You are on page 1of 13

Desludging of Crude tank 111

Background:
Mumbai Refinery has decommissioned its crude tank namely Tk-111 and intends to appoint
vendor for "In-situ Mechanical Oil Recovery from the crude tanks bottom sludge".

Process Description to be adopted:

The mechanical process of oily sludge treatment plant should be designed to have high through
put processing rate. It should involve the use of thermo-mechanical processes to separate oil
sludge into its primary components of oil, water and solids. The thermo mechanical oil recovery
process should involve the following:

I. Insitu transportation of sludge through Super Sucker vaccum system of minimum


75 m3/day.
II. Sludge preparation in the Tank.
III. Sludge conditioning and homogenization
IV. Mechanical screening
V. Decanter centrifuge separation
VI. Oil & water recovery separation system.
VII. Recovered oil pumping system.

The mechanical recovery process should engage the following unit operations for effective and
desired oil recovery from the crude tank bottom sludge.
1. Super sucker vacuum system of minimum75 m3/day.
2. Feed pump system for sludge processing plant.
3. Shaker System (stage wise operation)
4. Hydrocyclone system
5. Conditioning tank
6. Calibration tank for sludge and solvent.
7. Centrifuge system (stage wise operation)
8. Floatation tanks for water /chemical Treatment.
9. Interpreter tanks (with adequate heating and water draining facility).
10. Drop out tanks with temperature measurement and adequate heating provision.
11. Pumping of recovered oil and solvent from settling tanks.

The process of mechanical oil recovery will involve mechanical and chemical separations
methods where oil, water, solids are separated such that oil content in the treated sludge ( left
over cake after the potential oil recovery) will be less than 10%.

The sludge should be made pump able inside the tank and sucked through Super Sucker vaccum
system from crude tank bottom and is transferred directly into sludge preparation / containment
vessels where the final measurement of the sludge will be carried out jointly and the payment
will be made basis this measurement. This sludge is discharged into the first stage mechanical
shaker to remove large debris. The slurry is then pumped to the hydrocyclones for further
processing/treatment.

The hydro-cyclone process should be employed to separate solid from liquid. The discharge from
the underflow of the hydro-cyclone drops on the fine mesh shaker to dewater liquid and the solid
is discharged into a residue bin. Liquid in the centrate tank is continuously pumped to a decanter
centrifuge to spin out the fine particles. The fine particles are discharged as dry residue and the
liquid discharged into floatation tank

Recovered free oil will be received to HPCL designated tanks. Recovered liquid from the
treatment unit will be received in oily water treatment facilities of HPCL. Left over sediments
will be stored inside at HPCL- Mumbai Refinery bioremediation site.

Vendor will engage oily water Poly-electrolyte separation through flocculation/co-agulation with
desired numbers of floatation tanks/Interceptor tanks to achieve effective oil-water separation.

1. Technical specification

Internal cleaning of crude oil tanks and recovery of hydrocarbons from the Tank bottom Sludge
of Tank 111. The details of these Crude oil tank are as given below

1 Tank No 111
2 Product HS Crude oil
3 Diameter 79 m
4 Height 20m
5 Roof-type Pontoon F Roof
6 Estimated Sludge Qty (approx.) 2450 m3
7 Steam coil Yes
The tank is to be thoroughly cleaned and made hydrocarbon free including deck top and pantoon
internals. The tank shall be made ready for hot work condition. The above estimated Sludge are
tentative and indicative. As sludge quantified is approximate quantity, an additional sludge of
4000 m3 is considered in case the actual sludge in tank exceeds the estimate.

For all the measurement / payment purpose, quantity of material/sludge is 'the pumping out of
the free oi/Sludge & less of Diluent/Cutter Stock (i.e. Sludge = Total material removed from
Crude tanks minus the Cutter Stock/Diluent used)

Potential Oil recovered to have less than 5 % BS & W. Left over sediments, after potential oil
recovery, to have less than 10% Oil & Grease content.
2. Bid format:

2.1 Bid will be two bid process for Technical as well as Price Bid
(Format for Price Bid to be submitted Separately in sealed Envolepe, to be marked as "Priced
Bid").

2.2 Tender to be awarded on overall lowest amount basis. Only one vendor to be awarded the
contract.

A. Line Item no 1: Vendor to quote a lumpsum amount for processing of 2000Cu.M of


Tk-111 Crude tank Bottom Sludge as Lumpsum Charges.
B. Line Item no 2: Vendor to quote unit rate per Cu.Mt for Processing additional
sludge of 4000Cu.m .
C. Line Item no 3: Vendor to quote separately mobilisation/ De-Mobilisation charges
as Lumpsum amount.

3.0 Scope of Work:

The crude oil tank 111 will be de-commissioned and handed over to the successful bidder for
internal cleaning of tank and processing of sludge removed from it. The scope of work outlined
hereunder is only indicative and not exhaustive. All activities are required to be completed by the
Vendor within their quoted rates.

3.1 The Sludge processing capacity of the plant should be minimum75 m3/day and vendor
should process and achieve processing of 75 m3/day to meet the time frame of tank cleaning.
The crude tank cleaning process shall necessarily involve in-situ processing of complete sludge
available inside the tank engaging all equipment and the process which are to be supplied by the
contractor which mainly involves oil preparation/conditioning, centrifuging, vacuum pumps,
vacuum truck system .and mechanical cleaning of tank internals and handing over the crude tank
for maintenance & inspection with minimum manual intervention. The sludge so removed shall
be processed for separation of debris, sediments/solids, water and oil. The system must be based
on using specialty chemicals, filters, pumps decanters, centrifuge, hydrocyclones etc outside the
tank parallely at designated place shown by HPCL.

3.2 The vendor should estimate the sludge quantity as and when tanks are handed over to them.
They need to design their tank cleaning & sludge processing unit accordingly and mobilize the
sufficient no of units so as to complete the entire job for the tank within the schedule time period.

3.3 Detailed procedure with equipment layout, bar chart for the total activity schedule for tank
cleaning activity has to be submitted for approval before commencing the job to Engineer in
charge.

3.4 After de-commissioning of tank, the initial pumping of free flow liquid available in the tank
to reach to a un-pumpable volume by using necessary pumps is to be done by the vendor before
commencing cleaning procedure by arranging all requirement such as pumps, hoses, all tools &
tackles, manpower any other equipment etc.
3.5After de-commissioning & removal of free flow liquid, the sludge is to be removed by
liquefying the heavy sludge and residue with diluents / cutter stock at ambient temperature.
3.6 Push or suck the broken mixed sludge after confirming to homogeneous status of the sludge
as mentioned above to the pump suction / vacuum unit to facilitate pumping it out for sludge
processing.
3.7 The vendor shall install high capacity air eductor, exhaust fan and compressor to normalize
atmosphere inside the tank or ventilate the tank before persons with breathing apparatus are
allowed to enter physically into the tank. The breathing apparatus used by persons entering the
tank should be approved by HPCL safety authorities.
3.8 The Vendor shall be responsible for the provision of suitably qualified safety personnel, fire
watchers and breathing apparatus (BA) standby men as required during the works.

3.9 Carryout Water jet cleaning of all tank internal parts and prepare the tank for Carrying out
Internal inspection & hot work inside the Tank by making it free of hydrocarbons.
3.10 The vendor shall start the process of oil recovery from the sludge removed from the
crude tank at a location shown by HPCL by using High solid separation unit and
Centrifuges, hydro- cyclones facilitating the Oil phase recovery etc. The residual produced
for disposal shall contain less than 10% oil and the recovered oil should have less than 5 %
bottom sediments & water.
3.11 The recovered oil shall be tested for water, total sediments, flash and density in HPCL
laboratory before being pumped to crude / slop / FO tanks while the residual sludge of each
batch would be tested in HPCL laboratory for conforming to within 10 % as mentioned in
Clause 3.10 before sending it for bioremediation. The recovered oil with less than 5 % BS &W
only will be allowed to be transferred to the FO / crude /slop tank.
3.12 The vendor shall jointly sample the left over Sediments/residual, recovered oil along with
HPCL representatives and shall deliver samples for testing to the Refinery designated
laboratory as per the required testing schedule.
3.13 The vendor shall maintain proper daily records which shall include date wise diluents
received, diluents used, sludge processed in cubic meter, oil recovered in cubic meter, samples
sent to laboratory for testing BS &W. Any other relevant details may also be incorporated in
the records on daily basis as advised by HPCL site engineer. The Vendor shall provide
calibrated tanks wherein opening & closing dip will be taken by both parties for the receipt of
diluents or solvent pumped out recovered oil and sludge measurement which shall be recorded
and counter signed by HPCL site engineer on daily basis.
3.14 Transport and unload the Residue solid material collected after centrifuging to the area
identified by Engineer in charge after confirming it to within 10% as mentioned in Clause 3.11
3.15 Unloading of the total residue cake to the designated place (Bio-remediation site) shall be
carried out by Truck/Tractor/Trailer by shovelling out the sludge completely.
3.16 Distribute / Spread-out the shifted and unloaded residue and solid material evenly by
using required equipment and workmen with proper safety apparels.
3.17 Clean the whole area around the tank and residue collection area including the path of
transportation by removing all residue, cotton waste, oil etc. to the satisfaction of Engineer -in-
charge. The vendor shall be responsible to maintain the area of work with good housekeeping
at all time and the surrounding area safe for people to work around.
3.18 Vendor to fill up attachment:

Sr No Item description Vendor to confirm


1 Plant capacity 75 m3/day Yes No
2 Process Flow Diagram with capacity of Yes No
individual equipment, technical and
process description attached.
3 Oil Recovery(% age) by Thermo Yes No
Mechanical process > 95%
4 Oil recovered BS&W < 5% Yes No
5 Sediments left over after processing not Yes No
to have > 10% O & G.

4.0 Terms & Conditions


4.1 Performance Guarantee
For the sludge processing activities, the recovered oil should have less than 5 % wt BS & W by
test method IS:1448(P:30)-1970. The separated solids should have less than 10 % wt oil based
upon the test method, IS:3025(Part 39)-1991. The vendor shall not process the next batch until
the earlier batch meets the required specifications under the terms of this contract.
4.2 Operational
4.2.1 All the skilled operating & maintenance manpower employed by the vendor should have
at least 2 years of relevant experience. The vendor needs to submit the necessary documentary
evidence in this regard.
4.2.2 The vendor shall be required to work on round the clock on two 12 hrs shift basis
including Sundays & Holidays. During the period of the contract, the vendor shall not
substitute / replace manpower without proper consent of HPCL. The contractor to submit
proposed shift wise manpower allocation plan & proposed shift schedule along with the un-
priced bid.
4.2.3 The Vendor should give a declaration that all their equipment is safe in design and will
not fail metallurgically, structurally etc. Discrepancies, if any noticed in vendor's equipment by
HPCL, the vendor must take corrective action as per HPCL advice. HPCL personnel shall be
authorized to regularly visit the vendor's plant and inspect all records and equipment health as
necessary.
4.2.4 During tank cleaning & sludge processing, if any breakdown takes place or if any
corrective action is advised by HPCL on safety and / or environmental related matters, HPCL
will give reasonable time to the vendor to rectify the problem and re start the oil recovery
process in the shortest possible time failing which HPCL reserves the right to terminate the
said contract.
4.2.5 Adequate spares should be available with the contractor at site for maintenance purposes.
4.2.6 HPCL will have the right to terminate the contract at any time, if the performance of the
contractor is not satisfactory in any area of activity.
4.2.7 The vendor must comply with all safety and environmental related requirements and
advice of HPCL during the entire stage of contract.
4.2.8 The vendor shall observe all the safety precautions and obtain necessary work permits
from HPCL before starting the work inside the refinery
4.2.9 The vendor shall maintain proper housekeeping at the site.
4.2.10 Vendor should maintain a shift log and record for all their activities and make its copy
available to HPCL in every shift. Any abnormalities which have safety and / or environmental
implications must be reported to HPCL immediately.
4.2.11Vendor shall submit a monthly report of the activities giving all the necessary details as
advised by HPCL from time to time. The report of the preceding month should be submitted in
the first week of succeeding month.
4.3 Electrical Issues
4.3.1 All equipment brought to the site by the Vendor should be suitable for hazardous area
{Area classification; Class I, Division I, Gas group IIA & B as per CENELECEN 50014}
4.3.2 Power to the Vendor's processing unit shall be provided by HPCL. Power system available
in 3 phases, 415 + 10% volts, frequency 50 Hz+3% fault level 31MVA and solidly earthed type.
4.3.3 Power to the vendor's unit shall be through adequately size 3.5 cores, 1100V grade, PVC
insulated, PVC sheathed, stranded, galvanized steel wire armored, aluminum conductor cable.
The cable shall be laid by HPCL up to the contractor's unit battery unit main panel.
Termination of this cable at the processing unit is in the contractor's scope
4.3.4 All electrical equipment shall be suitable for operation in hazardous area of the refinery
(Area classification: Class I, Division I, Gas group IIA & B as per CENELECEN50014)
4.3.5 The electrical switch board of the vendor shall be suitable for termination of HPCL
power cable and earth fault so that any fault in the vendor's unit may be isolated locally
without allowing the fault to travel up to HPCL switch board.
4.3.6 The Vendor shall install 2 Nos of earth pits and connect the switchboard through this
earthpit
4.3.7 The entire electrical equipment of Vendor's shall be earthed through two separate
adequately sized earth strips and brought to the panel's main earth points.
4.3.8 All the motors of the unit shall have independent push button stations with start &
emergency stop near motor itself.
4.3.9 All the motors shall be independently protected by overload relay, adequately fixed HRC
fuses and isolators.
4.3.10 Vendor shall provide the electrical power requirements along with all necessary details.
4.3.11 Cabling and wiring within the unit is included in the scope of contractor.

4.3.12 All necessary spares like HRC fuses, relays, etc. required for replacement purposes shall
be maintained by the contractor at site.

4.3.13 In the unlikely event of power failure to the Vendor's unit due to whatsoever reasons,
HPCL shall not provide any other alternate source of power supply

4.3.14 Area lighting and specific lighting requirement for the job is in the Vendor's scope

4.4 Sludge Measurement Methodology

HPCL and Vendor shall determine measurement of each batch of sludge processed along with oil
content jointly by taking dimensions of the measuring tank after draining of the water. The
contractor shall use de-emulsification agents for separation of the water. The volume of water
content and diluents used shall not be considered for determining the quantity of sludge treated.
Sludge will be total material removed after pumping free cutter stock used.

5.0 Scope of Supply


5.1 Vendor's Scope

5.1.1 Supply, erection, commissioning & Operating of Sludge Processing plant of minimum
capacity of 75 m3/day consisting of Jet mixture, super sucker vacuum system, circulating pump,
filter, exhaust fan, centrifuge, decanter, high solid separation unit, hydro Dozer, air compressor
with necessary operators, power cable, power distribution boards, ELCB, measuring equipment /
instruments for diluents, accessories & tools or any other equipment's as required for liquefying,
pumping, centrifuging and separation operations. Kindly refer clause

5.1.2 Special positive displacement Pumps required for handling liquefied sludge and residue

5.1.3 Hydrojetting machines for final cleaning of tank internals

5.1.4 Diesel required for running diesel driven equipment hired/owned by the vendor

5.1.5 The Vendor should own/outsource/hire the required Vacuum Truck/Truck/Tractor/Trailer


etc. with skilled and certified operator exclusively for sludge/residue shifting jobs.

5.1.6 Manpower required for Sludge/Residue Collection, shifting, unloading, shovelling, house
keeping etc

5.1.7 Consumables like Additives, Diluents for liquefying the sludge, Cotton waste, Hand
gloves, Scrappers, Rubber mop, Shovels, Spades, Axe, Buckets etc

5.1.8 The Vendor to have his own site office in HPCL plant area.

5.1.9 The vendor shall arrange all transportation to and fro & accommodation for their
manpower, materials, consumables, material equipments etc.
5.1.10 Crane to be arranged by the vendor as and when required

5.1.11 Safety equipment like oxygen/gas meters, breathing Sets, air Masks, personal protective
equipment etc as required for safe working inside the tank.

5.1.12 The vendor shall ensure to ventilate the tank thoroughly before tank entry by means of
pneumatically driven exhaust fans and conical air movers.

5.1.13 The Vendor shall monitor the atmosphere inside the tank for LEL, H2S, oxygen and other
toxic gases by means of gas detector for safe entry.

5.1.14 The Vendor shall mention the ratio of diluents/solvent required from HPCL in the
unprice/technical bid separately for Crude oil as proposed diluents from HPCL.

5.1.15 The Vendor shall move the residual sludge within the HPCL refinery premises to a place
as shown by HPCL site engineer so that further bio-remediation of the residual sludge could be
carried out by HPCL.

5.1.16 Any other consumables/equipments / materials required for completion of the job and not
Specifically mentioned in HPCL scope of supply shall be arranged by the Vendor.

5.1.17 Vendor will prepare the site for installation of sludge processing plant with respect to
paving and other details as required.

6.2 HPCL Scope

6.2.1 De-Commissioning of the Crude Oil Storage Tank and pump out to the extent possible by
our existing pumping system.

6.2.2 Cutter stock (Crude oil) shall be given as the solvent or diluents free of charge. However
vendor shall specify the ratio of cutter stock to sludge to be processed in the un-price bid

6.2.3 Utilities like Fire water from the hydrant, electricity, and Medium pressure steam (10
Kg/cm2),air, flushing oil, raw water will be provided at no charge from the nearest available
source. However vendor shall arrange for necessary connections as and when required. Vendor is
to indicate the power requirement, if any, along with their offer.

6.2.4 Provide the laboratory services for testing I analysis purpose during sludge processing
activities on round the clock basis.

6.2.5 Provision of office space near the respective work site. Vendor shall arrange necessary
office Porta cabins for the same and on completion of the work, the Porta cabins shall be
removed from the site and clean the area of office space.
7.0 Completion Period

7.1Vendor should mobilize within 30 days from LOI or Instruction from Engineer-in-charge and
Set up the equipment & necessary related piping ready for commencing cleaning and sludge
treatment activity within 7 days after reporting at site and take up Job immediately as per the
instruction of Engineer-In-Charge.
7.2 All work related to tank cleaning and its sludge treatment be carried out as per the following
schedule:
1. TK 111: 40 days
The above completion time is based on the Tank estimated sludge quantity and the processing
rate of 75 m3/day of sludge. However, if the estimated sludge quantity varies, completion time
will be counted on pro-rata basis.

Total Completion time will be 30 days+7 days+40 days = 77 days. Processing of Sludge will
start from 38th day of LOI

7.3 The completion period as given above is based on the estimated quantity of sludge mentioned
under clause 1. Any variation in the quantity within + 10% of the estimated volume shall not
qualify for any time extension. The variation above 10% of estimated shall be considered for
time extension on pro rota basis for the actual volume of sludge processed. The revised time
completion period shall be equal to (original estimated time/ 1.1 times original estimated
volume)*(actual volume of sludge processed).

7.4 The mobilization and demobilization charges shall be paid once only during entire contract
period.

8.0 Payment Terms

Payment for tank cleaning & sludge processed and certified by Engineer In charge

8.1 Part payments allowed and shall be released based on volume of actual sludge processed.

8.2 Single mobilization charge is applicable; payment towards mobilization charges shall be paid
after successful completion of the job.

8.3 PBG applicable


8.4 LD Clause
In case of delay beyond the completion period due to reasons attributable to vendor, liquidated
damages @ 0.5 % per week or part there off of the executed contract value for particular tank
subject to maximum or 5 %.
TERMS & CONDITIONS:
I. Standard Terms and Conditions for Works Contracts (STCWC): For any contracts/Purchase
agreements HPCL's Standard Terms & Conditions for Works Contracts shall solely apply.
II. General Purchase Conditions for Imports: For any contracts/Purchase agreements HPCL's
General Terms & Conditions for Imports shall solely apply.
III. Security Deposit: The bidder with whom the contract has been decided to be entered into and
intimation is given will have to make a security deposit of 1% of the total contract value in the form of
A/C payee crossed demand draft drawn in favour of HPCL payable at Mumbai within fifteen days
from the date of intimation of acceptance of the offer failing which HPCL reserves the right to cancel
the contract and forfeit the EMD. On receipt of security deposit ,EMD will be returned back to the
vendor.
IV. Performance Bank Guarantee: A performance bank guarantee in the prescribed format (enclosed
herewith as Annexure-II) should be submitted by the vendor for a value equivalent to 10% of the total
contract value. This performance bank guarantee should remain valid for entire guarantee period i.e.
18 months from the date of supply. The Performance Bank guarantee should also have a minimum
claim period of 6 months over and above the guarantee period.
V. Liquidated Damages Clause: During the execution of order if the vendor fails to deliver any or all
the goods within the time period (s) specified in the contract., HPCL may deduct from the contract
price, as liquidated damages @ 0.5% per week of delay subject to a maximum of 5% of the order
value for delayed delivery.
VI. Integrity Pact: The Integrity Pact duly signed by the authorized official of HPCL and the Contractor,
will form part of this contract / supply order. Proforma of Integrity Pact (which is issued along with the
bidding document - Annexure - 8) shall be returned by the bidder along with technical bid, duly
signed by the same signatory who signs the bid i.e. who is duly authorized to sign the bid. All the
pages of the Integrity Pact shall be duly signed by the same signatory. Bidder's failure to return the
Integrity Pact along with the bid, duly signed, shall lead to outright rejection of such bid.
VII EPF/ESIC: Applicable

ARBITRATION CLAUSE
(a) All disputes and differences of whatsoever nature, whether existing or which shall at any time arise
between the parties hereto touching or concerning the agreement, meaning, operation or effect thereof
or to the rights and liabilities of the parties or arising out of or in relation thereto whether during or after
completion of the contract or whether before 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 the Sole Arbitrator or nominate some officer/retired
officer of Hindustan Petroleum Corporation Limited (referred to as owner or HPCL) or a retired officer of
any other Government Company in the oil sector of the rank of Chief Manager & above or any retired
officer of the Central Government not below the rank of a Director, to act as the 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 person as the Sole Arbitrator on the ground that the
said person is/was an officer and/or shareholder of the owner, another Govt. Company or the Central
Government or that he/she has to deal or had dealt with the matter to which the contract relates or that
in the course of his/her duties, 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 person as aforesaid, to act as the Sole Arbitrator.
(d) Such another person nominated as the 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 a person nominated by the Appointing Authority as
aforesaid, shall act as an Arbitrator. The failure on the part of the Appointing Authority to make an
appointment on time shall only give rise to a right to a Contractor to get such an appointment made and
not to have any other person appointed as the Sole 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 lumpsum fees of the
Arbitrator shall be Rs 40,000/- per case, for transportation contracts and Rs 60,000/- for Engineering
contracts and if the sole Arbitrator completes the arbitration including his award, within 5 months of
accepting his appointment, he shall be paid Rs 10,000/- additionally as bonus. Reasonable actual
expenses for stenographer, etc will be reimbursed. Fees shall be paid stagewise, i.e. 25% on
acceptance, 25% on completion of pleadings/documentation, 25% on completion of arguments and
balance on receipt of award by the parties..
(i) Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any statutory
modification or re-enactment thereof and the rules made 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 Mumbai for all purposes. The
Arbitration shall be held at Mumbai and conducted in English language.
(k) The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation Limited.
Note: In case of your non-acceptance of the Arbitration clause, your offer is liable to be rejected.

CANCELLATION / RISK PURCHASE CLAUSE


The Owner reserves the right to cancel the Purchase Order or any part thereof and shall be entitled to
rescind the contract, wholly or partially, in a written notice to the vendor if:
(1) The Vendor fails to comply with the terms of this Purchase Order.
(2) The Vendor fails to deliver the goods on time and / or replace the rejected goods promptly.
(3) The Vendor becomes bankrupt or goes into liquidation.
(4) The Vendor makes a general assignment for the benefit of creditors.
(5) A receiver is appointed for any of the properties owned by the vendor.
Upon receipt of the said cancellation notice, the Vendor shall discontinue all work on the Purchase Order
and matters connected with it. The Owner, in the event, will be entitled to procure the requirement in the
open market and recover the excess payment over the Vendor's agreed price, if any, from the Vendor,
reserving to itself the right to forfeit the security deposit, if any, made by the vendor against the contract.
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.
In this event of the Owner exercising the option to claim damages for non-delivery, other than by way of
difference between the market price and the contract price, the Vendor shall pay to the Owner the fair
compensation to be agreed upon between the Owner and the Vendor.
The provision of this clause shall not prejudice the right of the Owner from invoking the provisions of the
Price Reduction clause as aforesaid.

All Tender Terms and Conditions including Scope of Job, Other Attachment etc.
sent along with Tender, wherever applicable will remain valid in Purchase Order
also.

In case of non receipt of any attachment, which would be applicable for executing
the order, kindly contact user mentioned in Tender/PO or respective Purchase
Officer whose name is mentioned in the first page of Tender/PO.

In case of services rendered in Refinery, Safety, Health & Environment Document


remain an Integral Part of Tender document/PO.

Two Bid (Priced+Unpriced) Tenders for Contracts:

Important:
=======
(1) If, for any reason, you are unable to quote, please do send us a regret letter without fail. It may be
noted that more than three instances of "no-response" against our tenders can lead to cancellation of
registration of your firm with our company

(2) The bidders can witness the tender opening on the tender due date and time. Bidder / bidders
authorised representative, while coming for tender opening should have details of tender number, due
date of the tender and the name of the concerned Purchase Officer. In case visitor pass is required,
please write an email in advance to: skpatil@hpcl.co.in <mailto:skpatil@hpcl.co.in>

(3) HPCL has developed a Grievance Redressal Mechanism, details of which are available on the
Corporation's website.

(4) Bidders to quote clearly in terms of percentages of quoted rate the Service Tax/Excise/Sales
tax/VAT/freight/P & F/insurance/Octroi or any other levies.

(5) Please ensure that all the details of tenders are necessarily filled in, all pages of tender duly signed
and stamped as incomplete and unsigned offer can lead to rejection of the offer.

(6) In case tender specifies bidders to quote single plus/minus percentage over schedule of rates given in
the tender, a single plus/minus percentage needs to be specified. Offers with multiple percentages or
percentages against individual items or any type of deviations from the above format of quoting may lead
to your quotation being rejected.

(7) HPCL General Terms and Conditions of Works Contracts (GTCWC) shall form an integral part of this
tender and shall solely be applicable in the event of Purchase Order.

(8) Unless specified other wise, EMD shall not be applicable for this tender.
(9) Submission of Offer : Priced + Unpriced offers in separate envelopes:
Envelope 1 (Unpriced Bid)- (ATTACHED HEREWITH) which is superscribed with tender no., due date
and "Unpriced offer" shall contain copies of commercial and technical terms with basic unit rate and total
quoted value blanked out and necessary documentary evidence for qualification criteria.

Integrity Pact document duly signed and stamped shall be submitted along
with the Un-Priced bid of tender. Offers received without integrity pact
document duly signed and stamped shall be out-rightly rejected. offers not
in two bid system shall also be out-rightly rejected

Envelope 2 (Priced Bid)- - (ATTACHED HEREWITH) which is also superscribed with tender no., due
date and "Priced offer" shall contain 1 copy of commercial terms with basic unit rate filled in.
Envelopes number 1 and 2 as mentioned above are to be enclosed in a bigger envelope which is to be
superscribed again with Attention of, Tender Number and Tender Due Date.

TENDERS NOT SUBMITTED IN THE ABOVE FORMAT SHALL BE OUTRIGHTLY REJECTED.

(10) Please drop your offer only in the TENDER BOX REFINERY MATERIALS (marked as 2) which is on
the top row middle position at Main Gate Security Chamber. Tenders dropped in any other box shall not
be considered. In case the tender is sent thru courier service, then the courier service needs to be
instructed to drop the offer as detailed above.

You might also like