Sie sind auf Seite 1von 37

HINDUSTAN PETROLEUM CORPORATION LIMITED

LPG PROJECTS
HINDUSTAN BHAWAN, 3RD FLOOR
8, SHOORJI VALLABHDAS MARG
BALLARD ESTATE
MUMBAI 400 001

TENDER DOCUMENT
FOR

TANK WAGON LPG


LOADING / UNLOADING ARMS

AT
HAZARWADI, JATNI AND RAIPUR LPG PLANTS

Signature & Seal of Bidder

HINDUSTAN PETROLEUM CORPORATION LIMITED


(A Government of India Enterprise)
MARKETING DIVISION
8,Shoorji Vallbhdas Marg,Ballard Estate,Mumbai 400001
Phone :(022)22637019,22637020. Fax :(022) 22613656
GLOBAL TENDER NOTICE
NOTICE INVITING TENDER FOR SUPPLY, INSTALLATION AND
COMMISSIONING OF TANK WAGON LPG LOADING/ UNLOADING ARMS
AT HAZARWADI (MANARASHRTA), JATNI (ORISA) AND RAIPUR
(CHATISGARG) LPG PLANTS.
Job No. Tender No .
Tender document Due date & Time
issue period
1 6000093-HD-12001
19/09/2006 to
11.10.2006
10/10/2006 on all 15.00Hrs
working days

PRE-QUALIFICATION CRITERIA FOR TENDERERS


The bidder must meet the following qualification criteria
The Vendor shall have supplied directly or through their Business partners a
minimum of 25 Sets of similar LPG Loading/unloading arms for Rail Tank Wagons
(each Set comprising of one Liquid loading arm and one Vapour loading arm with
Acme / Quick connection couplings) in the previous 5 years i.e. September 2001
onwards and performance of the same should be satisfactory. The vendor shall
submit copies of the satisfactory performance certificates & Purchase orders of the
Tank Wagon LPG Loading /Unloading arms earlier supplied & installed in other LPG
plants of oil companies in this respect, along with their Unpriced bids. Offers
received without these documents are liable for rejection.
Note:
i)
ii)
iii)
iv)
v)

Central Public Sector Enterprises of INDIA and agencies registered with


NSIC in INDIA are exempted from furnishing EMD.
HPCL will follow the purchase preference to Central Public Sector
Enterprises as admissible under the existing Government Pocily.
The bid will be rejected if the relevant documents of tender qualifications
criteria are not received along with the techno-commercial part of the bid.
The tender documents are not transferable and the cost of tender document is
non-refundable.
HPCL reserves the right to accept, reject any or all tenders without assigning
any reason.

Signature & Seal of Bidder

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

to be canceled without any further reference to us.


(Signature & seal of the 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..

Sr.Manager-E.P & P (LPG)

Signature & Seal of Bidder

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

1. Technical specifications with


pamphlets, literature etc .

2. Agreed terms & Conditions


(duly filled & signed)

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.

the due date/extended due

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.

curves as applicable shall

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.

Signature & Seal of Bidder

I. INSTRUCTIONS TO BIDDERS

7.

Commissioning / Installation : Not Applicable

Wherever applicable, please indicate your commissioning / installation charges on lump


sum basis.
8. HPCL reserves the right to reject offers not meeting its Technical requirements and
commercial conditions.
9. HPCL reserves the right to accept any tender in whole or in part or reject any or all
tenders without assigning any reason.
10. HPCL shall not be bound to accept the lowest tender and reserves right to accept any
or more tenders in part. Decision of HPCL in this connection shall be final.
11. Prices are to be quoted in the following format only :
1.
2.
3.
4.

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

Signature & Seal of Bidder

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.

Signature & Seal of Bidder

AGREED TERMS AND CONDITIONS (INDIAN VENDORS)


THIS QUESTIONNAIRE DULY FILLED IN, SIGNED & STAMPED MUST FORM
PART OF VENDOR'S BID. CLAUSES CONFIRMED HEREUNDER NEED NOT BE
REPEATED IN THE BID.
-----------------------------------------------------------------------------------------------------------DESCRIPTION
BIDDER'S CONFIRMATION
-----------------------------------------------------------------------------------------------------------1. TECHNICAL
a) Acceptance of technical specification and
scope of supply as per tender enquiry.
b) In case of deviation, confirm that the same
has been highlighted separately
2. FIRM PRICES
Confirm quoted prices will remain FIRM &
fixed till complete execution of the order.
3. PRICE BASIS
Confirm quoted prices are based on:
a) Ex Works in which case, please
indicate :
i) Packing & forwarding charges in %.
ii) Freight charges for delivery at HPCL
site in %.
b) F.O.R Despatch Point including Packing
& forwarding charges in which case,
please indicate
Freight charges for door delivery at
HPCL site.
c) F.O.R. HPCL site including Packing &
Forwarding and freight charges for door delivery
at HPCL site.
Signature & Seal of Bidder

AGREED TERMS AND CONDITIONS(INDIAN VENDORS)


THIS QUESTIONNAIRE DULY FILLED IN, SIGNED & STAMPED MUST FORM
PART OF VENDOR'S BID. CLAUSES CONFIRMED HEREUNDER NEED NOT BE
REPEATED IN THE BID.
-----------------------------------------------------------------------------------------------------------DESCRIPTION
BIDDER'S CONFIRMATION
------------------------------------------------------------------------------------------------------------

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

AGREED TERMS AND CONDITIONS(INDIAN VENDORS)


THIS QUESTIONNAIRE DULY FILLED IN, SIGNED & STAMPED MUST FORM
PART OF VENDOR'S BID. CLAUSES CONFIRMED HEREUNDER NEED NOT BE
REPEATED IN THE BID.
Note on Local Sales Tax & VAT

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.

Signature & Seal of Bidder

10

AGREED TERMS AND CONDITIONS (INDIAN VENDORS)


THIS QUESTIONNAIRE DULY FILLED IN, SIGNED & STAMPED MUST FORM
PART OF VENDOR'S BID. CLAUSES CONFIRMED HEREUNDER NEED NOT BE
REPEATED IN THE BID.
-----------------------------------------------------------------------------------------------------------DESCRIPTION
BIDDER'S CONFIRMATION
-----------------------------------------------------------------------------------------------------------6. TESTING/INSPECTION
a) Confirm your charges for internal
testing as per scope of inspection
are included in quoted prices.
b) Indicate charges payable to Third
Party for inspection in %.
7. OCTROI
a) Confirm Octroi is included in quoted prices.
b) If excluded from quoted prices, indicate the same.
8. ENTRY TAX
a) Confirm Entry Tax is included in quoted prices.
b) If excluded from quoted prices, indicate the same.
09) TRANSIT INSURANCE
a) Confirm Transit Insurance is included in quoted prices
b) If excluded from quoted prices,
indicate the same in %.
09. INSTALLATION & COMMISSIONING CHARGES
Confirm charges for Installation and commissioning
are quoted as lumpsum separately. (Please do not
include above in basic price)
10. DELIVERY PERIOD
Indicate shortest delivery period
which will be counted from date of
LOI/the date of receipt of order .

Signature & Seal of Bidder

11

AGREED TERMS AND CONDITIONS(INDIAN VENDORS)


THIS QUESTIONNAIRE DULY FILLED IN, SIGNED & STAMPED MUST FORM
PART OF VENDOR'S BID. CLAUSES CONFIRMED HEREUNDER NEED NOT BE
REPEATED IN THE BID.
-----------------------------------------------------------------------------------------------------------DESCRIPTION
BIDDER'S CONFIRMATION
-----------------------------------------------------------------------------------------------------------NOTE : We require delivery on above basis
only & you are requested to
indicate your delivery period accordingly.
11. DELAYED DELIVERY
Confirm your acceptance for delayed
delivery clause as per the attached terms
and conditions.
12. PAYMENT TERMS
Confirm acceptance of terms of payment
specified in the attached terms and conditions.
13. PERFORMANCE BANK GUARANTEE
Confirm that Performance Bank Guarantee will be
furnished as per attached terms and conditions.
14. PART ORDER/QUANTITY
Confirm acceptance of part order / quantity.
15. TERMS AND CONDITIONS
a) Confirm acceptance of attached Instructions to
Bidders and Terms & Conditions.
b) In case of reservations, confirm that clausewise
comments have been indicated.

Signature & Seal of Bidder

12

AGREED TERMS AND CONDITIONS (INDIAN VENDORS)


THIS QUESTIONNAIRE DULY FILLED IN, SIGNED & STAMPED MUST FORM
PART OF VENDOR'S BID. CLAUSES CONFIRMED HEREUNDER NEED NOT BE
REPEATED IN THE BID.
-----------------------------------------------------------------------------------------------------------DESCRIPTION
BIDDER'S CONFIRMATION
-----------------------------------------------------------------------------------------------------------16. VALIDITY
Confirm your offer is valid for 180
Days from due date/extended
due dates for placement of order.
17. PSU/SSI/NSIC
a) Are you a Govt. of India / Any State
Govt. Undertaking ?
b) Are you a SSI Unit(Indicate the State
where you are registered & submit copy
of the same attested by Notary)
c) Are you Registered with NSIC (copy of
registration attested by Notary to be attached
if applicable)
18. DISCOUNT ON BASIC QUOTED RATES
Have you offered discount on your quoted rates ?
If so, please give details.
-----------------------------------------------------------------------------------------------------------IMPORTANT NOTES :
i)
In case of contradiction, the information filled by the Bidder in this `Agreed Terms
&
Conditions' shall prevail.
ii)
Wherever applicable, please indicate the charges clearly. DO NOT specify `at
acutals.
iii) a) Offers not in conformity with (ii) above,
b) Offers deviating from our Commercial Terms, and
Signature & Seal of Bidder

13

AGREED TERMS AND CONDITIONS(INDIAN VENDORS)


THIS QUESTIONNAIRE DULY FILLED IN, SIGNED & STAMPED MUST FORM
PART OF VENDOR'S BID. CLAUSES CONFIRMED HEREUNDER NEED NOT BE
REPEATED IN THE BID.
-----------------------------------------------------------------------------------------------------------DESCRIPTION
BIDDER'S CONFIRMATION
-----------------------------------------------------------------------------------------------------------c) Offers not accompanied by this `Agreed
Terms and Conditions are liable for rejection
Without recourse to the Bidder.

_______________________________________
Signature of tenderer with Seal & date

(To be filled by Bidder)


Enquiry No.:
Item
:
Location :

Signature & Seal of Bidder

14

HINDUSTAN PETROLEUM CORPORATION LIMITED


LPG DEPARTMENT-HINDUSTAN BHAVAN

GENERAL TERM & CONDITIONS TO FOREIGN VENDORS


1.1.1. Purchaser: Purchaser means Hindustan Petroleum Corporation Ltd. having its
registered office at 17, Jamshedji Tata Road, Mumbai-400 020. The term purchaser
includes successors and assigns of HPCL.
1.1.2. Vendor/seller/supplier: Vendor/seller/supplier means the person, firm or corporation
to which this purchase order is addressed. The terms vendor includes its successors
and assigns.
1.1.3. Goods: Goods means the articles, materials, supplies, drawings, data and other
property and all services including design, delivery installation, inspection tensing
and commissioning specified to require completing this purchase order.
2.0

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

Bank charges/ stamp duties/ taxes:

(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.

Signature & Seal of Bidder

15

VENDORS

SIGNATURE

&

SEAL
4.

VENDORS SALES CONDITIONS:


Vendors standard sales condition, if any shall not be applicable to the offer and only
the purchasers General Purchase Conditions shall apply with the exception of
deviations specifically agreed between the vendor and the purchaser and brought out
in the purchaser order.

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.

DELIVERY & DELAYS

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.

Signature & Seal of Bidder

16

VENDORS SIGNATURE & SEAL


9.0

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

SUBSTITUTION AND WRONG SUPPLIES:


Unauthorized substitution or material delivered in error or of wrong
description/quality or supplied in excess quantity or rejected goods shall be
returned to the vendor at the vendors cost and risk.

12.0

MARKING: Each plate shall be individually stenciled with details as sought in


the enclosed Technical Specifications.
12.1

Additional marking such as handle with care or any other additional


indicating for protection and safe handling shall be added depending on
the type of materials. All packages will have warning signs on the outside
denoting Centre of Gravity and Sling Mark.

Signature & Seal of Bidder

17

VENDORS SIGNATURE &SEAL

13.0

DOCUMENTATION:
13.1
13.2

All documents shall be in English language.


Documents required before shipment.
Seventy five (75) days before the contractual delivery date, proforma,
packing lists and sketches of over dimensioned cargo shall be air mailed
to:
HINDUSTAN PETROLEUM CORPORATION LTD
SR.MANAGER PROJECT-LPG,
HINDUSTAN BHAVAN,
8,S.V.MARG, BALLARD ESTATE,
MUMBAI-400 001
The over dimension cargo shall mean any packages exceeding any of the
following limits:
Weight 20 MT
Length
: 13.716 meters
Width
: 2.997 meters
Height
: 2.743 meters

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

Signature & Seal of Bidder

18

i)

Payment certificate (Amount received by vendor)

VENDORS SIGNATURE &SEAL


Note: In addition to above / complete set of documents are required to be
sent to (purchaser) through bank in term of Letter of Credit.
13.4

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,

Giving particulars of the shipment, vessels name, port of shipment. Bill of


Lading number and date, contents in brief, purchase order number. Total
CIF value, number of package and total gross weight.
14.0

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

Signature & Seal of Bidder

19

shall at all time remain the absolute property or purchaser. For detailed Technical
specification refer attachment.
15.0

Addresses: As per technical attachments.

VENDORS SIGNATURE & SEAL

Signature & Seal of Bidder

20

HINDUSTAN PETROLEUM CORPORATION LIMITED


LPG DEPARTMENT- HINDUSTAN BHAVAN
AGREED TERMS AND CONDITIONS (FOREIGN VENDORS)
IMPORTANT:
1. This questionnaire must be filled in against all serial nos. and enclosed with the
un-priced offers. Non submission or submission of incomplete questionnaire may
lead to rejection of the offer.
2. All commercial terms except the deviations to GPC must be given in this
questionnaire itself and not elsewhere in the quotation. In case of contradiction,
the terms given below shall prevail. The deviations to GPC if any must be listed
in a separate annexure.
Sr.No. Description
1.

2.

3.
4.

5.

6.
7.
8.
9.
10.
11.

Vendors
confirmation
with details

i) Acceptance of technical specifications and scope


of supply as per attached requisition
ii) In case of any deviations, confirm that the same
has been highlighted separately.
Confirm that data sheets/ technical questionnaire
duly filled in are attached wherever required in
requisition.
Confirm that the price bid contains firm unit price
and total value SEPARAELY on CIF basis.
Please confirm whether the delivery period
stipulated in the requisition is acceptable. If, not,
indicate earliest CIF delivery period.
Confirm that the quoted prices are valid for
acceptance upto 180 days from the final due date of
the enquiry.
Indicate manufacturers name and address.
Indicate the country of origin of goods offered.
Indicate the unit of currency in which the above
prices are quoted.
Indicate quantity discount / trade discount / special
project discount, offered if any.
Confirm utility requirement, wherever applicable are
given in offer.
Confirm customer reference is given in offer.

VENDORS SIGNATURE & SEAL


Signature & Seal of Bidder

21

Sr.No. Description

12.
13.
14.

15.

16.

17.

18.

19.
20.

21.
22.

23.
24.

Vendors
Confirmation
details

with

Confirm complete technical/ catalogue is being


submitted along with offer, if relevant.
Indicate shipping weight (net and gross)
Confirm acceptance in Toto of the terms and conditions
of our General Purchase Conditions for Import (GPC)
enclosed along with Enquiry documents.
Confirm that the quoted prices shall remain form and
fixed until completion of delivery, if an order is placed
on you within the period of validity of your offer.
Confirm goods to be supplied by you shall be
guaranteed for performance as per the GPC/ Enquiry
documents.
Confirm acceptance of 100% payment through
irrevocable letter of credit against dispatch documents
through Bank.
Letter of Credit shall be opened through a Govt. of
India Bank and hence need not be confirmed. However
if you still insist confirmation, charges shall be to your
account.
Prices quoted must include transit insurance charges
upto delivery port.
All Bank charges and stamp duties payable outside
India in connection with payments to be made under
this Purchaser order shall be borne by you. All bank
charges and stamp duties payable in India shall be
borne by the Purchaser.
All taxes duties and levies of any kind payable unto CIF
port of shipment shall be borne by you.
Direct offer without the intermediary of an Indian agent
will only be considered. Please confirm that your offer
does not include any Indian Agent / Agency
commission.
Please indicate name and address of your bankers.
All correspondence must be in English language only.

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

SPECIAL TERMS & CONDITIONS


1.

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 :

Jatni LPG Plant


Hindustan Petroleum Corporation Limited
Jatni,
Dist-Khurda,
Orissa

Address:

Raipur LPG Plant


Hindustan Petroleum Corpn. Ltd.,
Near Mandir Hasaud POL Depot,
Raipur, Chattisgarh

Contact Details : For all queries, please contact :


Debasish Goswami , Manager LPG Projects Ph.: 022-22637085
K.M.N.Pillai , Exec.Project engineer
Ph.: 022-22637079
2.

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.

Minimum Qualification Criteria:


Vendor shall have supplied directly or through their Business partners a minimum
of 25 Sets of similar LPG Loading/unloading arms for Rail Tank Wagons (each
Set comprising of one Liquid loading arm and one Vapour loading arm with Acme
/ Quick connection couplings) in the previous 5 years i.e. September 2001
onwards and performance of the same should be satisfactory. The vendor shall
submit copies of the satisfactory performance certificates & Purchase orders of
the Tank wagon LPG Loading/unloading arms earlier supplied & installed in other
LPG plants of oil companies in this respect, along with their Unpriced bids. Offers
received without these documents are liable for rejection.

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:

Signature & Seal of Bidder

25

if purchase order is placed on 3 different vendors 1 for each location,


then delivery period for each vendor shall be 3 months.
If purchase order is placed on one vendor for two locations , then delivery
period shall be 3 months for one location and 5 months for second
location, both from that date of receipt of LOI/PO.
If purchase order is placed on one vendor for all three locations, the
delivery period of third location shall be 7 months from date receipt of
LOI/PO.
For Installation and commissioning works: For each location:6 (six) weeks
from the date of receipt of advise to start work for installation and
commissioning, including mobilisation time.

5.

Delayed delivery: In case of delay in delivery of the equipment beyond the


stipulated delivery period, penalty will be applicable @ 0.5% of the value of the
job per week of delay or part thereof subject to a maximum of 5% of the total
order value. Penalty will be applicable separately on the value of job/quantity as
given in 4(a) & (b) above.

6.

Defect Liability Period: The equipment supplied shall be fully guaranteed


against any manufacturing defects/poor workmanship/inferior quality etc. for a
period of 12 months from date of commissioning or 18 months from the date of
supply whichever is earlier. During this period vendor has to arrange to
repair/replace any defective parts free of cost or replace complete set if required.
Guarantee certificate should be submitted along with dispatch document. A
Performance Bank Guarantee in favour of HPCL should be issued for 10% of the
value of the job during the above guarantee period.

7.

HPCL RESERVES ITS RIGHT TO SPLIT THE ORDER TO MORE THAN


ONE PARTY.
Design, sizing and fabrication of all components of the LPG loading/unloading
arms shall be as per ANSI B 31.3 Petroleum refining Code and should be
approved by one of the Third party inspection (TPI) agencies given in 4.0 of our
enclosed Specifications. The materials and specifications mentioned in the tender
document are minimum required and if the design warrants a superior quality /
higher sizing of materials, the same should be included in the scope of this
supply. The design, sizing, drawing approvals of TPI agency should be submitted
by the successful Bidder within 15 days from the date of receipt of LOI / PO
whichever is earlier.

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

Signature & Seal of Bidder

26

required for the complete LPG Tank wagon loading/unloading arms unit which are
not covered specifically in this tender.
9.1

Scope / Works included


The vendor has to visit the plant/location and get conversed with the existing
LPG Tank wagon Gantry. The equipment to be supplied has to be integrated with
the existing Gantry, piping system for smooth functioning and any alterations/
modifications on the Gantry structure as required has to be carried out by the
Vendor at no extra cost.

9.2

Equipment to be supplied as below:


(a) Design, supply, erection, testing and commissioning of the LPG Tank wagon
loading/unloading arms (for LPG liquid & vapour).
(b) Set of Spares for 2 year normal operation of the LPG Tank wagon
loading/unloading arms (for LPG liquid & vapour).
(b) Supply & erection of all foundation bolts, structural steel etc.required for
proper installation of the equipment under the scope of the vendor.

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.

Signature & Seal of Bidder

27

TECHNICAL SPECIFICATION FOR TANK WAGON LPG LOADING /


UNLOADING ARMS

CONTENTS
1.0

SCOPE

2.0

CODES AND STANDARDS

3.0

TECHNICAL REQUIREMENTS

4.0

INSPECTION AND TESTING

5.0

PROTECTION AND PAINTING

6.0

PACKAGING AND IDENTIFICATION

7.0

SPARE PARTS

8.0

DRAWINGS

9.0

PERFORMANCE GUARANTEE

Signature & Seal of Bidder

28

SPECIFICATIONS FOR LPG LOADING/UNLOADING ARM


1.0

SCOPE:

This specification outlines the minimum requirements for design, manufacture,


inspection, testing and supply of Loading Arms for loading/unloading operations
of LPG Tank wagons.
Scope of Supply:
Vendor scope of supply shall include complete loading arms with required
foundation bolts. Each loading arm shall essentially be complete with following:
-

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

Spares for 2 years normal operation.


2.0

CODES & STANDARD

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.

Signature & Seal of Bidder

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.

Arms & Pipes

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

Signature & Seal of Bidder

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

FA + 5MT/d + 2.3FR tan

Where :
FA
MT
D
FR

=
=
=
=
=

Externally applied axial load (N)


Externally applied bending moment (Nm)
Raceway diameter (m)
Radial load (N)
The contact angle (angle between the plane of the balls and
the center of contact at the ball/raceway interface).

The following criteria shall be met:


a.

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.

At 2 x PCA, plus internal design pressure there shall be no loss of pressure


of product from a swivel.

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.

Cross connection of liquid/vapour phases


Stain free normal locking / bolting of quick coupler and clamping
collar of breakaway coupler.

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

End connections for the Loading Arms will be as follows:


LPG Liquid Line

LPG Vapour line

Fixed End

80 mm(3) NB WNRF
300# to ANSI B 16.5

50 mm(2) NB WNRF 300 #


to ANSI B 16.5

Maneuverable
End

2 (50 mm NB) Acme


Female Coupler with
End cap and chain

2 (50 mm NB) Acme


Female Coupler with
End cap and chain

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.

Signature & Seal of Bidder

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

The length of inboard/outboard arms and connecting pipes/drop pipes shall be


such as to give adequate flexibility in loading/unloading operations. The distance
from the edge of the fixed platform to the centerline of the tank wagon is app.
2.5-2.8m. The height of the fixed platform from the track top is 4.0 to 4.15m app.
The following range of flexibility shall be provided as a minimum:
Loading arms for rail tankers
a)

: +/- 2.75m (both liquid & vap.)

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

dimensions/position of LPG Tank wagons of both BTPN (8 wheeled) & RDSO (4


wheeled) type.

The loading arm shall have sufficient working range to reach all the filling nozzles
of the tank wagons.
3.11

Liquefied Gases

The loading arm shall be provided with venting system.


4.0

INSPECTION & TESTING

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

counter balance & hydrostatic test of complete arm assembly etc.


Manufacturers standard test procedure shall be submitted along with the offer. If
dismantling is required for improvement of performance after the tests, the above
basis tests including hydrostatic test shall be re-done after reassembly. Surface
cleaning & painting to be inspected by TPI agency.
Any or all the tests, at HPCLs option, shall be witnessed by third party inspection
agency. Acceptance of shop tests shall not constitute waiver of requirements to
meet the field performance under the specified operating conditions.
NDE (Non Destructive Examination) will be applied to all swivel bearing surfaces
without damage to the swivel body.
Swivels tests
If proof test certificates (for swivels of the type and size proposed and having at
least the same loading) are unavailable or unacceptable, the swivel shall be
proof tested at the Vendors works as follows:
a.

After hydrostatic testing at the Vendors works, swivel assemblies shall be


partial vacuum tested at 0.515 bar (abs). The operating pressure shall
then be applied to demonstrate that the seals re-seals re-seat correctly.

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.

PCT shall be maintained, if internal pressure is lost by increasing other test


loads.
PCT

Where
PCT =
TLF
=
PCA =

TLF X PCA
Test load
Test load factor
Combined swivel design load

Test loads shall be applied at ambient temperature as follows:


Stage
TLF

1
1.5

2
2.0

Acceptance criteria:
Signature & Seal of Bidder

35

a.
b.

At test 1, brinelling shall be within acceptable levels


At test 2, there shall be no leakage

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

PROTECTION AND PAINTING

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

PACKAGING AND IDENTIFICATION

Signature & Seal of Bidder

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

PERFORMANCE TESTING AND GUARANTEE

All equipment and component parts shall be guaranteed by vendor against


defective material, design and workmanship for a period of one year after being
put in service. The vendor shall carry out the performance test run of the
complete unit at site after satisfactory erection. Training of operators shall be
given at site during erection /commissioning period without any extra cost to
owner.

Signature & Seal of Bidder

37

Das könnte Ihnen auch gefallen