1.1.Mechanical Tools_Emergency Kit_

advertisement
HINDUSTAN PETROLEUM CORPORATION LIMITED
GRESHAM HOUSE (2ND FLOOR),
SIR P. M. ROAD, FORT,
MUMBAI - 400001.
TENDER NO: 11000268-HD-10002
e-TENDER # 12000005-HD-10002
NOTICE INVITING TENDER
FOR
SUPPLY OF MECHANICAL TOOLS
AT
HPCL TERMINALS/ DEPOTS
Page 1 of 24
Signature of Tenderer with Seal & Date
HINDUSTAN PETROLEUM CORPORATION LIMITED
(A Government of India Enterprise)
Procurement- P&P, Gresham House –2 nd Floor, Sir P. M. Road, Fort,
Mumbai- 400 001, India
Phone: 022 22608520 / 530, Fax: 022 22642352
NOTICE INVITING TENDER
Electronic digitally signed & sealed (encrypted) e-tenders are invited
under two bid system from eligible Indian Bidders as per details given
belowA1 : TENDER NO. 11000268-HD-10002
A2 : e-TENDER # 12000005-HD-10002
SUPPLY OF MECHANICAL TOOL KITS
B1 Pre Bid Meeting
24-04-2012 (1030 Hours IST)
B2 Tender submission due
Upto 22-05-2012 (1500 Hours IST)
date
B3 Online Un-priced Bid
from 1530 Hours IST on 22-05-2012
opening
B4 Tender document fee
NIL
B5 EMD
Rs. 2,76,000.00

Bids are to be submitted online only at site https://etender.hpcl.co.in/

Bids received in any other form shall not be accepted.
For viewing details including EMD, BID QUALIFICATION CRITERIA,
LOCATIONS etc. please visit our web site www.hindustanpetroleum.com
and go to tender section by clicking the link “Tenders”. For on-line
bidding, please visit website https://etender.hpcl.co.in/, click the link
“Vendor Instruction Manual” and follow the procedure given therein.
HPCL reserves the right to extend price/purchase preference as per
prevailing guidelines of Government of India.
Ch. Manager Procurement (P & P)
Page 2 of 24
Signature of Tenderer with Seal & Date
1.0 INTRODUCTION
M/s Hindustan Petroleum Corporation Limited (HPCL), invites e-bids
under two bid system from eligible Indian Bidders for Supply of the
following items to various Depots/ Terminals as specified in the tender
document.
a. Non Sparking Tool Kit
b. Mechanical Tool Kit
List of items to be included in the above kits are given in detail in the
later sections of this tender.
Job includes Supply, TPI, Transportation, Transit insurance and FOR
delivery at the respective Depots / Terminals.
Vendors/Bidders must be manufacturer or manufacturer‟s authorised
representative for supply of the Mechanical Tools / Non sparking tools.
2.0 BRIEF SCOPE OF WORK:
Safety equipment is provided at all POL installations consisting of Depots
/ Terminals for putting into use during emergencies. OISD STD 117
(Amendment 2010) stipulates that an Emergency Kit consisting of
identified safety items shall be provided at Depots / Terminals and shall
be readily available. List of items mentioned in the Emergency Kit also
include Non Sparking Tools and Mechanical Tool Kit.
Applicable Codes and Standards
The tools shall meet the specifications and standards (including
standards / specification mentioned therein) listed in this tender.
The successful bidder shall execute the order based on the detailed
Technical Specification and Data Sheets for each of the items specified
elsewhere in the tender document.
Page 3 of 24
Signature of Tenderer with Seal & Date
Special Instructions
1.
WORKMANSHIP AND FINISH
All items supplied shall have good workmanship and finish.
2.
INFORMATION/DOCUMENTS REQUIRED FROM VENDOR
2.1
AT THE TIME OF SUPPLIES
2.1.1 Three sets of documents (duly certified) to be provided.
2.1.2 Operating and Instruction manuals of the manufacturer
2.1.3 Guarantee / Warranty certificate
3.
INSPECTION & TESTING




All the equipment/item under Bidder Scope of supply shall be shop
tested according to the relevant standards. All the certificates shall be
accompanied with the materials being despatched to respective sites.
The items under the scope of supply of this tender shall be inspected
by TPI (to be appointed by the bidder from approved TPI list). The
bidder shall furnish in his offer the detailed QAP/ITP. Bidder shall
arrange all facilities required during inspection and testing at his cost.
The vendor shall refer the scope of TPI/QAP provided along with the
specification for each item.
All ISI approved items shall carry ISI stamping. The qualified bidder
shall submit the copy of valid ISI License where ever applicable.
The vendor shall provide the necessary drawings, valid certificates like
UL listing/FM/VDS approvals where ever applicable.
 All the items in scope of supply shall be carefully examined to determine
their conformance with the specification with respect to material and
workmanship, finish, marking, ratings, dimensions, etc. and to assess
their conformance with other requirements stated or reasonably
implied but not covered by the specific tests.
At the Time of Supplies following documents / drawings shall be
submitted.
a. All inspection and testing records.
b. Operating and instruction manual.
c. Testing and maintenance procedure/manual.
In respect of the items procured from different vendors, Test Certificates,
Operating Manuals and other records submitted shall be accepted. These
Page 4 of 24
Signature of Tenderer with Seal & Date
certificates and the conformance to the relevant standards shall be verified by
the Third Party Inspecting agency.
Owner‟s representative may witness the inspection along with the third party.
Therefore, vendor shall intimate the owner three weeks in advance for such
inspection. The third party inspection charges shall be borne by the vendor.
HPCL shall have the right to inspect/ witness the tests at various stages of
fabrication /manufacture/ installation. The inspection shall be carried out at
suppliers‟ works / his sub Bidder/ Contractor's works/ site. Inspection of the
item shall be done only with a view to ensuring that the same is manufactured,
tested and supplied as per prescribed specifications.
Scope of inspection includes the following:
•
4.
5.
Positive Material Identification (PMI) test for 10% of the
individual items in the kits in each category.
• Visual and dimensional check-100% witness by TPIA
Approved Third Party Inspection Agency: BV / DNV/ CEIL / Lloyd‟s/
IRS /UL/TUV/FM
Commissioning and Training:
The owner shall give commissioning call through e-mail/ Fax to the
vendor, the vendor shall depute their representative within 10 days of the
commissioning call failing which owner may proceed ahead with
commissioning through other party at the risk and cost of the vendor.
The broad scope of commissioning includes but not limited to the
following:
a. Basic Training to Operating Personnel at Site
b. Checking of functionality of all equipment.
c. Commissioning spares, if applicable has to be provided by the
vendor and the same is deemed to be included in the quoted rate.
d. Commissioning report to be prepared and jointly signed by vendor
and owner.
Vendor shall also impart training to the team of employees designated by
the location in charge at each location. Training shall include the basic
function of the equipment, method of usage, do‟s & dont‟s etc.,
6. Packing and dispatch
All the equipment including this tender shall be properly packed for
protection and ease of handling during transportation to ensure that no
damage is caused. Properly packed equipment / material dispatched
together to the respective destinations.
Special notation such as “Fragile”, “This side up”, “Center of gravity”,
“Weight‟, “Owner‟s particulars‟, „PO no.” etc. shall be clearly and indelibly
Page 5 of 24
Signature of Tenderer with Seal & Date
marked on the packages together with other details as per purchase. A
set of instruction manuals for erection, testing and commissioning, a set
of operation and maintenance manuals and a set of final drawings shall
be enclosed in a waterproof cover along with the shipment.
Terms & Conditions
1.0
DELIVERY PERIOD:
Timely implementation of the project is essence of this contract. Hence
those bidders having requisite capacity and capabilities and genuinely
interested to meet the stipulated timelines are requested to participate in
the tender.
Delivery period – The delivery period for the Mechanical Tool Kits to
all locations as per scope of this tender shall be 4 (FOUR) months
from the date of LOI
Preparation of drawings/ Data Sheet & QAP, review and approval by
Owner is included within the completion period. Owner shall take a min.
of one week‟s time for review and approval of Data sheet/drawing/QAP
from the date of receipt of documents.
2.0
INFORMATION REQUIRED WITH BIDS
The following details are required to be submitted along with offer:
a. Copy of Annual Report for last three years ending with Mar‟11. For the
bidders following financial year closing at the end of June or
September or December, the last 3 financial years ending with the
respective quarter of 2010-11 will be considered.
b. List of Exceptions & Deviations
c. Documents in support of meeting Bid Qualification Criteria (BQC) as
per Clause 1.1 of BQC Section shall be as under
(i) Notarized copy or original Purchase/work Order /certified bills from
client/inspection
release
note
from
owner
/
project
consultants/third party inspection agency indicating completion
of the project / successful execution of the work orders. The
Purchase/work Order and completion certificate should mention
the details of jobs carried out by the applicant so as to enable
HPCL to identify whether the applicant(s) meets the technical
criteria stipulated above or not.
(ii) Any other document certified by the owner/client (for whom the job
has been executed) specifically having mention of the jobs carried
out in support of meeting the technical criteria stipulated above.
(iii) Parent Company Guarantee (if applicable)
Page 6 of 24
Signature of Tenderer with Seal & Date
Note: The
documents
1.2 of BQC
and when
evaluation
3.0
Bidder shall be in a position to furnish the original
towards copies submitted in respect of Clause No. 1.1 &
Section, mentioned elsewhere in this tender document, as
required and asked to produce during the process of
BID CLARIFICATIONS/AMENDMENTS BY HPCL
3.1 HPCL may issue clarifications/amendments in the form of
addendum/corrigendum during the bidding period and may also
issue amendments subsequently. For the addendum/corrigendum
issued during the bidding period, the bidders who have already
submitted
their
bids,
shall
confirm
the
inclusion
of
addendum/corrigendum in their bid. Bidder shall follow the
instructions issued along with addendum/corrigendum.
3.2 Bidders shall examine the Bidding Document thoroughly and
submit to HPCL any apparent conflict, discrepancy or error. HPCL
shall issue appropriate clarifications or amendments, if required.
Any failure by Bidder to comply with the aforesaid shall not excuse
the Bidder from performing the Services in accordance with the
contract if subsequently awarded. Online queries can be posted on
e-proc site https://etender.hpcl.co.in/ till the cut off time
mentioned in the tender calendar. Only queries posted online up to
the specified time in tender calendar shall be entertained and the
replies/clarification(s) shall be posted on the message board at eproc site.
3.3 Addenda/Corrigenda, if any, shall be made available at the web site
“www.hindustanpetroleum.com” and uploaded to the site
“https://etender.hpcl.co.in/”. No separate press notice shall be
given.
4.0
EVALUATION OF UNPRICED BIDS (Techno Commercial Evaluation)
The bids shall be evaluated on the basis of the following criteria:
4.1 RECEIPT OF BID
Bids received late i.e. after due date and time, due to any reason (s)
whatsoever shall be rejected. Bids received without requisite EMD (as
specified in tender/NIT) shall also be rejected.
4.2 DEVIATIONS TO TENDER REQUIREMENTS
The bidders are required to submit offers strictly as per the terms and
conditions/specifications given in the Bidding Document and not to
stipulate any deviations. The offer of bidders stipulating deviations to
any of the following terms/conditions will not be considered for priced
bid opening. However, HPCL reserves the right to give opportunity to
bidder for withdrawal of deviation to the following clauses. In case,
Page 7 of 24
Signature of Tenderer with Seal & Date
bidders refuse to withdraw the deviation against following clauses,
the offers shall be rejected without any further correspondence with
them.
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
Security Deposit
Force Majeure
Liquidated Damages
Retention Money & PBG
Arbitration
Integrity Pact
Firm Prices
Price change/ implication by the bidder unilaterally after
submission of bid.
ix. Guarantee / Warranty
4.2.1 To assist in the examination, evaluation and comparison of bids,
the owner may at its discretion, ask the bidder clarifications on the
bid. The request for such clarifications and responses shall be thru
e-mail, fax, query in e-proc system.
4.2.2 Conditional bids are liable to be rejected.
4.2.3 In case Bidders wish to stipulate any deviation to Bidding
Document requirements other than those stated above, they shall
indicate the same in the Bid form provided at the e-proc site for
this purpose. Bidder shall note that clarification / queries /
deviations mentioned elsewhere in the offer shall not be given any
cognizance. However HPCL reserves their right to reject bids
containing deviations to any of the Bidding Document stipulations.
5.0
UNSOLICITED POST BID MODIFICATION
Bidders are advised to quote strictly as per terms and conditions of the
Bidding Document and not to stipulate any deviation / exceptions. After
the bid due date and time, the bidders shall not make any subsequent
price changes, whether resulting or arising out of any technical /
commercial clarifications sought/allowed on any deviations or exceptions
mentioned in the bid.
The Bidder may modify or withdraw
before the due date of submission
modification including substitution
the owner prior to the due date
submission of bids.
its bid after the bid submission, but
provided that written notice of the
or withdrawal of bid is received by
and time/ deadline prescribed for
No bid shall be allowed to be withdrawn in the interval between the
deadline for submission of bids and the expiration of the period of the bid
validity specified by the bidder on the bid form. Withdrawal of the bid
during this interval shall result in forfeiture of bidder‟s bid security.
Page 8 of 24
Signature of Tenderer with Seal & Date
6.0
DETERMINATION OF RESPONSIVENESS
i)
Prior to the financial evaluation of bids, HPCL will determine
whether each bid is substantially responsive to the requirements of
the Bidding Document.
ii) For the purpose of this Clause, a substantially responsive bid is one
which conforms to all the terms and conditions and specifications of
the Bidding Document including bid qualification criteria without
material deviation or reservation. A material deviation or reservation
is one which affects in any substantial way the scope, quality, or
performance of the works or which limits in any substantial way,
inconsistent with the Bidding Document, the HPCL‟s rights or
Bidder‟s obligation under the Contract and retention of which
deviation or reservation would affect unfairly the competitive
position of other bidders presenting substantially responsive bids.
iii) If a bid is not substantially responsive to the requirements of the
Bidding Document, it may be rejected by HPCL. Such rejection may
be intimated to the Bidder.
iv) The bidder shall supply all the items in totality as per scope of this
tender. Failure to confirm supply any of the individual item(s) shall
be treated as an incomplete bid and such bid shall be disqualified.
7.0
EVALUATION OF PRICE BIDS
7.1 The “PRICE BIDS” of only substantially responsive bidders and
techno – commercially accepted bids shall be considered for
opening.
7.2 Bidders shall quote the prices in Indian Rupees only.
7.3 HPCL reserves their right to extend purchase/price preference to
NSIC/Public Sector Enterprises as admissible under the existing
policies of Government of India as on the date of opening un-priced
bids.
7.4 HPCL reserves their right to negotiate the quoted prices with lowest
bidder.
7.5 HPCL reserves the right to delete/reduce any of the items in the
Schedule of Rates at the time of placement of Fax of
Intent/Purchase Order. The decision of HPCL shall be final and
binding.
8.0
REBATE
No suo-moto reduction in prices quoted by bidder shall be permitted
after opening of the bid. If any bidder unilaterally reduces the prices
quoted by him in his bid after opening of bids, the bid (s) of such
Page 9 of 24
Signature of Tenderer with Seal & Date
bidder(s) will be liable to be rejected. Such reduction shall not be
considered for comparison of prices but shall be binding on the bidder in
case the bidder happens to be a successful bidder for award of work.
9.0
VERIFICATION BY OWNER
All statements submitted by Bidder regarding experience, manpower
availability, equipment and machinery availability etc., are subject to
verification by the Owner either before placement of order or after
placement of order. If any data submitted by the Bidder at the bid stage
is found to be incorrect, the offer is liable to be rejected or the Contract is
liable to be terminated.
10.0 NOTIFICATION OF AWARD
Prior to the expiration of the period of bid validity, the Owner will notify
the successful Bidder by email/ fax to be confirmed by letter that their
bid has been accepted in the form of "Letter of Intent (LOI)"
11.0
AWARD OF CONTRACT/PURCHASE ORDER
The Owner will award the Purchase Order/ Contract to the successful
Bidder at the rates quoted by the bidder/ negotiated rate, if any.
Following shall form the part of Purchase order
a. LOI
b. Agreed Deviations, if any
c. Time Schedule
d. GTC
e. Technical Specifications
f. Drawings
g. Integrity Pact
h. Schedule of Quantities & Rates
i. Instruction to Bidders
Any other documents relevant for the execution of the contract.
12.0 EXCLUSION: Unloading at site
13.0 PAYMENT TERMS: Material shall be dispatched to site along with the
following documents:
 Delivery Challan / Lorry receipt duly acknowledged by our site
 Manufacturer‟s Test Certificate and copy of certificates from Statutory
authorities
 Third Party Inspection/ Clearance report
 Manufacturer‟s Guarantee Certificate & PBG
 Operation Manual, drawings and other related documentation
Page 10 of 24
Signature of Tenderer with Seal & Date
90% payment shall be made within 15 days of receipt of bill at our
Disbursement Section at Hindustan Bhawan, 4 th Floor, Ballard Estate,
Mumbai- 400 001.
Balance 10% payment shall be released after demonstrating and
imparting training as per clause 5 of Special Instructions.
14.0 TRANSIT INSURANCE: To be arranged by vendor
15.0 PERFORMANCE GUARANTEE: Supplies shall be fully guaranteed
against any manufacturing defects/poor workmanship/inferior design or
quality etc., for a period of 12 months from the date of delivery or 18
months from the date of supply, whichever is earlier During this period
seller will arrange to repair/replace any defective part at free of cost or
replace complete set if required.
16.0 The materials are required to be supplied on “Door Delivery Basis” to
the respective locations.
Note: Successful vendor shall supply the materials along with
manufacturing test certificate and guarantee / warranty certificate.
 Emergency Kit Trolley
a. Owner‟s logo and “Emergency Kit” written in bold on both sides
b. Location Name
c. Name plate containing following details
i. Name of the supplier
ii. P.O Reference No.
iii. Serial Number.
iv. Month & year of manufacture
17.0 Where ever ISI marking has been mentioned, the bidder shall provide
valid copy of the BIS license. The same shall be applicable for FM/UL/CE
or other approvals.
18.0 The successful bidder shall submit all drawings/ data sheet and QAP for
owner‟s approval within 15 days of LOI.
19.0 Prebid meeting
Prebid meeting is organised as per the dates mentioned above. Advance
intimation on the time, date and venue will be given to bidders. During the
prebid meet salient features of the Tender will be informed and techno
commercial clarifications pertaining to the tender will be answered.
Page 11 of 24
Signature of Tenderer with Seal & Date
20.0 Queries and Clarifications:
Any query or clarification with regard to this tender may please be
referred to below address & phone nos. on any working day during office
working hours
For Commercial queries
J D CHANDRAKUMAR
Manager – Procurement
Hindustan Petroleum Corporation Ltd,
Gresham Assurance House , 2nd Floor ,
Sir P M Road,Fort , Mumbai - 400 001.
India
Phone: 91-22-22608520/30
Fax: 91-22-22642352
E Mail : jdchandrakumar@hpcl.co.in
For Technical queries
K. SOMASEKHARA RAO
Sr Manager-HSE
Operations & Distribution Dept.
Hindustan petroleum corp.Ltd.
8,S.V.Marg, Ballard Estate
O & D Dept.
MUMBAI - 400001
E mail: raoks@hpcl.co.in
Page 12 of 24
Signature of Tenderer with Seal & Date
Bid Qualification Criteria
1.0
BID QUALIFICATION CRITERIA:
The bidder shall meet all of the criteria mentioned in Clauses 1.1 &
1.2
1.1
Previous Order Value
Bidder should have successfully carried out and completed similar
work(s), during the last five years reckoned from due date of tender
opening, meeting any of the criteria(s) as stated in Clause 1.1.1 to 1.1.3.
Single largest order shall be for supply of 10% of the tender requirement,
in the last 5 years from the. Accordingly, minimum quantity for PQC
criteria against respective items shall be as given below:
Sl No Item Description
1
Non Sparking Tools
Qty
PQC
Required criteria
69
7
2
Mechanical Tool Kit
Notes for Clause 1.1
69
7
For the purpose of evaluation of Clause 1.1, following shall be
treated as one similar work
a. Multiple orders at single/multiple location(s) but through single
bid process/tender.
b. Single work order for multiple locations.
Note: In case the Work Order/ PO amount(s) are in not in INR,
the currency shall be converted to INR based on the Exchange
Rate (TT Selling Rate of SBI, Mumbai) as on the Bid Due Date.
Criteria for similar work(s)
a. Vendors/Bidders must be manufacturer or manufacturer‟s
authorised representative for supply of the items included in the
tender.
b. The manufacturer / their authorized distributor shall meet the
PQC criteria and copies of P.O / performance certificates issued
in their name shall be attached.
c. The Vendor/Bidder must have supplied the Non Sparking tools
and Mechanical tool kits to any Petroleum, Petrochemical, gas
processing or fertilizer industry, Government Organization or
any other Industry.
1.2
Annual Turnover: The Bidder shall meet the minimum prescribed
financial pre-qualification requirement as follows:
Page 13 of 24
Signature of Tenderer with Seal & Date
The average Annual financial turnover, as per audited balance
sheet and Profit & Loss account, for the last three financial years
ending March, 2011 shall be at least R 41.4 Lakhs. For the
vendors following financial year closing at the end of June or
September or December, the last 3 financial years ending with the
respective quarter of 2010-11 will be considered.
1.3 Bidder shall furnish documentary evidence i.e. copies of work orders
/ relevant pages of contract, completion certificate/inspection
release note
from their clients/consultant, annual reports
containing audited balance sheets and profit & loss accounts
statement in support of their fulfilling the bid qualification criteria.
HPCL reserve the right to complete the evaluation based on the
details furnished without seeking any additional information.
Important Note: In respect of largest value orders, copies of
Purchase Orders as well as Performance certificates issued by the
respective purchasers also shall be attached. In the absence of any
one of the above two documents, the bid is liable for rejection.
2.0
Other Information
2.1 Parties who are affiliates of one another can decide which Affiliate
will make a bid. Only one affiliate may submit a bid. Two or more
affiliates are not permitted to make separate bids directly or
indirectly. If 2 or more affiliates submit a bid, then any one or all of
them are liable for disqualification. However up to 3 affiliates may
make a joint bid as a consortium, and in which case the conditions
applicable to a consortium shall apply to them. “Affiliate” of a Party
shall mean any company or legal entity which:
(a) Controls either directly or indirectly a Party, or
(b) Which is controlled directly or indirectly by a Party; or
(c) Is directly or indirectly controlled by a company, legal entity or
Partnership which directly or indirectly controls a Party.
“Control” means actual control or ownership of at least a 50%
voting or other controlling interest that gives the power to direct,
or cause the direction of, the management and material business
decisions of the controlled entity.
2.2 Bids may be submitted by:
a) A single person/ entity (called sole bidder);
b) A newly formed incorporated joint venture (JV) which has not
completed 3 financial years from the date of commencement of
business;
Page 14 of 24
Signature of Tenderer with Seal & Date
c) A consortium (including an unincorporated JV) having a
maximum of 3 (three) members;
d) An Indian arm of a foreign company.
2.3 Fulfilment of Eligibility criteria and certain additional conditions in
respect of each of the above 4 types of bidders are stated below,
respectively:
a) The sole bidder (including an incorporated JV which has
completed 3 financial years after date of commencement of
business) shall fulfil each eligibility criteria.
b) In case the bidder is a newly formed and incorporated joint
venture and which has not completed three financial years from
the date of commencement of business, then either the said JV
shall fulfil each eligibility criteria or any one constituent
member/ promoter of such a JV shall fulfil each eligibility
criteria. If the bid is received with the proposal that one
constituent member/ promoter fulfils each eligibility criteria,
then this member/promoter shall be clearly identified and he/it
shall assume all obligations under the contract and provide such
comfort letter/guarantees as may be required by Owner. The
guarantees shall cover inter alia the commitment of the member/
promoter to complete the entire work in all respects and in a
timely fashion, being bound by all the obligations under the
contract, an undertaking to provide all necessary technical and
financial support to the JV to ensure completion of the contract
when awarded, an undertaking not to withdraw from the JV till
completion of the work, etc.
c)
In case the bidder(s) is/are a consortium (including an
unincorporated JV), then the following conditions shall apply:
i. Each member in a consortium may only be a legal entity and
not an individual person;
ii. The Bid shall specifically identify and describe each member
of the consortium;
iii. the consortium member descriptions shall indicate what type
of legal entity the member is and its jurisdiction of
incorporation (or of establishment as a legal entity other than
as a corporation) and provide evidence by a copy of the
articles of incorporation (or equivalent documents);
iv. One participant member of the consortium shall be identified
as the “Prime member” and contracting entity for the
consortium;
Page 15 of 24
Signature of Tenderer with Seal & Date
v. This prime member shall be solely responsible for all aspects
of the Bid/ Proposal including the execution of all tasks and
performance of all consortium obligations;
vi. The prime member shall fulfil each eligibility criteria;
vii. a commitment shall be given from each of the consortium
members in the form of a letter signed by a duly authorized
officer clearly identifying the role of the member in the Bid
and the member‟s commitment to perform all relevant tasks
and obligations in support of the Prime/lead member of the
Consortium and a commitment not to withdraw from the
consortium;
viii. No change shall be permitted in the number, nature or share
holding pattern of the Consortium members after prequalification, without the prior written permission of the
Owner.
ix. No change in project plans, timetables or pricing will be
permitted as a consequence of any withdrawal or failure to
perform by a consortium member;
x. No consortium member shall hold less than 25% stake in a
consortium;
xi. Entities which are affiliates of one another are allowed to bid
either as a sole bidder or as a consortium only;
xii. Any person or entity can bid either singly or as a member of
only one consortium.
d) In case the bidder is an Indian arm (subsidiary, authorized agent,
branch office or affiliate) of a foreign bidder, then the foreign
bidder shall have to full fill each eligibility criteria. If such foreign
company desires that the contract be entered into with the Indian
arm, then a proper back to back continuing (parent company)
guarantee shall be provided by the foreign company clearly
stating that in case of any failure of any supply or performance of
the equipment, machinery, material or plant or completion of the
work in all respects and as per the warranties/ guarantees that
may have been given, then the foreign company shall assume all
obligations under the contract. Towards this purpose, it shall
provide such comfort letter/guarantees as may be required by
Owner. The guarantees shall cover inter alia the commitment of
the foreign company to complete the entire work in all respects
and in a timely fashion, being bound by all the obligations under
the contract, an undertaking to provide all necessary technical
and financial support to the Indian arm or to render the same
themselves so as to ensure completion of the contract when
awarded, an undertaking not to withdraw from the contract till
completion of the work.
Page 16 of 24
Signature of Tenderer with Seal & Date
TECHNICAL SPECIFICATIONS
Item No. 1 : Non Sparking Tools
Quantity: One set
Non-Sparking Tools for application in explosive potential environments.
All tools should be forged after casting & complete non magnetic. Tools should be
corrosion resistant suitable for application in corrosive environments. The tools
should be ergonomic designed to make operations easier, more comfortable and
faster.
Non Sparking Tools should be made from Copper-Beryllium Alloy material.
Copper Beryllium Alloy composition shall be :
Copper
Be/Ni
Others
Hardness
Tensile Strength
: Minimum 97 %
: Max 2.5 %
: Max . 0.5%
: 35 - 40 HRC
: 1250 N/mm2
The complete should be supplied in a easy to carry wooden box and should be
consist of one number each of the following items as mentioned below –
1) Shoe handle brush
2) 9” Crate opener
3) 16 oz Claw hammer with fiberglass handle
4) Common knife 5 ¾ Blade
5) 10 ¾ OAL
6) 12” Groove Joint Plier
7) 7” Long nose pliers with cutters
8) 8” combination Pliers
9) Deck scraper
10) 1 ½” Blade
11) Spray booth scraper
12) 3” blade x 9 ¼” long
13) Std Screwdriver 5/16” Tip
14) 6” Blade
15) 3” Phillips Screwdriver
16) 12” Tin Snips
17) 8” Adjustable Wrench
18) 12” Adjustable Wrench
19) 14” Pipe Wrench (Aluminum)
20) 12” Bung Wrench (Fits ¾” x 2”)
Page 17 of 24
Signature of Tenderer with Seal & Date
The manufacturer should be an ISO 9001:2000 certified company and should
certificate of testing the metallurgy of the Non Sparking Tools from a reputed
Laboratory.
 Positive Material Identification (PMI) test for 10% of the individual tools supplied in
the kit.
• Visual and dimensional check-100% witness by TPIA
Vendor shall submit test certificate for composition, tensile strength & HRC from
one of the approved Third party Agencies along with the bid.
The wooden box for housing the tools shall have suitable slots engraved inside to
the profile of the individual items. The items shall be neatly packed in the
respective slots. The box shall also have locking arrangement.
Item No. 2 : Mechanical Tool Kit
Quantity : One set
Everest /Godrej/Taparia or equivalent mechanical tool kit as per the quantity
mentioned below :
1.0 Screw Drivers - Set should consist of screw drivers of 12 different sizes
2.0 Adjustable Spanner – Set of 5 of different size
3.0 Ball Pen Hammer – 2 Nos.
4.0 Multipurpose combination Pliers – 2 Nos.
5.0 Bolt Cutter – 1 No. each of different sizes - 200 mm / 300 mm / 350 mm /
450 mm / 600 mm / 700 mm / 900 mm / 1050 mm / 1200 mm
6.0 Sheet Cutter - 1 No. each of different sizes – 10 mm / 12 mm / 14 mm
7.0 Double end Spanner with ribs – Set of 16 different types
8.0 Hack Saw Cutter – 1 No.
9.0 Spare Hack Saw Blade – 10 Nos
The wooden box for housing the tools shall have suitable slots engraved inside to
the profile of the individual items. The items shall be neatly packed in the
respective slots. The box shall also have locking arrangement.
Page 18 of 24
Signature of Tenderer with Seal & Date
Annexure II
Zone
North
Sr.No.
1
2
3
4
5
6
7
8
South
1
Central
2
3
4
5
6
7
8
9
10
11
12
13
14
West
1
2
3
4
5
6
7
8
9
10
11
12
13
Cum
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
List of Locations
Location
Bahadurgarh
Bijwasan
Rewari
Jammu
Pampore (Srinagar)
Bhatinda
Jallandhar
Sangrur
Hassan
Vijayawada
Secunderabad (Ghatkesar)
Rajamundary
Suryapet
Visakh (BOT)
Mangalore
Guntakal
Cuddapah
Desur (Belgaum)
Bengaluru
Gulbarga(New)
Navallur (Hubli)
Ramagundam
Loni (Pune)
Vashi (Navi Mumbai)
Mahul (Mumbai)
Wadala (Mumbai)
Hazarwadi (Miraj)
Nagpur (Khapri)
Sholapur (Pakni)
Manmad (Panewadi)
Jabalpur (Bhitoni)
Indore (Manglia)
Rairu (Gwalior)
Sagar
Akola (Gaigaon)
Page 19 of 24
State
Haryana
Delhi
Haryana
J&K
J&K
Punjab
Punjab
Punjab
Karnataka
A.P
A.P
A.P
A.P
A.P
Karnataka
A.P
A.P
Karnataka
Karnataka
Karnataka
Karnataka
A.P
Maharastra
Maharastra
Maharastra
Maharastra
Maharastra
Maharastra
Maharastra
Maharastra
M.P
M.P
M.P
M.P
Maharastra
Signature of Tenderer with Seal & Date
Zone
South
Sr.No.
1
2
3
4
5
North
1
West
2
3
4
5
6
7
8
9
East
1
2
3
4
5
6
7
8
9
10
North
1
Central
2
3
4
5
6
7
8
9
10
Cum
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
Location
Irumpanam (Kochi)
Elathur (Kozhikode)
Irugur (Coimbatore)
Kappalur (Madurai)
Tirunelveli
Jaipur
Palanpur
Mundra
Ajmer
Kandla
Hazira
Nandesari
Bharatpur
Salawas
Kolkata I
Haldia
Rajbandh
Betkutchi
Mandir Hasaud (Raipur)
Bilaspur
Somnathpur (Balasore)
Cuttack
Paradeep
Rourkela
Barauni
Amousi (Lucknow)
Gonda
Karari
Meerut
Najibabad
Baitalpur
Mathura
Aonla
Mughalsarai
Total - 69 Sets
Page 20 of 24
State
Kerala
Kerala
Tamil Nadu
Tamil Nadu
Tamil Nadu
Rajastan
Gujarat
Gujarat
Rajastan
Gujarat
Gujarat
Gujarat
Rajastan
Rajastan
West Bengal
West Bengal
West Bengal
Assam
Chhattisgarh
Chhattisgarh
Orissa
Orissa
Orissa
Orissa
Bihar
U.P
U.P
U.P
U.P
U.P
U.P
U.P
U.P
U.P
Signature of Tenderer with Seal & Date
PARENT COMPANY GUARANTEE
This GUARANTEE (“Guarantee”) is issued on the _____ day of ______ , ___ by
_______________________, a Company organized and existing under the laws of
___________ having its Registered Office at ___________________________
(hereinafter referred to as “Guarantor” and/or “__________________”), at the
request and/or behest of _______________________, a Company organized and
existing under the laws of _________________ having its Registered Office at
____________________ (hereinafter referred to as “Indian arm”), in favour of
Hindustan Petroleum Corporation Limited, a listed Public Limited Company
organized under the laws of India having its Registered Office at Petroleum
House, 17, Jamshedji Tata Road, Churchgate, Mumbai – 400 020 (hereinafter
referred to as “Beneficiary” or “HPCL”).
WHEREAS:
The Beneficiary floated a global tender dated __________ inviting offers from
Vendors for ________________(purpose). The Indian arm have submitted their
quotation dated _________ and advised the Beneficiary that the Indian arm is
the subsidiary/ authorized agent/ branch office/ affiliate* of the Guarantor.
The Guarantor vide its letter dated __________ informed the Beneficiary that its
Indian arm, will quote and participate in the tender in their place and desire
that the contract be placed by the Beneficiary on the Indian arm. For this
reason, the Guarantor is ready and willing to give a Parent Company
Guarantee (PCG) inter alia for the performance of their Indian arm to the terms
and conditions of the tender and on failure to assume the said obligations.
.
We, the Guarantor are hereby recording the terms and conditions governing
our obligations under this Guarantee with the intent of being legally bound by
the same and hereby agree, covenant and bind ourselves as follows:1. The Guarantor hereby irrevocably and unconditionally guarantees to
HPCL that its wholly owned Indian arm Company will perform its
obligations under the terms and conditions of the tender, if the contract
is being awarded to them in future for ___________ and agrees to provide
further comfort letters/ guarantees, if so desired by beneficiary, in terms
of the tender.
2. The Guarantor unconditionally and irrevocably guarantees to the
Beneficiary that it will make available or cause to be made available to
the Indian arm all financial, technical and other resources required to
ensure that the Indian arm can carry out its obligations as per the tender
terms and conditions and that the Indian arm at all times fully and
effectively discharge its obligations under the terms and conditions of
tender, including by discharging the obligations within the time and cost
so stipulated.
Page 21 of 24
Signature of Tenderer with Seal & Date
3. The Guarantor hereby agrees that if the Indian arm shall in any respect
commit any breach or fails to fulfill any of the terms of the
Contract/Tender or complete it in all respects or if there is a failure to
make any supplies or if any material, equipment or machinery under the
contract so supplied is not of the required specifications or does not
perform as envisaged under the contract, then the Guarantor will
forthwith perform the same and fulfill all the obligations required under
tender terms & conditions on behalf of their Indian arm, without any
extra cost and time implications.
4. The Guarantor further undertakes to indemnify all losses, damages,
expenses, claims, costs and proceedings which may be suffered or
incurred by Beneficiary due to the failure or breach on the part of its
Indian arm Company.
5. The Guarantor assures and undertakes that during the term of the
contract or of any guarantee for performance as per the contract, the
Indian arm shall continue to be the subsidiary/ authorized agent/
branch office/ affiliate* of the Guarantor and the Guarantor‟s liability
shall not be affected due to any incapacity or lack of power or legal
personality or change in the status of the Indian arm or the Guarantor.
6. The Guarantor‟s liabilities under this Guarantee shall not exceed the
liability of the Indian arm under the tender terms and conditions but this
shall in any manner not affect the Guarantor‟s own responsibilities and
liabilities under the Guarantee.
7. The obligation of the Guarantor shall take effect from the date of this
Guarantee and shall remain in full force until all the obligations of the
Indian arm have been fully performed and discharged and/or all sums of
money payable to Beneficiary have been fully paid under the contract
being entered into by Beneficiary with the Indian arm Company. The
Guarantor further undertakes to perform forthwith without insisting on
any proof of breach of Contract by its Indian arm Company and purely
relying on Beneficiary‟ s written demand.
8. The liabilities of the Guarantor shall not be discharged, diminished or
otherwise affected by:(a)
(b)
Any change in the Articles of Association or Bye-Laws or
constitution of the Indian arm Company or the Guarantor.
Any time, indulgence, waiver or consent given to Indian arm
Company by the Beneficiary.
Page 22 of 24
Signature of Tenderer with Seal & Date
(c)
Any amendment to the Contract or any security or other guarantee
or indemnity to which Indian arm Company has agreed.
(d)
The dissolution, amalgamation, reconstruction or reorganization of
Indian arm Company or Guarantor.
9. NOTICE:
Any notice, demand, declaration or other communication to be given by
the Beneficiary or the Guarantor to the other shall be in writing, in
English language and delivered in person or by Air Mail or by Courier
Services or by Facsimile or by E-Mail to the address given below :For Guarantor
Attention of
Mailing
Address
Email Address
Fax No.
For Beneficiary
Attention of
Mailing
Address
Email Address
Fax No.
10.
GOVERNING LAW AND JURISDICTION:
This Guarantee shall be exclusively governed by and construed in
accordance with the laws of India without giving effect to the principles of
conflict of laws therein. No party shall take a plea that any forum is
inconvenient. It may be enforced in terms of the Indian laws.
11.
DISPUTE RESOLUTION
Any dispute arising out of or in relation to this Guarantee shall be
resolved by arbitration of a sole arbitrator to be appointed as per the
rules set out in the tender document.
12.
This Guarantee may be executed in one or more counterparts, all of
which shall be read and construed as one document and any fax copy or
scanned copy or print of a scanned copy of a signed Guarantee shall be
deemed to be an original signature.
Page 23 of 24
Signature of Tenderer with Seal & Date
13.
No modification, alteration or amendment of this Guarantee or any of its
terms or provisions shall be valid or legally binding unless the
Beneficiary consents to the same in writing.
14.
No failure to take any action with respect to a breach of this Guarantee
or a default by any other party shall constitute a waiver of the
Beneficiary‟s right to enforce any provision of this Guarantee or to take
action with respect to such breach or default or any subsequent breach
or default.
15.
Waiver of any breach or failure to comply with any provisions of this
Guarantee shall not be construed as, or constitute, a continuing waiver
of such provision, or a waiver of any other breach of or failure to comply
with any other provision of this Guarantee, unless any such waiver has
been consented to by the concerned party in writing.
16.
This document has been executed by a duly authorized signatory on
behalf of the Guarantor having the requisite power to do so.
IN WITNESS WHEEOF the Guarantor has duly executed this Guarantee as at
the date first above written.
For and on behalf of Guarantor,
__________________________
Witness
(Signature)
Signature :
Name
:
Designation
Date
:
:
Note:
* Strike off that which is not applicable and retain the correct relationship
between Guarantor and Indian arm.
Page 24 of 24
Signature of Tenderer with Seal & Date
Download