, R
3.3 100% HT chart - H
Stabilization Heat
Treatment etc. as
applicable
Product Chemical,
Identification of Test PR / Purchase
3.4 Mechanical, Impact, IGC Test Reports - H H
Samples Specification
and Other test as applicable
PR / Purchase
3.5 Product Analysis Chemical Composition Test Reports - H R
Specification

Destructive Testing Mechanical, Impact, IGC PR / Purchase


3.6 Test Reports - H H
and Other test as applicable Specification
UT / LPT / MPT As
Surface & Internal PR / Purchase R
3.7 applicable Test Reprts - H
Imperfections Specification

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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

4.0 Final Inspection •

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

PMI Check As Per EIL Spec.


4.2 (As per EIL Spec. 6-81- Chemical Check 6-81-0001 Inspection report - H W/R
0001)

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

Rust Preventive Coating Visual & Color Coding as Inspection Report H R


5.1 100%
& Color Coding applicable

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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

6.0 Documentation & IC

Review of Stage Inspection


Documentation &
6.1 Reports / Test Reports & 100% Supplier TC & IC - H H
Inspection Certificate(IC)
Issue of IC

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).

NOTES (As applicable):


For Non NACE & Non Hydrogen service Carbon Steel Flanges, Spectacle Blinds & Drip Rings up to size 24"-300ANSI Class Will be accepted on review of
Supplier Test Certificates. Supplier Test Certificate to be reviewed by EIL/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.
Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.
Wherever order is placed on stockiest, 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.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

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

,flcomoict) TIPTth LI 111


f'6g itta-vr

STANDARD SPECIFICATION
FOR
POSITIVE MATERIAL
IDENTIFICATION
(PMI)
AT SUPPLIER'S WORKS

40D ., 15,
2 20.10.11 REVISED AND RE-ISSUED AKC DM

1 15.07.08 REVISED AND RE-ISSUED


NKR SSL SKP VC
0 07.12.00 ISSUED AS STANDARD SPECIFICATION AKC AKB AKB MI
Standards Standards
Rev. Prepared Checked Committee Bureau
No Date Purpose
by by Convenor Chairman
Approved by

Formal No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

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:

API American Petroleum Institute


AS Alloy Steel
LSTK Lump Sum Turn Key
PMI Positive Material Identification
Sch Schedule
SS Stainless Steel
TPI or TPIA Third Party Inspection Agency

Inspection Standards Committee

Convenor: Mr.AK Chaudhary

Members: Mr. SS Lotay


Mr. SC Gupta
Mr. RK Singh
Mr. Rajeev Kumar
Mr. Anoop Goel
Mr. G Suresh
Mr. G Poornachandra Rao
Mr. MP Jain (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 50 of 63
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
151M4-e?fte ENGINEERS FOR POSITIVE MATERIAL
Ogrir tfigtegW INDIA LIMITED
Gorl of India undertaking} IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 3 of 8

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved


Page 51 of 63
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ft/ ENCJNEERS FOR POSITIVE MATERIAL
beire,altateg ‘60
'- -1 INDIA LIMITED 6-81-0001 Rev. 2
IDENTIFICATION (PMT) AT
SUPPLIER'S WORKS Page 4 of 8

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:

1.4.1 For alloy Steel materials as below:


Alloy Steel Pipes including Clad Pipes
Alloy Steel Flanges & Forgings
Alloy Steel Fittings including Clad Fittings
Alloy Steel Fasteners
Alloy Cast & Forged steel valves
Alloy Steel Instrumentation Items (Control Valves, Safety Valves etc.)
Longitudinal Pipe & Fittings Welds.
Gaskets (for Ring Type Joints)

1.4.2 For Carbon Steel materials as below:


All Carbon Steel Piping items under NACE or HIC or H2
Carbon Steel flanges and valves (Rating 900# and above)
Carbon Steel Pipes & fittings for following thicknesses:
Size 1"- 2" NB : Sch 160 & above
Size 3" NB : Sch XS & above
Size 4" - 12" NB : Sch 120 & above

Following items shall be excluded from scope of PMI examination.

Gaskets other than for Ring Type Joints


Internal Components of Valves

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).

2.0 REFERENCE DOCUMENTS

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

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.

4.0 PMI EXAMINATION

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.

4.5 PMI examination is subject to surveillance inspection by Owner/EIL/TPIA.

5.0 ACCEPTABLE METHODS FOR PMI

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

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.

6.0 EXTENT OF PMI EXAMINATION

Following sampling plans shall be applicable for PMI examination of various items.

Flanges, Fittings 100%


Valves, RTJ Gaskets

Pipes 100% (for pipes procured from traders).

2 random samples drawn from each


Size/Heat/Lot (for pipes procured directly from mills)
C. Fasteners

Lot Size Sample Size

Upto 100 2% (Min 2)


101 to 500 1% (Min 3)
501 and above 0.5% (Min 5)

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

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

7.0 RECORDING AND DOCUMENTATION

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"

Bar Code/Hologram Sticker


A low stress stamp marking

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 55 of 63
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
012-ael ie ENGINEERS FOR POSITIVE MATERIAL
st",ar &Reg W INDIALIMTED 6-81-0001 Rev. 2
GOA Of India undertakng) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 8 of 8

POSITIVE MATERIAL IDENTIFICATION REPORT Page of


BULK MATERIALS

Project: Client Job No.

PMI Report No. Supplier/Sub-Supplier

Purchase Order No. Testing Agency

Purchase PMI Location


Requisition No:

Bulk Item Type (as per Requisition)

Material Specification/Grade

Number of items in Lot

Requisition Item No./ Description Major content, Weight Percent Remarks


Accept/Reject

Element Cr Mo Ni V

Specified Range

Actual observations

Instrument Type / ID

Last Service Date Witnessed By


Inspection Agency

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 56 of 63
Page 57 of 63
Page 58 of 63
Page 59 of 63
Page 60 of 63
Page 61 of 63
Page 62 of 63
Page 63 of 63
HINDUSTAN PETROLEUM CORPORATION LIMITED
TAIL GAS TREATMENT UNIT (TGTU) PROJECT

SPECIAL INSTRUCTIONS TO BIDDERS – ‘SIB’

1.0 INTEGRITY PACT (Applicable for cases above Rs.1 crore)


The Integrity Pact duly signed by the authorized official of HPCL and the Supp lier, will form
part of the purchase order.
Proforma of Integrity Pact (issued along with the bidding document) shall be returned by the
bidder along with technical bid, duly signed on each page by the authorized Bid Signatory.
In case of physical bidding, original Integrity pact shall be submitted along with the un-
priced bid. However, in case of e-procurement, original Integrity Pact (in physical form)
shall be submitted at EIL office within bid due date and time but in any case not later than
05 Calendar days from the un-priced bid opening. Non submission of Integrity pact shall
lead to rejection of the bids.

2.0 PRICE REDUCTION SCHEDULE


In case of delayed delivery, prices will be reduced @ 1/2% of the total basic order value for
every week of delay or part thereof subject to a maximum of @ 5% of the total basic order
value. PRS shall be applicable only on the basic cost and on full complete week (s) and for
fractional days PRS shall be applicable on pro-rata, if any.
Initially PRS shall be applicable for total basic order value and final PRS settlement shall be
considering undelivered portion as on Contractual Delivery Date.

3.0 PAYMENT TERMS


The following payment terms shall be applicable.

3.1 INDIAN BIDDERS


A. Where the MR is only for supply of materials containing “Final Documents /Vendor Data
Requirement”.
 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 and submission of PBG for 10% of order value and Final drawings /
documents as per VDR specified in the PR.

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) For all other materials (PBG Required)


 75% of the Bill Amount (along with taxes, duties & freight) duly recommended by the
EIL/Owner on receipt of materials /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 and submission of PBG for 10% of order value.

C. For Fabricated/Rotary/Mech. Eqpt./Packages involving:

(i) Supply only


 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.

SIB A406 (REV.3) Page 1 of 12


 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.
 55%: Payment along with taxes, duties & freight charges within 30 days after receipt
of materials at Owner’s site on pro-rata basis.
 20%: On acceptance of material at site 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 as per Material Requisition.

(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.

D. SUPERVISION OF ERECTION, TESTING & COMMISSIONING


 100% against progressive monthly bills payable against submission of invoices and
time sheets certified by the Engineer-In-Charge.

E. SITE WORKS

SIB A406 (REV.3) Page 2 of 12


 90% against monthly progressive bills (based on agreed billing schedule) duly
certified by Engineer-in-charge.
 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.

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.

3.1.1 TAXES & DUTIES FOR MRs COMPRISING OF SUPPLIES :-


3.1.1.1 Statutory Variation
Only statutory variations, if any, in the present rate of excise duty, CST/APVAT &
Service Tax or any additional Taxes after the date of submission of last priced bid
/ price implication but before contractual delivery period (excluding permitted
extensions due to delay on account of Supplier, if any) shall be to Owner's
account subject to documentary evidence to be furnished by the Supplier.

3.1.1.2 Excise Duty


a) Excise Duty will be paid only against receipt of Excisable invoice / duplicate for
transporter’s copy to enable HPCL to claim CENVAT. In case owner is unable to
avail CENVAT benefit on account of Excise Duty / CVD indicated in the bid,
based on the documentation provided by the supplier, then, such amount of
ED/CVD as the case may be shall not be reimbursed.
b) Any variation in Excise duty at the time of supplies for any reasons, other than
statutory variation including variations due to turnover, shall be borne by Supplier.
Material supplied will be eligible for CENVAT Credit and Supplier shall furnish all
documents as required to avail the same.
c) Suppliers shall consider and indicate the correct excise tariff and the rate of
Excise Duty applicable. No change in excise tariff after order placement due to
mistakes on the part of the Supplier in considering and indicating the correct
excise tariff and the rate of excise duty shall be permitted and there shall be no
additional price implication to Owner on account of mistakes, if any, in this
regard. Only statutory variations applicable on finished products shall be
permissible upto contractual delivery date against documentary evidence.
d) In case the quoted prices are inclusive of ED/CVD then bidder to furnish firm
CENVAT amount available to Owner in the bid. If Owner is unable to avail
CENVAT benefit for the CENVAT amount indicated in the bid, based on the
documentation provided by Supplier, then such CENVAT amount shall be
adjusted from the order value while releasing payment.
e) For the materials, which will be despatched directly to site from sub-Suppliers
works and imported items, which will be despatched directly to site from port of
entry, if any, the invoices shall be raised in favour of the Supplier super scribed
as “A/C HPCL-TGTU Project, Vizag, and the Consignee should be HPCL, Vizag.
Owner shall reimburse CVD on imported direct despatch items to site, if any, at
actuals only after the receipt of all relevant documents as may be required under
Excise Laws, subject to a maximum of the CVD mentioned in the bid. Supplier
shall ensure that all relevant documents as may be required under Excise Laws
shall be provided to Owner for availing the CENVAT benefits for such dispatches
on account of CVD and ED. If Owner is unable to avail CENVAT benefit based
on the documentation provided by the supplier towards CVD & ED, then such
amount shall not be reimbursed by the Owner to the Supplier.
f) If Excise Duty is not applicable at present, then the same shall be borne by
Supplier if it becomes applicable later on.
3.1.1.3 Sales Tax
a) ‘C’ Forms shall be issued by HPCL, VR Project Finance. No concessional form
shall be issued for APVAT.
b) VAT credit can be availed by HPCL, provided the material does not fall under
negative list under APVAT act.

SIB A406 (REV.3) Page 4 of 12


c) If CST/APVAT is nil [or] not applicable at present due to any reason, the same
shall be borne by Supplier if it becomes applicable later on.
d) Any new or additional taxes/ duties and any increase in the existing taxes/duties
imposed after contractual delivery shall be to Supplier’s account whereas any
corresponding decrease shall be passed on to the Owner.
3.1.1.4 Entry Tax & Octroi
Octroi / Entry tax, is not applicable in the state of Andhra Pradesh.
3.1.1.5 Road Permit
a) Indian Vendors shall dispatch the materials through any Reliable, Indian Banks'
Association (IBA) approved, Lorry Transport Operator, PREFERABLY through
any of our approved transporters, listed below:
i. Bhoruka Roadlines Limited
ii. Sri Vijayalakshmi Transport Limited
iii. Patel Roadways Limited
iv. Associated Road Carriers
v. South Eastern Roadways
vi. Abc (India) Limited
b) Road Permit shall be issued by HPCL, VR Project Finance. However, as per the
notification under the sub-rules(2) of rule 55 of AP VAT ACT 2005, issue of
advance waybills is applicable only for the import of sensitive goods, listed in the
notification.

3.1.1.6 VAT on Works Contract


VAT on works contracts, if any, shall be included in the quoted prices. Owner
shall not pay any variation including statutory variation. Any extra implication due
to wrong assessment and/ or selection of mode of ordering shall be borne by
seller. VAT on Works Contract at source will be deducted as per statutory
provisions and TDS certificate will be issued for the same.

3.1.2 BUILT IN IMPORT CONTENT


a) If offer is based on certain imported raw materials required for equipments/
materials offered, Bidders to quote considering Merit rate of customs duty.
b) Bidder shall furnish itemised CIF value along with details of items, Custom Tariff/
Classification No. and rate of Custom Duty considered and included in the FOT
disp. Point prices.
c) Prices shall be firm on account of variation in foreign exchange rate. Owner shall
not provide any import license. Quoted prices are after considering the benefit of
CENVAT on CVD including Edu. Cess.
d) Variation in CVD shall not be payable by owner since vendor shall be claiming
Cenvat credit of the same. However, wherever the vendor is required to send the
equipment directly to site, since the Cenvat credit of CVD shall be available to
Owner, variation in CVD shall be borne by Owner upto contractual delivery
period.”
e) Any increase in price due to increase in the rate of Customs Duty, due to any
reasons, whatsoever, beyond 2/3rd of the contractual delivery period, shall be to
vendor's account. However, any decrease in custom duty rate at the time of
actual clearance of imported materials shall be passed on to Owner.
f) Any upward variation due to change in Customs Duty Classifications shall be
absorbed by the vendor. However, any reduction in customs duty due to change
in classification shall be passed on to Owner.
g) The CIF Value(s) indicated by the vendor shall be deemed to be the maximum
value(s) for the purpose of payment of variation in custom duty and/or other
statutory variations, if any, thereon.
SIB A406 (REV.3) Page 5 of 12
h) Variation in price due to Customs duty rate will be dealt with separately after
receipt of equipment at site, against documentary evidence.

3.1.3 INSPECTION – CHECKING – TESTING


a) Shall be applicable as per Material Requisition, General Purchase Conditions and
additional points mentioned below :-
b) Quoted prices include all testing and certification charges as required in the MR.
c) Goods and services are subject to stage-wise and final inspection by Owner/EIL.
Travel, Living and Personnel expenses of Owner/EIL’s inspectors shall be borne
by Owner.
d) In case import content is involved then, it is the responsibility of the supplier to
get the inspection carried out by a TPI (Lloyds/BV/DNV/CEIL/TUV) at the
respective foreign manufacturing works for the entire import content and the
charges for the same shall be included in the Supplier’s quoted prices. For
import content supplier shall furnish all the relevant inspection release notes of
Third Party Inspection (TPI) by Lloyds/BV/DNV/CEIL/TUV in originals along with
the manufacturer’s test certificates in originals duly endorsed by TPI during EIL
inspection for verification and shall furnish the same along with despatch
documents.
e) Indigenous Suppliers intending to despatch the imported items directly from Port
of Entry to site, if any, shall furnish such list of items and quantities in the basic
offer. Supplier shall furnish all the relevant inspection release notes of Third Party
Inspection by Lloyds/BV/DNV/CEIL/TUV for all such items along with
manufacturer’s test certificate in originals, to EIL / Owner authorised inspectors at
site for which the charges of Third Party Inspection by Lloyds/BV/DNV/CEIL/TUV
shall be included in the Supplier’s quoted prices.
f) For import content falling under IBR category, it is the responsibility of the
supplier to get the third party inspection done by IBR approved agencies for the
country where the goods are manufactured and for which the charges shall be
included in the Supplier’s quoted prices. For IBR import content supplier shall
furnish the original inspection release notes of IBR approved agencies and the
manufacturers test certificate in original duly endorsed by IBR approved agency
with dispatch documents or while delivering the materials at site.
3.1.4 Supplier shall quote only for those Items for which Supplier is registered with EIL on the date of
RFQ. Items quoted beyond the approved range shall not be considered for evaluation.
3.1.5 Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3
months from the date of last despatch. In case, the claim is received after 3 months, the same
shall not be entertained by EIL/Owner.

3.2 FOREIGN BIDDERS

A. Where the Material Requisition is only for Supply of materials


 100% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against
submission of Shipping Documents. The Letter of Credit shall be established only on
receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of
Performance Bank Guarantee of 10% of Order Value, valid till full Guarantee period
plus 01 month claim period.

B. Where the Material Requisition is for Supply and site work


 90% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against
submission of Shipping Documents. The Letter of Credit shall be established only on
receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of
Performance Bank Guarantee of 10% of Order Value, valid till full Guarantee period
plus 01 month claim period.
 10%: Thru wire transfer, 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 Incharge and against submission of all final documents /
Vendor Data Requirements as applicable.
SIB A406 (REV.3) Page 6 of 12
C. Packages having Supply, Site Work & PGTR (Completion period for site
installation/commissionig and PGTR defined separately)
 80% of FOB Order Value including ocean freight (in case of CFR contract) shall be paid
through an Irrevocable Letter of Credit against submission of Shipping Documents. The
Letter of Credit shall be established only on receipt of acceptance of Fax of
Acceptance/Purchase Order along with submission of Performance Bank Guarantee of
10% of Order Value, valid till full Guarantee period plus 01 month claim period.
 10% through Wire Transfer 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% through Wire Transfer on successful completion of Commissioning and
Performance Guarantee Test Run (PGTR), duly certified by Engineer-in-charge.
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.

D. Per Diem Charges for Supervision of Erection, Testing & Commissioning


 100% Payment of Invoice amount through direct wire transfer as per normal banking
channels on completion of supervision activity upon submission of Invoice, Time Sheet
duly certified by Site In-Charge at HPCL Site, legible copy of visa (showing date of entry
and date of exit from India) and passport (showing Name and Nationality of the
personnel). Payment shall be made after deducting Income Tax at applicable rate.

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.

SIB A406 (REV.3) Page 7 of 12


3. All Bank Guarantees shall be issued in favour of M/s Hindustan Petroleum
Corporation Limited, Visakhapatnam as per the format attached to the bidding
document by a Scheduled Bank in India (other than co-operative banks). The Bank
Guarantee shall be non-revocable bank guarantee. All Foreign Bank Guarantees will
be confirmed by a bank located in India acceptable to the Corporation.
4. All bank charges and stamp duties payable outside India in connection with
payments shall be borne by the Supplier. All bank charges and stamp duties
payable in India shall be borne by HPCL.
5. Letter of Credit shall be opened after receipt of unconditional order
acknowledgement along with 10% performance bank guarantee valid till expiry of
Material/Equipments Guarantee period plus claim period of 01 month. Letter of
Credit shall be opened through a Govt. of India Nationalized/ Scheduled Bank and
hence need not be confirmed. However, if seller insists for confirmed L/C,
confirmation charges shall be borne by Seller.
6. In case vendors are required to submit BG > Rs 5 Crores (equivalent foreign
currency), 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
7. In case L/C amendment is required due to any reason attributable to the supplier,
the charges for the same shall be to supplier’s account.
8. Billing schedule shall be submitted to EIL & HPCL by the Supplier for approval
within 30 days from the date of Purchase Order wherever specified therein. No part
shipment shall be made without approval of billing schedule.
9. Third Party Inspection agency for Foreign bidders shall be
Lloyds/BV/DNV/CEIL/TUV. Confirm that you have included third party inspection
charges in your quoted prices (including inspector’s fee) for IBR & non IBR items.
No extra charges shall be payable by purchaser for the same.
10. Prices quoted must exclude transit insurance charges from FOB International Port
of Exit as the same shall be arranged by the Purchaser. However, all transit
insurance charges for inland transit upto FOB International Port of Exit must be
included in the prices.
11. All taxes, duties and levies of any kind payable upto FOB International Port of Exit
shall be borne by supplier.
12. In case of site work is involved, VAT on works contracts tax, if any, shall be
included in the quoted prices. Owner shall not pay any variation including statutory
variation. Any extra implication due to wrong assessment and/ or selection of mode
of ordering shall be borne by seller. VAT on Works Contract at source will be
deducted as per statutory provisions and TDS certificate will be issued for the
same.
13. Owner reserves the right to convert the FOB order to CFR basis within 4 (Four)
Months from the date of Fax of Acceptance (FOA) / 04 weeks prior to Delivery
period whichever is earlier, based on ocean freight charges quoted by Seller
subject to following:
13.1 Seller shall submit the following details of cargo within 15 days from FOA. In
case requisite documents/ information is not received within above stipulated
duration, then decision regarding CFR Conversion of this purchase order shall
be taken within 45 days from the date of receipt of all requisite data.

(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.

SIB A406 (REV.3) Page 8 of 12


4.0 EVALUATION /LOADING/ REJECTION CRITERIA – APPLICABLE TO EVALUATION OF
INDIGENOUS CASES

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.

4.2 Where Indian as well as Foreign Bids are under comparison

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.

SIB A406 (REV.3) Page 9 of 12


iii. In case, a foreign bidder does not quote or include the third party inspection charges, their
prices shall be loaded by maximum TPI charges quoted by other bidders or 3% of FOB
value, whichever is higher.
iv. Comparison shall be done on equivalent Indian Rupees considering Bill selling rate of SBI
published on the day of Opening of Priced Bids.

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:

4.4.1 Payment Terms:


a) Relevant payment Terms as above: No loading
b) Any Differential Payment Terms than specified shall be loaded considering Interest
loading @ SBI Base rate + 1% for differential amount.

Note: Period for loading shall be considered as follows:

- Drawing approval : 80% of the delivery period


- Sub-ordering of raw materials : 75% of the delivery period.

- Receipt of raw material at : 50% of the delivery period


Supplier’s works/ shop.
- Against dispatch documents : Interest for one month.

- 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.

4.4.2 Price Reduction Schedule:


Any deviation to Price Reduction Schedule including any substitute provision - 5%.

4.4.3 Performance Bank Guarantee:


i. In case a supplier offers to give a PBG for less than 10% of order value, or for a lesser
period than what is provided in GPC, loading shall be done for the differential amount /
for the differential period. For differential period/ amount loading, the following example
will amplify the methodology (if GPC specifies 10% PBG for 18 months + 1 month claim
period = Total 19 months):

Loading for differential Period:


10% for 19 months - No loading
10% for 18 months - 10% x 1/19 = 0.53%
10% for 12 months - 10% x 7/19 = 3.68%
10% for 6 months - 10% x 13/19 = 6.84%

Loading for differential Amount:


To be loaded by percentage by which PBG is short of 10%.

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.

4.5 BID REJECTION CRITERIA:


Bids containing the following deviations to the Bidding Document shall be considered as non-
responsive and shall be liable for rejection:

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

SIB A406 (REV.3) Page 10 of 12


ii) Non submission of Bid Security/EMD/Bid document fee or deviation to format/validity of
Bid Security/EMD (if applicable).
iii) Shorter validity period.
iv) Advance payment along with FOA/PO
v) Defects liability period/ Guarantee Period.
vi) Delivery schedule (*).
vii) Price Variation.
viii) Non submission of Integrity Pact (for MR value > Rs.1 crore)
ix) Submission of Prices in the un-price part of bid.
x) Any other rejection point specified elsewhere in the RFQ Documents.
(*) If no bidder accepts Owner’s stipulated delivery schedule, only the bidder(s) closely
matching Owner’s stipulated delivery schedule will be considered and same delivery
schedule will be offered to other bidders.

5.0 Preference to MSEs


5.1 In case the bidder is a Micro or Small Enterprises registered with District Industries Centers or
Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board
or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any
other body specified by Ministry of Micro, Small and Medium Enterprises, the bidder shall be
entitled for following:
i) Issue of Tender Documents to MSEs free of cost.
ii) Exemption to MSEs from payment of EMD.
iii) Micro and Small Enterprises quoting price within price brand of Ll+15% shall also be
allowed to supply a portion of requirement by bringing down their prices to LI price in a
situation where LI price is from someone other than a micro and small enterprises and
such micro and small enterprises shall be allowed to supply upto 20% of the total
tendered value. In case of more than one such Micro and Small Enterprises, the supply
shall be shared proportionately (to tendered quantity). Further, out of above 20%, 4%
(20% of 20%) shall be from MSEs owned by SC/ST entrepreneurs. This quota is to be
transferred to other MSEs in case of non-availability of MSEs owned by SC/ST
entrepreneurs.
5.2 The quoted prices against various items shall remain valid in case of splitting of quantities of
the items as above.
5.3 MSE bidder shall submit the following:
i) Documentary evidence that the bidder is a Micro or Small Enterprises registered with
District Industries Centers or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries Corporation or
Directorate of Handicrafts and Handloom or any other body specified by Ministry of
Micro, Small and Medium Enterprises.
ii) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate
documentary evidence in this regard.
iii) The above documents submitted by the bidder shall be duly certified by the Statutory
Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a
Director or not having any interest in the bidder's company/firm) where audited
accounts are not mandatory as per law.
5.4 If the bidder does not provide the appropriate document or any evidence to substantiate the
above, then it will be presumed that they do not qualify for any preference admissible in the
Public Procurement Policy (PPP), 2012.

6.0 ARITHMETIC DISCREPANCIES IN PRICED OFFER


If some discrepancies are found between the quoted rates by the bidder given in words, figure
and amount in the tender, the following procedure shall be applied:

SIB A406 (REV.3) Page 11 of 12


a. When there is difference between the rates in figures and words, the rate which
corresponds to the amount worked out by tenderer shall be taken as correct.
b. When the rate quoted by the tenderer in figures and words tallies but the amount is
incorrect, the rate quoted by the tenderer shall be taken as correct.
c. When it is not possible to ascertain the correct rate in the manner prescribed above, the
rate as quoted in words shall be adopted.

7.0 FRAUDULENT PRACTICES


The Owner requires that Bidders/ Vendors/ Contractors observe the highest standard of ethics
during the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of
facts in order to influence the award of a Contract to the detriment of the Owner, and includes
collusive practice among bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive the owner of the benefits of free and
open competition.

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.

8.0 CONCESSIONAL RATE OF CUSTOMS DUTY (FOREIGN BIDDER)


a) The bidder must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him
under any multi-lateral / bi-lateral trade agreement between India and bidder’s country.
b) The bidder shall be liable to provide all documentation to ensure availment of the
exemption / waiver. In case the bidder defaults on this due to any reason, whatsoever,
he shall be liable to bear the incremental Customs Duty applicable, if any.
c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral
agreement shall be to bidder’s account.
d) Documentation to be furnished for availing the exemption / waiver of Customs Duty shall
be specifically listed in the Letter of Credit also as the pre-requisite for release of payment
against shipping documents and this documentation shall necessarily form a part of
shipping documents.

SUPPLIER’S SIGNATURE & DATE

SEAL/ STAMP

SIB A406 (REV.3) Page 12 of 12


HINDUSTAN PETROLEUM CORPORATION LIMITED,VIZAG (Job No. A406)
AGREED TERMS & CONDITIONS
(FOR INDIAN BIDDERS)
Vendor Name: M/s __________________________________________________________
RFQ No. : ______________________________________________________________
Vendor’s Offer Ref No. : ______________________________________________________
Tel. No. _____________________________ Fax No. ______________________________
Contact Person : ___________________________ E-mail __________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE
ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF


AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME
GIVEN HEREIN SHALL PREVAIL.

4. FAILURE ON THE PART OF VENDOR IN NOT RETURNING THIS DULY FILLED-UP


QUESTIONNAIRE AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO
REJECTION OF VENDOR'S QUOTATION”.

5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH BIDDING DOCUMENT


CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL /
TECHNICAL NOTES AND SCOPE OF WORK INCLUDING DOCUMENTATION AS PER
MATERIAL REQUISITION (MR) AND SUBSEQUENT TECHNICAL/COMMERCIAL
AMENDMENT AND TECHNICAL/COMMERCIAL CORRIGENDUM, IF ANY, WITHOUT ANY
DEVIATION OTHERWISE OFFER SHALLBE LOADED SUITABLY OR SHALL BE LIABLE
FOR REJECTION.

SL. DESCRIPTION VENDOR’S CONFIRMATION


NO.
1. Quoted prices are on FOT despatch point basis Confirmed
inclusive of Packing & Forwarding.
1.1 Specify Despatch Point Indicated (Refer Annexure-I)
1.2
a) Indicate firm freight charges for transportation by Road Indicated (Refer Price Schedule
upto Project site excluding Cenvatable Service Tax & Format)
Ed. Cess.

b) In case service tax is non cenvatable, same shall be


included in the quoted freight charges. Confirmed

c) Confirm that the cenvatable Service tax payable extra


Indicated (Refer Annexure-I)
on freight is quoted.

d) Bidder shall be paid service tax only against


cenvatable invoices issued in accordance with the Confirmed
service tax rules.
1.3 Transit risk insurance shall be covered by the Owner
against their MCE (Marine cum Erection) Policy and Confirmed
the same has not been included in the quoted prices.
ATC A406 (INDIGENOUS) (REV.1) Page 1 of 13
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
2. Excise Duty + Education Cess:

a) Tarrif sub heading no. Indicated (Refer ANNEXURE– I)

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).

d) If Excise duty is not applicable at present, then the Confirmed


same shall be borne by supplier, if it becomes
applicable, later on. Confirm compliance.

e) In case the quoted prices are Inclusive of ED/CVD Confirmed


then bidder to furnish minimum Cenvat amount
available to Owner item wise.

f) If Owner is unable to avail Cenvat benefit for the Confirmed


Cenvat amount indicated in the bid, based on the
documentation provided by the supplier, then such
Cenvat amount shall be adjusted from the order value,
while releasing payment. Confirm compliance.

g) Clarify whether Excise Duty will be applicable on Not Applicable / Applicable


freight charges also. (Please tick, whichever is
applicable, otherwise it shall be
considered as Not Applicable)
2.1 Please indicate following break-up
a) Cenvatable Excise Duty 100%

b) Non Cenvatable Excise Duty NIL

2.2 The payment against Cenvatable portion shall be


a) made at actuals subject to maximum given at 2.1 (a) Confirmed
above. Confirm acceptance.

b) Material supplied will be eligible for CENVAT Credit Confirmed


and vendor shall furnish all documents as required to
avail the same.

2.3 The Cenvatable portion of Excise Duty shall be Confirmed


released on receipt of CENVATABLE documents.
Confirm acceptance.
3. Sales Tax:
a) Sales tax payable extra Specify CST/ APVAT Indicated (Refer ANNEXURE– I)

b) Present rate * Indicated (Refer ANNEXURE– I)


* In case of CST, C form shall be provided.
However, in case of APVAT, no concessional form will
be issued.

ATC A406 (INDIGENOUS) (REV.1) Page 2 of 13


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

c) If CST/APVAT is Nil or Not Applicable at present due Confirmed


to any reason, then the same shall be borne by
supplier, if it becomes applicable, later on. Confirm
compliance

d) APVAT shall be reimbursed to bidder subject to


Confirmed
submission of requisite documents enabling Owner to
avail ‘INPUT CREDIT’ for the same

e) Item does not fall under Negative list of APVAT act. Confirmed

f) Clarify whether CST / APVAT will be applicable on Not Applicable / Applicable


freight charges also. (Please tick, whichever is
applicable, otherwise it shall be
considered as Not Applicable)

4. In case Excise Duty / CST / APVAT are not stated as Confirmed


applicable on freight charges presently, and if they are
applicable at the time of delivery due to any reasons
other than statutory, the same will be borne by the
Bidder. Confirm compliance.

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.

b) However, any variation in Excise duty + Ed. Cess at


the time of supplies for any reasons, other than Confirmed
statutory, including variations due to turnover, shall be
borne by bidder.

c) Any new or additional taxes & duties and any increase


in the existing taxes / duties imposed after contractual Confirmed
delivery shall be to bidder’s account whereas any
corresponding decrease shall be passed on to Owner.
6. Site Work:
If Material Requistion/ enquiry documents call for Site
Work, please confirm the following:

a) Confirm that quoted prices include VAT on Works Confirmed


Contract.

b) Owner shall not pay any variation including statutory Confirmed


variation. Any extra implication due to wrong
assessment and/ or selection of mode of ordering shall
be borne by you. Confirm acceptance.

c) VAT on Works Contract at source will be deducted as Confirmed

ATC A406 (INDIGENOUS) (REV.1) Page 3 of 13


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
per statutory provisions and TDS certificate will be
issued for the same by Owner. Confirm acceptance.

d) Only single order covering complete scope of supply &


services will be issued and order for supply and Confirmed
services shall not be split.

e) Confirm that quoted prices are exclusive of Cenvatable Confirmed


Service tax.
7. Octroi / Entry Tax:
Octroi & Entry tax are not applicable in the state of Noted
Andhra pradesh.

8. All new taxes/duties/cess/levies notified after the last Confirmed


date of submission of final price bid/price implication,
but within contractual delivery /completion period, shall
be to Owner’s account. These shall be reimbursed
against documentary evidence.
However, in case of delay on account of supplier, any Confirmed
new or additional taxes and duties imposed after
contractual delivery shall be to supplier’s account.
Confirm compliance.
Any errors of interpretation of applicability of Confirmed
taxes/duties by bidders shall be to bidders’ account.

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.

i) Mandatory spares as specified in MR. Confirmed (if applicable as per


MR)

ii) Special Tools & Tackles as specified in the MR. Confirmed (if applicable as per
MR)

iii) Commissioning spares wherever required. 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.

10. Confirm documentation charges as per MR are Confirmed


inclusive in your quoted prices.
11. Confirm customer references list for the item/model Confirmed
quoted by you, is given in offer. (if required as per MR)

12. Price Reduction on delay in delivery:


a) Confirm acceptance of price reduction schedule for Confirmed
delay in deliveries specified in GPC.

ATC A406 (INDIGENOUS) (REV.1) Page 4 of 13


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
In case of delay, vendor will reduce the invoice amount
b) by applicable reduction. Failing which same shall be Confirmed
deducted during payment.
13. Delivery / Completion Period:
Please confirm acceptance to delivery / completion Confirmed
period conforming to RFQ requirement.
14. Payment Term:
Confirm acceptance of payment terms as per RFQ. Confirmed

15. Part Order:


a) Confirmed acceptance to Part Order. Confirmed

b) Items may be split (wherever applicable) to meet the Noted


Public Procurement Policy, 2012 for MSEs, issued by
Govt. of India.

c) Any charges quoted extra as lumpsum shall be Confirmed


applicable prorata on value basis in the event of part
order.
16. Repeat Order:
Confirm acceptance of repeat order as per GPC Confirmed

17. Performance Bank Guarantee:


a) Submission of Performance Bank Guarantee for 10% Confirmed
of total order value as per SIB for full guarantee period
plus 30 (thirty) days claim period.

b) i) The Performance Bank Guarantee shall be strictly as Confirmed


per enclosed proforma and shall be from any Indian
Scheduled Bank or branch of an International Bank
situated in India and registered with Reserve Bank of
India as scheduled foreign Bank.
ii) However, if Performance Bank Guarantee are
furnished other than the Nationalised Indian Bank, the Confirmed
banks where BGs are furnished, must be Commercial
Bank having net worth in excess of Rs. 100 crores and
any declaration to this effect will be furnished by such
Commercial Bank either in the bank guarantee itself or
separately on a letter head.
18. Firmness of prices:
a) Confirm quoted prices shall remain firm and fixed till Firm & Fixed
complete execution of order.

19. Testing and Inspection charges:


a) Goods and services are subject to stage-wise and final
inspection by Owner/EIL. Travel, Living and Personnel Confirmed
expenses of Owner/EIL’s inspectors shall be borne by
Owner.

All Built in Import content shall be subject to inspection Included


by Lloyds/BV/DNV/CEIL/TUV for which charges are
included in the quoted prices and no additional
charges will be paid by Owner.

ATC A406 (INDIGENOUS) (REV.1) Page 5 of 13


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
Quoted prices are:
b) i) Inclusive of all testing and inspection charges as per Confirmed
MR.
ii) Inclusive of all IBR/IGC/NACE charges (if Confirmed
applicable) as required in the Material Requisition.
c) Is your shop approved by IBR/CCE authority and has Approved and Valid upto
sufficient validity to execute the order / contract, if _______________
awarded.
20. Import Content:
If your offer is based on certain imported raw materials
required for equipments/ materials offered, please
specify the following :
a) Confirm that quoted prices Merit rate of customs duty.
Confirmed
b) Indicate brief description/ specification with itemised
CIF value and county of origin of imported material in Indicated
Annexure attached
c) Indicate classification with tariff no. under which Indicated
Vendor intends to import. material in Annexure
attached
d) Confirm prices shall be firm on account of variation in Confirmed
foreign exchange rate.
e) Owner shall not provide any import licence. Confirmed

f) Quoted prices are after considering the benefit of Confirmed


CENVAT on CVD including Edu. Cess.
g) Any upward variation due to change in Customs Duty
Confirmed
Classifications shall be absorbed by the vendor.
However, any reduction in customs duty due to change
in classification shall be passed on to Owner.
h) Statutory variations, if any, in the rate of customs duty
upto a maximum period of the contractual delivery Confirmed
period shall be to Owner’s account. Owner will not pay
any variation on account of CVD including Edu. Cess.

i) Any increase in price due to increase in the rate of


Customs Duty, due to any reasons, whatsoever, Confirmed
beyond 2/3rd of the contractual delivery period, shall be
to vendor's account. However, any decrease in custom
duty rate at the time of actual clearance of imported
materials shall be passed on to Owner.
j) The CIF Value(s) indicated by the vendor shall be
deemed to be the maximum value(s) for the purpose of Confirmed
payment of variation in custom duty and/or other
statutory variations, if any, thereon.

k) Variation in price due to Customs duty rate will be Confirmed


dealt with separately after receipt of equipment at site,
against documentary evidence.

ATC A406 (INDIGENOUS) (REV.1) Page 6 of 13


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
21. VALIDITY:
a) Confirm that the validity of offer is as per RFQ. Confirmed

b) Confirm validity of recommended spares for 2 years


operation and maintenance will be one year from the Confirmed
date of dispatch of last consignment.
22.
DEVIATIONS TO TERMS & CONDITIONS:
a) Confirm your offer is in total compliance with Bidding
Document containing technical specifications including
General / Technical notes and scope of work including Confirmed
documentation as per Material Requisition (MR) and
subsequent Technical amendment and Technical
corrigendum, if any, without any deviation.
However, Vendor to furnish the deviations to Terms & Confirmed
Conditions, if any, in the Deviation sheet attached
with ATC(Annexure IV) only.

b) Confirm your offer is in total compliance with Bidding


documentation containing commercial terms and
conditions as per the following documents, without any
deviation:
i) General Purchase Conditions. Confirmed

ii) Request For Quotation (RFQ) Confirmed

iii) Special Instruction to Bidders(SIB) Confirmed

iv) Packing, Marking & Shipping Instructions, Integrity Confirmed


Pact etc.

v) Terms & conditions for Supervision of Erection, Confirmed


Testing & Commissioning (if applicable).

vi) Terms & conditions for Installation/Site Work, Confirmed


(if applicable).
c) Deviation to Terms & Conditions shall lead to loading Confirmed
of prices / rejection of offer.

d) Submission of Prices in the un-price part of bid shall Noted


lead to rejection of the bid.
23. Please confirm that Networth of the last financial year Confirmed
is positive.
Audited Balance sheet including Profit & Loss account
for the last financial year is enclosed. Attached
24. Whether any of the Directors of Vendor is a relative of
any Director of Owner/EIL or the vendor is a firm in Confirmed No relation
which any Director of Owner/EIL or his relative is a
Partner or the vendor is a private company in which
any director of Owner/EIL is a member or Director.
25. Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies or Not Banned
PSUs. If you have been banned, then this fact must be

ATC A406 (INDIGENOUS) (REV.1) Page 7 of 13


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
clearly stated. This does not necessarily be cause for
disqualification. However if this declaration is not
furnished the bid shall be rejected as non-responsive.
26. Please confirm your offer contains the following:

26.1 UNPRICED OFFER


a. Deviation sheet, if any. No Deviation

26.2 PRICED OFFER


a. Price Schedule. Confirmed

b. Statement that all specification and terms & conditions Confirmed


are as per unpriced copy of offer.
27. Any claim arising out of order shall be sent to Owner in Confirmed
writing with a copy to EIL within 3 months from the
date of last despatch. In case the claim is received
after 3 months, the same shall not be entertained by
Consultant/ Owner.

28. Printed terms and conditions, if any, appearing in Confirmed


quotation, shall not be applicable in the event of order.
In case of contradiction between the confirmations
given above and terms & conditions mentioned
elsewhere in the offer, the confirmation
given/confirmed herein above shall prevail.
29. Vendor to quote as per the requirements and terms Confirmed
and conditions of the RFQ Document including all the
enclosures and not to stipulate deviations/ exceptions.
Once quoted, the vendor shall not make any
subsequent price changes, whether resulting or arising
out of any technical/ commercial clarifications and
details sought on any deviations, exceptions or
stipulations mentioned in the vendor offer unless any
amendment to RFQ Document is issued by HPCL/ EIL
seeking price implication. Similarly, no revision in
quoted price shall be allowed should the deviations
stipulated by vendor are not accepted by HPCL/EIL
and are required to be withdrawn by vendor in favor of
meeting the requirements and complying to the terms
and conditions of the RFQ Document. Any unsolicited
proposed price change by the vendor is likely to render
the vendor offer liable for rejection. Confirm
compliance.

VENDOR’S NAME :

SIGNATURE & SEAL:

ATC A406 (INDIGENOUS) (REV.1) Page 8 of 13


ANNEXURE-I
HINDUSTAN PETROLEUM CORPORATION LIMITED,VIZAG (Job No. A406)
AGREED TERMS & CONDITIONS
(FOR INDIAN BIDDERS)

Vendor Name : M/s__________________________________________________________

RFQ No. : ________________________________________________________________________

Vendor’s Offer Ref. No. _____________________________________________________________

The Salient features of the offers are as below:

Sr. ATC Description Vendor’s


No. Clause Confirmation
Sr. No.
1. 1.1 Specify Despatch points.

2 1.2 a) Freight Charges Extra Upto Project Site % EXTRA


(excluding Cenvatable Service Tax & Education
Cess.)
3 1.2 c) Cenvatable Service Tax & Education Cess on % EXTRA
Freight Charges Upto Project Site (not to be
included in the freight charges)
Note : Bidder shall be paid service tax on freight
only against issue of cenvatable invoice issued in
accordance with service tax rules
4 2 a) Excise Duty : Tarrif Sub Heading No.
5 2 b) Excise Duty + Education Cess % EXTRA
6 2 c) Maximum rate of Excise Duty applicable (If present % EXTRA
rate is nil or concessional)
7 3 a) Specify CST/APVAT
8 3 b) Central Sales Tax against form ‘C’ % EXTRA
9 3 b) APVAT without any concessional form
(Applicable for supplies from Andhra Pradesh) % EXTRA
10 Cenvatable Service Tax on Supervision Charges % EXTRA
11 Cenvatable Service Tax on Site work Charges % EXTRA
12 If registered as MSE (Yes / No)
(Valid certificate copy to be enclosed and certified
document in original to be submitted as per SIB)

Bidder’s Signature with Stamp/Seal

ATC A406 (INDIGENOUS) (REV.1) Page 9 of 13


ANNEXURE-II
HINDUSTAN PETROLEUM CORPORATION LIMITED,VIZAG (Job No. A406)
(FOR INDIAN BIDDERS)

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)

Official seal of the Bidder


Place :
Date :

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

ATC A406 (INDIGENOUS) (REV.1) Page 10 of 13


ANNEXURE – III

DETAILS OF CIF VALUE


Offer Ref No:____________________
RFQ No: _______________________
Item : ________________________
DETAILS OF BUILT-IN CIF VALUE OF IMPORT CONTENT
WITH ITEMWISE DETAILS & RATES OF CUSTOMS DUTY CONSIDERED

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)

ATC A406 (INDIGENOUS) (REV.1) Page 11 of 13


ANNEXURE – IV (A)

LIST OF COMMERCIAL DEVIATIONS TO THE ENQUIRY DOCUMENT, IF ANY

S No. Name of document Clause no. Description Deviation required

Note: Seller’s standard printed terms & conditions, including deviations indicated elsewhere in the offer, if any, shall not be considered.

Name of Bidder:

Sign & Stamp:

ATC A406 (INDIGENOUS) (REV.1) Page 12 of 13


ANNEXURE – IV (B)

LIST OF TECHNICAL DEVIATIONS TO THE ENQUIRY DOCUMENT, IF ANY

S No. Name of document Clause no. Description Deviation required

Note: Technical deviations indicated elsewhere in the offer, if any, shall not be considered.

Name of Bidder:

Sign & Stamp:

ATC A406 (INDIGENOUS) (REV.1) Page 13 of 13


HINDUSTAN PETROLEUM CORPORATION LIMITED
TGTU PROJECT
(JOB NO A406 )

GENERAL PURCHASE CONDITIONS – ‘GPC’


FOR SUPPLY OF INDIGENOUS EQUIPMENT & MATERIALS

INDEX

1. DEFINITIONS 22. PRICE


2. REFERENCE FOR DOCUMENTATION 23. TERMS OF PAYMENT
3. CONFIRMATION OF ORDER. 24. INVOICING
4. SALES CONDITIONS 25. RECOVERY OF SUMS DUE
5. COMPLETE AGREEMENT 26. CHANGES
6. INSPECTION-CHECKING-TESTING 27. CANCELLATION
7. OFFICIAL INSTITUTIONAL TESTING 28. PATENTS AND ROYALTIES
8. EXPEDITING 29. PERFORMANCE GUARANTEE
9. WEIGHTS AND MEASUREMENTS 30. NON-WAIVER
10. DESPATCH INSTRUCTIONS 31. NON ASSIGNMENT
11. OILS & LUBRICANTS 32. PART ORDER/REPEAT ORDER
12 SPARE PARTS 33. VENDOR’S DRAWINGS AND DATA REQUIREMENT
13. PACKING AND MARKING 34. TECHNICAL INFORMATION
14 SHIPMENT AND SHIPMENT NOTICES 35. SERVICES OF VENDOR’S PERSONNEL
15. CONTROL REGULATIONS 36. VENDOR’S LIABILITY
16. TRANSIT RISK 37. OWNER’S MATERIAL
17. RESPECT FOR DELIVERY DATES 38. GUARANTEE FOR SPARE PARTS
18. DELAYED DELIVERY 39. HEADINGS
19. DELAYS DUE TO FORCE MAJEURE 40. ARBITRATION
20. REJECTION, REMOVAL OF REJECTED 41. JURISDICTION
GOODS AND REPLACEMENT 42. PROFORMA OF BANK
21. TRANSFER OF PROPERTY FROM GUARANTEE (PERFORMANCE)
VENDOR TO THE OWNER

GPC A406 (INDIGENOUS) (REV.1) Page 1 of 10


1. DEFINITIONS
The following expressions used in the Purchase Order shall have meaning as indicated against each of these:
The OWNER means HINDUSTAN PETROLEUM CORPORATION LIMITED, a company incorporated in India having
its registered office at 17, Jamshedji Tata Road, Mumbai- 400 020 and shall include its successors and assignees.

“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.

“Procurement Coordinators / Managers and Consultants”: Owners authorized representatives appointed as


Procurement Coordinator / Managers & Consultants.

“Inspectors”: Inspectors deputed by Owner or Procurement Coordinator / Managers & Consultants.

“Project”: TGTU PROJECT of HINDUSTAN PETROLEUM CORPORATION LIMITED, VISAKHAPATNAM.

‘ Total Order Value ‘ means :-


(i) For Material Supply Contract : - The basic cost excluding taxes , duties, levies , freight etc. unless and until
specifically mentioned in the purchase order.
(ii) For Services / Jobs / Works contract : - The total cost including taxes , duties , levies and all other costs at
which the contract is awarded but exclusive of value of items in scope of Owner’s supply .
iii) For Lump sum / Turnkey contract : - The total cost & all other cost inclusive of taxes , duties, levies , freight etc.

`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 .

2 REFERENCE FOR DOCUMENTATION


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

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.

GPC A406 (INDIGENOUS) (REV.1) Page 2 of 10


All tests, mechanical and others and particularly those required by codes will be performed at the Vendor’s expenses
and in accordance with Inspector’s instructions. The Vendor will also bear the expenses concerning preparation and
rendering of tests required by Boiler Inspectorate or such other statutory testing agencies or by any other reputed
inspection agencies as may be nominated by the Owner.

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.

7. OFFICIAL INSTITUTIONAL TESTING


In addition to testing and inspection by Inspectors mentioned above, nominated agencies or similar institutional
agencies like Boiler Inspectorate may be assigned for official testing of all coded equipment. The Vendor shall
ensure that all Procedures for preparation and Performance of tests prescribed by such Institutions shall be
completed scrupulously.
The Vendor is required to send to such Institutions as may be designated by the Owner at least three sets of
construction drawings for each equipment and calculations. All manufacturer’s mill’s tests certificates and analytical
reports from material laboratories in respect of all raw materials and components employed shall have to be
presented to such institution’s Inspectors in the number of copies required. Vendor shall be responsible for any delay
in submission of necessary certificates. The Vendor shall maintain close liaison with Procurement Coordinators and
Institution’s Inspectors to maintain schedule and delay, if any in this process will not be taken into consideration as a
cause of Force Majeure.

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.

9. WEIGHTS AND MEASUREMENTS


All weights and measurements recorded by Procurement Coordinators / Managers on receipt of goods at site will be
treated as final.

Vendor’s shipping documents and invoices must contain the following data:
I) Unit net weight

GPC A406 (INDIGENOUS) (REV.1) Page 3 of 10


II) Unit gross weight (packing included)
III) Dimensions of packing.

10. DESPATCH INSTRUCTIONS


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

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.

11. OILS & LUBRICANTS


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

12. SPARE PARTS


The Vendor must furnish itemised price list of spare parts indicating quantity , unit rate & total rate required for two
years operation of the main equipment and prime movers also.

The Vendor shall provide the necessary cross sectional drawing to identify the spare parts numbers and their location
as well as inter-changeability chart.

13. PACKING AND MARKING


All fragile and all exposed parts will be packed with care and the packages shall bear the words: “WITH CARE” both
in English and Hindi.

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.

All manufactured surfaces shall be painted with rust proof paint.


All small pieces shall be packed in cases.

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.

For : TGTU PROJECT of HINDUSTAN PETROLEUM CORPORATION LIMITED, Visakhapatnam-530017 (AP).


Destination:
Order No. Rev. No.
Item
Net weight
Case No. Of total cases
Dimensions.

GPC A406 (INDIGENOUS) (REV.1) Page 4 of 10


For every order and every shipment, package must be marked with serial progressive numbering. All packages that
require special handling and transport should have their centres of gravity and points at which they may be slung or
gripped clearly indicated and marked: “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in Hindi and
English language.

14. SHIPMENT AND SHIPMENT NOTICES


The Vendor shall make shipment only after prior approval by Inspectors whenever specifically mentioned. In the
event of the Vendor having been advised to hold shipments(s) for any reason whatsoever the Vendor shall hold the
materials in his / its warehouse for at least 30 days without any compensation; or without prejudice to any reduction in
price already accrued on account of delay.

Within 24 hours of shipment, Vendor shall inform despatch particulars to Owner/Procurement Coordinators as
hereunder:

(a) By Fax and P.C.C. followed by courier :-


1 copy of despatch advice to 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 e-mail: ramanan@hpcl.co.in

(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.

15. CONTROL REGULATIONS


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

16. TRANSIT RISK


Transit Risk insurance shall be covered by the Owner. The Vendor shall advise the despatch particulars to
Procurement Coordinators / Managers immediately after shipment.

17. RESPECT FOR DELIVERY DATES.


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

18. DELAYED DELIVERY


The time and date of delivery of stores / materials / equipment as stipulated in the order shall be deemed to be the
essence of contract. In case of delay in execution of the order beyond the date of delivery as stipulated in the order
or any extension sanctioned, the Owner may at his option either:

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.

GPC A406 (INDIGENOUS) (REV.1) Page 5 of 10


19. DELAYS DUE TO FORCE MAJEURE
In the event of causes of Force Majeure occurring within the agreed delivery terms, the delivery dates can be
extended by the Owner on receipt of application from the Vendor without imposition of Price Reduction for Delay.
Only those causes which depend on natural calamities, civil wars and national strikes that have duration of more than
seven consecutive calendar days are considered the causes of force majeure. Causes like strikes / lockouts at
Vendor’s works for more than ten consecutive days and other direct legislative enforcements, shall also constitute
Force Majeure.

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.

20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT


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

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.

21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE OWNER


The transfer of property shall be deemed to have taken place as follows subject to the provisions herein contained:
21.1 F.O.R. or F.O.T despatch point : On handing over the equipment to the carrier against receipt and such receipt
having been passed over to the Owner.
21.2 FOT / FOR destination station: On taking delivery from the transporters/railways at the destination station.
21.3 Equipment sent freight carriage paid to the project Site: On arrival under lifting hook at the job site.
21.4 Equipment erected by the Vendor: On temporary acceptance at job site.
21.5 Equipment commissioned by the Vendor: On taking over by the Owner for regular operation after test runs at
maximum capacity for specified period satisfactorily performed.

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.

GPC A406 (INDIGENOUS) (REV.1) Page 6 of 10


The financial settlement of Vendor’s invoice is liable to be withheld in the event the Vendor has not complied with
submission of drawing data and such documentation as called for in the Purchase Order and/or as required
otherwise.

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).

- 2 copies to Resident Construction Manager , Engineers India Limited,


C/o 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).

25. RECOVERY OF SUMS DUE


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

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.

GPC A406 (INDIGENOUS) (REV.1) Page 7 of 10


Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the Purchase Order and matters
connected with it. The vendor is aware that the said goods are required by the owner for the ultimate purpose of
materials production and that non delivery may cause loss of production and consequently loss of profit to the owner.

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.

28. PATENTS AND ROYALTIES


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

29. PERFORMANCE GUARANTEE


The Vendor shall guarantee that any and all materials used in execution of the Purchase Order shall be in strict
compliance with characteristics, requirements and specifications agreed upon and that the same shall be free from
any defects.

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.

30. NON WAIVER


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

31. NON ASSIGNMENT


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

32. PART ORDER/REPEAT ORDER


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

33. VENDOR’S DRAWINGS AND DATA REQUIREMENT


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

GPC A406 (INDIGENOUS) (REV.1) Page 8 of 10


payment since the said submission is an integral part of Purchase Order execution.

34. TECHNICAL INFORMATION


Drawings, specifications & details shall be the property of the Owner and shall be returned by the Vendor on demand.
The Vendor shall not make use of drawing and specifications for any purpose at any time save and except for the
purpose of the Owner.

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.

35. SERVICES OF VENDOR’S PERSONNEL


Upon two weeks advance notice, the Vendor shall depute the necessary personnel to site for supervision of erection
and start up of the equipment and train a few of the Owner’s personnel for the operation and maintenance of the
equipment if required, by the Owner. The terms and conditions for the services of the Vendor shall be mutually
settled.

36. VENDOR’S LIABILITY


The Vendor’s workmen or employees shall under no circumstances be deemed to be in Owner’s employment and
the Vendor shall hold himself responsible for any claim or claims which they or their heirs, dependents, personal
representatives may have or make for damages or compensation for anything done or committed to be done in the
course of carrying out the work covered by this Purchase Order, whether arising on Owner premises or elsewhere
and agrees to indemnify the Owner against any such claim or claims if made against the Owner and all cost (as
between attorney and client) of proceedings, suits or action which the Owner may incur/sustain in respect of the
same. The Vendor shall also procure and keep in force at his own cost comprehensive Automobile Liability insurance
for adequate coverage in respect of all his vehicles visiting or plying in project premises. The Vendor shall also be
responsible for compliance of existing laws in respect of their workmen and employees.

37. OWNER’S MATERIAL


(a) Owner’s material shall be delivered to the Vendor against submission of Bank Guarantee for indemnifying the full
value there of strictly in the manner and as per proforma of bank Guarantee approved by the Owner.
(b) Wherever possible the material shall be consigned to Vendor’s
siding. In the event the Vendor does not have any siding, materials shall be consigned to the Public siding / goods
depot to be specifically confirmed by Vendor Loading / Unloading and any handling from the siding / destination shall
be arranged by the Vendor at his responsibility and cost.

(c) The Vendor shall give a firm and binding list of 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.

38. GUARANTEE FOR SPARE PARTS :


The seller shall undertake that before going out of production of the spare parts he will give adequate advance
notice to the Purchaser so that the latter may order his requirements of spares in one lot if so desires .

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

GPC A406 (INDIGENOUS) (REV.1) Page 9 of 10


and liabilities of the parties or arising out of or in relation thereto whether during or after completion of the
contract or whether before after determination, foreclosure, termination or breach of the agreement (other
than those in respect of which the decision of any person is, by the contract, expressed to be final and
binding) shall, after written notice by either party to the agreement to the other of them and to the Appointing
Authority hereinafter mentioned, be referred for adjudication to the Sole Arbitrator to be appointed as
hereinafter provided.
b) The appointing authority shall either himself act as Sole Arbitrator or nominate some officer of Hindustan
Petroleum Corporation Limited (referred to as owner or HPCL) to act as Sole Arbitrator to adjudicate the
disputes and differences between the parties. The contractor/vendor shall not be entitled to raise any
objection to the appointment of such officer of the owner as the Sole Arbitrator on the ground that the said
officer is an officer and/or shareholder of the owner or that he/she has to deal or dealt with the matter to
which the contract relates or that in the course of his/her duties as an officer of the owner , he/she has/had
expressed views on all or any of the matters in dispute or difference.
c) In the event of the Arbitrator to whom the matter is referred to, does not accept the appointment, or is unable
or unwilling to act or resigns or vacates his office for any reasons whatsoever, the Appointing Authority
aforesaid, shall nominate another Officer of the Owner to act as Arbitrator.
d) Such Officer nominated as Sole Arbitrator shall be entitled to proceed with the arbitration from the stage at
which it was left by his predecessor. It is expressly agreed between the parties that no person other than the
Appointing Authority or an Officer of the Owner nominated by the Appointing Authority, shall act as an
Arbitrator.
e) The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement.
f) The work under the Contract shall, however, continue during the Arbitration proceedings and no payment
due or payable to the concerned party shall be withheld (except to the extent disputed) on account of
initiation, commencement or pendency of such proceedings.
g) The Arbitrator may give a composite or separate Award(s) in respect of each dispute or difference referred
to him and may also make interim award(s) if necessary.
h) The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the parties unless the
Sole Arbitrator otherwise directs in his award with reasons. The Award of the Sole Arbitrator shall be final
and binding on both the parties.
i) Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any statutory
modification on re-enactment thereof and the rules made thereunder, shall apply to the Arbitration
proceedings under this Clause.
j) The Contract shall be governed by and constructed according to the laws in force in India. The parties
hereby submit to the exclusive jurisdiction of the Courts situated at Visakhapatnam for all purposes. The
Arbitration shall be hald at Visakhapatnam and conducted in English language.
k) The Appointing Authority is the Director ® of Hindustan Petroleum Corporation Limited.

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.

GPC A406 (INDIGENOUS) (REV.1) Page 10 of 10


(SPECIMEN)
BANK GUARANTEE FOR ADVANCES
(on non-judicial stamp paper of appropriate value)
To,

Hindustan Petroleum Corporation Ltd.,


VISAKH REFINERY,
POST BOX NO. 15
VISAKHAPATNAM – 530011

In CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION


LIMITED, a Government of India Company registered under the Companies Act 1956,
having its registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter
alled "the Corporation" which expression shall include its successors in business and
assigns) having placed an order on Messrs ___________________ a partnership firm/sole
proprietor business/ a company registered under the Companies Act, 1956 having its office
at _______________________ (hereinafter called "the Supplier" which expression shall
include its successors and assigns) vide Order No. ____________ dated _________
(hereinafter called "the Order" which expression shall include any amendments/alterations
thereto as issued by "the Corporation") for the supply of goods/to the execution of Service
for "the Corporation" and having agreed to pay the supplier as and by way of advance upto
a sum of R _________ (Rupees ____________________________________ only ) being
_____ % of the value of the order in terms of "the Order" on production of an acceptable
Bank Guarantee for an amount of R ____________ (Rupees
_________________________________ only).

1. We, ____________________ Bank having office at _________________ (hereafter


referred to as "the Bank") do at the request and on behalf of "the Supplier's" hereby
agree to pay "the Corporation" without any demur on first demand an amount not
exceeding _________ (Rupees ______________________ only) against any loss
or damage, costs, charges and expenses caused to or suffered or would be caused
to or suffered by "the Corporation" by reason of any breach on the part of "the
Supplier" of any of the terms and conditions of the said order.

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

ABG – A406 (REV.1) Page 1 of 2


relating thereto, our liability under this guarantee being absolute and unconditional.
(We __________________ Bank further agree that the guarantee herein contained
shall remain in full force and continue to have full effect so long as the said amount
remains unadjusted, provided, however, the value of the guarantee shall
progressively reduce upon any adjustments being made by "the Corporation"
against the said advance and "the Corporation" rights shall extend only to the value
of the unadjusted amount.

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.

5. Not withstanding anything contained herein above :


i) Our liability under this guarantee shall not exceed ..........
ii) This Bank Guarantee shall be valid upto and including .......; and
iii) We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or
before the expiry of 03 Months from the date of expiry of this guarantee.

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.

IN WITNESS WHEREOF the Bank has executed this document on this


________________
day of ___________________

____________________________
(FOR _________ BANK)
(by its constituted attorney)
(signature of a person authorized to sign on behalf of "the Bank")

ABG – A406 (REV.1) Page 2 of 2


BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF
SUPPLIER/CONTRACTOR
(on non-judicial stamp paper of appropriate value)
To,
Hindustan Petroleum Corporation Ltd.,
VISAKH REFINERY,
POST BOX NO. 15
VISAKHAPATNAM – 530011

IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. A


Government of India Company registered under the Companies Act, 1956, having its registered
office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the Corporation"
which expression shall include its successors and assigns) having awarded to M/s
___________________________________________________ a partnership firm / sole
proprietor business / a company registered under the Companies Act, 1956 having its office at
______________________________ (hereinafter referred to as "the Supplier" which
expression shall wherever the subject or context so permits includes its successors and
assigns) a supply contract in terms inter alia, of "the Corporation's" Order No. ____________
________dated ____________ and the General purchase conditions of "the Corporation" and
upon the condition of "supplier's" furnishing security for the performance of "the Supplier's"
obligations and/or discharge of "the supplier's" liability under and/or in connection with the said
supply contract upto a sum of Rs. ______________
(Rupees_______________________________________________) amounting to __% (____
percent) of the total contract value.

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:

1. This Guarantee/Undertaking shall be a continuing Guarantee /Undertaking and shall


remain valid and irrecoverable for all claims of "the Corporation" and liabilities of "the
Supplier" arising upto and until midnight of _______________.

2. This Guarantee/Undertaking shall be in addition to any other guarantee or security


whatsoever that "the Corporation" may now or any time anywise have in relation to "the
Supplier's obligation/liabilities under and/or connection with the said supply contract, and
"the Corporation" shall have full authority to take recourse to or enforce this security in
preference to the other security(ies) at its sole discretion and no failure on the part of
"the Corporation" to enforcing or requiring enforcement to any other security shall have
the effect of releasing "the Bank" from its full liability hereunder.

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

PBG – A406 (REV.1) Page 1 of 2


contract and to vary the term vis-a-vis "the supplier" of the said supply ontract or to grant
time and/or indulgence to "the Supplier" or to reduce or to increase or otherwise vary the
prices of the total contract value or to release or to forebear from enforcement of all or
any of the obligations of "the supplier" under the said supply contract and/or the
remedies of "the Corporation" under any other security(ies) now or hereafter held by "the
Corporation" and no such dealing(s), variation(s) or other indulgence(s) or agreement(s)
with "the supplier" or release of forbearance whatsoever shall have the effect of
releasing "the Bank" from its full liability to "the Corporation" hereunder or of prejudicing
rights of "the Corporation" against "the Bank".

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or


winding up, dissolution or change of constitution or insolvency of "the supplier" but shall
in all respects and for all purposes be binding and operative until payment of all moneys
payable to "the Corporation" in terms hereof.

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.

7. Not withstanding anything contained herein above:

i) Our liability under this guarantee shall not exceed Rs._________________


ii) This Bank Guarantee shall be valid upto and including ...................; and
iii) We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or
before the expiry of 01 Month from the date of expiry of this guarantee.

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.

IN WITNESS Where of __________________ Bank, has executed this document at


________________ on _______________.

____________________________ Bank
(by its constituted attorney)
(signature of a person authorized to sign on behalf of "the Bank")

PBG – A406 (REV.1) Page 2 of 2


Annexure - I

INSTRUCTIONS TO BIDDERS FOR E-TENDERING

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.

1) PARTICIPATION IN E-TENDERING, REQUEST FOR USER ID and


PASSWORD:

To participate in E-Tendering, it is Mandatory on the part of Bidders to have user id


and password. Bidders are required to be registered on E-Tendering website to
obtain user id & password (password will be system generated).
User id and password are unique to each bidder and the bidder shall use the same
to view/download/participate in all e-tenders of EIL. Bidders are required to change
the password during their first login into the system. There will be single user id
permission for each bidder in the system.
Obtaining user id is an on-going process and is not linked to any particular RFQ/
Bidding Document. Any bidder willing to participate in EIL E-Tenders can obtain
User id & password as described above. Each bidder will get one user id. Bidders
are requested to designate one officer from their organization who will submit the
bids on line.
Digital Signature will be required from very first stage starting from login into the
system, downloading of RFQ/ Bidding Document, Bid submission, Bid opening, etc.

2) VIEW AND DOWNLOAD E-TENDER

Bidders must go to E-Tendering website www.tenderwizard.com/eil and log-in


using their user-id, password and digital signature.
However, the open tenders can be viewed/ downloaded from the link “tender free
view” provided in the website, without being log-in into the system.

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

FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL SIGNATURE


FROM CERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL
SIGNATURE OBTAINED FROM FOREIGN COUNTRIES ARE NOT
ACCEPTABLE.

Note: In terms of Indian I.T Act 2000, only a digitally signed document will be
considered as a valid signed document.

4) BID DOCUMENT FEE/ EARNEST MONEY DEPOSIT, IF APPLICABLE :

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.

The Authenticity of above digital signatures may be verified through authorized CA


after bid opening and in case the digital signature is not authorized/valid, the bid
will be rejected. Bidder shall be responsible for ensuring the validity of digital

Page 2 of 5
Annexure - I

signatures and proper usage of the same by responsible persons.

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.

No Manual Bids shall be permitted. The offers submitted through E -tendering


website shall only be considered for evaluation.

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.

7) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:

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

Contact details of Authorized Service Provider (ASP)

ASP Name : M/s Antares Systems Limited, Bangalore

Address : # 24, 1st Floor, Sudha Complex


Near Havanoor Circle, 3rd Stage
4th Block, Basaveshwara Nagar
Bangalore - 560 079
Ph: 080-40482000
Fax No: +91-80-40482114

C-9, 1st Floor (Back Side)


New Krishna Park, Najafgarh Road, Vikaspuri
Near Janakpuri West Metro Station
New Delhi-110018
Ph No: 011-49424365
Fax No: +91-11-25618721

Website : www.antaressystems.com , www.tenderwizard.com

Contact Persons at Bangalore office:

1: Mr. Ashish Yadav


Contact no: 08800991865
Email: ashish.y@antaressystems.com

2: Mr. Sachin
Contact no: 8401982112
Email: sachin.t@antaressystems.com

Help Desk No.

1: New Delhi 011-49424365


2: Bangalore 080-40482000

Page 5 of 5

You might also like