REQUEST FOR QUOTATION (RFQ) -...

110
Page 1 of 3 EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi 110 066, INDIA Phone No : 0091-11-26102121, 26101419 ; Fax No : 0091-11-26191714, 26167664 REQUEST FOR QUOTATION (RFQ) S.M/A406-079-WH-MR-3114/037 Date: 19.12.2013 The invitation of bid is open only to suppliers to whom this RFQ is issued. Client : Hindustan Petroleum Corporation Limited,Vizag Project : Tail Gas Treatment Unit MR No.: A406-079-WH-MR-3114 REV.A Item: PROCESS TRAPS [CAT-I] Due Date & Time: 10.01.2014 Up to 12:00 Hrs. (IST) PRE-BID MEETING : NOT REQUIRED UNPRICED BID OPENING: At 1400 Hrs. (IST) on 10.01.2014 (at Business Centre, EI- Annexe, Bhikaiji Cama Place, R.K. Puram, New Delhi 110066, India) (In case the bid due date happens to fall on Holiday, the next working day shall be deemed to be due date) PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER. Gentlemen, 1. Bids are requested on behalf of our Client Hindustan Petroleum Corporation Limited, Vizag for the subject item in total compliance to technical specifications, scope & terms & conditions of enquiry documents / attachments 2. Bidder can download the RFQ Documents from EIL’s website http://tenders.eil.co.in / www.tenderwizard.com/eil or Govt. portal http://eprocure.gov.in/cppp . 3. Bids are required to be submitted through EIL’s Authorized Service Provider’s (ASP) Electronic System / Portal at www.tenderwizard.com/eil only, on or before the bid submission date and time. Bidders are required to register themselves at www.tenderwizard.com/eil . No registration fee would be charged from the bidders. Bidders to refer attached Instructions to Bidders for E-Tendering. Note: a. Bidders in their own interest are requested to register on e- tendering portal and upload/submit their bid well in time and should avoid the last hour rush to the website for registration of user id & password, enabling of user id and mapping of digital signature serial number etc. since this exercise require activities from EIL & M/s Anatares System (Service Provider) and needs time. In the event of failure in bidder’s connectivity with EIL/Service Provider during the last few hours, bidder is likely to miss the deadline for bid submission. Due date extension request due to above reason may not be entertained b. Whenever any bidder intends to modify their bid they should use modify feature instead of “Withdraw“. Also follow the system messages as once bid is withdrawn by the bidder willingly or unwillingly, system will not allow you to resubmit the bid. 4. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all supporting documents & Part-II :- Priced Bid on the e-tendering website (www.tenderwizard.com/eil ) only. 5. E-bids are requested for the captioned item in total compliance to technical specifications, scope and terms & conditions of enquiry documents/attachments. Your offer must be complete in all respect and must contain confirmation/compliance to all points of enclosed commercial Agreed

Transcript of REQUEST FOR QUOTATION (RFQ) -...

Page 1 of 3

EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA Phone No : 0091-11-26102121, 26101419 ; Fax No : 0091-11-26191714, 26167664

REQUEST FOR QUOTATION (RFQ)

S.M/A406-079-WH-MR-3114/037 Date: 19.12.2013

The invitation of bid is open only to suppliers to whom this RFQ is issued.

Client : Hindustan Petroleum Corporation Limited,Vizag Project : Tail Gas Treatment Unit MR No.: A406-079-WH-MR-3114 REV.A Item: PROCESS TRAPS [CAT-I]

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

PRE-BID MEETING : NOT REQUIRED

UNPRICED BID OPENING:

At 1400 Hrs. (IST) on 10.01.2014 (at Business Centre, EI-Annexe, Bhikaiji Cama Place, R.K. Puram, New Delhi – 110066, India) (In case the bid due date happens to fall on Holiday, the next working day shall be deemed to be due date)

PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.

Gentlemen, 1. Bids are requested on behalf of our Client Hindustan Petroleum Corporation Limited, Vizag for the

subject item in total compliance to technical specifications, scope & terms & conditions of enquiry documents / attachments

2. Bidder can download the RFQ Documents from EIL’s website http://tenders.eil.co.in / www.tenderwizard.com/eil or Govt. portal http://eprocure.gov.in/cppp.

3. Bids are required to be submitted through EIL’s Authorized Service Provider’s (ASP) Electronic System / Portal at www.tenderwizard.com/eil only, on or before the bid submission date and time. Bidders are required to register themselves at www.tenderwizard.com/eil . No registration fee would be charged from the bidders.

Bidders to refer attached Instructions to Bidders for E-Tendering.

Note:

a. Bidders in their own interest are requested to register on e- tendering portal and upload/submit their bid well in time and should avoid the last hour rush to the website for registration of user id & password, enabling of user id and mapping of digital signature serial number etc. since this exercise require activities from EIL & M/s Anatares System (Service Provider) and needs time. In the event of failure in bidder’s connectivity with EIL/Service Provider during the last few hours, bidder is likely to miss the deadline for bid submission. Due date extension request due to above reason may not be entertained

b. Whenever any bidder intends to modify their bid they should use modify feature instead of “Withdraw“. Also follow the system messages as once bid is withdrawn by the bidder willingly or unwillingly, system will not allow you to resubmit the bid.

4. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all supporting documents & Part-II :- Priced Bid on the e-tendering website (www.tenderwizard.com/eil) only.

5. E-bids are requested for the captioned item in total compliance to technical specifications, scope and terms & conditions of enquiry documents/attachments. Your offer must be complete in all respect and must contain confirmation/compliance to all points of enclosed commercial Agreed

Page 2 of 3

Terms & Conditions without any deviations.

6. Commercial requirements are specified in the General Purchase Conditions, Special Instructions to Bidders, Agreed Terms & Conditions (ATC) questionnaire. The pre-filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with copy of your un-priced bid.

7. The order, if placed, will be issued by our above-mentioned client.

8. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not be considered for issuance of future enquiries.

9. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.

10. Delivery Period:

Indian Bidder: Delivery within 03 Months on FOT site basis from the date of Fax of Acceptance / P.O. Date of receipt of material at site shall be considered the date of delivery.

11. Payment Terms shall be as per Special Instruction to Bidders (SIB)

Indian Bidder: As per clause 3.1 A of Special Instructions to Bidders.

12. The offer should be valid for 3 (Three) months from final bid due date.

13. Only E-Bids to be uploaded in EIL’s authorized service provider’s portal www.tenderwizard.com/eil shall be acceptable. Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open condition or Bids in any other mode shall not be accepted.

13. The bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process.

14 . Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their bid.

15 . The E-bids received online shall be opened at EIL office on due date and time as specified above. Bidder can view online the name of the other bidders who have submitted their e-bids after opening is performed by EIL.

16 . All technically and commercially acceptable bidders will be advised of venue, date and time of priced bid opening. The bids shall be opened in presence of representatives (duly authorised by a competent person and having the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable bidders, who choose to attend the price bid opening. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date.

17 . As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject offers made by intermediaries.

18 . Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with the bid.

19 . Bidders to note that price changes against Technical / commercial clarifications, in line with terms & conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price implications against such clarifications, their bid shall be liable for rejection.

20 EIL reserves the right to use in-house information for assessment of bidder’s capability for consideration of bid.

21 In case any bidder is found to be involved in cartel formation, his bid will not be considered for evaluation / placement of order. Such bidder will also be debarred from bidding in future.

22 The bidder who is providing the technology from the company which is recently acquired / taken over by them or purchasing the technology by other companies, shall be provide proper

Page 3 of 3

documentary evidence. In the absence of the same their offer shall be liable for rejection.

23 Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of RFQ.

24 Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy.

25 In line with Sl. No 23 of Agreed Terms & Conditions (For Indian Bidders), Bidders are required to submit their audited annual reports for F.Y. 2012-2013. (i.e of March 2013)

26 We reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the bids.

Contact Persons for this RFQ are:

Ms.Sunita Mitra, AGM (C&P), Phone No. +91-(0)11-2676-2079 & email: [email protected]

Mr.Vivek Dixit, Sr.Engineer (C&P), Phone No. +91-(0)11-2676-2076 & email: [email protected]

* Please specify RFQ. No. S.M/A406-079-WB-MR-3108/034 in all Correspondence. THIS IS NOT AN ORDER Very truly yours, For & on behalf of

Hindustan Petroleum Corporation Limited

(SUNITA MITRA) ASST. GEN. MANAGER(C&P) ENGINEERS INDIA LIMITED LIST OF ENCLOSURES

DOCUMENT

A) Request For Quotation (RFQ)

B) Commercial document:

i) Price Schedule Format (To be uploaded in excel sheet on e- tender website)

ii) Agreed Terms & Conditions (For Indian Bidders)

iii) Special Instruction to Bidders

iv) General Purchase Conditions For Indian Bidders)

v) Guarantee Formats

vi) Instruction to Bidders for e-tendering.

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

Click on the Document Title to go to that section of the document

Table of ContentsDocument Number Rev. Document Title Page

NumberA406-079-WH-MR-3114

0 PROCESS TRAP 2

6-81-0134 1 ITP for steam traps 96-78-0003 0 Specification for Documentation Requirement from Suppliers 156-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 276-81-0006 3 ITP for flanges, spectacle blinds & drip rings 366-44-0066 1 Technical notes for steam and air traps 426-81-0001 2 Standard specification for Positive Material Identification (PMI) at

Supplier's Works49

6-44-0053 4 Technical notes for flanges, spectacle blinds and drip rings. 57

Page 1 of 63

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

TGTU

HPCL

Requisition No. Rev

A406-079-WH-MR-3114 A

Page 1 of 3

MATERIAL REQUISITION (TOP SHEET)

ITEM: PROCESS TRAPS Issue Status 1. -> Entire Requisition Issued

2. -> Only Revised Pages are Issued

(Fill 1 or 2 from below in this bracket)

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

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

JOB NO. UNIT/AREA

COST CENTRE

DOCCODE

SR.NO. REV DATE ORIGINATINGDIVN./DEPT

VENDOR NAME VENDOR CODE

Material to be delivered at (job site) HPCL, VIZAG within the delivery period specified in the "Request For Quotation"

(RFQ).

Notes :This page is a record of all the Revisions of this Requisition.

The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall beconsidered for contractual purposes.

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

When revised pages only are issued, the revised pages shall form part of the original Requisition. The original requisition alongwith the revised pages shall be considered in its entirety for contractual purposes.

REV. DATE BY CHK. APPD.

A 01/11/2013 ISSUED FOR BIDS

DETAILS

[ ]

Vendors are required to quote strictly as per technical specifications / notes stipulated in the material requisition. Theoffers with deviations are likely to be summarily rejected.

1.

2.

3.

4.

5.

MR Category :I

BKT TSS AK

This is a system generated approved document and does not require signature

Page 2 of 63

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

TGTU

HPCL

Requisition No. Rev

A406-079-WH-MR-3114 A

Page 2 of 3

LIST OF ATTACHMENT

DOCUMENT TITLESR. NO DOCUMENT NO.REVISION

NO. DATE 1

2

3

4

5

6

7

8

TECHNICAL NOTES FOR STEAM ANDAIR TRAPS

INSPECTION & TEST PLAN FORSTEAM TRAPS

TECHNICAL NOTES FORFLANGES,SPECTACLE BLINDS ANDDRIP RINGS

INSPECTION AND TEST PLAN FORFLANGES, SPECTACLE BLINDS ANDDRIP RINGS

DATA SHEET

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM REQUIREMENTSFROM BIDDERS

STANDARD SPECIFICATION FORPOSITIVE MATERIALIDENTIFICATION (PMI) ATSUPPLIER'S WORK

SPECIFICATION FOR DOCUMENTATIONREQUIREMENTS FROM SUPPLIERS

6-44-0066

6-81-0134

6-44-0053

6-81-0006

A406-079-16-43-DS-3114

6-78-0001

6-81-0001

6-78-0003

1

1

4

3

0

0

2

0

30/06/2009

15/07/2011

04/07/2008

15/07/2011

01/11/2013

04/06/2009

20/10/2011

04/06/2009

Page 3 of 63

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

TGTU

HPCL

Requisition No. Rev

A406-079-WH-MR-3114 A

Page 3 of 3

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

PROCESS TRAP: TAG NO. 65-ST-4202/5202,79-ST-3202, INVERTEDBUCKET TYPE WITH INBUILT STRAINER, INLET LINE NO: 1"-SL-65/79-3302/4302/5302-A1A-IS, OUT LET LINE NO. 1"-CL-65/79-3304/4304/5304-A1A-IS

Item Description:

*PS0100ST3302ZA1A 3 NOS1

ITEMCODE

Page 4 of 63

ADDITIONAL TECHNICAL

REQUIREMENTS

DOCUMENT No. A406-079-16-43-ATR-3114

Rev. A Page 1 of 2

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

Rev. No Date Purpose Prepared by Checked by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

ADDITIONAL TECHNICAL

REQUIREMENTS (PROCESS TRAPS)

Page 5 of 63

ADDITIONAL TECHNICAL

REQUIREMENTS

DOCUMENT No. A406-079-16-43-ATR-3114 Rev. A

Page 2 of 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

ADDITIONAL TECHNICAL REQUIREMENTS ( PROCESS TRAPS)

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

after the bid submission.

2. Vendor shall furnish quotations only for those items, for which he can supply strictly as per MR specifications including fulfillment of Qualification Criteria as per MR.

3. If the offer contains any technical deviations or if the bid does not include

complete scope and technical /performance data to be submitted with the bid, the offer shall be liable for rejection.

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

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

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

NOT APPLICABLE: a) Data sheet for Torque Values of MOV’s. b) 6-44-0052-A1 : Bypass piping arrangement

6-44-0052-A2 : Specifications for Bypass Piping, Fittings and Valves

c) 6-44-0052-A3 : Special Requirements for Low Temperature and cryogenic Valves

d) 6-44-0052-A4 : Special Requirements for Hydrogen Service Valves

6. Bidders shall categorically confirm compliance to the following specifications attached with the requisition:

a) Specification for Quality management system requirements from

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

d) Inspection and test plan for Steam Traps, 6-81-0134, REV. 1 e) Additional technical requirements, A406-079-16-43-ATR-3114Rev A f) Data Sheet for process trap,A406-079-16-43-ATR-3114 g) Annexure-I

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

Supplier’s work, 6-81-0001 REV.2

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

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

order, before start of manufacturing.

Page 6 of 63

PROJECT:JOB NO: A406CLIENT: HPCL VISAKH BKT PK

BY CHK

Inlet Press. Temp. Press. Temp.Flow Rate

Note-5Inlet Outlet

kg/cm2g OC kg/cm2g OC kg/hr Inch Inch

1 *PS0100ST3302ZA1A 379-ST-3302,65-ST-

4302/5302INVERTED BUCKET NIBR 150 FLGD A105 T:13%Cr ; S:SS304

1. ALL TRAPS SHALL BE SUPPLIED WITH STRAINER. REFER CLAUSE 2.5 OF 6-44-0066.2. TRAPS SHALL BE DESIGNED FOR DESIGN CAPACITY FOR INLET/OPERATING PRESSURE,OUTLET/BACK PRESSURE AT OPERATING TEMPERATURE3. DISCHARGE TO ATMOSPHERE.

REFER PROCESS DATA SHEET AS ATTACHEDIN ANNEXURE-I1"-SL-65/79-3302/4302/5302-A1A-IS A105BOLT:A193 GR B7 /NUT:A194 GR.2H

SP.WND SS316+ GRAFIL

ITEM CODE QTY

Allow.Press. Drop (kg/cm2)

Location/ Line No.

Design Specifications

Tag No.Fasteners

(if applicable)

Type of Trap IBR/NIBR

APPROVALSREVISION

Flanges / Cover Gasket / Gasket Thk (if applicable)

1/11/2013

DATA SHEET FOR STEAM TRAPS

RemarksSr. No.

Design ConditionsOperating ConditionsSize

DATE

Rating(#) Ends

Body

MATERIAL SPECIFICATION

ISSUED FOR BIDS

DATA SHEETA406-079-16-43-DS-3114

Rev. 0TSS

NOTES:

InternalsTrim / Seat ; Strainer Mesh

3. DISCHARGE TO ATMOSPHERE.4. WELD ON FLANGES UPTO 1-1/2" IN 300# AND 600# MAY BE SW TYPE. ALL OTHER WELD-ON FLANGES INCLUDING 150# SHALL BE WN TYPE.5.FLOW RATE IS INCLUSIVE OF SAFETY FACTOR.

CS, 150#: 5%AS, 150#: 10%CS & AS, 300#:10%CS & AS, 600# & ABOVE:100%

6. CAST BODY WITH INTEGRAL FLANGES OF A216Gr.WCB IN LIEU OF A105 IS ACCEPTABLE.7. IN CASE OF CASTINGS,RADIOGRAPHY OF THE CASTING SHALL BE AS FOLLOWS:

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

Pag

e 7 of 63

Page 8 of 63

tam Tr rrecn, 0513, l 9 r■ 3 )

STANDARD SPECIFICATION No.

6-81-0134 Rev 1

Page 1 of 6

INSPECTION AND TEST PLANFOR STEAM TRAPS

kii-lfaeiel ENGINEERS

Zgaf mac' INDIA LIMITED(A Go. of Inda Un4na..91

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

INSPECTION AND TEST PLANFOR

STEAM TRAPS

1110144,

1 'I

211.KotKC DM

MVKK VC

1 15.07.2011 REVISED AND RE-ISSUED TKK

0 28.09.07 Issued for implementation PD RB

Rev.No. Date Purpose Prepared Checked

by by

Convenor ChairmanStandards Committee Standards Bureau

Approved by

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

Page 9 of 63

$igar OPegtikkee rlemre as1 J■72,11

STANDARD SPECIFICATION No.

6-81-0134 Rev.!

Page 2 of 6

INSPECTION AND TEST PLANFOR STEAM TRAPS

_71 el ENGINEERSINDIA LIMITEDIA Govt of India Undettakingi

Abbreviations:

CCE or CCOE Chief Controller of Explosives MPT/MT Magnetic Particle TestingCEIL Certification Engineers International Limited MRT Mechanical Run TestCIMFR Central Institute of Mining & Fuel Research MTC Material Test CertificateCE Carbon Equivalent NPSH Net Positive Suction HeadDFT Dry Film Thickness NDT Non Destructive TestingDT Destructive Testing PO Purchase OrderDPT Dye Penetrate Testing PESO Petroleum Explosive Safety OrganizationDHT De-hydrogen Heat Treatment PQR Procedure Qualification RecordERTL Electronics Regional Test Laboratory PR Purchase RequisitionFCRI Fluid Control Research Institute PMI Positive Material IdentificationHT Heat Treatment RT Radiography TestingHIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion CrackingITP Inspection and Test Plan TC Test CertificateIP Ingress Protection TPI or TPIA Third Party Inspection AgencyIHT Intermediate Heat Treatment UT Ultrasonic TestingISR Intermediate Stress Relieving VDR Vendor Data RequirementIC Inspection Certification WPS Welding Procedure SpecificationIGC Inter Granular Corrosion WPQ Welders Performance QualificationLPT Liquid Penetrate Testing

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary

Members:

Mr. SS Lotay Mr. Rajeev Kumar Mr. G. Poornachandra RaoMr. S.C. Gupta Mr. Anoop Goel

Mr. MP Jain (Project)

Mr. R.K. Singh

Mr. G. Suresh

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 10 of 63

ENGINEERS$1g-Ttligl-cbg INDIA LIMITED

(0 Govt of India Undertaking)

INSPECTION AND TEST PLANFOR STEAM TRAPS

STANDARD SPECIFICATION No.

6-81-0134 Rev.1Page 3 of 6

1.0 SCOPE:

This Inspection and Test Plan covers the minimum testing requirements of steam traps.

2.0 REFERENCE DOCUMENTS:

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

3.0 INPECTION AND TEST REQUIREMENTS:

SL NO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OFCHECK RECORD

SCOPE OF INSPECTIONSUB

SUPPLIER SUPPLIER EIL/TPIA

1.0 Procedure

1.1Hydrostatic Test, Heat

Treatment, NDT and OtherProcedures

Documented Procedures 100% ProcedureDocuments

_ H R

1.2 WPS,PQR & WPQ Welding Parameters & QualificationRecord 100% WPS,PQR

&WPQ - H W- NewR- Existing

2.0 Material Inspection

2.1 Raw Material Inspection

Chemical , Mechanical ,Impact,IGC, Heat Treatment, NDT,

Hardness and other properties asapplicable

100% TestCertificates H H R

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 11 of 63

k31

fdategI NWT tvecoft .3fil.41

ENGINEERSINDIA LIMITEDCA Govt of Intha Ilncleftalongf

INSPECTION AND TEST PLANFOR STEAM TRAPS

STANDARD SPECIFICATION No.

6-81-0134 Rev.1Page 4 of 6

SL NO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OFCHECK RECORD

SCOPE OF INSPECTIONSUB

SUPPLIER SUPPLIER EIL/TPIA

3.0 In Process Inspection

3.1 Welding Welding Parameters as per WPS /PQR 100% Inspection

Reports - H R

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

3.3 RTAs Applicable Surface & Internal Imperfections PR / Purchase

SpecificationRT films &

Reports - H R

3.4 UT / LPT / MPTAs applicable

Surface & Internal Imperfections PR / PurchaseSpecification

TestReports - H R

4.0 Final Inspection

4.1 Hydrostatic Testing Leak Check 100%By Supplier&

At Random By TPIATest Report - H H

4.2 Visual and DimensionalInspection (VD') Surface Condition & Dimensions

100%By Supplier&

At Random By TPIA

InspectionReport - H H

4.3 PMI Check(As per EIL Spec. 6-81-0001) Chemical Check

As Per EIL Spec.6-81-0001 Inspection

report - H W / R

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 12 of 63

■ wen el,arve MI 3.76.1,

STANDARD SPECIFICATION No.

6-81-0134 Rev.!

Page 5 of 6

INSPECTION AND TEST PLANFOR STEAM TRAPS

%-11 el ENGINEERSilge_li ttlegd INDIA LIMITED

(A Goo of India Undertaking)

SL NO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OFCHECK

RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

4.4 Final Stamping Stamping Of Accepted Strainers

Stamping of Steam Trapswhich are witnessed byTPIA. Balance Steam

Traps to have SupplierQC Stamp.

InspectionReport - HH

5.0 Painting

5.1 Painting & Color Coding Visual ,DFT & Color Coding asapplicable 100% Inspection

ReportH R

6.0 Documentation & IC

6.1 Documentation & InspectionCertificate(IC)

Review of Stage Inspection Reports/ Test Reports & Issue of IC 100% Supplier

TC & IC - H H

Legend: H- Hold (Do not proceed without approval), P-Perform, Random -10%, R-Review, RW- Random Witness, W-Witness (Give due notice, work may proceedafter scheduled date).

NOTES (As applicable):

For Non NACE & Non Hydrogen service Steam Traps (Except Thermodynamic) will be accepted on review of Supplier Test Certificates. Supplier Test Certificateto be reviewed by TPIA.Wherever W/ R is indicated, Inspection Engineer shall decide the option to be exercised for particular stage and supplier.In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.

5. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

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

Page 13 of 63

4oi eit4ar -e NDI A

ENGINEERS INSPECTION AND TEST PLANle fet51g I LIMITED FOR STEAM TRAPS.,,-,-, t,,,,,,,..,cram, IA Govt of India Undedalongi

STANDARD SPECIFICATION No.

6-81-0134 Rev.1

Page 6 of 6

6. Wherever order is placed on stockist, the item shall be accepted based on manufacturer's TC conforming compliance with requirements as per material specification& PR. All hold / witness stages shall be considered as "Review" by TPIA in that case.

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

Page 14 of 63

Page 15 of 63

Page 16 of 63

Page 17 of 63

Page 18 of 63

Page 19 of 63

Page 20 of 63

Page 21 of 63

Page 22 of 63

Page 23 of 63

Page 24 of 63

Page 25 of 63

Page 26 of 63

Page 27 of 63

Page 28 of 63

Page 29 of 63

Page 30 of 63

Page 31 of 63

Page 32 of 63

Page 33 of 63

Page 34 of 63

Page 35 of 63

01 ei$4fgar fafieu

I 6.71 eiram, 031,1,111-41,

ENGINEERSINDIA LIMITEDIA Goo of India Undertaking)

INSPECTION AND TEST PLANFOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 3Page 1 of 6

4cr^coo ftrfttaTur Li&LTErr

INSPECTION AND TEST PLANFOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

AsL4'03 15.07.2011 REVISED AND RE-ISSUED TKK CG AKC DM

2 30.06.2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

1 28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

0 23.04.2002 ISSUED FOR IMPLEMENTATION NKN SPS AKB SB

Rev.No. Date Purpose Prepared

byChecked

by

Standards CommitteeConvenor

Standards BureauChairman

Approved by

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

Page 36 of 63

q-AINSPECTION ENGINEERS

AND TEST PLAN STANDARD SPECIFICATION No.

FOR 6-81-0006 Rev. 3

BLINDS & DRIP RINGS Page 2 of 651gerr 051-aG

14.2R eirove fet dedrelINDIA LIMITED10 Govt of India Undertaking) FLANGES, SPECTACLE

Abbreviations:

CCE or CCOE Chief Controller of Explosives MPT/MT Magnetic Particle TestingCEIL Certification Engineers International Limited MRT Mechanical Run TestCIMFR Central Institute of Mining & Fuel Research MTC Material Test CertificateCE Carbon Equivalent NPSH Net Positive Suction HeadDFT Dry Film Thickness NDT Non Destructive TestingDT Destructive Testing PO Purchase OrderDPT Dye Penetrate Testing PESO Petroleum Explosive Safety OrganizationDHT De-hydrogen Heat Treatment PQR Procedure Qualification RecordERTL Electronics Regional Test Laboratory PR Purchase RequisitionFCRI Fluid Control Research Institute PMI Positive Material IdentificationHT Heat Treatment RT Radiography TestingHIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion CrackingITP Inspection and Test Plan TC Test CertificateIP Ingress Protection TPI or TPIA Third Party Inspection AgencyIHT Intermediate Heat Treatment UT Ultrasonic TestingISR Intermediate Stress Relieving VDR Vendor Data RequirementIC Inspection Certification WPS Welding Procedure SpecificationIGC Inter Granular Corrosion WPQ Welders Performance QualificationLPT Liquid Penetrate Testing

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary

Members:

Mr. SS Lotay Mr. Rajeev Kumar Mr. G. Poornachandra RaoMr. S.C. Gupta Mr. Anoop Goel

Mr. MP Jain (Project)

Mr. R.K. Singh

Mr. G. Suresh

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

Page 37 of 63

STANDARD SPECIFICATION No.

6-81-0006 Rev. 3Page 3 of 6

ENGINEERSOg laWeg INDIA LIMITED

ranee, cleave Waging ) IA Govt of India Undertaking)

INSPECTION AND TEST PLANFOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

1.0 SCOPE

This Inspection Test Plan covers the minimum testing requirements of Flanges, Spectacle Blinds & Drip Rings.

2.0 REFERENCE DOCUMENTS

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

3.0 INSPECTION AND TEST REQUIREMENTS

SLNO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

1.0 Procedure

1.1 Heat Treatment, NDTand Other Procedures

Documented Procedures 100% ProcedureDocuments - H R

1.2 WPS,PQR & WPQ Welding Parameters &Qualification Record 100% WPS,PQR

&WPQ - H W- NewR- Existing

2.0 Material Inspection

2.1 Raw Material Inspection Chemical & MechanicalProperties 100% Test Certificates - H R

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

Page 38 of 63

fi r n t v-folvez. )

ENGINEERSINDIA LIMITEDIA Goof of IndiA LindeFlaking)

INSPECTION AND TEST PLANFOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 3

Page 4 of 6

SLNO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

3.0 In Process Inspection

3.1 Welding / Forging Forging /WeldingParameters 100% Inspection

Reports - H R

3.2Ferrite Check of SS

Welds in Spectacle Blinds(If Applicable)

% Ferrite Check Random Inspection Report - H R

3.3 Heat Treatment

Stress Relieving,Normalising, Tempering,

Solution Annealing,Stabilization HeatTreatment etc. as

applicable

100% HT chart - H R

3.4 Identification of TestSamples

Product Chemical,Mechanical, Impact, IGC

and Other test as applicable

PR / PurchaseSpecification Test Reports - H H

3.5 Product Analysis Chemical Composition PR / PurchaseSpecification Test Reports - H R

3.6 Destructive Testing Mechanical, Impact, IGCand Other test as applicable

PR / PurchaseSpecification Test Reports - H H

3.7UT / LPT / MPT As

applicable Surface & InternalImperfections

PR / PurchaseSpecification Test Reprts - H R

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 39 of 63

araelIamn eieen‘rn,"70,011

ENGINEERSINDIA LIMITEDIA Goer of India Undertaking)

INSPECTION AND TEST PLANFOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 3Page 5 of 6

SLNO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

3.8 Galvanizing(If Applicable)

Integrity Of GalvanisedCoating Random Inspection Report - H R

4.0 Final Inspection •

4.1. Final Inspection

1.Visual2. Dimensions3.Hardness4. Marking etc

100% By Supplier &At Random by

EIL/TPIAInspection Report - H H

4.2PMI Check

(As per EIL Spec. 6-81-0001)

Chemical CheckAs Per EIL Spec.

6-81-0001 Inspection report - H W / R

4.3 Final Stamping Stamping Of AcceptedItems

Stamping of 10%Items which are

witnessed byEIL/TPIA. Balance

Items to haveSupplier QC Stamp.

Inspection Report - H H

5.0 Painting

5.1 Rust Preventive Coating& Color Coding

Visual & Color Coding asapplicable 100% Inspection Report H R

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

Page 40 of 63

ENGIN LIMITEDD

I.WN ,iecrxe 51370.1)

IA Govt of India Uncle/taking)

INSPECTION AND TEST PLANFOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 3Page 6 of 6

SLNO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

6.0 Documentation & IC

6.1 Documentation &Inspection Certificate(IC)

Review of Stage InspectionReports / Test Reports &

Issue of IC100% Supplier TC & IC - H H

Legend: H- Hold (Do not proceed without approval), Random -10% (min.1 no.) of each size and type of Bulk item, R-Review, RW- Random Witness, W-Witness(Give due notice, work may proceed after scheduled date).

NOTES (As applicable):For Non NACE & Non Hydrogen service Carbon Steel Flanges, Spectacle Blinds & Drip Rings up to size 24"-300ANSI Class Will be accepted on review ofSupplier Test Certificates. Supplier Test Certificate to be reviewed by EIL/TPIA.Wherever W/ R is indicated, Inspection Engineer shall decide the option to be exercised for particular stage and supplier.In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.Wherever order is placed on stockiest, the item shall be accepted based on manufacturer's TC conforming compliance with requirements as per materialspecification & PR. All hold / witness stages shall be considered as "Review" by TPIA in that case.

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 41 of 63

Page 42 of 63

Page 43 of 63

Page 44 of 63

Page 45 of 63

Page 46 of 63

Page 47 of 63

Page 48 of 63

151fRiseAstigat efaleg

ENGINEERSINI NA LIMITED/A “nul Ina. Lnden.,),

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

STANDARD SPECIFICATION No.

6 -81 -0001 Rev. 2Page I of 8

c 1T covingii 4,flcomoict) TIPTth LI 111

f'6g itta-vr

STANDARD SPECIFICATION

FORPOSITIVE MATERIAL

IDENTIFICATION(PMI)

AT SUPPLIER'S WORKS

40D., 15,

2 20.10.11 REVISED AND RE-ISSUED AKC DM

1 15.07.08 REVISED AND RE-ISSUED NKR SSL SKP VC

0 07.12.00 ISSUED AS STANDARD SPECIFICATION AKC AKB AKB MI

Standards StandardsRev.No Date Purpose Prepared

byChecked

byCommitteeConvenor

BureauChairman

Approved by

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

Page 49 of 63

151M-ae? le. ' ENGINEERSimegver INDIA LIMITEDyin eRaWanJelwill Govl of India Undertakno

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PM I) AT

SUPPLIER'S WORKS

STANDARD SPECIFICATION No.6-81-0001 Rev. 2

Page 2 of 8

Abbreviations:

API American Petroleum InstituteAS Alloy SteelLSTK Lump Sum Turn KeyPMI Positive Material IdentificationSch ScheduleSS Stainless SteelTPI or TPIA Third Party Inspection Agency

Inspection Standards Committee

Convenor: Mr.AK Chaudhary

Members: Mr. SS LotayMr. SC GuptaMr. RK SinghMr. Rajeev KumarMr. Anoop GoelMr. G SureshMr. G Poornachandra RaoMr. MP Jain (Projects)

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

Page 50 of 63

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

151M4-e?fte ENGINEERSOgrir tfigtegW INDIA LIMITED

Gorl of India undertaking}

STANDARD SPECIFICATION No.

6-81-0001 Rev. 2Page 3 of 8

CONTENTS

1.0 SCOPE 4

2.0 REFERENCE DOCUMENTS 4

3.0 DEFINITIONS 4

4.0 PMI EXAMINATION 5

5.0 ACCEPTABLE METHODS FOR PMI 5

6.0 EXTENT OF PMI EXAMINATION 6

7.0 RECORDING AND DOCUMENTATION 7

8.0 MARKING 7

Copyright EIL —All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 51 of 63

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMT) AT

SUPPLIER'S WORKS

/ft ENCJNEERSbeire,altateg '-‘60- 1 INDIA LIMITED

STANDARD SPECIFICATION No.

6-81-0001 Rev. 2Page 4 of 8

1.0 SCOPE

1.1 This specification applies to the requirements for Positive Material Identification (PMI) to beperformed at the Supplier's works on Metallic Materials procured either directly by theOwner/EIL/ LSTK contractor or indirectly through the sub-Suppliers.

1.2 Any post order deviation from this specification must be approved by Owner/EIL in theDeviation/ Waiver Permit format (No. 5-0000-0180-F1) enclosed with Material Requisition.

1.3 This specification covers the procedures and methodology to be adopted to assure that thechemical composition of the material is consistent with the material specifications as specifiedin purchase documents using 'Alloy Analyzer' at the time of final inspection before dispatch.

1.4 The scope of this specification shall include but shall not be limited to Positive MaterialIdentification (PMI) to be performed on Materials listed below:

1.4.1 For alloy Steel materials as below:Alloy Steel Pipes including Clad PipesAlloy Steel Flanges & ForgingsAlloy Steel Fittings including Clad FittingsAlloy Steel FastenersAlloy Cast & Forged steel valvesAlloy Steel Instrumentation Items (Control Valves, Safety Valves etc.)Longitudinal Pipe & Fittings Welds.Gaskets (for Ring Type Joints)

1.4.2 For Carbon Steel materials as below:All Carbon Steel Piping items under NACE or HIC or H2Carbon Steel flanges and valves (Rating 900# and above)Carbon Steel Pipes & fittings for following thicknesses:Size 1"- 2" NB : Sch 160 & aboveSize 3" NB : Sch XS & aboveSize 4" - 12" NB : Sch 120 & above

Following items shall be excluded from scope of PMI examination.

Gaskets other than for Ring Type JointsInternal Components of Valves

1.5 All grades of material supplies including Stainless Steels shall be liable for PMI test at site. Incase of any defective materials being found at site, the Supplier shall be responsible to effectreplacement of such defective materials at project site without any delays to the satisfaction ofEIL site RCM (Resident Construction Manager).

2.0 REFERENCE DOCUMENTS

2.1 API Recommended Practice 578 (First Edition, May 1999) - Material Verification Program forNew and Existing Alloy Piping Systems.

3.0 DEFINITIONS

3.1 Supplier: Any Supplier or Manufacturer on whom an order is placed for the supply of referreditems. This definition shall also include any sub-Supplier or manufacturer on whom a sub-orderis placed by the Supplier.

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

Page 52 of 63

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PM I) AT

SUPPLIER'S WORKS

SaIRCIELM—; ENGINEERSPar taiReZ VW INDIA LIMITED

STANDARD SPECIFICATION No.

6-81-0001 Rev. 2Page 5 of 8

3.2 Inspection Lot: A group of items offered for inspection covered under same size, Heat andHeat treatment lot.

3.3 Alloy Material: Any metallic material (including welding filler materials) that containsalloying elements such as chromium, nickel, molybdenum or vanadium, which are intentionallyadded to enhance mechanical or physical properties and/or corrosion resistance.

4.0 PMI EXAMINATION

4.1 The Supplier shall submit a procedure of PMI to comply with the requirements of thisSpecification Approval of PMI Procedure shall be obtained from Owner/EIL/TPIA prior tocommencing manufacture/ inspection of product.

4.2 PMI examination of materials is independent of any certification, markings or colour codingthat may exist and is aimed at verifying that the alloy used are as per specified grades.

4.3 The Supplier shall identify all incoming alloy materials and maintain full traceability of all alloymaterials, including all off-cuts. Transfer of identification marks shall be undertaken prior tocutting to ensure maintenance of identification on off-cuts.

4.4 The Supplier shall ensure that all alloy materials are segregated and stored in separatelyidentified locations to prevent the mix up of materials of different alloy specifications or alloymaterial with carbon steel. Non ferro-magnetic materials shall be segregated at all times fromferro-magnetic materials.

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

5.0 ACCEPTABLE METHODS FOR PMI

5.1 The method used for PMI examination shall provide a quantitative determination of the alloyingelements like chromium, nickel, molybdenum or vanadium in Alloy Steel items.

5.2 Instruments or methods used for PMI examination shall be able to provide quantitative,recordable, elemental composition results for positive identification of alloying elementspresent.

5.3 The acceptable instruments for alloy analyzer shall be either "Portable X-Ray fluorescence" or"Optical Emission" type each capable of verifying the percentage of alloy elements withinspecified range.

5.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current ortriboelectric testing methods are not acceptable for PMI examination.

5.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in thespecified range.

5.6 All PMI instruments shall have been serviced within a 6 month period of the time of use toverify the suitability of batteries, sources etc., and the data of the last service shall be stated onthe PMI Report Form (Sample enclosed).

5.7 Each analyzer must be calibrated according to the manufacturer's specification at the beginningand end of each shift. Instrument must be checked against known standard for each alloy typeto be inspected during the shift.

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

Page 53 of 63

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

ISillaZreqe ENGINEERSs'Ig7e2eg W INDIA UMITED

Govt a Inaa Undenakingi

STANDARD SPECIFICATION No.

6-81-0001 Rev. 2Page 6 of 8

5.8 Certified samples, with full traceability, of a known alloy materials shall be available for use asa random spot check on the instrument calibration.

5.9 The surfaces to be examined shall be prepared by light grinding or abrasive paper and solventcleaner. Evidence of Arc burn resulting from examination shall be removed by light grinding orabrasive paper. No permanent marks, which are injurious to the usage of product in service, areacceptable.

5.10 Alloy Steel ring type joint Gaskets shall be inspected by using portable X-Ray fluorescenceinstrument.

5.11 Testing shall be done as per the procedures outlined by the manufactures of alloy analyzerbeing used. Modification of these procedures if any must be approved by Owner/EIL.

5.12 The persons performing PMI shall demonstrate their capabilities to the satisfaction ofOwner/EIL/TPIA visiting engineer. If the Supplier has qualified operator on their rolls, he mayperform the examination. Otherwise PMI examination shall be sub-contracted to an independenttesting agency approved by EIL.

5.13 Whenever material is identified as not meeting requirements by the visiting engineer a rejectionnote shall be issued.

6.0 EXTENT OF PMI EXAMINATION

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

Flanges, Fittings 100%Valves, RTJ Gaskets

Pipes 100% (for pipes procured from traders).

2 random samples drawn from eachSize/Heat/Lot (for pipes procured directly from mills)

C. Fasteners

Lot Size Sample Size

Upto 100 2% (Min 2)101 to 500 1% (Min 3)501 and above 0.5% (Min 5)

Note:

For Welded Pipes and Fittings, PMI shall be performed on Base Metal as well asweldments.

Whenever any sample drawn to PMI test on the basis of percentage selection in B & Cabove, fails to meet specification requirements, 100% of items of lot shall be tested forPMI.

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 54 of 63

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

i.311-aelti. ENGINEERS

ogrir EiRtegi INDIA LIMITEDIA Go' at India Undertaking)

STANDARD SPECIFICATION No.6-81-0001 Rev. 2

Page 7 of 8

7.0 RECORDING AND DOCUMENTATION

The results of PMI examination shall be recorded in a Report Format as enclosed with thisspecification.

8.0 MARKING

8.1 All alloy materials tested by PMI shall be identified using either of the following methods byindicating "PMI OK"

Bar Code/Hologram StickerA low stress stamp marking

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 55 of 63

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

012-ael ie ENGINEERSst",ar &Reg W INDIALIMTED

GOA Of India undertakng)

STANDARD SPECIFICATION No.6-81-0001 Rev. 2

Page 8 of 8

POSITIVE MATERIAL IDENTIFICATION REPORTBULK MATERIALS

Page of

Project: Client Job No.

PMI Report No. Supplier/Sub-Supplier

Purchase Order No. Testing Agency

PurchaseRequisition No:

PMI Location

Bulk Item Type (as per Requisition)

Material Specification/Grade

Number of items in Lot

Requisition Item No./ Description Major content, Weight Percent RemarksAccept/Reject

Element Cr Mo Ni V

Specified Range

Actual observations

Instrument Type / ID

Last Service Date Inspection Agency Witnessed By

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 56 of 63

Page 57 of 63

Page 58 of 63

Page 59 of 63

Page 60 of 63

Page 61 of 63

Page 62 of 63

Page 63 of 63

SIB A406 (REV.3) Page 1 of 12

HINDUSTAN PETROLEUM CORPORATION LIMITED TAIL GAS TREATMENT UNIT (TGTU) PROJECT

SPECIAL INSTRUCTIONS TO BIDDERS – ‘SIB’

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

The Integrity Pact duly signed by the authorized official of HPCL and the Supp lier, will form part of the purchase order.

Proforma of Integrity Pact (issued along with the bidding document) shall be returned by the bidder along with technical bid, duly signed on each page by the authorized Bid Signatory.

In case of physical bidding, original Integrity pact shall be submitted along with the un-priced bid. However, in case of e-procurement, original Integrity Pact (in physical form) shall be submitted at EIL office within bid due date and time but in any case not later than 05 Calendar days from the un-priced bid opening. Non submission of Integrity pact shall lead to rejection of the bids.

2.0 PRICE REDUCTION SCHEDULE

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

Initially PRS shall be applicable for total basic order value and final PRS settlement shall be considering undelivered portion as on Contractual Delivery Date.

3.0 PAYMENT TERMS

The following payment terms shall be applicable.

3.1 INDIAN BIDDERS A. Where the MR is only for supply of materials containing “Final Documents /Vendor Data

Requirement”. 75% of the Bill Amount (along with taxes, duties & freight) duly recommended by the

EIL/Owner on receipt of materials / despatch documents at HPCL shall be paid within 7 days of receipt of bill.

Balance 25% payment shall be released after verification/certification within 15 days of receipt of Bill and submission of PBG for 10% of order value and Final drawings / documents as per VDR specified in the PR.

B. Where the MR is only for supply of materials without final documents / “Vendor Data

Requirement”.

(i) For Pipes, Fittings, Flanges, Fasteners & Gaskets (PBG Not Required) 75% of the Bill Amount (along with taxes, duties & freight) duly recommended by the

EIL/Owner on receipt of materials / despatch documents at HPCL shall be paid within 7 days of receipt of bill.

Balance 25% payment shall be released after verification / certification within 15 days of receipt of Bill.

(ii) For all other materials (PBG Required)

75% of the Bill Amount (along with taxes, duties & freight) duly recommended by the EIL/Owner on receipt of materials /documents at HPCL shall be paid within 7 days of receipt of bill.

Balance 25% payment shall be released after verification/certification within 15 days of receipt of Bill and submission of PBG for 10% of order value.

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

(i) Supply only 5%: On approval of pre-identified drawings at-least in Code 2 duly certified by EIL

and against submission of Advance Bank Guarantee of equal amount valid for the period of contractual delivery period plus 03 months claim period.

SIB A406 (REV.3) Page 2 of 12

20%: On receipt and identification of major raw materials/bought-out components (*) duly certified by EIL and against submission of Advance Bank Guarantee of equal amount valid for the period of contractual delivery period plus 03 months claim period.

55%: Payment along with taxes, duties & freight charges within 30 days after receipt of materials at Owner’s site on pro-rata basis.

20%: On acceptance of material at site and on submission of Performance Bank Guarantee for 10% of order value as per the RFQ terms and against submission of all final documents / Vendor Data Requirements as applicable as per Material Requisition.

(ii) Payment terms for supply where Supply & Site Work are involved: 5%: On approval of pre-identified drawings at-least in Code 2 duly certified by EIL and

against submission of Advance Bank Guarantee of equal amount valid for the period of contractual delivery period plus 03 months claim period.

20%: On receipt and identification of major raw materials/bought-out components (*) duly certified by EIL and against submission of Advance Bank Guarantee of equal amount valid for the period of contractual delivery period plus 03 months claim period.

65%: Payment along with taxes, duties & freight charges within 30 days after receipt of materials at Owner’s site on pro-rata basis.

10%: On handing over of equipment at site after installation/ erection/ commissioning and performance testing if applicable, (completion of scope as per MR) duly certified by Site In-charge and on submission of Performance Bank Guarantee for 10% of order value as per the RFQ terms and against submission of all final documents / Vendor Data Requirements as applicable.

(*) Major Raw Material for payment against receipt & identification of raw materials (if not specified in MR):

Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes

Pumps/Compressors : Castings / Forgings (iii) Packages having Supply, Site Work & PGTR (Completion period for site

installation/commissioning and PGTR defined separately)

5% against approval of drawings at least in Code-2 and manufacturing schedule duly certified by EIL and against submission of Advance Bank Guarantee of equal amount valid for the period of contractual delivery period plus 03 months claim period.

80% with taxes, duties & Freight will be paid progressively within 30 days after receipt of material at Owner’s site.

5% on successful completion of site installation and system commissioning, duly certified by Engineer-in-charge and receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

In case erection, installation & pre-commissioning is delayed by more than 06 Months after receipt of complete material at site or contractual delivery date, whichever is later, due to reasons attributable to Owner/EIL, the payment shall be released to the seller against submission of equivalent bank guarantee, valid till handing over of the successfully commissioned equipment.

10% on successful completion of Commissioning and Performance Guarantee Test Run (PGTR), duly certified by Engineer-in-charge and submission of Performance bank guarantee for 10% of total order value as per RFQ terms.

In case Commissioning or PGTR is delayed by more than 08 Months after receipt of complete material at site or contractual delivery date, whichever is later, due to reasons attributable to Owner/EIL, the payment shall be released to the seller against submission of equivalent bank guarantee, valid till handing over of the successfully commissioned equipment and PGTR.

D. SUPERVISION OF ERECTION, TESTING & COMMISSIONING

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

E. SITE WORKS

SIB A406 (REV.3) Page 3 of 12

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

10%: On handing over of equipment at site after installation/ erection/ commissioning / performance testing if applicable, (completion of scope as per MR) duly certified by Site In-charge.

F. SITE WORKS (Completion period for site installation/commissioning and PGTR defined

separately)

80% against monthly progressive bills (based on agreed billing schedule) duly certified by Engineer-in-charge.

10% on successful completion of installation, pre-commissioning and commissioning, duly certified by Engineer-in-charge.

10% on successful completion of Performance Guarantee Test Run (PGTR), duly certified by Engineer-in-charge.

Notes:

1. For rotating equipments, packages, etc., in case Material Requisition stipulates penalty for excess power consumption, then supplier shall furnish a certificate from EIL regarding actual power consumption. Penalty for excess power consumption, if any, over the guaranteed figures shall be levied in line with Material Requisition specifications.

2. No initial advance payment along with Order shall be made by the Owner. If a Supplier insists on the same, their Offer shall be rejected.

3. All payments shall be released within 30 days from the date of receipt of material / completion of activity or 15 days from receipt of invoice with proof of delivery of material to HPCL, whichever is later. However in case the supplier insists for payment through bank, the same shall be accepted with price loading @ SBI Base rate + 1% for a period of one month.

4. All Bank charges shall be to Seller’s Account.

5. All bank guarantees shall be from Scheduled / Nationalised (other than Cooperative banks) Banks.

6. Performance Bank Guarantee shall be furnished as per HPCL's format on appropriate value stamp paper for value and Terms and conditions as per attached documents. PBG shall be required to be furnished as follows:

6.1 In case of Limited enquiry, PBG is not required for Gaskets, Fittings, Flanges, Fasteners and Pipes irrespective of order value. However, for all other items PBG is not required for order value less than Rs.1.0 Lakh.

6.2 In case of press notification CPBG is required for all cases irrespective of order value which shall be submitted within 15 days of order.

7. The Validity of PBG shall be as follows:

7.1 In case of Supply: 18 months from Delivery Completion or 12 months from the date of commissioning whichever is earlier plus 01 months claim period.

7.2 In case of Supply + Site work: 18 months from Job Completion (i.e., completion of site work) OR 12 months from the date of commissioning whichever is earlier plus 01 months claim period.

8. In case vendors are required to submit BG >Rs 5 Crores, the vendor / contractor should inform the name of the bank from which they intend to issue the BG. The purpose of such information is to obtain internal clearance as to the Risk Profile of the bank undertaking to issue BG. BG can be issued by the vendor / contractor only after obtaining clearance from HPCL.

9. Total dispatches /invoices shall be restricted to 6 Nos. (8 Nos. for packages) against each order. However, in exceptional cases Supplier can seek dispensation to this clause giving justification. EIL shall, however, suitably decide the priorities for despatch.

10. In the event of an order, Supplier to ensure that in the Tax Invoice issued by Supplier, Supplier’s Tax Payer Identification (TIN) is quoted on Tax Invoice and also

SIB A406 (REV.3) Page 4 of 12

the TIN number allotted for HPCL in the state of Andhra Pradesh. The TIN number allotted to HPCL is 28790125395. Since for availing input tax credit, TIN number is must in the invoice, Supplier to ensure that the TIN number is displayed in the invoice compulsorily.

11. No interest charges for delay in payment shall be payable by the owner.

12. Purchaser will release the payment to the Seller after effecting deductions as per applicable law in force.

3.1.1 TAXES & DUTIES FOR MRs COMPRISING OF SUPPLIES :- 3.1.1.1 Statutory Variation

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

3.1.1.2 Excise Duty

a) Excise Duty will be paid only against receipt of Excisable invoice / duplicate for transporter’s copy to enable HPCL to claim CENVAT. In case owner is unable to avail CENVAT benefit on account of Excise Duty / CVD indicated in the bid, based on the documentation provided by the supplier, then, such amount of ED/CVD as the case may be shall not be reimbursed.

b) Any variation in Excise duty at the time of supplies for any reasons, other than statutory variation including variations due to turnover, shall be borne by Supplier. Material supplied will be eligible for CENVAT Credit and Supplier shall furnish all documents as required to avail the same.

c) Suppliers shall consider and indicate the correct excise tariff and the rate of Excise Duty applicable. No change in excise tariff after order placement due to mistakes on the part of the Supplier in considering and indicating the correct excise tariff and the rate of excise duty shall be permitted and there shall be no additional price implication to Owner on account of mistakes, if any, in this regard. Only statutory variations applicable on finished products shall be permissible upto contractual delivery date against documentary evidence.

d) In case the quoted prices are inclusive of ED/CVD then bidder to furnish firm CENVAT amount available to Owner in the bid. If Owner is unable to avail CENVAT benefit for the CENVAT amount indicated in the bid, based on the documentation provided by Supplier, then such CENVAT amount shall be adjusted from the order value while releasing payment.

e) For the materials, which will be despatched directly to site from sub-Suppliers works and imported items, which will be despatched directly to site from port of entry, if any, the invoices shall be raised in favour of the Supplier super scribed as “A/C HPCL-TGTU Project, Vizag, and the Consignee should be HPCL, Vizag. Owner shall reimburse CVD on imported direct despatch items to site, if any, at actuals only after the receipt of all relevant documents as may be required under Excise Laws, subject to a maximum of the CVD mentioned in the bid. Supplier shall ensure that all relevant documents as may be required under Excise Laws shall be provided to Owner for availing the CENVAT benefits for such dispatches on account of CVD and ED. If Owner is unable to avail CENVAT benefit based on the documentation provided by the supplier towards CVD & ED, then such amount shall not be reimbursed by the Owner to the Supplier.

f) If Excise Duty is not applicable at present, then the same shall be borne by Supplier if it becomes applicable later on.

3.1.1.3 Sales Tax

a) ‘C’ Forms shall be issued by HPCL, VR Project Finance. No concessional form shall be issued for APVAT.

b) VAT credit can be availed by HPCL, provided the material does not fall under negative list under APVAT act.

SIB A406 (REV.3) Page 5 of 12

c) If CST/APVAT is nil [or] not applicable at present due to any reason, the same shall be borne by Supplier if it becomes applicable later on.

d) Any new or additional taxes/ duties and any increase in the existing taxes/duties imposed after contractual delivery shall be to Supplier’s account whereas any corresponding decrease shall be passed on to the Owner.

3.1.1.4 Entry Tax & Octroi

Octroi / Entry tax, is not applicable in the state of Andhra Pradesh.

3.1.1.5 Road Permit

a) Indian Vendors shall dispatch the materials through any Reliable, Indian Banks' Association (IBA) approved, Lorry Transport Operator, PREFERABLY through any of our approved transporters, listed below:

i. Bhoruka Roadlines Limited

ii. Sri Vijayalakshmi Transport Limited

iii. Patel Roadways Limited

iv. Associated Road Carriers

v. South Eastern Roadways

vi. Abc (India) Limited

b) Road Permit shall be issued by HPCL, VR Project Finance. However, as per the

notification under the sub-rules(2) of rule 55 of AP VAT ACT 2005, issue of

advance waybills is applicable only for the import of sensitive goods, listed in the

notification.

3.1.1.6 VAT on Works Contract

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

3.1.2 BUILT IN IMPORT CONTENT

a) If offer is based on certain imported raw materials required for equipments/ materials offered, Bidders to quote considering Merit rate of customs duty.

b) Bidder shall furnish itemised CIF value along with details of items, Custom Tariff/ Classification No. and rate of Custom Duty considered and included in the FOT disp. Point prices.

c) Prices shall be firm on account of variation in foreign exchange rate. Owner shall not provide any import license. Quoted prices are after considering the benefit of CENVAT on CVD including Edu. Cess.

d) Variation in CVD shall not be payable by owner since vendor shall be claiming Cenvat credit of the same. However, wherever the vendor is required to send the equipment directly to site, since the Cenvat credit of CVD shall be available to Owner, variation in CVD shall be borne by Owner upto contractual delivery period.”

e) Any increase in price due to increase in the rate of Customs Duty, due to any reasons, whatsoever, beyond 2/3rd of the contractual delivery period, shall be to vendor's account. However, any decrease in custom duty rate at the time of actual clearance of imported materials shall be passed on to Owner.

f) Any upward variation due to change in Customs Duty Classifications shall be absorbed by the vendor. However, any reduction in customs duty due to change in classification shall be passed on to Owner.

g) The CIF Value(s) indicated by the vendor shall be deemed to be the maximum value(s) for the purpose of payment of variation in custom duty and/or other statutory variations, if any, thereon.

SIB A406 (REV.3) Page 6 of 12

h) Variation in price due to Customs duty rate will be dealt with separately after receipt of equipment at site, against documentary evidence.

3.1.3 INSPECTION – CHECKING – TESTING

a) Shall be applicable as per Material Requisition, General Purchase Conditions and additional points mentioned below :-

b) Quoted prices include all testing and certification charges as required in the MR.

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

d) In case import content is involved then, it is the responsibility of the supplier to get the inspection carried out by a TPI (Lloyds/BV/DNV/CEIL/TUV) at the respective foreign manufacturing works for the entire import content and the charges for the same shall be included in the Supplier’s quoted prices. For import content supplier shall furnish all the relevant inspection release notes of Third Party Inspection (TPI) by Lloyds/BV/DNV/CEIL/TUV in originals along with the manufacturer’s test certificates in originals duly endorsed by TPI during EIL inspection for verification and shall furnish the same along with despatch documents.

e) Indigenous Suppliers intending to despatch the imported items directly from Port of Entry to site, if any, shall furnish such list of items and quantities in the basic offer. Supplier shall furnish all the relevant inspection release notes of Third Party Inspection by Lloyds/BV/DNV/CEIL/TUV for all such items along with manufacturer’s test certificate in originals, to EIL / Owner authorised inspectors at site for which the charges of Third Party Inspection by Lloyds/BV/DNV/CEIL/TUV shall be included in the Supplier’s quoted prices.

f) For import content falling under IBR category, it is the responsibility of the supplier to get the third party inspection done by IBR approved agencies for the country where the goods are manufactured and for which the charges shall be included in the Supplier’s quoted prices. For IBR import content supplier shall furnish the original inspection release notes of IBR approved agencies and the manufacturers test certificate in original duly endorsed by IBR approved agency with dispatch documents or while delivering the materials at site.

3.1.4 Supplier shall quote only for those Items for which Supplier is registered with EIL on the date of RFQ. Items quoted beyond the approved range shall not be considered for evaluation.

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

3.2 FOREIGN BIDDERS

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

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

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

90% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against submission of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of Performance Bank Guarantee of 10% of Order Value, valid till full Guarantee period plus 01 month claim period.

10%: Thru wire transfer, on handing over of equipment at site after installation/ erection/ commissioning/ performance testing if applicable, (completion of scope as per MR) duly certified by Site Incharge and against submission of all final documents / Vendor Data Requirements as applicable.

SIB A406 (REV.3) Page 7 of 12

C. Packages having Supply, Site Work & PGTR (Completion period for site

installation/commissionig and PGTR defined separately)

80% of FOB Order Value including ocean freight (in case of CFR contract) shall be paid through an Irrevocable Letter of Credit against submission of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of Performance Bank Guarantee of 10% of Order Value, valid till full Guarantee period plus 01 month claim period.

10% through Wire Transfer on successful completion of site installation and system commissioning, duly certified by Engineer-in-charge and receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

In case erection, installation & pre-commissioning is delayed by more than 06 Months after receipt of complete material at site or contractual delivery date whichever is later, due to reasons attributable to Owner/EIL, the payment shall be released to the seller against submission of equivalent bank guarantee, valid till handing over of the successfully commissioned equipment.

10% through Wire Transfer on successful completion of Commissioning and Performance Guarantee Test Run (PGTR), duly certified by Engineer-in-charge.

In case Commissioning or PGTR is delayed by more than 08 Months after receipt of complete material at site or contractual delivery date whichever is later, due to reasons attributable to Owner/EIL, the payment shall be released to the seller against submission of equivalent bank guarantee, valid till handing over of the successfully commissioned equipment and PGTR.

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

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

E. SITE WORK

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

10% on handing over of equipment at site after installation/ erection/ commissioning / performance testing if applicable, (completion of scope as per MR) duly certified by Site In-charge, through Wire Transfer.

F. SITE WORK (Completion period for site installation/commissioning and PGTR defined

separately)

80% against monthly progressive bills (based on agreed billing schedule) duly certified by Engineer-in-charge, through Wire Transfer.

10% on successful completion of installation, pre-commissioning and commissioning, duly certified by Engineer-in-charge, through Wire Transfer.

10% on successful completion of Performance Guarantee Test Run (PGTR), duly certified by Engineer-in-charge, through Wire Transfer.

NOTES: 1. For rotating equipments, packages, etc., in case Material Requisition stipulates

penalty for excess power consumption, then supplier shall furnish a certificate from EIL regarding actual power consumption. Penalty for excess power consumption, if any, over the guaranteed figures shall be levied in line with Material Requisition specifications.

2. No initial advance payment along with Order shall be made by the Owner against Supplies as well as Services. If a Supplier insists on the same, their Offer shall be rejected.

SIB A406 (REV.3) Page 8 of 12

3. All Bank Guarantees shall be issued in favour of M/s Hindustan Petroleum

Corporation Limited, Visakhapatnam as per the format attached to the bidding document by a Scheduled Bank in India (other than co-operative banks). The Bank

Guarantee shall be non-revocable bank guarantee. All Foreign Bank Guarantees will

be confirmed by a bank located in India acceptable to the Corporation.

4. All bank charges and stamp duties payable outside India in connection with payments shall be borne by the Supplier. All bank charges and stamp duties payable in India shall be borne by HPCL.

5. Letter of Credit shall be opened after receipt of unconditional order acknowledgement along with 10% performance bank guarantee valid till expiry of Material/Equipments Guarantee period plus claim period of 01 month. Letter of Credit shall be opened through a Govt. of India Nationalized/ Scheduled Bank and hence need not be confirmed. However, if seller insists for confirmed L/C, confirmation charges shall be borne by Seller.

6. In case vendors are required to submit BG > Rs 5 Crores (equivalent foreign currency), the vendor / contractor should inform the name of the bank from which they intend to issue the BG. The purpose of such information is to obtain internal clearance as to the Risk Profile of the bank undertaking to issue BG. BG can be issued by the vendor / contractor only after obtaining clearance from HPCL

7. In case L/C amendment is required due to any reason attributable to the supplier, the charges for the same shall be to supplier’s account.

8. Billing schedule shall be submitted to EIL & HPCL by the Supplier for approval within 30 days from the date of Purchase Order wherever specified therein. No part shipment shall be made without approval of billing schedule.

9. Third Party Inspection agency for Foreign bidders shall be Lloyds/BV/DNV/CEIL/TUV. Confirm that you have included third party inspection charges in your quoted prices (including inspector’s fee) for IBR & non IBR items. No extra charges shall be payable by purchaser for the same.

10. Prices quoted must exclude transit insurance charges from FOB International Port of Exit as the same shall be arranged by the Purchaser. However, all transit insurance charges for inland transit upto FOB International Port of Exit must be included in the prices.

11. All taxes, duties and levies of any kind payable upto FOB International Port of Exit shall be borne by supplier.

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

13. Owner reserves the right to convert the FOB order to CFR basis within 4 (Four) Months from the date of Fax of Acceptance (FOA) / 04 weeks prior to Delivery period whichever is earlier, based on ocean freight charges quoted by Seller subject to following:

13.1 Seller shall submit the following details of cargo within 15 days from FOA. In case requisite documents/ information is not received within above stipulated duration, then decision regarding CFR Conversion of this purchase order shall be taken within 45 days from the date of receipt of all requisite data.

(i) Shipment’s Schedule (Shipment date, Port of Shipment etc. for all the

shipments). (ii) Performa Invoices for all the equipments. (iii) Dimension details of packages (dividing the same to shipment

lots). (iv) Detailed technical write-up along with Catalogue.

14. Purchaser will release the payment to the Seller after effecting deductions as per

applicable law in force.

SIB A406 (REV.3) Page 9 of 12

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

4.1 Bid Evaluation where only Indian Bidders are under comparison

Bids shall be evaluated on the basis of landed cost at Site. The evaluated price shall include the following:

i. FOT despatch point price quoted by the bidder including packing and forwarding.

ii. All inspection and Testing charges, if quoted extra.

iii. Cost of Mandatory spares and / or Special Tools & Tackles, Commissioning spares, etc. if required as per bidding document. However, two years spares as recommended by the Suppliers shall not be considered for Price Comparison.

iv. Non-Cenvatable Excise duty including Cess, if any, on the finished goods.

v. CST / Non - vatable APVAT, as applicable.

vi. Road Freight charges including Non Cenvatable Service Tax and Cess thereon. If a Bidder does not quote Firm Road freight charges, his offer shall be loaded with maximum freight charges as quoted by the other bidders.

vii. Supervision charges, if required as per bidding document and estimated man days for supervision as defined in the bidding document.

viii. Site work charges, if applicable as per bidding document.

ix. Commercial & Technical loading, if any, as defined in the Bidding document.

x. AMC and / or Training, if required as per bidding document.

4.2 Where Indian as well as Foreign Bids are under comparison

Domestic Bidders:

Bids shall be evaluated on the basis of Landed Cost at as per Cl 4.1 above. Foreign Bidders:

Bids shall be evaluated on the basis of landed cost at Site. The evaluated price shall include the following:

i. FOB price quoted by the bidder including Packing & Forwarding, documentation, TPI charges, if quoted extra (including stowage charges in case of pipes).

ii. Ocean freight as quoted by Bidder. iii. Marine insurance @ 1% of FOB price. iv. Prevailing rate of Customs duty calculated with landing charges @ 1% of CIF value. v. Port handling charges @ 2% of FOB value. vi. Inland freight charges from Chennai port to Project site @ 1% of landed cost, i.e., s no.

(i) to (v). vii. L/c opening charges @ 1% of FOB value. viii. Cost of Mandatory spares and / or Special Tools & Tackles, Commissioning spares,

etc. if required as per bidding document. However, two years spares as recommended by the Suppliers shall not be considered for Price Comparison.

ix. Supervision charges, if required as per bidding document and estimated man days for supervision as defined in the bidding document.

x. Site work charges, if applicable as per bidding document. xi. Commercial & Technical loading, if any, as defined in the Bidding document. xii. AMC and / or Training, if required as per bidding document. xiii. Less Cenvatable duties.

4.3 Note

i. If a bidder has not quoted freight or supervision charges in their original bid, the price of such bidder shall be loaded with the maximum charges quoted among all the bidders (Foreign for Foreign bidders and Indigenous for Indian bidders).

ii. In case of pipes, if bidder has not quoted or not included stowage charges, the same shall be loaded @ 10% of bidder’s quoted Ocean freight.

SIB A406 (REV.3) Page 10 of 12

iii. In case, a foreign bidder does not quote or include the third party inspection charges, their prices shall be loaded by maximum TPI charges quoted by other bidders or 3% of FOB value, whichever is higher.

iv. Comparison shall be done on equivalent Indian Rupees considering Bill selling rate of SBI published on the day of Opening of Priced Bids.

4.4 Commercial Loading due to variance in terms & conditions offered by bidders: Commercial Loading on account of deviations to commercial terms & conditions shall be done on FOT Despatch point price for Indian bidders and on FOB prices for Foreign bidders, as follows:

4.4.1 Payment Terms:

a) Relevant payment Terms as above: No loading b) Any Differential Payment Terms than specified shall be loaded considering Interest

loading @ SBI Base rate + 1% for differential amount. Note: Period for loading shall be considered as follows:

- Drawing approval : 80% of the delivery period - Sub-ordering of raw materials : 75% of the delivery period. - Receipt of raw material at : 50% of the delivery period Supplier’s works/ shop. - Against dispatch documents : Interest for one month. - Period for any other stage shall be suitably decided at the time of evaluation.

c) Payment through bank (Indian bidder) : Loading @ SBI Base Rate + 1% for 1 month and all bank charges to Supplier’s account. In case supplier insists for bank charges to respective account then, it shall result in loading of prices @ 0.9% on FOT Despatch Point basis.

4.4.2 Price Reduction Schedule: Any deviation to Price Reduction Schedule including any substitute provision - 5%. 4.4.3 Performance Bank Guarantee:

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

Loading for differential Period:

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

Loading for differential Amount: To be loaded by percentage by which PBG is short of 10%.

4.4.4 Any other loading not explicitly covered above but as required in the opinion of OWNER/EIL to

bring the offers on par shall also be considered for evaluation and comparison. 4.5 BID REJECTION CRITERIA:

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

i) Negative networth in the last financial year. However, waiver of this requirement for

Central Government PSU shall be at the discretion of Owner/EIL

SIB A406 (REV.3) Page 11 of 12

ii) Non submission of Bid Security/EMD/Bid document fee or deviation to format/validity of Bid Security/EMD (if applicable).

iii) Shorter validity period.

iv) Advance payment along with FOA/PO

v) Defects liability period/ Guarantee Period.

vi) Delivery schedule (*).

vii) Price Variation.

viii) Non submission of Integrity Pact (for MR value > Rs.1 crore)

ix) Submission of Prices in the un-price part of bid. x) Any other rejection point specified elsewhere in the RFQ Documents.

(*) If no bidder accepts Owner’s stipulated delivery schedule, only the bidder(s) closely

matching Owner’s stipulated delivery schedule will be considered and same delivery

schedule will be offered to other bidders.

5.0 Preference to MSEs

5.1 In case the bidder is a Micro or Small Enterprises registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises, the bidder shall be entitled for following:

i) Issue of Tender Documents to MSEs free of cost.

ii) Exemption to MSEs from payment of EMD.

iii) Micro and Small Enterprises quoting price within price brand of Ll+15% shall also be allowed to supply a portion of requirement by bringing down their prices to LI price in a situation where LI price is from someone other than a micro and small enterprises and such micro and small enterprises shall be allowed to supply upto 20% of the total tendered value. In case of more than one such Micro and Small Enterprises, the supply shall be shared proportionately (to tendered quantity). Further, out of above 20%, 4% (20% of 20%) shall be from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs.

5.2 The quoted prices against various items shall remain valid in case of splitting of quantities of the items as above.

5.3 MSE bidder shall submit the following:

i) Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises.

ii) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in this regard.

iii) The above documents submitted by the bidder shall be duly certified by the Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidder's company/firm) where audited accounts are not mandatory as per law.

5.4 If the bidder does not provide the appropriate document or any evidence to substantiate the above, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP), 2012.

6.0 ARITHMETIC DISCREPANCIES IN PRICED OFFER

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

SIB A406 (REV.3) Page 12 of 12

a. When there is difference between the rates in figures and words, the rate which corresponds to the amount worked out by tenderer shall be taken as correct.

b. When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate quoted by the tenderer shall be taken as correct.

c. When it is not possible to ascertain the correct rate in the manner prescribed above, the rate as quoted in words shall be adopted.

7.0 FRAUDULENT PRACTICES

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

for award has engaged in fraudulent practices in competing for the Contract in question.

Bidder is required to furnish the complete and correct information/ documents required for evaluation of their bids. If the information/ documents forming basis of evaluation is found to be false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money Deposit.

b) In case, the information/ document furnished by the Bidder/ Vendor/ Contractor forming basis of evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such Bidder/ Vendor/ Contractor without any prejudice to other rights available to Owner under the contract such as forfeiture of PBG/ Security Deposit, withholding of payment etc.

c) In case, this issue of submission of false documents comes to the notice after execution of work, Owner shall have full right to forfeit any amount due to the Bidder/ Vendor/ Contractor along with forfeiture of PBG/ Security Deposit furnished by the bidder/vendor/ contractor.

d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/ Negative List of owner debarring them from future business with Owner for a time period, as per the prevailing policy in EIL/OWNER.

8.0 CONCESSIONAL RATE OF CUSTOMS DUTY (FOREIGN BIDDER)

a) The bidder must ascertain and confirm along with supporting documents in the bid, if any Customs Duty exemption / waiver is applicable to the products being supplied by him under any multi-lateral / bi-lateral trade agreement between India and bidder’s country.

b) The bidder shall be liable to provide all documentation to ensure availment of the exemption / waiver. In case the bidder defaults on this due to any reason, whatsoever, he shall be liable to bear the incremental Customs Duty applicable, if any.

c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral agreement shall be to bidder’s account.

d) Documentation to be furnished for availing the exemption / waiver of Customs Duty shall be specifically listed in the Letter of Credit also as the pre-requisite for release of payment against shipping documents and this documentation shall necessarily form a part of shipping documents.

SUPPLIER’S SIGNATURE & DATE SEAL/ STAMP

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

HINDUSTAN PETROLEUM CORPORATION LIMITED,VIZAG (Job No. A406) AGREED TERMS & CONDITIONS

(FOR INDIAN BIDDERS) Vendor Name: M/s __________________________________________________________

RFQ No. : ______________________________________________________________

Vendor’s Offer Ref No. : ______________________________________________________

Tel. No. _____________________________ Fax No. ______________________________

Contact Person : ___________________________ E-mail __________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY. 2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE

CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE ENCLOSED.

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

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

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

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

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

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

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

1. Quoted prices are on FOT despatch point basis inclusive of Packing & Forwarding.

Confirmed

1.1 Specify Despatch Point Indicated (Refer Annexure-I)

1.2 a) b) c) d)

Indicate firm freight charges for transportation by Road upto Project site excluding Cenvatable Service Tax & Ed. Cess.

In case service tax is non cenvatable, same shall be included in the quoted freight charges. Confirm that the cenvatable Service tax payable extra on freight is quoted. Bidder shall be paid service tax only against cenvatable invoices issued in accordance with the service tax rules.

Indicated (Refer Price Schedule

Format)

Confirmed

Indicated (Refer Annexure-I)

Confirmed

1.3 Transit risk insurance shall be covered by the Owner against their MCE (Marine cum Erection) Policy and the same has not been included in the quoted prices.

Confirmed

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

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

2. a) b) c) d) e) f) g)

Excise Duty + Education Cess: Tarrif sub heading no. Present rate of Excise Duty + Education Cess payable extra against documentary evidence on finished products (including spares). Maximum rate applicable (If present rate is nil or concessional). If Excise duty is not applicable at present, then the same shall be borne by supplier, if it becomes applicable, later on. Confirm compliance. In case the quoted prices are Inclusive of ED/CVD then bidder to furnish minimum Cenvat amount available to Owner item wise. If Owner is unable to avail Cenvat benefit for the Cenvat amount indicated in the bid, based on the documentation provided by the supplier, then such Cenvat amount shall be adjusted from the order value, while releasing payment. Confirm compliance. Clarify whether Excise Duty will be applicable on freight charges also.

Indicated (Refer ANNEXURE– I) Indicated (Refer ANNEXURE– I) Indicated (Refer ANNEXURE– I) Confirmed Confirmed Confirmed Not Applicable / Applicable (Please tick, whichever is applicable, otherwise it shall be considered as Not Applicable)

2.1 Please indicate following break-up a) Cenvatable Excise Duty b) Non Cenvatable Excise Duty

100%

NIL

2.2 a) b)

The payment against Cenvatable portion shall be made at actuals subject to maximum given at 2.1 (a) above. Confirm acceptance. Material supplied will be eligible for CENVAT Credit and vendor shall furnish all documents as required to avail the same.

Confirmed

Confirmed

2.3 The Cenvatable portion of Excise Duty shall be released on receipt of CENVATABLE documents. Confirm acceptance.

Confirmed

3. a) b)

Sales Tax: Sales tax payable extra Specify CST/ APVAT Present rate * * In case of CST, C form shall be provided. However, in case of APVAT, no concessional form will be issued.

Indicated (Refer ANNEXURE– I)

Indicated (Refer ANNEXURE– I)

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

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

c) d) e) f)

If CST/APVAT is Nil or Not Applicable at present due to any reason, then the same shall be borne by supplier, if it becomes applicable, later on. Confirm compliance APVAT shall be reimbursed to bidder subject to submission of requisite documents enabling Owner to avail ‘INPUT CREDIT’ for the same Item does not fall under Negative list of APVAT act. Clarify whether CST / APVAT will be applicable on freight charges also.

Confirmed

Confirmed

Confirmed

Not Applicable / Applicable

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

4.

In case Excise Duty / CST / APVAT are not stated as applicable on freight charges presently, and if they are applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Bidder. Confirm compliance.

Confirmed

5. a) b) c)

Only statutory variations, if any, in the present rate of Excise Duty, Ed. Cess, CST / APVAT, Service tax etc. upto the contractual delivery period shall be to Owner’s account subject to documentary evidence to be furnished by the bidder. Any variation beyond CDD shall be borne by bidder. However, any variation in Excise duty + Ed. Cess at the time of supplies for any reasons, other than statutory, including variations due to turnover, shall be borne by bidder. Any new or additional taxes & duties and any increase in the existing taxes / duties imposed after contractual delivery shall be to bidder’s account whereas any corresponding decrease shall be passed on to Owner.

Confirmed

Confirmed

Confirmed

6. a) b) c)

Site Work: If Material Requistion/ enquiry documents call for Site Work, please confirm the following: Confirm that quoted prices include VAT on Works Contract. Owner shall not pay any variation including statutory variation. Any extra implication due to wrong assessment and/ or selection of mode of ordering shall be borne by you. Confirm acceptance. VAT on Works Contract at source will be deducted as

Confirmed

Confirmed

Confirmed

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

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

d) e)

per statutory provisions and TDS certificate will be issued for the same by Owner. Confirm acceptance. Only single order covering complete scope of supply & services will be issued and order for supply and services shall not be split. Confirm that quoted prices are exclusive of Cenvatable Service tax.

Confirmed

Confirmed

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

Noted

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

Confirmed

Confirmed

Confirmed

9. a) b)

Spares Parts: Confirm item wise unit price (FOT Despatch Point) of following spare parts as required in Material Requisition (MR) have been included in the quoted prices and itemised list has been furnished. i) Mandatory spares as specified in MR. ii) Special Tools & Tackles as specified in the MR. iii) Commissioning spares wherever required. Recommended spare parts for two years operation & maintenance are quoted separately. Also quote freight charges upto site for the spares.

Confirmed

Confirmed (if applicable as per

MR)

Confirmed (if applicable as per MR)

Confirmed (if applicable as per

MR) Confirmed (if applicable as per

MR)

10. Confirm documentation charges as per MR are inclusive in your quoted prices.

Confirmed

11. Confirm customer references list for the item/model quoted by you, is given in offer.

Confirmed (if required as per MR)

12. a)

Price Reduction on delay in delivery: Confirm acceptance of price reduction schedule for delay in deliveries specified in GPC.

Confirmed

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

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

b)

In case of delay, vendor will reduce the invoice amount by applicable reduction. Failing which same shall be deducted during payment.

Confirmed

13.

Delivery / Completion Period: Please confirm acceptance to delivery / completion period conforming to RFQ requirement.

Confirmed

14.

Payment Term: Confirm acceptance of payment terms as per RFQ.

Confirmed

15. a) b) c)

Part Order: Confirmed acceptance to Part Order. Items may be split (wherever applicable) to meet the Public Procurement Policy, 2012 for MSEs, issued by Govt. of India. Any charges quoted extra as lumpsum shall be applicable prorata on value basis in the event of part order.

Confirmed

Noted

Confirmed

16. Repeat Order: Confirm acceptance of repeat order as per GPC

Confirmed

17. a) b)

Performance Bank Guarantee: Submission of Performance Bank Guarantee for 10% of total order value as per SIB for full guarantee period plus 30 (thirty) days claim period. i) The Performance Bank Guarantee shall be strictly as per enclosed proforma and shall be from any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank. ii) However, if Performance Bank Guarantee are furnished other than the Nationalised Indian Bank, the banks where BGs are furnished, must be Commercial Bank having net worth in excess of Rs. 100 crores and any declaration to this effect will be furnished by such Commercial Bank either in the bank guarantee itself or separately on a letter head.

Confirmed

Confirmed

Confirmed

18. a)

Firmness of prices: Confirm quoted prices shall remain firm and fixed till complete execution of order.

Firm & Fixed

19. a)

Testing and Inspection charges: Goods and services are subject to stage-wise and final inspection by Owner/EIL. Travel, Living and Personnel expenses of Owner/EIL’s inspectors shall be borne by Owner. All Built in Import content shall be subject to inspection by Lloyds/BV/DNV/CEIL/TUV for which charges are included in the quoted prices and no additional charges will be paid by Owner.

Confirmed

Included

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

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

b) c)

Quoted prices are: i) Inclusive of all testing and inspection charges as per

MR. ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as required in the Material Requisition.

Is your shop approved by IBR/CCE authority and has sufficient validity to execute the order / contract, if awarded.

Confirmed

Confirmed

Approved and Valid upto

_______________

20.

a)

b)

c)

d)

e)

f)

g)

h)

i)

j)

k)

Import Content: If your offer is based on certain imported raw materials required for equipments/ materials offered, please specify the following :

Confirm that quoted prices Merit rate of customs duty.

Indicate brief description/ specification with itemised CIF value and county of origin of imported material in Annexure attached

Indicate classification with tariff no. under which Vendor intends to import. material in Annexure attached Confirm prices shall be firm on account of variation in foreign exchange rate.

Owner shall not provide any import licence.

Quoted prices are after considering the benefit of CENVAT on CVD including Edu. Cess.

Any upward variation due to change in Customs Duty Classifications shall be absorbed by the vendor. However, any reduction in customs duty due to change in classification shall be passed on to Owner.

Statutory variations, if any, in the rate of customs duty upto a maximum period of the contractual delivery period shall be to Owner’s account. Owner will not pay any variation on account of CVD including Edu. Cess. Any increase in price due to increase in the rate of Customs Duty, due to any reasons, whatsoever, beyond 2/3rd of the contractual delivery period, shall be to vendor's account. However, any decrease in custom duty rate at the time of actual clearance of imported materials shall be passed on to Owner.

The CIF Value(s) indicated by the vendor shall be deemed to be the maximum value(s) for the purpose of payment of variation in custom duty and/or other statutory variations, if any, thereon. Variation in price due to Customs duty rate will be dealt with separately after receipt of equipment at site, against documentary evidence.

Confirmed

Indicated

Indicated

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

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

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

21. a) b)

VALIDITY: Confirm that the validity of offer is as per RFQ. Confirm validity of recommended spares for 2 years operation and maintenance will be one year from the date of dispatch of last consignment.

Confirmed

Confirmed

22. a) b) c) d)

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

Confirm your offer is in total compliance with Bidding documentation containing commercial terms and conditions as per the following documents, without any deviation: i) General Purchase Conditions.

ii) Request For Quotation (RFQ)

iii) Special Instruction to Bidders(SIB) iv) Packing, Marking & Shipping Instructions, Integrity

Pact etc. v) Terms & conditions for Supervision of Erection, Testing & Commissioning (if applicable). vi) Terms & conditions for Installation/Site Work, (if applicable).

Deviation to Terms & Conditions shall lead to loading of prices / rejection of offer. Submission of Prices in the un-price part of bid shall lead to rejection of the bid.

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Noted

23. Please confirm that Networth of the last financial year is positive. Audited Balance sheet including Profit & Loss account for the last financial year is enclosed.

Confirmed

Attached

24. Whether any of the Directors of Vendor is a relative of any Director of Owner/EIL or the vendor is a firm in which any Director of Owner/EIL or his relative is a Partner or the vendor is a private company in which any director of Owner/EIL is a member or Director.

Confirmed No relation

25. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be

Not Banned

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

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

clearly stated. This does not necessarily be cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

26. 26.1 a. 26.2 a. b.

Please confirm your offer contains the following: UNPRICED OFFER Deviation sheet, if any. PRICED OFFER Price Schedule. Statement that all specification and terms & conditions are as per unpriced copy of offer.

No Deviation

Confirmed

Confirmed

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

Confirmed

28. Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given/confirmed herein above shall prevail.

Confirmed

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

Confirmed

VENDOR’S NAME : SIGNATURE & SEAL:

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

ANNEXURE-I HINDUSTAN PETROLEUM CORPORATION LIMITED,VIZAG (Job No. A406)

AGREED TERMS & CONDITIONS (FOR INDIAN BIDDERS)

Vendor Name : M/s__________________________________________________________ RFQ No. : ________________________________________________________________________ Vendor’s Offer Ref. No. _____________________________________________________________ The Salient features of the offers are as below:

Sr. No.

ATC Clause Sr. No.

Description Vendor’s Confirmation

1. 1.1 Specify Despatch points.

2 1.2 a) Freight Charges Extra Upto Project Site (excluding Cenvatable Service Tax & Education Cess.)

% EXTRA

3 1.2 c) Cenvatable Service Tax & Education Cess on Freight Charges Upto Project Site (not to be included in the freight charges) Note : Bidder shall be paid service tax on freight only against issue of cenvatable invoice issued in accordance with service tax rules

% EXTRA

4 2 a) Excise Duty : Tarrif Sub Heading No.

5 2 b) Excise Duty + Education Cess % EXTRA 6 2 c) Maximum rate of Excise Duty applicable (If present

rate is nil or concessional) % EXTRA

7 3 a) Specify CST/APVAT

8 3 b) Central Sales Tax against form ‘C’ % EXTRA 9 3 b) APVAT without any concessional form

(Applicable for supplies from Andhra Pradesh)

% EXTRA 10 Cenvatable Service Tax on Supervision Charges % EXTRA 11 Cenvatable Service Tax on Site work Charges % EXTRA 12 If registered as MSE (Yes / No)

(Valid certificate copy to be enclosed and certified document in original to be submitted as per SIB)

Bidder’s Signature with Stamp/Seal

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

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

(FOR INDIAN BIDDERS)

MANDATE FORM

1. Bidder Name :

2. Bidder Code: :

3. Address of the Bidder :

4. Particulars of Bank Account of Bidder :

a. Name of the Bank :

b. Name of the Branch and Address of the Branch :

c. Branch Code :

d. 9 – Digit MICR code Number of the Bank & Branch (As appearing in the MICR Cheque issued by the bank) (Please do not give multicity cheque book code Number)

:

e. Type of account (Saving Bank, Current or Cash Credit)

:

f. Account Number :

g. RGTS/ IFSC Code (11 digit) :

h. NEFT Code No. :

5. E-mail address of the Bidder :

6. Contact Person(s) of the Bidder :

I/ we declare that the particulars given above are correct and complete and I/ we accord our consent for receiving all our payments through Electronic Mechanism.

____________________________________________________ (Signature and designation of the Authorised person(s) of Bidder)

Official seal of the Bidder Place : Date :

BANK CERTIFICATION Certified that the particulars furnished above are correct as per our records. Place : Date :

______________________________________ Signature of the Authorised Official of the Bank

Bank’s Stamp

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

ANNEXURE – III

DETAILS OF CIF VALUE

Offer Ref No:____________________ RFQ No: _______________________ Item : ________________________

DETAILS OF BUILT-IN CIF VALUE OF IMPORT CONTENT WITH ITEMWISE DETAILS & RATES OF CUSTOMS DUTY CONSIDERED

DESCRIPTION

MR ITEM NO.

S. No.

DETAILS OF BUILT-IN IMPORTED RAW MATERIALS AND COMPONENTS

QTY. (No.)

CIF VALUE OF IMPORT CONTENT INCLUDED IN

QUOTED SUPPLY PRICES (Rs.)

RATE OF CUSTOMS DUTY INCLUDED IN QUOTED PRICES (MERIT RATE)

UNIT CIF VALUE

TOTAL CIF VALUE

CUSTOMS TARIFF NO.

BASIC CUSTOMS DUTY (%)

CVD+ ED. CESS

(%)

ADDITIONAL CVD

(%)

TOTAL DUTY

(%)

1 i)

ii)

---

2 i)

ii)

---

-- --

TOTAL CIF VALUE Rs.

(Bidder to indicate CIF value & details item wise wherever applicable).

____________________ ____________________ (NAME OF BIDDER) (SIGNATURE OF BIDDER)

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

ANNEXURE – IV (A)

LIST OF COMMERCIAL DEVIATIONS TO THE ENQUIRY DOCUMENT, IF ANY

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

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

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

ANNEXURE – IV (B)

LIST OF TECHNICAL DEVIATIONS TO THE ENQUIRY DOCUMENT, IF ANY

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

Note: Technical deviations indicated elsewhere in the offer, if any, shall not be considered. Name of Bidder: Sign & Stamp:

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

HINDUSTAN PETROLEUM CORPORATION LIMITED

TGTU PROJECT

(JOB NO A406 )

GENERAL PURCHASE CONDITIONS – ‘GPC’

FOR SUPPLY OF INDIGENOUS EQUIPMENT & MATERIALS

INDEX 1. DEFINITIONS 22. PRICE 2. REFERENCE FOR DOCUMENTATION 23. TERMS OF PAYMENT 3. CONFIRMATION OF ORDER. 24. INVOICING 4. SALES CONDITIONS 25. RECOVERY OF SUMS DUE 5. COMPLETE AGREEMENT 26. CHANGES 6. INSPECTION-CHECKING-TESTING 27. CANCELLATION 7. OFFICIAL INSTITUTIONAL TESTING 28. PATENTS AND ROYALTIES 8. EXPEDITING 29. PERFORMANCE GUARANTEE 9. WEIGHTS AND MEASUREMENTS 30. NON-WAIVER 10. DESPATCH INSTRUCTIONS 31. NON ASSIGNMENT 11. OILS & LUBRICANTS 32. PART ORDER/REPEAT ORDER

12 SPARE PARTS 33. VENDOR’S DRAWINGS AND DATA REQUIREMENT 13. PACKING AND MARKING 34. TECHNICAL INFORMATION 14 SHIPMENT AND SHIPMENT NOTICES 35. SERVICES OF VENDOR’S PERSONNEL 15. CONTROL REGULATIONS 36. VENDOR’S LIABILITY 16. TRANSIT RISK 37. OWNER’S MATERIAL 17. RESPECT FOR DELIVERY DATES 38. GUARANTEE FOR SPARE PARTS 18. DELAYED DELIVERY 39. HEADINGS 19. DELAYS DUE TO FORCE MAJEURE 40. ARBITRATION 20. REJECTION, REMOVAL OF REJECTED 41. JURISDICTION GOODS AND REPLACEMENT 42. PROFORMA OF BANK 21. TRANSFER OF PROPERTY FROM GUARANTEE (PERFORMANCE) VENDOR TO THE OWNER

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

1. DEFINITIONS The following expressions used in the Purchase Order shall have meaning as indicated against each of these: The OWNER means HINDUSTAN PETROLEUM CORPORATION LIMITED, a company incorporated in India having its registered office at 17, Jamshedji Tata Road, Mumbai- 400 020 and shall include its successors and assignees. “Goods / Materials”: Goods and/or Materials shall mean any of the articles, materials, machinery, equipments, supplies, drawings, data and other property and all services including but not limited to design, delivery, installation, inspection, testing and commissioning specified to complete the order. “Vendor / Seller / Supplier”: Vendor / Seller / Supplier shall mean the person, firm or corporation to whom this Purchase Order is issued. “Contractual Delivery Date”: Contractual Delivery date is the date on which goods shall be delivered F.O.R/F.O.T. Despatching Point/ Destination in accordance with the terms of the Purchase Order. This contractual delivery date / period is inclusive of all the lead time for engineering, procurement of raw materials, manufacturing, inspection, testing, packing and any other activity whatsoever required to be accomplished for effecting the delivery at the agreed delivery point. “Procurement Coordinators / Managers and Consultants”: Owners authorized representatives appointed as Procurement Coordinator / Managers & Consultants. “Inspectors”: Inspectors deputed by Owner or Procurement Coordinator / Managers & Consultants. “Project”: TGTU PROJECT of HINDUSTAN PETROLEUM CORPORATION LIMITED, VISAKHAPATNAM. ‘ Total Order Value ‘ means :- (i) For Material Supply Contract : - The basic cost excluding taxes , duties, levies , freight etc. unless and until specifically mentioned in the purchase order. (ii) For Services / Jobs / Works contract : - The total cost including taxes , duties , levies and all other costs at which the contract is awarded but exclusive of value of items in scope of Owner’s supply . iii) For Lump sum / Turnkey contract : - The total cost & all other cost inclusive of taxes , duties, levies , freight etc.

`Total Order Value’ shall be considered for the purpose of calculation of: a) Price reduction on account of delay b) Performance bank Guarantee Amount c) Payment of advance, if any to be made. Note : - The total order for levy of Price Reduction on account of delay shall include all types of escalation ( including on account of Foreign Exchange Variation ) agreed to in terms of Purchase Order .

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

3. CONFIRMATION OF ORDER The Vendor shall acknowledge the receipt of the Purchase Order within ten days following the mailing of this order and shall thereby confirm his acceptance of this Purchase Order in its entirety without exceptions. The acknowledgment will bear on both purchase order and General Purchase Conditions.

4. SALES CONDITIONS With Vendor’s acceptance of provisions of this Purchase Order, he waives and considers as cancelled any of his general sales conditions.

5. COMPLETE AGREEMENT The terms and conditions of this Purchase Order shall constitute the entire agreement between the parties hereto. Changes will be binding only if the amendments are made in writing and signed by an authorized representative of the Owner and the Vendor.

6. INSPECTION-CHECKING-TESTING The equipment, materials and workmanship covered by the Purchase Order shall be subject to inspection and testing at any time prior to shipment and or despatch and to final inspection within a reasonable time after arrival at the place of delivery. Inspectors shall have the right to carry out the inspection and testing which will include the raw materials at manufacturer’s shop, at fabricator’s shop and at the time of actual despatch before and after completion of packing.

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

All tests, mechanical and others and particularly those required by codes will be performed at the Vendor’s expenses and in accordance with Inspector’s instructions. The Vendor will also bear the expenses concerning preparation and rendering of tests required by Boiler Inspectorate or such other statutory testing agencies or by any other reputed inspection agencies as may be nominated by the Owner. The salaries and fees of Inspectors and their travelling, lodging and boarding expenses will not be borne by the Vendor unless inspection becomes in fructuous due to any omission or commission on the part of the Vendor. Before shipping or despatch , the equipment and or materials will have to be checked and stamped by inspectors who are authorized also to forbid the use and despatch of any equipment and/or materials which during tests and inspection fail to comply with the specifications, codes and testing requirements. The vendor shall inform Procurement Coordinators/Managers at least eight days in advance of the exact place, date and time of rendering the equipment or materials for required inspection. The vendor shall provide free access to inspectors during normal working hours at Vendor’s or his/its sub-Vendor’s works and place at their disposal all useful means of performing, checking, marking, testing, inspection and final stamping. Even if the inspections and tests are fully carried out, Vendor would not be absolved to any degree from his responsibilities to ensure that all equipments and materials supplied comply strictly with requirements as per agreement both during construction, at the time of delivery, inspection, on arrival at site and after its erection or start-up and guarantee period as stipulated in clause 29 hereof. The Vendor’s responsibility will not be lessened to any degree due to any comments made by Procurement Coordinators/Managers and Inspectors on the Vendor’s drawings or by Inspectors witnessing any chemical or physical tests. In any case, the equipment and materials must be in strict accordance with the Purchase order and/or its attachments failing which the Owner shall have the right to reject the goods and hold the Vendor liable for non-performance of contract.

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

8. EXPEDITING Procurement Coordinators / Managers have been assigned to expedite both manufacture and shipment of equipment and materials covered by the Purchase Order. The Procurement Coordinators / Managers shall have free access to Vendor’s shop and/or sub suppliers’ shop at any time and they shall be provided all the necessary assistance and information to help them perform their job. In order to facilitate over-all execution of the order within the contractual delivery date, Vendor shall furnish to Procurement Coordinators / Managers within 4 weeks of receipt of Purchase Order the required number of copies of documents such as, but not limited to, schedules / pert charts. Un-priced copies of sub orders / sub-contracts, phased programme of item wise manufacturing, testing and delivery and any other information / documentation as may be called for by the procurement Coordinators / Managers. All post order correspondence shall be addressed to the Asstt. General Manager (Inspection), Engineers India Ltd., New Delhi.

9. WEIGHTS AND MEASUREMENTS All weights and measurements recorded by Procurement Coordinators / Managers on receipt of goods at site will be treated as final. Vendor’s shipping documents and invoices must contain the following data: I) Unit net weight

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

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

10. DESPATCH INSTRUCTIONS 10.1 Unless otherwise specifically advised in writing, goods shall not be despatched without prior inspection, testing and Release Order / Materials Acceptance Certificates issued by Inspectors. 10.2 In case despatch by rail is specified in the Purchase Order, vendor shall exercise due care and ensure that the consignment shall be booked under appropriate railway classification, failing which, any additional freight incurred by Owner due to Vendor’s booking the material under a wrong classification shall be to Vendor’s account. 10.3 The goods shall be consigned in the name of consignee as applicable, viz: i) Dy. General Manager (I/C Materials), Attn: Mr. ASV Ramanan TGTU Project, Hindustan Petroleum Corporation Limited, Visakhapatnam-530017 (AP). Telephone No : - 0891-2894331 Fax No. : - 0891-2577637 by the most economical road transport to the destination(s) as specified in the Order. e-mail: [email protected] Owner’s warehouse is open to receive stores between 9.00 A.M and 3 P.M on all working days. No goods will be accepted after 3.00 P.M. 10.4 Owner / Procurement Coordinators / Managers reserve the right to advise any change in despatching point / destination and / or mode of transport, as may be required. Any extra expenditure on this account supported by documentary evidence, will be reimbursed by the Owner.

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

12. SPARE PARTS The Vendor must furnish itemised price list of spare parts indicating quantity , unit rate & total rate required for two years operation of the main equipment and prime movers also. The Vendor shall provide the necessary cross sectional drawing to identify the spare parts numbers and their location as well as inter-changeability chart.

13. PACKING AND MARKING All fragile and all exposed parts will be packed with care and the packages shall bear the words: “WITH CARE” both in English and Hindi. All nozzles, pipes and all sheets shall be marked with strips bearing progressive numbers. All holes and openings as also all delicate surfaces shall be carefully protected against bad weather. All threaded fittings shall be greased and provided with plastic caps. All manufactured surfaces shall be painted with rust proof paint. All small pieces shall be packed in cases. The Vendor shall be held liable for all damages or breakage to the goods due to defective or insufficient packing as well as for corrosion due to insufficient protections. On three sides of the packages the following marks shall appear clearly visible and in indelible paint and at Vendor's care and expenses: From : M/S. For : TGTU PROJECT of HINDUSTAN PETROLEUM CORPORATION LIMITED, Visakhapatnam-530017 (AP). Destination: Order No. Rev. No. Item Net weight Case No. Of total cases Dimensions.

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

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

14. SHIPMENT AND SHIPMENT NOTICES The Vendor shall make shipment only after prior approval by Inspectors whenever specifically mentioned. In the event of the Vendor having been advised to hold shipments(s) for any reason whatsoever the Vendor shall hold the materials in his / its warehouse for at least 30 days without any compensation; or without prejudice to any reduction in price already accrued on account of delay. Within 24 hours of shipment, Vendor shall inform despatch particulars to Owner/Procurement Coordinators as hereunder: (a) By Fax and P.C.C. followed by courier :- 1 copy of despatch advice to Dy. General Manager (I/C Materials), Attn: Mr. ASV Ramanan, TGTU Project, Hindustan Petroleum Corporation Limited, Visakhapatnam-530017 (AP). Telephone No : - 0891-2894331 Fax No. : - 0891-2577637 e-mail: [email protected] (b) By courier:-1 copy of despatch advice to the Shipping Deptt. Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi- 110 066. ( c ) 2 copies of despatch advice to Resident Construction Manager, Engineer India Limited, C/o TGTU Project Hindustan Petroleum Corporation Limited,Visakhapatnam-530017 (AP). The Vendor shall carefully note the destination of materials. The demurrage or other expenses incurred owing to any negligence, delay, default on the part of the Vendor will be to Vendor’s account.

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

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

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

18. DELAYED DELIVERY The time and date of delivery of stores / materials / equipment as stipulated in the order shall be deemed to be the essence of contract. In case of delay in execution of the order beyond the date of delivery as stipulated in the order or any extension sanctioned, the Owner may at his option either: i) Accept delayed delivery at prices reduced by a sum equivalent to ONE HALF OF ONE percent (½%) of the total basic order value per week of delay or part thereof, limited to a maximum of 5% (five percent) of total basic order value NOTE :

a) Price Reduction shall be applicable only on the basic cost and on Full complete week (s) and for fractional days Price Reduction shall be applicable on pro-rata, if any. b) Initially Price Reduction shall be applicable for total basic order value and final Price Reduction settlement to be on undelivered portion in the contractual delivery period."

OR ii) Cancel the order in part or full and purchase / lease / hire such cancelled quantities from elsewhere on account and at the risk of Vendor, without prejudice to its rights under (i) above in respect of goods delivered. In case of delay, if vendor wishes to submit any justification for extension of delivery period, the same may be submitted prior to four weeks of expiry of delivery period. No claim thereafter will be entertained by the Owner.

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

19. DELAYS DUE TO FORCE MAJEURE In the event of causes of Force Majeure occurring within the agreed delivery terms, the delivery dates can be extended by the Owner on receipt of application from the Vendor without imposition of Price Reduction for Delay. Only those causes which depend on natural calamities, civil wars and national strikes that have duration of more than seven consecutive calendar days are considered the causes of force majeure. Causes like strikes / lockouts at Vendor’s works for more than ten consecutive days and other direct legislative enforcements, shall also constitute Force Majeure. The Vendor must advise the Owner and Procurement Coordinator / Managers by Registered letter duly certified by local Chamber of Commerce or statutory authorities, the beginning and the end of the cause of delay immediately, but in no case later than 7 days from the beginning and end of such cause of Force Majeure condition as defined above.

20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT In case the testing and inspection at any stage by Inspectors reveal the equipment, material and workmanship do not comply with specification and requirements, the same shall be removed by the Vendor at his / its own expense and risk within the time allowed by the Owner. The Owner shall be at liberty to dispose of such rejected goods in such manner as he may think appropriate. In the event the Vendor fails to remove the rejected goods within the period as aforesaid, all expenses incurred by the Owner for such disposal shall be to the account of the Vendor. The freight paid by the Owner, if any, on the inward journey of the rejected materials shall be reimbursed by the Vendor to the Owner before the rejected materials are removed by the Vendor. The Vendor will have to proceed with the replacement of that equipment or part of equipment without claiming any extra payment if so required by the Owner. The time taken for replacement in such event will not be added to the contractual delivery period.

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

22. PRICE Unless otherwise agreed to in the terms of the Purchase Order, the price shall be: (a) Firm and not subject to escalation for any reason whatsoever till the execution of entire order, even though it might be necessary for the order execution to take longer than the delivery period specified in the order. b) Inclusive of adequate road / rail worthy packing and forwarding charges up to effecting delivery at F.O.R / F.O.T. despatch point in all cases and road / railway freight whenever F.O.R / F.O.T. destination delivery terms are agreed to but exclusive of transit insurance. Exclusive of Central / State sales Tax, Excise Duty and / or such imposts, which are leviable by law on sale of finished goods to owner and/or entry tax ,if any, leviable at destination state. The nature and extent of such levies shall be shown separately.

23.TERMS OF PAYMENT

23.1 The following payment terms shall be applicable: i) 75% of the bill amount duly recommended by user on receipt of materials / docs. at HPCL shall be paid within 7 days of receipt of bill. ii) Balance 25% to be paid after verification/ certification within 15 days of receipt of bill. However, the final bill payment will not exceed 30 days.” Payment against invoice shall be made on receipt of equipment/materials at site against submission of following documents along with your Bill/Invoice:- i) Delivery Challan / Lorry Receipt. ii) Manufacturer’s Test Certificate iii) Inspection/Clearance report iv) Manufacturer’s Guarantee Certificate v) Performance Bank Guarantee for 10% Basic Order Value vi) Any other document specified in the Purchase Order.

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

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

23.2 PAYMENT: Payment shall be made in accordance with the following provisions. The time for payment of invoices shall run only from the date of approval specified in the order or from the date of receipt of Vendor’s correct invoices, whichever is later. Terms of payment of the Owner are 100% on pro-rata basis within 30 days from the date of receipt of materials at site or against furnishing despatch documents directly at HPCL and on submission of Performance Bank Guarantee for 10% of order value

23.3 i) HPCL will furnish their approved format for bank guarantee/ indemnity bond for all the advance payments directly to vendor along with FOA/ PO, wherever applicable. ii) In case of delayed supplies, bills will be paid after recovering the amount as per delayed delivery clause of the P.O. iii). All bank guarantees shall be non revocable and from Scheduled / Nationalised Banks other than cooperative banks in India and as per HPCL’s proforma. iv ) PBG shall be valid till expiry of guarantee period. All other Bank Guarantees shall be valid till contractual completion period, unless otherwise specified. All bank guarantees shall have a claim period of 1(one) month after expiry date of bank guarantee.

24. INVOICING Invoices and other documents such as LR / GR note, delivery challan etc. shall be sent as hereunder: - Original + 2 copies to Dy. General Manager (Project-Finance), TGTU Project, Hindustan Petroleum Corporation Limited,Visakhapatnam-530017 (AP). - 2 copies to Resident Construction Manager , Engineers India Limited, C/o TGTU Project, Hindustan Petroleum Corporation Limited,Visakhapatnam-530017 (AP). - 1 copy to SHIPPING Department, Engineers India Ltd., 1, Bhikaiji Cama Place, New Delhi- 110 066, India - 1 copy to Dy. General Manager (Project), TGTU Project, Hindustan Petroleum Corporation Limited, Visakhapatnam-530017 (AP).

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

26. CHANGES The Owner has the option at any time to make changes in quantities ordered or in specification and drawings. If such changes cause an increase or decrease in the price or in the time required for supply, an equitable adjustment under this provision must be finalised within 10 days from the date when change is ordered.

27. CANCELLATION: The owner reserves the right to cancel this purchase order or any part thereof and shall be entitled to rescind the contract wholly or in part with a written notice to the vendor if:

(i) The vendor fails to comply with the terms of this purchase order.

(ii) The vendor fails to delivery the goods on time and / or replace the rejected goods promptly. (iii) The Vendor becomes bankrupt or goes into liquidation. (iv) The vendor makes a general assignment for the benefit of creditors. (v) A receiver is appointed for any of the property owned by the vendor.

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

Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the Purchase Order and matters connected with it. The vendor is aware that the said goods are required by the owner for the ultimate purpose of materials production and that non delivery may cause loss of production and consequently loss of profit to the owner. Therefore, in case of Termination of the contract, Owner shall have the right to carry out the unexecuted portion of the supply/work either by themselves or through any other vendor(s)/contractor(s) at the risk and cost of the vendor/ contractor. In view of paucity of time, Owner shall have the right to place such unexecuted portion of the supply/work on any nominated vendor(s)/contractor(s). However, the overall liability of the vendor/Contractor shall be restricted to 100% of the total contract value. The provision of this clause shall not prejudice the right of the Owner from invoking the provisions of clause “Delayed Delivery” as a fore said.

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

29. PERFORMANCE GUARANTEE The Vendor shall guarantee that any and all materials used in execution of the Purchase Order shall be in strict compliance with characteristics, requirements and specifications agreed upon and that the same shall be free from any defects. Checking of Vendor’s drawings by Procurement Coordinators / Managers and their approval and permission to ship or despatch the equipment and materials, granted by inspectors shall not relieve the Vendor of any part of his/its responsibilities of proper fulfilment of the requirements. The Vendor will guarantee that all materials and equipment shall be repaired or replaced as the case may be at his own expense in case the same have been found to be

defective in respect of designs, materials, workmanship or smooth and rated operation within a period of 12 months

after the same have been put in service or 18 months from the date of shipment whichever is earlier. The guarantee period for the replacement part shall be twelve months starting from the date on which the replacements are put in service. Acceptance by the Owner or Inspectors of any equipment and materials or their replacement will not relieve the Vendor of his / its responsibility concerning the above guarantees. The Vendor shall furnish a single bank guarantee (as per proforma hereunder) to support Vendor’s performance along with documents for the first consignment. This bank guarantee shall remain in force for the entire period covered by the performance guarantee. Multiple Bank Guarantees shall not be acceptable. In case of multiple deliveries / consignments, 10% Bank Guarantees shall have to be given along with the first supply / invoice, failing which the amounts will be retained in cash towards the above from running bills and will be refunded to the party upon submission of Performance Bank Guarantee with the final payment. Submission of Bank Guarantees in intervening period will not be permitted.

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

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

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

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

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

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

34. TECHNICAL INFORMATION Drawings, specifications & details shall be the property of the Owner and shall be returned by the Vendor on demand. The Vendor shall not make use of drawing and specifications for any purpose at any time save and except for the purpose of the Owner. The Vendor shall not disclose the technical information furnished to or gained by the Vendor under or by virtue or as a result of the implementation of this Purchase Order to any person, firm or body or corporate authority and shall make all endeavours to ensure that the technical information is kept CONFIDENTIAL. The technical information imparted and supplied to the Vendor by the Owner shall at all times remain the absolute Property of the Owner.

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

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

37. OWNER’S MATERIAL (a) Owner’s material shall be delivered to the Vendor against submission of Bank Guarantee for indemnifying the full value there of strictly in the manner and as per proforma of bank Guarantee approved by the Owner. (b) Wherever possible the material shall be consigned to Vendor’s siding. In the event the Vendor does not have any siding, materials shall be consigned to the Public siding / goods depot to be specifically confirmed by Vendor Loading / Unloading and any handling from the siding / destination shall be arranged by the Vendor at his responsibility and cost. (c) The Vendor shall give a firm and binding list of Owner issue materials and the desired schedule of its delivery to Shop floor strictly in accordance with the sequence of fabrication vis-à-vis the contract delivery period. (d) Unused material or scrap from material supplied by the Owner to the Vendor shall be returned by the Vendor to the Owner or if the owner so directs, the Vendor may dispose of the same by sale or otherwise on such terms and conditions as the Owner may stipulate and the Vendor shall pay to the owner the sale proceeds of the material so disposed by sale deducting there from expenses incurred by the Vendor on such sale, the quantum of such deduction to be mutually agreed upon in advance between the Owner and the Vendor.

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

The seller shall further guarantee that if he goes out of production of spare parts , then he will make available blue prints , drawings of spare parts and specification of materials at no extra cost to the Purchaser , if and when required in connection with the equipment to enable the purchaser to fabricate or procure spare parts from other source .

The provision of this clause shall remain effective and binding upon the seller even after the completion or expiry of the order and till the plant / machinery / equipment / instrument supplied under the order is in use by the purchaser .

39. HEADINGS The headings of the conditions hereof shall not affect construction thereof.

40. ARBITRATION a) All disputes and differences of whatsoever nature, whether existing or which shall at any time arise between

the parties hereto touching or concerning the agreement, meaning, operation or effect thereof or to the rights

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

and liabilities of the parties or arising out of or in relation thereto whether during or after completion of the contract or whether before after determination, foreclosure, termination or breach of the agreement (other than those in respect of which the decision of any person is, by the contract, expressed to be final and binding) shall, after written notice by either party to the agreement to the other of them and to the Appointing Authority hereinafter mentioned, be referred for adjudication to the Sole Arbitrator to be appointed as hereinafter provided.

b) The appointing authority shall either himself act as Sole Arbitrator or nominate some officer of Hindustan Petroleum Corporation Limited (referred to as owner or HPCL) to act as Sole Arbitrator to adjudicate the disputes and differences between the parties. The contractor/vendor shall not be entitled to raise any objection to the appointment of such officer of the owner as the Sole Arbitrator on the ground that the said officer is an officer and/or shareholder of the owner or that he/she has to deal or dealt with the matter to which the contract relates or that in the course of his/her duties as an officer of the owner , he/she has/had expressed views on all or any of the matters in dispute or difference.

c) In the event of the Arbitrator to whom the matter is referred to, does not accept the appointment, or is unable or unwilling to act or resigns or vacates his office for any reasons whatsoever, the Appointing Authority aforesaid, shall nominate another Officer of the Owner to act as Arbitrator.

d) Such Officer nominated as Sole Arbitrator shall be entitled to proceed with the arbitration from the stage at which it was left by his predecessor. It is expressly agreed between the parties that no person other than the Appointing Authority or an Officer of the Owner nominated by the Appointing Authority, shall act as an Arbitrator.

e) The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement. f) The work under the Contract shall, however, continue during the Arbitration proceedings and no payment

due or payable to the concerned party shall be withheld (except to the extent disputed) on account of initiation, commencement or pendency of such proceedings.

g) The Arbitrator may give a composite or separate Award(s) in respect of each dispute or difference referred to him and may also make interim award(s) if necessary.

h) The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The Award of the Sole Arbitrator shall be final and binding on both the parties.

i) Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any statutory modification on re-enactment thereof and the rules made thereunder, shall apply to the Arbitration proceedings under this Clause.

j) The Contract shall be governed by and constructed according to the laws in force in India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at Visakhapatnam for all purposes. The Arbitration shall be hald at Visakhapatnam and conducted in English language.

k) The Appointing Authority is the Director ® of Hindustan Petroleum Corporation Limited.

41. JURISDICTION The Vendor hereby agrees that the Courts situated in Visakhapatnam alone shall have the jurisdiction to hear and determine all actions and proceedings arising out of this contract.

ABG – A406 (REV.1) Page 1 of 2

(SPECIMEN) BANK GUARANTEE FOR ADVANCES

(on non-judicial stamp paper of appropriate value) To,

Hindustan Petroleum Corporation Ltd., VISAKH REFINERY, POST BOX NO. 15 VISAKHAPATNAM – 530011

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

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

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

2. We, _______________ Bank further agree that "the Corporation" shall be sole judge whether the said "Supplier" has committed breach of any of the terms and conditions of "the Order" and the extent of loss, damage, cost charges and expenses suffered or incurred or would be suffered or incurred by "the Corporation" on account thereof and we waive in favour of "the Corporation" all the rights and defences to which we as guarantors and/or "the Supplier" may be entitled to.

3. We, ___________________ Bank further agree that the amount demanded by "the Corporation" as such shall be final and binding on "the Bank" as to "the Bank's" liability to pay and amount demanded and "the Bank" undertake to pay "the Corporation" the amount so demanded on first demand and without any demur notwithstanding any dispute raised by "the Supplier" or any suit or other legal proceedings including arbitration pending before any court tribunal or arbitrator

ABG – A406 (REV.1) Page 2 of 2

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

4. We, __________________ Bank further agree with "the Corporation" that "the Corporation" shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said "order"/or to extend time of performance by "the Supplier" from time to time or to postpone for any time or from time to time any of the powers exercisable by "the Corporation" against "the Supplier" and to forbear to enforce any of the terms and conditions relating to "the Order" and we shall not be relieved from our liability by reason of any such variation or extension being granted to "the Supplier" or for any forbearance, act or omission on "the Supplier" or by any such matter or things whatsoever which under the law relating to sureties would be for this provisions have the effect of relieving us.

5. Not withstanding anything contained herein above : i) Our liability under this guarantee shall not exceed .......... ii) This Bank Guarantee shall be valid upto and including .......; and iii) We are liable to pay the guarantee amount or any part thereof under this Bank

Guarantee only and only if you serve upon us a written claim or demand on or before the expiry of 03 Months from the date of expiry of this guarantee.

6. We, ________________ Bank further undertake not to revoke this guarantee during its currency except with the previous consent of "the Corporation" in writing.

7. We, ____________________ Bank lastly agree that "the Bank" liability under this guarantee shall not be affected by any change in the constitution of "the Supplier".

8. We, _________________ Bank has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the agreement/contract or MOU entered into between"the supplier" and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this ________________ day of ___________________

____________________________ (FOR _________ BANK)

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

PBG – A406 (REV.1) Page 1 of 2

BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF SUPPLIER/CONTRACTOR

(on non-judicial stamp paper of appropriate value) To, Hindustan Petroleum Corporation Ltd., VISAKH REFINERY, POST BOX NO. 15 VISAKHAPATNAM – 530011 IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. A Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the Corporation" which expression shall include its successors and assigns) having awarded to M/s ___________________________________________________ a partnership firm / sole proprietor business / a company registered under the Companies Act, 1956 having its office at ______________________________ (hereinafter referred to as "the Supplier" which expression shall wherever the subject or context so permits includes its successors and assigns) a supply contract in terms inter alia, of "the Corporation's" Order No. ____________ ________dated ____________ and the General purchase conditions of "the Corporation" and upon the condition of "supplier's" furnishing security for the performance of "the Supplier's" obligations and/or discharge of "the supplier's" liability under and/or in connection with the said supply contract upto a sum of Rs. ______________ (Rupees_______________________________________________) amounting to __% (____ percent) of the total contract value. We, ______________________ (hereinafter called "the Bank" which expression shall include its successors and assigns) hereby jointly and severally undertake and guarantee to pay to "the Corporation" in rupees forthwith on demand in writing and without protest or demur of any and all moneys anywise payable by "the Supplier" to "the Corporation" under, in respect of or in connection with the said supply contract inclusive of all the Corporation's losses and damage and costs, (inclusive between attorney and client) charges, and expenses and other moneys anywise payable in respect of the above as specified in any notice of demand made by "the Corporation" to the Bank with reference to this Guarantee upto and aggregate limit of Rs.___________ (Rupees __________________________ ) and "the Bank" hereby agrees with "the Corporation" that:

1. This Guarantee/Undertaking shall be a continuing Guarantee /Undertaking and shall remain valid and irrecoverable for all claims of "the Corporation" and liabilities of "the Supplier" arising upto and until midnight of _______________.

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

3. "The Corporation" shall be at liberty without reference to "the Bank" and without affecting the full liability of "the Bank" hereunder to take any other security in respect of "the Supplier's" obligation and/or liabilities under or in connection with the said supply

PBG – A406 (REV.1) Page 2 of 2

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

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of "the supplier" but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to "the Corporation" in terms hereof.

5. "The Bank" hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and the obligations of "the Bank" in terms hereof shall not be anywise affected or suspended by reason of any dispute having been raised by "the suppliers" (whether or not pending before any arbitrator, officer, tribunal or court) or any denial of liability by "the supplier" or any other order of communication whatsoever by "the supplier" stopping or preventing or purporting to stop or prevent any payment by "the Bank" to "the Corporation" in terms hereof.

6. The amount stated in any notice of demand addressed by "the Corporation" to "the Bank" as liable to be paid to "the Corporation" by "the supplier" or as suffered or incurred by "the Corporation" on account of any losses or damages or costs, charges/and/or expenses shall be as between "the Bank" and "the Corporation" be conclusive of the amount so liable to be paid to "the Corporation" or suffered or incurred by "the Corporation", as the case may be, and payable by "the Bank" to "the Corporation", in terms hereof.

7. Not withstanding anything contained herein above:

i) Our liability under this guarantee shall not exceed Rs._________________ ii) This Bank Guarantee shall be valid upto and including ...................; and iii) We are liable to pay the guarantee amount or any part thereof under this Bank

Guarantee only and only if you serve upon us a written claim or demand on or before the expiry of 01 Month from the date of expiry of this guarantee.

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of

the documents and/or the agreement/contract or MOU entered into between "the supplier" and "the Bank" in this regard.

IN WITNESS Where of __________________ Bank, has executed this document at ________________ on _______________. ____________________________ Bank (by its constituted attorney) (signature of a person authorized to sign on behalf of "the Bank")

Annexure - I

Page 1 of 5

INSTRUCTIONS TO BIDDERS FOR E-TENDERING

Bidders who wish to participate for RFQs/ Tenders which are uploaded on EIL’s Authorised service provider’s website (i.e. www.tenderwizard.com/eil) should follow the following instructions which shall permit them to Search, View, Download and Submit their Electronic Bids online in a secure manner ensuring confidentiality. These Instructions for E-Tendering shall be read in conjunction with various instructions, wherever appearing with the RFQ/ Bidding Document. The conditions & instructions mentioned here in under shall supersede and shall prevail over the conditions & instructions enumerated elsewhere in the RFQ/ Bidding Document.

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

To participate in E-Tendering, it is Mandatory on the part of Bidders to have user id and password. Bidders are required to be registered on E-Tendering website to obtain user id & password (password will be system generated).

User id and password are unique to each bidder and the bidder shall use the same to view/download/participate in all e-tenders of EIL. Bidders are required to change the password during their first login into the system. There will be single user id permission for each bidder in the system.

Obtaining user id is an on-going process and is not linked to any particular RFQ/ Bidding Document. Any bidder willing to participate in EIL E-Tenders can obtain User id & password as described above. Each bidder will get one user id. Bidders are requested to designate one officer from their organization who will submit the bids on line.

Digital Signature will be required from very first stage starting from login into the system, downloading of RFQ/ Bidding Document, Bid submission, Bid opening, etc.

2) VIEW AND DOWNLOAD E-TENDER

Bidders must go to E-Tendering website www.tenderwizard.com/eil and log-in using their user-id, password and digital signature.

However, the open tenders can be viewed/ downloaded from the link “tender free view” provided in the website, without being log-in into the system.

3) DIGITAL SIGNATURE

Bidders cannot submit e-bids without having valid Digital Signature. The Digital Signature shall be issued by C.A. (Certifying Authority) in India, in the name of a person authorized for E- Tendering on behalf of his Company.

Annexure - I

Page 2 of 5

FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL SIGNATURE FROM CERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL SIGNATURE OBTAINED FROM FOREIGN COUNTRIES ARE NOT ACCEPTABLE.

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

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

Bidders are required to submit the Bid Document Fee & EMD (in the prescribed format) in original as per the manner prescribed in the RFQ/ Bidding Document at the time of bid submission in sealed envelope. However, bidders are required to upload the scanned copy of both Bid Document fee as well as EMD on E- Tendering website along with the e-bid.

If the Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, he may submit the original Bid Document Fee & EMD within 7 days from the date of unpriced bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case the bidder fails to submit the same in original within 7 days, his bid shall be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid Document Fee & EMD was earlier uploaded by the bidder.

5) SUBMISSION OF BID :

Bidders are required to upload the bid along with all supporting documents & Priced part on the E-Tendering website (www.tenderwizard.com/eil) only. However, documents required to be submitted physically, viz., Bid Document Fee, EMD, etc., need to be submitted in a sealed envelope as per the provisions of RFQ/ Bidding Document.

Bidders shall ensure that all the required documents are uploaded in time and failure to upload the same before bid submission date & time is the sole responsibility of bidder. Under no circumstances, EIL shall entertain any request for acceptance of bid documents in physical form or any other form, which are required to be uploaded on E- Tendering Website.

The bidders needs to submit prices on-line strictly as per the Price Schedule format provided in our E-Tender.

Bidders can submit their Bids on-line only after digitally signing the bid/documents with the Digital Signatures used for log-in.

The Authenticity of above digital signatures may be verified through authorized CA after bid opening and in case the digital signature is not authorized/valid, the bid will be rejected. Bidder shall be responsible for ensuring the validity of digital

Annexure - I

Page 3 of 5

signatures and proper usage of the same by responsible persons.

No Late Bids after due date & time shall be permitted in E-Tendering website. The system time (IST) being displayed on the E-Tendering website shall be final and binding on bidder and bids have to be submitted by bidders considering this time only and not the time as per their location / country. Bidder who intends to change the bid already submitted may change/revise the same on or before the closing date & time of bid submission.

No Manual Bids shall be permitted. The offers submitted through E-tendering website shall only be considered for evaluation.

Note:

i) Bidders are advised in their own interest to ensure that bids are uploaded in E- tendering website well before the closing date and time of bid submission.

ii) No bid can be modified after the dead line for submission of bids.

iii) EIL shall not be responsible for any failure on the part of the bidder to follow the instructions.

iv) Inadvertently, if a document is uploaded in E- tendering website by the bidders, such document can be deleted by the Bidder and a new/modified document can be uploaded digitally signed within the bid due date & time.

v) Bidders are requested to upload small sized documents preferably (upto 5 MB) at a time to facilitate easy uploading into E- Tendering website. EIL does not take any responsibility in case of failure of the bidder to upload the documents within specified time of Bid submission.

vi) Wherever, the bidders are asked to upload the required document in Mandatory folders, the bidders must upload the required document only in the Mandatory folders.

6) OPENING OF BIDS:

The unpriced bids shall be opened online, at the specified date and time given in the RFQ document or extended otherwise. The price bids shall also be opened online on the date & time which will be informed to all the techno-commercially qualified/ acceptable bidders in advance.

The bidders who have submitted their bid will be able to view online the name & status of all the bidders at their respective windows, after unpriced bid opening by buyer. Similarly, the techno-commercially acceptable bidders will be able to view online the price sheets of other techno-commercially acceptable bidders at their respective windows, after priced bid opening by buyer.

Annexure - I

Page 4 of 5

Wherever the composite bids are invited, the composite bids shall be opened accordingly.

7) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS: System does not allow for submission of bids beyond the deadline for bid submission. The system time displayed on EIL’s ASP E-Tendering website shall be final and binding on the bidders for all purposes pertaining to various events of the subject RFQ/ Bidding Document and no other time shall be taken into cognizance.

8) GENERAL

The bidders may quote from their own offices/ place of their choice. Internet connectivity shall be ensured by bidders on its own.

Bidders agree to non-disclosure of trade information regarding the purchase, identity of EIL, bid process, bid technology, bid documentation and bid details.

EIL shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause.

EIL shall not be responsible for any indirect / consequential losses / damages, including but not limited to systems problems, inability to use the system, loss of electronic information, etc.

EIL decision on award of Contract shall be final and binding on all the Bidders.

EIL reserves the right to prescribe different Security Devices for accessing and/or using E-Tendering System or any part thereof, including but not limited to prescribing different Security Device(s) for accessing and/or using different parts of E-Tendering System.

EIL reserves the right to prescribe password(s) and Login ID(s) for the bidders and its representatives as well as any combination and/or sequence of letters and/or numerals for the password(s) and Login ID(s).

The actions, failures, omissions and defaults of the bidder's representative(s)

shall be construed and be given legal effect as if they are the actions, failures,

omissions and defaults of the bidder and the bidder shall be fully responsible for

all such matters.

The bidder shall bear all costs and expenses in relation to its access and use of E-Tendering System, including but not limited to the costs and expenses incurred in ensuring its continued access and use of E-Tendering System.

EIL shall not be responsible or held liable under these Terms and Conditions for any loss or damage that is caused to any party due to use or misuse of the E-Tendering System or breach, by any party, of the Terms and Conditions mentioned herein.

Annexure-II

Page 5 of 5

Contact details of Authorized Service Provider (ASP)

ASP Name : M/s Antares Systems Limited, Bangalore

Address : # 24, 1st Floor, Sudha Complex

Near Havanoor Circle, 3rd Stage 4th Block, Basaveshwara Nagar Bangalore - 560 079 Ph: 080-40482000 Fax No: +91-80-40482114 C-9, 1st Floor (Back Side) New Krishna Park, Najafgarh Road, Vikaspuri Near Janakpuri West Metro Station New Delhi-110018 Ph No: 011-49424365 Fax No: +91-11-25618721

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

Contact Persons at Bangalore office: 1: Mr. Ashish Yadav Contact no: 08800991865

Email: [email protected]

2: Mr. Sachin Contact no: 8401982112

Email: [email protected]

Help Desk No. 1: New Delhi 011-49424365 2: Bangalore 080-40482000