Hindustan Petroleum Corporation Limited: (A Government of India Enterprise)

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 8

HINDUSTAN PETROLEUM CORPORATION

LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)

Tender document
For
Supply of Horizontal centrifugal Pumps
At
HPCL Hisar
INTRODUCTION

BRIEF PROJECT DETAILS

HPCL is constructing a new Petroleum Storage Depot at Village Datta in the District Hisar, State
of Haryana. This tender is envisaged for supply of Horizontal centrifugal pumps along with ARC
Valves for handling Ethanol operation at Hisar Depot.
The address of site is as follows:
HINDUSTAN PETROLEUM CORPORATION LIMITED
VILLAGE DATA
TEHSIL HANSI
DISTRICT HISAR
HARYANA- 125049

For further clarification, please contact


1. Mr. Pawan Soni- 9959617149
2. Mr. Amit Gupta - 7409259257

NOTE: Bidders shall thoroughly go through the detailed SOQ and technical specifications
and quote accordingly. In case of any discrepancy, detailed SOQ shall supersede.

Annexures:
1. Data sheet for centrifugal Pumps
2. Loading & penalty criteria for ethanol unloading pump
3. Technical specification for centrifugal pump
4. Data sheet & Tech Spec of Electrical Motor
5. List of Mandatory spares
1. SCOPE

The Scope of supply includes supply of Horizontal centrifugal pumps along with ARC Valves
for handling Ethanol unloading operation, meeting technical requirements as per Data
Sheets & Technical Specifications, getting approvals from Purchaser/ Consultant,
procurement of raw material, manufacturing, testing & inspection, packing, forwarding &
transportation as per tender terms & conditions. The scope shall also include assistance in
installation, testing and commissioning along with their accessories.

Scope of supply includes but not limited to:


a) Design & engineering of pump-motor unit with coupling, base frame, ARV, FLP motor,
mechanical seal, vent, drain, FLP glands, and all required accessories as per latest API
610 (minimum 11th edition).
b) Manufacturing, testing, inspection, TPI.
c) Supply, transportation to site.
d) Supply of mandatory spares, commissioning spares & spares for 2year (for Normal
operation as specified in Tender Inquiry Document).
e) Supply of all companion flanges (WNRF type), stud bolts & nuts, coupling guard
fasteners etc.
f) Supply of 1 set of shim plates per package for alignment.
g) Supply of one set of levelling base screw.
h) Supply of foundation bolts.
i) Supervision of erection & commissioning of pumps & providing basic training to site
personal/operations group within 1 week from date of intimation for commissioning
by HPCL.

2. HPCL SCOPE:

a) Unloading of pumps at site.


b) Installation of pump motors & grouting.
c) Providing electrical connections.
d) Providing pipeline connections.

3. Scope of job includes design, Engineering, Manufacturing, Testing, Inspection and supply
of product pump- motor units with Coupling, Base Frame, and all required accessories as
per API 610, 11th Edition (or higher) including Third Party Inspection, supply of spares
& special tools and tackles, automatic recirculation valves wherever specified etc. in
accordance with detailed specifications, terms and conditions.
4. Bidder shall possess requisite manufacturing & testing facilities and experience &
expertise to manufacture and supply the Pumps.
5. Vendor will have to provide installation and commissioning assistance. Vendor shall
depute competent persons for supervision of erection & commissioning of pumps. The
stay of the competent personnel at site is limited to total man day as mention in material
requisition for each item. Vendor's quoted rate should include to & fro charges, lodging,
boarding, food, local transport & all other incidental charges. HPCL will give one-week
advance notice to the pump vendor about the readiness for Installation. The installation
of the pumps will be done by piping contractor and the vendor to coordinate for the
installation/commissioning with HPCL/ piping contractor to complete the activities
smoothly. It may also be noted that installation and commissioning assistance is not
included in the definition of completion period. Applicable taxes to be quoted separately.

6. Installation and Commissioning assistance includes, but not limited to the following:
a. Aligning the pump set, checking the coupling alignment, decoupling and re-
coupling the same if necessary with dial gauges etc. complete.
b. All other required jobs related to installation and commissioning of pumps as
per direction of Engineer-In Charge.
c. Required necessary tools & tackles for commissioning like dial gauges etc.
shall be arranged by the pump supplier.

7. The Pump-Motor Set shall be suitable for operation through VFD/ Soft Starter.
8. The details such as cable sizing etc. that shall be furnished by manufacturer shall be
finalized during detailed engineering and decision of HPCL shall be final. In case of
variation in the manufacturer’s recommendations and HPCL requirement vendor to
make necessary provisions for accommodating HPCL’s requirements without any extra
cost. For example, if the motor cable entry box size is not suitable for cable size
recommended by HPCL as per site conditions, vendor to provide motor cable entry box
(FLP type only) suitable for cables recommended by HPCL.
9. The Tenderer shall supply 6 sets of the following documents for approval before
inspection prior to dispatch of equipment:
a. Material test certificates.
b. Static and dynamic balancing test certificates on rotary parts.
c. Shop performance data, calibration curves and certified characteristics of
pumps.
10. The Tenderer shall supply operation and maintenance manuals along with the
equipment. The manuals shall meet the following requirements:
a. The instruction manuals shall present the following categories of information
in practical, complete and comprehensive manner prepared for use by
operating and/or maintenance personnel.
i. Instructions for initial installation.
ii. Instructions for operation, maintenance and repair.
iii. Recommended inspection points and periods of inspection.
iv. Ordering information for all replaceable parts.
v. Lubrication chart.
b. Drawings and other illustrations shall be included or copies of drawings shall
be bound in the manual. Test, adjustment and calibration information as
appropriate shall be included and shall be identified to the specific equipment.
Safety and warning notices and installation, maintenance and operating
cautions shall be emphasized.
c. A parts list shall be included showing part nomenclature, manufacturer’s part
number and /or other information necessary for accurate identification and
ordering of replacement parts.
d. If a standard manual is furnished covering more than the specific requirement
purchased, the applicable model No., parts No. and other information for the
specific equipment purchased shall be clearly identified.
e. The instruction manual shall include a list of all special tools and tackles
furnished with complete drawings and instructions for use of such tools and
tackles.
11. The Tenderer shall furnish list of special tools required for erection and maintenance.
12. Any additional item/ component that are not specifically mentioned in the specification
but are required to make the system/ equipment complete in all respects for safe
operation and guaranteed performance shall be under the scope of this specification.
13. The contractor shall furnish the names of the sub-suppliers, if any, along with the units /
quantity intended to be procured from them. List of approved makes of materials is
enclosed in the tender document. Only those vendors shall be acceptable for whom the
names are specified against the items. For any other item not mentioned in the list, the
successful party will take prior approval before placement of order.
14. Certification
The hazardous area motor and associated equipment shall have test certificates issued
by CMRI. The Motor shall conform to Indian standards and shall be certified by Indian
testing agencies. Motor shall have valid statutory approvals as applicable and valid BIS
license and marking as required by statutory authorities.
15. COMMISSIONING SPARE PARTS
For pumps offered bidder shall quote for the spares required during commissioning. In
case any additional commissioning spares are consumed over and above the quoted
commissioning spares, the same shall be supplied free of cost by the bidder.
16. Warranty –
The vendor shall provide warranty for Pumps and other accessories supplied as per this
tender for a period of 18 months from the date of supply or 12 months from the date of
commissioning whichever is earlier. During the warranty period it shall be responsibility
of the vendor to ensure that the pumps and other accessories are in proper working
condition. No additional payment shall be made to the vendor for ensuring the above as
well as for attending to emergency calls during the warranty period.
17. INSPECTION:
Inspection by HPCL or HPCL Authorized Third Party Inspection Agency
i. HPCL may engage third party for inspection of materials/Finished good and vendor
to provide all necessary assistance for carrying out the inspection in his premises.
ii. No dispatch of materials should be done without third party inspection and clearance
report.
iii. Scope of Third Party Inspection and Quality Assurance Plan are given in this tender.
The list of approved TPI agencies are:
a. M/s Lloyds
b. M/s BV
c. M/s CEIL
d. M/s IRS
e. M/s Bax Counsel
f. M/s DNV

18. TESTING:
1. Test reports shall be shipped with each equipment and accessories etc. and shall be
part of each instrument documentation.
2. Manufacturer's test certificates shall be furnished by the Tenderer for all bought out
materials, components etc.
3. Wherever such test certificates are not available, the Tenderer at his own expense
shall get the item tested at recognized laboratories mutually agreed.
4. All equipment and components shall be carefully examined to determine their
conformance with this specification with respect to material and workmanship,
finish, marking, dimensions arrangement, and to assess its conformance with other
requirements stated or reasonably implied and not covered by specific tests.
5. Complete tests shall be made in the factory by the vendor to ensure that the
performance and operating characteristics of all equipment are satisfactory and to
determine whether or not the guarantees have been met.
6. For major equipments, the type test certificates of type test carried out on identical
design equipment shall be furnished.
7. The routine tests and site tests on all major equipments shall be carried out as
specified in the applicable standards in the presence of the HPCL's representative.

19. SCHEDULE OF QUANTITIES (SOQ)

S. Description UOM Total


No Qty.
1 HORIZONTAL CENTRIFUGAL PUMPS WITH EACH 2
ARC VALVES

Horizontal Centrifugal Ethanol Unloading Pumps along with


FLP Electrical Motor Drivers (suitable for variable frequency
drives), Automatic recirculation valves and complete with
Auxiliaries & Accessories as per attached scope of supply,
technical specifications, the Data Sheets attached , Job
specification and Codes & Standards referred.

Ethanol Pumps (For Truck unloading)


Capacity: 72 m3 / hr.
Differential Head : 30 mlc
Tag No. : UL/P_ETH-01

Scope includes Design, Engineering, Manufacturing, Testing,


Inspection, Supply and Supervision of Erection &
Commissioning of Product Pump-Motor units with Coupling,
Base Frame, and all required accessories as per API 610, 11th
edition along with Technical specification (minimum
requirement) including MECON/HPCL ,Inspection & Special
Tools and Tackles, etc., in accordance with detailed
specifications and terms & conditions.

Bidder shall depute competent Engineer for Installation and


Commissioning Assistance.

Spares for each pump for 2 Years Normal operation (As per
vendor’s recommendation) for pumps as mentioned above.

Vendor shall confirm that in case any other spare is consumed over and above the ordered
commissioning spares related to pumps, drive system or instrumentation, during
commissioning, the same shall be replaced/ supplied free of cost by the vendor.

Note to SOQ

The price quoted shall include complete scope of work specified in the tender document. The
rates shall be inclusive of all other jobs required to complete the work in all respects.

Rates shall include design, supply, transportation, testing, inspection, TPI, mobilization of
minimum equipment, supervision etc. to complete in all respects.

20. DELIVERY SCHEDULE

6 months from the date of LOI/ PO whichever is earlier.


Note:
i. Time for completion shall be reckoned from the date of issue of Fax/Letter of Intent/
Purchase Order by HPCL
ii. Time for completion shall include the time required for Packing, Transporting, Third
Party Inspection, and Delivery at the site.
21. PAYMENT TERMS

Payment shall be made within 15 days of receipt of bill at our Disbursement office Subject to
the provisions under the General Terms & Conditions of the Contract for deduction of taxes
at source, retention money, Liquidated Damages etc. the following payment terms shall
prevail.

For Supply items

iii. 90% payment on supply of complete assembly of pumps


iv. Balance 10% on successful commissioning of pumps.

In case of delay in commissioning of pumps for reasons attributable to HPCL for more than
6 months from date of supply of pump at site, balance 10% for line item no 1 can be released
after submission of bank guarantee of additional 10% valid for 24 months from date of
supply of pumps at site.

A) Documents for Payment to be submitted at delivery location /Project site:


All documents listed below should be submitted along with the copy of invoice for release of
payment;
1.) Copy of Tax Invoice
1.) Original Warranty/Guarantee Certificate for at-least 12 months.
2.) Original Manufacturer Test Certificate.
3.) Original Inspection/Clearance report.
4.) Copy of Performance Bank Guarantee for 10% Basic order value.
5.) Any other documents like test certificates etc specified in tender.

B) Documents for Payment to be submitted at disbursement office:


All documents listed below should be submitted along with the original copy of invoice for
release of payment;
1.) Original Tax Invoice along with BTS.
2.) Copy of Warranty/Guarantee Certificate for at least 12 months.
3.) Original Performance Bank Guarantee for 10% Basic order value.
4.) Any other documents specified in tender.

You might also like