Sei sulla pagina 1di 122

HINDUSTAN PERTOLEUM CORPORATIONM

( A Govt . of India Undertaking)

AVIATION SBU
8, SHOORJI VALLABHDAS MARG,
BALLARD ESTATE,
MUMBAI- 400 001

TENDER DOCUMENT

FOR

PLC BASED
REALTIME FLOW RECONCILIATION SYSTEM
This tender is floated in two bid system for Turnkey instrumentation for 10
ATF pipeline package system for our facility at Santacruz Aviation Service
Facility (Aviation SBU) as per the attached Terns and conditions mentioned
in Section A to D of the detailed tender document.

Contact person for technical clarifications:


Mr. N.V.Suryanarayana Raju
Manager- Aviation
Tel: 022-26156542
Cell: 99309 42277
nvsnraju@hpcl.co.in

Address:
Hindustan Petroleum Corporation Ltd.
Santacruz Aviation Service Facility
Terminal 1A Santacruz Airport,
Mumbai 400 099

EMD submission Address:


HINDUSTAN PERTOLEUM CORPORATIONM
( A Govt . of India Undertaking)
HINDUSTAN BHAVAN
AVIATION SBU
8, SHOORJI VALLABHDAS MARG,
BALLARD ESTATE,
MUMBAI- 400 001

Envelope containing EMD should be dropped in Aviation SBU Tender box,


available at this address.
EARNEST MONEY DEPOSIT

Tender should be accompanied by EMD for Rs. 2,00,000/- (Rupees Two lakhs
only) by way of pay order /demand draft / Bank Guarantee on any
Nationalised / Scheduled bank (other than Co-operative Banks) in India in
favour of M/s Hindustan Petroleum Corporation Ltd, payable at Mumbai.
Cheques Money Orders, Cash etc. will not be accepted . Tenders without EMD in
the required form will be rejected. EMD of unsuccessful tenderers will be refunded
only after finalization of order without any interest.

The Envelope containing EMD either DD or BG should be addressed and


deposited in tender box before the due date and time of opening the tender online
at the below mentioned address:
Sr. Manager- BD
Aviation SBU
8, Shoorji Vallabhdas Marg,
Ballard Estate ,
Mumbai- 400 001
Note: Unpriced bid of Tenderers whose EMD is not received in physical form
shall not be opened and will lead to outright rejection.

In case successful tenderer withdraws his offer/fails to take up the job, his EMD
will be forfeited and no claim whatsoever will be entertained.
Linking with earlier transactions/adjustments with pending bills, or any other
amount payble by the corporation is not allowed.
Earnest Money is liable to forfeiture in the event of:
i) Withdrwal of offers during the validity period of the offer.
ii) Non acceptance of orders when placed.
iii) On confirmation of acceptance of orders within the stipulated time after placement of orders.
iv) Any unilateral revision made by the tenderer during the validity period of the offer.
v) Non execution of the document after acceptance of the contract due to anydispute of the tenderers or
any reason whatsoever.
SECTION A
INSTRUCTION TO BIDDERS
PROPOSAL FORMS
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

INSTRUCTIONS TO BIDDERS
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

TABLE OF CONTENTS

A GENERAL............................................................................................................................................... 3
1.0 INTRODUCTION: .....................................................................................................................................3
2.0 BRIEF SCOPE OF AS PER TENDER ENQUIRY: ..................................................................................3
3.0 COST OF BIDDING...................................................................................................................................4
4.0 SITE VISIT .................................................................................................................................................4
5.0 ACKNOWLEDGEMENT & CONFIRMATION ......................................................................................5
B BIDDING DOCUMENT, CLARIFICATIONS AND ADDENDUM.................................................... 5
6.0 BIDDING DOCUMENT ............................................................................................................................5
7.0 CLARIFICATION OF BIDDING DOCUMENT ......................................................................................5
8.0 AMENDMENT OF BIDDING DOCUMENT...........................................................................................6
9.0 CONFIDENTIALITY OF BIDDING DOCUMENT.................................................................................6
C PREPARATION OF BID....................................................................................................................... 6
10.0 LANGUAGE OF BID.................................................................................................................................6
11.0 COMPLIANCE TO BID REQUIREMENT...............................................................................................7
12.0 DOCUMENTS COMPRISING BID ..........................................................................................................7
13.0 BID PRICES................................................................................................................................................8
14.0 CURRENCIES OF BID AND PAYMENT ................................................................................................9
15.0 BID VALIDITY..........................................................................................................................................9
16.0 EARNEST MONEY DEPOSIT / BID SECURITY ...................................................................................9
17.0 CLAUSE NOT IN USE: ..................................................................................................................................10
18.0 CLAUSE NOT IN USE.............................................................................................................................10
19.0 CLAUSE NOT USED .....................................................................................................................................10
20.0 CLAUSE NOT IN USE ...................................................................................................................................10
D BID SUBMISSION ............................................................................................................................... 10
21.0 BID SUBMISSION: ......................................................................................................................................10
22.0 DEADLINE FOR SUBMISSION OF BIDS ............................................................................................10
23.0 LATE BIDS...............................................................................................................................................11
24.0 MODIFICATION AND WITHDRAWL OF BIDS .................................................................................11
E BID OPENING AND EVALUATION ................................................................................................. 11
25.0 OPENING OF TECHNO-COMMERCIAL BIDS ...................................................................................11
26.0 CLARIFICATION OF BIDS....................................................................................................................11
27.0 EVALUATION OF TECHNO-COMMERCIAL BIDS ..........................................................................11
28.0 OPENING OF PRICE BID .......................................................................................................................12
29.0 EVALUATION OF PRICE BIDS ............................................................................................................12
30.0 CONTACTING THE OWNER - HPCL...................................................................................................12
F PLACEMENT OF PURCHASE ORDER .......................................................................................... 13
31.0 OWNER'S RIGHT TO ACCEPT OR REJECT ANY BID ......................................................................13
32.0 NOTIFICATION OF PLACEMENT OF PURCHASE ORDER.............................................................13
33.0 PURCHASE ORDER/ CONTRACT:.................................................................................................................13
34.0 PERFORMANCE GUARANTEE ...........................................................................................................13
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

A GENERAL
1.0 INTRODUCTION:
M/s Hindustan Petroleum Corporation Ltd. Is an Indian Public Sector
Undertaking, referred in short as HPCL. HPCL has also been referred to as
Company, Owner or Client in the Bid document. HPCLs Aviation SBU
owns and operates a 10 dia Aviation Turbine Fuel pipeline from HPCLs
refinery in Chembur Mumbai to Mumbai International Airport having length
of 19.5 KMs. The Pipeline passes thru BPCLs refinery in Chembur. At
Mumbai International airport this pipeline supplies product to HPCLs
Santacruz Aviation Service facility (ASF) and Indian Oils Sahar Aviation
Fuel Station(AFS). This tender is for PLC System for Realtime Flow
Recociliation for 10 ATF Pipeline Package on total turnkey lump sum
basis. The system shall be based on PLC and principle application shall be
for real time flow reconciliation to be done within PLC itself, basis data to
be acquired from despatch station and receiving stations flow meters
besides some safety logics. The PLC system server shall sized to have co-
resident Application software capable of Transient, Shut in Leak detection
system along with volume balance system, to be supplied by HPCLs
another Vendor to be installed in PLC server itself. The PLC system
supplied shall also have telemetry interface between HPCL Refinerys
Honeywell DCS, BPCL Refinerys Yokogawa DCS or Rockwell PLC, Bidder
supplied PLC at HPCLs Santacruz ASF and IOCLs Sahar AFS
(Optionally). Telemetry Interface schematic is as per Annexure given in
Section.D. Provisioning of telecommunication channel/lease lines etc
is not in the scope of bidder excepting telemetry interfacing modules,
as per SOR item no.2. To achieve the overall functionality, bidder need to
do telemetry module interfacing may need services of Bidder for work to be
carried out at HPCL Refinery (HPFR), BPCL Refinery (BPCR), HPCL
Santacruz ASF (SCZ) and IOC-Sahar AFS (IOC-Sahar). All Filed
Instrumentation needed shall be pre-installed by HPCL and cabling done
and ready for interfacing to PLC I/O racks. (All works at IOC-Sahar are
tentative in nature and maynot be executed as per the decision to be
communicated to the successful bidder. Hence all activites at IOC-Sahar
shall be considered optional.)

2.0 BRIEF SCOPE OF AS PER TENDER ENQUIRY:


I. Design, Supply, testing, Installation and commissioning PLC system
as per the System architecture drawing, provided as annexure in
Section.D to be installed at HPCLs Santacruz Aviation Service
facility along with Telemetry Interfacing modules to be installed at
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

HPCL Refinery, BPCL Refinery and IOC Sahar AFS (Optionally)


besides at HPC SCZ ASF
II. Pre installed Field Instrumentation: Testing and Intefacing to PLC of
Pressure Transmitters, Differential Pressure Transmitter,
Temperature Transmitters along with Pipeline clamp type 4 wire
RTDs, Pressure Gauges as per Quantities given besides installation,
and commissioning assistance and integration of Corriolies Mass
flow meter at HPCL SCZ and Clamp-on Ultrasonic flow meter at
IOC Sahar AFS, the flow meters being free issue items from
HPCL. Commissioning and Integration of MOV actuators, Valve
position Indicators which have been pre-installed by HPCLs sub
vendor. Field instruments namely PT/TT/DPT/PG shall be free issue/
pre-installed items from Owner but interfacing to PLC shall be in the
scope of this tenders successful bidder. Even cabling shall be done
and available for termination into PLC I/O rack
III. EXCLUSIONS IN THE SCOPE Telemetery communication
channels: Telemetry communication channel intra-site between
HPFR,BPCR,HPC-SCZ,IOC-SHR is not in the scope of this tender.
The same shall be organized by HPCL through telecommunication
companies
IV. EXCLUSIONS IN THE SCOPE Civil works: Excavation works for
cable laying is not in the scope of the bidder. Same shall be done by
HPCLs civil contractors under supervision of successful bidder, if
required
V. INCLUSION IN THE SCOPE CIVIL FOUNDATION WORK: ANY
FOUNDATION WORKS NEEDED FOR PLC PANEL AND / OR
REMOTE I/O RACK IS IN THE SCOPE OF SUCCESSFUL BIDDER
3.0 COST OF BIDDING
3.1 The Bidder shall bear all costs associated with the preparation and delivery
of its bid, including costs and expenses related to visits to the site,
participation in Bid opening sessions at owners premises and the OWNER
will in no case be responsible or liable for these costs regardless of the
outcome of the bidding process.
4.0 SITE VISIT
4.1 The Bidder is advised to visit and examine the work sites before quoting.
The cost of visiting the site shall be at Bidder's own expenses. Claims and
objections due to ignorance of existing conditions or due to the fact of not
making site visit prior to bidding will not be considered after submission of
the bid and during implementation.
4.2 The Bidder and any of his personnel or Agents will be granted permission
by the OWNER to enter upon their premises for the purpose of such
inspection, but only upon the explicit condition that the Bidder, his
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

personnel or agents will release and indemnify the OWNER and his
personnel and agents from and against all liability in respect thereof and
will be responsible for personnel injury (whether fatal or otherwise), loss of
or damage to property and any other loss, damage, cost and expenses
incurred as a result hereof. OWNER shall provide necessary guidance, if
required, in the form of guide only, to the Bidder(s) for the purpose of site
visit.

5.0 ACKNOWLEDGEMENT & CONFIRMATION


5.1 Within two days of receipt of Bidding Document by courier, Bidder shall
acknowledge the receipt and confirm his intention to bid for the tendered
work as per email to following email addresses. Vide such email
acknowledgment, Bidders can optionally seek Softcopy Microsoft word
version of all the Proposal Forms by giving explicit declaration letter on
their letter head that they shall not alter the content of the Proposal form
BUT only use the Format for just filling the information, as required. Such
request letter shall be send as letter signed/stamped/scanned by email to
following emails.
To: vikrammayee@hpcl.co.in
pvaska@hpcl.co.in
CC: rkrai@hpcl.co.on; nvsnraju@hpcl.co.in
B BIDDING DOCUMENT, CLARIFICATIONS AND ADDENDUM
6.0 BIDDING DOCUMENT
6.1 The Bidding Document should be read in conjunction with any addendum
issued in accordance with Clause 8.0. The Bidder is expected to examine
the Bidding Document, including all instructions, forms, terms,
specifications and drawings in the Bidding Document. Failure to furnish all
information required as per the Bidding Document or submission of a bid
not substantially responsive to the Bidding Document in every respect
would be critically evaluated and may result in the rejection of the Bid.
6.2 Bidding documents at all times remain the exclusive property of the
OWNER with a licence to the Bidder to use the Bidding Documents for the
limited purpose of submitting the bid.
7.0 CLARIFICATION OF BIDDING DOCUMENT
7.1 Bidders requiring any further information or clarification or query of the
Bidding Document may notify the HPCL in writing at the HPCLs mailing
address indicated in the Invitation for Bids, by letter. Such clarification or
query of the bidding document may also be sought by email to the following
addresses. The HPCL will respond in writing to any request for any
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

information or clarification or query of the Bidding Document, which it


receives up to the date mentioned in Bidding document. The HPCLs
response (including an explanation of the query) will be sent in writing by
email (without disclosing source of such query).
To: vikrammayee@hpcl.co.in
pvaska@hpcl.co.in
CC: rkrai@hpcl.co.on
nvsnraju@hpcl.co.in,

Clarification requests received within the last 5 days, prior to the Bid due
date, shall summarily be returned / unanswered.
8.0 AMENDMENT OF BIDDING DOCUMENT
8.1 At any time prior to the deadline for submission of bids as well as up to
priced bid opening, the HPCL may, for any reason whether at its own
initiative or in response to a clarification requested by Bidders, modify the
Bidding Document by amendment.
8.2 The amendment shall be part of the Bidding Document, and will be notified
in writing to all bidders by email in eproc website. Bidders on their part
have to visit the e-procurement website and view all corrigendums.
8.3 In order to accord bidders reasonable time in which to take the amendment
into account in preparing their bids, the HPCL may, at its discretion, extend
the deadline for the submission of Bids in accordance to clause 22.0.
9.0 CONFIDENTIALITY OF BIDDING DOCUMENT
9.1 The Bidding Document is and shall remain the exclusive property of the
HPCL without any right to Bidder to use them for any purpose except for
the purpose of Bidding.
9.2 On no account will any agency to whom Bidding Documents is furnished,
part with possession thereof or copy or take copies or tracings of any
drawing, plan etc. It should be understood that the information therein is
confidential, and that the Bidding Documents are therefore being furnished
to bidders in the strictest confidence.
C PREPARATION OF BID
10.0 LANGUAGE OF BID
10.1 The Bid prepared by the Bidder, all correspondence and documents
relating to the bid exchanged by the Bidder and the HPCL shall be written
in the English language.
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

11.0 COMPLIANCE TO BID REQUIREMENT


11.1 Owner expect Bidders compliance to requirement of Bidding Document
without any deviation. In any case, no exception or deviation shall be
accepted to the following stipulations/ conditions of Bidding Document,
failing which the bid shall be considered non-responsive and shall be
rejected, if bidder doesnot withdraw such stipulations / deviations.
i) Performance Bank Guarantee
ii) Termination
iii) Time Schedule
iv) Compensation for Delay
v) Arbitration
vi) Guarantees
vii) Schedule of Prices/ Rates
viii) Firm Price
ix) Validity of Bid & Bid Security
x) Scope of supply as specified in Point 2 above.
xi) Technical requirement as specified
xii) Scope of Supply as detailed in schedule of Prices
11.2 Deviation if felt absolutely necessary should be furnished in the techno-
commercial bid (and not in Bidding Document or price bid) as per the
format attached as per proposal FORM-L. Owner shall not take cognisance
of any deviation stipulated elsewhere in the bid. In case Bidder stipulate
deviations, Owner have the right to reject such bid at its absolute discretion
without giving any opportunity for such Bidder to make good such
deficiency.
12.0 DOCUMENTS COMPRISING BID
The Bid should be prepared by the Bidder and shall be submitted in two
parts viz. Part-I & Part-II, Only in ELECTRONIC FORM, by uploading in e-
procurement website.
12.1 :
PART - I - Techno-commercial/ Unpriced Bid
i) PART - II - Price Bid

12.2 TECHNO-COMMERCIAL/ UNPRICE BID


HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

Bidder is advised that OWNER intend to fully evaluate the technical and
un-priced commercial submissions.
It is important that Bidder clearly demonstrates his ability by which OWNER
gets a level of confidence that the Bidder will be able to perform the works
within the Time Schedule and meeting the other requirements listed in the
Bidding Document. Failure to do so may result in disqualification of the Bid.
Bidder shall be narrative on his approach for execution of services. As a
minimum, the following shall be covered in techno-commercial part (Part-I)
of Bid: -

Bidder as a minimum shall download all the forms as form Proposal Forms
enclosed, fill it, sign and seal and scan and upload in e-proc Website.

12.3 PRICE BID


Price bid shall contain following:
i) Schedule of prices duly filled in as per formats, attached
electronically, given in the Bidding Documents duly completed in all
respects, shall be submitted in price bid forms of Bidding document.
No stipulation, deviation, terms & conditions, presumption, basis etc. shall
be stipulated in Price Part of the bid. Any condition if stipulated shall be
treated as null and void and shall render the bid liable for rejection.
13.0 BID PRICES
13.1 Prices must be filled in attached format for `Schedule of Prices' in hard
format only, enclosed as part of Bidding Document. If quoted in separate
typed sheets and any variation in item description, unit or quantity is
noticed, the bid is liable to be rejected.
13.2 Bidder shall quote for all the items of Schedule of Prices after careful
analysis of cost involved for the performance of the completed item
considering all parts of the Bidding Document. In case any activity though
specifically not covered in description of item under `Schedule of Prices'
but is required to complete Specifications, Standards, Drawings, , Special
Condition of Purchase, Agreed terms and conditions or any other part of
Bidding Document, the prices quoted shall deemed to be inclusive of cost
incurred for such activity.
13.3 All taxes and duties including Custom duty, and other levies including
Income Tax deduction at Source payable by the Contractor under the
Contract, or for any other cause, shall be indicated, separately in the
Schedule of Prices.
13.4 Prices quoted by the bidder, shall remain firm and fixed and valid until
completion of the Contract and will not be subject to variation on any
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

account.
13.5 The Bidder shall quote the prices in Price bid format only in e-proc web site
pages Alternative bids will not be considered.
14.0 CURRENCIES OF BID AND PAYMENT
Bids shall only be accepted if quoted in Indian rupees and all payments to
successful bidder shall be made in Indian Rupees by e-payment

15.0 BID VALIDITY


Bid submitted by Bidder shall remain valid for a minimum period of 90 Days from
the date of opening of Techno-Commercial (Part-I) Bids. Bidders shall not be
entitled during the said period of 90 days, without the consent in writing of the
OWNER, to revoke or cancel their Bid or to vary the Bid given or any term thereof.
In case of Bidders revoking or cancelling their Bid or varying any terms in regard
thereof without the consent of OWNER in writing, OWNER shall forfeit Bid
Security paid by them along with their bids.
15.1 HPCL may solicit the bidders consent to an extension of the period of
validity of bid. The request and the responses there to shall be made in
writing (or by email or letter). If the Bidder agrees to the extension request,
the validity of Bank Guarantee towards Bid Security shall also be suitably
extended. Bidders may refuse the request without forfeiting his Bid
Security. However, bidders agreeing to the request for extension of validity
of bid will not be permitted to modify the bid.

16.0 EARNEST MONEY DEPOSIT / BID SECURITY

16.1 Bidder may choose to give Bid security either in the form of Earnet Money
Deposit in the form of Demand Draft or Bank Gurantee form. In either case
the same should be deposited in Tender box of Aviation SBU at the
following address or send to the following address: Sr.Manager Aviation,
Aviation SBU, Hindustan Petroleum Corporation Limited, Hindustan
Bhavan, 8, Shoorji Vallabh das Marg, Ballard Estate, Mumbai 400 001
16.2 Bidder shall furnish, as part of its Bid, a Bid Security for an amount as
indicated in the Invitation for Bids. Government department/PSUs/ NSICs
are exempted from furnishing the bid security. The Bids not accompanied
with Bid Security or Bid Security not as per Performa given in the Bidding
Document shall be considered, as non-responsive and such Bids shall be
rejected.
16.3 The bid security (interest free) for the amount indicated an Invitation for
Bids shall be in the form of demand draft drawn on any scheduled bank in
favour of HPCL payable at MUMBAI or in the form of a bank guarantee to
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

be issued by Indian Nationalised Bank This bank guarantee shall be valid


for 6 months beyond validity of bid i.e.6 (six) months beyond deadline for
bid submission. Bid Security if submitted in the form of a bank Guarantee, it
shall be as per format FORM-B Annexure - I.
16.4 Bid securities of unsuccessful bidders, other than the Lowest (L1) Bidder
will be discharged or returned, as promptly as possible after Price Bid
Evaluation.
16.5 Bid Security of the successful Bidder will be discharged or returned upon
the Bidder's executing the Contract, and furnishing the performance
guarantee.
16.6 The bid security may be forfeited:
i) if a Bidder withdraws its bid during the period of Bid validity
specified by the Bidder on the Bid Form, or
ii) in case of a successful Bidder, if the Bidder fails, within the specified
period:
a. to accept the Purchase order placed.
b. to furnish the performance guarantee.
16.7 The bid security shall be In Indian Rupees only.
17.0 Clause not in use:
18.0 CLAUSE NOT IN USE

19.0 Clause not used

20.0 Clause not in use


D BID SUBMISSION
21.0 BID Submission:
Bid submission shall be done online in e-proc website of HPCL. Only the
EMD either in Demand draft form or in Bank guarantee form shall be
deposited in tender box, prior to Bid deadline date/time.

22.0 DEADLINE FOR SUBMISSION OF BIDS


22.1 Bids must be submitted by the time and date mentioned in the bid docuent.
22.2 The HPCL may, at its discretion, extend the deadline for submission of bids
by issuing an addendum in accordance with Clause 8.0, in which case all
rights and obligations of the Employer and the bidders previously subject to
the original deadline will thereafter be subject to the deadline as extended.
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

22.3 Request for Due date extension from bidders, received within 48 hours of
Due date/time shall not be considered
23.0 LATE BIDS
Bids cannot be submitted beyond the deadline specified in the tender
document
24.0 MODIFICATION AND WITHDRAWL OF BIDS
24.1 No bid shall be modified after the deadline for submission of bids.
E BID OPENING AND EVALUATION
25.0 OPENING OF TECHNO-COMMERCIAL BIDS
25.1 The Techno-commercial part of the Bid shall be opened, online, of all such
bidders whose Bid security in appropriate form of BG or EMD Demand draft
is received at HPCL end by the bid submission due date/time.
26.0 CLARIFICATION OF BIDS
26.1 HPCL , if necessary, will obtain clarifications on the Bid by requesting for
such information/ clarifications from any or all Bidders, either in writing, as
may be necessary, and the Bidders are advised to refrain from contacting
by any means HPCL and/or their employees / representatives on their own,
on matters related to Bids under consideration. Bidders will not be
permitted to change the substance of Bids after opening of Bids.
26.2 Bidder shall download the forms, fill it scan it and upload them on the
website..
27.0 EVALUATION OF TECHNO-COMMERCIAL BIDS
27.1 Prior to detailed evaluation of bids, the OWNER will determine whether
each bid (i) is accompanied by required bid securities; (ii) is substantially
responsive to the requirements of the bidding documents; and (iii) provides
any clarifications and/ or require pursuant to clause 26.0.
27.2 Technical evaluation of bidders for meeting criteria furnished in
PROPOSAL FORMS also the requirements of as per Technical
specifications shall be taken into consideration.
27.3 A substantially responsive bid is one, which conforms to all the terms and
conditions and requirements of the Bidding Document without material
deviation or reservation. A material deviation or reservation is one (i) which
affects in any substantial way the scope, quality, or performance of the
works; (ii) which limits in any substantial way, inconsistent with the Bidding
Documents, the Owners rights or Bidder's obligation under the Contract; or
(iii) whose rectification would affect unfairly the competitive position of other
bidders presenting substantially responsive bids.
27.4 If bid is not substantially responsive, the HPCL will reject it.
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

27.5 HPCL reserves the right to use in-house information for assessment of
capability of Bidder/ Sub-contractor and their performance on last
completed job.
27.6 The analysis shall also take into account the concurrent commitments of
Bidder.
28.0 OPENING OF PRICE BID
Priced commercial part of only those bidders whose bids are considered
techno-commercially acceptable shall be opened. Bidders selected for
opening of their price bids shall be informed about the date of price bid
opening. Bidders may view online the price bid opening.
EVALUATION OF BIDS-TECHNICAL PART
Technical evaluation of bids for final price bid opening shall be based on
information sought as per Technical specifications enclosed.
29.0 EVALUATION OF PRICE BIDS

29.1 To arrive at the evaluated price, wherever applicable, loading on total


quoted price shall be done based on the information furnished by the
Bidder.
29.2 The bidder shall fill in rates for all the items mentioned in price bid. Items
for which no rate is entered by bidder, he will not be paid by HPCL for that
item when executed and shall be deemed covered by the other rates in the
price bid.
29.3 Any unsolicited/uncalled for lumsum / percentage or adhoc reduction in
prices after Unpriced Bid opening and prior to Price bid opening shall not
be considered in price evaluation. Any uncalled for lump sum/ percentage
or adhoc reduction in prices, offered by the Bidders after opening of the
prices, shall also not be considered in price evaluation. However, if such
offered reduction is from the Lowest Bidder basis the price evaluation, such
reduction shall then be taken into account for arriving at the contract value.
29.4 Any uncalled for lumpsum / percentage increase in prices after unpriced
bid opening or before/after priced bid opening shall not be considered.
29.5 Alternative Bids will not be considered.
30.0 CONTACTING THE OWNER - HPCL
30.1 Bidders are advised not to contact HPCL on any matter relating to its bid
from the time of Bid opening to the time Placement of Purchase order,
unless requested to in writing. Any effort by a Bidder to influence the
OWNER in any of the decision in respect of Bid evaluations or
PLACEMENT OF PURCHAE ORDER will result in the rejection of Bid.
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

F PLACEMENT OF PURCHASE ORDER

31.0 OWNER'S RIGHT TO ACCEPT OR REJECT ANY BID


31.1 The OWNER reserves the right to accept or reject any Bid and to annul the
Bidding process and reject all Bids at any time prior to award of PO,
without thereby incurring any liability to the affected Bidder or Bidders or
without any obligation to inform the affected Bidder or Bidders of the
grounds or the reasons for the OWNER'S action.
31.2 OWNER also reserves the right to negotiate the quoted prices before
award of work.
31.3 HPCL shall only place a single Purchase order for the entire scope of this
tender on one Single successful bidder only.

32.0 NOTIFICATION OF PLACEMENT OF PURCHASE ORDER


32.1 The OWNER will notify the successful Bidder in writing by Fax of Intent/
Letter of Acceptance that their bid has been accepted. The Letter of
Acceptance will constitute the formation of a PLACEMENT OF PURCHASE
ORDER until the detailed PURCHAE ORDER is released.
33.0 Purchase order/ Contract:
There shall not be any special and independent Contract documents for the
job. This bid document together with the annexed documents,
modifications, deletions agreed upon by the OWNER and bidders
acceptance as part of bidding process and the Detailed Purchase order
issued shall constitute a binding agreement between the successful
Bidder and the OWNER based on terms contained in the aforesaid
documents and the finally submitted and accepted prices.

33.1 The detailed Purchase order shall consist of the following:


i) Original Bidding Document along with its enclosures issued.
ii) Addendum/Corrigendum to original Bidding Document issued, if any.
iii) Fax/Letter of Intent.
iv) Detailed letter of Award/Acceptance along with Statement of Agreed
Variation (if any) and enclosures attached therewith.
34.0 PERFORMANCE GUARANTEE
34.1 Within fifteen (15) days from the date of notification of award of Purchase
order by the OWNER, the successful Bidder shall furnish the required
performance guarantee for an amount equal to TEN PERCENT of the total
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation System

Purchase order value in the form of a Bank Guarantee in accordance with


Special Conditions of Bid document.. Performance Guarantee shall be
submitted as per the FORM B Annexure II, of Bid document.
34.2 Failure of the successful bidder to comply with requirement of clauses 33
and 34.1 above shall constitute sufficient grounds for annulment of the
award of PO and forfeiture of bid security.
PROPOSAL FORMS

Page 1 of 20

Proposal Forms
INDEX

FORM -A CHECKLIST

FORM -B ANNEXURE-I: GUARANTEE IN LIEU OF EAREST


MONEY DEPOSIT

ANNEXURE-II: PERFORMANCE GUARANTEE

ANNEXURE-III: DECLARATION

FORM -C PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC


EXPERIENCE AND ANNUAL TURNOVER DETAILS

FORM D PAST EXPERIENCE DURING LAST 5 YEARS

FORM E FORM NOT USED

FORM F DETAILS OF PLC SYSTEM

FORM G DETAILED EXECUTION PHILOSOPHY PROPOSED FOR JOB


UNDER CONSIDERATION

FORM H FORM NOT USED

FORM I CONCURRENT COMMITMENTS

FORM J FORM NOT USED

FORM K CERTIFICATION FORM OEM THAT BIDDERs SYSTEM


INTEGARTOR STATUS

FORM L EXCEPTIONS AND DEVIATIONS

FORM M FOR BIDDER'S QUERIES FOR PRE BID DISCUSSION

FORM N FORM NOT USED

FORM O SOFTWARE TO BE SUPPLIED DETAILS

FORM P RESPONSIBILITY MATRIX

FORM Q FORM NOT USED

FORM - R AGREED TERMS AND CONDITIONS

Page 2 of 20

Proposal Forms
FORMA

CheckList

(forBidderstoassurethemselvesthattheyhavemadetheirbidincomprehensivemanner,tobesubmittedSigned/Stamped,alongwithUnpricedbid)

S.No Description Yes/Nooruse


desctiptionasthe
casemaybe
1 PhasedDeliveryPeriodsandPhasedPricereductionofdelayindelivery
hasbetakennoteof,ReferPagebeforSection.A
2. Telemetryinterfaceneedtobemadetomultimake/platformslike
HoneywellDCS,YogagawaDCSetc,ReferPoint.1ofITB
3. JobsatIOCSaharcouldbecomeoptionalandmaynotbecarriedoutm
ReferPoint1.OfITB
4 Sitevisitisadvised,priortoquoting,ReferPoint.4ofITB
5. Ackthereceiptofbiddocument,byemailisrequired
6 BidsecurityeitherintheformofBGorEarnetmoneyintheformofDD
ismustandmandatory,failingwhichbidwillgetrejected
7 Bidsecurity/EMDalongwithIntegritypartshouldbesubmittedalong
withUnpricedbidpartofthebidsubmission,notalongwithpricedbid
envelople.
8 BidshallbesubmittedpriortoBidsubmissionDeadline/Timeor
ExtendedDeadline/Timeascommunicatedelsebidshallbetreated
LATE
FORMS:AllBidformsshallbesignedandSealedbyauthorized
SignatoriesasexpectedanindicatedintheBidforms
9 IsFormA,CheckListissubmitted.
10 IsFormB/AnnexI,verbatimusedbyBankertogiveBGforBidsecurity
11 IsFormB/AnnexII,reviewedforPBGsubmissionbySuccessfulbidder

SIGNANDSEALOFBIDDER Page1

FORMA

CheckList

(forBidderstoassurethemselvesthattheyhavemadetheirbidincomprehensivemanner,tobesubmittedSigned/Stamped,alongwithUnpricedbid)

12 IsFormB/AnnexIII,notbanned/Delistedsubmitted

13 IsFormCdetailingspecificexperieneceforPLCbeingsubmittedwith
fullrequestedinformation,
PLCvendororsindividualprojectsofreference
Competioncertificatesenclosed
NameofProjectowner/ContactdetailsPh,Fax,emailbeingprovided
forthereferenceprojectds
ReadtheTechnicalRejectionCriteiranoteintheform?

14 FormDisfilledandsubmitted
15A IsPLCmake/Processoroneofthemakeaspersuggested/approved
vendorlist
15B HazordosareaI/oRackconsideredornot?Hasitgottypetest
certificatesforareaclassificationforLiquidpetroleumstorageof
AviationturbinefuelequivalentofKeronseneasminimumandatbest
beofZone1/Group1
15C Whattelemetryoptionisbeingchoosen?DNPorModbus
15D ControlpanelMakeforSafearea/Hazrodoucsareasisoneofthemake
aspersuggested/approvedvendorlistornot?
15E Make/TypeofCables,especiallythecontrolcable.Makemodelis
eitherBeldonorLAPPofhighEMIimmunitydesign,refpoint3CofPLC
specifications.Detailthepartno.ofthecablebeingused
15F PLCservermake/model/configuration.Thishasbeenreviewedby
APPSsubvendoralso.MMIhasbeenconsideredasdualVDUof21

SIGNANDSEALOFBIDDER Page2

FORMA

CheckList

(forBidderstoassurethemselvesthattheyhavemadetheirbidincomprehensivemanner,tobesubmittedSigned/Stamped,alongwithUnpricedbid)

Diagnol,TFT
15G EthernetswitchesareofIndustrialEthernettype,make/model
16 FormGissubmitted.IsSubvendorsidentifiedlikeIP66panelvendor
etc
17 FormIissubmittedshowingconcurrentcommittements
18 FormKauthorizedSystemintegratorcertificateformPLCOEM
submitted
19 IsbidderhavinganyDeviationsandExceptionstoHPCLstenderterms
andcondtions,IfsohavetheybeenclearlyspelledoutinFORML.Any
deviationsandexceptionsmentionedelsewhereinbiddersbid
submissiondocumentshallnotbetakencognisanceofbyHPCL
20 Isbidderhavinganyprebidsubmissionqueries?Havetheybeensend
toHPCLcontactemailandclarificationsobtained,perFormM.(Thisis
notaneproctender,hencementionofthesameinthisformshallbe
ignored).Allclarificationsthusobtainedshallbesignedandstamped
andenclosedaspartofunpricedbid
21 IssoftwaretobesuppliedhasbeendetailedbothfromPLC
vendor/APPSvendoralongwithversiondetails/Licensetypeetc.,in
FORMO
22 FORMR:Agreedtermsandconditionshassignificantamountof
Commercialinformation,henceshallbereadverycarefully,filledand
submitted
23 FORMP:ResponsibilityMatrixsubmitted
JobSpecificationforPLCSystem

SIGNANDSEALOFBIDDER Page3

FORMA

CheckList

(forBidderstoassurethemselvesthattheyhavemadetheirbidincomprehensivemanner,tobesubmittedSigned/Stamped,alongwithUnpricedbid)

24 SparePhilosophyhasbeenunderstoodandpricingincludedaspartof
basequoteforsupplyofPLC
25A OnecardofeachtypeofmoduleusedinRemoteI/orackshallbe
supplie,IeracktobeprovidedinHazrodousarea,aslooseitemnot
installed
25B InstalledIOmoduleshallhave30%spareIOpointsofeachtypewhich
shallbeoverandabovethebaserequirementwhichisasunder:


Hardwired Hardwired Hardwired Hardwired
DI DO AI AO
16 12 18 3
HART
Supported,
Looppower
capableIO
25C Engineeringspareforfutureexpansionshallbe50%
25D PowersupplymoduleshallbeVAratedforpresentsupply+50%
Engineeringspares+25%additionalmargin
25E OnepowersupplymodulesuitableforHazrodousareaIOmodule
powershallbesuppliedasmandatoryspare,aslooseitembutnotin
installedstate
26 PLCloadingisnotedandquotedfor.
27A PLCdatabasecapacityrequiredforHardwarei/os,softwarei/osaswell
asAPPSneedshavebeentakencareinquoting

SIGNANDSEALOFBIDDER Page4

FORMA

CheckList

(forBidderstoassurethemselvesthattheyhavemadetheirbidincomprehensivemanner,tobesubmittedSigned/Stamped,alongwithUnpricedbid)

27B PLCprocessorpaneltoRemoterackinHazrodousareahasbeen
reckonedasatleast500metres,forCommunicationcablingneedsin
theproject.ItwasalsonotedthatProcessortoRemoterack
communicationchosenshallnotneedanyrepeater,forupto1000
metersasperrequirementgiveninPointno.4ofSystemArchitecture
forPLCsystemof10ATFPipelinedrawingno.HPAVNINSTPL001,
Rev.0anditsErratasheetaccompanyingthesame.
27C HazordousareainstallationofRemoteI/oRackmodulesmeet for
Zone 1, Group IIA usability certifications either by national or
international type testing certification organizations
27D IFHazordousareaclassificationtypetestsareavailable,onlyfrom
Internationaltypetestingcertificationorganizations,Vendor
cofirmationthattheyshallgetsuchcertificatesreviewed/stamped/
sealedbynationalcertificationagencieslikeCMRI/PESO
28 AllInterfacingrequirementshavebeenreviewedandtakeninto
considerationinthequote
28A MOVRS485/ModbusSerial
28B MassflowmeterRS485/ModbusSerial
28C TelemeteryschematoHPFR/BPCR/IOCSaharChoosenis__________,
amongtheschemesgiven,purelyDNP,PurelyModbusorCombination
ofDNPandMobus.EitherModbusorDNPshallbeoverIPonly.
Modbusshallonlybehardware/Firmwarebased.DNPslavesshallbe
Hardware/firmwarebasedandonlyDNPMastercanbesoftware/server
basedimplmentation
28D InterfaceforpollingGSMSMSslaves
28E InterfacetoAPPSshallbeOPCserver/Clientor___________.

SIGNANDSEALOFBIDDER Page5

FORMA

CheckList

(forBidderstoassurethemselvesthattheyhavemadetheirbidincomprehensivemanner,tobesubmittedSigned/Stamped,alongwithUnpricedbid)

28F Notused
28G PLCoperationwillremainunaffectedbymomentarypowerlossofthe
orderof20milllisecondandscantimeshallbeoftheorderof100
millisecond,referpoint21&22ofPLCspecs.Bidderconfirmsas
following:
Unaffectedbypowerlossfor_____________millisecond
Scantimeofquotedsystemwiththefullloadingincludingspare
capacityshallbe__________millisecond
28H PLCquotedmeetsthespecificationsofthetender
28I Controllogicsrequirementprovidedintenderdocumentisprovisional.
Fulldetailsofthesameshallbeprovidedtosuccessfulbidderduring
PLCprogrammingstage/Projectkickoffmeeting
SPECIALPURCHASECONDITIONS/GENERALPURCHASECONDITIONS
29 Thissectionoftenderhasbeencarefullyreadbyusandourbidhas
beenmadeinlinewiththesame.
30 Taxesandduites,completionperiod,paymentterms,phaseddelivery,
delayedpaymentreductionforphaseddeliveryinthesectionofSpecial
purchaseconditionshasbeenfullyreadandourunpricedbidaswellas
pricedbidarecomplainttoallthesetermsandconditions.

SIGNANDSEALOFBIDDER Page6

BANK GUARANTEE IN LIEU OF EARNEST MONEY FORM-B/Annex-I


(On Non-Judicial stamp paper of appropriate value)

TO : Hindustan Petroleum Corporation Limited


(Address as applicable)
IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED a
Government of India Company registered under the Companies Act, 1956,
having its registered office at 17, Jamshedji Tata Road, Bombay-20
(hereinafter called "The Corporation" which expression shall include its
successor in
business and assigns) issued a tender on Messrs .................. ........
............. .......... a partnership firm/sole proprietor business/a
company registered under the Companies Act, 1956 having its office at
(hereinafter called "the Tenderer" which expression shall include its
executors, administrators and assigns) against Tender no............ Dated
...... .... .......... (hereinafter called "the tender" which expression
shall include any amendments/ alterations to "the tender" issued by "the
Corporation") for the
supply of goods to/execution of services for "the Corporation" and "the
Corporation" having agreed not to insist upon immediate payment of Earnest
Money for the fulfilment of the said tender in terms thereof on production
of an acceptable Bank Guarantee for an amount of Rs....... (Rupees
........... ...................... Only).

We, ................................... Bank having office at ..........


........................................... Bombay (hereinafter referred to
as "the Bank" which expression shall include its successors and assigns) at
the request and on behalf of "the Tenderer" hereby agree to pay to the
Corporation without any demur on first demand an amount not exceeding
Rs........... (Rupees ...................................... only) against
any loss or damage, costs, charges and expenses caused to or suffered by
"the Corporation" by reason of non performance and fulfilment or for any
breach on the part of "the Tenderer" of any of the terms and conditions of
the said "tender".

2. We, ........................................ Bank further agree that


"the Corporation" shall be sole Judge whether the said "Tenderer" has
failed to perform or fulfill the said "tender" in terms thereof or
committed breach of any of the terms and conditions of "the order" and the
extent of loss, damage, cost, charges and expenses suffered or incurred or
would be suffered or incurred by "the Corporation" on account thereof and
we waive in favour of "the Corporation" all the rights and defences to
which we as guarantors and/or "the Tenderer" may be entitled to.

3. We, ................................. Bank further agree that the amount


demanded by "the Corporation" as such shall be final and binding on "the
Bank" as to "the Bank" 's liability to pay and the amount demanded and "the
Bank" to undertake to pay "the Corporation" the amount so demanded on first
demand and without any demur notwithstanding any dispute raised by "the
Tenderer" or any suit or other legal proceedings including arbitration
pending before any court, tribunal or arbitrator relating thereto, our
liability under this guarantee being absolute and unconditional.

4. We, ....................................... Bank further agree with "the


Corporation" that "the Corporation" shall have the fullest liberty without
our consent and without affecting in any manner our obligations hereunder
to vary any of the terms and conditions of the said "tender"/or to extend
time of performance by "the Tenderer" from time to time or to postpone for
any time to time any of the powers exercisable by "the Corporation" against
"the Tenderer" and to forbear to enforce any of the terms and conditions
relating to "the tender" and we shall not be relieved from our liability by
reason of any such variation or extension being granted to "the Tenderer"
or for any forbearance, act or ommission on the part of "the Corporation"
or any indulgence by "the Corporation" to "the tenderer" or by any such
matter or things whatsoever which under the law relating to sureties would
but for this provision have the effect of relieving us.

5. NOTWITHSTANDING anything hereinbefore contained, our liability under


this Guarantee is restricted to Rs. ......... (Rupees................
....................... only). Our liability under this guarantee shall
remain in force until expiration of six months from the due date of opening
of the said "tender". Unless a demand or claim under this guarantee is made
on us in writing within said period, that is, on or before ............
........................ all rights of "the Corporation" under the said
guarantee shall be forfeited and we shall be relieved and discharged from
all liabilities thereunder.

6. We, ........................................ Bank further undertake not


to revoke this guarantee during its currency except with the previous
consent of "the Corporation" in Writing.

7. We, ......................................... Bank lastly agree that


"the Bank" 's liability under this guarantee shall not be affected by any
change in the constitution of "the Tenderer".

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


Corporation" in terms of the documents and/or the Agreement/Contract or MOU
entered into between "the Tenderer" and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on


this .......................... day of ........................

For ........................ Bank


(by its constituted attorney)

(Signature of a person authorised


to sign on behalf of "the Bank")
Form-B/Annex- II

COMPOSITE PERFORMANCE BANK GUARANTEE FOR SECURITY


DEPOSIT/PERFORMANCE BANK GUARANTEE

(On non-judicial stamp paper of appropriate value)

To,
Hindustan Petroleum Corporation Ltd.,
(Address as applicable)

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-20 (hereinafter called "The
Corporation" (which expression shall include its successor in business and assigns) having
placed an order on Messers ............................ 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 executors, administrators
and assigns) vide order No.......................dated.............. (Hereinafter called "the order" which
expression shall include any amendments/alterations to "the order" issued by "the
Corporation") for the supply of goods to/execution of services for "the Corporation" and
"the Corporation" having agreed :

a) not to insist upon immediate payment of Security deposit for the fulfillment
and performance of the said order

b) to pay "the supplier" as and by way of advance upto a sum of


Rupees______________ (Rupees _____________________________
only) being ____% of the value of "the order";

c) that "the supplier" shall furnish a security for the performance of "the
supplier's" obligations and/or discharge of "the supplier's" liability in
connection with the said "order"; and "the Corporation" having agreed with
"the supplier" to accept a composite Bank Guarantee for the, security
deposit and Performance Guarantee.

We, .................................................... Bank having office at ............................................ (hereinafter


referred to as "the Bank" which expression shall includes its successors and assigns) at the
request and on behalf of "the supplier" hereby agree to pay to "the Corporation" without
any demur on first demand an amount not exceeding Rs........... (Rupees.............................only)
against any loss or damage, costs, charges and expenses caused to or suffered by "the
Corporation" by reason of non performance and fulfillment or for any breach on the part of
"the 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 failed to perform or fulfill the said "order" in terms
thereof or committed breach of any 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 the
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 the 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
relating thereto, our liability under this guarantee being absolute and unconditional.

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 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 part of "the Corporation" or any indulgence by
"the Corporation" to "the Supplier" or by any such matter or things whatsoever
which under the law relating to sureties would but for this provision have the effect
of relieving us.

5. However, it has been agreed between "the Supplier" and "the Corporation" that
there shall be only one Composite Bank Guarantee for both the advance and security
deposit performance guarantee/Retention Money @ of ____% valid till the end of
the defects liability period as per the terms of the P.O. No. _______________
dated ______________ and that in proportion with the recovery of advance @
______% per bill the same amount/value automatically stands credited to the
defects liability account/security deposit or retention money as the case may be and
will continue to be credited/treated till the entire advance of
Rs._______________________ is fully recovered from the running bills and from
the date of full recovery of the advance of Rs.__________________ this
guarantee automatically, shall stand valid towards the ____% retention
money/defects liability, fully valid in all respects unto a further period of six
months, as per the Purchase Order of "the Corporation".
6. 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 30 days from the date of expiry of this
guarantee.

7. We, ........................................ Bank further undertake not to revoke this guarantee


during its currency except with the previous consent of "the Corporation" in writing.

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

9. "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 _______________ 2007.

____________________________ Bank

(by its constituted attorney)

(Signature of a person authorized to sign


on behalf of "the Bank")
FORM B
ANNEXURE - III

DECLARATION

(to be submitted along with unpriced bid)


(M/s. _________________________) hereby declare / clarify that we
have not been banned or delisted by any government or quasi
Government agencies or Public Sector Undertakings.

Stamp & Signature of the bidder

NOTE : If a bidder has been banned by any Government or quasi


Government agencies or PSUs, this fact must be clearly stated with
details. If this declaration is not given along with the unpriced bid, the
tender will be rejected as non-responsive.

Page 3 of 20

Proposal Forms
FORM-C

PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC EXPERIENCE AND


ANNUAL TURNOVER DETAILS AS CALLED FOR IN TENDER DOCUMENT

----------------------------------------------------------------------------------------------------------------
S.No. Description Details
----------------------------------------------------------------------------------------------------------------

1. Name of Project, Location


i) Owner's / Client's Address,
ii) Fax/ Telephone No.

2. Description of work

3. Details of experience in PLC based Turnkey Instrumentation Projects within


Last three years for two exemplary projects
Details to be given Project I Project II
Project Name
Worksite address
Name of Owner
Name of Consultancy, if any
PLC platform offered Processor/I/o Rack
Is it same as the one being quoted
Total Filed Instrumentation used breakup viz DI/DO/AI/AO
Total Physical I/O size
Communication Protocols used, if any
Is Hazardous Area I/O modules used in Project
Contact Person of Project Owner with details of Phone/Fax/Email
Is project completed?
Enclose Completion Certificate
(The completion certificate shall have details of PO, Make and Model of PLC
Processor platform)

4. Total value of Contract Project I Project II


i) Awarded
ii) Final

5. Annual turnover for the last three financial years : 2009-10 2008-09 2007-08

Page 4 of 20

Proposal Forms
Enclose documentary proof

6. Documentary Evidence : Project I Project II


i) Copy of Work Order Submitted/ Not Submitted
ii) Copy of Completion Certificate Submitted/ Not Submitted
iii) Annual Turnover Statement Submitted/ Not Submitted

iv) Copy of Authorized System Integrator letter Submitted /Not Submitted


From PLC OEM

The fourth documentary Evidence required only for Authorized System


Integrators bidding for the tender. Not required for OEM bidders

NOTE 1: Annual Turnover over statements for the last three years shall be
verifiable statement of annual accounts certified by a Chartered
Accountant, Public Accountant or Stock exchanges, in the form of
printed annual reports or similar document.

NOTE 2: Bidders demonstratable experience should be such as the following


as a minimum and evaluated as Technical rejection criteria
1. At least one of the project completed and detailed above
should have been completed within the last two years and offered
PLC processor Platform shall be same as being quoted against
this tender
2. At least one of the project completed and detailed above
should be such that bidder has demonstratable experience on
Communication protocols, as a minimum one of the three open
protocols ie Modbus, Profibus, Profinet, DNP, IEC-101
3. At least one of the Project completed and detailed above
should be such that the PO/Contract value of such project order
shall be at least equivalent to Rs.25 Lakhs
4. System Integrators other than OEM bidders must submit
Authorization and support letter from their PLC OEM for this
specific project. The OEM should also be same as one of the
reference project quoted and the PLC OEM shall be same as for
the Project PO submitted for order equivalent to Rs.25 Lakhs.
5. For all reference projects to be quoted above, the Purchase order
should be on the Bidders organization name only. Purchase orders on
Sister concerns etc., shall not be acceptable.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

Page 5 of 20

Proposal Forms
FORM-D

PAST EXPERIENCE DURING LAST 5 YEARS

SL. POSTAL ADDRESS OF SCHEDULED ACTUAL


DESCRIPTION OF CONTRACT STARTING REASONS FOR
NO. CLIENT & NAME OF COMPLETION COMPLETION
WORK VALUE DATE DELAY, IF ANY
OFFICER IN CHARGE DATE DATE

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

Proposal Forms- 6948 Page 7 of 20


FORM F

DETAILS OF PROPOSED SYSTEM

The Bidder shall submit the details of all equipments to be supplied, in the following format, proposed to be deployed for each part.
Attachment to this FORM-F: It is mandatory for the Bidder to give Racking plan for PLC panel and Remote I/O rack
showing no of slots and which module will sit in which slot, remaining empty slots if any, in line with tender specifications

If likely to
be Product
Literatur
purchased
by Bidder, e,
If to be Assembled catalogu
S. Equipment Make & expected
Nos. by Bidder in Panel es Remarks
No. Description Model date of
time to be taken enclose
purchase
and d
delivery
Period

1. PLC
Processor/Power
Supply/Memory/Mo
dbus Module

I/o Rack
2. Hazordous area
installation
AI

Proposal Forms Page 9 of 20


6948-PF
AO
DI
DO

Telemetery DNP
3. and / or Modbus
modules

4 Field Instruments
PT/TT/RTD/DPT/PG

Control Panel
5. Safe Area

Control Panel
Hazordous

Communication
6. cable

Control/Instrumet
cables

Power cables

7. PLC server / MMI


Display / Industry

Proposal Forms Page 10 of 20


6948-PF
Standard Ethernet
Switches

Note - 1. Makes and Models indicated shall be firm in nature and shall not be altered upon becoming successful bidder/award
of PO. Bidder is expected to assure themselves about firm availability of the same, prior to quoting

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

Proposal Forms Page 11 of 20


6948-PF
FORM-G

DETAILED EXECUTION PHILOSPHY PROPOSED FOR JOB

NAME OF WORK :

TENDER NO :

WHETHER TO BE CARRIED OUT


S. IN-HOUSE/OUTSOURCING WITH
DESCRIPTION
NO. NAME OF PROPOSED SUB-
CONTRACTOR
1.

2.

3.

4.

5.

6.

7.

Proposal Forms Page 12 of 20


NOTE: 1. Bidder to give a detailed write-up on all above activities chapter wise and will be evaluated by OWNER.
2. In case bid is on consortium basis, responsibility of member/ leader shall be clearly defined.

SIGNATURE OF THE BIDDER :______________________________

NAME OF THE BIDDER :_______________________________

Proposal Forms Page 13 of 20


FORM-I
CONCURRENT COMMITMENTS

NAME OF WORK :
TENDER NO :

SL. FULL POSTAL ADDRESS DESCRIPTION VALUE OF DATE OF SCHEDULED % AGE EXPECTED REMARKS
NO. OF OFFICER-IN-CHARGE / OF THE WORK CONTRACT COMMENC COMPLETION COMPLE DATE OR
CONTRACT PERSON WITH EMENT OF PERIOD TION AS ACTUAL DATE
FAX/TELEPHONE/ WORK ON DATE OF OMPLETION
CONTACT PERSON WITH
FAX/ TELEPHONE NOS.

SIGNATURE OF BIDDER : __________________________________

NAME OF BIDDER : _________________________________

Proposal Forms Page 14 of 20


Form K
Certification from PLC Original equipment manufacturer that
Bidder is authorized system Integrator of OEM
We, the OEM of PLC of make / Model..hereby certify that M/s
.. is our Authorized system Integrator for our make of PLCs. We also
hereby certify that we understood the scope of HPCL project having tender reference
no., especially the telemetry needs. We have reviewed the Telemetry
schema being proposed by our Authroized system Integrator and shall fully support in
Site commissioning the Telemetry interfaces and resolve any Telemetery communication
complexities that may arise during site implementation besides the PLC system
Integration

Sign and Seal of PLC OEM

We the Bidder confirm that we are deploying the above make PLC for quoted work

Sign and Seal of Bidder

Proposal Forms Page 15 of 20


FORM L

EXCEPTIONS AND DEVIATIONS

SL. BIDDING DOCUMENT SUBJECT DEVIATION


NO REFERENCE
.
VOLUME PAGE CLAUSE
NO. NO.

NOTE : 1. If unavoidable, Bidder may stipulate deviations to the


requirements of the Bidding Document only in this format.

2. Bidder shall furnish Technical and Commercial


deviations, if any, separately.

3. Any deviations stated elsewhere in the bid shall not be taken


into account and may render the bid non-responsive and
liable to be rejected.

STAMP & SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

Proposal Forms Page 16 of 20


FORM-M

FOR BIDDER'S QUERIES

SL. REFERENCE OF BIDDING DOCUMENT BIDDER'S `QUERY


NO. OWNER'S REPLY
PART/ Page Clause Subject
VOL. No. No.

NOTE: The Pre-Bid Queries may be sent by email at emails specified tender
document or put in the E-proc website
SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : ___________________________

Proposal Forms Page 17 of 20


FORM O

Software to be supplied details

S.No Description Purpose it License Limitations


serves in type (Database
the (Single Limitation /
system user / Interface
Network limitations
use / / Protocol
Dongle support
control limitations
etc.,) etc.,)
PLC Firmware
PLC Server
Software
HMI
PLC
Programmng
Sofware
OPC or Other
interface
Sofware for
communicating
with Leak
detection
System. This is
typically
interface
between two
different
databases co-
resident on one
Computer
server
Any other
software
Communication
Modules
firware

Proposal Forms Page 18 of 20


Form P
RESPONSIBILITY MATRIX

ACTIVITY HPCL PLC VENDOR APPS


VENDOR
IO DOCUMENT Within 2 days
WITH TAG of LOI/PO - -
NO.S
IO document Within 10 days
with State - of LOI/PO -
descritptions,
Database
descriptions,
Modbus/DNP
addresses
Integration of
IO document - - Within 20days
with APPS IO of LOI/PO
document
IO document Within 25 days
with OPC - of LOI/PO
database (or
equivalent
Industry
standard
protocol)
server details
IO document
with OPC - - Within 30 days
database (or of LOI/PO
equivalent
Industry
standard
protocol)
Client details

Proposal Forms Page 19 of 20


OPC Server Within 30 days
(or equivalent - of LOI/PO -
Industry
standard
protocol)
configuration
details
OPC client (or Within 30days
equivalent - - of LOI/PO
Industry
standard
protocol)
configuration
details
OPC (or Within 30days Within 30days
equivalent - of LOI/PO of LOI/PO
Industry
standard
protocol)
Interface
testing at PLC
vendor works
on PLC server,
duly installing
the APPS
software and
database
therein

Sign and Seal of PLC System Vendor

Proposal Forms Page 20 of 20


FORMR
AGREEDTERMS&CONDITIONS
This questionnaire duly filled shall be returned along with each copy of Un-priced bid.
Clauses confirmed hereunder should not be repeated in the bid. ALL THE COMMERCIAL
TERMS AND CONDITIONS SHOULD BE INDICATED IN THIS FORMAT ONLY. ANY
CONTRADICTIONS TO THESE CONDITIONS GIVEN ELSEWHERE IN THE OFFER.

S.NO. DESCRIPTION BIDDER'S CONFIRMATION


1 Confirm Your Offer is in complete compliance
with the scope of supplies, configuration work,
installation and testing, FAT and SAT as
specified in the Bid document
2 Confirm you have quoted your prices strictly in
the applicable Price schedule format (enclosed
with the Bid document).
3a Specify the lead time required to procure the
PLC Modules
3b Specifiy the lead time needed to procure the
IP66 Class Remote I/o Rack enclosure
4
(i) Confirm that You shall furnish Contract
Performance Bank Guarantee (Performance
Security) as per terms of Bid document.
(ii) Confirm acceptance of contractual
completion period as specified in the
SPECIAL PURCHASE TERMS AND
CONDITIONS Phase delivry and payments
there of getting penalized due to any delay in
supply of phased delivery of SOR items
CLAUSE of the Bid Document.
(iii), Confirm that Your offer will remain Valid
for acceptance for a period of 90 days from the
Bid due date or extended due date (if the
same is extended).
(iv) Confirm that the quoted prices shall
remain FIRM AND FIXED till complete
execution of Order
(v) Confirm that Guarantee /Warranty shall be
as per specified in Bid Document
(vi) Confirm acceptance of Price Reduction for
delay in completion as per of Bid document.
Confirm applicability of same of Phased
delivery of SOR items as specified in the
Tender document
(vii) Confirm total acceptance to Payment
Terms as per Special Conditions of Contract
6 Confirm Terms related to Taxes and Duties
shall be as per Provisions of Bid document and
filled as advised at the end of this document

SIGNANDSEALOFBIDDER: Page1
S.NO. DESCRIPTION BIDDER'S CONFIRMATION
Indicate Sales Tax, if applicable: _______

Indicate Octroi if applicable:__________

Indicate VAT, if applicable

Indicate if applicable WCT: _________

Indicate if applicable Service Tax:_____

Indicate any other taxes and Duties_____

Confirm that your quoted rates against SOR


items is exclusive of above taxes and duties.

Some of the SOR items may not attract all the


taxes indicated above. Hence kindly indicate
which taxes are applicable on which specific
SOR item or part thereof
7 The Bidder is required to state whether any of
the Director's Bidder is a relative of any Director
of Owner or the Bidder is a firm in which any
Director of Owner or his relative is a partner.
8 (a) Confirm acceptance in Toto of the Terms
and Conditions contained in the Bid document
including
(i) Instructions to Bidders
(ii) Special Conditions of Purchase
(iii) General Purchase conditions (GPC)

(b) Confirm acceptance of ARBITRATION


Clause
9 This clause is applicable for NSIC registered
suppliers
a. Are you registered with NSIC (copy of
registration to be attached if applicable )
b. NSIC Registration Certificate is valid up to
(provide date)
c. In case registered with NSIC, please confirm
whether the quoted item is included in the
registration certificate. Please also provide the
value limit given in NSIC certificate
d. Please confirm whether you have succeeded
in securing orders for same items, in
competition (i.e. without price preference) with
the large scale units during the preceding 12
months
11 Bidders to confirm that Income tax deduction at
source shall be done by HPCL on payments to
be made to successful bidder, at applicable

SIGNANDSEALOFBIDDER: Page2
S.NO. DESCRIPTION BIDDER'S CONFIRMATION
rates. Bidder to confirm his acceptance to the
same.

SIGNANDSEALOFBIDDER:

SIGNANDSEALOFBIDDER: Page3
SECTION B

TECHNICAL SPECIFICATIONS FOR PLC SYSTEM


JOB SPECIFICATION
FOR
PLC SYSTEM
1. GENERAL

1.1 This specification of PLC shall be read in conjunction with standard specification for PLC
Section in the Tender document.

1.2 The changeover of Dual Processor in PLC shall be bumpless and the system shall be fail-
safe. Redundancy shall be provided for complete Processor sub-system including CPU,
Memory, communication and Power supply. The bumpless transfer shall also occur for DNP
and / or Modbus communication, GSM-SMS gateways integrated to PLC system

1.3 In PLC redundant communication sub system, on failure of active device, the redundant
device shall take over automatically without interrupting the system operation.

1.4 PLC operation shall be completely unaffected by a momentary power loss of the order of 20
milliseconds.

2. I/O Count & SPARE PHILOSOPHY: I/O count of Physical Input and outputs to be
connected to the Remote I/O rack Input / output modules shall be : DI: 16; DO: 12; AI:18
(HART supported, Loop power capable I/O module); AO: 3 Nos

a) Mandatory spares: One card of each type of Module used in Remote I/O rack shall
be provided as Mandatory spares to be handed over to owner and shall be supplied as
loose items (but not in installed state)

Installed I/O modules shall have atleast 30% spare IO points of each type. Such sizing
shall be limited to one overall singe Remote I/O rack 19 Rack only. Ie. If conflict arises
to install a module to meed 30% spare but 19 rack has become already full then 30%
spare requirement will be brought down for such specific module.

Remote I/O rack shall have possibility to mount another 19 Rack at future date.

b) Engineering spares:
50% spare space for future I/O module, space in cabinets, marshalling cabinets, control
panel, space intrinsic safety barrier, isolator, TB, relays, PB, selector switches, etc, space
for future cables for internal wiring.

b) Power supply Modules:


The power supply Modules to be supplied by bidder shall be able to take care of
supplied as well as future Engineering spares and will have atleast additional VA capcity
to the extent of 25%.

One power supply module shall be supplied as mandatory spare, which is suitable for
use in remote I/o rack.

This spares shall be provided as part of base quote for the supply.
3. PC-PLC SYSTEM LOADING

a) System shall be sized as per the loading defined in this section. The loading here refers
to the use of memory, CPU time and communication capacity etc. Loading shall consider
the worst case of high system capacity, during this case, no degradation of system
performance is allowed. Maximum loading on various sub-systems shall be as follows:
a. 70% I/O capacity and other hardware.
b. 60% processor, including user memory.
c. 60% communication network (For Deterministic protocol.)
d. 60% No of nodes.

b) System shall also be evaluated for approximate Maximum of 1000 I/Os (which includes
the Hardwired I/os, Software i/os which shall be received over Modbus serial, DNP over
IP and Modbus over IP, GSM - SMS as the case may be along with serial
communication from third party bought out communication devices by the Bidder. PLC /
PLC Server sizing shall take into consideration another additional I/os, for provisional
Leak detection system which need to communicate with PLC database over OPC or
other industry standard protocol, in due consultation with their Leak detection System
sub-vendor. Collectively this sizing of I/os should only be 65% of PLC database /Memory
capacity.

c) PLC vendor shall supply all the needed communication cables between PLC rack to
Remote I/o rack at HPC - SCZ, PLC rack to Modbus slaves at HPC-SCZ, PLC rack to
Telemetry modules at All sites. At HPCL the distance between PLC panel to Remote I/o
rack and Modbus slaves can be assumed as 600 meters (approximately) for tendering
purpose. The communication cables cost shall be deemed to be included in the Base
quote for the supply of PLC system as per SOR item no.1. The communication cables
shall be either of Belden make or Lapp make only with high EMI immunity design. No
other makes shall be acceptable. The protocol choosen between PLC processor and
Remote I/o rack shall be such that it shall work without REPEATER FOR SIGNAL for
distance upto 1 KM.

4 PLC OPERATOR CUM ENGINEERING CONSOLE APPLICATION SOFTWARE SYTEM


ENGINEERING CUM OPERATOR CONSOLE: PLC vendor supplied console shall have co-
resident application software/leak detection system for its full function of Engineering
and operator interfaces. Such Application software / leak detection system shall be
supplied by HPCLs vendor by way of another purchase order / Contract.

Configuration review/approval required to be taken from owner by successful bidder

4.1 SYSTEM HARDWARE REQUIREMENTS (MINIMUM)


Computer (Latest): -
Processor type- INTEL XEON
RAM - 12 GB with expandability
System Capability - Real time clock
- Hardware priority interrupts
- General-purpose register
- Flexible addressing mode
- Hardware bootstrap loader
- Power fails protection and auto start
- Memory management and protection
- Serial / parallel communication port
- SCADA functionality for polling data from HPFR/BPCR/IOC-SHR, if need be over Ethernet
MODBUS and / or DNP as per telemetery schema to be decided by bidder
- Ethernet 100Mbps
- Built in Graphic accelerator
Mounting - Table top
Secondary storage -
Disk sub system
Type - Ultra SCSI (Formatted) REID supported and with Backup drive of equal capacity
Formatted - 60 GB or more Capacity
Controller - 2 derives capacity
Acess time - 50 m sec.
CD/ DVD drive Formatted - 700 MB (min) Capacity Read / Write functionality
Controller - 1 drive
Capacity Ver. - 52x.

Video Display unit Dual VDU


Screen size - 21" Diagonal
Type - Non glare, Colour TFT Visual Display
Display - 1280 X 1024
Resolution
Mounting - Table top
Mouse - Standard
USB Port Not to be provided / Hardware disabled.
Make - As per suggested Vendor list

For server specifications please refer to annexure detaling the same,

4.2 SYSTEM SOFTWARE REQUIREMENTS (MINIMUM)


4.2.1 Operating system Software
MS Window (latest) windows XP or higher Server class software, which shall be mutually
compatible to PLC software as well as Application software Leak detection system, with latest
anti-virus McAfee or Norton make software shall be provided by vendor.

4.2.2 MMI software

4.2.2.1 MMI software shall be window based. MMI for operator consoles shall be offered with
minimum 5000 I/O points capacity.

4.2.2.2 MMI Software server. The operator console shall be offered with
Develop and run time version of MMI hot swappable to Run time version of MMI, without the
need to stop the server machine.

4.2.2.3 The workstations shall be used as Opearting cum - Engineering Workstation with
above architecture. The work station shall have one CPU with Dual VDUs (TFT type) single
mouse shall be freely navigable on both VDUs. It shall have the capability to display different
multiple screens independently and simultaneously on each VDUs. The work station shall have
DVD writer. Floppy drive / USB / Wireless interfaces/ Bluetooth interfaces shall be disabled in
the Hardware setup, with possibility of enabling only under ADMINSTRATOR PASSWORD.
The purpose of Engineering console is used for PLC Programming, MMI development, Program
storage, fault diagnostics in addition to the monitoring and Plant operation. Further it shall also
have co-resident Application Leak detection system software.

4.2.2.4 Trending screen for real time and historical trend shall be provided for analog points.
Screen for Tank specification details.

4.2.2.5 Event screen for chronological listing of all events such as command initiation, system
start up etc.

4.2.2.6 Group overview for listing all groups and number for each group.

4.2.2.7 Display of all the points, in a selected group.

4.2.2.8 Alarm summary (only unacknowledged alarms) and alarm history (both acknowledged &
unacknowledged alarms).

4.2.2.9 System diagnostic alarm list.


i. All screens shall be identified with different colours and different display patterns for
viewing and also status information of the system. All video displays shall be user
definable.
ii. Self-diagnostic alarm messages.
iii. Conversational user-friendly software shall be used for operation, configuration and
maintenance.

4.2.2.10 The following key-board functions shall be possible from operator station:
i. Selection of logging printout, alarm and event printout including freeze log capability.
ii. Change of data base configuration
iii. Alarm inhibit for a tank under maintenance
iv. Reconfiguration of alarm settings
v. Setting of real time clock and date
vi. Change of parameters to be logged.
vii. Addition or deletion of a group.
viii. Configuration of point database.
ix. Change in processor cycle.
x. Key lock switches or password shall be provided for all maintenance functions to prevent
unauthorized operations.

4.2.2.11 On line configuration shall be possible from the system,


i. Display update rate of all screens shall not be more than 2 seconds.
ii. It shall be possible to dump the contents of data-base to storage device (CD/ Steamer tape as
per standard practice) for future retrieval operations.
iii. Date and time shall be displayed on each screen and the real time clock shall be crystal
controlled so that it is independent of line frequency. System clock of both the operator console
shall automatically synchronized.
iv. Process and system alarm messages shall be displayed on the screen as and when they
occur on priority basis and all inputs in alarm shall be identified by flashing and audible alarm.
Audible alarm shall be silenced by acknowledgement. Flashing will disappear when alarm
conditions return to normal.
v. The system shall have simple command structures with the password protection.
vi. Alarm station changes shall be displayed through alarm windows with diagrammatic
representation.
vii. The logging function shall enable user to obtain various print outs of log report, log report
shall be freely configurable for hourly, shiftily, daily, weekly, fort nightly, monthly, yearly etc. The
other print outs and reports as follows shall be possible from the system as a minimum:
Process & system alarms reports as and when alarm occur.
Alarm history report for each shift operation.
Event listing
All log & report formats shall be user definable.
Vendor to furnish the daily operated reports and monthly operated reports for the following
parameters as given below;
- Flow rates / cumulative flowrates/ batch quantities
- All the process parameters such as pressure, differential pressure, temperature, flow and
batch volume of product, density, level, flow and pump running hours, etc.

4.2.2.14 Vendor shall supply the operating system software and all MMI application software on
CD along with any activation keys/dongles as needed. All the system software and any bought
out software shall be licensed software and license shall be in the name of HPCL only. In the
absence of such license in the name of HPCL, payments amounting to software are liable to be
held back. Details of software to be supplied shall be filled in FORM O

4.2.2.15 Vendor shall clearly indicate the software required for the system and software usage
limitations if any, with respect to functional requirements shall be brought out in the offer.

4.2.2.16 PLC Programming Languages: Shall be compliant to Part 3 of IEC 61131 viz.Ladder
Diagram, Function Block Diagram, Structured text, Instruction list and Sequential Function chart
and PLC software shall support the same.

5 FACTORY ACCEPTANCE TEST OF PC-PLC BASED SYSTEM

5.1 GENERAL
5.1.1 On the basis of guidelines specified in this specification, vendor shall submit their own
FACTORY ACCEPTANCE TEST (FAT) procedure. For hardware, the procedures shall include
purpose of test, test definition of input, procedure, results expected and acceptance criteria. For
software it shall include details of the method, lists of tests, sequence of execution, results
expected and acceptance criteria.

5.1.2 The testing and acceptance of the system shall be carried out on the mutually agreed
procedures and criteria based on these guidelines and vendor standard procedures.

5.2 FACTORY ACCEPTANCE TEST (FAT) & ACCEPTANCE (OF COMPLETE SYSTEM
INCLUDING
FIELD UNITS)

5.2.1 Vendor shall demonstrate functional integrity of the system hardware and software. No
material or equipment shall be transported until all required tests are successfully completed
and certified "Ready for shipment" by owner/ consultant.

5.2.2 Owner/ consultant reserves the right to involve and satisfy himself at each and every stage
of testing. They shall be free to request any specific test on equipment considered necessary by
him, although not listed in this specification. The cost of performing all tests shall be borne by
the vendor.
5.2.3 Vendor to note that acceptance of any equipment or the exemption of inspection/ testing in
no way absolve the vendor of delivering the equipment meeting all the requirements specified.

5.2.4 It shall be vendors responsibility to modify and/or replace any hardware or software if the
specified functions are not completely achieved satisfactorily during FAT.

5.2.5 Schedule of FAT shall be indicated by vendor.

5.2.6 Vendor shall not replace any component/module/subsystem unless it has failed and a log
of such failures shall be maintained during FAT. If a subsystem fails during FAT and is not
repaired and made successfully operational within 4 Hours of active repair time after the failure,
the test shall be suspended and restarted all over again only after vendor has replaced the
device and bought the system into a acceptable operational condition.

5.2.7 Testing and FAT shall be carried out in two phases. The minimum requirements for testing
during these two phases shall be as follows:

5.2.8 Under first phase, Vendor shall perform test at his works to ensure that all components
function in accordance with the specifications for each type of test. A test report shall be
submitted for owner review within two weeks of completion of this test. All subsystem shall
undergo a minimum of 7 days burn out period. Following tests shall be performed by the vendor
and reports shall be forwarded to owner.

a) Quality control test, which shall be carried out to ensure quality of all components and
modules.
b) System pre-heat, which shall be of physical check of all modules, racks, cabinets etc.
c) System power up test, which test functionality of all hardware and software.

5.2.9 Second phase of testing shall systematically, fully and functionally test all hardware and
software in the presence of owner. All subsystem shall be interconnected to simulate, as close
as possible, the total integrated system. Following minimum test shall be carried out:
a) Visual and mechanical testing.
b) High voltage and insulation testing.
c) Functional testing.
This shall include the simulation of each input and output to verify proper system response. The
testing, as a minimum shall include:

i) Complete system configuration.


ii) Demonstration of all system builder functions including addition/deletion of an
input/output generation of dynamic graphics and other views, report generation etc. All the
parameters and diagnostic features received from the equipment through serial interfacing
shall be displayed on real time basis. Preparation of graphics for various equipments shall
be as explained in Annexure A enclosed with MR.
iii) 100% checking of graphics. Alarm screens, log reports configured in the tank farm system.
iv) Checking of scan time.
v) Checking of all console displays, keyboard and its operation, printer/hard copier functions
etc.
vi) System diagnostic checking for all subsystems on local level as well as on console.
vii) Checking of output status on processor failure.
viii) Simulation of power failure & system restart self-booting up of system configuration and
program after power restoration.

5.2.9 Vendor shall notify the owner at least three days prior to factory acceptance test, with the
internal Acceptance test results. Owner Project engineer shall have discretion to waive the
internal Acceptance tests, provided vendor has adequate reasons to justify the need and
assurance that system is ready for Factory acceptance test, in order to expedite delivery of the
system to site.

6.0 Interfacing Requirements Of Other Systems/Equipments of Station with Station


control System PLC:

The following purchasers systems/ equipment/instruments are required to be serially interfaced


with the station control system PLC for monitoring in the station PLC.

a) MOV control from Control MOV signals (Serial link from MOV, if applicable over Modbus).
Control of MOV operation and status monitoring from Station PLC. The MOV actuator shall be
pre-installed and commissioning of Acutor shall be in the scope of bidder with co-ordination
with Acutor OEM service engineer.

6.3 Vendor to note that the following details of each equipment/ system/instrument required for
serial interfacing which will be furnished during detail engineering:
The memory map where required input parameters to PLC and output parameters from PLC
(commands, set points etc.)are stored.
Data transfer rate; Type of RS 485 connectors supported along with pin details.
Type of Mod bus protocol (ASCII, RTU); Mod bus protocol details with message function
codes etc.
Make and Model no. of Equipment/ system/instrument
The data type supported (single/multiple bit status 16 bit integer, 32 bit integer, 16 bits floating,
32
bits floating).

7.0 Interfacing requirements for Flowmeter and PLC

7.1 PLC shall be serially interfaced with one flow meter using Single RS 485 MODBUS protocol.
The supply of RS 485 serial link cable (with connectors) shall be in vendors scope. The Flow
meter shall be pre-installed and commissioning of shall be in the scope of bidder with co-
ordination with OEM service engineer.

7.3 Vendor to note that the following details of each flow computer required for serial interfacing
which will be
furnished during detail engineering:

The memory map where all the input parameters to flow computer are stored.
Data transfer rate; Type of RS 485 connectors supported along with pin details.
Type of Mod bus protocol (ASCII, RTU); Mod bus protocol details with message function
codes etc.
Make and Model no. of flow meter.
The data type supported (single/multiple bit status 16 bit integer, 32 bit integer, 16 bits floating,
32
bits floating).
8.0 Interfacing requirements of SCZ PLC to be supplied by bidder to HPFRs DCS, BPCR
DCS or PLC and IOC SHR PLC (IOC-SHR interface to be required or not to be advised to
successful Bidder):

The bidder to generate the needed interface, as per the telemetery schema to be choosen
by them, among the optional schema drawings included. Bidder to work in co-ordination
with DCS/PLC Owner and / or OEM engineers co-ordination to develop the Interface
memory maps and interface driver details both hardware and software.

9.0 Interfacing requirement to GSM-SMS communication based Slave devices: HPCL


shall have some Slave devices which will respond to Customized SMS send to these
devices. The devices shall also respond in Customized specific SMS message frame.
Bidder has to supply GSM-SMS communication gateway to poll these devices, parse the
SMS message and update PLC database/IO status cum registers with the SMS message
content values for the same. A typical SMS message to certain type of slaves, as an
example is provided in Annexure D.

10.0 Interfacing requirement to Leak detecion Application sofware, which shall be co-
resident in PLC server: Needed configuration shall be done to achieve SCADA APPS /
LDS system interfacing on Industry standard Protocol viz OPC or any such equivalent
protocol.

For all situations of the PLC vendor of co-ordination with HPCLs APPS leakdetection system
sub-vendor, the responsibility matrix enclosed in Proposal forms shall govern for Interfacing the
PLC system with APPS system seamlessly. Any responsibility conflict resolution need arises,
HPCLs job engineer decision shall be deemed final, if such situation arises.

11.0 Ethernet Switches: All Ethernet Switches shall be Industrial Ethernet switches of suggested
/ approved make only. Ethernet switches shall also have 1GBPS Optical uplink facility, whether
used by PLC vendor for his application or not. Optical uplink facility shall have optical module
suitable for Monomode fiber of Short range upto 5 Km range or medium range upto 15 to 20 KM
range. The ranges will be confirmed to successful bidder during detailed Engineering stage.
Overall Generic Requirements to be fulfilled in the PLC System:

11. General
Vendor shall submit the bids properly bound in A4 size (210 mm x 297 mm). All
drawings and sketches shall be in multiple of A4 size like A3 (297 mm x 420.mm) or A2
size (420 mm x 594 nun) etc. but folded to A4 size.
Drawings and Data:
Detailed drawings, data, catalogues and manuals required from the vendor are
indicated by the purchaser in vendor data requirement sheets. The required number of
reproducible and prints should be dispatched to the address mentioned, adhering to
the time limits indicated.
11.2 After placement of purchase order, vendor shall submit certified drawings and
specification sheets for each instrument and its accessories which shall include the
following:-
Configuration diagram.
Detailed dimensional drawings.
Power consumption in voltamperes.
G A (General Arrangement) drawings
Logic / Ladder diagrams.
Input/Output (I/O) assignment. .
Power supply distribution drawings.
Telemetry Mapping document showing co-relation between Slave site to
Master site
I/O assignment including Plant tags at Slave site and Master site.
12. DESIGN AND CONSTRUCTION
13. Programmable Logic Controller (PLC) shall be microprocessor based system which
shall be used for implementation of plant interlocks, and plant operation wherever
specified in tender specification.
14. The system shall be designed "fault avoidant", as a minimum, by selecting high grade
components of proven quality and proper design of system electronics. Redundancy
shall be provided, as a minimum, as per this specification to improve system
availability and reliability. Due consideration shall be given to the environmental
conditions particularly for field mounted subsystems, if specified in the job
specifications.
15. The system shall be able to operate satisfactorily from 15 C to 30C and 20% to 80%
non- condensing humidity unless otherwise specified.
16. The system shall be modular in construction and expandable in future by adding
additional modules which shall be easily accessible for maintenance and repair. The
modules shall preferably be suitable for inserting in 19" rack. The types of modules
shall be kept to minimum possible in order to have inter changeability and low spares
inventory.

17. The system shall be highly reliable and shall have well proven record of working
satisfactorily in a hydrocarbon processing plant for a minimum of one year for a similar
application. Prototype systems or instruments of experimental nature shall not be
offered. The PLC shall have a very high noise immunity in order to ensure safe and
reliable operation when subjected to electrical radio frequency interference and
electromagnetic disturbances expected in a plant. The design of system electronics
shall be in compliance with the electromagnetic compatibility requirements as per
IEC:801 - Electromagnetic compatibility for Industrial Process Measurement and
Control Equipment'. The surge withstands capacity for input/ output modules shall be
as per IEEE Standard 472.

18. The system shall be programmed in principle as per the logic details enclosed with the
job Specifications which give only the Major Logics required at the tender stage.
However, vendor shall prepare their, own logic/ ladder diagrams depending upon the
capability of the programmable logic controller offered by them. Purchaser reserves
the right to revise or review the logic diagrams even after acceptance of the offer. The
Vendor is also required to generate Loop Logic diagrams basis which the Ladder logic
shall be built.

19. The system shall have extensive set of self diagnostics hardware and software for
easy and fast maintenance of PLC. Routine checks should run automatically at
frequent intervals for Identifying any fault in software or hardware. Diagnostics shall be
required at local as well as console level.

20. Separate power supply units shall be provided for individual I/O (input-output) rack and
processor unless otherwise specified in the job specifications' Suitable battery back-up
shall provided to protect volatile memory:

21. Operation of the PLC shall be completely unaffected by a momentary power loss of the
order of 20 milliseconds, unless otherwise specified.

22. The scan time of programmable controller shall be of the order of 100 milliseconds.
Scan time PLC is defined as the cycle time taken by the system to read input, process
input executing: logic, and update control output for all the logics configured within the
system. Other activities like diagnostic routines, output / dump of data to peripherals,
or any other activity which consume processor time shall also be accounted while
computing scan time. (Isolation Shall be provided between programming panel and
related subsystems if there is any possibility of high voltage from CRT being
transmitted to other subsystems. On-line replacement of any module shall be possible
in such a way that the removal and addition of the module shall be possible without de-
energizing the system. Further, there shall not be any interruption in the system while
replacing a faulty module except for the 'inputs/outputs which are being handled by
that module. However dual PLC configurations, there shall not be any process upset
while replacement of PLC Processor end modules.
23. System Configuration
24. Basic system configuration shall be as per the job specifications. However the system
shall consist of following major subsystems:-

25. Input/Output subsystem: Input/Output system to be supplied shall be suitable for


Hazardous area Installation for Zone 1, Group I A, ATEX / IEC / BASEFFA or
similar International type certifications must, else bid will be rejected.
Certification from national agencies like CMRI shall also be appreciated. IF Hazordous
area classification type tests are available , only from International type testing
certification organizations, Vendor cofirmation that they shall get such certificates
reviewed /stamped / sealed by national certification agencies like CMRI/PESO.

26. I/O devices interface with PLC shall be at I/O racks only. The I/O modules shall be
Mounted in the I/O racks. They are normally located in control room and I/O modules
are general purpose unless otherwise specified in System Archieture / Job
specifications

27. The maximum number of input/outputs per module shall be limited as per OEMs
Module i/o Point standards.

28. Each I/O shall be electrically isolated from external control circuit by suitable means.
The 'Minimum isolation level between I/O and logic circuit shall be 1000 V dc.
29. Each I/O shall be protected against reversal of polarity of the power supply voltage to
I/O.
30. Each module shall have LED for each I/O channel to indicate the status of each input /
output
31. Each output shall be provided with filters to filter out any noise in the input
line of noise because of input contact bouncing.
32. PLC inputs shall be provided with potential free/dry contacts unless otherwise
specified.
33. All the inputs shall preferably be double ended i.e. two wires per input and not
common Mumbai all inputs.
34. The interrogation voltage to the input/output contact shall be powered from separate
power supply/supplies Modules and shall not be a part of PLC. This power supply
shall be supplied as part of the PLC cabinet and shall be distributed by the vendor.
35. Output contacts from the PLC shall be potential free/dry contacts with contact ratings
suitable for Outputs to be driven, as indicted in System Architecuture drawing. Details
of outputs to be driven shall be given to successful bidder. Wet contacts/powered
contacts/TTL outputs etc. shall not be acceptable. Vendor must provide arc
suppression device for each output contact.

36. Safety barriers shall be provided by the vendor for intrinsically safe input/output circuits
wherever required. In such cases, the system shall be designed intrinsically safe
based on entity concept. The barriers shall be certified by a statutory authority like
BASEEFA, CENELEC, FM, PTB, CMRI etc., for the use in the area classification as
specified elsewhere in the job specifications. The proper selection of, the safety
barriers shall be the vendor's total responsibility. Certain designs of Hazordous area
I/o modules donot require the safety barriers, if it is the case same shall be
detailed in technical bid, explicitely

37. No single mode failure shall affect the system whenever redundant system
Configuration is specified.
38. Unless otherwise specified, all electronic modules shall meet the
Requirements of Environmental classification class 'G3' as per ISA-S 71.04 / ATEX
approval for Hazordous area installation / operation/maintenance.
39. Memory shall be non-volatile. However, in case volatile memory is provided, battery
backup shall be provided for a minimum of three (3) months to keep the stored
program intact. A battery drain indication shall be provided at least one week before
the battery gets drained. A potential free contact shall be provided for hardwired
annunciation in the control room.
40. Watchdog timer shall be a software device. The healthiness of processors shall be
tenuously monitored by watchdog timer. Any hardware or software problem in the of
subsystem, including CPU, memory, power supply, communication interface etc,
shall Cause the watchdog timer to report processor failure.
41. Redundancy shall be provided such that in case of failure of the main processor the
standby processor shall take-over automatically. The changeover shall be bumpless
and the system shall be fail safe. Redundancy shall-be provided for complete
processor subsystem including CPU, memory, power supply, communication modules
to I/O racks.
42. In case of failure of complete processor system i.e. both processors in case of
dual configuration outputs shall take fail safe State automatically unless otherwise
specified in the job specifications.
43. In case multiprocessor configuration is offered, the processors must be able to
communicate with each other over the interconnecting data link. Vendor shall ensure
that system performance shall not degrade when such a system is offered.
44. It shall be possible to generate the first out alarm output by the PLC in case
where a group of parameters are likely to trip the system.
45. PLC Console
The PLC Console shall be used for programming, program storage, fault diagnostics
and alarm monitoring. It shall also be possible to use this for plant operation,
whenever Specified.

46. Each output-shall be short-circuit proof and protected by fuse. Visual indication of fuse
blown must be provided for each output

47. Redundancy wherever required shall be provided as per details given in the job
Specifications

48. Wherever redundant communication bus and communication interface of I/O


subsystem with central processor are specified, Vendor must ensure that healthiness of
each redundant module is monitored. Switch over of Main processor should not lead to
communication failures either to Remote i/o rack, modbus slaves or Telemetry
communication gateways

49. It shall be possible to exchange I/O modules while the system is in operation :
Without influencing other logic function than the one's which are covered by the I/O
modules being exchanged for single I/O configuration. Without upsetting the process
for dual I/O or dual PLC configuration.
50. Processor System

51. The processor shall have capability to implement all the control functions required to
implement the logic schemes attached with the job specifications as Logic/Ladder
diagram.

52. Communication subsystem

53. The communication subsystem shall be a digital communication bus that provides
reliable and high speed data transfer between the processor subsystem, I/O
subsystem, PLC console and other devices connected to the system.

54. Redundancy in communication subsystem shall be as follows unless otherwise


specified:
The communication subsystem between processor and I/O subsystem shall be single
unless otherwise specified. This shall include single communication bus and single
interfaces/buffers.
55. The communication subsystem between processor subsystem and PLC console,
unless this is only used as programming aid, shall be dual redundant consisting of two
separate communication interfaces and two buses, each one configured in redundant
mode.

56. In case of redundant communication subsystem, on the failure of the active device, the
redundant device shall take-over automatically without interrupting the system
operation. information about the failed device shall be displayed locally as on well as
the PLC Consoles ft shall be possible to manually switch-over the communication from
main bus/device to redundant bus/device without interrupting the PLC functions.

57. The mechanism used by the system for error checks and control shall be transparent
to the application Information/programme. Error checking shall be done on all data
transfers by suitable codes.

58. System power Supplies

59. Programmable logic controller shall operate on uninterrupted power supply with
following owners power supply feeder specification. The Bidder to generate all his
needed 48VDC / 24 VDC and make available same in Control room panel, even for
use by owner for his loop powers, for general I/os already shown in Architecture with
adequate VA margin and safety. VA caliculation shall be submitted along with the
technical bid :
Voltage, 230 V 10%
Frequency, 50 Hz 3 Hz
Switch overtime 5 milliseconds

60. PLC console when used for plant operation shall be supplied with dedicated operating
keyboard. Even when touch-screen is specified, the console in addition shall be
supplied with operator keyboard which shall have the same capability as the touch-
screen, as a minimum.

61. The keyboard shall preferably be touch sensitive sealed type, easy to operate with
each key clearly identified. It shall be provided with a lock and key to prevent any
unintentional program modification. All illegal entries shall be rejected by console and
shall be identified by warning signal on CRT. Manual operation/forcing of any element
connected to PLC shall be possible from keyboard. It shall be possible to modify,
add or delete the application program on-line without affecting the outputs . PLC
console CRT shall display logic and/or ladder diagram indicating power flow and shall
show description and status of each contact. It shall also be possible to display
process alarms and diagnostic message as and when they appear. Further, it shall
also be able to display I/O map in a user defined format. PLC console shall be able to
display, process dynamic graphics, overview and group displays. It shall be able to
operate the plant i.e. start and stop of rotating machinery, opening and closing of
valves etc from dynamic graphics and group displays. All such displays-shall, be user
configurable.

62. It shall be possible to print the ladder/logic diagram on the PLC printer. In addition,
printer shall also be able to print the following : Diagnostic messages, as and when
they appear, Diagnostic reports, on demand. & Processor alarms
related to PLC as and when they appear, and alarm report whenever initiated. Shut
down report as and when initiated. I/O map showing status of all inputs and
corresponding outputs in a user defined format.

63. The PLC console shall be provided with self diagnostic features which shall display
error messages and initiate an audible alarm if fault is detected. A common alarm
potential free contact shall be provided which shall be connected to the hardwired
annunciator.

64. For dual PLC configuration manual testing facility shall be provided to detect any
system fault. For manual testing, manual switches shall be provided to bypass each
input at a time | and its effect on the output shall be monitored. Only one PLC shall be
manually tested at a time.

65. System Software


The system software shall include ail programs for the PLC and PLC console which
are required to perform all the PLC functions including communication and self-
diagnostics. Logic program shall be recorded on the two copies of which shall be
delivered with the system.

66. The PLC programming language for implementation of logic operations shall be based
on only of the following representations :

Logic diagrams-Binary logic symbols such as AND, OR, NOT Gates, Timers counters
and memories/Ladder diagrams (that is, series parallel connection of relay contacts)-
Combination of (a) and (b) above details of the diagnostic package and its related
equipment and software shall be supplied by the vendor with the offer. A list of
additional diagnostic packages available including their description and capabilities
shall be provided as a separate quote.

67. It shall be possible to print the ladder/logic diagram on a dedicated printer. The printer
shaft ateo print out all diagnostic report!. Vendor shall supply the Off-line software
package 1 to enable the purchaser to modify, add or delete any part of the program.
Software for the generation of various displays including dynamic graphics shall be
provided.

68. System software for I/O map showing status of inputs and the corresponding outputs
giving tag numbers per logic diagrams in the user defined formats shall be provided.
69. System software for the report generation for reports like hourly on demand, per shift,
daily and Weekly report shall be provided, whenever specified in job specifications, in
the user defined format.

70. All details and/description shall be provided for the software package including the on-
line i/O testing software

71. If the Software for printing system well as process alarms and events shall be
provided. All alarms shall be printed as and when they appear.

72. Power supplies in the system shall be provided as follows:


Each I/O rack shall be provided with separate power supply Each power supply shall
be sized to take full load of the I/O rack.

73. Processor subsystem shall be provided with separate power supply, as a minimum,
unless otherwise specified in job specifications. Failure of power supply shall not affect
the system operation/processor switchover in case of dual processor system. Also,
separate power supply shall be provided for each I/O chain

74. Self Diagnostics

75. The system shall have an extensive set of self-diagnostic routines which shall be able
to identify the system failures at least upto module level including redundant
components and power supplies through detailed CRT displays and report print outs.

76. At the local level, failure of a module in any subsystem shall be identified by an
individual LED

77. Diagnostic software shall have the capability to provide information about the failed
module/system either in the form of a system configuration display or provide
information in the form of a "statement".

78. Self-diagnostics shall be provided to detect faults (which make the contacts
permanently close or open) in the input and output modules or input and output signal
conditioning modules in case of triple redundant system whenever specified in the job
specifications. This may be achieved by automatically running the testing software at
cyclic intervals. The automatic cyclic testing feature shall also be provided -for dual
input/output configuration and dual input/output signal conditioning for triple redundant
system. The testing software cycle may be field adjustable by engineer. However, the
system performance shall not be degraded whenever testing feature is specified.
79. Testing software shall be capable of detecting faults in case of normally closed system
as well as in normally open system.

80. In order to remove dissipated heat effectively from cabinets, vent louvers backed by
wire mesh screen shall be provided in cabinet doors. Further, ventilation fans shall be
provided if required.

81. Illumination shall be provided for all cabinets by incandescent lamps, which shall be
Operated by door switch.

82. Equipment within the cabinet shall be laid out in an accessible and logically
segregated manner. Cable glands shall be provided for incoming and outgoing cables
to prevent excessive stress on the individual terminals. AH metal parts of the cabinet
shall be electrically continuous and shall be provided with a common grounding lug.

83. Each I/O moduIe shall be provided with separate terminals for individual inputs and AH
inter cubicle and internal! signal wiring shall be done using minimum 1 mm2 Stranded
copper conductor,' and power wiring shall be done using minimum 1.5 mm2 stranded
copper conductor: All terminals shall be suitable for minimum 2 mm2 cables, with high
quality insulation from reputed vendor

84. Earthing
Cabinet console and other equipment supplied as a part of PLC system shall be
provided with an earthing lug. All these lugs shall be properly secured to the AC mains
earthing bus. All circuit grounds, shields and drain wires of control cables shall be
connected, to the 'system ground bus which shall be electrically isolated from AC
mains earthing bus. This bus shall be typically of 25 mm wide and 6 mm thick of
copper. : 1/3 All barriers, if used, shall be securely grounded. Safety barrier ground
wire shall be Capable of carrying a maximum fault level current of 0.5 A at 250 V r.m.s.
per barrier. The successful bidder shall take into consideration possibility of
Independent Earth grid, if existing earth grid doensot meet the needs or Isolation of
Electrical and Instrumentation of earth grids cannot be clearly established. Quoted
rates are expected to include the pricing for the same.

85. TESTING, INSTALLATION COMMISSIONING AND ACCEPTANCE ;General. On the


basis of guidelines specified in this specification, vendor, shall submit their own testing,
installation, commissioning and acceptance procedure. For hardware, the procedure
include purpose of test, test definition of input, procedure, results expected and
acceptance Criteria. For software, it shall include details of the method, list of tests, :
'sequence of execution, results expected and acceptance criteria and acceptance of
the system shall be carried out on the mutually agreed ;; procedures and criteria based
on these guidelines and vendor standard procedures.
86. All type of power supplies shall be made available at one point. Further distribution of
power supply shall be in vendor's scope.

87. In general, all output contacts and solenoids shall be powered with 110V10% dc/
24V 10% dc power supply. However, the actual interrogation voltages shall be as per
job specifications and logic diagrams.

88. The distribution network for interrogation voltage shall be designed such that a single
fault in any branch shall not cause trip of the logic other than where the fault has
occurred. Sequential starting of various load centres shall be provided whenever
specified. Power distribution network must use bus bars of adequate capacity with
DPDT (Double Pole Double Throw) switches and HRC (high rupture capacity) fuses in
each branch network. Vendor may select circuit breaker if short circuit characteristics
do not match the HRC fuse. All cubicles lighting shall be on 240 V: 50 Hz ac normal
power supply.

89. PLC System Cabinets

90. All PLC system cabinets shall be completely wired with all modules in place. Inside
cabinet wiring shall preferably be done using ribbon type pre-fabricated cables.

91. All the cabinets shall be free standing; enclosed type and shall be designed for bottom
entry of cables. Cabinet structure shall be sound and rigid and shall be provided with
removable lifting lugs to permit lifting of the cabinets.

92. Cabinet shall be fabricated from cold rolled steel sheets of minimum 2 mm thickness
suitably reinforced to prevent warping and buckling. Doors shall be fabricated from cold
rolled steel sheet of minimum 1.6 mm thickness. Cabinets shall be thoroughly deburred
and all sharp edges shall be grounded smooth after fabrication. Cabinet finish shall
include sand blasting, grinding, chemical cleaning, surface finishing by suitable filter and
two coats of high grade lacquer with wet sanding between two coats. Three coats of
paint in the cabinet colour shall be given for non-glossy high satin finish. Colour of the
cabinets shall be as per job specification. Each cabinet shall be maximum 2100 mm
high (excluding 100 mm channel base). 1200 mm wide and 1000 mm deep, in general.
Site specific optimisation is required as the system size is expected to be small, hence
smaller Panel / Cabinets can be supplied subjected to Owners consent. Construction
shall be modular preferably to accommodate 19" standard electrical racks. All cabinets
shall be of same height. Maximum swing out for pivoted card racks, doors and drawers
shall be limited to 600 mm.

93. Cabinets shall be equipped with front and rear access doors. Doors shall be equipped
with lockable handles and concealed hinges with pull pins for easy door removal.
94. Visual and mechanical testing.
95. High voltage and insulation testing.
96. Functional testing.

This shall include the simulation of each input and output to verify proper system
response. The testing as a minimum shall include :
i) Complete system configuration loading.
ii) ; Demonstration of all PLC system, builder functions including
addition/deletion of an input/output, addition/ deletion of a rung or an element in a
rung, ; generation of dynamic graphics and other views, report generation etc. in)
100% checking of logics configured in the PLC by connecting switch/lamp at ;n;
input/output.
iv) Checking of scan time.
V) Checking of all PLC console displays,, keyboard and touch-screen
operation,
printer/hard copier functions etc.
vi) System redundancy check including correct changeover of the back-up unit
in case of failure of main unit.
Vii) System diagnostic checking for all subsystems on local level as well as on
console, including checking of the testing software for I/O modules/signal
conditioning modules, when specified.
ii) Checking of output status on processor failure.; lit) ! Checking of first-out alarm
generation.
x): Simulation of power failure and system restaft auto boot-up of system
configuration and program after power restoration shall be tested
Notify the purchaser at least 1 Weeks prior to factory acceptance test. In the
event that representative arrive and the system is not ready for testing, vendor shall be
liable for back charges for any extra time and expenses incurred.

97. Installation Testing and Commissioning


98. Vendor Shall offer the services of an installation team which would install the
equipment in the control room, lay the interconnecting cables inside control room,
check-out, test and the system, g Vendor's responsibility at site shall include all
activities necessary to be performed to complete the job including ;
99. Receipt of hardware/software and checking completeness of supplies. Installation of
the system including free supply equipment, if any. Field cable termination and inter-
cabinet cabling and termination 3week Cut equipment installation.

100. Vendor &hall demonstrate functional integrity of the system hardware and
software. No material of equipment shall be transported until all required tests have
been successfully completed and the material/equipment have been certified 'Ready
for shipment' by purchaser.
101. Purchaser reserves the right to involve and satisfy himself at each and every
stage of testing. They shall be free to request specific tests on equipment considered
necessary by them, although not listed in this specification, but agreed as a pan of
factory acceptance test procedure. The cost of performing all tests shall be borne by
the vendor.
102. Vendor to note that acceptance of any equipment or the exemption of inspection/
testing shall in no way absolve the vendor of the responsibility for delivering the
equipment meeting all the specified requirements.

103. It shall be vendor's responsibility to modify and/or replace any hardware or


software if the specified functions are not completely achieved satisfactorily during
FAT.

104. Schedule of FAT shall be included in the Vendor's proposal.

105. Vendor shall not replace, any component/module/subsystem unless it has failed
and a log of such failures shall be maintained during FAT. If a malfunction of
module/component in a subsystem repeats, the test shall be terminated and vendor
shall replace the faulty component/module. Thereafter test shall start all over again. If
a subsystem fails during FAT and is not repaired and made successfully operational
within 4 hours of active repair time after the failure, the test shall be suspended and
restarted all over again only after vendor has replaced the device into acceptable
operational condition.

106. Testing and FAT shall be carried out in two phases. The minimum requirements
for testing -during these two phases shall be as follows : -

107. Under the first phase, vendor shall perform tests at his works to ensure that all
components function in accordance with the specification for each type of test. A test
report shall be submitted for purchaser review within two weeks of completion of this
test. All subsystem shall undergo a minimum of 30 days burn in period. Following tests
shall be performed by the vendor and reports shall be forwarded to purchaser :

108. Quality control test which shall be carried out to assure quality of all components
and modules. :
109. System pre-test which shall be of physical check of all modules, racks, cabinets
etc.
110. System power-up test which shall test functionally all hardware and software.

111. The second phase of testing shall systematically, fully and functionally test all
hardware and software in the presence of purchaser representatives. All subsystems
shall be interconnected to simulate, as close as possible, the total integrated system.
Following minimum tests shall be carried out :-
112. Demonstration of all system diagnostics
113. Checking of proper functioning of all printers, hard copy unit and printing of all
reports.
114. Checking of all disc drives Complete checking of logic system; loading of user's
program and checkout of results. System Acceptance
115. The/purchaser shall provisionally takeover the system from vendor after system
acceptance

116. System acceptance test shall be started only after the satisfactory performance
of loop and verification of records by Engineer-in-charge. The system Acceptance test
shall be carried out in the presence of purchaser's representative Engineer In-charge
or his authorised representative shall carry out the following functional tests, as a pay
of system acceptance test hardware verification as per final bill of material. Visual
and mechanical check-up for proper workmanship identification, ferruling, :; V
nameplates etc.
117. : System configuration as per approved configuration-diagram. Demonstration of
all system diagnostics.

118. Checking of correct change-over of redundant devices. Checking of proper


functioning of all disc drives, alarm summary, printers etc.
119. Final Acceptance Test

120. The owner will take over the system from the vendor after the final acceptance
test, which is defined as successful uninterrupted Operation of the integrated system
for three (3) weeks for all units of the plant. Vendor's personnel shall be present during
the test. Any initial functioning of the system components shall be replaced/repaired as
required free of cost. Once the system failure is detected, the acceptance test shall
start all over again from j the beginning, the warranty period commences from the day
owner takes over the system.

121. GE1VERAL REQUIREMENTS


122. Vendor shall comply fully with the general requirements of PLC system including
logistic
'Support services, documentation, warranty, maintenance contract and shipping
instructions.
123. Vendor shall "quote for maintenance contract after warranty period for two (2)
years based on per day rate for each category of personnel required. Personnel
deployed shall have
124. Checking of interconnections, hardware and software configuration, overall
system functioning etc. Loop checking.
125. Commissioning and on-line debugging of the system, h) Involvement during
plant commissioning and performance of final acceptance test.

126. Field Inspection


127. All equipments shall be inspected thoroughly by vendor after its receipt at site for
completeness and proper functioning. Vendor must initiate the remedial action, in case
unsatisfactory operation of any item is observed, with an intimation to Engineer-in-
charge.
128. Vendor must document all observations including details of any malfunction
observed. Items/ equipments requiring total replacement must document the reasons
for the same.
129. Loop Checking
130. Loop checking shall be carried out by vendor including checking the
interconnections, configuration and overall system functioning. Loop checking
shall be done upto APPS system data base. \
131. Vendor's scope of work in loop checking, shall include termination of field cables
in the control room, checking of interconnection between instrument/equipment,
ferruling/tagging of interconnecting cables in control room', ferruling of field cables in
control room and performing overall loop performance check.
132. Vendor shall coordinate with the field contractor for smooth and proper loop
checking. Any .discrepancy found during checking shall be brought to the notice of the
Engineer-in-. Charge. Complete loop checking shall be performed in his/her or his/her
authorised representative's presence. ;
133. The input signals shall be simulated by disconnecting/connecting the field wires
for all field switches connected to PLC. Wherever receiver cards are used, the set
point shall be generated by giving the input signal to receiver card. All outputs shall be
checked in field, either for actual operation of solenoid valve or actual pick-up of
electrical contractor for rotary equipments.
134. After loop checking is completed, vendor shall connect back any terminals and
connections removed for loop checking.
135. All the system functions shall be checked thoroughly for proper functioning. The
tests shall include :

Visual and mechanical


Complete system configuration loading
Demonstration of all system function
Checking of all system displays
Checking of correct functioning of all keyboards
Integrated testing with APPS/Leak detection system
Leak simulation test for accepting the Leak detection system performance
Successful FAT/Leak sensivity study of APPS/SAT of APPS

143: PLC bidders documentation for project execution and submission:

1) System Architecure drawing as implemented


2) I/O listing document incl Soft ios over telementery / modbus interfaces, enveloping
APPS Tags and HPCL plant tags
3) Termination details / Ferruling listing of all JBS/Field Instruments/ Module level/ TB level
4) Loop logic schemes for HPCL approval
5) Ladder programme or other similar programme used in PLC
6) All sofwares in the name of HPCL
7) Pre-FAT certification and / or Pre-FAT resultdocument
8) Integrated FAT document
9) Integrated FAT document with test results as recorded
10) Telemetery interface module/Comms module configuration file and Soft mapping details
end toend
11) Integrated SAT document
12) Integrated SAT document with Test results as recorded
13) PLC to APPS interface driver details and source code

PLC bidder to note that the following documentation is required from APPS vendor

a. APPS FDS
b. APPS I/o Listing as part of Integrated PLC and HPCL Tags I/o Listing document
c. APPS to PLC Interface driving softare configuration and source code
d. Leak sesitity study an results
e. Integrated SAT document
f. Integrated FAT document
g. Simulated lead test method statement and Quality formats
h. Trail run records of observations
ControlLogicsrequiredinHPCSCZPLC

AllowHPFRpumpingStartIntelock,thruandthruinHPCPipeline

HPFROperatorManualInputofhavinglineduptheTankandenteringtheTKnoasinput

HPFRoperatorLocalorRemoteoperationofMOVHPFR=MOV1toopenstate

HPFRoperatorMakesthePCV,HPFRPCVreadyforoperationthruDCSbypoweringup.

BPCRoperatorMakesMOV..toopenstateandMOVtoclosestate,eitherlocallyorremotely

HSCZEngineerconfirmsthelineupofATFPipelineuptotheReceipttankandinputstheTankno.for
receipt

(IFNOT)

HPCZEngineerconfirmsthelineupofATFPipelineuptoBPCLrecriptline

ISHREngineerconfirmsthelineupofATFPipelineuptotheReceipttankandinputstheTankno.for
recirpt

AllowBPCRPumpingStartInterlock,thruandthruinHPCPipeline

AllowHPFRpumpingStartIntelock,thruHPC/BPCPipeline

AllowBPCRPumpinginONInterlock,thruandthruinBPCPipeline

Pipeline in running condition, hence do not allow any valves to be closed MOV close Inhibit
Interlock

PipelinehasgoneintoshutinbetweenHPFRtoBPCRinterlock

PipelinehasgoneintoshutinbetweenBPCRtoHPCSCZ/IOCSHRinterlock

PipelinehasgoneintoshutinbetweenHPCSCZtoIOCSHRinterlock

PipelinereceiptisontoHPCSCZinterlock,fromHPFR,thruHPCPipeline

PipelinereceiptisontoBPCSCZinterlock,fromHPFR,thruHPCPipeline

PipelinereceiptisontoIOCSHRinterlock,fromHPFR,thruHPCPipeline

PipelinereceiptisontoHPCSCZinterlock,fromBPCR,thruHPCPipeline

PipelinereceiptisontoBPCSCZinterlock,fromBPCR,thruHPCPipeline

PipelinereceiptisontoIOCSHRinterlock,fromBPCR,thruHPCPipeline

PipelinereceiptisontoHPCSCZinterlock,fromHPFR,thruBPCPipeline

PipelinereceiptisontoBPCSCZinterlock,fromHPFR,thruBPCPipeline
PipelinereceiptisontoIOCSHRinterlock,fromHPFR,thruBPCPipeline

PipelinereceiptisontoHPCSCZinterlock,fromBPCR,thruBPCPipeline

PipelinereceiptisontoBPCSCZinterlock,fromBPCR,thruBPCPipeline

PipelinereceiptisontoIOCSHRinterlock,fromBPCR,thruBPCPipeline

SECTION C
SPECIAL CONDITIONS OF PURCHASE
GENERAL CONDITIONS OF PURCHASE
SPECIAL CONDITIONS OF PURCHASE

The following Clauses shall supplement the instructions to Bidders and General Purchase
Conditions. In case of any conflict between General Purchase Conditions and Special Conditions
of Purchase, the latter shall prevail to the extent applicable.

1.0 MODALITIES OF CONTRACTING


1.1 The Order shall be awarded on Single point total responsibility for all supplies and
Installation & Commissioning services (Works), i.e., for complete package specified in the Bid
Document covering, inter-alia, project management, design, engineering, manufacture,
procurement, supply of all related goods and providing all related services including,
transportation to site, receiving at site, storage, keeping in safe custody, insurance other than
those included in Owners scope, installation, associated civil/ structural works(if any),
integration, testing, commissioning, training, site acceptance test and warranty etc. of complete
TURNKEY INSTRUMENTATION of PLC based Realtime Flow reconciliation System for 10
ATF Pipeline on total turnkey lump sum basis.

Bidder, therefore, must quote for complete TURNKEY INSTRUMENTATION package on


this basis.

1.2 The resulting contract shall be on single point Sole/Prime Vendor responsibility basis and
single Order will be placed on the Vendor in whose name the Bid Document has been
purchased, who will have single point responsibility for all contractual purposes. The status of all
other vendor(s) referred / identified by the Vendor in the offer, shall be that of Vendors sub-
vendor / sub-supplier only. However, within one week of Project Kick-off meeting with
Successful Bidder, the successful bidder shall release all his internal purchase orders to
his sub-vendors and copies of these Purchase orders shall be submitted to HPCL as
sign of commencement of his procurement activities. Successful bidder, if they so desire
can blank out price portion of their internal purchase orders to be submitted. Further it
shall be followed up with submission of order acknowledgments from sub-vendor.

1.3 It is further clearly understood by the Vendor that it is for the Vendor to ascertain and assess
the applicable Acts/ Regulations/ Laws etc. under the above modalities of contracting entirely of
their own. It is also for the Vendor to ascertain and assess the applicability of taxes, duties, levies
etc. In case of any difference of opinion between Vendors proposal and interpretation by any tax/
assessing (or similar) authorities, on the rate or terms and conditions related to taxes and duties
etc, Owners liability , shall be strictly as per terms/provisions of the contract based on bid
document and Vendors offer.

2.0 BRIEF SCOPE OF WORK

2.1 Vendors scope of Work shall be in strict compliance with scope of work detailed in the Bid
Document on lump sum turnkey basis. It will include but not be limited to the following:

a) Design, engineering, manufacturing, procurement of bought out items, system


engineering, assembly, testing, factory acceptance & supply of PLC based control
system of approximately sized for Maximum of 1000 I/Os (which includes the Hardwired
I/os, Software i/os which shall be received over Modbus serial, DNP over IP and /or
Modbus over IP, GSM - SMS as the case may be along with serial communication from
third party bought out communication devices by the Bidder. PC/PLC sizing shall take
into consideration another additional I/os, for provisional Leak detection system,(to be
supplied by another HPCL vendor)which need to communicate with PLC database over
OPC or other industry standard protocol. Collectively this sizing of I/os should only be
65% of PLC database /Memory capacity.
b) Design, engineering, configuring, factory testing, integrating and supplying of Telemetry
Modules.
c) Residual engineering, manufacturing, procurement of bought out items as per suggested
makes listing provided as Annexure, in Section D and inspection testing
d) Providing engineering drawings, data, operation and maintenance manuals,
documentation etc. to the Owner.
e) Packing, forwarding, handling and transportation/shipment from manufacturers works/
despatch point to the Project site.
f) Provision of all handling equipment, including cranes, tools, tackle, other aids etc.
required for loading/ unloading, handling of the equipment/materials at the despatch
point, during Transportation, at the receipt point, as well as during erection/installation,
testing, Commissioning etc. at site(s).
g) Storage, security, preservation and conservation of all equipment and materials Specified
in Material requisition at the site, can be taken care by owner Safety, security and
protection of the installed equipment and materials till the time of handing over of the
system to Owner. Safety and Security can be assured by owner but preservation shall be
under Bidders scope.
h) Pre-assembly, if any, erection/installation, testing, commissioning, associated
civil/structural work if any & site acceptance test up to the handing over of the complete
Works.
Provision of all consumables required for installation, testing and commissioning of the
system. Supply of spares, special tools & tackles.
i) Insurance coverage as per provisions of the Bid Document.
j) Training requirements as specified in Bid Document.
k) Guarantee/Warranty requirements as specified in Bid Document.
l) All statutory clearance/approvals as may be required for execution of Work, as per
provisions of Tender document.

2.2 Bids not covering complete scope are liable for rejection.

3.0 LOCAL CONDITIONS


3.1 It will be imperative on each Vendor to fully inform himself of all local conditions and factors
(including transportation constraints/ restrictions, locations etc.) , which may have any effect on
the execution of the Works covered under these documents and specifications. In their own
interest, the Vendors shall also familiarise themselves with the Indian Income Tax Act, the
Companies Act, the Customs Act, Labour Laws and other related acts and laws including those
related to taxes/duties/ levies etc. prevalent in Maharastra and India. Owner will not entertain any
request for clarifications from the Vendors, regarding such local conditions.
3.2 It must be understood and agreed that such local conditions and factors have properly been
Investigated and considered while submitting the bid. No claim for financial adjustment on
account of such local factors to the Contract / Purchase Order awarded under these
specifications and documents will be entertained by the Owner. Neither any change in the time
schedule of the Contract nor any financial adjustments arising thereof shall be permitted by the
Owner, which are based on Vendors lack of such information or its effect on the cost of the
Works to the Vendor.
3.4 Any statutory clearance / licenses required by the Vendor for execution of the contract shall
be arranged by Vendor at his cost.
4.0 PRICE BASIS & SCOPE
4.1 Vendors quoted lump sum and unit rate price where applicable, shall be for the entire
scope of work as specified in the Bid. Document on a turnkey basis, in the appropriate price
schedule format enclosed, broadly with the following break-up, with single point responsibility:

4.1.2.1 Supplies:
System design, engineering, manufacture, procurement, testing and supply price of all
goods on delivery at Project Site (including packing & forwarding) basis. All necessary handling
equipment, cranes, tools tackle etc. for handling and loading of goods at Vendors works/
despatch point shall be arranged by Vendor at his own cost. The supply prices shall include the
cost of imported raw materials components, if any, and customs & port clearance, customs duty,
forwarding, handling and further transportation of their such built-in imported materials &
components.

4.1.2.2 Transportation and associated Services:

Services include transportation cost of all goods from Vendors works/ despatch point up to
Project Site(s), including handling and loading on to trucks etc. The above price of Inland
Transportation and associated Services shall also include provision of all handling equipment
including cranes, tools/tackle etc. required for handling of goods at Vendors despatch point, up
to Project Sites and also for unloading at site(s), at Vendors own cost. Unloading of goods at
Project Site(s) shall also be included in this head of transportation and associated Services Price
which is deemed to be part of Site work SOR item.

4.1.2.3 Site work :

Erection / installation, associated civil/ structural work(if any), integration, testing,


Commissioning, Site testing of the system complete in all respects up to handing over at all
Designated stations of complete TURNKEY INSTRUMENTATION package including all
site work, insurances other than those included in Owners scope, clearance, loading,
Handling, storage, security etc intra site. as specified in the Bid Document. Site work shall
include civil work as needed to erect Hazordous area panel foundation with cable entry pipe in
such foundation as needed.

4.1.2.5 Training:

Training at Vendors manufacturing facilities, for PLC, for the number of man weeks as specified
in the Tender document. Travel, transportation, boarding, lodging, living and personal expenses
of Owners personnel shall be borne by Owner.

Training at site for the number of man weeks, for PLC, as specified in the Tender document.
Vendors quoted prices shall include Vendors personnels travel, transportation, boarding,
lodging, living and personnel expenses etc.

Site training is expected to be done during the Trial run Period when vendors engineers are
expected to be available at site.

5.0 General

Vendors price break-up in accordance with Clause 4 above and as per price schedule format
shall be solely for the purpose of facilitating evaluation of bids and for payments to be released
by Owner, and will not in any way limit the Vendors single point total responsibility for the
complete scope of work and for Vendors all contractual responsibilities/obligations as stated in
the Bid Document.

6.0 BID PRICES

6.1 Quoted prices for supply/ services shall remain firm and fixed till complete execution of
order/contract except for statutory variation as are specifically permitted as per provisions of bid
document.

6.2 Quoted prices shall be inclusive of all testing and inspection requirements (including stage
wise and final inspection by Owner for which no extra charges shall be paid) as specified in the
bid document. Travel, personal and incidental expenses of Owner inspectors shall be borne by
the Owner. Personal and incidental expenses of Owner inspectors shall not be borne by the
vendor. However, all statutory inspection and testing requirements, if any, as specified in the
Tender specification, shall be complied to by the bidder at his own cost.
6.3 Vendors prices shall be deemed to include entire scope of Work and all obligations and
Responsibilities to be carried out/ executed by the Vendor on turnkey basis as per terms and
scope of work specified in the Bid Document.

6.4 Order for complete TURNKEY INSTRUMENTATION package shall be considered on a


single Vendor and Vendors quoted prices shall be based on the same.

6.5 Quoted prices must be net of discount, if any.

6.6 DOMESTIC BIDDERS :

6.6.1 Domestic Bidders shall quote their prices in Indian Rupees only.
6.6.2 Domestic Vendors total Lump sum price for complete TURNKEY INSTRUMENTATION
Package on turnkey basis shall be inclusive of import duties paid or payable on the imported
components and raw materials incorporated or to be incorporated in the offered goods.

6.8 TAXES & DUTIES:

6.8.1 Domestic Bidders:

6.8.1.1 Bidders quoted prices shall be inclusive of all taxes, duties, cess, levies etc., paid
or payable on the raw material/components incorporated or to be incorporated in the offered
finished goods, packing and forwarding charges, but excluding applicable excise duty, education
cess on excise duty, sales tax/VAT and Service tax wherever applicable.

6.8.1.2 Bidder shall furnish the maximum amount of Excise Duty, Education Cess on excise duty
and sales tax/VAT applicable and payable extra on quoted finished goods. No concessional
form/C form for sales tax (for sale within the same state or interstate) will be issued by HPCL.
Owner will pay Excise duty, education cess on excise duty and sales tax/VAT on finished goods
at actuals against documentary evidence, limited to the maximum amount of such Excise duty,
education cess on excise duty and sales tax/VAT quoted by the bidder. However, statutory
variations in Excise duty, education cess on excise duty and sales tax/VAT (limited to the
maximum amount of Excise Duty, Education Cess on excise duty and sales tax/VAT quoted by
bidder) within the contractual completion period shall be to Owners account as per the provision
of bid document.

6.8.1.3 The statutory variation , if any, in Excise duty, Education Cess and Sales tax/ VAT
on finished goods, within the contractual completion period shall be to Purchasers account
against submission of the documentary evidence. However, any increase in the rate of these
taxes and duties beyond the contractual completion period shall be to Sellers account. Any
decrease in the rate of these taxes and duties shall be passed on to the Purchaser.

6.8.1.4 It is for the Bidder to assess and ascertain the rate of excise duty, education Cess
and sales tax/ VAT applicable on quoted items. It is clearly understood that Owner will not have
any additional liability towards payment of Excise Duty, Education Cess and Sales Tax/ VAT
which is based on Bidder's wrong assessment / interpretation of applicability of such Excise Duty
and/or education cess and / or Sales Tax/ VAT.

6.8.1.4 Bidders quoted prices shall be inclusive of Works Contract Tax (WCT) and/or service tax
as applicable, till complete execution of the Order/ Contract, and Owner shall not have any
liability, whatsoever on this account. Variation, for any reason including statutory will be to
vendors account. Bidder shall furnish the total amount of Service Tax included in the quoted
price. Bidder shall also ensure that the invoice(s) shows the service tax component separately
and is issued in accordance with Service Tax Rules.
6.8.1.5 Octroi/Entry tax, if any, in the states of Maharastra/Mumbai in shall be directly paid by the
vendor, which shall be reimbursed by Owner at actual on submission of documentary proof.
Octroi Agent fees shall not be payable by owner.

6.8.1.6 HPCL shall not be liable, in case the tax authorities assesses the tax elements in a
different way on account of any reason, whatsoever.

6.8.1.7 Taxes and duties other than those specified in this document, if any, shall be
included in the quoted prices and no reimbursement shall be made by HPCL.

6.8.1.9 Owners liability with respect to taxes and duties will be restricted to the following
only:

(i) Excise duty, education cess on excise duty and sales tax/VAT as quoted by the
bidder. Further statutory variations in Excise Duty, Education Cess on E.D, Sales
tax/VAT, Customs duty is not anticipated to be paid by owner as bidder shall charge owner for
integrated system excise duty, sales tax and VAT etc as per the terms specified in this
section.

6.8.3 For Domestic Bidders:

6.8.3.1 Income/Corporate Tax:


(i) As regards the Indian Income Tax, surcharge on Income Tax, or any other Corporate Tax
payable by the Vendor for reason of the contract awarded, the Owner shall not bear any tax
liability whatsoever, irrespective of the mode of construction of contract. The Vendor shall be
liable and responsible for payment of such tax, if attracted under the provisions of Indian Income
Tax Act,

(ii) Vendor may note that if any tax is deductible at source as per Indian Income Tax Law, the
same will be so deducted before releasing any payment to the Vendor and a TDS (Tax deducted
at Source) certificate will be furnished to the Vendor. Accordingly, Vendor shall have the
responsibility to check and include such provisions of taxes in their prices.

6.8.3.2 Octroi/Entry Tax:

Octroi and/or Entry Tax, if any, in the states of Maharastra shall be directly paid by the Vendor,
which shall be reimbursed by Owner at actual on submission of documentary proof.

6.8.3.3 It is for Vendor to assess and ascertain the applicability of taxes, duties, levies etc.
applicable under the Contract. It is clearly understood that except for the specific provision
covered in these conditions, Owner will not have any liability, whatsoever, towards payment of
any taxes, duties, levies etc., including any variation thereof, till complete execution of the
Order/Contract. Owner will also not have any liability, whatsoever, on account of taxes, duties
levies etc. which are based on Vendors wrong assessment/interpretation of applicability of such
taxes and duties. It is further clearly understood that irrespective of modalities/construction of
Contract/ Order and/ or interpretation thereof by any tax (or similar)/ assessing authorities,
subject to specific provisions covered under these Conditions, Owner shall neither be
responsible nor liable to pay any taxes, duties, levies etc. or variation thereof, during complete
execution of the Order/ Contract.

6.8.3.4 The Vendor agrees to and does hereby accept full and exclusive liability at his own cost
for the payment of any and all taxes, duties and levies etc., payable to any government, local or
statutory authority in any country outside India, as are now in force and/or as hereinafter
imposed, levied, increased or modified, and as are payable by Vendor (Vendor), his agents, his
sub-Vendors / subvendors and their employees etc. for the performance of Work under the
Contract and till complete execution of the Contract. The Vendor shall be deemed to have been
fully informed himself with respect to all liabilities on such account, and considered the same in
the quoted prices in his bid.
6.8.3.5 The Vendor also hereby accepts full and exclusive liability at his own cost towards any
and all contributions and taxes for unemployment compensation, insurance and old age pensions
or annuities now in force or hereinafter imposed by Indian Central or any State Government
Authorities which are imposed with respect to or covered by the wages, salaries, or other
compensations paid to the persons employed by the Vendor and the Vendor shall be responsible
for the compliance with all obligations and restrictions imposed by the Labour Law or any other
law affecting employer-employee relationship and the Vendor further agrees to comply, and to
secure the compliance of his all sub-Vendors with all applicable Central State, Municipal and
local laws and regulations and requirements of any Central, State or Local Government agency
or authority. Seller further agrees to defend, indemnify and hold Owner harmless from any
liability or penalty which may be imposed by the Central State or Local authorities by reason of
any violation by Seller or his sub-Vendor of such laws, regulations or requirements and also from
all claims, suits or proceedings that may be brought against Owner arising under, growing out of,
or by reason of the work provided for under the Contract, by third parties, or by Central or State
Government authorities or any administrative sub-division thereof.

The Vendor shall be deemed to have been fully informed himself with respect to all liabilities on
account of above, and considered the same in the quoted prices in his bid.

6.8.3.6 If any tax is deductible at source as per Govt. laws, rules and regulations, the same will
be so deducted by Owner from Vendors bills before releasing the payments and necessary
certificate to that effect, will be issued.

6.8.3.7 In case of delay in delivery due to reasons attributable to Bidder, any new or additional
taxes or duties levied by statutory authorities during this period shall be borne by the Bidder.

7.0 COMPLETION PERIOD:

7.1 Complete TURNKEY INSTRUMENTATION for PLC based Realtime Flow reconciliation
System for 10 ATF Pipeline package shall be handed over to Owner on turnkey basis after
successful supplies, engineering, integration, Factory Acceptance Testing and site installation,
testing, commissioning and Site Acceptance Test (SAT), within:

For Phase I of the Project,

Supply of PLC system and functional telemetry system following Factory acceptance system of
PLC, Within 2 months from the date of Fax of Intent. Within this Phase the Bidder is expected to
commence the filed cabling like PLC process or to Remote IO rack laying works at the end of 5th
week from the date of FOI, so that field cabling is ready for termination when system reaches the
site.

Part Delayed delivery shall be applied, if delay occurs in supply of the system in this
Phase, as per Standard Delayed delivery clause applicable for SOR items 1,2, & 3

For Phase II of the Project

Site commissioning of PLC system by Site testing, field Instrumentation interfacing, Telemetry
interfacing, loop testing and Commencement of Independent SAT of PLC system 2 1/2 months
from the date of Fax of Indent

Part Delayed delivery shall be applied, if delay occurs in sitework of the system in this Phase, as
per Standard Delayed delivery clause applicable for SOR items 6,7 & 8
For Phase III of the Project

Completion of Independent SAT of PLC system, lasting form one week

Site Commissioning of Leak detection system by APPS vendor of HPCL and Site acceptance
test for the Integrated system 3 months from the date of Fax of Indent. Integrated Site
acceptance test shall last for two weeks

Part Delayed delivery shall be applied, if delay occurs in sitework of the system in this Phase, as
per Standard Delayed delivery clause applicable for SOR items 4 & 5

The contractual completion date shall be the date of handing over after successful installation,
testing, commissioning and site acceptance test of Integrated Turnkey Instrumentation Package
including the Leak detection system at Site for all Locations viz HPFR, BPCR, SCZ and IOC-
Sahar (Optionally), in all normal circumastances. However, if SAT failures occur which are
purely due to reasons of Application software-Leak detection system, PLC vendor shall not
be penalized and their contract shall be closed

7.2 The bar chart(s) will be furnished for information only, and the contractual completion period
shall be governed by the terms as specified under Clause 7.1 above only. However, the
completion period furnished above shall be the contractual completion period for all purposes
mentioned in the bid document.

7.3 The completion period shall be reckoned from the date of Fax of Intent/Fax of confirmation
for implementation, as applicable.

7.4 The contractual warranty period commences from the date of completion of Successful Trial
run.

8.0 BID SECURITY

8.1 The Bidder shall furnish, as part of his bid, a bid security in original for the amount specified
in the Tender.

8.2 The bid security is required to protect the Owner against the risk of Bidders conduct, which
would warrant the securitys forfeiture.

8.3 The Bid Security shall be in the form of an irrevocable Bank Guarantee (in the format at
FORM B/Annexure I provided in proposal forms section) issued by any Indian Nationalised/
Scheduled Bank (other than Co-operative Bank). Bid Security shall be issued in favour of M/s
Hindustan Petroleum Corporation Limited, Mumbai.

8.4 Unsuccessful Bidders bid security will be discharged/returned as promptly as possible, but
not later than 60 days after the expiry of the period of bid validity prescribed by the Owner.

8.5 The successful Bidders bid security will be discharged upon the Bidders accepting the
Contract/ Purchase Order, and furnishing the Contract Performance Bank Guarantee.

8.6 The bid security may be forfeited:

a) If a Bidder withdraws his bid during the period of bid validity


or
b) In the case of a successful Bidder, if the Bidder fails or refuses to:

i) Accept the Purchase Order in accordance with agreed terms and conditions.
ii) Furnish Contract performance bank guarantee as per bid document/ Purchase
Order.

8.7 Bid Security should be in favour of Hindustan Petroleum Corporation Limited (HPCL) and
addressed to HPCL. Original Bid Security in a sealed cover should be deposited in Tender box
of Aviation SBU at the following address or send to the following address: Sr.Manager
Aviation, Aviation SBU, Hindustan Petroleum Corporation Limited, Hindustan Bhavan, 8,
Shoorji Vallabh das Marg, Ballard Estate, Mumbai 400 001along with the bid. Bid Security
must indicate the Bid Document number and the item for which the Bidder is quoting. This is
essential to have proper co-relation at a later date. The Bid Security shall be strictly in the form
provided in the bid document.

8.9 Central Public Sector Undertaking of Govt. Of India are exempted from furnishing the bid
security. Firms registered with NSIC are also exempted from furnishing bid security, provided
they are registered for the tendered items and up to the monetary limit they intend to quote.
Provided further that they submit a copy of the current and valid registration certificate for the
quoted item and monetary value along with their bid(s). Owner reserves right to verify the
registration certificate provided, with relevant authorities.

8.10 Bid security shall be valid for Four months from the bid due date/extended bid due date.

9.0 CONTRACT PERFORMANCE BANK GUARANTEE [CPBG]

9.1 The following shall be read in conjunction with clause 29 of General Purchase Conditions
(Indigenous)

9.1.1 The successful Bidder, to whom the work is awarded, shall be required to furnish within 30
days of notification of award of contract (Letter/ Fax of Intent) a Performance Bank Guarantee as
per proforma attached herewith in favour of the Owner.

9.1.2 The CPBG amount shall be equal to TEN PERCENT (10%) of the Total Order Value. This
CPBG is required to be furnished towards the faithful performance of the Order in accordance
with the Terms and conditions specified in the documents and specifications.

9.2 In case of Domestic Bidders, the CPBG shall be in the form of an irrevocable Bank
Guarantee (in the format at Form B / Annexure-II in Proposal Form) issued by any Indian
Nationalised / Scheduled Bank (other than Co-operative Bank). Bank Guarantee shall be issued
in favour of M/s Hindustan Petroleum Corporation Limited

9.3 Bank Guarantees shall be valid for the entire period of the Contract, namely, till the end of the
guarantee / warranty period applicable shall initially be valid upto 2 years from the date of order
and subsequently extended/modified upto the guarantee / warranty period applicable for

9.4 The Total Order Value for this purpose shall be as under :
Total lump sum turnkey price including supply, transportation charges, Site work, all taxes &
duties on raw material / components as specified in the bid document, but excluding Excise
Duty+Education Cess, Sales Tax/VAT, Octroi/Entry Tax etc.,

9.5 The proceeds of Performance Security shall be appropriated by the owner as compensation
for any loss resulting from the Vendors failure to complete his obligations under the Contract
without prejudice to any of the rights or remedies the Owner may be entitled to as per terms and
conditions of Contract. The proceeds of this Performance Security shall also govern the
successful performance of Goods and Services and Vendors all obligations during the entire
period of Contractual Warrantee/ Guarantee.

9.6 In case, the Contract Performance Bank Guarantee stated above gets reduced/ deducted for
reasons of non fulfillment of any Contractual obligations upto the completion of guarantee period,
the vendor shall immediately take action to increase the value of Bank Guarantee to TEN
PERCENT (10%)

9.7 The Performance Guarantee will be returned to the vendor without any interest at the end of
the warranty / guarantee period subject to fulfilment of all contractual obligations by the vendor.

9.8 Vendor shall guarantee that the performance of the EQUIPMENT supplied under the
CONTRACT shall be strictly in conformity with the specifications and shall perform the duties
specified under the CONTRACT.

10.0 PRICE REDUCTION FOR DELAY IN COMPLETION


10.1 In partial modification of the terms specified in the General Purchase conditions, in the
event of delay beyond the Contractual completion date for reasons not attributable to Owner and
not constituting conditions of force majeure, it will be at Owners discretion, without prejudice to
his other rights under the Contract, to accept delayed completion, but at the prices reduced at the
rate of 1/2% (half percent) of the total order value per week of delay or part thereof, subject to a
maximum of 5% (five percent) of the total order value.

10.2 Further, in case of delay in completion, the Vendor shall calculate the applicable price
reduction for delayed completion and raise their invoices net of the same.

10.3 The Total Order Value for this purpose shall be as under :
Total Lump sum price for complete TURNKEY INSTRUMENTATION Package on turnkey basis
including transportation charges, site work charges but excluding Excise Duty, Sales Tax/VAT
etc.,

10.4 Price reduction for delay will be applicable, in Phase wise manner, as specified in
Clause 7.0 above.

11.0 INSURANCE :

The bidder is expected to cover the risks of Project execution. The risks that are to be covered
under the Insurance shall include, but no be limited to the loss or damage in handling, transit,
theft, pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war, risk, acts
of terrorism, natural disaster etc. The scope of such Insurance shall
cover the entire value of the Works from time to time.

11.1.4 In respect equipment damaged in transit or during erection and commissioning, the
Vendor shall replace them expeditiously and the replacement cost payable by the Owner shall be
limited to the Invoice cost of damaged equipment.

In case of consignment received at the project site in outwardly sound condition of package but if
any shortage/damage is found on opening of such package, the liability for free replacement will
be accepted by the Vendor.

11.2 INSURANCE AND LABOUR

Contractor shall at his own expense obtain and maintain an insurance policy with a Nationalised
Insurance Company to the satisfaction of the Owner as provided hereunder.

11.2.1 EMPLOYEES STATE INSURACE ACT

i) The Contractor agrees to and does hereby accept full and exclusive liability for the
compliance with all obligations imposed by Employees State Insurance Act, 1948, and the
Contractor further agrees to defend indemnify and hold Owner harmless from any liability
or penalty which may be imposed by the Central, State or local authority by reason of any
asserted violation by Contractor, or sub-contractor of the employees State Insurance Act,
1948 and also from all claims, suits or proceedings that may be brought against the Owner
arising under, growing out of or by reason of the work provided for by this contract whether
brought by employees of the Contractor, by third parties or by Central or State Government
authority or any political sub-division thereof.

ii) The Contractor agrees to file with the Employees State Insurance Corporation, the
Declaration forms and all forms which may be required in respect of the Contractors or
sub-contractors employee whose aggregate remuneration is within the specified limit and
who are employed in the work provided or those covered by ESI Act under any amendment
to the Act from time to time.

The Contractor shall deduct and secure the agreement of the sub-contractor to deduct the
employees contribution as per the first schedule of the Employees State Insurance Act
from wages and affix the employees contribution cards at wages payment intervals. The
Contractor shall remit and secure the agreement of the sub-contractor to remit to the State
Bank of India, Employees State Insurance Corporation Account, the Employees
contribution as required by the Act.

iii) The Contractor agrees to maintain all records as required under the Act in respect of
employees and payments and the Contractor shall secure the agreement of the subcontractor
to maintain such records. Any expenses incurred for the contributions, making
contribution or maintaining records shall be to the Contractors or sub-contractors account.

iv) The Owner shall retain such sum as may be necessary from the total contract value until
the Contractor shall furnish satisfactory proof that all contributions as required by the
employees State Insurance Act, 1948, have been paid.

v) WORKMANS COMPENSATION AND EMPLOYEES LIABILITY INSURANCE

Provide Insurance for all the Contractors employees engaged in the performance of this
contract. If any of the work is sublet, the Contractor shall ensure that the sub-contractor
provides workmens compensation and Employers Liability Insurance for the Latters
employees who are not covered under the Contractors insurance.

vi) AUTOMOBILE LIABILITY INSURANCE

Contractor shall take out Insurance to cover all risks to owner for each of his vehicles
playing on works of this contract and these insurances shall be valid for the total contract
period. No extra payment will be made for this insurance. Owner shall not be liable for any
damage or loss not made good by the Insurance Company, should such damage or loss
result from unauthorized use of the vehicle. The provisions of the Motor Vehicle Act would
apply.

vii) FIRE INSURANCE

Contractor shall within two weeks after award of contract insure the Works. Plant and
Equipment and keep them insured until the final completion of the Contract against loss or
damage by accident, fire or any other cause with an insurance company to be approved by
the Employer / Consultant in the joint names of the Employer and the Contractor (name of
the former being placed first in the Policy). Such Policy shall cover the property of the
Employer only.

11.3 ANY OTHER INSURANCE REQUIRD UNDER LAW OR REGULATION OR BY OWNER

i. Contractor shall also provide and maintain any and all other insurance which may be
required under any law or regulations from time to time. He shall also carry and maintain
any other insurance which may be required by the Owner.
ii. The aforesaid insurance policy / policies shall provide that they shall be cancelled till the
Engineer-in-Charge has agreed to their cancellation.

iii. The Contractor shall satisfy to the Engineer-in-Charge / Site-in-Charge from time to time
that he has taken out all insurance policies referred to above and has paid the necessary
premium for keeping the policies alive till the expiry of the defects liability period.

iv The contractor shall ensure that similar insurance policies are taken out by his subcontractor
(if any) and shall be responsible for any claims or losses to the Owner resulting
from their failure to obtain adequate insurance protections in connection thereof. The
contractor shall produce or cause to be proceed by his sub-contractor (if any) as the case
may be, the relevant policy or policies and premium receipts as and when required by the
Engineer-in-Charge/Site-in-Charge.

v) Vendor shall also carry and maintain any and all other insurance(s) (including those
covered under clause no 28.0 of section-7:General Erection Conditions )which he may be
required under any law or regulation including third party liabilities from time to time without
any extra cost to Owner.

11.4 Accident or injury to Workmen:

Owner shall not be liable for or in respect of any damages or compensation payable at law in
respect or in consequence of any accident or injury to any workman or other person in the
employment of the Vendor or his subVendor, save and except an accident or injury resulting from
any act or default of the Owner, his agents or servants and the Vendor shall indemnify and keep
indemnified the Owner against all such damages and compensation (save and except as
aforesaid) and against all claims, demands, proceedings, costs, charges and expenses,
whatsoever in respect or in relation thereof.

12.0 INDEMNITY BOND

12.1 Till such time the complete TURNKEY INSTRUMENTATION Package is handed over at
site(s) to Owner after successful commissioning, the Vendor/Vendor shall be the sole custodian
of all goods on behalf of Owner, and will be responsible for safety, security, storage, protection
etc. till handing over of System. The Owner will have the Title of Ownership on all such supplies/
Works performed as soon as any progressive payments are made to the Vendor, and the Vendor
shall not subject these Works for use other then those intended under the Contract. Vendor shall
furnish a corporate Indemnity bond before the commencement of despatches, covering the total
value of goods, valid till the date of handing over of the system. Vendors authorised signatory
shall sign the Indemnity bond.

13.0 PAYMENT TERMS

All payments shall be released in 15 days time from date of submission of duly certified
bills by the Site-in-Charge.

13.1 A. Supplies by PLC vendor:


In partial modification of the Payment terms specified in the General Purchase Conditions, the
following payment terms shall be applicable.

13.1.1 Indian Bidder:


(a) 5% on approval of drawings against Bank Guarantee to be submitted for 10% of Total
Purchase order value

(b) 75% prorata payment within 30 days (in Indian Rupees only) on receipt of
goods at site(s) with full taxes, duties and transportation charges against
receipt of dispatch documents (consisting Purchaser inspection release
note, invoice, packing list, LR/GR) at HPCLs Santacruz Office

(c) Balance 20% on receipt of final drawings/documents etc. as specified in


Tender document and after handing over of the complete TURNKEY
INSTRUMENTATION packages to the Owner on turnkey basis after
Successful Installation, testing, commissioning and Integrated System Site Acceptance
Test incl. Leak Detection system

13.2 For Transportation and associated services


100% shall be paid within 15 days after receipt of goods at site including the Octroi charges
which is part of Site work SOR item

13.3 Site Work

a) 85% pro-rata of site work value against monthly progressive bills to be submiited by the
seller duly certified by Site-in-charge within 15 days of duly certified bills.

b) Balance 15% on receipt of final drawings/documents etc. as specified in tender


Document and after handing over of the complete TURNKEY INSTRUMENTATION
packages to the Owner on turnkey basis after successful Installation, testing,
commissioning and Site Acceptance Test.

13.4 For Training Charges for PLC trainging

100% payment will be made after completion of training.

Notes :
(i) The bills of domestic vendors will be reduced by the amount recoverable towards Price
reduction for delay (Clause No. 10 of this Section) in case of delay in delivery. For this
purpose the Bidder shall negotiate the Invoice with the reduced amount.
(iI) Within 15 days after award of Contract, the Vendor will furnish a detailed billing schedule,
separately under different heads for Owners approval and Vendor shall raise his invoices
accordingly. Such billing schedule shall also be accompanied by their shipment/despatch
schedule.
(v) All payments shall be made in Indian Rupees.
(vi) No Interest charges for delay in payments, if any, shall be payable by the Owner.
(vii) In case of Indian Bidder (Bidder), variation, if any, on account of foreign exchange rate
and/or customs duty on their built-in import content, as per terms of bid document, shall be
to bidder account only.
14.0 GUARANTEE / WARRANTY

14.1 In partial modification of the terms specified in the General Purchase Conditions, the
guarantee / warranty period for system to be supplied shall be 12(twelve) months from
the date of handing over of Turnkey Instrumentation packages at site after successful
Installation, Testing, commissioning and Site Acceptance Test/Trail run.

15.0 GENERAL ERECTIONS CONDITIONS

15.1 General erection conditions (Section 5) shall apply with the following modifications/
supplements:
15.1.1 All labour (both skilled and unskilled), material handling equipment, construction/erection
equipment & aids, tools, tackle, scaffoldings and consumables etc. shall be arranged by
Vendor at his own cost.
15.1.2 As per Govt. Factory Acts of Maharastra, if it is necessary to have labour license, the
necessary labour licence shall be arranged/obtained by Vendor for his/his sub-Vendors labour
before starting the Work.
15.1.3 Vendor shall arrange for the necessary transport, accommodation, medical, canteen and
other facilities for their employees/staff at their own cost and abide by all labour laws,
safety codes and statutory regulations and keep Owner indemnified in respect thereof.
15.1.3 Vendor shall arrange and pay for all insurances as may be required under the law for their
employees.
15.1.4 Under Clause 28.0 of GEC, the words General Conditions of Contract shall be read as
Special Conditions of Purchase.

15.2 LABOUR AND LABOUR LAWS

15.2.1 The contractor shall at his own cost employ persons during the period of contract and the
persons so appointed shall not be construed under any circumstances to be in the
employment of the Owner.
15.2.2 All payments shall be made by the contractor to the labour employed by him in
accordance with the various rules and regulations stated above. The contractor shall keep the
Owner indemnified from any claims whatsoever inclusive of damages / costs or otherwise arising
from injuries or alleged injuries to or death of a person employed by the contractor or
damages or alleged damages to the property.
15.2.3 No labour below the age of eighteen years shall be employed on the work. The Contractor
shall not pay less than what is provided under the provisions of the contract labour
(Regulations and Abolition) Act, 1970 and the rules made there under and as may be
amended from time to time. He shall pay the required deposit under the Act appropriate to
the number of workman to be employed by him or through sub contractor and get himself
registered under the Act. He shall produce the required Certificates to the Owner before
commencement of the work. The Owner recognises only the Contractor and not his
subcontractor under the provision of act. The Contractor will have to submit daily a list of his
workforce. He will also keep the wage register at the work site or/and produce the same to
the Owner, whenever desired. A deposit may be taken by the Owner from the Contractor
to be refunded only after the Owner is satisfied that all workmen employed by the
Contractor have been fully paid for the period of work in Owners premises at rates equal to
or better than wages provided for under the Minimum Wages Act. The contractor shall be
responsible and liable for any complaints that may arise in this regard and the
consequences thereto.

15.2.4 The Contractor will comply with the provisions of the Employees Provident Fund Act and
the Family Pension Act as may be applicable and as amended from time to time.
15.2.5 The Contractor will comply with the provisions of the payment of Gratuity Act, 1972, as
may
be applicable and as amended from time to time.

15.2.6 IMPLEMENTATION OF APPRENTICES ACT, 1961

The Contractor shall comply with the provisions of the Apprentices Act, 1961 and the Rules
and Orders issued thereunder from time to time. If he fails to do so, his failure will be a
breach of the contract and the Engineer-in-Charge may, at his discretion, cancel the
contract. The Contract shall also be liable for any pecuniary liability arising on account of
any violation by him of the provision of the Act.

15.2.7 MODEL RULES FOR LABOUR WELFARE

The Contractor shall at his own expenses comply with or cause be complied with Model
rules for Labour Welfare as appended to those conditions or rules framed by the
Government from time to time for the protection of health and for making sanitary
arrangements for worker employed directly or indirectly on the works. In case the
contractor fails to make arrangements as aforesaid the Engineer-in-Charge / Site-in-
Charge shall be entitled to do so and recover the cost thereof from the contractor.

16.0 OVERALL LIABILITY:

16.1 Sellers overall liability towards execution of this order will not exceed 100%(one hundred
percent) of the total contract price without prejudice to any other rights the purchaser may have
as per terms and conditions of the contract.

17.0 LIABILITY CLAUSE

It is expressly understood and agreed by and between Bidder and M/s Hindustan Petroleum
Corporation Limited, (Indian Public Sector Undertaking) that M/s Hindustan Petroleum
Corporation Limited is entering into this agreement solely on its own behalf and not on behalf of
any other person or entity. In particular, it is expressly understood and agreed that the
Government of India is not a party to this agreement and has no liabilities, obligations or rights
hereunder. It is expressly understood and agreed that M/s Hindustan Petroleum Corporation
Limited is an independent legal entity with power and authority to enter into contracts solely on its
own behalf under the applicable Laws of India and general principles of Contract Law. The
Bidder expressly agrees, acknowledges and understands that M/s Hindustan Petroleum
Corporation Limited. is not an agent, representative or delegate of the Government of India. It is
further understood and agreed that the Government of India is not and shall not be liable for any
acts, omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly
Bidder hereby expressly waives, releases and foregoes any and all actions or claims, including
cross claims, impleader claims or counter claims against the Government of India arising out of
this contract and covenants not to sue to Government of India as to any manner, claim, cause of
action or thing whatsoever arising of or under this agreement.

18.0 REPEAT ORDER:

Repeat order shall applicable for items in SOR which are covered under unit rate of supply.
Same shall not be applicable for Lumpsum rate basis items.

19.0 PART ORDER OR SPLIT ORDER:

Owner has right to Split the Order of Application software to lowest bidder for the specific SOR
item.

If such Splitting of Purchase order is done, PLC bidder and APPS bidder shall adhere to role
responsibility matrix, enclosed in the Annexures

19.0 TERMS & CONDITIONS OF FREE ISSUE MATERIALS

Terms & conditions of Free Issue Materials:- For the items which will be free issued to Vendor,
terms & conditions as specified in Section 5 shall be fully applicable during execution of contract.
20.0 DEFINITIONS / NOTES

20.1 The terms Bidder, Contractor, `Seller; `Supplier or Vendor stated anywhere in the Bid
Document carry the same meaning.
20.2 The terms `Client, Owner, Purchaser stated any where in the Bid Document refer to
Hindustan Petroleum Corporation Limited (HPCL).
20.3 The term Contract, Order or Purchase Order stated anywhere in the Bid Document carry
the same meaning.
20.4 The term Work/ Works, unless contrary to the content, shall mean the provision of entire
supplies & services on turnkey basis by Vendor as per scope defined in the Bid Document.
20.5
20.6 General Purchase Conditions for Indigenous Equipment & Materials, is applicable for the
domestic Vendors.
20.7 The enclosed Agreed Terms and Conditions shall be duly filled in and enclosed with the
bids.
20.8 In the event of any contradictions between these Instructions to Vendors/Special Conditions
of Purchase and other Sections of Bid Document, the terms specified under this Section shall
prevail.
20.11 Any reference to the Govt. Acts / Regulations etc. in the Bid Document is only indicative,
and it is entirely for the Vendor to ascertain the applicable Acts/Regulations.
HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

GENERAL PURCHASE CONDITIONS


FOR INDIGENOUS EQUIPMENT & MATERIALS

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation

INDEX
1. DEFINITION
2. REFERENCE FOR DOCUMENTATION
3. CONFIRMATION OF ORDER
4. SALES CONDITIONS
5. COMPLETE AGREEMENT
6. INSPECTION-CHECKING-TESTING
7. OFFICIAL INSTITUTIONAL TESTING
8. EXPEDITING
9. WEIGHTS AND MEASUREMENTS
10. DESPATCH INSTRUCTIONS
11. OILS & LUBRICANTS
12. SPARE PARTS
13. PACKING AND MARKING
14. SHIPMENT AND SHIPMENT NOTICES
15. CONTROL REGULATIONS
16. TRANSIT RISK
17. RESPECT FOR DELIVERY DATES
18. DELAYED DELIVERY
19. DELAYS DUE TO FORCE MAJEURE
20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT
21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE OWNER
22. PRICE
23. TERMS OF PAYMENT
24. INVOICING
25. RECOVERY OF SUMS DUE
26. CHANGES
27. CANCELLATION
28. PATENTS AND ROYALTIES
29. PERFORMANCE GUARANTEE
30. NONWAIVER
31. NON ASSIGNMENT
32. PART ORDER / REPEAT ORDER
33. VENDORS DRAWINGS AND DATA REQUIREMENT
34. TECHNICAL INFORMATION
35. SERVICES OF VENDORS PERSONNEL
36. VENDORS LIABILITY
37. OWNERS MATERIAL
38. HEADINGS
39. ARBITRATION
40. JURISDICTION

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation

1. DEFINITIONS

The following expressions used in the Purchase Order shall have meaning 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" Vendor 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": Aviation SBU Santacruz ASFs ATF Pipeline re-routings Projectsof HINDUSTAN
PETROLEUM CORPORATION LIMITED.

'Total Order Value' shall he construed to include only basic rate, exclusive of duties / taxes /
freights etc. 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.

2. REFERENCE FOR DOCUMENTATION


Purchase Order number must appear on order continuation, correspondence, drawings, invoices,
shipping notes, packings and on any documents or papers

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


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 manufacturers shop, at fabricator's shop and at the time of actual
despatch before and after completion of packing.

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 infructuous due to any
omission or commission on the part of the Vendor. Before shipping or dispatch , 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.

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation

Provide free access to inspectors during normal working hours to 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 lime 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 designed 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'

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


receipt of Purchase Order the required number of copies of documents such as, but
not limited to, schedules/pert charts. Unpriced copies of sub orders / sub-contracts,
phased program of item wise manufacturing, testing and delivery and any other
information / documentation as may be called for the correspondence procurement coordinators /
Managers. All post order shall be addressed to the

The Sr.Station Manager


Hindustan Petroleum Corporation Ltd.,
Santacruz Aviation Service Facility
Terminal 1A, Santacruz Airport,
Mumbai - 400 099
Email:rkrai@hpcl.co.in

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


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, which will be informed in
due course, by the most economical road transport as specified in Purchase Order.
Owners warehouse is open to receive Material between 9 AM and 3 P.M on all
working days. No goods will be accepted after 3 PM.

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.

11. OILS & LUBRICANTS : Deleted

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


The first filling of oils and lubricant, if any, required for every equipment shall be
included in the price and appropriate product manufactured by Hindustan Petroleum
Corporation Ltd. shall be used. The Vendor shall also recommend the quality /
quantity of oils and lubricants required for one year continuous operation.

12. SPARE PARTS : Deleted

The Vendor must furnish itemised price list of spare parts required for two years
operation of the main equipment and prime movers also.
The Vendor shall provide the necessary cross Chapteral drawing to identity 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 surface 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
detective 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 :
For : Hindustan Petroleum Corporation Limited, Santacruz ASF
Destination :
Order No. :
tem :
Net weight :
Case No. :
Of total cases:
Dimensions :

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


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
shipment(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.

Immediately after shipment, Vendor shall inform despatch particulars to Owner /


Procurement Coordinators as under

1. Copy of despatch advice to Senior Station Manager, HPCL, Santacruz ASF, Mumbai.

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 may 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. Where no delivery period is expressly stated, it shall be construed as seven

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


days from the date of placing the order. The Owner reserves the right to defer the
period of delivery in writing. Where no delivery is expressly stated, it shall be
construed as seven days (from the date of LOI).

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 (1/2%) of the value of any goods not delivered for every week of delay,
limited to a maximum of 5% OF TOTAL ORDER VALUE (for fractional days, Price
Reduction shall be applicable on pro-rata basis), or

ii) Cancel the order in part or full and purchase 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.

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 which have a duration of
more than seven consecutive calendar days are considered the causes of force
majeure. Causes like strikes / lockout at Vendor's works for more than ten
consecutive days and Government Act such as major power cut for a consecutive
minimum period of 30 days and other direct legislative enforcement, 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 10 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 he 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 may think appropriate. In the event, the Vendor fails to

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


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 dispatch point: On handing over the equipment to the carrier against receipt
and such receipt having been passed over to the Owner.

21.2 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 / railworthy 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 Duly and or such imposts which are
leviable by law on sale of finished goods to owner and / or Octroi duty if any leviable
at destination project site. The nature and extent of such levies shall be shown

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


separately.

23. TERMS OF PAYMENT

23.1 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) Third Party inspection / Clearance report
Iv) Manufacture's Guarantee Certificate
v) Performance Bank Guarantee for 10% Basic Order Value
vi) Any other document specified in the Purchase Order.

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 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 Owner are as follows which must be accepted by Vendor

INDIAN BIDDERS:

A. For supply items where there is no vendor data requirement specified in MR:

1. 90 % payment within 30 days of receipt of goods at site with full taxes, duties and
transportation charges against dispatch documents consisting of Purchaser /
Consultants inspection release note, invoice, packing list, LR / GR etc.
2. Balance 10 % payment within 30 days of receipt of goods at site and submission
of PBG for 10 % of total order value.

B. For supply items where vendor data requirement specified in MR:

1. 5 % on approval of drawings (identified in Purchase requisition in Code - 1)


2. 80 % payment within 30 days of receipt of goods at site with full taxes, duties and
transportation charges against dispatch documents consisting of Purchaser /
Consultants inspection release note, invoice, packing list, LR / GR etc.
3. Balance 15 % payment within 30 days of receipt of final drawings / document etc.
as specified in the material requisition, submission of PBG for 10 % of total order
value.

NOTE : Where site work is also in sellers scope , 3 above shall be as under:

4. Balance 15 % payment within 30 days of receipt of final drawings / document etc.

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


as specified in the material requisition, submission of PBG for 10 % of total order
value.

C. For supervision of Erection, Testing & Commissioning:

Payment shall be 100 % against monthly bills to be submitted by seller duly certified
by site in charge

D. For site work

1. 85 % pro rata of site work value against monthly progressive bills to be submitted by
seller duly certified by Purchasers/Consultants site in charge.
2. Balance 15 % of site work value shall be paid within 30 days after successful
completion of erection, testing and commissioning at site as per 4 above.
NOTE : Vendor shall be advised that invoices against B(ii) and D(I) shall be restricted to
maximum three number against supply & site works respectively.

24. INVOICING

Invoices and other documents such as TR/RR/GC note, delivery challan etc. shall be
sent as hereunder:
Original + 2 copies to Accounts Officer, HPCL, Santacruz ASF, Mumbai

25. RECOVERY OF SUMS DUE

Whenever any claim against the Vendor for payment of a sum of money arises out of
or under tile contract, the Owner shall be entitled to recover such sums from any sum
them 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 tile recoverable amount, tile Vendor shall pay to the Owner on demand tile
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 in a written notice to the
Vendor if,

(i) The Vendor fails to comply with the terms of this Purchase Order.

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation

(ii) The Vendor fails to deliver 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.

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 that 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 the 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 tile Owner from invoking
the provisions of clause' Delayed Delivery as aforesaid.

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 fulfillment 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 tile same have been found to be defective in respect of materials,
workmanship or smooth and rated operation within a period of 12 months after the
same have been put in service or 24 months from the date of shipment whichever is

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


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 tile above guarantees. The Vendor shall
furnish a 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 a period of 3 months beyond the Guarantee / Warranty
period covered by the performance guarantee.

The Vendor shall furnish a single bank guarantee (as per proforma enclosed) 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 bank 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. Multiple BGs shall not
be acceptable.

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 tile 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 tile 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

Vendor hereby agrees to accept part orders at Owner's option without any limitation
whatsoever.

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation

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 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 endeavors 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 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 ( between attorney and

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation

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 workman 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-a-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. HEADINGS

The headings of the conditions hereof shall not affect construction thereof:

39. ARBITRATION :

1) 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

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


and to the Appointing Authority hereinafter mentioned, be referred for
adjudication to the Sole Arbitrator to be appointed as hereinafter provided.

2) 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 Ch. 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.

3) 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.

4) 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.

5) The Award of the Sole Arbitrator shall be final and binding on the parties to the
Agreement.

6) 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.

7) 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.

8) 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

HINDUSTAN PETROLEUM CORPORATION LIMITED

AVIATION SBU SANTACRUZ ASF

Tender for PLC based Realtime Flow reconciliation


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.

9) 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.

10) 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.

11) The Appointing Authority is the Director- Marketing of Hindustan Petroleum


Corporation Limited.

40. JURISDICTION

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

SECTION D
ANNEXURES
A.Pipeline Schematic
B. ATF Pipeline Telemetry Schema
C. PLC System Architecture drawing
D. List of Suggested Makes
E. PLC Server specification minimum requirement
F. Typical CP Rectifier Monitoring String over SMS Frame.
BPC
PUMP
STATION

HPC
PUMP SV 1 IJ 1 SV 2 SV 3 SV 4 IJ SV 5 SV 6 IJ SV 7
STATION @0.05 KM @0.06 KM @2.3 KM @2.304 KM @ 4.6 KM @6.8 KM @ 7.9 KM @ 10.15 KM @ 10.32 KM @ 10.46 KM

CP STATION 1 CP STATION 2 CP STATION 3


@ HPNW @ SHIV SHRUSTI @ BRAHMAN WADI
2.48 KM 6.80 KM 9.10 KM

IJ IJ SV 8 SV 9 IJ SV 10 IJ SV 11
@10.32 KM @ 15.15 KM @ 15.15 KM HPC-SC2 @ 15.20 KM @ 15.20 KM @ 17.00 KM @ 19.64 KM @ 19.65 KM
BPC-SC2

CP STATION CP STATION
@ KURLA SIDE 4 @ SAHAR SIDE 5
15.15 KM 15.20 KM

DRAWING TITLE
ATF PIPE LINE DIAGRAM

DRAWING NO
HPCL / SC2 / ATF PL / SK / 001
Modbus GE Modbus Modbus Honeyw Modbus Modbus Yakoga Modbus
IPMaster Faunc IPRTU IPMaster ellDCS IPRTU IPMaster waDCS IPRTU
SCADAStn PLC Slave SCADAStn Slave SCADAStn or Slave
ABPLC
Site:IOCLSahar,Mumbai Site2:HPCL FuelsRefinery
Airport OilMovementControl Site3:BPCLefinery
Centre, Chembur,Mumbai Pumphouse5,Chembur,

DataflowInOppositeDirection
ModbusIP PLC Modbus
Dataflow Master vendor IPRTU
SCADAStn ToBe Slave
advised

Site4:HPCLSantacruz
AviationServiceFacility,
ModbusIP GE DNPIP Modbus Honey DNP Modbus Yakoga DNPIP
Master Faunc RTUSlave IPMaster well RTU IP waDCS RTU
SCADAStn PLC SCADAStn DCS Slave Master or Slave
SCADA AB PLC
Site:IOCLSahar,Mumbai Site2:HPCLFuelsRefinery Site3:BPCLefinery
Airport OilMovementControlCentre, Pumphouse5,Chembur,
Chembur,Mumbai Mumbai

DataflowInOppositeDirection
DNPIPMaster PLCvendor ModbusIP
Dataflow SCADADrivern ToBe RTUSlave
ByPLCStn advised

Site4:HPCLSantacruzAviationService
Facility,Mumbai
DNP GE DNP DNP Honey DNP DNP Yakoga DNP
Master Faunc RTU Master well RTU Master waDCS RTU
SCADA PLC Slave SCADA DCS Slave SCADAStn or Slave
Stn St AB PLC
Site:IOCLSahar,Mumbai Site2:HPCLFuelsRefinery Site3:BPCLefinery
Airport OilMovementControlCentre, Pumphouse5,Chembur,
Chembur,Mumbai Mumbai

DataflowInOppositeDirection
DNP PLC DNP
Dataflow Master vendor RTU
SCADA ToBe Slave
St advised
Site4:HPCLSantacruz
AviationServiceFacility,
Mumbai
DNP GE DNP DNP Honey DNP DNP Yakogaw DNP
Master Faunc RTU Master well RTU Master aDCSor RTU
SCADA PLC Slave SCADA DCS Slave SCADA ABPLC Slave
Stn St St
Site:HPCL FuelsRefineryOil Site:BPCLefineryPumphouse
Site:IOCLSahar,Mumbai MovementControlCentre, 5,Chembur,Mumbai
Airport Chembur,Mumbai

DataflowInOppositeDirection
DNP PLC DNP
Dataflow Master vendor RTU
SCADA ToBe Slave
St advised
Site:HPCLSantacruzAviation
ServiceFacility,Mumbai
Suggested / Approved / In-Use Makes of System components

1. Makes PLC Systems: Allen Bradley Controllogix

Siemens S7/Simatic

Schnider Unity PRO

ABB AC 800M

2. Makes for Field Instruments, to be free issued by HPCL


PT/TT/DPT/RTDs

Emerson / Endress + Hauser / Siemens / ABB /


Foxboro

3. Makes for Server Machine Dell/HP/IBM with compatible Windows


OS for Application software as well as PLC software

4. Makes for Control panel / Remote PLC rack panel Rittel / Eldon CS

Remote PLC rack in Hazordous area shall be of IP66, with OEM Type
test certificates

5. Makes for Industrial Ethernet Switches: Hirshmann


Request for Data from RMU:

RMU

;1R : Request for Data from RMU

Data String Received from RMU:

RMU

;13D,250610,210000,1,B9,01,00, 2.61, 0.00, 0.291,0.000,6837.490000,02,09,00,00,0720,10,11,FF,FF:009

13D 13 is the unit ID and D stands for Data


250610 25: Date 06: Month 10: Year
213000 21: Hour 30: Minute 00: Second
1 Logic Flag
B9 Digital status for ch1 to ch8
01 Digital status for ch9 to ch16
00 Alarm ID
2.61 Ai1
0.00 Ai2
0.291 Ai3
0.000 Ai4
6837.490000 Ai5
02 Ai6
09 Ai7
00 Ai8
00 Ai9
0720 Ai10
10 Indicates the AI channels included in the string ( in this there are 10 Ai Channels, so 10)
11 SMS Index
FF CRC
FF CRC
009 Client ID
-1-
Configuration String sent to the RMU:

RMU

;1Q,090710,130215,720,1,09898516447,19810169870,19560883335,0,0,0,0,0,2F,21:009

;1Q :1Q indicated that it is a configuration string sent to RMU


090710 09: Date 07: Month 10: year
130215 13: Hour 02: Minute 15: Second
720 Lograte
1 1: Auto 0: Manual
09898516447 0: Disable and 9898516447 is the cell number cell No:1
19810169870 1: Enable and 9810169870 is the cell number cell No:2
29560883335 2: Data and 9560883335 is the cell number cell No:3
0 Station Name String ( max 13 characters)
0 cell No:5
0 cell No:6
0 cell No:7
0 cell No:1
2F CRC
21 CRC
009 Client ID

Configuration Reply received from RMU:

RMU

;13Q,090710,130215:013

;13Q 13 is the RMU ID from which the reply came


090710 09: Date 07: Month 10: year
130215 13: Hour 02: Minute 15: Second
013 013 is the client ID.

-2-
Command to Turn ON Digital output

RMU

;1C,090710,130215,0,1,1:

:1C For On/OFF Command to RMU


090710 09: Date 07: Month 10: year
130215 13: Hour 02: Minute 15: Second
0 Keep this 0 always.
1 Digital ch1
1 Turn ON the Digital Output

Command to Turn OFF Digital output

RMU

;1C,090710,130215,0,1,0:

:1C For On/OFF Command to RMU


090710 09: Date 07: Month 10: year
130215 13: Hour 02: Minute 15: Second
0 Keep this 0 always.
1 Digital ch1
0 Turn OFF the Digital Output

-3-

Potrebbero piacerti anche