Beruflich Dokumente
Kultur Dokumente
LPG PROJECTS
HINDUSTAN BHAWAN, 3RD FLOOR
8, SHOORJI VALLABHDAS MARG
BALLARD ESTATE
MUMBAI 400 001
TENDER DOCUMENT
FOR
AT
HAZARWADI, JATNI AND RAIPUR LPG PLANTS
EMD Rs.2,00,000/- (One Lakh) for Indian Bidder and U$D 4255(Four Thousand Two
Hundred Fifty Five) for Foreign Bidder : Tenderer to submit all above documents along
with credential bids.
The tender document can be had against requests on LETTERHEAD from the office of
Sr.Manager-Equipment, Planning & Procurement (LPG) ,Hindustan Bhavan,3rd Floor at
the address given above on payment of Rs.1000/- or U$D 25 (non-refundable) by
Crossed Demand Draft of any scheduled Bank other than Co-operative Bank drawn in
favour of Hindustan Petroleum Corpn.Ltd. Payable at Mumbai.
TENDERS RECEIVED WITHOUT REQUISITE EMD WILL BE REJECTED.
Units registered with NSIC (Copy of Registration required) and Public Sector Enterprises
are exempted from submission of EMD.
Bids shall be submitted at the Office of Sr.Manager EP & P (LPG ) at Mumbai before
3.00 p.m. on due date. Credential Bids will be opened on the due date at 3.30 p.m. In the
presence of attending tenderers at the above office at Mumbai. Tenders received after
the due date and time due to any reason what so ever, including postal delays will not be
considered.
Important Note:
1) In case this tender document is downloaded from the web site and is used for
submitting the bid, kindly ensure to submit the declaration (draft given below) on your
letterhead and enclose it along with the Technical Bid, as bids submitted on downloaded
tender sets will be rejected if such declaration is not attached.
DECLARATION ON LETTERHEAD
We solemnly affirm as under:
a) This Tender Document Set was downloaded by us from your website and is being used for
submitting our bid.
b) The downloaded file was printed and is being submitted without any alterations, deletions,
additions or changes.
c) The clauses, stipulations, etc., contained in the tender documents, which are not acceptable
to us are highlighted separately in a note on our letterhead appended to our Technical Bid.
d) We further affirm that except for these deviations highlighted as above, all other 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.
e) 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 will be rejected or in case a
purchase order is placed on us basis such tampered document, then the other the order is liable
Signature & Seal of Bidder
Even though the tender set is permitted to be downloaded and used for bidding, the cost
of/fee for the Tender Document Set is to be paid. Please enclose the payment in form of
a separate crossed DD, drawn in favour of HINDUSTAN PETROLEUM
CORPORATION LTD., payable in Mumbai along with your Technical Bid (Bids not
accompanied with this fee will be rejected). However, units registered under NSIC are
exempted from payment of fee for tender documents, etc..
I. INSTRUCTIONS TO BIDDERS
1. This is only a Price Enquiry and not an order.
2. Two Bid System
-------------Bidders are required to submit offer in two parts namely `Unpriced' & `Priced". Each
part shall be submitted in separate envelope marked `Unpriced'/ `Priced' as applicable.
Both above envelopes (after duly sealed) are to be kept in a large common envelope and
the same is to be submitted to us by the due date.
Tender documents to be returned/forwarded (duly signed by bidder) along with the tender
will be as follows:
No. of Copies to be
submitted alongwith
Sr.No.
Document
Unpriced Bid
3. Price details
Nil
Priced Bid
Nil
Nil
1
3. Validity
Quoted prices shall be valid for a period of 90 days from
date for placement of order.
4. If the Bidder is unable to meet our technical specification, they may quote for the
closest available substitute giving details of same for HPCL consideration.
5. Detailed literature along with pamphlets and performance
be attached to your offer.
6. Testing/Inspection :
Equipment will be subject to inspection by HPCL / 3rd party as per the scope of
inspection attached. Quoted prices shall include Bidder's charges towards testing as per
scope of inspection. Inspection charges payable to 3rd party may be quoted separately.
I. INSTRUCTIONS TO BIDDERS
7.
Basic Price
Packing & Forwarding
Excise Duty
Sales Tax without form C/VAT
Sales Tax with form C
5. Octroi /ENTRY TAX
6. Freight charges on door delivery basis
7. Transit Insurance
8. Total Cost
9. Third party Inspection Charges
10. Installation/Commissioning charges }
(wherever applicable)
} Quote Lumpsum only
II. TERMS AND CONDITIONS
1. Firm Prices
On placement of order, prices will remain firm till complete execution.
2.
Delayed Delivery
Delivery is the essence of purchase order. In case of delay in execution of the order
beyond contractual delivery date as stipulated in the order HPCL at its option can:
either
I. INSTRUCTIONS TO BIDDERS
i)accept the delayed delivery on price reduced by sum equivalent to half percent (1/2%)
of the basic value of goods not delivered per week of delay or part thereof subject to a
maximum of 5% of basic value of order.
or
ii) Cancel the order in part or full and purchase such cancelled quantities from elsewhere
on account at the risk of the seller without prejudice to its right under (i) above in respect
of goods delivered. All costs and expenses incurred by HPCL, if any, resulting from
cancellation of order shall be recovered from the seller.
3.
Terms of Payment
Payment against invoices shall be made on receipt of equipment / material at site against
submission of following documents along with your Bill / Invoice :
i) Delivery Challan / Lorry Receipt duly acknowledged by our site.
ii) Manufacturer Test Certificate
iii) Third Party Inspection / Clearance Report
iv) Manufacturer Guarantee Certificate
v) Performance Bank Guarantee for 10% of Basic Order value.
Payment will be released in 30 days of despatch of material from your Works OR in 15
days of submission of documents at our Disbursement Section in Mumbai, whichever
expires later.
Please note that HPCL cannot make any advance with order OR against despatch
documents through Bank.
4. Guarantee
Supplies shall be fully guaranteed against any manufacturing defects / poor workmanship
/ inferior design or quality etc. for a period of 12 months from the date of commissioning
or 18 months from the date of delivery whichever is earlier. During this period, seller will
arrange to repair / replace any defective part free of cost or replace complete set if
required.
Performance Bank Guarantee issued by any Nationalised Bank for 10% of basic order
value of material supply and valid for above guarantee period shall be furnished.
4. EXCISE DUTY
a) Indicate present rate of Excise Duty applicable
& whether the same is included / excluded from
quoted price.Please specify
b) If there is any variation in
Excise duty at the time of supplies
for any reason, other than statutory,
including turnover, confirm same will
be borne by you.
c) If Excise duty is presently not
applicable and in case it becomes
leviable later for any reasons other
than statutory, confirm same will be
borne by you.
NOTE :In case b & c above are not
confirmed, the offer will be
evaluated with maximum Excise Duty.
5. SALES TAX/VAT
a) Indicate Central sales tax
without form C in %
b) Indicate Central Sales Tax
With form C in %
c) Indicate Local Sales Tax/VAT in %
(in case supplies are made from
originating state)
Signature & Seal of Bidder
As the tender is for supply & installation of these units at multiple locations situated in
different states with different type/rates of tax applicable, the following clarifications
should be given by the vendor along with the technical bid or during technical evaluation:
S No Description
Yes / No
1 Please confirm whether the rates quoted are inclusive of ST/VAT/ CST
as applicable.
2 If not whether the rate of applicable tax is quoted separately.
3 Whether the type/rate of tax as applicable for respective states is quoted
separately.
Notes:
1) Please note that in case, Hindustan Petroleum Corporation Limited can avail set off
against the VAT charged by the supplier, then such a bid will be evaluated without
considering the VAT charged by the bidder. Hence, if possible, to make the bid more
competitive, the bidder may offer the subject material under VAT, supplied directly by
himself/themselves or his/their Regional Office in that State or through an Authorised
Sales Agency, with invoice(s) showing the charged VAT clearly.
2) Kindly mention the respective VAT Registration Nos. clearly as the set off facility
cannot be availed without the Invoice raised under VAT Rules. Hence, if these
Registration Nos. are not mentioned in the bid, then the offer will be evaluated at the
full rate applicable.
10
11
12
13
_______________________________________
Signature of tenderer with Seal & date
14
3.
PRICES:
2.1
Firm Price: Vendor shall confirm that quoted prices shall be firm and subject
to no escalation whatsoever, till complete execution of order.
2.2
Transit Insurance: Prices quoted (CIF Basis) shall include transit insurance
charges upto delivery port.
2.3
(i)
All Bank charges and stamp duties payable in suppliers country in connection
with the payments to be made under this purchase order shall be borne by the
Vendor. All Bank charges and stamp duties in India shall be borne by the
Purchaser.
(ii)
All taxes, duties, levies and other expenses of any kind that may be payable
unto the stages of putting the material in the position of CIF shall be borne by
the vendor.
(iii)
All taxes and duties and other expenses payable in India on the material shall
be payable by the Purchaser.
PAYMENT TERMS:
Full payment to the vendor shall be made through an irrevocable Letter of Credit.
15
VENDORS
SIGNATURE
&
SEAL
4.
5.
IMPORT LICENCE
Relevant particulars of the import licence, if any shall be duly indicated in the
shipping document and invoices as well as on the packages consignment.
6.
6.1.1
Contractual Delivery date: Contractual delivery date is the date on which goods
shall be delivered / putting the material in the position of CIF, Discharge Port in
accordance with purchase order.
6.1.2
Respect for Delivery Date: Time of delivery as mentioned in purchase order is the
essence of the contract and no variation shall be permitted except with the prior
authorization in writing from the purchaser.
7.0
In case of the delivery schedule not being adhered to in completing the supplies,
the purchaser has the right to:
i. Cancel the order wholly or in part without any liability to conciliation charges
and procure the goods elsewhere, in which case the Vendor shall make good the
difference between the cost of goods procured elsewhere and price set forth in the
order with the vendor.
8.0
CONCELLATION:
The Purchaser may terminate the order at any time if the vendor does not adhere
to any or all agreed terms and conditions. In such case, the purchaser has the
option to buy complete or incomplete components with or without verification /
inspection at mutually agreed prices.
16
WARRANTIES/ GUARANTEES:
The vendor shall warrant that the goods shall give required operational
performance, shall be suitable for the service intended and be of the quality
specified or the best grade in case no quality is specified.
The goods shall be guaranteed against any defects in materials, workmanship and
performance for a period of 12 months from the date of shipment or 6 months
from the date of receipt of material whichever is earlier.
Should any defects develop within the guarantee/warrantee period, the same shall
be remedied or the goods shall be replaced free of charges. All the expenses
incurred including those on transportation shall be borne by the vendor.
10.0
PATENTS, VENDORS
REGULATION
LIABILITY
AND
COMPLIANCE
OF
Vendor shall protect and fully indemnify the purchaser from any claims for
infringement of patents, copy right, trade mark or the like.
Vendor shall also protect and fully indemnify the purchaser from any claim from
vendors workmen/ employees, their heirs, dependents representatives etc. or
from any act of commission or omission while executing the order. Vendor shall
be responsible for compliance with all requirements under the laws and shall
protect and indemnify completely the purchaser from any claims/ penalties arising
out of any infringements.
11.0
12.0
17
13.0
DOCUMENTATION:
13.1
13.2
13.3
Documents required after shipment: The supplier shall air mail the
shipping documents stated herein below as quickly as possible after the
shipment has been made so that the same are received at least two weeks
prior to the arrival of vessel at destination port.
The supplier shall be fully responsible for any delay and or demurrage that
may become payable at destination port on account of delay in transmittal
of shipping documents.
a)
b)
c)
d)
e)
f)
g)
h)
Copy of documents:
HPCL(Mumbai)
Bill of lading
Commercial invoice
Detailed packing list
Freight Memo
Test Certificate(s)
Certificate of Origin
Certificate of Measurement & weight
Catalogue
4
4
4
2
2
2
2
2
18
i)
Bill of Lading:
Bill of Lading shall be clean on Board Ocean Bill of Lading made in
favour of HPCL LPG PROJECT, HINDUSTAN BHAVAN,8
S.V.MARG, BALLARD ESTATE , MUMBAI-400 001 as per the
address given above.
13.5
Commercial Invoice:
Commercial Invoice shall inter alias indicate (i) Purchase Order No. (ii)
Import License Numbers and (iii) Country of origin. Besides, the cases
the invoice shall be in conformity with order.
13.6
Packing List:
Packing list must show apart from other particulars actual contents in each
case net and gross weights and dimensions and the total numbers of
packages.
13.7
Shipping Advice:
Within 24 hours after shipment, the supplier shall send shipping advice by
way of telex cable to:
HPCL LPG PROJECT, HINDUSTAN
BALLARD ESTATE , MUMBAI-400 001.
BHAVAN,8
S.V.MARG,
Specifications and details shall be the property of the purchaser and shall be
returned by the vendor on demand. The vendor shall not make use of
specifications for any purpose at any time save and except for the purpose of the
purchaser. The vendor shall not disclose the technical information furnished to or
grained by the vendor under or by virtue of or as a result of the implementation of
this purchase order to any person, firm or body or corporate authority and shall
make all endeavors to ensure that technical information is kept CONFIDENTIAL.
The technical information imparted and supplied to the vendor by the purchaser
19
shall at all time remain the absolute property or purchaser. For detailed Technical
specification refer attachment.
15.0
20
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Vendors
confirmation
with details
21
Sr.No. Description
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
Vendors
Confirmation
details
with
Name:
Designation:
Office Stamp:
SELLER OFFER NO:
Signature & Seal of Bidder
22
(SPECIMEN)
BANK GUARANTEE IN LIEU OF EARNEST MONEY
(On Non-Judicial stamp paper of appropriate value)
TO: Hindustan Petroleum Corporation Limited
(Address as applicable)
IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION
LIMITED A Government of India Company registered under the Jamshedji Tata Road,
Bombay-20 (hereinafter called The Corporation which expression shall include its
successor
in
business
and
assigns)
issued
a
tender
on
Messrs................................................. A partnership firm/sole proprietor business/a
company registered under the Companies Act.1956 having its office at (hereinafter
called the Tendererwhich expression shall include its executors, administrators and
assigns) against tender No.....................dated..................(hereinafter called alterations to
the tender issued by the Corporation) for the supply of goods to execution or services
for the Corporationand the Corporation having agreed not to insist upon immediate
payment of Earnest Money for the fulfillment of the said tender in terms thereof on
production
of an
acceptable
Bank
Guarantee for an
amount
of
Rs.....................(Rupees..................................................................... Only).
1.
We,..............................................................
Bank
having
office
at
................................................ Bombay (hereinafter referred to as the Bank which
expression shall include its successors and assigns) at the request and on behalf of the
Tenderer hereby agree to pay to the Corporation without any demur on first demand an
amount not exceeding Rs................................(Rupees..............................................only)
against any loss or damage , costs, charges and expenses caused to or suffered by the
Corporation by reason of non performance and fulfillment or for any breach on the part
of the Tenderer of any of the terms and conditions of the said tender.
2. We ........................................................... Bank further agree that the Corporation
shall be sole Judge whether the said Tenderer has failed to perform of fulfill the said
tender in terms thereof or 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 the Corporation all the rights and defenses to which we as guarantors
and/or the Tenderer 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 is
liability to pay and the amount demanded and the Bank to undertake to pay the
Corporation the amount so demanded on first demand and without any demur
notwithstanding any dispute raised by the Tenderer or any suit or other legal
proceedings including arbitration pending before any court, tribunal or arbitrator relating
thereto, our liability under this guarantee being absolute and
unconditional.
....2/Signature & Seal of Bidder
23
:2:
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 tender/ or extend time of performance by the Tender from time
to time or to postpone for any time to time any of the powers exercisable by the
Corporation against the Tenderer and to forbear to enforce any of the terms and
conditions relating to the tender and we shall not be relieved from our liability by
reason of any such variation or extension being granted to the Tenderer or for any
forbearance, act or omission on the part of the Corporation or any indulgence by the
Corporation to the tenderer or by any such matter or things whatsoever which under
the law relating to sureties would but for this provision have the effect of relieving us.
5. NOTWITHSTANDING anything hereinbefore contained, our liability under this
Guarantee
is
restricted
to
Rs....................(Rupees........................................................................ Only). Our liability
under this guarantee shall remain in force until expiration of six months from the due date
of opening of the said tender. Unless a demand or claim under this guarantee is made
on us in writing within said period, that is, on or before............................................ All
rights of the Corporation under the said guarantee shall be forfeited and we shall be
relieved and discharged from all liabilities thereunder.
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
is liability under this guarantee shall not be affected by any change in the constitution of
the Tenderer.
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
Tenderer and the Bank in this regard.
IN
WITNESS WHEREOF the bank
this.....................................................................
................................................................
has
executed this
Day
document
on
of
For...............................................Bank
(by its constituted attorney)
(Signature of person authorised to sign on
behalf of the Bank)
Signature & Seal of Bidder
24
The LPG Loading/unloading arms are required at our following LPG Plants :
Name of Plant :
Name :
Hazarwadi LPG Plant
Address :
Hindustan Petroleum Corporation Limited
Near Bhilwadi Rly. Station,
Sangli
Maharashtra
Name :
Address :
Address:
The job has to be carried out in an operating LPG plant and the Vendor has to
carryout the job meeting all the safety requirements.
3.
4.
Delivery/completion Period:
Delivery period:
For supply of loading/unloading arms and spares to any one location : 3
(three) months from the date of receipt of LOI/Purchase order.
For each additional location , delivery period shall be an additional 2 (two)
months .
Note:
25
5.
6.
7.
8.
9.
The LPG Tank wagon loading/unloading arms should be suitable for smooth, safe
& easy connection to the LPG tank wagons as per the site conditions. Bidder to
visit the location and study the facilities of existing LPG Tank wagon Gantry,
dimensions, distance between the Gantry and rail tracks etc. Bidder shall submit
the required G.A., Section & Elevation drawings of the LPG Tank wagon
loading/unloading arms being offered, positioned on the existing Gantry with tank
wagon in place on the rail tracks. Bidder shall also give details of any other items
26
required for the complete LPG Tank wagon loading/unloading arms unit which are
not covered specifically in this tender.
9.1
9.2
9.3
Works included :
(a) Installation and commissioning of the LPG Tank wagon loading/unloading
arms.
(b) Any alterations/ modifications on the existing Gantry structure as required for
the proper erection and smooth functioning of the equipment has to be
carried out.
9.4
Works excluded
a) Mechanical works of piping for connection to existing LPG Piping.
27
CONTENTS
1.0
SCOPE
2.0
3.0
TECHNICAL REQUIREMENTS
4.0
5.0
6.0
7.0
SPARE PARTS
8.0
DRAWINGS
9.0
PERFORMANCE GUARANTEE
28
SCOPE:
Base Riser
Outboard & Inboard arms
Connecting pipe
Swivel joints
Drain / Vent Connections with valves
Quick Shut off valve (Ball valve)
Counter Balance arrangements
Supporting arrangement
Locking arrangement
Quick Connect / Disconnect Couplers / Acme coupling set
The material of construction of the pipes, flanges, valves, joints etc. shall be in
accordance with relevant ASTM standards. The design and fabrication shall be
as per latest edition of ANSI B 31.3 Petroleum Refining Standards.
The specification of the pipes & flanges (ANSI 300# WNRF only) shall be in
accordance with relevant ANSI, API standards.
Wherever international standards and codes are not available, vendor may
follow his own proven standards and practices and mention this clearly in
the unpriced bid.
29
3.0
TECHNICAL REQUIREMENTS
3.1
GENERAL
Loading Arms shall essentially consist of outboard arm, inboard arm connecting
pipe or drop pipe, swivel joints, drain and vent connection, shutoff valve, counter
balancing arrangement, supporting arrangement and locking arrangement and
Acme coupling. The Loading Arms should be suitable for LPG liquid flow of 60
Cum/Hr - for 3 (80 mm) NB & 40 Cum/Hr - for 2 (50 mm) NB.
The loading arms shall be designed for the following conditions:
Design temperature
Operating Temperature
Design Pressure
Test Pressure
3.2
:
:
:
:
+ 70 Deg. C.
+ 45 Deg. C.
21 Kgs /sqcm,
34.5 kgs / sqcm.
The arms shall be seamless pipes suitable for LPG conforming to ASTM A 106
Gr. B.
The pipe thickness shall be adequate for the specified design pressure, and the
bending and torsional stresses encountered in the loading/unloading operations.
All pipes of 50 mm dia. and below shall be minimum of schedule 80 and of 65
mm dia. and above shall be minimum of schedule 40.
Connecting pipe/nozzle shall be provided with Acme male connector and flanged
end connection. Acme coupling - male & female connectors shall be of carbon
steel and wing nut shall be of gunmetal.
A shutoff valve shall be provided in the connecting pipe to minimize product
leakage at the time of disconnection. In case of loading arms with drop pipe, this
valve shall be provided in the outboard arm. The shutoff valve should be a ball
valve of Fire safe type design with full bore / reduced bore and should have API
monogram. The pressure drop of the loading arm with reduced bore type valve
must be less than 1.0 bar.
The arm shall be balanced throughout its working range with adjustable spring
balancing device (no torsion-spring permitted) / composite spring type.
3.3
Swivel joints
30
The swivel joints shall be designed to make the arm maneuverable with the effort
of a single person and shall be as per A 216 Gr. WCB / A 105 / A 106 GB.
Operating torque of any swivel should not be more than 5 Kg.m. The joints shall
have chrome carbon steel balls in minimum 2 rows fixed in suitably hardened
steel guide ways. The seal materials shall be filled PTFE with 316 Grade SS
energizer spring / anti-extrusion rings & Inconel-X 750 energizer spring.
The swivel joints shall be life-lubricated type. If any alternative lubrication is
offered, vendor shall substantiate its superiority with respect to the life-lubricated
type.
The arrangement of swivel joint shall preferably allow changing of seal without
complete dismantling. The swivel joints shall have corrosion-proof sealing
surfaces, preferably of stainless steel. Seals shall prevent ingress of moisture
and particulates. They shall have leak detection port to enable monitoring of
primary seal for possible leakage. They shall also have a positive back-up seal /
radial O-ring to protect ball races against harsh operating conditions. The swivel
joints shall be split-flange type.
The strength of the swivel shall be based on the combination of the internal
design pressure for swivels only, and the maximum design equivalent load PCA,
which is based on the most stringent combination of external axial, bending
moment and radial loads.
PCA
Where :
FA
MT
D
FR
=
=
=
=
=
At 1.5 x PCA, plus internal design pressure (for swivels only) the width of
any brinelling shall be a maximum of 8% of the ball/roller diameter.
b.
Swivel joint design shall be such that non-destructive examination (NDE) of the
hardened thickness of ball races is possible.
Signature & Seal of Bidder
31
Pressure losses for the entire arm assembly shall preferably not exceed 1.0 bar
at maximum flow rate.
Number of swivel joints provided in each loading arm should result in 5 or 6
degrees of freedom to ensure the following:
a.
b.
The terminal swivel assembly shall be designed to keep the coupling device
horizontal and equipped with a manual handle. Balancing unit shall be adapted
when necessary to maintain this condition.
3.5
End Connections
Fixed End
80 mm(3) NB WNRF
300# to ANSI B 16.5
Maneuverable
End
Note : All flanges shall be a minimum of 300# rating and shall be weld neck
raised serrated face type.
Coupling device - 2 shall be : Quick coupler Wing union ACME threaded
Weco type or equivalent.
3.6
Balancing Arrangement
The arms shall be counter balance by a spring balancing device (no torsionspring permitted) / composite spring type.
The balancing arrangement shall be such that the outboard arm along with the
connecting pipe remains horizontal.
32
3.7
Supporting Arrangement
The arm shall be self-supporting type or column mounted type with stand post.
The supporting arrangement shall be such that there is complete flexibility in
operation.
3.8
Locking Arrangement
Suitable locking arrangement shall be provided for locking the arm in parked
position. The locking arrangement can be manual.
3.9
Grounding Arrangement
Electrical grounding device shall be provided so that the tank wagons are
properly earthed and electrostatic charges are safely diverted to ground. The arm
shall be equipped with earthing straps min. 30 mm2 cross-section area made of
copper rubber lined or SST for by-passing all non-conductive junctions, and shall
guarantee 0.5 Ohms max. electrical resistance throughout the life of the arm.
3.10
Loading/Unloading envelope
b)
Longitudinal direction
(Wagon positioned at
centre of the bay)
Transverse direction
c)
Vertical direction
: +/- 0.5 m
: +/- 0.5 m
The loading arms shall be designed in such a manner that in all positions of the
tank wagon, the liquid arm should be able to connect to both liquid nozzles on
the wagon. Similarly in all positions of the tank wagons, the Vapour loading
arm should be able to the vapor nozzle on the tank wagon with or without crossover with liquid arm. The loading arms should be suitable with respect to
Signature & Seal of Bidder
33
The loading arm shall have sufficient working range to reach all the filling nozzles
of the tank wagons.
3.11
Liquefied Gases
Design and sizing of all components of the LPG loading/unloading arms should
be approved by one of the Third party inspection (TPI) agencies given under.
The materials and specifications mentioned in the tender document are minimum
required and if the design warrants a superior quality / higher sizing of materials,
the same should be included in the scope of this supply.
TPI shall cover the following:
1. Visual and dimensional examination of all arms.
2. Checking of radiographs of welds according to ASME VIII & IX.
3. Review of NDE certificates (radiographic examination & Liquid Penetrant
test).
4. Review of hydrostatic test records at 34.5 Kg/cm2 / 30 min.
5. Witness functional test, balancing examination at random.
6. Review of Manufacturers data book including raw materials certificates,
WPS/PQR and welders qualifications, non-destructive examination
qualifications of operators, painting certificate.
HPCL/Authorized representative/Third party shall have access for stage wise &
final inspection. This is in addition to manufacturers own inspection and quality
assurance program. Vendor shall submit Quality Assurance (QA) procedures
before commencement of fabrication. Approved QA procedures shall form the
basis for equipment inspection.
All the weld joints shall be 100% radiographed. The inspection procedure shall
include checking of major dimensions, NDT (radiography etc.) and verification of
materials of construction (through mill test reports) of all components.
After assembly, the arm shall be subjected to tests as per manufacturers
standard test procedure. This shall include the functional test of the swivels, the
Signature & Seal of Bidder
34
b.
Swivel assemblies shall be leak tested whilst being rotated at least +/-5 at
0.1 Hz and at a pressure of 10 bar (g), or the specified operating pressure
if higher. The duration of this test shall be 30 minutes.
c.
The swivel shall be tested at design pressure with tests loads PCT
d.
Where
PCT =
TLF
=
PCA =
TLF X PCA
Test load
Test load factor
Combined swivel design load
1
1.5
2
2.0
Acceptance criteria:
Signature & Seal of Bidder
35
a.
b.
The swivel shall be disassembled and inspected for brinelling after each of the
tests. The Vendor shall provide a graph of Brinelling vs. PCT as part of the test
documentation.
The material test certificate will comply with EN 10204-3.1B. After assembly, at
least one arm of each type shall be erected at the supplier premises. This will
allow for all inspection parties to check dimensions, balancing, operation and
function of the complete assembly.
Approved third parties are as follows :
1. Lloyds Register 2. Bureau Veritas
5.0
3. DNV
4. EIL
5. IRS
All exposed carbon steel parts to be painted shall be thoroughly cleaned from
inside & outside to removal scale, rust, dirt and other foreign materials by sand
blasting / hand cleaning & phosphating as applicable. Minimum acceptable
standard in case of power tool cleaning shall be SA 3 and in case of blast
cleaning shall be SA 2 as per Swedish standard SIS 055900 1967.
Primer and finish paints shall be of Polyurethane. Loading nozzle should be
painted with Golden Yellow (Shade 356) colour for liquid & International Orange
(Shade 592) colour for vapour service.
Non-ferrous materials, austenitic stainless steels, plastic or plastic coated
materials, insulated surfaces of equipment and pre-painted items shall not be
painted.
Stainless steel surfaces, both inside and outside, shall be pickled and
passivated.
Machined and bearing surfaces shall be protected with varnish or a thick coat of
grease.
6.0
36
All packaging shall be done in such a manner as to reduce the volume. The
equipment shall be dismantled into major components suitable for shipment. All
assemblies shall be properly match marked for site erection.
Attachments, spare parts of the equipment and small items shall be packed
separately in wooden cases/ suitable gunny packing. Each item shall be
appropriately tagged with identification of main equipment, item denomination
and reference number of the respective assembly drawing.
Detailed packing list in waterproof envelope shall be inserted in the package
together with equipment.
Each equipment shall have an identification plate giving salient equipment data,
make, year of manufacture, equipment number, name of manufacturer etc.
7.0
SPARE PARTS
Bidder to attach list of recommended set of spares for two years normal
operation as per enclosed format.
8.0
DRAWINGS
Three sets of detailed drawings along with bill of material shall be submitted for
approval by HPCL.
9.0
37