Sunteți pe pagina 1din 43

Tender No.

: 12000026-HB-12604 Basic Information Of Tender


Title Description Tender Type Tender Scope Bid Type Evaluation Criteria Tender Due Date & Time Pre Bid Conference Start Date & Time Pre Bid Conference End Date & Time Queries Start Date & Time Quries End Date & Time Un Priced Bid Open Date & Time Tender Description 02-Sep-2012 09:00 17-Sep-2012 12:00 17-Sep-2012 15:00 INTERNAL INSPECTION OF MSVs

Tender Published On : 01-Sep-2012 16:34

Internal Inspection of 3 Nosx300 MT each Mounded Storage Vessels under SMPV (U) Rules 1981 Limited Domestic Two Bid Overall L1 for all items 17-Sep-2012 14:30

SCOPE OF JOBThe scope of Job covers Internal Inspection, Testing and Re-certification of 03 Nos. of LPG Mounded Storage Vessels of 300 MT Capacity each at HPCL, Rajahmundry LPG Plant under SMPV (U) Rules 1981 and repair of the same if any by fulfilling all statutory requirements as per Scope of Job, terms and conditions as given in the tender documents. Tender Fee EMD 20000.0 INR

Currency Type

Delivery Terms - Free to Destination location unless specified otherwise. Validity of offer - 90 days from the initial or extended Due Date for submission of Tender whichever is later unless specified otherwise. Liquidated Damages accepted unless specified otherwise. In case bidder does not deviate from the standard offer validity in on line deviation form, bids offer validity shall be considered as mentioned above. In case a Revised priced bid is initiated for this tender, at a later date (eg Technical evaluation stage etc), it shall be incumbent upon the bidder to submit revised bids for the specified items/entire tender. In the absence of revised bids rom the bidder within specified time period, the original bid submitted by the bidder shall not be considered for evaluation.

Tender No. : 12000026-HB-12604 Line Details Of Tender


Srl. No. 1 2 3 4 Line Description Internal Inspection of Mounded Vessels SAFFOLDING INSIDE MOUND-COMPLE NDT INSPECTION - COMPLETE INSP & CERTIFICATION BY CCOE SUPPLY-QUALIFIED WELDER Each Each Each Man Day DESCRIPTION => Scope of Job as given in the tender attachment 3 3 30 UOM Quantity

Tender Published On : 01-Sep-2012 16:34

Mandatory

Manadatory: Yes 3 Yes Yes Yes Yes

DESCRIPTION => Scope of Job as given in the tender attachment DESCRIPTION => Scope of Job as given in the tender attachment DESCRIPTION => QUALIFIED WELDERIf found necessary, Manpower- Qualified Welder required for repair of LPG Mounded storage tank. This optional item will be operational in case of any repair comes. The quantity mentioned against this item is indicative only and it may vary depending upon the actual amount of repair subsequent to the detailed inspection. However the payment shall be made on the actual measurement and no revision in rate will be acceptable on this account. Overtime payment if any for optional item shall be paid twice the normal rate of hours which is applicable for all days including Sunday, Holidays and working days beyond 8 hours. 5 SUPPLY-QUALIFIED GRIDER Man Day 30 Yes DESCRIPTION => QUALIFIED GRINDERIf found necessary, Manpower - Qualified Grinder Man required for repair of LPG Mounded storage tank. This optional item will be operational in case of any repair comes. The quantity mentioned against this item is indicative only and it may vary depending upon the actual amount of repair subsequent to the detailed inspection. However the payment shall be made on the actual measurement and no revision in rate will be acceptable on this account. Overtime payment if any for optional item shall be paid twice the normal rate of hours which is applicable for all days including Sunday, Holidays and working days beyond 8 hours. 6 SUPPLY-QUALIFIED FABRICATOR Man Day 30 Yes DESCRIPTION => QUALIFIED FABRICATOR if found necessary, Manpower - Qualified Fabricator required for repair of LPG Mounded storage tank. This optional item will be operational in case of any repair comes. The quantity mentioned against this item is indicative only and it may vary depending upon the actual amount of repair subsequent to the detailed inspection. However the payment shall be made on the actual measurement and no revision in rate will be acceptable on this account. Overtime payment if any for optional item shall be paid twice the normal rate of hours which is applicable for all days including Sunday, Holidays and working days beyond 8 hours. 7 STRESS RELIEVING AS PER CODE Square Meters 30 Yes DESCRIPTION => STRESS RELIEVING If found necessary, stress relieving as per code requirement. The quantity mentioned against this item is indicative only and it may vary depending upon the actual amount of repair subsequent to the detailed inspection. However the payment shall be made on the actual measurement and no revision in rate will be acceptable on this account. 8 RADIOGRAPHY WELDING AS PER COD Meters 15 Yes DESCRIPTION => RADIOGRAPHY WELD If found necessary, Radiography of welded joints as per code requirement. The quantity mentioned against this item is indicative only and it may vary depending upon the actual amount of repair subsequent to the detailed inspection. However the payment shall be made on the actual measurement and no revision in rate will be acceptable on this account.

Tender No. : 12000026-HB-12604 TENDER DOCUMENT


Sl.No. 1 Description TENDER DOCUMENT HPCL File

Tender Published On : 01-Sep-2012 16:34

HPCL Value -

Supporting Doc. Req'd No

TENDER DOCUMENT FOR INTERNAL INSPECTION OF.pdf

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

Our Purchase Policy: the need for goods and services required and services required shall be accurately determinedbydescribingclearly,whatisrequired.Servicesprovidedandgoodsprocuredshallcomplywith allthestandards,codesandregulationsdescribedbylawandcompanyrequirementstoprotectsafety,health ofallconcernedandtoprotecttheEnvironment.

HINDUSTAN PETROLEUM CORPORATION LIMITED

RAJAHMUNDRY LPG PLANT

TENDER DOCUMENT
FOR

INTERNAL INSPECTION OF

MOUNDED STORAGE VESSELS

AT

RAJAHMUNDRY LPG PLANT


GOKAVARAM - 533286
Sign the document digitally
1

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

INTRODUCTION
Hindustan Petroleum Corporation Limited (HPCL) is having its LPG Bottling plant at Rajahmundry, A.P. and this tender is initiated for Internal Inspection of Mounded Storage Vessels at for Rajahmundry LPG Plant as per specifications and drawings as given in tender.

1.

ADDRESS OF THE LOCATION

THE PLANT MANAGER


RAJAHMUNDRY LPG BOTTLING PLANT

HINDUSTAN PETROLEUM CORPORATION LIMITED


KORUKONDA-GOKAVARAM ROAD, VEERALANKAPALLI VILLAGE GOKAVARAM 533286, EAST GODAVARI DISTRICT, AP

CONTACT PERSONS: Mr. G. L. Naidu (0883-2455864 /094939 88559) Mr. Saladi Srinivasu (0883-2455846 / 073826 17080

2.

SCOPE OF WORK
The scope of Job covers Internal Inspection, Testing and Re-certification of 03 Nos. of LPG Mounded Storage Tanks at HPCL, Rajahmundry LPG Plant under SMPV (U) Rules 1981 and repair of same if any by fulfilling all statutory requirements as per Scope of Job, terms and conditions as given in the tender document at Rajahmundry LPG Plant. Bidders are requested to thoroughly read the tender documents for model specifications and quote in line with tender requirements. Bidder is requested to quote the rates all the pricing components.

Sign the document digitally

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

LOCATION DETAILS
Hindustan Petroleum Corporation Limited (HPCL) is presently the second largest integrated oil refining and marketing company in India. The Corporation has already been identified by the Government of India as a company, which has the potential to become a global giant. HPCL has a LPG bottling Plant at Korukonda-Gokavaram Road, Veeralankapalli village, Gokavaram 533286, East Godavari District Andhra Pradesh, commissioned in August 2008 and is situated around 28 Kms from Rajahmundry Railway Station which is on the Vijayawada Bhuvaneshwar route and is location on National Highway No-5 All Important trains plying on this route stops at Rajahmundry Railway Station. The nearest Bust Stand is located at Gokavaram, which is about 5 km from the plant Rajahmundry LPG Plant receives Bulk LPG through Road Tankers from VLIF, Visakhapatnam. Bulk LPG is stored in Mounded Storage Vessels (MSVs). The Plant is facilitated with three (03) nos. of LPG Mounded Storage Vessels for Bulk Storage with a total licensed capacity of 900 MT.

VITAL STATISTICS
Total Area Nearest Rail Station Nearest Town Category of the Town Nearest Air Port Total No. of Mounded Vessels Control Systems /indicators connected to Vessels : 31.2 Acres, : Rajahmundry (28.0 Km) : Rajahmundry (26 Km) : Unclassified City : Madhurapudi Air Port (13 Km) : 3 Nos x 300 MT each : HLAs, ROVs, TI, PI, DVs, Sprinklers, Tank Farm Automation,

Sign the document digitally

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

SPECIAL INSTRUCTIONS
Electronic, digitally signed & sealed (encrypted) e-tenders are invited under Two Bid systems from eligible Indian Bidders for the following work as per details given below: JOB: INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS UNDER SMPV RULES 1981 AT RAJAHMUNDRY LPG BOTTLING PLANT 1. This tender is issued as Two Part Bids for Internal Inspection of Mounded Storage Vessels at Rajahmundry LPG Bottling Plant as per Terms, Conditions, Specifications and Drawings mentioned in the tender document. Bidders are requested to note that this tender is on e-procurement platform and hence the interested bidders can participate in the tender only through the internet through the website https://etender.hpcl.co.in/ The Tenderers shall be quoting from their own offices / place of their choice by login on to the site https://etender.hpcl.co.in/ 2. Your offer shall contain, A. UNPRICED BID: a. Tender document consisting of Tender notice, Instruction to Bidder, Terms & Conditions and Technical Specifications, Special Instructions, digitally signed (encrypted) b. Copies of Registration Certificate under NSIC, SSI, DGTD, Central Excise and Central & State Sales Tax. c. Agreed Terms & Conditions and Commercial questioner, Deviation if any on bidder letter head duly filled in and digitally signed (encrypted) d. Declaration on Vendors Letter Head. e. Permanent Income Tax Account No., along with a copy of PAN as it is a statutory requirement. Please note that Income Tax will be deducted at source as per rules at prevailing rate unless certificates, if any, for deduction at lesser rate or nil deduction is submitted from appropriate authority.

Items indicated in a to e above shall form part of the UNPRICED BID, and all the above required documents should be submitted (Uploaded at appropriate place in the Bidders Common Forms) electronically and digitally signed (encrypted) on or before due date on e-procurement site along with price bid Electronically and digitally signed (encrypted). In addition to above, Bidders can upload any additional documents if any.

Sign the document digitally

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

In case vendor fails to enclose the above documents along with their un-priced bid, their bid shall be rejected. B. PRICE BID : The prices for this subject tender are to be offered in the PRICE- BID provided in our e- tender site (https://etender.hpcl.co.in/) Rates quoted shall be clearly indicative for all components, viz., P&F, CST/VAT, ED, Freight, Transportation Charges and other levies etc. complete. Applicable Excise Duty, Service Tax, VAT/Sales Tax, Cess, Work Contract Tax (WCT) etc. if any to be specified in the Price Bid where ever applicable. Tenderers are requested Not to put clauses like Taxes & Duties extra at actual Octroi extra as applicable, freight to pay basis etc., in the format for Price Bids. 3. COMMERCIAL & TECHNICAL REQUIREMENTS. (a) All the enclosed Tender documents along with the covering letter and Bid forms will form part of the tender. (b) Tenderers are requested to carefully study all the documents/Attachments/Annexures and understand the conditions, specifications, and drawings etc., before quoting their rates. In case of doubt, written clarifications should be obtained, but this shall not be a justification for late submission of the bid or request for extension of due date. Offers should strictly be in accordance with the tender terms & conditions and our specifications. (c) If there is any contradiction between various sections of the tender documents, the Schedule of Rates/Quantities shall prevail over the Special Terms & Conditions, which shall prevail over the General Terms & Conditions. (d) It shall be understood that every endeavor has been made to avoid errors which can materially affect the basis of the tender and the successful Tenderer shall take upon himself and provide for risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof. (e) Tenderers shall submit their offers without any deviations or counter conditions. Offers received with deviations / counter conditions / unsolicited offers are liable to be rejected and no further correspondences / inquiries on this issue by the tenderer will be entertained. Deviations if any shall be highlighted on a separate sheet on the Tenderers letter head and to be signed digitally shall be uploaded against template of details of technical deviation from bidder. HPCL at its sole discretion may accept such deviations or may advise the party to withdraw them or reject the offer. It is advised that the tenderer, in his own interest, conform to HPCL specifications, terms & conditions in toto, in order to ensure acceptance of the partys bid.

Sign the document digitally

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

No deviations, other than those mentioned in tenderer letter head shall be taken cognizance of and shall be ignored. Such offers, if not rejected, shall be evaluated as if there is/are no deviation(s). (f) Tenderers digital signature on the documents (Electronic, digitally signed & encrypted) is considered as total acceptance of the terms & conditions and hence acceptance need not be mentioned on each page of the offer.

(g) The Corporation reserves the right to allow the purchase preference, as admissible to Central Govt. Public Enterprises and SSI units, as per the directive of Ministry of Industries. (h) The contract is as per the Validity of Purchase Order mentioned in the Terms & Conditions. (i) The rates quoted shall not have any quantity restrictions. Offers received with deviations / subjective or counter conditions / quantity restrictions shall be liable to be rejected and no further correspondence / enquiries on this issue by the tenderer shall be entertained.

4. ACCEPTANCE OF THE OFFER BY THE CORPORATION: (a) HPCL is not bound to accept the lowest offer and reserve the right to reject any and / or every tender without assigning any reason whatsoever and / or place order on one or more tenderers and / or carry out negotiations with any tenderer in the manner considered appropriate by the Corporation. Corporation also reserves right to reject any Un-workable offer. (b) Tenderers may have to attend the concerned office of the Corporation for negotiations / clarifications if required at their own cost, in respect of their quotations without any commitment from the Corporation. (c) Tenders received after the stipulated due date time shall not be accepted due to any reason whatsoever. (d) Tender may be cancelled partly or fully at the sole discretion of the Corporation. (e) Notwithstanding anything contained elsewhere in this tender, in the event the Corporation receives the same rate from 2 or more bidders, the Corporation reserves the right to believe that these bidders have formed a cartel, and the rate quoted as cartel rate and may accept or reject or not reckon such rates / offered quantities / Plants participated / ranking etc., of such offers. In such cases, the Corporation also reserves the right to follow the negotiation process with such bidders if deemed fit and amend the order distribution criteria / ratio best suited to the interest of the Corporation. 5. On finalization of contract the Rates shall remain FIRM throughout the validity period and NO ESCALATION OF RATES shall be entertained.

Sign the document digitally

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

6. Bids submitted after the due date & time and those not in the format or not in conformity with the prescribed terms and conditions or specifications shall be summarily rejected and no further correspondence / enquiries shall be entertained on the issue. No responsibility shall be taken by the Corporation for documents received late due to postal delay and no claims on this account shall be entertained. 7. Please note that your offer should be valid for a period of 90 days from the due date of opening of the tender. In case of successful tenderers, the finalized rate shall remain valid till conclusion of the contract in all respects. 8. Courts in the city of Visakhapatnam shall have jurisdiction to entertain any application or other proceedings in respect of anything arising under this tender either before or after or during the finalization of the tender. 9. In case of withdrawal of offer after opening of price Bid or any other breach of tender terms and conditions at any stage during the validity period of offer / contract, Corporation reserves the right to take action as deemed fit which may be inclusive of putting the tenderer under suspension / holiday. 5. ARBITRATION (a) All disputes and differences of whatsoever nature, whether existing or which shall at any time arise between the parties hereto touching or concerning the agreement, meaning, operation or effect thereof or to the rights and liabilities of the parties or arising out of or in relation thereto whether during or after completion of the contract or whether before or 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 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 or retired officer of Hindustan Petroleum Corporation Ltd. (referred to as Owner or HPCL) or retired officer of Oil PSUs or retired Senior Central Govt. Officer 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/was 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 reason whatsoever, the Appointing Authority aforesaid, shall nominate

Sign the document digitally

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

another officer or retired officer of the owner or retired officer of Oil PSUs or retired Senior Central Govt. Officer 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 or retired officer of the Owner or retired officer of Oil PSUs or retired Senior Central Govt. Officer 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 or re-enactment thereof and the rules made there under, shall apply to the Arbitration proceedings under this Clause. The Contract shall be governed by and construed according to the laws in force in India. The Arbitration shall be held at Visakhapatnam and conducted in English language.

(j)

(k) The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation Ltd.

Sign the document digitally

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

VENDORS UNDERTAKING
We have gone through the complete set of Tender Documents, Attachments, Terms and Conditions and Specifications, Schedule of jobs and confirm that we have understood the scope of the job and all the terms and conditions are acceptable to us. We also confirm that copies of the registration with PF authorities & ESI authorities etc and valid labour Licenses will be submitted to the officer in charge prior to commence of the works. We also confirm that we are not banned by HPCL or any other P.S.U from participating in tenders.

Sign the document digitally

Tender No. : 12000026-HB-12604 TECHNICAL REQUIREMENTS


Sl.No. 1 2 3 4 Description PROFORMA OF JOB EXPERIENCE DETAILS BIDDERS INFORMATION DATA SHEET PROFORMA OF LIST OF EXPERIENCE OF PERSONS HPCL File

Tender Published On : 01-Sep-2012 16:34

HPCL Value

Supporting Doc. Req'd No No No No

TECHNICAL REQUIREMENTS OF THE TENDER.pdf PROFORMA OF JOB EXPERIENCE DETAILS.pdf -

BIDDER INFORMATION DATA SHEET.pdf PROFORMA OF LIST OF EXPERIENCE OF PERSONS.pdf -

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

ESSENTIAL TECHNICAL REQUIREMENT FOR BID EVALUATION


(TO BE FURNISHED ALONGWITH TECHNICAL PORTION OF BID)

The contractor must essentially submit along with the bid following information to authenticate its technical capacity and suitability for undertaking the contract. 1. The bidder should have minimum 5 years experience in the field of PETROCHEMICAL / HYDROCARBON INDUSTRY especially in, testing, inspection and certification of HORTON SPHERES / BULLET / MOUNDED STORAGE TANKS. Copies of all experience certificates along with copies of work order and completion certificate should be furnished along with technical bid as per ANNEXURE - B & C. The bidder must have an authorized / approval from the Chief Controller of Explosives, Nagpur for carrying out the said job. The manpower required for the subject job shall consist of Engineer, Technicians, Metallurgist, High pressure welder, and team of helpers. The technical staff should have minimum 03 years experience in the field of NDT inspection, metallurgical inspection, data interpretation, replication and documentation in the subject field. Turn Over: Annual Turnover not less than 8 Lacs in any one of last 3 years. Should have valid labour license issued by Asst. Labour Commissioner (central), Ministry of Labour & Employment. P.F No.: The contractor must have Permanent PF account no. issued from Regional Provident Fund Commissioner. The copy of the same should be furnished along with bid, without which his offer will not be considered for technical bid acceptance.

2. 3.

4. 5. 6.

Note :- If any information required as above and furnished by contractor in tender is found to be false at any stage of contract, his contract shall be liable to be cancelled with forfeiture of Security Deposit / EMD and may lead to black listing of the party.

PleaseprintonLetterHead,Fill,Sign,scanandupload.

TENDERDOCUMENTFOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

ANNEXURE - B

DETAILS OF SIMILAR TYPES OF JOB EXPERIENCE

S. No

Details of Job

Company Name & Address

Value of Job

Year of Contract

Copy of Completion Certificate from Employer

1. 2. 3. 4. 5.
(Please attach separate sheet if required)

Signature of Bidder

Note: Contractor must submit the above information with the technical portion of bid. All copies of above work order / completion
certificate must be attached along with technical bid. PleaseprintonLetterHead,Fill,Sign,scanandupload.

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

ANNEXUREC
PROFORMA FOR TECHNICAL BID EVALUATION TO BE SUBMITTED ALONG WITH TECHNICAL BID

BIDDER INFORMATION DATA


Please furnish the following details

1. Name of the Firm

2. E-Registration Vendor User ID / Company ID : 3. State in which the factory is located 4. Address

Office

Works

5. Contact Details

Tel. No. (Office) (Works) Fax. No. (Office) (Works)


PleaseprintonLetterHead,Fill,Sign,scanandupload.

: : : :

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

E-mail Address Name of Contact Person Mobile Number Tel No. (Residence)
6.

: : : : : a) Sole Proprietor / Partnership b) Private Limited Company c) Public Limited Company

Constitution of the firm

7. Name & address of the

Proprietors / Partners / Directors Registration & Date.

: : :

8. Year of Establishment / 9. Annual Turnover in the last 3 yrs 10. No. of persons employed

: (please furnish details) as per attached annexure - A :


11. Details of similar type of jobs done earlier 12. Registration Numbers

(Pl. furnish details as per attached annexure B) :

i. ii. iii. iv. v. vi. vii. viii. ix. x.


xi.

Under Companies Act DGTD. NSIC/SSI Regn. No Central Excise Dept. State Sales Tax / VAT (TIN) Central Sales Tax Sales Tax Exemption Status Service Tax Regn. No NSIC/SSI Regn. No PAN No PF No. detail from Regional PF Commissioner

: : : : : : : : : :

13. Whether Vatable invoice ( for PleaseprintonLetterHead,Fill,Sign,scanandupload.

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

Set Off / ITC) will be raised.


14. Income Tax Clearance Certificate:

: : Year ITCC No. Date

No. and Date for the last 3 years

15. Details of valid CCOE Certificates (Latest):

Please provide the License No and Validity PESO

(Enclose photo copies)

16. Earnest money details

PleaseprintonLetterHead,Fill,Sign,scanandupload.

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS

(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

ANNEXURE - A

NAMES AND EXPERIENCE OF PERSONS EMPLOYED


S. No
1. 2. 3. 4. 5. 6. 7. 8. 9. 10.
(Please attach separate sheet if required)

Name of Persons

Period of Working

Qualification & Position

Total Experience

Signature of Bidder Note. : Contractor must submit the above information with the technical portion of bid. The above mentioned manpower must be
on the roll of contractor as on date of submission of tender and liable to be verified by checking records of contractor.

PleaseprintonLetterHead,Fill,Sign,scanandupload.

Tender No. : 12000026-HB-12604 TECHNICAL JOB SPECIFICATIONS


Sl.No. 1 Description HPCL File TECHNICAL JOB SPECIFICATIONS.pdf

Tender Published On : 01-Sep-2012 16:34

HPCL Value -

Supporting Doc. Req'd No

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

TECHNICAL JOB SPECIFICATIONS


1.0 1.1 GENERAL: These technical specifications shall be applicable for the work covered by this contract, over and above and without prejudice to the various codes of practice, standard specifications etc., it being specifically understood that contractor shall carry out the work in all respects with the best quality of materials and workmanship and in accordance with the best engineering practice and instructions of Officer-in-Charge. Wherever it is stated in the specification that a specific material is to be supplied or a specific work is to be done, it shall be deemed that the same shall be supplied or carried out by the contractor at his own cost. PROCEDURE FOR ERECTION OF SCAFFOLDING:

1.2

2.0

2.01 INSIDE SCAFFOLDING: A) SCAFFOLDING is to be made out of tubular structures (Standards scaffolding pipes of 40 mm dia. in order to make entire inner surface of mounded storage tanks safely accessible for visual inspection and non-destructive testing (NDT) work, all the scaffolding material including necessary fittings, clamps, platforms has to be arranged by the contractor at his own cost. The Officerin-charge may accept better scaffolding material / technique than that given here in case if the contractor prefers to provide. Height between two horizontal members (Pipes) of tubular structures should be 500 mm to 800 mm (Maximum) to have ease and safety of climbing up or down by the working and inspecting personnel. In special cases the height may have to be reduced if felt necessary by the Officer-in-charge of HPCL. Provision must be kept for the same. Working platform or stages are to be made by steel / aluminum perforated sheets or similar material and secured firmly. These platforms are to be provided at a vertical distances of about 1200 mm below each circumferential seams and stiffening ring fillet (at equator level) weld joint to enable visual inspection and NDT work in these welds and shell plate surfaces conveniently while inspecting personnel are standing on the platform / stages. Similar stages are to be made all around the mounded storage tanks for the inspection and NDT of all the longitudinal seams. Platforms are also required to be built for inspection of all nozzles including manhole-nozzle welds, temporary attachment weld points above circumferential and both sides of longitudinal welds.

B)

C)

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

(D)

A clear Gap of 50 - 70 mm should be maintained between the edge of scaffolding pipes and sidewall of shell. In no case the pipe edges should touch shell surface except at bottom support points, where pipes should be supported on flat plates of proper size (Flat pieces of plates to be welded at the end of the vertical scaffolding pipes) to avoid injury to shell surfaces. Wooden planks, Bamboo, coir ropes, nylon ropes, cotton or any combustible material should not be used for making scaffolding. Suitable rigid ladder should be provided for landing into the platforms/stage under manhole.

E) F)

2.02 REMOVAL OF SCAFFOLDING: Scaffolding is to be removed after completion of all inspection / NDT work and repairs. 3.0 CLEANING OR SURFACE PREPARATION FOR NDT All appropriate tools tackles and consumables required for the internal and external surface cleaning as enumerated in the following paragraphs shall be the responsibility of the contractor. Loose scale, oil, dirt etc. shall be removed from internal surface of the mounded storage tanks by manual means or any other safe and effective technique preferably non-spark producing. Areas, as indicated below are to be thoroughly cleaned and prepared as per the procedure given at clause 3.1 for magnetic particle inspection. 1) 2) 3) 4) 5) All internal weld joints e.g. circumferential and longitudinal seams, fillet welds of stiffening ring and nozzle welds. Welds joints of all the nozzles including manholes from outside and their reinforcement pads. Reinforcement pads of all support to shell. 150 mm of parent metal on either side of all weld joints. Area/points inside the mounded storage tanks where temporary attachments such as cleats, brackets were welded on both sides of circumferential and longitudinal seams.

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

6) 7)

A few selected areas (300 x 300 mm) on parent metal on the inner surface as decided by Officer-in-charge. Shining metal is required to be exposed after cleaning by any of the cleaning methods and should meet any of the requirements of the inspection agency. PREPARATION FOR UT & MAGNETIC

3.1 PROCEDURE OF SURFACE PARTICLE INSPECTION.

3.1.1 MECHANICAL OR POWER CLEANING: Cleaning shall be done by using mechanical striking tools, chipping hammers, grinding wheels or rotating wire brushes or by any other better and safe technique. The tools used should preferably be non-spark producing type. On completion of cleaning, the detached rust mill scale etc. shall be removed by clean rags and/or washed by water or steam and thoroughly dried by compressed air jet immediately after washing. 3.1.2 2'x2' or 2' dia area shall be cleaned by emery paper and buffing wheels for ultrasonic thickness measurement in the points/areas as enumerated below: I) At 4 - 6 locations covering the central and four corners of each petal and crown plates for estimated qty 380 spots(approx.).Mapping for the locations tested has to be given by the Party on separate drawing of Tank. Four opposite sides of each nozzles including manhole nozzle. 25% all butt welds including all T inside tanks, estimated 150 mtrs approx. A few more points/areas as may be decided by the Engineer-in-charge and the contractor in consultation or as per General acceptance practice. SURFACE PREPARATION STANDARDS: Standards Codes of Practice shall be followed for surface preparations as per the requirements:

II) III) IV)

3.1.3 (i)

3.1.4 EQUIPMENT: All tools, brushes, rollers, hand power tools for cleaning and all equipment ( electric driven and pneumatic both), scaffolding materials, etc. required to be used shall be suitable for the work and all in good order and shall be arranged by the contractor at site and in sufficient quantity.
3

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

4.0 4.1

NON DESCRUCTIVE TESTING: WET FLUOROSCENT MANGETIC PRACTICLES INSPECTION (WFMPI) is required to be carried out on 100% weld joints to detect all types of crack or such other discontinuities by using:

a) Articulated A.C. Magnetic yoke suitable for the job. b) Fluorescent iron powder suspended in water. c) Ultraviolet light. WFMPI method used should meet the requirement of standard recommended practice for MPI-ASTM-E-709/T-700-ASME, including selection of equipment and magnetic power calibration / testing of equipment and examination technique. Reliable equipment of masnafully or equivalent make to be used for the job. The contractor shall arrange all testing equipment instrument, accessories and consumables at his own cost. 4.2. INSIDE: 1) 100% of the welds including circumferential and longitudinal seams nozzle welds, fillet welds of stiffening ring, welding spots/area of temporary attachments i.e. brackets clamps, clear etc. fitted during fabrication are to be checked by WFMPI the top and bottom crown welds (100%) shall also be checked by WFMPI. 150 mm parent metal on inside of the weld is to be covered in WFMPI of welds. In case of any abnormal indication of defect observed from inside during WFMPI, it has to be checked and confirmed by radiography.

2) 3)

4.3. ULTRASONIC THICKNESS MEASUREMENT: Ultrasonic thickness measurement to be taken by using ultrasonic flaw detector of kraut-kramer or equivalent make in points / locations to get a profile or wall thickness to meet partly ASTM-A-455-89 approximately 10-15 readings are to be taken to get a representative profile of wall thickness of each petal and crown plates. Each location of thickness shall be scanned and minimum thickness marked. General requirement for thickness measurement by UT flow detector shall confirm to ASME T-500 through T-540/ASTM-A-435-89. 4.4. UT FLAW CHECK:
4

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

UT flaw checking as per ASTM-A-522-89 shall be carried out as mentioned below: 1. 2. 3. 100% 'T' joints of circumferential with longitudinal welding covering a straight length of 150-200 mm on the weld joints by probe scanning. 100% Nozzle weld joints of liquid, vapor lines and manhole. 25% of total weld length of the mounded storage tank.

4.5. HARDNESS MEASUREMENT: Hardness is to be measured at random on circumferential welds, longitudinal welds, nozzle welds, haz parent metal/plate and left over cleat weld areas (as per ASTM-E-110-89). Hardness tester of a reliable and reputed make to be used. Exact number of point and locations shall be decided at site, providing hardness tester shall be the responsibility of the contractor. Equotip or equivalent make hardness tester may be used. Provision must be kept for additional readings as decided by the Engineer-in-charge of HPCL. 4.6 5.1 1. 2. D.P.TEST: All inaccessible areas which can not be covered by WFMPI should be check by D.P.Test (As per ASTM-E-165-89). MINOR REPAIRS. If any cracks/flaw of minor nature noticed during NDT or WFMPI inspection, the contractor shall undertake suitable repairs of the same. During WFMPI if any crack is noticed, the depth of the crack shall be assessed by UT with requisite sensitivity as per code ASME section VIII division 1&2. All the cracks having depth less than the provided corrosion allowance shall be removed by grinding. Ultrasonic flaw detector and all consumables shall be provided by the contractor at his cost OPTIONAL AND MAJOR REPAIRS: If, any defects / cracks needs repair by welding and stress relieving, the contractor shall carry out the jobs as per repair procedures approved by PESO, Nagpur. The party may quote separately for repairs involving welding / stress reliving (including machine / equipment and consumables) as per SOQ. However, HPCL at its discretion may get such repairs done through the same contractor or fix any other repair party/fabricator approved by PESO, Nagpur.

5.2 1.

2.

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

6.0. SUBMISSION OF TEST REPORTS/DOCUMENTATION: 01) After satisfactory completion of the test and the contractor shall issue a necessary safety certificate in proper format as per Rule 19 of SMPV (U) Rules 1981 along with necessary reports duly approved by PESO (CCOE), Nagpur. The contractor shall have to submit final (Detailed) report and documentation containing NDT data showing all indications and readings on development sketch. Third party inspection: HPCL may engage, at its own discretion and cost a third party inspection Agency to witness and monitor the inspection and testing jobs carried out by the party.

02)

03)

Tender No. : 12000026-HB-12604 SPECIAL CONDITIONS


Sl.No. 1 Description HPCL File

Tender Published On : 01-Sep-2012 16:34

HPCL Value -

Supporting Doc. Req'd No

SPECIAL CONDITIONS.pdf

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

SPECIAL CONDITIONS OF CONTRACT


PART-I
1. Special conditions of contract shall be read in conjunction with the General Conditions of Contract, specifications of work, drawings and any other document forming part of this contract wherever the context so requires. The tenderer must be experienced and capable contractors approved by Chief Controller of explosives (CCOE) Nagpur, to carry out the inspection, testing and certification of LPG Horton Spheres / Bullet/ Mounded Storage Tank on rate basis under rule 19 of static & Mobile pressure, vessel (unfired) rules 1981. The materials, design and workmanship shall satisfy the applicable relevant Indian Standards, the job specifications contained herein and codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied. The quantity of work mentioned in the tender document is indicative to tenderers. This may vary in either sides and are not in any way guaranteed. The HPCL desires to have the rates for the work in the tender in the schedule of rates should be read with all other sections of this bid packages. The rate should also be inclusive of but not limited to, provided all labor, equipment, materials steel scaffolding for all height, necessary supervision, transportation and maintaining site office etc. HPCL reserves the right to accept or reject any or all tenders and to waive irregularities and formalities its own discretion, without assigning any reason. HPCL is not responsible for any accident /damage caused to the men and materials of the contractor during the course of attending the job. The contractors men are required to display the identification passes all the time inside the plant. The tenderers may visit the site and acquaint himself fully about the connected details of work prior to submission of tender and no claim whatsoever will be entertained on the plea of ignorance of difficulties in execution of job or handling the materials.
Page1of9

2.

3.

4. 5.

6.

7. 8. 9.

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

10.

Each tenderer is required to hold his tender valid for a period of three calendar months from the date fixed for submission of the tender and his tender may be accepted in whole or part by HPCL at any time during the period. Each tender shall be complete in and free from ambiguity, alterations, or corrections, if any should be initiated. The tenderers shall sign their proposals with the exact name of the firm to whom contract is to be issued. In case of partnership firm, name and address of each partner and in case of individual his business address shall be given. The tender shall be duly signed digitally. The Contractor has to make his own arrangements for his workmen for food, transportation and accommodation during the period of the contract. The contractor shall ensure and will be solely responsible for payment of wages and other dues latest by 7th of the following month to the personnel deployed by the contractor. The contractor shall be directly responsible and indemnify the HPCL against all charges, claim, dues, etc. arising out of disputes relating to the dues and employment of personnel deployed by the contractor. Party shall regularly submit all relevant records / documents in this regard to us for verification. The stores of the contractor can be checked by the Officer-in-Charge or his authorized representative for any confidential material not passed from the plant gate. No tools and tackles shall be removed from the site without prior permission of Officer-in-Charge. Safety Compliance: Must have good safety record certificate from previous employers. The personnel to be deputed by the Contractor shall observe all security fire and safety rules of HPCL. While at the site his work will be monitored by HPCL Officer and contractor has to strictly adhere to their instructions. The Contractor personnel should not be in possession of any inflammable material like Match Box. Lighters, Pagers, Mobile phones etc. which is hazardous to Plant operation. The personnel deputed by the contractor for the job shall meet following requirements. a) Should be medically fit to work at site. b) Should possess good conduct and discipline. Contractor has to submit an undertaking that the personnel deployed by him to undertake the

11. 12.

13. 14.

15. 16.

17.

18.

Page2of9

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

work are without criminal records and links with destructive elements. In case of reformed people names of such persons should be clearly indicated. 19. Contractor shall maintain first aid facilities for his employees at site in the form of First-Aid Box and prescribed Medicines. However, first aid as available with HPCL will be provided by HPCL if required. Any other expenditure like Hospitalization, Treatment, and Medicines etc. shall be borne by the Contractor. Tools and Tackles: Must have all general purpose tools and tackles, safety appliances like helmet, safety shoes, belts, cotton hand gloves etc. and have to mobilize within 1 week time. MANPOWER: The Contractor shall deploy qualified Engineers / Supervisors / Technicians with experience in the field of inspection of Mounded Storage including NDT exposure to defects arising out of stress corrosion cracking and weld defects due to HAZ. All NDT interpretations should be verified and signed by experienced ISNT/ASNT qualified personnel, preferably of LEVELIII qualification. The details of such manpower available with contractor shall be furnished along with the technical bid as per the format given in ANNEXURE - A. SITE ORGANISATION: Subject to the provisions in the tender document and without prejudice to Contractors liabilities and responsibilities to provide adequate qualified and skilled personnel on the work, contractor shall deploy site organization and augment the same as decided by the Officer-in-Charge depending on the exigencies of work, without any additional cost to owner. The tenderer shall submit the details of minimum site organization proposed by him. The contractor must deploy one dedicated Supervisor to co-ordinate the jobs with Officer-in-Charge. He has to take care of jobs so that it shall be started only after taking proper WORK-PERMIT from our Officer-in -Charge, as the work shall be carried out in Hazardous and Restricted Area. LABOUR LICENCE: Before starting of work, Contractor shall obtain a license from concerned authorities under the Contract Labour (Regulation & Abolition) Act 1970, and furnish copy of the same to Owner. Compliance with Labour/Industrial Laws: Contractor shall at his own expense, ensure due compliance with all applicable and governing Industrial and Labour laws, Rules and Regulations and Bye Laws both of Central and State Government and all other local authorities and shall keep the owner
Page3of9

20.

21.

22. 23.

24.

25.

26.

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

harmless and indemnified in respect thereof. The contractor must do the workmen compensation policy before commencement of work. 27. PROVIDENT FUND: The Contractor shall strictly comply with the provisions of Employees Provident Fund Act and register them with RPFC before commencing work. The Contractor shall deposit Employees and Employers contributions to the RPFC every month. The Contractor shall furnish along with each running bill, the Challan / receipt for the payment made to the RPFC for the preceding months.

Page4of9

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

SPECIAL CONDITIONS OF CONTRACT


PART-II
1. PERIOD OF WORKS CONTRACT 01) The entire work as per scope of work covered under this contract shall be treated as works contract. The work shall be executed strictly as per Time Schedule. 02) Three mounded storage tanks are to be taken for inspection and testing one after another, while HPCL will attempt to isolate and hand-over the mounded storage tanks in close succession, some delay can not be ruled out. 03) The time period for completion of the total job shall be 4 (four) weeks for each tank in all respect. 04) After completion of inspection of first tank, the next tank may be handed over after a time gap as decide by HPCL. Contractor will be informed 7 days in advance for starting work on next tank. 05) The duration of contract will be four months from date of issue of work order. 06) Jobs on first bullet are expected to start from 10/10/2012. 2. EARNEST MONEY DEPOSIT (EMD) The tenderer will be required to pay a sum of Rs 20000/- as Earnest Money Deposit (EMD) thru a crossed demand draft or a non-revokable Bank Guarantee in favour of Hindustan Petroleum Corporation Limited, from any Scheduled Bank (other than a Co-Operative Bank) payable at Rajahmundry drawn in favour of Hindustan Petroleum Corporation Limited. The Earnest Money Deposit will be refunded after finalization of the contract. The Original Demand Draft along with covering letter to be submitted to Rajahmundry LPG Plant before due date and time.
NOTE: Small scale units registered with National Small Scale Industries should enclose a photocopy of their registration certificate with their quotation to make their quotation eligible for consideration. The Registration Certificate should remain valid during the period of the contract that may be entered into with such successful bidder. Such tenderers should ensure validity of the Registration Certificate for the purpose.

Page5of9

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

3. LIQUIDATED DAMAGES: If the contractor fails to complete the work as provided in the agreement within the period fixed/agreed in the work schedule, or any time repudiates the contract, HPCL without prejudice to any other right or remedy available, may at its discretion: a. Recover from the contractor as ascertained and agreed liquidated damages, by way of penalty for a sum calculated at the rate of 0.5% per week or part thereof delay on the total value of work subject to a maximum 5% of the total value of the work plus any other expenditure incurred by HPCL OR b. Arrange for the work or part of the work in default by the contractor to be carried out by any other contractor/party by giving notice to the contractor on the account and at the sole risk and cost of the contractor such decisions of HPCL will be final and binding on the contractor. HPCL in such cases may terminate the contract. Terminate the contract or a portion or part of the work thereof and if so desired arrange the work in default by contractor to be carried out by any other party at contractor's sole risk and cost where action is taken under sub clause (B) or sub clause (C) above, contractor shall be liable for all losses which HPCL, may sustain on this account, provided the said work or part of the work in default the contract is assigned to any other party at any time within one month from the date of such failure and in case of repudiation of the contract before expiry of the aforesaid period of completion if any time within a month not be entitled to any gain on such alternative arrangement and manner and method of making such alternative arrangement shall be at the discretion of HPCL with a notice of 24 hours In the event of HPCL because of circumstances beyond its control cannot make available / provide the number of equipments/other facilities as mentioned above for the execution of work, it will not be binding on HPCL, for payment of any losses incurred or claimed whatsoever by the contractor. 4. TERMINATION DUE TO UNSATISFACTORY PERFORMANCE: If HPCL considers that the performance of the contractor is unsatisfactory or not up to the expected standard, HPCL shall notify the contractor in writing
Page6of9

c.

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

and specify in detail the cause of dissatisfaction. HPCL shall have the option to terminate this contract if the Contractor fails to comply with the requisitions contained in the said written notice issued by HPCL. 5. TESTS AND INSPECTION a. The work is subject to inspection at all times by the Officer-in-Charge or representative of OIC. The Contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this tender, the technical documents and the relevant codes of practice furnished to him during the performance of the work. Any work not conforming to the standard procedure, specifications or codes shall be rejected and the Contractor shall carry out the rectifications at his own cost. The details of equipments, viz ultra violet lamps, A.C. Yoke, ultrasonic flaw detector, digital portable non-indentation type hardness tester, digital portable wall thickness meter, 24V flame proof lamps, handling tools, grinding machine (Pneumatic) etc. available with the bidder along with the technical details (complete specifications and the quantities) to be submitted along with the technical bid. Inspection and acceptance of the work shall not relieve the Contractor from any of his responsibilities under this Contract.

b.

c.

d.

6. SCOPE OF WORK The Contractors scope of work is stated separately as ATTACHMENT - 1 attached. 7. SCOPE OF SUPPLY The Contractors scope of supply is stated separately as ATTACHMENT - 2 attached. 8. TERMS OF PAYMENT a. b. 90% payment of executed work will be released after satisfactory completion duly certified by OIC for each storage tank. Balance 10% payment will be released after submission of all testing & inspection certificate duly approved by CCOE, Nagpur.
Page7of9

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

c.

Income tax / work tax: HPCL shall be entitled to deduct income tax and work tax at source from the payment to be made to the contractor against his bills (submitted in triplicate) in accordance with the Indian Income tax Rules No payment will be made for substandard work not meeting the requirements unless defects are rectified to the satisfaction of HPCL site representatives / Officer- In-charge. It shall be the liability of the contractor to bear and pay at his expense all taxes, license fees, excise duties or any other dues of central, state or any other local authority. Bill should be submitted by the contractor on satisfactorily completion of full inspection works for each tank and shall be paid within 30 days from the date of submission by our Visakh LPG Regional Office, Visakhapatnam.

d.

e.

f.

9. SECURITY DEPOSIT a) The EMD received along with tender form will be converted as Security Deposit for successful Bidder. Security Deposit shall be held 'Interest Free'. The Security Deposit will be refunded by our Visakh LPG Regional Office on satisfactory completion of job against submission of Completion Certificate issued by The Plant Manager, Rajahmundry LPG Plant.

b)

10. SCHEDULE OF RATES The Schedule of Rates in tender shall be read in conjunction with Special Conditions of Contract. General Conditions of Contract, Technical Specifications and any other Document forming a part of this tender. The quantities shown against the various items are only approximate and subject to variations as per the stipulation made in General Conditions of Contract. The rates of tenderer shall include any variations in the actual quantities of work. The owner reserves the right to interpolate or extrapolate the rates for any new items of work not covered in Schedule of Rates from the similar items already available in Schedule of Rates. All items of work in the Schedule of Rates shall be carried out as per the specifications, drawings and
Page8of9

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

instructions of the Officer-in-Charge and the Rates are inclusive of all materials, consumable, labour, supervision, tools and tackles, approval by CCOE, as well as preparatory, incidental, intermediate / auxiliary / ancillary or enabling works. 11. DEFECT LIABILITY PERIOD:The defect liability period will be 12 months from the date of issue of completion certificate. Any damage or default that may arise or lie undiscovered at the time of issue of Completion Certificate connected in any way with the equipment or materials supplied by you or in workmanship shall be rectified or replaced by you at your own expense as deemed necessary by HPCL. 12. MOBILISATION PERIOD The contractor shall mobilize his manpower with all tools & tackles, machineries, important materials, etc. within a week time from the date of issue of letter of intent. No mobilization advance will be issued to the contractor.

Page9of9

Tender No. : 12000026-HB-12604 SCHEDULE OF QUANTITIES


Sl.No. 1 Description HPCL File SCHEDULE OF QUANTITIES.pdf

Tender Published On : 01-Sep-2012 16:34

HPCL Value -

Supporting Doc. Req'd No

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

SCHEDULE OF QUANTITIES
TITLE OF WORK: INTERNAL INSPECTIONOF 3No MOUNDEDSTORAGE VESSELS OF300 MT EACH ATRAJAHMUNDRYLPGBOTTLINGPLANT,ANDHRAPRADESH Arrangement of scaffolding materials, erection & removal of scaffolding, blinding/deblinding, preparation of surfaces etc. as per specification including labour, materials, tools and tackles, consumables, supervision etc. to complete the work in all respects as per specifications, drawings and directions of Officer-incharge.

SOQ

DESCRIPTION

UOM No.

Qty. 03

1.1 Lump sum charges for supply, erection of full scaffolding inside the mounded storage tank, removal of scaffolding after complete testing, inspection, repair work (if any) is over, as per the detailed specification 1.2 Lump sum charges for blinding, deblinding, surface cleaning preparation of weld joint for NDT (buffing), inspection and preparing the mounded storage tank complete in all respect for this work of inspection, testing, certification and repair (if any) as per detailed specification. 1.3 Lump sum charges for inspection, certification, and recertification of LPG mounded storage tanks by CCE under SMPV (U) Rule 1981 as per terms and conditions. 2.0 Manpower required for repair of LPG mounded storage tank (ON NEED BASIS 2.1 Qualified welder 2.2 Grinder man 2.3 Fabricator

No.

03

No.

03

MANDA YS MANDA YS MANDA YS

30 30 30

PrintonLetterHeadandsignthedocument,Scanandupload.

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

3.0 Stress Relieving, Hydrogen Diffusion treatment and radiography. 3.1 Stress relieving as per code requirement 3.3 Radiography of welded joints as per code requirement. Sq.mt Meter 30 15

Note:

1.

If any repair comes, then all the inspection, test, certification, recertification etc. necessary to be carried out after repair work shall be also inclusive in the scope of item no.1.3. Optional item no. 2.0 & 3.0 will only be operational in case of any repair comes. The quantities mentioned against these items are indicative only and there may be wide variation depending upon the actual amount of repair subsequent to the detailed inspection. However the payment shall be made on the actual measurement and no revision in rate will be acceptable on this account. Overtime payment if any for optional item no. 2.0 shall be paid twice the normal rate of hours which is applicable for all days including Sunday, holidays and working days beyond 8 hours.

2.

3.

PrintonLetterHeadandsignthedocument,Scanandupload.

Tender No. : 12000026-HB-12604 AGREED TERMS AND CONDITIONS


Sl.No. 1 Description Please confirm that you have studied and understood all the technical specifications, scope of job, terms and conditions of the tender and your offer is in conformity with the same. Please also confirm that you shall be able to complete the subject job strictly confirming to the specifications and terms of the tender, if a purchase order is placed on you. Offers not in conformity with this Agreed Terms and Conditions are liable for rejection without recourse to the Bidder. TECHNICAL: Acceptance to technical specification, scope of work and Terms and Conditions, Special Terms and Conditions as specified in bid document. TECHNICAL: In case of deviation, confirm that the same has been highlighted separately in bidders letter head VALIDITY OF OFFER: Confirm that offer is valid for 90 days from due date/extended due dates of tender FIRM PRICES: Confirm that the price shall be firm till completion of work in all respects PAYMENT TERMS: Confirm acceptance to HPCL payment terms in Toto as per Terms & Condition of contract. EMD: Confirm that Bid Security /Earnest Money as per stipulations been furnished along with unpriced bid. PSU/SSI/NSIC: If you are a Govt. of India/ Any State Govt. Undertaking/NSIC/SSI, please attach registration copy of the same. TAXES AND DUTIES: The Contractor accepts full and exclusive liability for the payment of any and all taxes, duties, octroi, cess, levies, and statutory payments payable under all or any of the statutes etc. now or hereafter imposed, increased from time to time in respect of works and materials. DELAYED DELIVERY/ PENALTY: Confirm your acceptance for delayed delivery clause as per the attached terms and conditions. SECURITY DEPOSIT: Confirm that Security Deposit / Bank Guarantee will be furnished as per attached terms and conditions. ARBITRATION: Confirm acceptance of arbitration clause. Kindly digitally sign & encrypt all pages of the tender. Deviations if any shall be highlighted on a separate sheet on the tenderers letter head and scan copy of the deviations letter shall be uploaded against template of details of technical deviation from bidder. Confirm that Prices have been filled as per Schedule of Prices format included in the bid document & submitted accordingly. Confirm that there are NO counter terms and conditions in the Price-Part or any other portion of the tender and in case any such terms and conditions are mentioned, the same shall be treated as null and void. Confirm that you have submitted all Data sheets duly filled in Unpriced part Confirm that you firm Plant has not being Suspended/ Blacklisted by CCOE and /or by any OIL Company during the preceding three years ATTACH DECLARATION ON VENDOR LETTER HEAD ATTCH VALID PESO CERTIFICATES (LICENSE & VALIDITY) ATTACH LIST OF PERSONS HAVING EXPERIENCE WITH JOB SPECIFIED ATTACH LIST OF JOB EXPERIENCE DETAILS ATTACH BIDDERS INFORMATION DATA SHEET ATTACH ANY OTHER DOCUMENTS HPCL File

Tender Published On : 01-Sep-2012 16:34

HPCL Value -

Supporting Doc. Req'd Allowed

Allowed

3 4 5 6 7 8 9 10 11

Allowed Allowed Allowed Allowed Allowed Allowed Allowed Allowed Allowed

12 13 14 15

Allowed Allowed Allowed Allowed

16 17

Allowed Allowed

18 19 20 21 22 23 24 25

Allowed Allowed Mandatory Mandatory Mandatory Allowed Mandatory Allowed

Tender No. : 12000026-HB-12604 DECLARATION


Sl.No. 1 Description HPCL File DECLARATION.pdf

Tender Published On : 01-Sep-2012 16:34

HPCL Value -

Supporting Doc. Req'd No

TENDER DOCUMENT FOR

INTERNAL INSPECTION OF MOUNDED STORAGE VESSELS


(TENDER NO: 12000026-HB-12604/ DATED 26/07/2012)

DECLARATION
I/ We solemnly affirm as under: a) This Tender Document Set was downloaded by us from your website and is being used for submitting our commercial bid. The downloaded file was printed and is being submitted without any alterations, deletions, additions or changes. The clauses, stipulations, etc., contained in the tender documents, which are not acceptable to us are highlighted separately in the Letter Head appended to our Tender Bid. I/ We further affirm that I/ We have gone through the tender document completely and understood the contents, letter & sprit. I/ We further confirm that except for these deviations highlighted as above, all the Terms and Conditions of the tender set are acceptable to us and we hereby accept and agree to abide by all the other Terms and Conditions contained in the tender document set. We also affirm that we are not banned or blacklisted by HPCL or any other P.S.U from participating in tenders. We also hear by undertake that in case of contract being awarded an office will be opened by us in the State of Andhra Pradesh in a COMMERCIAL AREA with telephone and fax if no office is in existence at the time of Participation in tender. We understand that in case it is found subsequently that the downloaded Tender Document Set was altered or tampered with, in any manner, then our bid is liable to be rejected or in case a purchase order is placed on us basis such tampered document, then the order is liable to be cancelled without any further reference to us.

b)

c)

d)

e)

f)

g)

PleaseprintonLetterHead,Fill,Sign,scanandupload.

Tender No. : 12000026-HB-12604 DEVIATIONS


Sl.No. 1 Description DEVIATIONS FROM TENDER TERMS IF ANY HPCL File

Tender Published On : 01-Sep-2012 16:34

HPCL Value -

Supporting Doc. Req'd Allowed

Digitally Signed by G L Naidu Plant Manager Rajahmundry LPG Plant

S-ar putea să vă placă și