141
SUPPLY OF ODORISATION UNIT FOR CGD PROJECT Project No. P.013702 Document No. P. 013702 D 11031 058 HPCL E - Tender No. 19000442-HD-10157 Hindustan Petroleum Corp Ltd New Delhi | INDIA RESTRICTED 14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0

SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SUPPLY OF ODORISATIONUNIT FOR CGD PROJECT Project No. P.013702Document No. P. 013702 D 11031 058HPCL E - Tender No. 19000442-HD-10157

Hindustan Petroleum Corp LtdNew Delhi | INDIA

RESTRICTED

14 August 2019

TECHNICAL DOCUMENTATIONCommercial, Vol I of II, Rev. 0

Page 2: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

S.No. Document / Drawing No. Rev. No. Pages Page No.

I VOLUME I OF II 0 138 1

II VOLUME II OF II

1 P.013702 D 11031 058 0 3 1

2 MR P.013702 D11071 008 0 8 4

3

3.1 PTS P.013702 D11077 030 0 21 12

4

4.1 QCT P.013702 D 11013 008 0 2 33

5

5.1 P.013702 D 11040 003 0 6 35

ODORISING UNIT

TABLE OF CONTENTS FOR

ODORISING UNIT

COMMERCIAL

RECOMMENDED VENDOR LIST

Odorisation Unit

P.013702D 11031

058

Description

QUALITY CONTROL TABLES

PARTICULAR TECHNICAL SPECIFICATION

TECHNICAL

Material Requisition

Introduction

ODORISING UNIT

Odorisation Unit for City Gas Distribution Project Page 1 of 1

Page 3: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

TENDER DOCUMENTP.013702D11031

058

HINDUSTAN PETROLEUM CORPORATION LIMITED(HPCL)

CITY GAS DISTRIBUTION PROJECT

BID DOCUMENT FOR

SUPPLY, INSTALLATION & COMMISSIONING OF ODORIZINGSYSTEM FOR CITY GAS DISTRIBUTION PROJECT

(VOLUME I OF II)

PUBLIC DOMESTIC COMPETITIVE BIDDING

TENDER NO.: P.013702 D11031 058

HPCL E-Tender No.: 19000442-HD-10157

0 14.08.2019 Issued for Procurement Abhishek Kr. Singh Sunil Gupta Chandan Kr. Singh

Rev Date Description Prepared By Checked By Approved By

Page 1 of 138

Page 4: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

TENDER DOCUMENTP.013702D11031

058

TABLE OF CONTENTS

1. SECTION-I : INVITATION FOR BIDS (IFB)

2. SECTION-II : INSTRUCTIONS TO BIDDERS (ITB)

3. SECTION-III : GENERAL TERMS AND CONDITIONS (GTC)

4. SECTION-IV : SPECIAL TERMS AND CONDITIONS (STC)

5. SECTION-V : FORMS AND FORMATS

6. SECTION – VI : SCHEDULE OF RATES

Page 2 of 138

Page 5: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

HINDUSTAN PETROLEUM CORPORATIONLIMITED (HPCL)

CITY GAS DISTRIBUTION PROJECT

SUPPLY, INSTALLATION & COMMISSIONING OF ODORIZINGSYSTEM FOR CITY GAS DISTRIBUTION PROJECT

SECTION-I

INVITATION FOR BIDS (IFB)

Page 3 of 138

Page 6: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

TABLE OF CONTENTS

1.0 INTRODUCTION ................................................................................................ 12.0 BRIEF DESCRIPTION OF PROJECT .................................................................... 13.0 BRIEF SCOPE OF WORK .................................................................................... 14.0 DELIVERY PERIOD ............................................................................................ 15.0 SUBMISSION OF BID & BID VALIDITY ............................................................. 16.0 BIDDING PROCEDURE ...................................................................................... 27.0 DETAILS OF BID DOCUMENTS .......................................................................... 28.0 BID QUALIFICATION CRITERIA (BQC) ............................................................. 29.0 BID SECURITY/ EMD......................................................................................... 610.0 SUBMISSION OF ORIGINAL DOCUMENTS ........................................................ 711.0 PRE-BID MEETING ............................................................................................ 7

12.0 ZERO DEVIATION BIDS ..................................................................................... 813.0 GENERAL ........................................................................................................... 814.0 EVALUATION METHODOLOGY ........................................................................... 915.0 AWARD METHODOLOGY ................................................................................... 9

Page 4 of 138

Page 7: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Page 1 of 9

INVITATION FOR BIDS FORSUPPLY & INSTALLATION OF ODORIZING SYSTEM FOR CGD PROJECT

PUBLIC DOMESTIC COMPETITIVE BIDDING

1.0 INTRODUCTION

1.1 Hindustan Petroleum Corporation Limited (HPCL), a Government of India Undertaking (hereinafter calledas the Owner), has been authorized by PNGRB for setting up infrastructure and operation of City GasDistribution Network for the GA of Sonipat (except areas already authorized) & Jind districts of Haryana.Natural Gas will be transported to residential, commercial, industrial (PNG) and automobile consumers(CNG) in the city.

1.2 Tractebel Engineering Pvt. Ltd. (TE), a subsidiary of Tractebel Engineering S.A has been appointed asProject Management Consultant (hereinafter referred as PMC), by HPCL for providing Design, Engineeringand PMC services for this Project.

1.3 TRACTEBEL ENGINEERING PVT. LTD. (TE) invites tenders for “Supply, Installation &Commissioning of Odorizing System as defined in the Bid Documents”

2.0 BRIEF DESCRIPTION OF PROJECT

3.0 BRIEF SCOPE OF WORK

3.1 Scope includes Design, Engineering, fabrication, assembly, testing of Natural Gas Odorising systemincluding packaging, insurance, transportation, handling & Loading / Un-loading at HPCL site / designatedstore & providing all related services including installation, commissioning, performance testing inaccordance with tender conditions.

3.2 Scope also includes Comprehensive Maintenance of odorizing system for 1 year during Warrantee Period &4 years after Warrantee Period inclusive of consumables and spares

3.3 The above requirements are CGD Project of HPCL at Sonipat-Jind in the state of Haryana. Description willbe provided in the MR

4.0 DELIVERY PERIOD

4.1 All Odoriser package shall be supplied, erected & commissioned as per schedule given below at Sonipat-Jindin the state of Haryana.

Supply: - 16 weeks from the date of issuance of PO.

Services (Erection, Testing & Commissioning): - 2 weeks from the date of intimation from owner onreadiness of site.

Comprehensive maintenance: The total contract duration of Comprehensive Maintenance of odorizingsystem is 1 year during warrantee Period & 4 years after warrantee Period inclusive of consumables andspares

5.0 SUBMISSION OF BID & BID VALIDITY

5.1 Bids are required to be submitted only through HPCL e-procurement site at https://etender.hpcl.co.in/ on orbefore the Bid submission date and time. Bidders are required to enrol on HPCL e-procurement site athttps://etender.hpcl.co.in/.

5.2 Physical Bids / Offers or Bids through any other mode shall not be accepted. The Offers submitted throughe-tendering system, as above shall only be considered for evaluation and ordering.

5.3 Tender submitted by the tenderer shall remain valid and open for acceptance for a period of 4 (four) monthsfrom the date of opening of Techno-commercial part of the tender.

Page 5 of 138

Page 8: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Page 2 of 9

6.0 BIDDING PROCEDURE

6.1 Bidding will be conducted through Public Domestic Competitive Bidding basis. Single stage two bid systemis adopted for this tender. Bidder to follow e-tendering manual on HPCL e-tendering website.

7.0 DETAILS OF BID DOCUMENTS

7.1 Type of Tender Public Domestic Competitive Bidding Basis

7.2 Tender Document Number HPCL E-Tender No.: 19000442-HD-10157Tractebel Tender No.: P.013702 D11031 058

7.3 Earnest Money Deposit / Bid Security As Per Clause No. 9 Below

7.4 Bid Document Fee NIL

7.5 Availability of Tender Document onWebsite 14.08.2019 to 03.09.2019

7.6 Pre bid meeting date and venue

On 20.08.2019 at 1100 HRS. (IST) at

Tractebel Engineering Pvt. Ltd.Intec House, 37Institutional Area, Sector 44,Gurgaon, Haryana-122002.Tel. No. +91 124 4698500E-mail :[email protected] /[email protected]

The tenderer requiring any clarification (if any) on thebidding document shall upload their queries onHPCL E-tendering portal by 21.08.2019

7.7 Bid Query Start Date & Time 14.08.2019 at 1500 HRS (IST)

7.8 Bid Query End Date & Time 21.08.2019 at 1500 HRS (IST)

7.9 HBid Submission due date and time on 03.09.2019 till 1500 HRS. (IST)

7.10 Online Opening of Techno-Commercial Unpriced Bid

03.09.2019 at 1500 HRS. (IST) at HPCL’s MumbaiOffice

7.11 Price bid opening date and time Shall be intimated later.

The complete Bidding Document is available on HPCL website: https://etender.hpcl.co.in/ andTractebel’s website: www.tractebelindia.com. Bidders can view / download the tender document from theabove website.

All amendments, time extension, clarifications etc. will be uploaded in the above websites only and will notbe published in Newspapers. Bidders should regularly visit the above website to keep themselves updated.

8.0 BID QUALIFICATION CRITERIA (BQC)

8.1 Technical Criteria

8.1.1 The bidder in the last 7 years ending last day of the month previous to the one in which tender is invited,should have Designed, manufactured, tested, supplied & commissioned at least 1 no. of odorizing system forHydrocarbon services suitable for 7500 SCMH flow capacity or higher.

Page 6 of 138

Page 9: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Page 3 of 9

8.1.2 Bidder should have successfully executed order for supply of odorizing unit of value given in below table inthe last 07 years ending last day of the month previous to the one in which tender is invited;

Item Description Currency

One similarcompleted

work costingnot less than

ORTwo similarcompletedworks each

costing not lessthan

ORThree similar

completedworks eachcosting notless than

Supply, Installation, Testing,Commissioning andComprehensive Maintenance ofOdorizing System

INR 37.23 Lacs 23.27 Lacs 18.62 Lacs

8.2 Financial Criteria

8.2.1 Annual Turnover

Average Annual Financial Turnover during the last three years ending 31st March 2019 should be atleastINR 13.96 Lacs.

Note:- If a Bidder does not have Audited Balance Sheets for three years, then Average Annual Turnover willbe calculated as per financials based on financial figures for available number of years. Turnover will beconsidered ‘0’ (Zero) for that particular year. However, Bidder has to provide applicable documents likeCertificate of Incorporation and Certificate of Commencement to justify that the Firm is less than 03 (Three)years old.

In case where audited results for the last financial year (i.e. 31st March 2019) as on the date of submission ofthe tender is not available, the audited results of three consecutive financial years preceding the last financialyear shall be considered for evaluating the financial parameters subject to submission of a Certificate signedby CEO / CFO/Partner/Proprietor of the Bidder stating that the financial results of the last financial year ofthe Company / firm are under audit as on the date of submission of the bid.

Notes to Financial Criteria:

i. Bidder shall not be under liquidation, court receivership or similar proceeding. Undertaking to this effectto be submitted by bidder.

ii. If applicable, Bidder quoting for more than one item will have to comply Turnover requirement oncumulative basis.

Clarificatory Notes to BQC:

a) In case the bidder is executing a rate contract of above nature which is still running and the contractvalue executed till one day prior to due date of bid submission is equal to or more than the minimumprescribed value mentioned in the BQC, such experience will also be taken into consideration providedthat the bidder has submitted satisfactory work execution certificate to this effect issued by the end user/ owner / authorized consultant.

b) A job executed by a bidder for its own plant/ projects cannot be considered as experience for the purposeof meeting requirement of BQC of the tender. However, jobs executed for Subsidiary / Fellowsubsidiary/ Holding company/ sub contract work executed value against any single order fulfilling BQCcriteria will be considered as experience for the purpose of meeting BQC subject to submission of taxpaid invoice(s) duly certified by statutory auditor of the bidder and challan towards payments ofstatutory tax in support of the job executed for Subsidiary / Fellow subsidiary /Holding company. Suchbidders to submit these documents in addition to the documents specified in the bidding documents tomeet BQC.

c) In case audited balance sheets and profit and loss account for the immediate preceding financial year isnot available for bid closing date up to 30th September, the Bidder has an option to submit the audited

Page 7 of 138

Page 10: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Page 4 of 9

balance sheets and profit & loss account of the three previous years immediately prior to the lastfinancial year. However, for bid closing date after 30th September, the bidder has to compulsorilysubmit the audited balance sheets and profit and loss account for the immediate three preceding financialyears, for evaluation and his qualification with respect to financial criteria. In any case the date (i.e. thefinancial period closing date) of the immediate previous year’s audited annual accounts should not beolder than eighteen (18) months from the bid due date.

8.3 Bidding Entity

8.3.1 Bids may be submitted by:

a) a single person/ entity (called sole bidder);

b) a newly formed incorporated joint venture (JV) which has not completed 3 financial years from the dateof commencement of business;

c) a consortium (including an unincorporated JV) having a maximum of 3 (three) members

d) an Indian arm of a foreign company

Notes regarding Bidding Entity:

Fulfilment of Eligibility criteria and certain additional conditions in respect of each of the above 4 types ofbidders are stated below, respectively:

a) The bidders (including an incorporated JV which has completed 3 financial years after date ofcommencement of business) shall fulfil each eligibility criteria on individual / combined basis.

b) In case the bidder is a newly formed and incorporated joint venture and which has not completed threefinancial years from the date of commencement of business, then either the said JV shall fulfil eacheligibility criteria or any one constituent member/ promoter of such a JV shall fulfil each eligibilitycriteria. If the bid is received with the proposal that one constituent member/ promoter fulfils eacheligibility criteria, then this member/promoter shall be clearly identified and he/it shall assume allobligations under the contract and provide such comfort letter/guarantees as may be required by Owner.The guarantees shall cover inter alia the commitment of the member/ promoter to complete the entirework in all respects and in a timely fashion, being bound by all the obligations under the contract, anundertaking to provide all necessary technical and financial support to the JV to ensure completion ofthe contract when awarded, an undertaking not to withdraw from the JV till completion of the work,etc.

c) In case the bidder(s) is/are a consortium (including an unincorporated JV), then the following conditionswill apply:

i. Each member in a consortium may only be a legal entity and not an individual person;

ii. the Bid shall specifically identify and describe each member of the consortium

iii. the Consortium member descriptions shall indicate what type of legal entity the member is andits jurisdiction of incorporation (or of establishment as a legal entity other than as a corporation)and provide evidence by a copy of the articles of incorporation (or equivalent documents);

iv. One participant member of the consortium shall be identified as the Prime member andcontracting entity for the consortium;

v. this prime member shall be solely responsible for all aspects of the Bid/Proposal including theexecution of all tasks and performance of all consortium obligations;

vi. the prime member shall fulfil each eligibility criteria;

vii. a commitment shall be given from each of the consortium members in the form of a letter signedby a duly authorized officer clearly identifying the role of the member in the Bid and the members commitment to perform all relevant tasks and obligations in support of the Prime/lead memberof the Consortium and a commitment not to withdraw from the consortium;

Page 8 of 138

Page 11: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Page 5 of 9

viii. No change shall be permitted in the number, nature or share holding pattern of the Consortiummembers after pre-qualification, without the prior written permission of the Owner.

ix. No change in project plans, timetables or pricing will be permitted as a consequence of anywithdrawal or failure to perform by a consortium member;

x. No consortium member shall hold less than 25% stake in a consortium;

xi. Entities which are affiliates of one another are allowed to bid either as a sole bidder or as aconsortium only;

xii. Any person or entity can bid either singly or as a member of only one consortium.

d) In case the bidder is an Indian arm (subsidiary, authorized agent, branch office or affiliate) of a foreignbidder, then the foreign bidder shall have to fulfill each eligibility criteria. If such foreign companydesires that the contract be entered into with the Indian arm, then a proper back to back continuing(parent company) guarantee shall be provided by the foreign company clearly stating that in case of anyfailure of any supply or performance of the equipment, machinery, material or plant or completion ofthe work in all respects and as per the warranties/ guarantees that may have been given, then the foreigncompany shall assume all obligations under the contract. Towards this purpose, it shall provide suchcomfort letter/guarantees as may be required by Owner. The guarantees shall cover inter alia thecommitment of the foreign company to complete the entire work in all respects and in a timely fashion,being bound by all the obligations under the contract, an undertaking to provide all necessary technicaland financial support to the Indian arm or to render the same themselves so as to ensure completion ofthe contract when awarded, an undertaking not to withdraw.

8.3.2 Sole bidder shall meet each requirement of Bid Qualification Criteria (BQC) as per Clause No. 8.0 of IFBand its sub-clauses.

8.4 Documents required to be submitted by bidder along with the bid for qualification of BQC:

BQC ClauseNo. Description Documents required for qualification

BQC -Technical

1.1 (I & II) Experience

(a) Detailed Purchase order along with Schedule of Rates.(b) Inspection Release Note / Delivery Proof & CompletionCertificate / Commissioning Report for Odorising Unit havingcross reference of Purchase Order.

For Flow capacity & hydrocarbon services - provide projectscope of work, approved P&ID/design documents, FAT/SATor any relevant documents of the PO/work order indicatedat (a) above.

Note a) In case of ratecontract

(a) Detailed Purchase order along with Schedule of Rates.(b) Inspection Release Note / Delivery Proof & CompletionCertificate / Commissioning Report for Odorising Unit havingcross reference of Purchase Order.

For Flow capacity & hydrocarbon services - provide projectscope of work, approved P&ID/design documents, FAT/SATor any relevant documents of the PO/work order indicated at(a) above.

Page 9 of 138

Page 12: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Page 6 of 9

BQC ClauseNo. Description Documents required for qualification

Note b)

Jobs executedfor Subsidiary /Fellow subsidiary/Holding company

Tax paid invoice(s) duly certified by statutory auditor of the bidderand challan towards payments of statutory tax in support of the jobexecuted for Subsidiary / Fellow subsidiary /Holding company.

- DocumentsAuthentication

All documents in support of Technical criteria of bidevaluation criteria (BQC) to be furnished by the bidders shallnecessarily be duly certified / attested by Chartered Engineerand Notary Public with legible stamp

BQC-Financial

1.2.1 Annual Turn-over

Bidder(s) shall submit copy of Audited Annual Financial Statement[Balance Sheet and Profit & Loss Account Statement] of any of thethree (3) preceding Financial Year(s), i.e. FY: 2018-19, 2017-18 &2016-17 along with un-price bid.

- DocumentsAuthentication

All documents in support of Financial criteria of bid evaluationcriteria (BQC) to be furnished by the bidders shall necessarilybe duly certified / attested by Chartered Accountant andNotary Public with legible stamp

General GST Documentary Evidence for GST registration

Owner reserves the right to reject the bid without making any reference to the bidder.

Notes:

Failure to meet the above qualifying criteria(s) will render the bid to be summarily rejected. Therefore, thebidder shall in his own interest furnish complete documentary evidence including certificate(s) from the clientof the work executed etc. to justify that the bidder meets the qualifying criteria.

i) All documents furnished by the bidder in support of meeting the Technical and Financial criteria ofBQC shall be submitted in a separate section / booklet along with their unpriced bid. This section /booklet shall be titled as “Documentation against Bid Qualification Criteria (Technical andFinancial)” with proper index and page numbering.

ii) Owner reserves the right to complete the evaluation based on the details furnished (without seekingany additional information) and / or in-house data, survey or otherwise.

iii) Bidder quoting for more than one Item No. will have to comply Turnover requirements on cumulativebasis.

iv) All documents in support of Technical criteria of bid evaluation criteria (BQC) to be furnishedby the bidders shall necessarily be duly certified / attested by Chartered Engineer and NotaryPublic with legible stamp.

v) All documents in support of Financial criteria of bid evaluation criteria (BQC) to be furnishedby the bidders shall necessarily be duly certified / attested by Chartered Accountant and NotaryPublic with legible stamp.

9.0 BID SECURITY/ EMD

9.1 All bids must be accompanied with Bid Security amount of INR 0.93 Lacs.

9.2 EMD shall be in favour of Hindustan Petroleum Corporation Limited and shall be acceptable in the form ofCrossed Demand Draft (Payable at Mumbai (MH) or Bank Guarantees (B.G.) in the prescribed pro-forma

Page 10 of 138

Page 13: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Page 7 of 9

from Scheduled Commercial banks in India/ Indian Branch of Foreign Bank. The B.G. shall be valid for aperiod of 6 months (4 + 2) from the final due date of submission of Bid.

9.3 Following categories of bidders shall be exempted from paying Earnest Money Deposit (EMD):

i) Units registered with National Small Industries Corporation (NSIC).

ii) Units falling under Micro & Small Enterprises (MSEs) category as defined under the MSMED Act 2006.

The above are subject to the fulfilling of under mentioned conditions:

a) Units should be registered with National Small Scale Industrial Corporation Limited (NSIC) or with anyof the Authorities specified under the Public Procurement Policy for MSE’s (DIC / KVIC / KVIB / CoirBoard / NSIC / Directorate of Handicrafts and Handloom or any other body specified by Ministry ofMSME).

b) The Unit should be registered for the item tendered.

c) Registration Certificate is valid as on the techno-commercial bid opening date.

d) Self-attested copy of valid relevant registration certificate should be submitted in support.

e) Registration with DGS&D will not entitle a Tenderer to claim above exemption.

iii) Public Sector Enterprises

9.4 If applicable, Bidder quoting for more than one Item No. will have to comply bid security requirements oncumulative basis.

10.0 SUBMISSION OF ORIGINAL DOCUMENTS

10.1 The following documents, in addition to uploading in the bid on HPCL’s e-procurement site, shall also besubmitted in Original (in physical form) within 7 (seven) days from the bid due date provided the scannedcopies of the same have been uploaded in e-tender by the bidder along with e-bid within the due date andtime to the TE office, Gurgaon:-

a) Bid Security / EMD

b) Power of Attorney

c) Integrity Pact

Bidders to ensure that above mentioned original documents reaches to concerned officials as per detailsbelow:

Chandan Kumar Singh / Sunil Kumar GuptaProject ManagerTractebel Engineering Pvt. Ltd.Intec House, 37Institutional Area, Sector 44,Gurgaon, Haryana-122002.Tel. No. +91 124 4698500E-mail : [email protected] / [email protected]

11.0 PRE-BID MEETING

11.1 The pre-bid meeting, shall be held as per the schedule in the IFB to clarify the techno-commercial issuesrelated to the tender. The authorised representatives of the parties who have downloaded the tender documentfrom the HPCL website https://etender.hpcl.co.in/ shall only be allowed to attend the meeting. Further, duringthe pre-bid meeting, HPCL may also arrange demonstration of the e-tendering system to the vendors presentand who may be interested in attending the same.

11.2 Bidders in their own interest are advised to take part in the pre-bid meeting seriously by issuing their genuinequeries and also by attending the pre-bid meeting by their competent personnel. This will help bidder not

Page 11 of 138

Page 14: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Page 8 of 9

only to cut short of the evaluation time leading to requirement of shorter bid validity but also enable them tosubmit their best prices based on the clear techno commercial scope.

11.3 Non-attendance of the pre-bid meeting shall not be a cause of disqualification of the bidder.

11.4 In case any Bidder does not attend the pre-bid meeting, it shall be understood that the Bidder has a clearunderstanding of the BQC, scope, terms and conditions of the Bidding Document and does not have anycomment / deviation to the requirement of Bidding Document and this shall not be considered a cause forextension of E- bid submission date.

11.5 All communication regarding the tender including queries, if any, and submission of offers shall be doneonline within the e-Procurement system at website https://etender.hpcl.co.in.

11.6 Please note that queries related to scope of job, tender specifications, terms & conditions etc should besubmitted on –line only (by logging in at https://etender.hpcl.co.in) by the query end date / time specified inthe online tender. The reply of queries sent by bidders/ messages issued by HPCL pertaining to tender shallbe available on tender message board. HPCL, at its sole discretion, may not entertain the queries sent by post/ fax/ e-mail or through any other mode of communication. Bidders to get themselves acquainted to HPCLE-Tendering platform instructions of which are attached to ITB document.

12.0 ZERO DEVIATION BIDS

12.1 This is a ZERO deviation bidding process. Bidder is to ensure compliance of all provisions of the biddingdocument and submit their bid accordingly. Bids with any deviation to the bid conditions shall be liable forrejection.

13.0 GENERAL

a) HPCL/TE reserves the right to carry out capacity & capability assessment of the bidderusing in-house information and past performance.

b) HPCL/TE will not be responsible or liable for cost incurred in preparation, submission &delivery of bids, regardless of the conduct or outcome of the bidding process.

c) Canvassing in any form by the Bidder or by any other agency on their behalf may lead todisqualification of their Bid.

d) Unsolicited clarifications to the bid offer and / or change in the prices during the validity period wouldrender the bid liable for rejection.

e) Award of work shall be based on Reverse Auction which will be conducted for finalizing this Tender.Please refer ITB for further details.

f) HPCL/TE reserves the right to reject any or all the bids received or annul the bidding process at anytime at their sole discretion without assigning any reason whatsoever.

g) HPCL will allow Public Sector Enterprises (Central / State), purchasepreference as admissible / applicable from time to time under the existing Govt. policy.HPCL shall also follow the Public Procurement Policy on Procurement of Goods andservices from Micro and Small Enterprises (MSEs) Order 2012.

h) All other terms and condition shall be as per the bidding documents.

i) Bidder shall furnish necessary documentary evidence along with the bid, by way of track record,copies of work order, division of responsibilities for the work performed, completion certificate, MOUdocument/ commitment letters etc. as per requirement. In absence of such documents, HPCL reservethe right to reject the Bid without making any reference to the Bidder or assigning any reason what-so-ever. Bidder shall provide documentary proof in the form of purchase order / contract letter. Offersreceived without documentary proof are liable for rejection.

j) HPCL / TE, at its discretion reserves the right to verify information submitted and inspectthe facilities at party’s work to confirm their capabilities.

k) HPCL decision on any matter regarding short listing of bidders shall be final.

Page 12 of 138

Page 15: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INVITATION FOR BIDS(IFB)

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Page 9 of 9

l) Bids of bidders on “Holiday” as per HPCL/PSU or its subsidiaries records shall not be considered forevaluation and ordering.

m) Failure to meet the above Qualification Criteria will render the Bid liable to be rejected.Therefore, the bidder shall in his own interest furnish complete documentary evidence in the firstinstance itself, in support of their fulfilling the Qualification Criteria as given above.

n) HPCL reserves the right to complete the evaluation based on the details furnishedwithout seeking any additional Information.

o) All documents submitted should be in English only.

14.0 EVALUATION METHODOLOGY

14.1 The Price Bids of only techno-commercially acceptable bidders shall be opened and will be considered forevaluation.

14.2 Evaluation shall be done on Overall Lowest Cost Basis. Applicable GST will be considered forevaluation;

Following shall be evaluated;

i) Ex-works price including packing & forwarding.

ii) Freight including transit insurance, unloading and stacking at HPCL’s store / site

iii) GST on i) + ii) above

The PURCHASER / CONSULTANT will evaluate and compare bids on complete scope of work.

Notes:

· In case the bidder is covered under Composition Scheme under GST laws, then bidder should quote theprice inclusive of the GST (CGST&SGST/UTGST or IGST). Further, such bidder should mention “Coverunder composition system” in column for GST (CGST&SGST/UTGST or IGST) of price schedule.

· In case any cess on GST is applicable, same shall also be considered in evaluation.

· Bids not conforming to technical specifications / requirements shall be rejected.

15.0 AWARD METHODOLOGY

15.1 The Owner will award the contract to the successful bidder whose bid has been determined to be substantiallyresponsive and has been determined to be the lowest evaluated bid, provided further that the Bidder isdetermined to be qualified to perform the contract satisfactorily.

15.2 Bidders are informed that Reverse Auction will be conducted for finalizing this Tender.

15.3 HPCL reserves the right to conduct price negotiation with L1 bidder based on price quoted in SOR and RA.

Page 13 of 138

Page 16: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

HINDUSTAN PETROLEUM CORPORATIONLIMITED (HPCL)

CITY GAS DISTRIBUTION PROJECT

SUPPLY & INSTALLATION OF ODORIZING SYSTEM FOR CITYGAS DISTRIBUTION PROJECT

SECTION-II

INSTRUCTIONS TO BIDDERS (ITB)

Page 14 of 138

Page 17: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project

TABLE OF CONTENTS

1.0 COST OF BIDDING .................................................................................................. 12.0 BID DOCUMENT ...................................................................................................... 13.0 LANGUAGE OF BID .................................................................................................. 14.0 BID DUE DATE AND TIME ....................................................................................... 15.0 PERIOD OF VALIDITY OF BIDS: ............................................................................. 16.0 MODIFICATION AND WITHDRAWAL OF BIDS ....................................................... 27.0 BID PARTS .............................................................................................................. 2

8.0 DOCUMENTS COMPRISING THE BIDS .................................................................... 29.0 PREPARATION & SUBMISSION OF BIDS ................................................................ 310.0 OPENING OF BIDS .................................................................................................. 411.0 EVALUATION OF BIDS ............................................................................................ 412.0 REJECTION CRITERIA ............................................................................................ 513.0 QUOTED PRICES - PRICE SHALL BE QUOTED CONSIDERING THE FOLLOWING: .. 714.0 COMPARISION OF BID ........................................................................................... 715.0 CONTACTING THE OWNER/ OWNER’S CONSULTANT ............................................ 716.0 AWARD CRITERIA .................................................................................................. 717.0 OWNER’S/OWNER’S CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT

ANY OR ALL BIDS ................................................................................................... 818.0 NOTIFICATION OF AWARD..................................................................................... 819.0 LATE BIDS ............................................................................................................... 820.0 INTEGRITY PACT .................................................................................................... 8

21.0 APPOINTMENT OF TRACTEBEL ENGINEERING PVT LIMITED (TE) BY OWNER(HPCL) .................................................................................................................... 9

22.0 POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT)(PP-LC) ................................................................................................................... 9

23.0 PROVISIONS FOR START UPS [APPLICABLE FOR INDIAN BIDDERS ONLY] (ASDEFINED IN GAZETTE NOTIFICATION NO. D.L-33004/99 DATED 18.02.2016 AND23.05.2017 OF MINISTRY OF COMMERCE AND INDUSTRY AND AS AMENDEDFROM TIME TO TIME) ............................................................................................. 9

Page 15 of 138

Page 18: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project Page 1 of 9

INSTRUCTIONS TO BIDDERS (ITB)

1.0 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of the bid, including the costs& expenses for visiting site(s) OWNER/CONSULTANT will in no case, be responsible or liable for thesecosts, regardless of the conduct or outcome of the bidding process.

2.0 BID DOCUMENT

2.1 The bidder is expected to examine all instructions, forms, terms and specifications in the bid document. TheInvitation for Bids together with all its attachments thereto, shall be considered to be read, understood andaccepted by the bidder, unless deviations are specifically stated seriatim by the bidder. Failure to furnish allinformation required by the bid document or submission of a bid not substantially responsive to the biddocuments in every respect will be at bidder’s risk and may result in the rejection of his bid.

2.2 The bidder's scope of supplies as specified in the Material Requisition/technical Specifications shall be in strictcompliance with the scope detailed therein and in the bid document.

3.0 LANGUAGE OF BID

The bid prepared by the Bidder and all correspondence/ drawings and documents relating to the bid exchangedby Bidder and the Owner/Consultant shall be written in HINDI / ENGLISH language, provided that any printedliterature furnished by the Bidder may be written in another language so long as accompanied by an ENGLISHtranslation, in which case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern.

4.0 BID DUE DATE AND TIME

4.1 Bids must be received online before due date & time.

4.2 The Owner/Consultant may, at its discretion, on giving reasonable notice online / (intimation may be publishedin newspapers, in case of public tender), extend the bid due date, in which case all rights and obligations of theOwner and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid duedate as extended.

4.3 Request for extension of tender submission due date, if any, received from bidders within three (3) days oftender submission due date /time shall not be considered.

4.4 AMENDMENT OF BID DOCUMENT

At any time prior to the bid due date, the Owner/ Consultant may, for any reason, whether at its own initiativeor in response to a clarification requested by a prospective Bidder, modify the Bid Document.

The amendment/corrigendum to tender shall be published only at HPCL e-procurement sitehttps://etender.hpcl.co.in and HPCL web site. Bidders are advised to visit these websites regularly to keepthemselves updated. In case bidder has submitted the online bid before corrigendum, such bidder hall berequired to modify /edit the already submitted bid before tender submission due date/extended due datewhichever is later. In case of bidder submitted the bid without compliance /confirmation /acceptance tocorrigendum, he shall not be allowed to revise the bid price /rates on account of compliance/acceptance/confirmation to corrigendum. Such bidder shall be given opportunity during evaluation to accept/confirmcompliance to corrigendum without revision in rates and taxes, failing which the bid shall be rejected at thesole discretion of the HPCL.

In order to afford prospective Bidder, reasonable time in which to take the amendment into account in preparingtheir bids, the Owner/ Consultant may, at its discretion, extend the bid due date.

5.0 PERIOD OF VALIDITY OF BIDS:

5.1 Bids shall be kept valid for 120 days from the final bid due date. A bid valid for shorter period shall be rejectedas per clause 12.0 (Rejection Criteria) of Instructions to Bidders. The bidder shall not be entitled during thesaid period of 120 days, without the consent in writing of the Owner / Consultant to revoke or cancel its bid or

Page 16 of 138

Page 19: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project Page 2 of 9

to vary the bid given or any term thereof. In case of bidder revoking or cancelling its bid without the consentof the Owner in writing, the Owner shall forfeit the Bid Security furnished by Bidder.

5.2 Notwithstanding above, the Owner may solicit the Bidder’s consent to an extension of the period of bid validity.The request and the responses thereto shall be made on line/ or through any other means of communicationdecided by the owner. The bid security/EMD shall also be accordingly extended by the bidder at no extra costto the owner.

6.0 MODIFICATION AND WITHDRAWAL OF BIDS

6.1 The Bidder may modify or withdraw his bid after the bid’s submission, provided that the modification/withdrawal notice is received by the Owner / Consultant prior to the bid due date & time.

6.2 No bid shall be modified subsequent to the due date & time or extension, if any, for submission of bids.Bidder(s) to note that unsolicited price changes (including changes in taxes, duties mentioned & theirapplicability) after submission of bid shall not be allowed. In case any bidder gives unsolicited revisedprices/price implication, his bid shall be rejected and EMD/ Bid security submitted by the bidder shall beforfeited, however, any unilateral rebate shall be dealt as per clause no. 21 of ITB.

6.3 No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and theexpiration of the period of bid validity specified by the Bidder. Withdrawal of a bid during this interval shallresult in the forfeiture of Bidder’s EMD/Bid security and further action as per corporation (HPCL) policy.

6.4 No new deviation will be received/ accepted from bidder after bid due date & time. In case bidder submits newdeviation, his bid will be rejected. At the sole discretion of the owner bidder may be given opportunity towithdraw the deviation and in case the same is not withdrawn by the bidder, the offer of the bidder shall berejected & EMD/ Bid security submitted by the bidder shall be forfeited.

7.0 BID PARTS

Bid shall be in two parts: Part-I shall be un-priced bid & Part-II shall be priced bid. Bidder shall include bidsecurity, tender fee (if applicable), integrity pact duly signed & stamped, un-priced price schedule duly filledas “quoted” in each cell of price schedule etc. with Part-I and quoted price in Part-II.

8.0 DOCUMENTS COMPRISING THE BIDS

8.1 The bid prepared by the Bidder shall comprise the following components:8.1.1 UNPRICED BID (PART-I):

a) Original Bid Security & Tender Fee (if applicable) - Original DD/ BG in physical form to be receivedon or before Bid due date and time, however, in e-tender a scanned copy of the same also to be uploadedwith the offer at e-portal https://etender.hpcl.co.in.

In case Bid Security / EMD is not received as per clause 9.0 of IFB, the offer of the bidder shall berejected. Bidders are advised to instruct their banks not to post Bid Security directly to Owner as thesame has to accompany the bid, to Tractebel Engineering (TE).

Details of beneficiary for issuance of bank guarantees are given below:

Bank Guarantee to be issued in favour of;

HINDUSTAN PETROLEUM CORPORATION LIMITED

Address: 17, Jamshedji Tata Road, Mumbai 400 020.

HPCL Beneficiary’s Bank Name: ICICI Bank

Bank Address : Backbay Reclamation, Mumbai 400 020

ISFC Code: ICIC0000393.

HPCL’s Customer ID: 508902133

Page 17 of 138

Page 20: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project Page 3 of 9

b) Integrity Pact - Original in physical form to be received on or before Bid due date and time, however,in e-tender a scanned copy also to be uploaded with the offer at e-portal https://etender.hpcl.co.in.

c) Power of Attorney in Original in physical form in favour of signatory of the bid.

d) Tender document including Corrigendum, if any, and subsequent correspondences duly stamped andsigned on each page as a token of acceptance. Please note no hard copy of documents shall be taken incase of e-tender except the documents stated in the note at the end of this clause.

e) All form and format dully filled in.

f) Documentary evidence in support of Pre-Qualification criteria as stipulated in the Bid Document.

g) Copies of Purchase Orders, Financial Statement (Balance Sheet and Profit & Loss Account) for lastthree preceding financial years.

h) Taxes & Duties Statement – shall be same as filled in Price Schedule & should not be separatelysubmitted by the bidder.

i) Agreed Terms & Conditions duly filled-in.

j) Declaration with the bid that bidder has not been banned or delisted or put on holiday or Black listed byany Government or quasi Government agencies or PSU's as per Form-8 in the Bid Document.

k) Documentary evidence establishing Bidder’s eligibility to bid and that the offered Goods conform tothe Bid Document.

l) An Undertaking from the Bidder Confirming that their Plant / Facility has Adequate Capacity to handleConcurrent Orders and the Supplies to be made to HPCL will not get delayed due to the concurrentorders from other Clients as per Form-10 of the Bid Document.

m) Bid Form as per Form-9 of the Bid Document.

n) Certificate of Incorporation & Memorandum & articles of Association or Copy of Partnership deed

o) Any other document bidder intends to submit or sought by TE/ HPCL.

NOTE: The documents sought under clause 8.1.1 a to 8.1.1 c are to be received by TE by bid submissiondate & time in hard copy at the address mentioned below. However, scanned copies of documents underclause 8.1.1 a to 8.1.1 c along with balance documents are to be uploaded at HPCL e-tender website.

Chandan Kumar Singh / Sunil Kumar GuptaProject ManagerTractebel Engineering Pvt. Ltd.Intec House, 37Institutional Area, Sector 44,Gurgaon, Haryana-122002.Tel. No. +91 124 4698500E-mail : [email protected] / [email protected]

8.1.2 PRICED BID (PART-II):

It shall consist of Price Bid only. It shall be uploaded on the e-portal https://etender.hpcl.co.in

9.0 PREPARATION & SUBMISSION OF BIDS

9.1 Bids shall be submitted by the due date & time.

9.2 Documents mentioned in the Bid Document shall be submitted along with the bid by the Bidder.

9.3 Addenda/Corrigenda to the Bid Document, if issued, must be signed and submitted along with the bid.

9.4 Bidders are advised to submit bids based strictly on the terms & conditions and specifications contained in theBid Document and not to stipulate any deviations.

Page 18 of 138

Page 21: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project Page 4 of 9

9.5 Each Bidder shall submit only one bid. A Bidder who submits more than one bid or Alternative bids will berejected.

10.0 OPENING OF BIDS

Unpriced bid shall be opened by Consultant / HPCL on the date and time specified in IFB/ E-tender. Date &time for opening of price bids shall be advised later to only techno-commercially accepted bidders.

In case of e-tender, the bids shall be opened on line and bidders shall be able to view details by logging in.Physical presence of bidders at consultant’s / HPCL’s office shall not be allowed for witnessing bid opening.

11.0 EVALUATION OF BIDS

11.1 The Owner/CONSULTANT will examine the bids to determine whether they are complete, whether anycomputational errors have been made, whether the documents have been properly digitally signed and whetherthe bids are generally in order.

11.2 The bids without requisite Bid Security and/or not in the prescribed proforma will not be considered and bidsof such bidder Bidder(s) shall be rejected at the sole discretion of Consultant / HPCL.

11.3 Qualification of Bidder: The experience details and financial and technical capabilities of the Bidder(s) shallbe examined to determine whether the Bidder(s) meet the Qualification Criteria mentioned in theINVITATION FOR BIDS (IFB).

11.4 a) After tender submission due date & time/ extended due date & time (as the case may be) the bidders shallnot make any subsequent price changes/Changes on taxes quoted, whether resulting or arising out of anytechnical / commercial clarifications sought/allowed on any deviations or exceptions mentioned in the bidunless discussed and agreed by HPCL in writing. In case a bidder submits the bid withoutconfirmation/compliance /acceptance to corrigendum’s (issued before bid submission due date/extended duedate), bidder shall not be allowed to change the bid price /rates on account of compliance/acceptance/confirmation to such corrigendum.

11.5 b) To assist in the examination, evaluation and comparison of Unpriced bids, the Owner/Owner’s Consultantmay, at its discretion, ask the Bidder clarifications on the bid. The request for such clarifications and theresponse thereto shall be in writing and shall be binding on the bidder.

11.6 Bidder(s) to note that Price changes against Technical/Commercial clarification, if any, in line with terms &conditions of enquiry documents are not allowed. In case, any bidder gives revised prices/price implications(including revision in taxes /duties & their applicability) against such clarification, it would amount tounsolicited post bid modification by the bidder and action shall be taken by the owner as per clause“MODIFICATION AND WITHDRAWAL OF BIDS” mentioned above. However, the owner/Owner’sconsultant reserves the right to seek cost implication/revised rates from all the vendors in case of a revision intechnical specification/scope of job.

11.7 Prior to the evaluation and comparison of the bid, the Owner/ Owner’s Consultant will determine the substantialresponsiveness of each bid to the bidding documents. For the purpose of this Article, a substantially responsivebid is one, which conforms to all the terms and conditions of the bidding document without material deviationsor reservations. The Owner’s determination of a bid responsiveness is to be based on the contents of the biditself without recourse to the extrinsic evidence.

11.8 A bid determined as substantially non-responsive will be rejected by the Owner/Owner’s Consultant and shallnot subsequently be allowed by the Owner/Owner’s Consultant to be made responsive by the Bidder bycorrection of the non-conformity.

11.9 Bidders are requested to accept tender terms/conditions in totality and should avoid deviations.

11.10 In case deviations to tender terms/conditions are unavoidable, the same should be mentioned in ONLINEDEVIATION SHEET. Deviations mentioned elsewhere shall not be considered by HPCL/CONSULTANT.

11.11 The price bids of techno-commercially accepted bidders shall only be opened. The evaluation criteria shall beITEM-WISE LOWEST on delivered cost (FOT SITE) bases.

Page 19 of 138

Page 22: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project Page 5 of 9

11.12 No set off (including set off on account of taxes/duties) shall be considered in evaluation for deciding L1bidder.

11.13 In case, bidder is evaluated L1 bidder and has mentioned deviation to tender terms not in online deviation sheet,but elsewhere and is not withdrawing those deviations, HPCL shall forfeit the EMD/Bid security of the bidderin such cases.

11.14 In case any deviations sought by bidder is accepted by Owner / Consultant, Owner / Consultant reserves theright to suitably load the bidder for evaluation purpose only.

11.15 Evaluation shall be carried out based on price quoted by bidder including stated taxes & duties as on date ofopening of unpriced bid. For import content also, if any, no exchange rate variation / Customs duty variationshall be considered.

11.16 Non acceptance of commercial terms and conditions may result in rejection of your offer, or suitablecommercial loading e.g. for non-acceptance of PRS clause, loading @ as defined for PRS shall be imposed.Deviations on payment terms shall be loaded with interest rate of SBI's Prime lending rate (PLR) + 1%prevailing on tender submission due date / extended due date (whichever is later)". Deviation on DeliveryPeriod shall be loaded @ 0.5% of total contract value excluding taxes & duties for each additional week (orpart thereof) quoted by the bidder beyond the Delivery Period stipulated in tender.

11.17 Foreign exchange variation/import duty variations shall not be considered for evaluation in case of domesticbidder.

11.18 Reverse Auction

Please note that HPCL reserves the right to carry out “ONLINE REVERSE AUCTION”, for determining thelowest bidder, for the requirements mentioned in this Tender Enquiry. Bidders are requested to submit their“Un-Priced” & “Priced” bids online as per the “Instructions to Bidders” and other documents attached with thetender. The Un-Priced Bids of the participating bidders will be opened as per the date & time mentioned in thetender calendar. After Techno-Commercial evaluation, in case it is decided to finalise the tender through OnlineReverse Auction process, the qualified bidders would be advised regarding the modalities for participating inthe Reverse Auction. In the event of the tender being finalized through Reverse Auction process, the online“Priced” bids submitted by the bidders will not be opened.

Bidders are requested to confirm their willingness to participate in “Online Reverse Auction”, in the “AgreedTerms & Conditions”, where provision for the same has been provided. Please note that non-acceptance toparticipate in the Reverse Auction process may lead to rejection of your offer. Bidders are requested to notethat the decision to conduct Reverse Auction or not is entirely at the discretion of HPCL, and in case it isdecided not to conduct the Reverse Auction, then the online “Priced Bids” submitted by the vendors shall beopened and lowest bidder shall be determined on the basis of these bids. Bidders are requested to take specificnote of this provision and submit their online “Priced” bids accordingly

12.0 REJECTION CRITERIA

12.1 Bidder’s Bid shall be considered non-responsive and rejected as explained below, if bidder deviates from theunder mentioned provisions of Bid Documents by the Bidder:

S.No Clause Reference Documenti. Bid Security (EMD) Clause No. 9 of IFB

ii. Tender Fees (if applicable) As per IFBiii. Mention rates anywhere else in the tender

other than on-Line Price BidClause no. 10 of (E-Tender Instruction– For Supply Tender)

iv. Contract Performance Bank Guarantee Clause No 4.0 of STCv. Period of validity of bids shorter than specified Clause No 5.0 of ITB

vi. Force Majeure Clause No 19 of General Terms &Conditions

vii. Guarantee / Warranty Clause No 31 General Terms &Conditions

Page 20 of 138

Page 23: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project Page 6 of 9

viii. Firm Prices Clause No 2.2 of STCix. Unsolicited Price change/implication

(including revision in taxes / duties & theirapplicability) after bid submission due date /extended due date, however, any unilateralrebate shall be dealt as per clause no. 21 of ITB.

Clause. no. 6.2 of ITB

x. Integrity Pact (if applicable) As per attached IPxi. Arbitration Clause Clause no.41 of General Terms &

Conditions for Supplyxii. Non Submission of declaration of not banning

/ holiday listing/delisting from government ofIndia /ministries of Govt. of India / PSU

Form 8

xiii. Non-conformance of scope of work/technicalspecifications.

Technical Specifications as provided inTender

xiv. Workability Clause Clause no. 16.2 of ITB

For SL. No. iv) to xiv), OWNER/CONSULTANT reserves the right to provide opportunity to the bidder towithdraw the deviation. In case bidder fails to withdraw the deviation within the date & time specified byOWNER/CONSULTANT, the bid shall be rejected.

Abbreviation:

STC: Special Terms and Conditions

IFB: Invitation for Bids

ITB: Instructions to Bidders

GTC: General Terms and Conditions

12.2 Bids that do not meet the bidder qualification criteria (BQC) as specified in the bid document shall also berejected.

12.3 A bid with incomplete scope of work/supply and/or which does not meet the technical requirements as specifiedin the bid document shall be considered as non-responsive and rejected.

12.4 Conditional price bids shall be rejected.

12.5 After tender submission due date & time/ extended due date & time (as the case may be) the bidders shall notmake any subsequent price changes, whether resulting or arising out of any technical / commercialclarifications sought/allowed on any deviations or exceptions mentioned in the bid unless discussed and agreedby OWNER in writing.

12.6 Price must be furnished in the Price Schedule format enclosed and shall be strictly based on the terms specifiedunder "Bid Prices" & "Taxes & Duties" specified in the bid document. Non-compliance of this requirementshall make the bid liable for rejection.

12.7 Non acceptance of commercial terms and conditions may result in rejection of your offer, or suitablecommercial loading.

12.8 Owner / Consultant reserves the right to reject offers not meeting its Technical requirements and/ or commercialconditions.

12.9 Wrong Information

If the Bidder deliberately gives wrong information in his Bid to create circumstances for theacceptance of his Bid, Owner/ Consultant reserves the right to reject his BID without anyreference to the Bidder.

12.10 In case bidder is on the holiday list/Banned/Blacklisted/Delisted by any Government or quasi Governmentagency or PSU, his offer may be rejected at the sole discretion of Owner.

Page 21 of 138

Page 24: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project Page 7 of 9

13.0 QUOTED PRICES - PRICE SHALL BE QUOTED CONSIDERING THE FOLLOWING:

I. Indian bidders:-

A. The prices of goods quoted on FOT Site basis including all P&F, customs duties, taxes & duties forany imported component.

B. Indian Bidders shall submit bid in Indian Rupees only and shall submit prices based on following;

a) FOT despatch Point Price including Packing, forwarding and loading on to trailers/ trucks.

b) GST as applicable on finished goods.

c) Freight charges on door delivery basis to respective site inclusive of applicable GST.

d) Charges towards Supervision of Erection/Installation, Testing & Commissioning based on number ofdays as specified in MR & applicable GST on supervision of Erection/Installation, Testing &Commissioning.

e) Excluding Third Party Inspection Charges (in case bidder quotes TPI charges, the same neither shall beconsidered for evaluation of price nor paid)

f) Technical / Commercial Loading, if any

Note: The on line bidding shall facilitate to quote above components separately along with basic rate.Please also refer “e-Tender Instructions” included in the tender.

14.0 COMPARISION OF BID

14.1 The Consultant will evaluate and compare bids previously determined to be substantially responsive pursuantto the provisions of the bid document.

14.2 The “Price Schedule” as quoted for Item Wise Basis (as stated in IFB/ Price Schedule) shall be taken up forevaluation.

14.3 Arithmetical errors will be rectified on the following basis:-

14.4 If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit pricewith quantity and with quoted taxes, the unit price shall prevail and the total price shall be corrected consideringthe taxes quoted by the bidder and applicability of taxes / duties defined by the bidder in his bid.

14.5 The comparison of price bids for techno-commercially accepted bidders shall be done as per evaluation criteriadefined under clause 11 of ITB.

14.6 PURCHASE/PRICE PREFERENCE

14.6.1 OWNER/CONSULTANT will follow purchase preference policy as per prevailing guidelinesof Government of India.

15.0 CONTACTING THE OWNER/ OWNER’S CONSULTANT

15.1 No Bidder shall contact the Owner/Owner’s Consultant on any matter relating to its bid, from the time of bidopening to the time the Contract is awarded.

15.2 Any efforts by a Bidder to influence the Owner/Owner’s Consultant in the Owner’s/ Owner’s Consultant’s bidevaluation, bid comparison or contract award decisions may result in the rejection of the Bidder’s bid.

16.0 AWARD CRITERIA

16.1 The Owner will award the Contract to the successful Bidder whose bid has been determined to be the lowestresponsive bid evaluated on the basis as defined at clause no. 14.0 of IFB/ clause no. 11 of ITB, subsequent tothe bid being declared Techno-Commercially qualified and the bid is determined to be workable as perworkability clause given below (delivered cost basis).

16.2 Workability Clause

Page 22 of 138

Page 25: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project Page 8 of 9

Where the lowest bid is very low compared to the cost estimate and other higher bids, the Owner/ Consultantshall review the lowest offered bid for workability of rates and shall ascertain whether Bidder has properlyquoted with reference to the scope. In such cases, Owner/ Consultant may require the lowest Bidder to producedetailed price analysis for any or all items to demonstrate the internal consistency of these prices. Afterevaluation of the price analysis, Owner/ Consultant may require that the amount of the performance security isincreased to a level sufficient to protect the Owner against financial loss in the event of default of the successfulBidder under the contract and same shall be provided by the bidder.

Where based on workability assessment by authority (HPCL), the vendor's bid is found non-workable, thesame will be rejected and EMD, if any, forfeited.

16.3 The price bids of techno-commercially accepted bidders shall only be opened.

17.0 OWNER’S/OWNER’S CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECTANY OR ALL BIDS

17.1 Owner/ Owner’s Consultant reserves the right to accept or reject any bid, and to annul the bidding process andreject all bids, at any time prior to award of contract, without thereby incurring any liability to the affectedBidder or Bidders or; any obligations to inform the affected Bidder or Bidders of the ground for theOwner’s/Owner/s Consultant’s action.

17.2 The submission of any bid connected with these documents and specifications shall constitute an agreementthat the Bidder shall have no cause for action or claim, against the Owner/ Owner's Consultant for rejection ofhis bid. The Owner/ Owner's Consultant shall always be at liberty to reject or accept any bid or bids at his solediscretion and any such action will not be called into question and the Bidder shall have no claim in that regardagainst the Owner/ Owner's Consultant.

18.0 NOTIFICATION OF AWARD

18.1 Prior to the expiration of period of bid validity, the Owner will notify the successful Bidder in writing or byfax or by e-mail, that his bid has been accepted. The Notification of Award will constitute the formation of theContract.

18.2 Completion Period shall be counted from the date of notification of award (Letter/Fax of Intent).

19.0 LATE BIDS

19.1 Any bid received by the Consultant after the bid due date and time prescribed in IFB will not be opened andshall be rejected.

19.2 Telex/ Telegraphic/ Telefax/ E-mail offers will not be considered and shall be rejected.

20.0 INTEGRITY PACT

The tenderer shall upload duly filled signed & stamped Integrity Pact with Owner as per the enclosedIntegrity Pact Agreement.

DETAILS OF INDEPENDENT EXTERNAL MONITOR (IEM)

1) Shri Arun Chandra Verma,IPS (Retd.)

2) Shri Jyoti Swaroop Pandey

3) Shri Kata Chandrahas

C/o The Company Secretary, HPCL, 6thFloor, Petroleum House, 17, Jamshedji

Tata Road, Church gate, Mumbai 400020.

21.0 REBATE

21.1 If a bidder offers a rebate unilaterally after the closing date and time of the bid, it will not be taken into accountfor evaluating purposes, but if that bidder emerges as the lowest evaluated, the rebate offered will be taken intoaccount and shall be binding on the bidder for award of work.

Page 23 of 138

Page 26: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

INSTRUCTIONS TOBIDDERS (ITB)

P.013702D11031

058

Rev. 0 Supply & Installation of Odorizing System for City Gas Distribution Project Page 9 of 9

22.0 APPOINTMENT OF TRACTEBEL ENGINEERING PVT LIMITED (TE) BY OWNER (HPCL)

22.1 TE will function/act as EPMC consultant for the project. HPCL has all rights to forward bids to consultant forevaluation purpose.

22.2 After placement of order for supply of tendered item, EPMC will take care of all technical aspects of order,execution of PO, inspection etc.

23.0 POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT)(PP-LC)

The policy for providing purchase preference (linked with Local content) is enclosed as Form 11.

24.0 PROVISIONS FOR START UPS [APPLICABLE FOR INDIAN BIDDERS ONLY] (AS DEFINEDIN GAZETTE NOTIFICATION NO. D.L-33004/99 DATED 18.02.2016 AND 23.05.2017 OFMINISTRY OF COMMERCE AND INDUSTRY AND AS AMENDED FROM TIME TO TIME)

Not Applicable

Page 24 of 138

Page 27: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

Rev. 0 Supply, Installation & Commissioning of Odorizing System for CityGas Distribution Project

Page 1 of 7

REVERSE AUCTION – TERMS& CONDITIONS AND

PROCEDURE

P.013702D11031

058

Reverse Auction – Terms & Conditions and Procedure

HPCL proposes to conduct Reverse auction for the items or schedules or on overall basis as specified in the tender.Please go through the Terms & Conditions and Procedure given below and submit your acceptance to the same bysigning and uploading this document along with unpriced bid.

Terms & Conditions

1. HPCL reserves the right to carryout ‘Online Reverse Auction’ with techno-commercially accepted bidders fordetermining the lowest bidder for the requirements mentioned in this tender enquiry. Reverse auction shall beconducted only when there are at least two or more “Techno-commercially” accepted vendors at Technicalevaluation stage.

2. Online reverse auction shall be conducted by HPCL on a specified date and time. The vendors shall beparticipating in the reverse auction from their own offices / place of their choice. Internet connectivity shallhave to be ensured by the bidders themselves. HPCL shall not be held responsible for local issues, such asloss of connectivity, Internet discontinuity, and discrepancy in browser which may result in non-display oflatest bid in client PC.

3. In extreme case of Server outage, network outage or failure of Internet connectivity, (or any other unforeseenconditions) from HPCL’s end, fax/ E-Mail communication shall have to be made immediately, to concernedpurchase officer of HPCL. No such request shall be entertained beyond one hour of the RA closing time. Toprovide equal opportunity, HPCL may decide to extend the Reverse auction at their discretion, but not as theright of the bidder. The vendors participating in Reverse Auction process shall be kept on standby for 1 Hourafter RA closing time.

4. HPCL shall investigate the above matter and decision for extension of Reverse Auction shall be based on themerit of the issues pointed out and verified by HPCL and same shall be final and binding on the vendor.

5. HPCL shall complete the investigation within two working days of receiving complaint from any of thevendor.

6. In case of decision to extend Reverse Auction, intimation mail may go out to all vendors within a day ofinvestigation closure. Vendors shall generally be given intimation, a day in advance before extended ReverseAuction is commenced. The Reverse Auction shall commence from the last saved decrement value and shallbe open for period of original duration from commencement.

7. Bidders are requested to confirm their willingness to participate in ‘Online Reverse Auction’ during their bidsubmission by ensuring compliance to the Terms & Conditions and Procedure specified herewith. Please notethat non acceptance to participate in the Reverse Auction process may lead to rejection of the bid without anyfurther evaluation.

8. HPCL will pre-decide the commercial loading, if any, on the basis of the taxes & duties quoted by the bidder,and loading on account of commercial deviations, if any. The loading factors shall be displayed in the portalprior to the date scheduled for Reverse Auction Event.

9. Bidders are encouraged to understand the Loading factors applied on their bids at the earliest, on gettingintimation regarding same. In case of any objection to the applied loading factor same shall be brought to thenotice of Purchase officer immediately. No further communication on this ground will be entertained afterpublishing of Reverse auction.

10. As part of Reverse Auction process, the Start Bid price (Leading Bid) shall be specified by HPCL onReverse Auction Portal. The Lowest of the {Price Bid or the estimate} will be considered as the benchmarkprice (Start bid price). Please note that such priced bid opening shall be system driven and therefore

Page 25 of 138

Page 28: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

Rev. 0 Supply, Installation & Commissioning of Odorizing System for CityGas Distribution Project

Page 2 of 7

REVERSE AUCTION – TERMS& CONDITIONS AND

PROCEDURE

P.013702D11031

058

bidder’s identity vis-à-vis quoted price shall be confidential.

11. In case of overall evaluation tenders or schedule wise evaluation tender, the Reverse auction shall beconducted on the bottom line, net delivered cost.

12. In case of tenders, which are evaluated on Schedule wise or Overall L1 basis, the individual item rates withget reduced on pro-rated basis as the decrements are effected during reverse auction event.

13. During the Reverse auction event, the taxes which are quoted in percentage basis will get reducedproportionately as the RA progresses. However, Extras like Loading charges/packing charges/TPI which arequoted in per unit basis (amount terms) remains constant as the decrements are effected.

14. Vendors shall ensure to quote the statutory taxes only in percentage basis and not in amount terms. In caseof non-compliance to this clause, bids shall be liable for rejection.

15. System shall allow to conduct Reverse Auction on multi-currency tender/bidding. In such cases the basicreverse Auction shall be carried out in INR currency only. However bidders having submitted bids in any ofthe following four currencies – USD, EUR, GBP, JPY shall be able to view the basic rates (in originalcurrency) corresponding to contemplated decrement in the “show” screen.

16. The exchange rate for converting the INR value to originally quoted currency (USD, EUR, GBP, JPY) shallbe the one which was prevailing on the date of unpriced bid opening in line with tender condition.

17. Reverse auction shall be held for a period of 60 minutes and shall be automatically extended by a furtherperiod of 5 minutes in case of receipt of any bid during the last 5 minutes of the auction period. This processshall continue until no bids are received in the last 5 minutes of the auction. Thereafter reverse auction shallget automatically closed. This shall be an automated process.

18. Order may be placed on the lowest bidder, emerging out of the reverse auction process and HPCL’s decisionon award of contract shall be final and binding on all the bidders.

19. HPCL reserves the right to further rationalize the prices with lowest bidder for reducing the price at any timebefore ordering.

20. HPCL reserves the right to cancel the reverse auction after event is scheduled but before actual event takingplace or after the reverse auction has completed in case of failure or any other reason. The reasons forcancellation shall be conveyed to all vendors.

21. In cases where tender is required to be cancelled after opening of priced bid and identification of L1 vendorand Reverse Auction was also part of tender, reasons for cancellation shall be conveyed to all vendors.

22. During Reverse Auction Process, if no bids are received within the scheduled/rescheduled date & specifiedtime of the reverse auction, HPCL at its discretion can scrap the reverse auction and proceed with the openingof the Electronic priced bids submitted by the bidders. In such case HPCL shall display the bidder’s identityand original rates.

23. The bid on the Reverse Auction Portal will be taken as an offer to sell. Bids once made, cannot be cancelled /withdrawn and the bidder shall be bound to sell the material/services at the final bid price, and as per thespecifications mentioned in the tender. Should the bidder back out and not make the supplies as per the ratesquoted or in case the material supplied/services is not as per specifications mentioned in the tender, HPCLshall take appropriate action as per the terms & conditions mentioned in the tender.

Page 26 of 138

Page 29: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

Rev. 0 Supply, Installation & Commissioning of Odorizing System for CityGas Distribution Project

Page 3 of 7

Reverse Auction – Terms &Conditions and Procedure

P.013702D11031

058

24. At the end of the Reverse Auction, HPCL will decide the successful bidder, basis the evaluation criteriaspecified in the tender. HPCL’s decision on award of Contract shall be final and binding on all the Bidders.

25. HPCL shall not have any liability to bidders for any interruption or delay in access to the reverse auctionportal irrespective of the cause.

26. The participation of vendors in the tendering process shall be construed as acceptance to the terms &conditions and procedure for the reverse auction (until and unless the contrary is explicitly mentioned in thedeviation sheet). This compliance also shall be deemed as participation in Reverse auction.

27. In case a bidder agrees for reverse auction in the un-priced bid but withdraws acceptance any time after tenderdue date & time, the EMD of such bidder may be forfeited along with rejection of offer at the sole discretionof HPCL.

28. Once Auction is started, no communication from vendor shall be entertained unless it is of the nature of anyserious issue in the portal.

29. The yellow color back ground on RA page indicates the due date and time of respective Reverse Auction isover. (However, this will happen only if the vendor’s PC is connected to the HPCL server). RA shall beconcluded after standby period is over and auto generated mail is received by vendor.

30. The Bidder shall not involve himself or any of his representatives in Price manipulation of any kind directlyor indirectly by communicating with other suppliers / bidders.

31. The Bidder shall not divulge either his Bids or any other exclusive details of HPCL to any other party.

32. HPCL’s decision on award of Contract shall be final and binding on all the Bidders.

33. HPCL can decide to extend, reschedule or cancel any Auction. If any changes are made by HPCL after thefirst posting and the Bidder continues to access the site after that time, it shall be presumed that the bidder hasaccepted the changes.

34. HPCL shall not be responsible for any damages, including damages that result from, but are not limited tonegligence. HPCL will not be held responsible for consequential damages, including but not limited tosystems problems, inability to use the system, loss of electronic information etc.

Page 27 of 138

Page 30: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

Rev. 0 Supply, Installation & Commissioning of Odorizing System for CityGas Distribution Project

Page 4 of 7

Reverse Auction – Terms &Conditions and Procedure

P.013702D11031

058

Reverse Auction Procedure

1. In case HPCL decides to conduct Reverse Auction, the qualified bidders would be communicated on the samethru E-mails about the date and time of the Reverse Auction event. The Reverse auction event shall beconducted in the HPCL e-tender portal under link “Reverse auction”.

2. Reverse Auction shall be available to Bidder only after two factor authentication. Initially vendor will login tothe site etender.hpcl.co.in with his Login Id and password. Thereafter they shall click on the “Reverseauction” link in the portal to view/participate in ongoing/upcoming reverse auctions.

3. Brief procedure to participate in RA:

a) Bidders may click on “Reverse Auction document”, and download the same to their local PC.b) The downloaded document shall be digitally signed and uploaded after the RA event becomes active".

The signed document may be kept ready for upload beforehand.c) Click on the Check box followed by “Participate in Reverse auction”.

4. HPCL will display Start Bid price i.e., Bench Mark price which shall be the lower of the {price bids submitted by the bidders on the e-procurement portal i.e. ‘Bids opened for RA event’ or HPCL’s

in-house estimate}, which shall be visible to all the vendors at the start of the Reverse Auction.

5. Identity of bidders never gets disclosed to anyone, during reverse auction process

6. HPCL shall specify the minimum amount/percentage by which the bidders can reduce their bids at a time onthe Reverse Auction Portal. This amount is referred as the ‘bid decrement factor’ and shall be specified byHPCL.

7. Bidders shall start bidding from this Bench Mark Price. The bidder can bid lower than the prevailing LowestBid at any time during the event by one decrement or multiples of the Bid decrement.

8. In case the “SUBMIT QUOTE” button is not enabled after a few seconds of clicking, vendors are urged toRe-Login to the page for viewing the latest leading bid and submit fresh quotes. The process takes less thana few seconds.The bidder shall be able to view the following values on his screen along with the othernecessary fields in the Reverse Auction:

a) Item-wise Leading Bid in the Auction (Delivered Cost)b) Bid Placed by bidder (Delivered Cost)c) Bid value contemplated by bidder before submission(Delivered Cost)

9. Bidder can reduce his bid repeatedly during the auction period

10. Bidders shall be provided information on item wise pro-rated reduction in the rates, for guidance.

11. The confirmed bid submitted by vendor during the RA process shall always reflect in the “Previous Bid”field only (red font). The field “Current bid” shall display the contemplated bid value and “Leading Bid”shall show the current lowest bid value as submitted by any of the vendors.

12. The Closing Price(s) offered by the bidders at the conclusion of the Reverse Auction shall be valid for aminimum period of 30 days or as mentioned in tender, from the date of conclusion of the Reverse Auction.

13. After the Reverse auction is over successfully and closed by purchase officer, vendor can witness the lowestrate submitted by other vendors in “Witness bid opening” link.

Page 28 of 138

Page 31: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

Rev. 0 Supply, Installation & Commissioning of Odorizing System for CityGas Distribution Project

Page 5 of 7

Reverse Auction – Terms &Conditions and Procedure

P.013702D11031

058

14. In case of Item-wise evaluation tenders, any or all items may undergo Reverse Auction separately at thediscretion of HPCL.

15. In case of Schedule-wise evaluation tenders, any or all schedules may undergo Reverse Auction separately atthe discretion of HPCL.

16. In case of SOR type tenders, where vendor has quoted a single percentage plus or minus against the offeredrate, the decrement shall be applicable on the bench mark value on base of 100 (i.e. it could be 107 in caseof plus 7% or 94 in case of minus 6 percent). This value shall be delivered cost i.e. inclusive of taxes andloading factor.

17. HPCL reserves right to conduct single reverse auction for multiple items with separate decrement option.

18. Vendor shall have option to participate in multiple reverse auction if it is scheduled at the same time.19. Successful vendor shall be required to submit the final prices digitally signed and uploaded as token of

acceptance without any new condition other than those already agreed to before start of auction.

20. Vendors may seek telephonic guidance before or during the Reverse auction process from Helpdesk supportat 022-41146666 or 022-61548595, between 8.00 AM to 8.00 PM on any working day, except Sundays andPublic holiday.

Page 29 of 138

Page 32: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

Rev. 0 Supply, Installation & Commissioning of Odorizing System for CityGas Distribution Project

Page 6 of 7

Reverse Auction – Terms &Conditions and Procedure

P.013702D11031

058

E-Reverse Auction procedure for POL Transporters Tender

In case the Reverse auction is carried out for POL transport tender, the following procedure, terms and conditionsshall apply over and above the other RA terms and condition. In case of any contradiction between the “RAprocedure for POL transport tender” and “RA terms and condition or procedure” the provisions of “RA procedurefor POL transport tender” shall supersede the latter.

a) The Tender for POL transport shall be floated with two covers Technical Bid and Priced Bid.

b) Bidders will have option to upload their complete truck details in Excel format (converted to pdf) during bidsubmission.

c) There will be system based validation to ensure that bidders quote their rate for each sector only within thespecified priced band.

d) At techno-commercial evaluation stage, user department will be able to accept or reject trucks based on tendercriteria. There will be feature to reject bidders also based on tender criteria.

e) Post completion of Techno-commercial evaluation, there will be option to

i. Open Priced bid and generate Recap, followed by 2nd layer Recap for Truck ranking. OR

ii. Configure Schedule wise Reverse Auction (Separate RA for 12KL and 18KL capacity)

f) RA shall commence with benchmark price which is lower of the two - {Estimated rate or L1 rate}. RAdecrement shall start from previous bid of bidder.

g) In the proposed RA process, bidder will get to see his quoted rate for each of the line items for a schedule,with option to reduce rate in any of the line items individually orall.

h) Line item wise Leading Bid(rate) will be displayed dynamically on the Screen.

i) Bidders will not be allowed to quote below the Lower Price band for each line item, configured in the tender.

j) Subject to IX above, Bidder will be allowed to bid lower than the leading bid for each line item of the Schedule andhis bid will then become leading bid for that line item.

k) Additionally, bidder will also get option to submit his bid lower than his Previous bid for each line item, even if itis not lower than the leading bid value.

l) RA shall be configured for a period of one hour and may get extended by 5 minutes in case any bid lowerthan prevailing lowest bid for any line item is received in the last 5 minutes.

m) In case, one of the bidders have already quoted at the lowest of the band for all line items within the first 55minutes of the RA event, there will be no extension of RA, even if bids are submitted in the last 5 minutes ofRA event. However, the RA will be open for full one hour for other bidders to quote lower than their previousbid, in order to improve their rank.

n) Bidders will be allowed to match line item wise lowest of the band, even if one of the bidders have previouslyquoted at the lowest of the band for the line item.

o) At the end of Reverse auction, there shall be option to close RA event. In such case, system generated recapcan be obtained providing the ranking of all bidders.

p) In case, there is no participation from any of the bidders during RA process, there shall be option to cancel theRA event and go for opening of Priced bids followed by System generated Recap.

q) There shall be feature to postpone or extend the RA, based on user requirement or in case of exigency.

r) The "Set of L1" shall be identified from the system recap based on the net outgo to the Corporation and thetotal number of tank trucks required as per the tender.

Page 30 of 138

Page 33: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

Rev. 0 Supply, Installation & Commissioning of Odorizing System for CityGas Distribution Project

Page 7 of 7

Reverse Auction – Terms &Conditions and Procedure

P.013702D11031

058

s) In case the total No of trucks required are lesser than No of trucks offered by Set of L1, the truck sub rankingclause shall be utilized to limit induction of trucks up to tender requirement.

t) Post identification of Set of L1 bidders, either of the following process to be carried out with these selectedbidders;

i. Offline Counter offer to these bidders to match lowest rate or reduce from their quoted rate.

ii. Counter offer through Online platform, to selected bidders, to match lowest rate or reduce from theirquoted rate

Page 31 of 138

Page 34: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Hindustan Petroleum Corporation LtdInformation Systems Department

Sewree Mumbai

E-Procurement application

Version 2.2

Version Release Date 7th February 2017

Reverse Auction ProcessVendor Manual

Page 32 of 138

Page 35: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

All information contained in or disclosed in this document, herein aftercalled ‘Confidential Information’, is proprietary to Hindustan PetroleumCorporation. By accepting this material, the recipient agrees that thisConfidential Information will be held in confidence, and will not bereproduced, disclosed or used either in whole or in part, without priorpermission from Hindustan Petroleum Corporation.

NOTICE OF PROPRIETARY INFORMATION

Document Revision ListProject E−ProcurementDocument Name Vendor Manual − Procedure for Reverse Auc on

Document Created By Manjusri Maddala Date 30th April 2015Document Reviewed By Anupam Das Date 30th April 2015Document Approved By Sanjay Dasgupta Date 30th April 2015

Revisions /Change Control

Date Version Author Reason

30th Apr 2015 1.0 Manjusri Maddala Initial Version

28th Feb 2016 1.1 Manjusri Maddala Changes Included:· Section on RA Extension Clause· Enhanced Additional E−mails· Application of loading factor· Label changes in RA screen

10th May 2016 2.0 Manjusri Maddala Changes Included:· Removal of view server time· Removal of check updates button· Introduction of digital clock

Page 33 of 138

Page 36: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

28th July2016

2.1 ManjusriMaddala

Changes Included:Global Reverse Auction screens included

7th Feb 2017 2.2 ManjusriMaddala

Changes Included:New procedure for participation inReverse Auction includedNew RA link and screens

Abbreviations usedHPCL Hindustan Petroleum Corporation LtdE−Proc E−ProcurementRA Reverse AuctionNon SOR Tender not on Schedule of RatesSOR Schedule of RatesDev DeviationRev.Auc.Document Reverse Auction document

Page 34 of 138

Page 37: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Table of Contents1 Introduction ......................................................................................................................................... 5

1.1 Login to Reverse Auction Portal ............................................................................................................ 5

2 Witnessing Loading factors ................................................................................................................... 8

3 Reverse Auction Participation Process .................................................................................................. 8

3.1 Steps for Participating in Reverse Auction ............................................................................................ 9

3.2 Screen for Non−SOR Tenders (Tenders not having schedule of rates) ................................................. 13

3.3 Screen for Schedule of rates Tenders.................................................................................................. 16

3.4 Screen for Multi−currency Tenders..................................................................................................... 18

4 Procedure for Submission of new reduced bid .................................................................................... 19

4.1 Benchmark price calculation............................................................................................................... 19

5 Reverse Auction Closure ..................................................................................................................... 21

6 Refreshing of screen ........................................................................................................................... 21

7 RA winner document .......................................................................................................................... 22

8 Multiple Reverse Auctions .................................................................................................................. 23

9 Postponement / Cancellation of Reverse Auctions ........................................................................... 24

10 RA extension ...................................................................................................................................... 24

11 Reports .............................................................................................................................................. 25

12 Email Messages to Bidders ................................................................................................................. 26

Page 35 of 138

Page 38: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Please note − If a bid is rejected in techno−commercial stage for any reason, emailintimation will be sent to bidder, citing reason for rejection. Hence, in such a scenariothe bidder will not get intimation to participate in the RA.

1 Introduction

In E−Procurement applica on, Reverse Auc on will be ini ated by HPCL as soon as Technical andCommercial Evaluation is completed for the tender.

All the eligible bidders will be notified through e−mail which will contain the Tender number,Reverse Auction date and time. HPCL RA Process will have the following steps

· Notifying eligible bidders regarding RA event schedule · Publish Reverse Auction in Portal informing event schedule date & time. · Reverse auction event will automatically go live on scheduled date and time · Conduct Reverse auction / Postpone or Cancel Reverse Auction · Reverse Auction Closure · Publishing RA Winner document

1.1 Login to Reverse Auction Portal

To participate in RA, Bidder should type the URL https://etender.hpcl.co.in/ in the (InternetExplorer 7 or above) address bar and click “Enter”. Please note that application will not functionproperly in other browsers such as Chrome/Firefox/Safari etc.

Once the Login screen is scheduled, bidder can go to reverse Auction Portal in two methods.

1. Method 1: Existing Bidder should enter his 8 digit Vendor code in “User ID” field andpassword as issued for “Bill Tracking system” to login in the screen shown below.Temporary registered bidder shall enter his email Id in “Email Id” field and correspondingpassword.

Page 36 of 138

Page 39: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

In case of any issues in logging in to the portal, bidders are requested to contact thehelp desk. The help desk details are available on the login page of the portal.

After successful login, bidder is prompted to accept the “User Agreement” for accessing theportal. This is mandatory. Bidders will have option to download / read the User Agreement byclicking on the hyperlink before accepting.

After acceptance of User Agreement, the Bidder is taken to the Home Screen. The Home Screenhas various menu options on the left side and reverse auction marquee “Upcoming/ OngoingReverse Auctions” on the right side. Link for reverse Auctions appears on right side.

Bidder to click on this link and again login into the system.

Page 37 of 138

Page 40: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

The Reverse Auction marquee contains the list of tenders for which RA is scheduled. (Pleasesee image below)

2. Method 2: Bidder to click on link “click here for Login to Participate in Reverse Auction’ belowuser ID and Password boxes. Reverse Auction portal login screen will be scheduled and bidderto put user ID and password to enter into Reverse Auction Portal.

Page 38 of 138

Page 41: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

2 Witnessing Loading factors

HPCL may apply the commercial loading, if any, on the basis of commercial terms and conditions, taxesquoted by the bidder, other commercial deviations etc. These loading factors are applied on basic price.The loading factors (if any) shall be displayed in the portal prior to the date scheduled for Reverse AuctionEvent. An E−Mail shall be triggered by the system to the bidders for information.

Before the bidder proceeds for participating in Reverse Auction, bidders can witness loading factors through“Witness bid opening” option in the menu.

3 Reverse Auction Participation Process

Bidder should click on ‘Reverse Auction’ option from the menu page.

Page 39 of 138

Page 42: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Once the menu option is selected the following Screen is scheduled where bidder can see Upcoming RAsand Ongoing RAs.

Bidders should select the tender number by checking in box and follow the steps given below forobtaining Reverse Auction password for the specific tender.

3.1 Steps for Participating in Reverse Auction

Portal activity:

1. Click on ‘Rev.Auc.Document’ (Reverse Auction Document)2. Save the downloaded Reverse Auction document

Page 40 of 138

Page 43: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Offline activity

1. Open Signing utility2. Select appropriate signing certificate and browse the saved Reverse Auction document3. Click on sign document

Page 41 of 138

Page 44: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Enter token password

Signed document will be generated successfully

Click on ‘OK’.

Page 42 of 138

Page 45: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

4. Click on ‘signed Rev.Auc.document’ under ‘upload’

5. Browse the signed document and upload

6. Tender reverse Auction row changes to gray colour on successful uploading of signedreverse Auction documents.

7. Click on ‘Participate in selected Reverse Auctions’.

Page 43 of 138

Page 46: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Bidders should select appropriate tender and click on "Participate in Selected Reverse Auctions"button. On selecting the participation button, reverse auction screen will be displayed.

The following sections describe the screens which are displayed for Non−SOR (non−Schedule ofrates) and SOR (Schedule of rates) tenders respectively.

3.2 Screen for Non-SOR Tenders (Tenders not having schedule of rates)

Upon selecting a Non−SOR tender (Tenders not having schedule of rates) for par cipa ng in thebidding process, the following screen is displayed.

Page 44 of 138

Page 47: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Field descriptions in Non−SOR Screen: The following fields are available in Non−SOR screen

· Previous Bid: At the start of the Reverse Auction this field will display Bidder’s original quotegiven in Price bid. However, during the Reverse Auction, this field will show the previous quotesubmitted by bidder.

· Current Landed Cost: Bench Mark Price will be shown for first bid and thereafter latest bid asreceived by HPCL for successive bids.

· Increment/ Decrement Landed Cost by << 0.00 % >>: This field shows Reverse Auctiondecrement percentage or decrement amount as pre−set by HPCL. In the above example bidderscan decrease the rate by 0.5%.

· Upward-downward arrows are for arriving at proposed rate: Bidders can arrive at the proposedamount by clicking the upward and downward arrow. No bid is submitted at this stage. Bidderscan increase the rate for arithmetic comparison but cannot submit the quote. In case the biddertries to submit an increased quote the following error message will be displayed.

Page 45 of 138

Page 48: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

· Leading Bid: At the start of RA process, this field will show the Bench Mark Price. Subsequentlywhile auction is in progress, this field will show latest minimum quote submitted by theparticipating bidders.

· Submit Current Quote: This field has a Blue coloured button labelled as “Submit Quote”. Thisbutton is to be used by the bidder for actually submitting the revised quote. Bidder shouldremember to click on the corresponding radio button before click on “Submit”.

· Line Details: The Line details field has a blue button labelled as “Show” button. If bidder clickson “show” button a popup screen is displayed. Bidders should click on the “Show” button tocheck individual item rates against a proposed amount, which has been arrived at by clicking“upward / downward arrow”. No bid is submitted by clicking “Show” button. In the popupscreen bidder should click on “Calculate line wise values as per current landed cost” button tosee detailed calculations for each of his decrement quotes.

· History: The History field has a blue button labelled as “Submissions”. Clicking on the“Submissions” button shows details of quotes submitted by the bidder with date and time.Bidders Price bid quote is also visible in submissions.

Page 46 of 138

Page 49: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

· Reverse Auction logout: This button is useful for screen logout. · Digital clock: Digital clock displays server time.

3.3 Screen for Schedule of rates TendersUpon selecting a SOR tender for participating in the bidding process, the following screen is displayed.

Field descriptions in SOR Screen: The following fields are available in SOR screen:

· Previous Bid: At the start of the Reverse Auction this field will display Bidder’s original quotegiven in Price bid. However, during the Reverse Auction, this field will show the previous quotesubmitted by bidder.

· Current deviating %: Bench Mark Price will be shown here in the initial screen and latest bidreceived by HPCL for successive bids.

· Increment/ Decrement Deviating % by << 0.00 % >>: This field shows Reverse Auction

Page 47 of 138

Page 50: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

decrement percentage pre−set by HPCL. In the above example bidders can decrease the rate by0.5%.

· Upward-downward arrows are for arriving at proposed rate: Bidders can arrive at the proposedamount by clicking the upward and downward arrow. No bid is submitted at this stage. Bidderscan increase the rate for arithmetic comparison but cannot submit the quote. In case the biddertries to submit an increased quote the following error message will be displayed.

· Submit Current Quote: This field has a Blue coloured button labelled as “Submit Quote”. This button is to be used by the bidder for submitting the actual RA quote.

· Leading Bid: This is the latest minimum submitted quote while Reverse Auction is in progress.At the start of Reverse Auction, leading bid is the Bench Mark Price. The leading bid is displayed as a percentage of SOR rate. In the above example screen shot, theleading bid is 61.54% of SOR rates which is 38.46% less than SOR rate. If the leading bid is aboveSOR rate it will be displayed as 100+ percentage ie. a leading bid which is 5.5% above SOR wouldbe displayed as 105.50.

· Line Details: The Line details field has a blue button labelled as “Show” button. If bidder clickson “show” button a popup screen is displayed. Bidders should click on the “Show” button tocheck individual item rates against a proposed amount, which has been arrived at by clicking“upward / downward arrow”. No bid is submitted by clicking “Show” button. In the popupscreen bidder should click on “Calculate line wise values as per current dev %” button to seedetailed calculations for each decrement.

Page 48 of 138

Page 51: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

· History: The History field has a blue button labelled as “Submissions”. Clicking on the“Submissions” button shows details of quotes submitted by the bidder with date and time.Bidders Priced bid quote is also visible in submissions.

3.4 Screen for Multi-currency Tenders:

Upon selecting a Non−SOR Global tender (with multi currencies) for participating in the Reverseauction bidding process, the following screen is displayed. Bench Mark shall be in INR currencyonly.Field descriptions are as shown in section 3.2.

· Leading Bid: This field will show the Bench Mark Price in INR currency. Bidders are requested tosubmit reduce rates in INR only.

Page 49 of 138

Page 52: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

· Line Details: If bidder clicks on “show” button a popup screen is displayed. Bidders can viewindividual item rates against an intermediate decrement, (arrived at by clicking “upward /downward arrow”). No bid is submitted by clicking “Show” button. In the popup screen biddershould click on “Calculate line wise values as per current landed cost” button to see detailedcalculations for each of his decrement quotes.

· For multi−currency tenders, currency exchange rate shall be visible in show screen. This currencyexchange rate shall be of unpriced bid opening date. Basic rates are displayed in originalcurrency. For every decrement in INR, corresponding item rates are visible in original currency.

· In case rates for certain lines are quoted in INR, the currency exchange rate shall be displayed as1 (one).

4 Procedure for Submission of new reduced bid

Reverse auction shall be held for a period of 60 minutes. The auction process automatically gets extendedby a further period of 5 minutes in case of receipt of any fresh bid during the last 5 minutes of the auction

Page 50 of 138

Page 53: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

During the entire bidding process, the bidder’s identity vis−à−vis quoted price shall beconfidential.

If a competitor submits a fresh reduced bid, the field “Leading Bid” for SOR or Non−SORtenders will show the latest bid. This happens instantaneously and would be visible to allbidders on their screens.

It may be noted that if two bidders submit the quote almost at the same time, the system willconsider the bidders rate/fquote which hits the system first. This time difference is logged tillthe mille second. In such a scenario, the system will send the following message to the secondbidder cautioning him that the bid submitted is not the lowest bid.

period. This process will continue until no bids are received in the last 5 minutes of the auction. Thereafterreverse auction shall get automatically closed.

During the bidding process, Bidders should use the increment/Decrement arrow keys to revise their bids.After the decrement is done, bidders should press the “SUBMIT” button to submit the fresh bid.

Upon submission of fresh bid, the bidder will be able to see his fresh bid in “Previous Bid” field.

4.1 Benchmark price calculation

As per the latest Reverse auction terms and condition, the benchmark price shall be the lowest of theprices quoted by techno−commercially accepted vendor’s bids vis−à−vis HPCL es mated rates. Thebenchmark price is discreetly calculated by system without revealing the vendors identity.

Please note -

Page 51 of 138

Page 54: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

5 Reverse Auction Closure

As explained in section 3 above, the RA process will continue until no bids are received in the last 5minutes of the basic auction period (60 mins) or extended auction period.If no bid is received in the last 5 minute period, reverse auction shall get automatically closed. Themoment RA is completed, colour of auction line changes to ‘yellow’ and submit button will be disabled.This indicates the closure of Reverse Auction.

6 Refreshing of screen

Bidders can refresh the screen by clicking on ‘Reverse Auction’ menu option in left pane, select theappropriate tender and click on participate in reverse auction button.

7 RA winner document

After completion of Reverse Auction, Lowest bidder will get an email intimation to downloadand submit the RA winner document.

Page 52 of 138

Page 55: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Vendor can download the ‘RA winner document’ by to clicking on the “Generate Browse &submit Winner Document” button available in “RA Winner Document” menu option as shownbelow.

The successful bidder should -· Select tender and click on ‘Generate selected Tender Document’. · Save the document and sign it using signing utility. · Select the signed document by browsing · Submit signed Reverse Auction document. · Bidder can save the following confirmation message generated by system for records.

Page 53 of 138

Page 56: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

8 Multiple Reverse Auctions

If a bidder wishes to participate in more than one RA atthe same time, bidder should select all tenders anddownload and enter passwords for each selectedtenders and click on ‘participate in selected ReverseActions’ button.

Please note a bidder can participate in upto 5 ReverseAuctions on the same screen at a time. Also,passwords are different for each of the differentReverse auction on same or different tenders.

On selecting multiple RAs the followingscreen is displayed.

The procedure for participating in eachof the multiple reverse auctions is sameas that of participating in a singlereverse auction explained in varioussections above.

· Scrolling Message on UpcomingRA: If one RA is in progress and

Page 54 of 138

Page 57: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

another RA is going to start, the eligible bidderwill see a scrolling message ‘Upcoming ReverseAuction: ……Tender no….. start time……’ on thescreen.

9 Postponement / Cancellation of ReverseAuctions

In case HPCL decides to postpone or Cancel a scheduledReverse Auction, all eligible bidders will be informed bysuitable e−mails well in advance.

In case of RA Cancellation due to RA failure or any otherreason, bidders will also be informed by email to witnessthe price bids on the portal at scheduled date and time. Amail message will be received by eligible bidders towardsthis.

10 RA extension

· In extreme case of Server outage, networkoutage or failure of Internet connectivity, (orany other unforeseen conditions) from HPCL’send, fax/ E−Mail communica on shall have tobe made immediately, to concerned purchase

officer of HPCL. No such requestshall be entertained beyond onehour of the RA closing time. Toprovide equal opportunity, HPCL

may decide to extend theReverse auction at theirdiscretion, but not as the right ofthe bidder. The vendorsparticipating in Reverse Auctionprocess shall be kept on standbyfor 1 Hour after RA closing time.

· HPCL shall investigate the abovematter and decision forextension of Reverse Auctionshall be based on the merit ofthe issues pointed out andverified by HPCL and same shallbe final and binding on thevendor.

· HPCL shall complete theinvestigation within two working

Page 55 of 138

Page 58: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Evaluation has been completed for Tender / Schedules / Lines: 10−02−2016 16:36:25 in the system.Please login to the site https://etender.hpcl.co.in and click Witness bid opening tab to witness loadingfactor if any against above tender. Note: This is system Generated Mail. Pls do not reply to this email.

days of receiving complaint from any of thevendor.

· In case of decision to extend Reverse Auction,intimation mail may go out to all vendors withina day of investigation closure. Vendors shallgenerally be given intimation, a day in advancebefore extended Reverse Auction iscommenced. The Reverse Auction shallcommence from the last saved decrement value

and shall be open for period of original durationfrom commencement.

11 Reports:

Bidder can see ‘list of Reverse Auctions participated’ thruReports.

By clicking on ‘Participated Reverse Auctions’in Reports tab, Bidder can see tendernumber, tender description, RA start dateand End date , Closing Bid value and Bench

Mark Price along with their own submittedbids along with date and time.

12 Email Messages to BiddersAll eligible bidders will be getting e−mailspertaining to Reverse Auctions from timeto time. A list of such e− mails is given

below −

· Email Regarding witnessing ofloading factors

· Mail Regarding Reverse Auctiondate & Time (including Loading

Page 56 of 138

Page 59: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Reverse Auction has been called for a schedule of above tender. Please login to your account. Go toreverse auction tab. Download RA Document. Sign it with the appropriate certificate and upload iton the same page to proceed for participation in reverse auction.. RA Desc : Schedule A RA Date On:18−05−2016 16:05:00. Please login to witness your Loading Factors before par cipa ng in ReverseAuction on schedule date and time. You may refer the help manual available in portal to understandthe RA process.Please ensure to login on the scheduled date and time to participate in the reverse auction. Youmay also contact Helpdesk at 022−4114666 between 8.00 AM to 8.00 PM for any kind of support onthe RA process.

Reverse Auction has been concluded for a schedule of above Tender. Tender Number: XXXXXXXXX, RA No:356 ,RA Desc: SCHEDULED A ,RA Date:26−MAR−2015:12:00 You are the lowest bidder onthe recently concluded RA against subject tender. Please click on RA winner doc tab and submitthe digitally signed RA winner document, generated from system as a token of confirmation tothe final rate submitted by you. HPCL reserves the right to further negotiate the prices with lowestbidder for reducing the price / cancel the reverse auction process/tender at any time beforeordering without assigning any reasons except in cases where tender is required to be cancelledafter opening of priced bid and identification of L1 vendor wherein reasons for cancellation areto be conveyed to the L1 vendor.

factors)

· Email regarding Reverse Auction Winnerdocument:

· Email Regarding postponement of Reverse Auction

· Email regarding Cancellation of Reverse Auction

· Reverse Auction Extension Mail

Reverse Auction for Tender No 15000016−HB−10003 − Demo Tenders scheduled at 20−Apr−201515:45 is cancelled. Bid opening can be witnessed from 20−Apr−2015 16:00 onwards. RA is cancelled

Reverse Auction for Tender No 15000017-HB-10807 - SOR TENDERS scheduled at 01-May-2015 12:00 is postponed to 01-May-2015 15:00. Please ensure to login on the scheduleddate and time at 01-May-2015 15:00 to participate in the reverse auction event. RA slot is notavailable

Page 57 of 138

Page 60: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

REVERSE AUCTION PROCESSVENDOR MANUAL

P.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

Reverse Auction has been extended for a schedule of above tender scheduled at 22−Apr−2015 14:00has been extended and new event time is 04−Feb−2016 15:00. We regret the inconvenience caused.Please login to your account in http://etender.hpcl.co.in , Click on Reverse Auction tab and participatein Reverse Auction with new decrypted password.

Page 58 of 138

Page 61: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 1 of 18

HINDUSTAN PETROLEUM CORPORATIONLIMITED (HPCL)

CITY GAS DISTRIBUTION PROJECT

SUPPLY & INSTALLATION OF ODORIZING SYSTEM FOR CITYGAS DISTRIBUTION PROJECT

SECTION-III

GENERAL TERMS AND CONDITIONS (GTC)

Page 59 of 138

Page 62: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 2 of 18

1. PRELIMINARY

1.1 This is a Contract for execution of job as defined in tender document at the specified location

1.2 The tenderer for the abovementioned supply is the company/ proprietary concern/ individual (asper details & address mentioned in the unpriced bid) and undersigned (digitally) is authorized tosubmit the bid on behalf of tenderer.

1.3 The terms and conditions mentioned hereunder are the terms and conditions of the Contract forthe execution of the job mentioned under item 1.1 above.

1.4 It is the clear understanding between Hindustan Petroleum Corporation Limited and the tendererthat in case the bid of tenderer is accepted by Hindustan Petroleum Corporation Limited and anintimation to that effect is so issued and also a Procurement Orders on the tenderer thisdocument shall form part of the Contract between the parties and terms and conditions hereunderwould govern the parties interest.

1.5 Interpretation of Contract Documents: All documents forming part of the Contract are to be takenmutually explanatory. Should there be any discrepancy, inconsistency, error or omission in thecontract, the decision of the Owner/Engineer-in-Charge/Site-in-Charge shall be the final and thecontractor shall abide by the decision. The decision shall not be arbitrable. Items shown upon thedrawings but not mentioned in the specification or described in the specifications without beingshown on the drawings shall nevertheless be deemed to be included in the same manner as if theyare shown in the drawings and described in the specifications.

1.6 Special conditions of Contract: The special conditions of contract, if any provided and wheneverand wherever referred to shall be read in conjunction with General Terms and Conditions ofcontract, specifications, drawings, and any other documents forming part of this contractwherever the context so requires. Notwithstanding the subdivision of the documents into separatesections, parts volumes, every section, part or volume shall be deemed to be supplementary orcomplementary to each other and shall be read in whole. In case of any misunderstanding arisingthe same shall be referred to decision of the Owner/ Engineer-in-Charge/Site-in-Charge and theirdecision shall be final and binding and the decision shall not be arbitrable.

It is the clear understanding that wherever it is mentioned that the Contractor shall do/perform ajob and/or provide facilities for the performance of the job, the doing or the performance or theproviding of the facilities is at the cost and expenses of the Contractor not liable to be paid orreimbursed by the Owner.

1.7 The Order of Precedence of documents shall be as follows with document at level 1 havingthe highest precedence.

1. Contract Agreement2. Detailed Letter of Acceptance along with its enclosures3. Letter of Award / Fax of Acceptance4. Job Specifications (specific to particular job only)5. Drawings6. Special Terms and Conditions7. Technical Specifications8. Instructions to Bidders9. General Terms and Conditions10. Other Documents

Any amendment / change order issued after signing of formal contract shall take

Page 60 of 138

Page 63: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 3 of 18

precedence over respective clauses of the formal contract and its annexures.

2. DEFINITIONS

a. The following expressions used in the Purchase Order shall have meaning as indicatedagainst each of these:

b. The CORPORATION means HINDUSTAN PETROLEUM CORPORATION LIMITED, acompany incorporated in India having its registered office at 17, Jamshedji Tata Road,Mumbai- 400 020 and shall include its successors and assignees.

c. “Goods / Materials”: Goods and/or Materials shall mean any of the articles, materials,machinery, equipments, supplies, drawings, data and other property and all servicesincluding but not limited to design, delivery, installation, inspection, testing andcommissioning specified to complete the order.

d. “Vendor / Seller / Supplier”: Vendor / Seller / Supplier shall mean the person, firm orcorporation to whom this Purchase Order is issued.

e. “Contractual Delivery Date”: Contractual Delivery date is the date on which goods shall bedelivered F.O.R/F.O.T. Despatching Point/ Destination in accordance with the terms ofthe Purchase Order. This contractual delivery date / period is inclusive of all the lead timefor engineering, procurement of raw materials, manufacturing, inspection, testing,packing and any other activity whatsoever required to be accomplished for affecting thedelivery at the agreed delivery point.

f. “Inspectors”: Inspectors deputed by Corporation.

g. ‘Total Order Value’ means: -

i. For Material Supply Contract: - The basic cost excluding taxes, duties, levies, freight etc.unless and until specifically mentioned in the purchase order.

ii. For Lump sum / Turnkey contract: - The total cost & all other cost inclusive of taxes,duties, levies, freight etc.

h. ‘Total Order Value’ shall be considered for the purpose of calculation of:1. Price reduction on account of delay2. Performance bank Guarantee Amount3. Payment of advance, if any to be made.

i. Note: - The total order for levy of Price Reduction on account of delay shall include alltypes of escalation (including on account of Foreign Exchange Variation) agreed to interms of Purchase Order.

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

4. CONFIRMATION OF ORDERThe Vendor shall acknowledge the receipt of the Purchase Order within ten days following themailing of this order and shall thereby confirm his acceptance of this Purchase Order in itsentirety without exceptions. The acknowledgment will bear on both purchase order and GeneralTerms and Conditions.

Page 61 of 138

Page 64: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 4 of 18

5. SALES CONDITIONSWith Vendor’s acceptance of provisions of this Purchase Order, he waives and considers ascancelled any of his general sales conditions.

6. COMPLETE AGREEMENTThe terms and conditions of this Purchase Order shall constitute the entire agreement betweenthe parties hereto. Changes will be binding only if the amendments are made in writing andsigned by an authorized representative of the Corporation and the Vendor.

7. INSPECTION-CHECKING-TESTINGa. 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 dispatch and to finalinspection within a reasonable time after arrival at the place of delivery. Inspectors shallhave the right to carry out the inspection and testing which will include the raw materials atmanufacturer’s shop, at fabricator’s shop and at the time of actual dispatch before and aftercompletion of packing.

b. All tests, mechanical and others and particularly those required by codes will be performedat the Vendor’s expenses and in accordance with Inspector’s instructions. The Vendor willalso bear the expenses concerning preparation and rendering of tests required by BoilerInspectorate or such other statutory testing agencies or by any other reputed inspectionagencies as may be nominated by the Corporation.

c. Before shipping or dispatch, the equipment and or materials will have to be checked andstamped by inspectors who are authorized also to forbid the use and dispatch of anyequipment and/or materials which during tests and inspection fail to comply with thespecifications, codes and testing requirements.

d. The vendor shall inform the Corporation at least eight days in advance of the exact place,date and time of rendering the equipment or materials for required inspection.

e. The vendor shall provide free access to inspectors during normal working hours atVendor’s or his/its sub-Vendor’s works and place at their disposal all useful means ofperforming, checking, marking, testing, inspection and final stamping.

f. Even if the inspections and tests are fully carried out, Vendor would not be absolved to anydegree from his responsibilities to ensure that all equipment’s and materials suppliedcomply strictly with requirements as per agreement both during construction, at the time ofdelivery, inspection, on arrival at site and after its erection or start-up and guarantee periodas stipulated in clause 30 hereof.

g. The Vendor’s responsibility will not be lessened to any degree due to any comments madeby the Corporation and Inspectors on the Vendor’s drawings or by Inspectors witnessingany chemical or physical tests.

h. In any case, the equipment and materials must be in strict accordance with the Purchaseorder and/or its attachments failing which the Corporation shall have the right to reject thegoods and hold the Vendor liable for non-performance of contract.

8. OFFICIAL INSTITUTIONAL TESTINGa. 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 ofall coded equipment. The Vendor shall ensure that all Procedures for preparation andPerformance of tests prescribed by such Institutions shall be completed scrupulously.

b. The Vendor is required to send to such Institutions as may be designated by the Corporation

Page 62 of 138

Page 65: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 5 of 18

at least three sets of construction drawings for each equipment and calculations. Allmanufacturer’s mill’s tests certificates and analytical reports from material laboratories inrespect of all raw materials and components employed shall have to be presented to suchinstitution’s Inspectors in the number of copies required. Vendor shall be responsible forany delay in submission of necessary certificates. The Vendor shall maintain close liaisonwith the Corporation and Institution’s Inspectors to maintain schedule and delay, if any inthis process will not be taken into consideration as a cause of Force Majeure.

9. WEIGHTS AND MEASUREMENTSa. All weights and measurements recorded by the Corporation on receipt of goods at site will

be treated as final.

b. Vendor’s shipping documents and invoices must contain the following data:i. Unit net weightii. Unit gross weight (packing included)iii. Dimensions of packing.

10. DESPATCH INSTRUCTIONSa. Unless otherwise specifically advised in writing, goods shall not be dispatched without

prior inspection, testing and Release Order / Materials Acceptance Certificates issued byInspectors.

b. In case dispatch by rail is specified in the Purchase Order, vendor shall exercise due careand ensure that the consignment shall be booked under appropriate railway classification,failing which, any additional freight incurred by Corporation due to Vendor’s booking thematerial under a wrong classification shall be to Vendor’s account.

c. The goods shall be consigned in the name of consignee as applicable.d. Corporation’s warehouse is open to receive stores between 9.00 A.M and 3 P.M on all

working days. No goods will be accepted after 3.00 P.M.e. Corporation reserves the right to advise any change in dispatching point / destination and /

or mode of transport, as may be required. Any extra expenditure on this account supportedby documentary evidence will be reimbursed by the Corporation.

11. OILS & LUBRICANTSThe first filling of oils and lubricants, if any, required for every equipment shall be included inthe price and appropriate products manufactured by the Corporation (HPCL) shall be used. TheVendor shall also recommend the quality / quantity of oils and lubricants required for one-yearcontinuous operation.

12. SPARE PARTSa. The Vendor must furnish itemized price list of spare parts indicating quantity, unit rate &

total rate required for two years operation of the main equipment and prime movers also, ifmentioned in the tender.

b. The Vendor shall provide the necessary cross sectional drawing to identify the spare partsnumbers and their location as well as inter-changeability chart.

13. PACKING AND MARKINGa. The Materials shall be suitably packed for safe transportation till receipt at site and should

be commensurate with best possible practices of packing, unless specifically stipulated inthe Technical specifications, to avoid any damage during transit.

Page 63 of 138

Page 66: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 6 of 18

b. All fragile and exposed parts shall be packed carefully and the package shall bear the words‘HANDLE WITH CARE’, ‘THIS SIDE UP’ and ‘FRAGILE’.

c. All holes and openings and also other delicate surfaces shall be carefully protected againstbad weather. All threaded fittings shall be greased and provided with plastic caps. All smallpieces shall be packed in cases.

d. The Supplier shall be liable for all damages or breakage to the Materials due to defective orinsufficient packing as well as for corrosion due to insufficient protection.

e. Detailed packing list in waterproof envelope shall be kept in each package together withmaterial and one copy of packing list shall be fastened outside the box in waterproofenvelope.

f. Each package shall be marked in bold letters on the external three surface of the package asfollows:

i. From: Address of Supplier / Sub-supplier.

ii. For: Hindustan Petroleum Corporation Ltd. (location)

iii. Item:

iv. Package No. : of total packages

v. Dimensions: (Dimensions of each package)

vi. Weight: (Weight of each package)

vii. Special Instruction for storage, if any.

viii. Special unloading arrangements, if required, shall be clearly mentioned in the Packing List.

ix. All packages containing the following items shall be packed separately as ordered and shallhave additional clear marking for identification.

1. Mandatory Spares.2. Commissioning Spares.

14. SHIPMENT AND SHIPMENT NOTICESa. The Vendor shall make shipment only after prior approval by Inspectors whenever

specifically mentioned. In the event of the Vendor having been advised to holdshipments(s) for any reason whatsoever the Vendor shall hold the materials in his / itswarehouse for at least 30 days without any compensation; or without prejudice to anyreduction in price already accrued on account of delay.

b. Within 24 hours of shipment, Vendor shall inform despatch particulars to Corporation byfax / courier / email.

c. The Vendor shall carefully note the destination of materials.

d. The demurrage or other expenses incurred owing to any negligence, delay, default on thepart of the Vendor will be to Vendor’s account.

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

Page 64 of 138

Page 67: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 7 of 18

16. TRANSIT RISKTransit Risk insurance shall be covered by the Corporation. The Vendor shall advise thedespatch particulars to Corporation 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 novariation shall be permitted except with prior authorization in writing from the Corporation.Goods should be delivered securely packed and in good order and condition at the place andwithin the time specified in the Purchase Order for their delivery.

18. PRICE REDUCTION FOR DELAYED DELIVERYIn case of delayed delivery, prices will be reduced @1/2% of the total basic order value for everyweek of delay or part thereof subject to a maximum of @5% of the total basic order value.

NOTE :a. Price Reduction shall be applicable only on the basic cost and on Full complete week (s)

and for fractional days Price reduction shall be applicable on pro-rata, if any.

b. Initially Price Reduction shall be applicable for total basic order value and final PriceReduction settlement to be on undelivered portion in the contractual delivery period.

19. FORCE MAJEURECircumstances leading to force majeure

(a) act of terrorism;

(b) riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not),civil war, rebellion, revolution, insurrection of military or usurped power;

(c) ionising radiation or contamination, radio activity from any nuclear fuel or from anynuclear waste from the combustion of nuclear fuel, radioactive toxic explosive or otherhazardous properties of any explosive assembly or nuclear component;

(d) epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical naturaldisaster, but excluding weather conditions regardless of severity; and

(e) freight embargoes, strikes at national or state-wide level or industrial disputes at anational or state-wide level in any country where Works are performed, and whichaffect an essential portion of the Works but excluding any industrial dispute which isspecific to the performance of the Works or the Contract.

For the avoidance of doubt, inclement weather, third party breach, delay in supply ofmaterials (other than due to a nationwide transporters’ strike) or commercialhardship shall not constitute a Force Majeure event.

• Notification of Force Majeure

Contractor shall notify within [10(ten)] days of becoming aware of or the date it oughtto have become aware of the occurrence of an event of Force Majeure giving fullparticulars of the event of Force Majeure and the reasons for the event of ForceMajeure preventing the Affected Party from, or delaying the Affected Party in

Page 65 of 138

Page 68: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 8 of 18

performing its obligations under the Contract.

• Right of either party to terminate

If an event of Force Majeure occurs and its effect continues for a period of 180 (onehundred eighty days) or more in a continuous period of 365 (three hundred sixty-five)days after notice has been given under this clause, either Party may terminate theContract by issuing a written notice of 30 (thirty) days to the other Party.

• Payment in case of termination due to Force Majeure

The Contract Price attributable to the Works performed as at the date of thecommencement of the relevant event of Force Majeure.

The Contractor has no entitlement and Owner has no liability for:

a) any costs, losses, expenses, damages or the payment of any part of the ContractPrice during an event of Force Majeure; and

b) any delay costs in any way incurred by the Contractor due to an event of ForceMajeure.

Time extension for such cases will be worked out appropriately.

20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENTa. 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 beremoved by the Vendor at their / its own expense and risk within the time allowed by theCorporation. The Corporation shall be at liberty to dispose of such rejected goods in suchmanner as they may think appropriate. In the event the Vendor fails to remove the rejectedgoods within the period as aforesaid, all expenses incurred by the Corporation for suchdisposal shall be to the account of the Vendor. The freight paid by the Corporation, if any,on the inward journey of the rejected materials shall be reimbursed by the Vendor to theCorporation before the rejected materials are removed by the Vendor.

b. The Vendor will have to proceed with the replacement of that equipment or part ofequipment without claiming any extra payment if so required by the Corporation. The timetaken for replacement in such event will not be added to the contractual delivery period.

21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE CORPORATIONa. The transfer of property shall be deemed to have taken place as follows subject to the

provisions herein contained:i. Ex-works: when the vendor places the goods at the disposal of the buyer at the vendor’s

premises or another named place (i.e. works, factory, warehouse, etc.)ii. 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 Corporation.iii. FOT / FOR destination station: On taking delivery from the transporters/railways at the

destination station.iv. Equipment sent freight carriage paid to the project Site: On arrival under lifting hook at

the job site.v. Equipment erected by the Vendor: On temporary acceptance at job site.vi. Equipment commissioned by the Vendor: On taking over by the Corporation for regular

Page 66 of 138

Page 69: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 9 of 18

operation after test runs at maximum capacity for specified period satisfactorilyperformed.

22. PRICEa. Unless otherwise agreed to in the terms of the Purchase Order, the price shall be firm and

not subject to escalation for any reason whatsoever till the execution of entire order, eventhough it might be necessary for the order execution to take longer than the delivery periodspecified in the order.

b. Price shall be exclusive of GST (CGST, SGST, IGST as applicable), Customs Dutyand applicable Cess, which are leviable by law on sale of finished goods toCorporation. The nature and extent of such levies shall be shown separately.

c. Anti-Profiteering Clause – GST Act anti-profiteering provisions mandates that anyreduction in tax rates or benefits of input tax credits be passed on to the consumer byway of commensurate reduction in prices. Vendors to take note of the same and passsuch benefits while quoting their price.

23. TAXES & DUTIES:

a. GST (CGST, SGST, IGST as applicable), Customs Duty and applicable Cess asapplicable shall be reimbursed for the materials consigned to Corporation as per limitsindicated in the offer against documentary evidence to be furnished by the supplier.Corporation shall pay only those taxes, duties and levies as indicated by Supplier at thetime of bid submission/as agreed subsequently prior to opening of priced bids).Taxes/duties and/or levies not indicated by supplier in bid, but payable, shall be toSupplier’s account. In case of any increase/decrease applicable in GST (CGST, SGST,IGST as applicable) Customs Duty and applicable Cess indicated with reference to limitsmentioned in the offer/bid or new taxes/duties/levies imposed by the Indian Governmentthrough Gazatte notification after the date of submission of last Price Bid but prior tocontractual delivery date, the Corporation shall reimburse/adjust the increase/decreasein taxes & duties on satisfactory supporting documents.

b. Supplier shall be responsible for availing all applicable concessions in taxes, duties, leviesetc. as per terms of Purchase Order. Any loss, direct or implied, accrued to Corporation onaccount of supplier’s failure to avail concessions shall be borne by Supplier.

c. The vendor shall comply with all the provisions of the GST Act/Rules/ requirementslike providing of tax invoices, payment of taxes to the authorities with in the duedates, filing of returns with the due dates etc. to enable HPCL to take Input TaxCredit. In case of imports, vendors shall provide import documents and invoicefulfilling the requirement of Customs Act and Rules. Vendor will be fully responsiblefor complying with the Customs provisions to enable HPCL to take Input Tax Credit.

d. In case, HPCL is not able to take Input Tax Credit due to anynoncompliance/default/negligence of the seller of goods/service provider, the sameshall be recovered from the pending bills/dues (including security deposit, BG etc.)

e. Vendor shall be responsible to indemnify the Corporation for any loss, direct orimplied accrued to the Corporation on account of supplier/service provider failure todischarge his statutory liabilities like paying taxes on time, filing appropriate returnswithin the prescribed time etc.

24. CUSTOMS DUTY (CD) VARIATION

a. The prices mentioned in offer are subject to Customs Duty (CD) variation. In case of

Page 67 of 138

Page 70: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 10 of 18

any increase in rates of Customs Duty, IGST and applicable Cess by the IndianGovernment through Gazatte notification after the submission of last priced offer butwithin the time schedule for import of materials, as mentioned. Corporation shallreimburse the increase in taxes and duties at actuals against satisfactory supportingdocuments.

b. All downward variations in the rates of all such duties shall be to Corporation’s accountand same shall be calculated on actual CIF value of imported materials subject to the limitmentioned. Supplier shall submit all relevant documents to Corporation for the proof ofduty paid by them within one month from the date of Bill of Entry (BOE).

c. Custom Duty variation shall be paid by Corporation up to the limit of maximum CIF valueof imported components as indicated in the offer.

d. Rate of Custom Duty along with tariff number considered by Supplier in the prices shall beindicated in the offer.

25. FOREIGN EXCHANGE (FE) VARIATION

a. The CIF value in Indian Rupees / Foreign Currency to be declared should cover thecurrencies of the countries from which import of materials / components are envisaged toadminister foreign currency variation.

b. The FE variation will be paid for if imports are made at the listed currency subject toceiling limit.

c. The list of foreign currency, country of origin, ceiling of foreign value of import envisagedagainst each item of materials / components for import and rate of conversion into Rupeesenvisaged to be furnished in the tender. The period within which import shall be made afterplacement of LOI (i.e. Contractual Completion date of imports, herein after called CDD)shall also be indicated in the offer.

d. For reimbursement of foreign exchange variation, documentary evidence like bankcertificates of remittance showing the date of payment and rate of foreign currency toIndian rupees to be furnished along with a copy of bills of entry duty attested by Customsdepartment. All downward variations in conversion rate will be to Corporation’s account.

e. Variation will be paid only if imports are made within the period as specified in offer forimport. For imports made beyond that period, foreign currency variation will be paid basedon the conversion rates prevailing on the last date of period of agreed to for imports.The last date for imports agreed will be the import landing date in Indiaenvisaged by Bill of Entry.

f. Bidder shall indicate the maximum CIF component along with currency of import. In casesupplier imports less than the CIF value indicated in the bid, Duty. FE variation etc. shallbe reimbursed only for the actual import carried out.

g. Foreign exchange variation, if any, downward or upward, will be paid only if imports aremade within the agreed completion period.

h. For the purpose of Foreign Exchange variation reimbursement, State Bank of India (SBI)selling rate applicable on the bill of entry date or SBI selling rate on Bank remittance dateor actual remittance rate, whichever is lower shall be considered. The following clause alsoto be considered.

i. The BOE date may fall within Contractual Completion Date or beyond, it has already beenstipulated as above conditions that no reimbursement for FE / CD variation will be paid ifthe actual import is beyond Contractual completion date. In such a case, the variationreimbursement will be restricted to the difference between the rate quoted in the tender andthe lower of the following:

Page 68 of 138

Page 71: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 11 of 18

i) The actual remittance rate.

ii) SBI Bill selling rate on the date of CDD.

26. TERMS OF PAYMENTa. The following payment terms shall be applicable:

i. 75% of the bill amount duly recommended by user on receipt of materials / docs. atHPCL shall be paid within 7 days of receipt of bill.

ii. Balance 25% to be paid after verification/ certification within 15 days of receipt ofbill. However, the final bill payment will not exceed 30 days.

b. HPCL has taken the initiative to expedite the payment to vendors through e-payment.Hence confirm that you have filled the HPCL bank mandate for e-payment.

c. Payment against invoice shall be made on receipt of equipment/materials at site againstsubmission of following documents along with your Bill/Invoice:-

i. Delivery Challan / Lorry Receipt.ii. Manufacturer’s Test Certificateiii. Inspection/Clearance reportiv. Manufacturer’s Guarantee Certificatev. Performance Bank Guarantee for 10% Basic Order Valuevi. Any other document specified in the Purchase Order.

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

e. HPCL will furnish their approved format for bank guarantee/ indemnity bond for all theadvance payments directly to vendor along with FOA/ PO, wherever applicable.

f. In case of delayed supplies, bills will be paid after recovering the amount as per pricereduction clause of the P.O.

g. All bank guarantees shall be non-revocable and from Scheduled / Nationalised Banks otherthan cooperative banks in India and as per HPCL’s proforma.

h. PBG shall be valid till expiry of guarantee period. All other Bank Guarantees shall be validtill contractual completion period, unless otherwise specified. All bank guarantees shallhave a claim period of 1(one) month after expiry date of bank guarantee.

27. RECOVERY OF SUMS DUEWhenever any claim against the Vendor for payment of a sum of money arises out of or underthe contract, the Corporation shall be entitled to recover such sums from any sum then due orwhich at any time thereafter may become due from the Vendor under this or any other contractwith the Corporation and should this sum be not sufficient to cover the recoverable amount, theVendor shall pay to the Corporation on demand the balance remaining due.

28. CHANGESThe Corporation has the option at any time to make changes in quantities ordered or inspecification and drawings. If such changes cause an increase or decrease in the price or in thetime required for supply, an equitable adjustment under this provision must be finalised within10 days from the date when change is ordered.

Page 69 of 138

Page 72: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 12 of 18

29. CANCELLATION / RISK PURCHASE CLAUSE:a. The Corporation reserves the right to cancel this purchase order or any part thereof and

shall be entitled to rescind the contract wholly or in part with a written notice to the vendorif:

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

ii. The vendor fails to deliver the goods on time and / or replace the rejected goodspromptly.

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.

b. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on thePurchase Order and matters connected with it. The vendor is aware that the said goodsare required by the Corporation for the ultimate purpose of materials production and thatnon delivery may cause loss of production and consequently loss of profit to theCorporation.

c. Therefore, in case of Termination of the contract, Corporation shall have the right to carryout the unexecuted portion of the supply/work either by themselves or through any othervendor(s)/contractor(s) at the risk and cost of the vendor/ contractor. In view of paucity oftime, Corporation shall have the right to place such unexecuted portion of thesupply/work on any nominated vendor(s)/contractor(s). However, the overall liability ofthe vendor/Contractor shall be restricted to 100% of the total contract value.

d. The provision of this clause shall not prejudice the right of the Corporation from invokingthe provisions of clause “Delayed Delivery” as a fore said.

30. PATENTS AND ROYALTIESOn acceptance of this order, the Vendor will be deemed to have entirely indemnified theCorporation from any legal action or claims regarding compensation for breach of any patentrights.

31. PERFORMANCE GUARANTEEa. The supplies made against this order shall be fully guaranteed against any manufacturing

defects/poor workmanship/inferior quality etc. for a period of 12 months from the date ofcommissioning or 18 months from the date of supply whichever is earlier. During thisperiod, you will arrange to repair/replace any defective parts free of cost or replacecomplete set if required. Guarantee Certificate should be submitted along with despatchdocuments. You will furnish performance Bank Guarantee in favour of HPCL issued byScheduled bank (other than co-operative banks) for 10% value of the material suppliedand valid during the above guarantee period.

b. Composite PBG valid upto a period of 3 months beyond the expiry of defect liabilityperiod. Demand Draft should be drawn on Scheduled Banks (other than cooperativebanks).Quantum of Performance Bank Guarantee inclusive of Security Deposit should be asfollows:

- All items (other than CVR items) : 10% of PO value- For CVR items: Rs. 10.0 lakhs or 5% of the order value whichever is lower.

Composite PBG of above value towards Performance Bank Guarantee inclusive ofSecurity Deposit shall be accepted (in lieu of deduction of retention money of 10% fromeach bill); Such composite PBG shall be valid upto a period of 3 months beyond the

Page 70 of 138

Page 73: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 13 of 18

expiry of defect liability period. Demand Draft should be drawn on Scheduled Banks(other than cooperative banks).

32. NON WAIVERFailure of the Corporation to insist upon any of the terms or conditions incorporated in thePurchase Order or failure or delay to exercise any right or remedies or by law or failure toproperly notify Vendor in the event of breach, or the acceptance of, or payment of any goodshereunder or approval of design shall not release the Vendor and shall not be deemed a waiver ofany right of the Corporation to insist upon the strict performance thereof or of any of his or theirrights or remedies as to any such goods regardless of when goods are shipped, received oraccepted nor shall any purported oral modification or revision of the order by the Corporation actas waiver of the terms hereof.

33. NON ASSIGNMENTThe Purchase Order shall not be assigned to any other agency by the Vendor without obtainingprior written consent of Corporation.

34. PART ORDER/ SPLIT ORDER / REPEAT ORDERVendor hereby agrees to accept part orders, split order at Corporation’s option without anylimitation whatsoever and also accept repeat order up to 100% of each item during a period of 12months after placement of purchase order at the same unit prices, terms and conditions.

35. VENDOR’S DRAWINGS AND DATA REQUIREMENTThe Vendor shall submit drawings, data and documentation in accordance with but not limited towhat is specified in the requisition and / or in Vendor drawings and data form attached to thePurchase Order as called for in clause 8, viz, ‘Expediting’ above. The types, quantities and timelimits of submitting this must be respected in its entirety failing which the Purchase Order shallnot be deemed to have been executed for all purposes including settlement of payment since thesaid submission is an integral part of Purchase Order execution.

36. TECHNICAL INFORMATIONa. Drawings, specifications & details shall be the property of the Corporation and shall be

returned by the Vendor on demand. The Vendor shall not make use of drawing andspecifications for any purpose at any time save and except for the purpose of theCorporation.

b. The Vendor shall not disclose the technical information furnished to or gained by theVendor under or by virtue or as a result of the implementation of this Purchase Order toany person, firm or body or corporate authority and shall make all endeavours to ensure thatthe technical information is kept CONFIDENTIAL. The technical information impartedand supplied to the Vendor by the Corporation shall at all times remain the absoluteProperty of the Corporation.

37. SERVICES OF VENDOR’S PERSONNELUnless otherwise specified in the PO, services of vendor’s personnel shall be made within twoweeks advance notice and the Vendor shall depute the necessary personnel to site for supervisionof erection and start-up of the equipment and train a few of the Corporation’s personnel for theoperation and maintenance of the equipment if required, by the Corporation. The terms andconditions for the services of the Vendor shall be mutually settled.

38. VENDOR’S LIABILITYThe Vendor’s workmen or employees shall under no circumstances be deemed to be in

Page 71 of 138

Page 74: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 14 of 18

Corporation’s employment and the Vendor shall hold himself responsible for any claim or claimswhich they or their heirs, dependents, personal representatives may have or make for damages orcompensation for anything done or committed to be done in the course of carrying out the workcovered by this Purchase Order, whether arising on Corporation premises or elsewhere andagrees to indemnify the Corporation against any such claim or claims if made against theCorporation and all cost (as between attorney and client) of proceedings, suits or action whichthe Corporation may incur/sustain in respect of the same. The Vendor shall also procure andkeep in force at his own cost comprehensive Automobile Liability insurance for adequatecoverage in respect of all his vehicles visiting or plying in project premises. The Vendor shallalso be responsible for compliance of existing laws in respect of their workmen and employees.Extent of Liability shall be read in conjunction with clause no. 28 above.

a. LIMITATION OF LIABILITYNotwithstanding anything contrary contained herein, the aggregate total liability of Seller,excluding his liability towards infringement of patent, trade mark or industrial designrights under the contract or otherwise shall be limited to 100% of value of Purchase order.However, neither party shall be liable to the other party for any indirect and consequentialdamages, loss of profits or loss of production. (Refer Annexure 22 – Govt. Guideline Sr. No.13)

39. CORPORATION’S MATERIAL

a. Corporation’s material shall be delivered to the Vendor against submission of BankGuarantee for indemnifying the full value there of strictly in the manner and as perproforma of bank Guarantee approved by the Corporation.

b. Wherever possible the material shall be consigned to Vendor’s siding. In the event theVendor does not have any siding, materials shall be consigned to the Public siding / goodsdepot to be specifically confirmed by Vendor Loading / Unloading and any handling fromthe siding / destination shall be arranged by the Vendor at his responsibility and cost.

c. The Vendor shall give a firm and binding list of Corporation issue materials and the desiredschedule of its delivery to Shop floor strictly in accordance with the sequence of fabricationvis-à-vis the contract delivery period.

d. Unused material or scrap from material supplied by the Corporation to the Vendor shall bereturned by the Vendor to the Corporation or if the Corporation so directs, the Vendor maydispose of the same by sale or otherwise on such terms and conditions as the Corporationmay stipulate and the Vendor shall pay to the Corporation the sale proceeds of the materialso disposed by sale deducting there from expenses incurred by the Vendor on such sale, thequantum of such deduction to be mutually agreed upon in advance between the Corporationand the Vendor.

40. GUARANTEE FOR SPARE PARTS:a. The seller shall undertake that before going out of production of the spare parts he will give

adequate advance notice to the Procurement so that the latter may order his requirements ofspares in one lot if so desires.

b. The seller shall further guarantee that if he goes out of production of spare parts, then hewill make available blue prints, drawings of spare parts and specification of materials at noextra cost to the Procurement, if and when required in connection with the equipment toenable the procurer to fabricate or procure spare parts from other source.

c. The provision of this clause shall remain effective and binding upon the seller even after thecompletion or expiry of the order and till the plant / machinery / equipment / instrumentsupplied under the order is in use by the procurer.

Page 72 of 138

Page 75: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 15 of 18

41. ARBITRATIONa. 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 inrelation thereto whether during or after completion of the contract or whether before afterdetermination, foreclosure, termination or breach of the agreement (other than those inrespect of which the decision of any person is, by the contract, expressed to be finaland binding) shall, after written notice by either party to the agreement to the other of themand to the Appointing Authority hereinafter mentioned, be referred for adjudication to theSole Arbitrator to be appointed as hereinafter provided.

b. The appointing authority shall either himself act as the Sole Arbitrator or nominate someofficer/retired officer of Hindustan Petroleum Corporation Limited (referred to asCorporation or HPCL) or a retired officer of any other Government Company in the OilSector of the rank of Ch. Manager & above or any retired officer of the Central Governmentnot below the rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes anddifferences between the parties. The contractor/vendor shall not be entitled to raise anyobjection to the appointment of such person as the Sole Arbitrator

i. on the ground that the said person is/was an officer and/or shareholder of the Corporation,another Govt. Company or the Central Government or that he/she has to deal or had dealtwith the matter to which the contract relates or that in the course of his/her duties, he/shehas/had expressed views on all or any of the matters in dispute or difference.

c. In the event of the Arbitrator to whom the matter is referred to, does not accept theappointment, or is unable or unwilling to act or resigns or vacates his office for any reasonswhatsoever, the Appointing Authority aforesaid, shall nominate another person asaforesaid, to act as the Sole Arbitrator.

d. Such another person nominated as the Sole Arbitrator shall be entitled to proceed with thearbitration from the stage at which it was left by his predecessor. It is expressly agreedbetween the parties that no person other than the Appointing Authority or a personnominated by the Appointing Authority as aforesaid, shall act as an Arbitrator. The failureon the part of the Appointing Authority to make an appointment on time shall only give riseto a right to a Contractor to get such an appointment made and not to have any other personappointed as the Sole Arbitrator.

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

f. The work under the Contract shall, however, continue during the Arbitration proceedingsand no payment due or payable to the concerned party shall be withheld (except to theextent disputed) on account of initiation, commencement or pendency of such proceedings.

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

h. The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by theparties unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsumfees of the Arbitrator shall be R 40,000/- per case for transportation contracts and R60,000/- for engineering contracts and if the sole Arbitrator completes the arbitrationincluding his award within 5 months of accepting his appointment, he shall be paid R10,000/- additionally as bonus. Reasonable actual expenses for stenographer, etc. will bereimbursed. Fees shall be paid stage wise i.e. 25% on acceptance, 25% on completion ofpleadings/documentation, 25% on completion of arguments and balance on receipt ofaward by the parties.

i. Subject to the aforesaid, the provisions of the # Arbitration and Conciliation Act, 1996 or

Page 73 of 138

Page 76: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 16 of 18

any statutory modification or re-enactment thereof and the rules made thereunder, shallapply to the Arbitration proceedings under this Clause.

j. The Contract shall be governed by and constructed according to the laws in force in India.The parties hereby submit to the exclusive jurisdiction of the Courts situated at ___ forall purposes. The Arbitration shall be held at Visakhapatnam and conducted in Englishlanguage.

k. The Appointing Authority is the Functional Director* of Hindustan Petroleum CorporationLimited.

l. Procurement Authorities may mention, if considered necessary, the proper designation suchas Director-Refineries, etc.

42. JURISDICTIONThe Vendor hereby agrees that the Courts situated in location given in tender header” shall havethe jurisdiction to hear and determine all actions and proceedings arising out of this contract.

CLAUSE

a. Vendor needs to clarify whether you are registered with NSIC. If registered, vendor needsto submit the following documents along with their offer.

b. Photocopy of the NSIC Registration Certificate, which clearly shows the following details/information:i. Name of the Bidder

ii. Address of the Bidderiii. Validity of the Registrationiv. Items for which the Bidder is registeredv. Monetary Limit and acknowledged copy of Entrepreneurs Memorandum Part II

c. Also vendor has to clarify whether you have secured Orders for same items, during thepreceding 12 months, in competition with Large Scale Units, WITHOUT any PricePreference.

d. In case vendor have secured Orders for same items, during the preceding 12 months, incompetition with Large Scale Units, WITHOUT any Price Preference, then vendor has tofurnish a Declaration on their Letter Head accordingly.

e. Please note that in the absence of the above information, offer will be evaluated withoutconsidering Price Preference.

1.0 Preference to MSEs

a. In case the bidder is a Micro or Small Enterprises registered with District Industries Centersor Khadi and Village Industries Commission or Khadi and Village Industries Board or CoirBoard or National Small Industries Corporation or Directorate of Handicrafts andHandloom or any other body specified by Ministry of Micro and Small Enterprises, thebidder shall be entitled for following:

i. Issue of Tender Documents to MSEs free of cost.ii. Exemption to MSEs from payment of EMD.iii. Micro and Small Enterprises quoting price within price brand of L1+15% shall also be

allowed to supply a portion of requirement by bringing down their prices to L1 price in asituation where LI price is from someone other than a micro and small enterprises and suchmicro and small enterprises shall be allowed to supply upto 25% of the total tendered

Page 74 of 138

Page 77: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 17 of 18

value. In case of more than one such Micro and Small Enterprises, the supply of 25%portion shall be shared amongst them. Further, out of above 25%, of 4% will be earmarkedfor procurement from MSEs owned by SC/ST entrepreneurs and 3% will be earmarkedfor procurement from MSEs owned by women.

This quota is to be transferred to other MSEs in case of non-availability of MSEs owned bySC/ST entrepreneurs or women entrepreneurs.

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

c. MSE bidder shall submit the following:

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

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

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

d. If the bidder does not provide the appropriate document or any evidence to substantiate theabove, then it will be presumed that they do not qualify for any preference admissible in thePublic Procurement Policy for Micro and Small Enterprises (MSEs) order 2012 alongwith amendments notified vide Government of India Gazette from time to time.

43. VALIDITY OF OFFER:Offer shall be valid for 3 months from the due date / extended due date of the tender enquiry.

44. INTEGRITY PACT:All tenders shall comply with the requirements of the Integrity Pact (IP) if the value of suchtenders is r 1 crore & above. Failure to sign the Integrity Pact shall lead to outright rejection ofbid.

45. ORDER OF PRECEDENCEIn case of any discrepancy between the conditions stated in the GTC (which is an integral part ofthe Order) and those specifically mentioned in the Purchase Order, the later shall prevail over theformer.

46. GENERAL:

a. Deviations to Terms and Conditions shall lead to loading of prices or make your offer liablefor rejection.

b. All resident/non-resident parties to obtain and furnish their PAN in order to avoid taxwithholding at a higher rate. Even though the non-residents may not have permanentestablishment (PE), branch, local office in India, they can apply with their foreign address.For your information, the web address for applying for PAN in Form No. 49A to NSDL orUTISL online as given in the following sites:i. (AO details for International Taxation are also available online).

ii. http://tin.tin.nsdl.com/pan/index.html/iii. http://incometaxindia.gov.in/

Page 75 of 138

Page 78: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

GENERAL TERMS ANDCONDITIONS (GTC)

P.013702D11031 058

Rev. 0 Supply, Installation & Commissioning of Odorizing Systemfor City Gas Distribution Project

Page 18 of 18

iv. https://incometaxindiaefiling.gov.in/portal/index.jspv. http://www.utitsl.co.in/

c. GRIEVANCE REDRESSAL: There is a grievance redressal mechanism in HPCL forvendors participating in the tender, the details of which are available on HPCL’s websitewww.hindustanpetroleum.com.

d. PBG Format is attached with this GTC.

e. The guidelines for Holiday Listing as adopted and available on HPCL websiteshall be applicable to all tenders floated and all Purchase Orders/ Contractsplaced by HPCL.

Page 76 of 138

Page 79: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SPECIAL TERMS ANDCONDITIONS (STC)

P.013702D11031

058

Rev 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

HINDUSTAN PETROLEUM CORPORATIONLIMITED (HPCL)

CITY GAS DISTRIBUTION PROJECT

SUPPLY & INSTALLATION OF ODORIZING SYSTEM FOR CITYGAS DISTRIBUTION PROJECT

SECTION-IV

SPECIAL TERMS AND CONDITIONS (STC)

Page 77 of 138

Page 80: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SPECIAL TERMS ANDCONDITIONS (STC)

P.013702D11031

058

Rev 0 Supply, Installation & Commissioning of Odorizing System for CityGas Distribution Project

TABLE OF CONTENTS

1.0 BRIEF SCOPE OF WORK ......................................................................................... 12.0 BID PRICES ............................................................................................................ 13.0 DELIVERY PERIOD ................................................................................................. 24.0 CONTRACT PERFORMANCE BANK GUARANTEE [CPBG / PBG] .............................. 25.0 PAYMENT TERMS .................................................................................................... 36.0 RECOVERY OF FAILURE OF ITEMS: ........................................................................ 57.0 LIABILITY CLAUSE ................................................................................................. 5

8.0 GOVT. ACTS/ REGULATIONS .................................................................................. 59.0 INDEMNIFY OWNER ............................................................................................... 510.0 SUBSTITUTION AND WRONG SUPPLIES ................................................................ 511.0 VALIDITY OF OFFER: .............................................................................................. 512.0 TERMS AND CONDITIONS FOR SUPERVISION OF ERECTION, TESTING AND ....... 5

COMMISSIONING .................................................................................................. 513.0 PRICE REDUCTION SCHEDULE............................................................................... 614.0 STATUTORY APPROVALS ........................................................................................ 615.0 COMPLIANCE OF LAWS .......................................................................................... 616.0 COORDINATION WITH OTHER AGENCIES ............................................................. 717.0 SUB-LETTING OF CONTRACT ................................................................................. 718.0 CONTRACT CUM EQUIPMENT PERFORMANCE GUARANTEE .................................. 719.0 ANNUAL RATE CONTRACT CONDITIONS ............................................................... 719.1 VOID ....................................................................................................................... 7

Page 78 of 138

Page 81: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SPECIAL TERMS ANDCONDITIONS (STC)

P.013702D11031

058

Rev 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

Page 1 of 7

The following articles shall supplement the Instructions to Bidders and General Terms and Conditions(GTC). In case of any conflict between Instructions to Bidders and General Terms and Conditions (GTC)and Special Terms and Conditions, the latter shall prevail to the extent applicable.

1.0 BRIEF SCOPE OF WORK

Bidder’s scope of supplies shall be in strict compliance with the enclosed Technical specifications.

2.0 BID PRICES

2.1 Prices shall be furnished strictly in the appropriate price Schedule format enclosed with the bid document(Refer ITB).

2.2 Quoted prices for supply/ services shall remain firm and fixed till complete execution of order irrespectiveof any change in cost of raw material, labour, statutory or otherwise and or variation in quantities as perclause 2.7 of STC.

2.3 Quoted prices shall be inclusive of all testing and inspection requirements (including stage wise and finalinspection by Owner/ Owner’s Consultant for which no extra charges shall be paid) as specified in the biddocument. However, Personal and incidental expenses of Owner’s / Owner’s Consultant’s inspectors arenot in vendor’s scope.

2.4 Bidder’s quoted prices shall be deemed to include entire scope of work and all obligations andresponsibilities to be carried out/ executed by the Bidder as per terms of bid document.

2.5 The supplier / contractor agrees to and does hereby accept full and exclusive liability for the payment ofAnti Dumping Duty now or hereafter imposed, increased, modified. Tax deductions will be made as perthe rules and regulations in force in accordance with acts prevailing from time to time.

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

2.7 Quantity Variation & Payment Basis

Owner reserves the right, at the time of award of contract, to increase or decrease the quantity of goods forall items as specified in the bid document up to +/-25% without any change in the unit prices (as well aslump sum prices, if any) and other terms and conditions. Bidder’s quoted prices shall be valid for suchquantity variation.

2.8 Income Tax / Corporate Tax:

2.8.1 As regards Income Tax, Surcharge on Income Tax or any other Corporate Tax payable by the Bidder forreason of the contract awarded, and / or on their expatriate personal, the Owner shall not bear any Taxliability whatsoever, irrespective of the mode of construction of contract / order. The Bidder shall be liableand responsible for payment of such tax, if attracted under the provision of Indian Income Tax Act.

2.8.2 Bidder may note that if any tax is deductible at source as per Indian Income Tax Law, the same will be sodeducted before releasing any payment to the Bidder and a TDS (Tax deducted at source) certificate willbe furnished to the Bidder. Accordingly, Bidder shall have the responsibility to check and include suchprovision of taxes in the prices.

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

2.9 Taxes & Duties

2.9.1 Bidder shall correctly ascertain all applicable taxes & duties and quote rates accordingly. Evaluation shallbe done as per the taxes quoted by the bidder. However, payment shall be made by HPCL as per prevailingrates (current rate is 18%) or taxes quoted by the Bidder, whichever is less. Further the payment shall bemade as per the taxes quoted by the Bidder on submission of statutory document (like invoice etc.). In casethe bidder has quoted lower Tax rates than rates prevailing at the time of Bidding, then total liability willbe grossed up and differential tax payment to bidder shall be adjusted against the base rate quoted by theBidder.

Page 79 of 138

Page 82: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SPECIAL TERMS ANDCONDITIONS (STC)

P.013702D11031

058

Rev 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

Page 2 of 7

2.9.2 Bidder shall not be allowed to change taxes/duties after tender due date/extended due date without thewritten consent of Owner / Consultant.

2.9.3 In case of delay in delivery/Delay in completion due to reasons attributable to bidder, any new or additionaltaxes or duties levied by statutory authorities during this period shall be borne by the Bidder.

2.9.4 Any decrease in the rate of these taxes and duties shall be passed on to the Purchaser even after contractualdelivery period.

2.9.5 Irrespective of taxes/duties quoted by bidder in the tender, bidder shall be fully responsible for the paymentof any and all taxes, duties, levies, including taxes applicable based on location of site and statutorypayments payable under all or any of the statutes etc." Any liability including statutory liability arising infuture shall be borne & paid by the bidder. The statutory variation in taxes & duties shall be dealt as perclause 2.9 above.

2.9.6 Bidder would be required to submit tax invoice (as per GST Act / Rule) at the time of payment (in case jobis awarded to the bidder).

2.9.7 Until & unless specified in tender, Road Permit shall not be issued by HPCL

3.0 DELIVERY PERIOD

3.1 The Delivery schedule for each part shall be as defined in IFB.

3.2 It may be noted that bids offering delivery beyond the delivery schedule as specified in will be treated asnon-responsive and rejected.

3.3 After award of order, vendor may improve the deliveries when compared to delivery period stipulated inbid document.

3.4 HPCL’s Designation Storage Yard shall be located at Panipat as per details below;

HPCL POL DEPOT -VILLAGEBAHOLI, NEAR IOCL REFINERYTEHSIL-PANIPATDISTT. PANIPAT (HARYANA)PANIPAT – 132114

4.0 CONTRACT PERFORMANCE BANK GUARANTEE [CPBG / PBG]

4.1 Further to Terms specified in clause 31 of General Terms and Conditions, as a Performance security, thesuccessful Bidder, to whom the work is awarded, shall be required to furnish within 15 days of notificationof award of contract (Letter of Intent / Fax of acceptance) a Performance Bank Guarantee as per proformaattached herewith in favor of the Owner.

4.2 The Bank Guarantee amount shall be equal to TEN PERCENT (10%) of the Total Order Value and it shallguarantee the faithful performance of the Order in accordance with the Terms and conditions specified inthe documents and specifications.

4.3 The CPBG shall be in the form of an irrevocable Bank Guarantee (in the format at Form-5) issued by anyScheduled Bank other than Cooperative Bank. Bank Guarantee shall be in favour of ‘M/s HindustanPetroleum Corporation Limited’.

4.4 The Bank Guarantee shall be valid for the entire period of the Contract, namely, tills the end of the guarantee/ warranty period plus three months. The guarantee amount shall be payable without demur and demand tothe Owner in the currency of the Contract.

4.5 The Total Order Value for CPBG purpose shall be construed to include only basic rate, exclusive of duties/ taxes / freights etc.

4.6 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 Bidder shall

Page 80 of 138

Page 83: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SPECIAL TERMS ANDCONDITIONS (STC)

P.013702D11031

058

Rev 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

Page 3 of 7

immediately take action to increase the value of Bank Guarantee to TEN PERCENT (10%) of the Contractprice, to cover his guarantee/ warranty obligations.

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

4.8 The PBG shall be held interest free and no bank charges shall be payable by Owner / Consultant towardsthe PBG submitted by the bidders.

5.0 PAYMENT TERMS

5.1 Payments shall be released by the Owner against pre-receipted invoice, submission of a copy of validperformance guarantee and other documents complete in all respect meeting the requirement of contractdocument.

5.2 Payment terms shall be as below;

5.2.1 For SOR Item No.1.0

5.2.1.1 80% of the invoice value along with taxes and duties shall be paid within 30 days on receipt of Goods atdesignated HPCL Site / store upon submission of the following:

(i) Commercial invoice in triplicate

(ii) GST compliance invoice

(iii) LR or GR (original)

(iv) Packing List

(v) Dispatch clearance issued by Purchaser

(vi) Inspection release note issued by Purchaser / TPIA

(vii) Certificate of receipt of goods at Purchaser’s store

5.2.1.2 Balance 20% of the invoice value shall be paid within thirty (30) days after Installation, Testing &Commissioning of Odorising Unit and final acceptance thereof by Purchaser and submission of finaldocuments.

5.2.2 For SOR Item No.2.0, 3.0, 4.0 & 5.0

5.2.2.1 100% of the invoice value along with taxes and duties shall be paid within 30 days on receipt of Goods atdesignated HPCL Site / store upon submission of the following:

(i) Commercial invoice in triplicate

(ii) GST compliance invoice

(iii) LR or GR (original)

(iv) Packing List

(v) Dispatch clearance issued by Purchaser

(vi) Inspection release note issued by Purchaser / TPIA

(vii) Certificate of receipt of goods at Purchaser’s store

5.2.3 For SOR Item No.6.0 (i.e. Comprehensive Maintenance)

5.2.3.1 100% payment along with taxes & duties shall be paid, against monthly invoices duly certified by ownerwithin 30 working days from the date of submission of bills to the OWNER

5.2.4 The invoice (as per GST Act/ Law) shall be raised in the name of Officer-in-Charge, Hindustan PetroleumCorporation as per PO.

5.2.5 General Notes

Page 81 of 138

Page 84: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SPECIAL TERMS ANDCONDITIONS (STC)

P.013702D11031

058

Rev 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

Page 4 of 7

i. Invoice shall be raised on the basis of not less than one fortnight interval.

ii. All invoice shall be raised as per GST Act/ Law.

iii. All efforts shall be made to release the payment within 30 days after receipt of relevantdocuments complete in all respects.

iv. All bank charges incurred in connection with payments shall be to vendor’s accounts.

v. Unless otherwise specifically stated in bid document, all payments shall be made in the currencyquoted.

vi. No interest charges for delay in payments, if any, shall be payable by Owner.

vii. The payment shall be made after adjustment against PRS, if applicable.

5.2.6 Mode of Payment

Payment will be released through E-payment.

The INVOICE shall be raised in favour of OIC, HPCL as mentioned in PO.

5.2.7 Deduction at Source

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

5.2.7.2 Purchaser will release payments to the Contractor after offsetting all dues to the Purchaser payable by theContractor under the Contract.

5.2.8 Paying authority:

Invoice/ Bill(s) (as per GST Act/ Law) shall be raised in the name of Hindustan Petroleum Corporation.Exact details shall be provided to successful bidder.

Wherever possible, payment shall be tendered to the contractor in electronic mode (e-payment) throughany of the designated banks. The contractor will comply by furnishing full particulars of Bank account(mandate) to which the payments will be routed. Owner reserves the right to make payment in any alternatemode also.

IN CASE THE ORDER IS FINALISED ON YOU AND THE MANDATE FOR PROCESSING E-PAYMENT HAS NOT BEEN SUBMITTED BY YOU, THEN THE PAYMENT MAY NOT BEEFFECTED TILL THE SUBMISSION OF EMANDATE BY YOU AND UPDATION OF NECESSARYAT OUR END. ANY CONSEQUENT DELAYS IN PAYMENT WILL BE TO YOUR ACCOUNT ANDHPCL SHALL NOT BE RESPONSIBLE FOR THE SAME. IN CASE THE E-MANDATE HAS BEENSUBMITTED EARLIER THE SAME IS NOT REQUIRED TO BE RE-SUBMITTED.

5.2.9 E-Way Bill

The consignment should be handed over to transporter with E-way bill, wherever required as per law/act.In case such e-way bill is required to be issued by HPCL, the concerned designated order issuing authoritymay be contacted in this regard. It will be the responsibility of the supplier to ensure the compliance of theprovisions relating to E-Way bill before dispatch of the consignment and any financial implication arisingdue to non-compliance in this regard will be to the account of the supplier.

5.2.10 Payment Office

Hindustan Petroleum Corporation Limited,

Project Office (Jind, Sonipat)

Haryana.

5.2.11 Invoicing

Invoices and other documents such as TR/RR/GC note, delivery challan etc. shall be sent as hereunder:

· Original + 2 copies to Jind Sonipat, Project Office.

Page 82 of 138

Page 85: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SPECIAL TERMS ANDCONDITIONS (STC)

P.013702D11031

058

Rev 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

Page 5 of 7

· 2 copies to Resident Construction Manager of the Project

· 1 copy to Procurement Dept. of the Consultant

· 1 copy to Project Manager, SiteThe bills will be reduced by the amount recoverable, if applicable, towards Price Reduction for delay indelivery.

6.0 RECOVERY OF FAILURE OF ITEMS:

Pursuant to clause 27 of General Terms & Conditions for Supply, in case the items supplied by the supplierfails during fabrication and or erection due to manufacturing defect the supplier shall become liable toreimburse to HPCL the landed cost for replacing the defective items, including all costs incurred up todelivery thereof at site, all duties, freight, insurance, labour, material, charges for cutting, removing,replacement, engineering and construction supervision charges of consultant, and relaying of defectivepart(s), including cost of incidental activities.

7.0 LIABILITY CLAUSE

It is expressly understood and agreed by and between Bidder and M/s Hindustan Petroleum CorporationLimited, (Indian Public Sector Undertaking) that M/s Hindustan Petroleum Corporation Limited is enteringinto this agreement solely on its own behalf and not on behalf of any other person or entity. In particular, itis expressly understood and agreed that the Government of India is not a party to this agreement and hasno liabilities, obligations or rights hereunder. It is expressly understood and agreed that M/s HindustanPetroleum Corporation Limited is an independent legal entity with power and authority to enter intocontracts solely on its own behalf under the applicable Laws of India and general principles of ContractLaw. The Bidder expressly agrees, acknowledges and understands that M/s Hindustan PetroleumCorporation Limited is not an agent, representative or delegate of the Government of India. It is furtherunderstood 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 expresslywaives, releases and foregoes any and all actions or claims, including cross claims, impleader claims orcounter claims against the Government of India arising out of this contract and covenants not to sue toGovernment of India as to any manner, claim, cause of action or thing whatsoever arising of or under thisagreement.

8.0 GOVT. ACTS/ REGULATIONS

8.1 Any reference to the Govt. Acts / Regulations etc. in the Bid Document is only indicative, and it is entirelyfor the Bidder to ascertain the applicable Acts / Regulations.

9.0 INDEMNIFY OWNER

Owner has absolutely no liability whatsoever concerning the employees of the Bidder. The Bidder shallindemnify Owner against any loss or damage or liability arising out of or in the course of his/theiremploying persons or relation with his/their employees.

10.0 SUBSTITUTION AND WRONG SUPPLIES

Unauthorized substitution or materials delivered in error, other than those mentioned in the Purchase order,or material of sub-standard quality or supplied in excess quantity (unless authorized by the buyer), shall berejected and the rejected goods if any shall be returned to Seller at Seller’s cost and risk.

11.0 VALIDITY OF OFFER:

Clause no. 43 of GTC for Supply shall be read as Offer shall be valid for 120 days from the due date /extended due date of the tender enquiry.

12.0 TERMS AND CONDITIONS FOR SUPERVISION OF ERECTION, TESTING ANDCOMMISSIONING

Page 83 of 138

Page 86: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SPECIAL TERMS ANDCONDITIONS (STC)

P.013702D11031

058

Rev 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

Page 6 of 7

12.1 Bidder has to quote the applicable rate of GST while filling their prices on HPCL e-portal. The same shallbe considered for evaluation and payment for the per diem charges for supervision. Any variation in theGST rate within contractual completion period shall be borne by Purchaser and variation beyond contractualcompletion date shall be borne by Bidder. Bidder to note that tax deposited at source under Income TaxAct 1961 (withholding tax) shall be borne by bidder.

12.2 No payment will be made for travel days/period.

12.3 Bidder will be responsible for all liabilities towards corporate tax, personal income tax and GST (as maybe applicable) for their personnel deputed for the supervision job. Any variation (s), including statutory,shall be to Vendor’s account and the Owner shall not be liable for the same. Such tax(s) shall be deductedat source by Owner while making payments against each invoice.

12.4 Vendor’s supervisory personnel to observe/abide by the working conditions, safety codes & Indian law.

13.0 PRICE REDUCTION SCHEDULE

Cl no.18 of General Terms and Conditions for Supply shall stand modified as per following :-

In case of delayed delivery, prices will be reduced @ 1/2% of the total contract value plus GST for everyweek of delay or part thereof subject to a maximum of @ 5% of the total contract value plus GST.

NOTE:

a. Price Reduction shall be applicable only on total contract value plus GST and on Full completeweek (s) and for fractional days Price reduction shall be applicable on pro-rata, if any.

b. Initially Price Reduction shall be applicable for total contract value plus GST and final PriceReduction settlement to be on undelivered portion in the contractual delivery period.

14.0 STATUTORY APPROVALS

14.1 The approval from any authority required as per statutory rules and regulations of Central/State Governmentshall be the Contractor’s responsibility unless otherwise specified in the bid document. The application onbehalf of the Owner for submission to relevant authorities along with copies of required certificatescomplete in all respects shall be prepared and submitted by the Contractor well ahead of time so that theactual construction/commissioning of the work is not delayed for want of the approval/inspection byconcerned authorities. The inspection of the works by the authorities shall be arranged by the Contractorand necessary co-ordination and liaison work in this respect shall be the responsibility of the Contractor.However statutory fees paid, if any, for all inspections and approvals by such authorities shall be reimbursedat actual by the Owner to the Contractors on production of documentary evidence.

14.2 Any change/addition required to be made to meet the requirements of the statutory authorities shall becarried out by the Contractor free of charge. The inspection and acceptance of the work by statutoryauthorities shall however, not absolve the Contractor from any of his responsibilities under this Contract.

15.0 COMPLIANCE OF LAWS

The contractor/supplier deploying 20 (twenty) or more workmen as contract labour shall have to obtainlicense from appropriate licensing authority, if required.

The contractor (which shall include the Contracting firm / company) shall be solely liable to obtain and toabide by all necessary licenses from the concerned authorities as provided under the various labour lawslegislation’s including labour license from the competent authority under the Contract Labour (“Regulation& Abolition”) Act 1970 and Acts made thereafter.

The Contractor shall be responsible for necessary contributions towards PF, Family Pension, ESIC or anyother statutory payments to Government Agencies as applicable under the laws in respect of the contractand personnel deployed by the contractor for rendering services to OWNER and shall deposit the requiredamount with the concerned statutory authorities on or before due dates. The contractor shall obtain a

Page 84 of 138

Page 87: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SPECIAL TERMS ANDCONDITIONS (STC)

P.013702D11031

058

Rev 0 Supply, Installation & Commissioning of Odorizing System for City GasDistribution Project

Page 7 of 7

separate PF number from the concerned Regional Provident Fund Commissioner and submit necessaryproof of having deposited the employees as well as the employer’s contribution to the Provident Fund.

The contractor shall not engage /deploy any person of less than 18 years under this contract and the personsto be deployed should be physically and mentally fit.

The installations where job is to be carried out are live and have hydrocarbon environment. Contractorshall comply with all safety and security rules and regulations and other rules laid down by OWNER. Itshall be the duty/responsibility of the contractor to ensure the compliance of fire, safety, security and otheroperational rules and regulations by his personnel. Disregard to these rules by the contractor’s personnelwill lead to the termination of the contract in all respects and shall face penal/legal consequences.

The contractor shall arrange for insurance of all this workers engaged on the job as per the relevant Acts,rules and regulations, etc. In case by virtue of provisions of worker’s compensation Act, 1923 or any otherlaw in force. OWNER has to pay compensation for a workman employed by the contractor due to any causewhatsoever the amount so paid shall be recovered from the dues payable to the contractor and /or securitydeposit.

16.0 COORDINATION WITH OTHER AGENCIES

16.1 The Contractor’s responsibility covers the co-ordination of all the works involved and the expenses of sitemobilization and demobilization including clearing activities. The quoted rates for various items aredeemed to have appropriately catered for these and no separate claim whatsoever is admissible.

16.2 Work shall be carried out in such a manner that the work of other agencies operating at the site is nothampered due to any action/inaction of the contractor. Proper co-ordination with other agencies shall beContractor’s responsibility.

17.0 SUB-LETTING OF CONTRACT

No part of this contract nor any share or interest therein in any manner or extent, will be transferred orassigned or sub-let, directly or indirectly to any person/firm or organization.

18.0 CONTRACT CUM EQUIPMENT PERFORMANCE GUARANTEE

Within twenty one (21) Days of receipt of the FOI’s Notification of Award, the successful bidder shallfurnish to the Purchaser the Contract-Cum-Equipment Performance Bank Guarantee (CPBG).

First lot for Supply, installation and commissioning and Performance acceptance test:- equivalent to 10%of total order value inclusive of all taxes, duties and charges towards supply, stevedoring, port and customsclearances, forwarding, inland/unloading and handling upto HPCL site/store .

For subsequent lots, the bidder will submit CPBG for 10% of the value as defined above within 21 days ofplacement/confirmation of each lot as defined in delivery schedule.

If the material supplied by contractor does not meet the guaranteed parameters and other requirement asper technical specification of contract consistently during operation at site, HPCL will revoke the ContractCum Equipment Bank Guarantee at its sole discretion.

19.0 ANNUAL RATE CONTRACT CONDITIONS

19.1 VOID

Page 85 of 138

Page 88: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

HINDUSTAN PETROLEUM CORPORATIONLIMITED (HPCL)

CITY GAS DISTRIBUTION PROJECT

SUPPLY, INSTALLATION & COMMISSIONING OF ODORIZINGSYSTEM FOR CITY GAS DISTRIBUTION PROJECT

SECTION-V

FORMS AND FORMATS

Page 86 of 138

Page 89: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORMS AND FORMATS

1 FINANCIAL CAPABILITY OF THE BIDDER (To be filled and Uploaded)1A ANNUAL TURNOVER1B FINANCIAL STATUS2 BIDDER’S GENERAL INFORMATION (To be filled and Uploaded)3 INTEGRITY PACT, IF APPLICABLE (To be filled and Uploaded)4 BID SECURITY FORM (To be filled and Uploaded)5 BANK GUARANTEE FOR PERFORMANCE GUARANTEE6 ADVICE FROM SUPPLIER/CONTRACTOR FOR E-PAYMENT7 LETTER OF AUTHORITY8 DECLARATION (To be filled and Uploaded)9 BID FORM (To be filled and Uploaded)10. UNDERTAKING OF ADEQUATE CAPACITY (To be filled and Uploaded)11. POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH LOCAL

CONTENT) (PP-LC) – (If Applicable)12. NO DEVIATION CONFIRMATION13. CHECKLIST FOR AGREED TERMS AND CONDITIONS (INDIAN BIDDER)14. DETAILS OF LITIGATION15. DECLARATION REGARDING HOLIDAY/BANNING

16. DECLARATION ON TENDER DOCUMENT PURCHASED / DOWNLOADED17. DEVIATION FORM

18. NSIC / MSME CERTIFCATE DETAILS19. GRIEVANCE REDRESSAL MECHANISM

20. REVERSE AUCTION – TERMS & CONDITIONS AND PROCEDURE21. FORMAT FOR CERTIFICATE FROM STATUTORY AUDITOR FOR DETAILS OF

SIMILAR GOODS/ WORK/ SERVICES SUPPLIED/ DONE DURING PAST 5 YEARS22. FORMAT FOR SUPPLY RECORDS FOR MEETING BQC23. BANK GUARANTEE FOR SECURITY DEPOSIT

24. BANK GUARANTEE IN LIEU OF LIQUIDATED DAMAGES25. DECLARATION REGARDING GST

Page 87 of 138

Page 90: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM – 1FINANCIAL CAPABILITY OF THE BIDDER

Bid Document No. ………………………………………………………..

The Bidder shall indicate herein his annual turnover during preceding 3 years based on theaudited balance sheet/profit & loss account statement.

Financial Year Annual Turnover(Rs.)

Networth(Rs.)

2016-2017 / 20172017-2018 / 20182018-2019 / 2019

AVERAGE ANNUAL TURNOVERFOR LAST THREE YEARS

NOTE:

1. Net worth means paid up share capital, Share Application Money pending allotment* andreserves # less accumulated losses and deferred expenditure to the extent not written off.

# Reserves to be considered for the purpose of networth shall be all reserves created out of theprofits and securities premium account but shall not include reserves created out of revaluationof assets, write back of depreciation and amalgamation.

*Share Application Money pending allotment will be considered only in respect of share to beallotted.

Accordingly, the definition of Networth shall be as follows:

Paid up share capital XXXXAdd: Share Application Money pending allotment XXXXAdd: Reserves (As defined Above) XXXXLess: Accumulated Losses XXLess: Deferred Revenue Expenditure to the extent notwritten off XXNet worth XXXX

1. Bidder shall furnish necessary documentary evidence by uploading the documents in thee-portal of HPCL, such as notarized copies of audited Annual Report/Balance Sheet forlast three (3) years as mentioned above, Original Certificate from Chartered Accountindicating Turnover & Net worth.

Stamp and Signature of Bidder Name of Bidder Company:

Page 88 of 138

Page 91: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM F1-AANNUAL TURNOVER

Bidder must fill in this form

Annual Turnover data for the last 3 financial years:

Year Amount(in INR)

Year 1: 2016-17

Year 2: 2017-18

Year 3: 2018-19

1. The information supplied should be the Annual Turnover of the bidder2. A brief note should be appended describing thereby details of turnover as per audited results.

SEAL AND SIGNATURE OF THE BIDDER

Page 89 of 138

Page 92: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM F – 1 BFINANCIAL STATUS

Bidder must fill this formFINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR

Description For the year of 2018-19

Amount (in INR)

1. Current assets

2. Current Liabilities

3. Working Capital (Current Assets-Currentliabilities)

4. Net Worth Owners funds (Paid up share capitaland Free Reserves & Surplus) (NW)

Attached are copies of the audited balance sheets, including all related notes and income statement for the lastAudited Financial year, indicated above, complying with the following conditions;

· All such documents reflect the financial situation of the bidder.· Historic financial statements must be audited by a certified accountant.· Historic financial statements must be complete, including all notes to the financial statements.· Historic financial statements must correspond to accounting periods already completed and audited (no

statement for partial periods shall be requested or accepted)

Page 90 of 138

Page 93: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-2BIDDER’S GENERAL INFORMATION

Bid Document No:. ………………………………………...

ToHPCL

1.1 Bidder Name: _____________________________________

1.2 Number of Years in Operation: _____________________________________

1.3 Registered Address: _____________________________________

1.4 Operation Address : _____________________________________ (if different from above)

1.5 Telephone Number : _____________________________________ (Country Code) (Area Code) (Tel. Number)

1.6 E-mail address & Web Site : _____________________________________

1.7 Telefax Number : _____________________________________ (Country Code) (Area Code) (Tel. Number)

1.8 ISO Certification, if any (if yes, please furnish details)

1.9 PAN Number: ____________________________________

1.10 GST Number: ____________________________________

Note: Bidder to submit supporting documents in view of the above.

Page 91 of 138

Page 94: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 3INTEGRITY PACT

Dated

To,HINDUSTAN PETROLEUM CORPORATION LIMITED

Sub: Procurement of Bidding Documents

Ref. Tender no.:

HPCL and the Bidder agree that the Notice Inviting Tender (NIT) is an offer made on the condition that the bidderwill sign the Integrity Pact and the Bid would be kept open in its original form without variation or modificationfor a period of (state the number of days from the last date for the receipt of tenders stated in the NIT) 120 daysand the making of the bid shall be regarded as an unconditional and absolute acceptance of this condition of theNIT.

We confirm acceptance and compliance with the Integrity Pact in letter and spirit. We further agree that thecontract consisting of the above conditions of NIT as the offer and the submission of Bid as the Acceptance shallbe separate and distinct from the contract which will come into existence when bid is finally accepted by HPCL.

The consideration for this separate initial contract preceding the main contract is that HPCL is not agreeable tosell the NIT to the Bidder and to consider the bid to be made except on the condition that the bid shall be keptopen for 120 days after the last date fixed for the receipt of the bids and the Bidder desires to make a bid on thiscondition and after entering into thisseparate initial contract with HPCL.

HPCL promises to consider the bid on this condition and the Bidder agrees to keep the bid open for the requiredperiod. These reciprocal promises form the consideration for this separate initial contract between the parties.

If Bidder fails to honour the above terms and conditions, HPCL shall have unqualified, absolute and unfetteredright to encash / forfeit the bid security submitted in this behalf.

Yours faithfully, Yours faithfully,(BIDDER) (PURCHASER)

# (This agreement should be “pre-signed” by the authorised representatives of the applicableFunction/SBU on behalf of HPCL at the time of invitation of tender).

Page 92 of 138

Page 95: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

INTEGRITY PACT

PRE-CONTRACT INTEGRITY PACT

1. General

This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on _ day of the month of 20,between, on one hand, Hindustan Petroleum Corporation Limited acting through Shri (Designation of the officer,),Department (hereinafter called the "BUYER", which expression shall mean and include, unless the contextotherwise requires, his successors in office and assigns) of the First Part and M/s. represented by Shri,_________________, (hereinafter called the "BIDDER/Seller" which expression shall mean and include unlessthe context otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to procure (Name what is being procured) and the BIDDER/Seller is willingto offer/has offered the (State what is being offered).

WHEREAS the BIDDER/SELLER is a private company/ public company/ Government undertaking / partnership/ registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is aMinistry/Department of the Government of Indian/PSU performing its functions on behalf of the President ofIndia.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from anyinfluence/unprejudiced dealings prior to, during and subsequent to the currency of the contract to be entered intowith a view to:-

Enabling the BUYER to obtain the desired said stores/equipment item at a competitive price in conformity withthe defined specifications by avoiding the high cost and the distortionary impact of corruption on publicprocurement, and

Enabling BIDDER/SELLER to abstain from bribing or indulging in any corrupt practice in order to secure thecontract by providing assurance to them that their competitors will also abstain from bribing and other corruptpractices and the BUYER will commit to prevent corruption, in any form, by their officials by followingtransparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

Commitments of the Buyer

1.1 The Buyer undertakes that no official of the BUYER, connected directly or indirectly with the contract,will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift,reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either forthemselves or for any person, organization or third party related to the contract in exchange for anadvantage in the bidding process, bid evaluation, contracting or implementation process related to theContract.

1.2 The Buyer will, during the pre-contract stage, treat all Bidders alike, and will provide to all Bidders thesame information and will not provide any such information to any particular BIDDER which could affordan advantage to that particular BIDDER in comparison to other BIDDERs.

1.3 All the officials of the Buyer will report to SBU Head or concerned Functional Director of HPCL for anyattempted or completed breaches of the above commitments as well as any substantial suspicion of such abreach.

Page 93 of 138

Page 96: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

2. In case of any such preceding misconduct on the part of such official(s) is reported by theBIDDER/SELLER to the BUYER with full and verifiable facts and the same is prima facie found to becorrect by the Buyer, necessary disciplinary proceedings, or any other action as deemed fit, includingcriminal proceedings may be initiated by the BUYER and such a person shall be debarred from furtherdealings related to the contract process. In such a case while an enquiry is being conducted by the Buyerthe proceedings under the contract would not be stalled.

2.1 The BUYER will exclude from the process all known prejudiced persons.

2.2 If the BUYER obtains information on the conduct of any of its employees which is a criminal offenseunder the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, theBUYER will inform its Vigilance Office and in addition can initiate disciplinary actions.

Commitments of Bidders

3. The BIDDER/SELLER commits himself to take all measures necessary to prevent corrupt practices, unfairmeans and illegal activities during any stage of its bid or during any pre- contract or post-contract stage inorder to secure the contract or in furtherance to secure it and in particular commits himself to thefollowing:-

3.1 The BIDDER/SELLER will not offer, directly or through intermediaries, any bribe, gift, consideration,reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage orinducement to any official of the Buyer, connected directly or indirectly with the bidding process, or toany person, organization or third party related to the contract in exchange for any advantage in the bidding,evaluation, contracting and implementation of the Contract.

3.2 The BIDDER/SELLER further undertakes that it has not given, offered or promised to give, directly orindirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or otheradvantage, commission, fees, brokerage or inducement to any official of the Buyer or otherwise inprocuring the Contract or forbearing to do or having done any act in relation to the obtaining or executionof the Contract or any other Contract with the BUYER for showing or forbearing to show favour ordisfavour to any person in relation to the Contract or any other Contract with the BUYER.

3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shalldisclose their foreign principals or associates.

3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any other intermediary, inconnection with this bid/contract.

3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the originalmanufacturer/integrator and has not engaged any individual or firm or company whether Indian or foreignto intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whetherofficially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid,promised or intended to be paid to any such individual, firm or company in respect of any such intercession,facilitation or recommendation.

3.6 The Bidder, either while presenting the bid or during pre-contract negotiations or before signing thecontract, shall disclose any payments he has made, is committed to or intends to make to officials of theBuyer or their family members, agents, brokers or any other intermediaries in connection with the contractand the details of services agreed upon for such payments.

3.7 The BIDDER/SELLER will not collude with other parties interested in the contract to impair thetransparency, fairness and progress of the bidding process, bid evaluation, contracting and implementationof the contract.

Page 94 of 138

Page 97: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

3.8 The BIDDER/SELLER will not accept any advantage in exchange for any corrupt practice, unfair meansand illegal activities.

3.9 The BIDDER/SELLER shall not use improperly, for purposes of competition or personal gain, or pass onto others, any information provided by the BUYER as part of the business relationship, regarding plans,technical proposals and business details, including information contained in any electronic data carrier.The BIDDER/SELLER also undertakes to exercise due and adequate care lest any such information isdivulged.

3.10 The BIDDER/SELLER commits to refrain from giving any complaint directly or through any other mannerwithout supporting it with full and verifiable facts.

3.11 The BIDDER/SELLER shall not instigate or cause to instigate any third person to commit any of theactions mentioned above.

3.12 The BIDDER/SELLER or any employee of the BIDDER/SELLER or any person acting on behalf of theBIDDER/SELLER, either directly or indirectly, is a relative of any of the officers of the BUYER, oralternatively, if any relative of an officer of the BUYER has financial interest/stake in theBIDDER/SELLER's firm, the same shall be disclosed by the BIDDER/SELLER at the time of filing oftender.

The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956.

3.13 The BIDDER/SELLER shall not lend to or borrow any money from or enter into any monetary dealingsor transactions, directly or indirectly, with any employee of the BUYER.

4. Previous Transgression

4.1 The BIDDER/SELLER declares that no previous transgression occurred in the last three years immediatelybefore signing of this Integrity Pact, with any other company in any country in respect of any corruptpractices envisaged hereunder or with any Public Sector Enterprise in India or any Government Departmentin India, that could justify BIDDER/SELLERs exclusion from the tender process.

4.2 The BIDDER/SELLER agrees that if it makes incorrect statement on this subject, BIDDER/SELLER canbe disqualified from the tender process or the contract, if already awarded, can be terminated for suchreason.

5. Earnest Money

5.1. While submitting commercial bid, the BIDDER/SELLER shall deposit an amount (to be specified in theIFB (Invitation for Bid) as Earnest Money, with the BUYER through any of the following instruments (asspecified In IFB):-

(i) Bank Draft or a Pay Order

(ii) A confirmed guarantee by an Indian Nationalized Bank, promising payment of the guaranteed sum to theBUYER, on demand within three working days without any demur whatsoever and without seeking anyreasons whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof forpayment.

(iii) Any other mode or through any other instrument (to be specified in IFB).

(iv) Through e-payment

5.2. The Security Deposit & Retention Money shall be valid & retained by the buyer for such period as specifiedin the RFP/GTC.

Page 95 of 138

Page 98: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

5.3 In the case of successful BIDDER/SELLER a clause would also be incorporated in the Article pertainingto Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall beapplicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the samewithout assigning any reason for imposing sanction for violation of this pact.

5.4 No interest shall be payable by the BUYER to the BIDDER/SELLER on Earnest Money/Security Depositfor the period of its currency.

6. Sanctions for Violation

6.1 Any breach of the aforesaid provisions by the BIDDER/SELLER or any one employed by it or acting onits behalf (whether with or without the knowledge of the BIDDER/SELLER) shall entitle the BUYER totake all or anyone of the following actions, wherever required:-

(i) To immediately call off the pre-contract negotiations without assigning any reason or giving anycompensation to the BIDDER / SELLER. However, the proceedings with the other BIDDER(s) /SELLER(s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit Performance Bond(after the contract is signed) shall stand forfeited either fully or partially, as decided by the BUYERand the BUYER shall not be required to assign any reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving any compensation to theBIDDER/SELLER.

(iv) To recover all sums already paid by the BUYER and in case of an Indian BIDDER/SELLER withinterest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, whilein case of a BIDDER/SELLER from a country other than India with interest thereon at 2% higherthan the L1BOR. If any outstanding payment is due to the BIDDER/SELLER from the BUYER inconnection with any other contract for any other stores, such outstanding payment could a/so beutilized to recover the aforesaid sum and interest.

(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by theBIDDER/SELLER, in order to recover the payments, already made by the BUYER, along withinterest.

(vi) To cancel all or any other Contracts with the BIDDER/SELLER. The BIDDER/SELLER shall beliable to pay compensation for any loss or damage to the BUYER resulting from suchcancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from themoney(s) due the BIDDER/SELLER

(vii) To debar the BIDDER/SELLER from participating in future bidding processes of the Governmentof India or the BUYER for a minimum period of five years, which may be further extended at thediscretion of the BUYER.

(viii) To recover all sums paid in violation of this Pact by BIDDER/SELLER(s) to any middleman oragent or broker with a view to securing the contract.

(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed bythe BUYER with the BIDDER/SELLER, the same shall not be opened.

(x) Forfeiture of Performance Bond in case a decision by the BUYER to forfeit the same withoutassigning any reason for imposing sanction for violation of this Pact.

Page 96 of 138

Page 99: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1 (i) to (x) of this Pactalso on the Commission by the BIDDER/SELLER or anyone employed by it or acting on its behalf(whether with or without the knowledge of the BIDDER/SELLER), of an offence as defined in Chapter IXof the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted forprevention of corruption.

6.3 The decision of the BUYER to the effect that a breach of the provisions of this Integrity Pact has beencommitted by the BIDDER/SELLER shall be final and conclusive on the BIDDER/SELLER. However,the BIDDER/SELLER can approach the Independent external monitor(s) appointed for the purposes ofthis Pact.

7. Fall Clause

a) The Bidder undertakes that during the previous one year, the Bidder has not supplied I is not supplyingand/or has not agreed to supply similar product systems or subsystems at a price lower than thatoffered in the present bid in respect of same location as mentioned in the present bid to any otherMinistry/Department of the

Government of India or PSU.

b) Further the Bidder unconditionally agrees and confirms that in case it is found at any stage that duringthe financial year in which bid was submitted by the bidder, the bidder had supplied/agreed to supplysimilar product systems or subsystems in respect of same location to any other Ministry/Departmentof the Government of India or a PSU at a price lower than that mentioned in the present bid ("LowerPrice"), then the Buyer by providing a written notice to the Bidder shall be at liberty to apply LowerPrice to the contract and accordingly reduce the contract value. The Bidder further undertakes torefund to the Buyer the difference between payment received under the contract and the Lower Price("Price Difference") within 15 days of receipt of the said written notice.

c) In case the Price Difference is not received by the Buyer from the Bidder within the period stipulatedunder clause 7 (b), then the Buyer shall be free to recover the Price difference from any amount dueand payable to the Bidder under any contract or transaction undertaken with the Buyer."

8. Independent Monitors

8.1 The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact, inconsultation with the Central Vigilance Commission Names and Addresses of the Monitors: 1) Shri JyotiSwaroop Pandey 2) Shri Kata Chandrahas, 3) Shri. Arun Chandra Verma C/o The Company Secretary,HPCL, 6thFloor, Petroleum House, 17, Jamshedji Tata Road, Church gate, Mumbai 400020.

8.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent theparties comply with the obligations under this Pact.

8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform theirfunctions neutrally and independently.

8.4 Both the parties accept that the Monitors have the right to access all the documents relating to the projectprocurement, including minutes of meetings.

8.5 As soon as the Monitors notice, or have reason to believe, a violation of this Pact, he will so inform theC&MD of the BUYER Corporation.

8.6 The BIDDER(s) accepts that the Monitors have the right to access without restriction to all Projectdocumentation of the BUYER including that provided by the BIDDER/SELLER. The BIDDER/SELLERwill also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted andunconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor

Page 97 of 138

Page 100: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

shall be under contractual obligation to treat the information and documents of theBIDDER/Subcontractor(s) with the confidentiality.

8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the partiesrelated to the Project provided such meetings could have an impact on the contractual relations betweenthe parties. The parties will offer to the Monitor the option to participate in such meetings.

8.8 The Monitors will submit a written report to the C&MD of the BUYER/Secretary in the Department/within8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and, should theoccasion arise, submit proposals for correcting problematic situations.

9. Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYERor its authorised agencies & other Govt. authorities shall be entitled to examine all the documents includingthe Books of Accounts of the BIDDER/SELLER and the BIDDER/SELLER shall provide necessaryinformation and documents in English and shall extend all possible help for the purpose of suchexamination.

10. Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

11 . Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow inaccordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

12. Validity

12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years or thecomplete execution of the contract to the satisfaction of both the BUYER and theBIDDER/SELLER, including warranty period, whichever is later. In case BIDDER is unsuccessful,this Integrity Pact shall expire after six months from the date of the Signing of the contract.

12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pactremains valid. In this case, the parties will strive to come to an agreement to their original intentions.

13. The Parties hereby sign this Integrity Pact at on

BUYER BIDDERName of the Officer-

Name of the Officer Designation-Designation

HPCL Name of the Organisation/Dep/Ministry/PSU

Witness Witness

1. 1.

2. 2.

Page 98 of 138

Page 101: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 4FORMAT FOR BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT / BID SECURITY

TO :Hindustan Petroleum Corporation Limited(Address as applicable)

IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED a Governmentof India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji TataRoad, Bombay-20 (hereinafter called "The Corporation" which expression shall include its successor in businessand assigns) issued a tender on Messrs. ................................................ a partnership firm/sole proprietor business/acompany registered under the Companies Act, 1956having its office at (hereinafter called "the Tenderer" which expression shall include its executors, administratorsand assigns) against Tender no............ dated .................... (hereinafter called "the tender" which expression shallinclude any amendments/ alterations to "the tender" issued by "the Corporation") for the supply of goodsto/execution of services for "the Corporation" and "the Corporation" having agreed not to insist upon immediatepayment of Earnest Money for the fulfilment of the said tender in terms thereof on production of an acceptableBank Guarantee for an amount of `.......(Rupees ................................. only).

1. We, ................................... Bank having office at ..................................................... Bombay (hereinafterreferred to as "the Bank" which expression shall include its successors and assigns) at the request and onbehalf of "the Tenderer" hereby agree to pay to the Corporation withoutany demur on first demand an amount not exceeding ̀ ........... (Rupees ...................................... only) againstany loss or damage, costs, charges and expenses caused to or suffered by "the Corporation" by reason ofnon performance and fulfilment or for any breach on the part of "the Tenderer" of any of the terms andconditions of the said "tender".

2. We, ........................................ Bank further agree that "the Corporation" shall be sole Judge whether thesaid "Tenderer" has failed to perform or fulfill the said "tender" in terms thereof or committed breach ofany of the terms and conditions of "the order" and the extent of loss, damage, cost, charges and expensessuffered or incurred or would be suffered or incurred by "the Corporation" on account thereof and wewaive in favour of "the Corporation" all the rights and defences to which we as guarantors and/or "theTenderer" may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by "the Corporation" as such shallbe final and binding on "the Bank" as to "the Bank" 's liability to pay and the amount demanded and "theBank" to undertake to pay "the Corporation" the amount so demanded on first demand and without anydemur notwithstanding any dispute raised by "the Tenderer" or any suit or other legal proceedingsincluding arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under thisguarantee being absolute and unconditional.

4. We, ....................................... Bank further agree with "the Corporation" that "the Corporation" shall havethe fullest liberty without our consent and without affecting in any manner our obligations hereunder tovary any of the terms and conditions of the said "tender"/or to extend time of performance by "theTenderer" from time to time or to postpone for any time to time any of the powers exercisable by "theCorporation" 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 extensionbeing granted to "the Tenderer" or for any forbearance, act or omission on the part of "the Corporation" orany indulgence by "the Corporation" to "the tenderer" or by any such matter or things whatsoever whichunder 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` ......... (Rupees....................................... only). Our liability under this guarantee shall remain in force until

Page 99 of 138

Page 102: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

expiration of six months from the due date of opening of the said "tender". Unless a demand or claim underthis guarantee is made on us in writing within said period, that is, on or before .................................... allrights of "the Corporation" under the said guarantee shall be forfeited and we shall be relieved anddischarged from all liabilities thereunder.

6. We, ........................................ Bank further undertake not to revoke this guarantee during its currencyexcept with the previous consent of "the Corporation" in Writing.

7. We, ......................................... Bank lastly agree that "the Bank" 's liability under this guarantee shall notbe 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 documentsand/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 authorizedto sign on behalf of "the Bank

Page 100 of 138

Page 103: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-5BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF

SUPPLIER / CONTRACTOR(on non-judicial stamp paper of appropriate value)

To,Hindustan Petroleum Corporation Ltd.,Mumbai

IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. a Government of IndiaCompany registered under the Companies Act,1956, having its registered office at 17, Jamshedji Tata Road,Bombay -400 020 (hereinafter called "the Corporation" which expression shall include its successors and assigns)having awarded to M/s __________________________ a partnership firm/sole proprietor business/a companyregistered under the Companies Act, 1956 having its office at ______________________________ (hereinafterreferred to as "the Supplier" which expression shall wherever the subject or context so permits includes itssuccessors and assigns) a supply contract in terms inter alia, of "the Corporation's" Order No.________ dated____________ and the General procurement conditions of "the Corporation" and upon the condition of"supplier's" furnishing security for the performance of "the Supplier's" obligations and/or discharge of "thesupplier's" liability under and/or in connection with the said supply contract upto a sum of Rs. ______(Rupees_____________________) amounting to 10% (ten percent) of the total contract value.

We, ______________________ (hereinafter called "the Bank" which expression shall include its successors andassigns) hereby jointly and severally undertake and guarantee to pay to "the Corporation" in rupees forthwith ondemand in writing and without protest or demur of any and all moneys anywise payable by "the Supplier" to "theCorporation" under, in respect of or in connection with the said supply contract inclusive of all the Corporation'slosses and damage and costs, (inclusive between attorney and client) charges, and expenses and other moneysanywise payable in respect of the above as specified in any notice of demand made by "the Corporation" to theBank with reference to this Guarantee upto and aggregate limit of Rs. ___________ (Rupees___________________ ) and "the Bank" hereby agrees with "the Corporation" that:

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

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

3 "The Corporation" shall be at liberty without reference to "the Bank" and without affecting the full liability of"the Bank" hereunder to take any other security in respect of "the Supplier's" obligation and/or liabilities under orin connection with the said supply contract and to vary the term vis-a-vis "the supplier" of the said supply contractor to grant time and/or indulgence to "the Supplier" or to reduce or to increase or otherwise vary the prices of thetotal contract value or to release or to forebear from enforcement of all or any of the obligations of "the supplier"under the said supply contract and/or the remedies of "the Corporation" under any other security(ies) now orhereafter held by "the Corporation" and no such dealing(s), variation(s) or other indulgence(s) or agreement(s)with "the supplier" or release of forbearance whatsoever shall have the effect of releasing "the Bank" from its fullliability to "the Corporation" hereunder or of prejudicing rights of "the Corporation" against "the Bank".

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

Page 101 of 138

Page 104: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

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

6. The amount stated in any notice of demand addressed by "the Corporation" to "the Bank" as liable to be paidto "the Corporation" by "the supplier" or as suffered or incurred by "the Corporation" on account of any losses ordamages or costs, charges/and/or expenses shall be as between "the Bank" and "the Corporation" be conclusiveof the amount soliable to be paid to "the Corporation" or suffered or incurred by "the Corporation", as the casemay be, and payable by "the Bank" to "the Corporation", in terms hereof.

7. Not withstanding anything contained herein above:

i) Our liability under this guarantee shall not exceed Rs..........ii) This Bank Guarantee shall be valid upto and including .......; andiii) 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 ofexpiry of this guarantee.

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/orthe 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 __________20….

____________________________ Bank(by its constituted attorney)

(signature of a person authorized tosign on behalf of "the Bank")

Page 102 of 138

Page 105: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-6ADVICE FROM SUPPLIER/CONTRACTOR FOR E-PAYMENT

(ON LETTER HEAD)

Hindustan Petroleum Corporation LimitedMumbai

Dear Sirs,

The following is a confirmation/updation of my bank details and I hereby affirm my / our choice to opt for paymentof amounts due to me under various contracts through electronic mode. I understand that Hindustan PetroleumCorporation Limited also reserves the right to send the payments due to me by a cheque/ demand draft/ electronicsmode or through a banker.

A) Supplier/Contractor Details

1. Supplier/Contractor Name

2. Supplier Contractor Code

3. Address (including Pin Code)

4. Controlling officer name/SBU: E&P

5. P.A. No.

6. E-mail ID

B) Particulars of Bank Account

1. Bank Name

2. Branch Name & branch code

3. Branch Address (incl. Pin Code)

4. 9 digit MICR No. of Bank and Branch(As appearing on the cheque)

5. Account Type (Saving/Cash Credit/Current)

6. Account Number (as appearing on cheque)

7. IFSC Code of the Branch (for RTGS)

8. IFSC Code of the Branch (for NEFT)

I hereby confirm that the particulars given above are correct and the complete and also undertake topromptly advise and changes to the above details to HPCL. If the transaction is delay or not effected forreasons of incomplete or incorrect information or banking delays. I shall not hold Hindustan PetroleumCorporation Limited responsible. I also agree for printing of the bank details on the cheque or DD if thepayment is effected by cheque/DD. The charges, if any, levied by my bank shall be settled by me / us.

Name (in capital) & signature of supplier / contractorAuthorized signatory

Page 103 of 138

Page 106: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

Official rubber stamp

Date:

Note

1. Bank details (B.1 to 8) to be confirmed by the bankers. Such confirmation shall duly signed & stampedby the bankers. Supplier code, bank account number and RTGS/NEFT number required essentially

2. Please enclosed cancelled /photocopy of a cheque

Page 104 of 138

Page 107: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-7LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending 'Pre-Bid Meetings' /'Un-priced Bid Opening' / 'Price BidOpening']

Ref: Date:To,HPCL

Subject: Tender No. : ________________ (e-tender no. ________________________) for (Tender Name)________________________________.

Dear Sir,

I/We, _____________________________________ hereby authorize the following representative(s) forattending Pre-Bid Meeting', 'Un-priced Bid Opening', 'Price Bid Opening' against the above Tender Document:

[1] Name & Designation ____________________ Signature ___________________Phone/Cell:

Fax: E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ____________________ Signature ___________________ Phone/Cell: Fax: E-mail: ……………………………………….. @ ………………………………

We confirm that we shall be bound by all commitments made by aforementioned authorised representative(s).

Place: [Signature of Authorized Signatory of Bidder]Date: Name:

Designation:Seal:

Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder and should be signed bya person competent and having the 'Power of Attorney' to bind the Bidder. Not more than 'two [02]persons per Bidder' are permitted to attend "Techno-commercial / Un-priced" & "Price Bid" Openings.Bidders authorized representative is required to carry a copy of this authority letter while attending theun-priced and priced bid opening, the same shall be submitted to HPCL.

Page 105 of 138

Page 108: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-8

DECLARATION(To be submitted along with Un-priced bid)

We (M/s. __________________________) hereby declare that we have not been banned or delisted or blacklistedor put on holiday list by any government or quasi Government agencies or PSUs.

We (M/s. __________________________) confirm that we are not on Holiday/ Negative / Suspension / Banninglist of HPCL on due date of submission of bid.

We (M/s. __________________________) confirm that we are not under liquidation, court receivership or similarproceedings.

I/we also (Co. name), _________________________________________herewith declare that we are registeredunder GST with GSTIN No _______________ (Please specify and provide supporting document).

Stamp and Signature of Bidder

Note : If a bidder has been banned or delisted or blacklisted or put on holiday list by any Government orquasi Government agencies or PSU, this fact must be clearly stated with details and it may not necessarilybe a cause for disqualifying him. If this declaration is not given, the bid will be rejected as nonresponsive.

Note:

This Declaration should be on the letterhead of the Bidder and should be signed by a person competent andhaving the power of attorney to bind the Bidder.

Page 106 of 138

Page 109: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-9

BID FORM

To: (Name and address of Owner/Consultant) Date:

Gentlemen,

Having examined the Conditions of Contract and Specifications of tender document including Addendum(s) /Corrigendum(s) in respect of ………………(Project Name), the receipt of which is hereby duly acknowledged,we the undersigned, offer to supply and delivery (Description of Goods and Services) in conformity with the saidDrawings, Conditions of Contract and specifications for the same (total bid amount in words and figures) or suchother sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part ofthis bid.

We undertake if our bid is accepted, complete delivery as agreed and specified in the IFB document. If our bid isaccepted we will obtain the guarantee of a Bank in a sum not exceeding (10) % of the Contract price for the dueperformance of the Contract.

We agree to abide by this bid for a period of 120 days from the date fixed for bid opening under Instructions toBidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof in yournotification of award (Fax of Intent) shall constitute a binding Contract between us.

We understand that you are not bound to accept the lowest or any bid, you may receive.

Dated this Day of

Signature

………………………………………In the capacity of duly authorized to sign bid for an on behalf of

Witness

Address

Signature

Page 107 of 138

Page 110: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-10

UNDERTAKING OF ADEQUATE CAPACITY

We confirm that our Plant / Facility has Adequate Capacity to handle Concurrent Orders and the Supplies to bemade to HPCL will not get delayed due to the concurrent orders from other Clients.

Stamp and Signature of Bidder

Page 108 of 138

Page 111: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-11

POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) (PP-LC)

1.0 Ministry of Petroleum & Natural Gas (MoPNG) vide O.M No: O-27011/44/2015-ONG-II/FP dated25.04.2017 has forwarded policy to provide Purchase Preference (linked with Local Content) in all the PublicSector Undertakings under the Ministry of Petroleum and Natural Gas with objective to Support and boost thegrowth of Domestic Manufacturing sector so as to be able to support oil and natural gas business activitiesand contribute added value to economy, absorb manpower as well as have national, regional and internationalcompetitiveness; and boost the growth of Innovation/technology of domestic manufacturing sector. A copy ofthe policy is available on website of MoP&NG (i.e. http://petroleum.nic.in/).

2.0 Eligibility: Manufacturers/ Suppliers / service providers (as the case may be) having the Capability of meeting/exceeding the local Content targets mentioned in the tender document.

In case a bidder is eligible to seek benefit under Purchase PP-LC policy as well as PPP for MSE 2012, then thebidder should categorically seek benefits against only one of the two policies i.e. either PP-LC and MSE policyin Form-1. The option once exercised cannot be modified subsequently.

Purchase preference benefits shall be extended to the bidder based on the declared option subject to the biddermeeting the requirements contained in that purchase preference policy.

In case a MSEs bidder opts for purchase preference based on PP-LC, he shall not be entitled to claim purchasepreference benefit available to MSE Bidders under PPP-2012. However, the exemptions from furnishing BiddingDocument fee and Bid security/EMD shall continue to be available to MSE Bidders

While for evaluating a particular bid that bidder’s option (to avail any one out of two applicable purchasepreference policies, i.e., PP-LC-2017 or PPP-2012) will be considered, for price matching opportunities anddistribution of quantities among bidders, the precedence shall be in the following order:-

(a) Public Procurement Policy for MSE 2012(b) Purchase Preference liked with Local Content

3.0 Definition:

(i) Local Content hereinafter abbreviated to LC shall be the value of local components in goods, serviceand EPC contracts, indicated in percentage.

(ii) Domestic Manufacturer shall be business entity or individual having business activity establishedunder Indian law and producing products domestically.

(iii) Supplier of goods and/or provider of service shall be a business entity having capability of providinggoods and/or service in accordance with the business line and qualification thereof.

(v) Verification shall be an activity to verify the accomplishment of LC by domestic manufacturersand/or suppliers of goods and/or providers of service with the data obtained or collected fromrespective business activities.

(vi) Purchase preference where the quoted price is within 10% of the lowest price, other things beingequal, purchase preference may be granted to the bidder Concerned, at the lowest valid price bid.

(vii) Local Content (LC) in Goods shall be the use of raw materials, design and engineering towardsmanufacturing, fabrication and finishing of work carried out within the country.

(viii) Local Content (LC) in Services shall be the use of services up to the final delivery by utilizingmanpower (including specialist), working appliance (including software) and supporting facilitiescarried out within the country

(ix) Local Content (LC) in EPC contracts shall be the use of materials, design and engineeringcomprising of manufacturing, fabrication, assembly and finishing as well as the use of services byutilizing manpower (including specialist), working appliance (including software) and supportingfacility up to the final delivery, carried out with in the country.

Page 109 of 138

Page 112: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

(x) Factory overhead cost shallbe indirect costs of manpower, machine/working appliance/facility andthe whole other fabrication costs needed to produce a unit of product with the cost not chargeabledirectly to specified product.

(xi) Company overhead cost shall be costs related to the marketing, administration and general affairscost of the company.

(xii) Indian Company means a company formed and registered under the Companies Act 1956 or theCompanies Act 2013.

(xiii) Foreign company means any company or body corporate incorporated outside India which— (a)has a place of business in India whether by itself or through an agent, physically or throughelectronic mode; and (b) conducts any business activity in India in any other manner.

(xiv) Target of local content for availing Purchase Preference for the tendered item in percentage ismentioned below:

22%

4.0 Wherever the goods/ services are procured under this policy, eligible (techno-commercially qualified)LC manufacturers / LC service providers shall be granted a purchase preference of 10%, i.e. where the quotedprice is within 10% of the lowest price, other things being equal, purchase preference shall be granted to theeligible (techno commercially qualified) LC manufacturers/ service providers concerned, at the lowest valid pricebid as under:-

a) Goods:

If the tenders can be split then the order for 50% ** of the procured quantity would be awarded to the lowesttechno-commercially qualified LC manufacturer/ supplier, subject to matching with L1, if such bidders areavailable. The remaining will be awarded to L1 (i. e. Non Local Content (NLC) manufacturer/ supplier notmeeting the prescribed LC criteria).

However, if L1 bidder happens to be a LC manufacturer, the entire procurement value shall be awarded to suchbidder.

If the tender cannot be split then the order shall be awarded to the eligible LC manufacturer for the entirequantity.

b) Services/EPC Contracts (others):

If the tender cannot be split the entire contract would be awarded to the lowest techno- commercially qualifiedLC service provider, subject to matching with L1, if such bidders are available and L1 bidder is not a LC serviceprovider.

In case tender for services/ EPC can be split, then splitting shall be allowed and specified in tender documents.Such services shall follow the procedure outlined for goods as described in goods above.

It may be noted that only those LC manufacturers/ service providers whose bids are within 10% of the L1 bidwould be allowed an opportunity to match L1 bid.

Note:

(i) ** If the tendered quantity cannot be divided exactly 50:50, the LC bidder will be eligible for quantitynot less than 50% of tendered quantity.

(ii) Bidder can refer MoP&NG website where complete policy with illustrative examples are uploadedfor better clarity to bidders

5) Determination of LC: The following process shall be adopted by the bidder to determine the content ofLC.:-

Page 110 of 138

Page 113: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

5.1 LC of goods

a) LC of goods shall be computed on the basis of the cost of domestic components in goods, comparedto the whole cost of product. The whole cost of product shall be constituted of the cost spent for theproduction of goods, covering; direct component (material) cost: direct manpower cost, factory overheadcost and shall exclude profit, company overhead cost and taxes for the delivery of goods.

b) The criteria for determination of the local Content cost in the goods shall be as follows:

i) In the case of direct component (material), based on country of origin;

ii) In the case of manpower, based on INR component; and

iii) In the case of working equipment/facility, based on the country of origin

c) The calculation of LC of the combination of several kinds of goods shall be based on the ratio of thesum of the multiplication of LC of each of the goods with the acquisition price of each goods to theacquisition price of the combination of goods.

5.2 LC of Services

a) LC of Service shall be calculated on the basis of the ratio of service cost of domestic component inservice to the total cost of service.b) The total cost of service shall be constituted of the cost spent for rendering of service covering

i) Cost of component (material) which is used,

ii) Manpower and consultant cost; cost of working equipment/facility; and

iii) General service cost, excluding profit, company overhead cost, taxes and duties

c) The criteria for determination of cost of local content in the service shall be as follows:-

i) In the case of material being used to help the provision of service, based on country of origin;

ii) In the case of manpower and consultant based on INR component of the services contract;

iii) In the case of working equipment/facility, based on country of origin, and

iv) In the case of general service cost, based on the criteria as mentioned in i), ii) and iii) above.

v) Indian flag vessels in operation as on date.

5.3 Determination of Local Content: The determination of local content of the working equipment/facilityshall be based on the following provision: working equipment produced in the country is valued at 100% (onehundred percent) local content; working equipment produced abroad is valued as much as nil (0% percent) localcontent.

5.4 LC of EPC contracts (others):

a) LC of EPC contracts shall be the ratio of the whole cost of domestic components in the combination ofgoods and services to the whole combined cost of goods and services.

b) The whole combined cost of goods and services shall be the cost spent to produce the combination of goodsand services, which is incurred on work site. LC of the combination of goods and services shall be countedin every activity of the combination work of goods and services.

Page 111 of 138

Page 114: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

c) The spent cost above in para 5.4 (b) shall include production cost in the calculation of LC of goods asmentioned above at 5.1 and service cost in the calculation of LC of services as mentioned above at 5.2.

LC shall be calculated on the basis of verifiable data. In case of data used in the calculation of LC being notverifiable, the value of LC of the said component should be treated as Nil.

5.5 Relevant formats for calculation of LC is enclosed with the tender document. These enclosures are onlyfor reference of bidders & calculation at their end. However, the bidder shall not be required to submit thecalculations but only furnish the value & percentage of the local content. These details shall be required ataggregate level like supply value, transport value and other heads given in the price schedule and not on itemwiselevel.

As regards cases where currency quoted by the bidder is other than Indian Rupee, exchange rate prevailing on thedate of notice inviting tender (NIT) shall be considered for the calculation of Local Content.

6) Certification and verification

In order to avail the benefits under the policy, bidders are required to submit the following documents at thevarious stages of bidding:-

6.1 At bidding stage:-

a) Price Break-up

• The bidder shall provide only the value & percentage of the local content in price bids. These details shall berequired at aggregate level like supply value, transport value and other heads given in the price schedule and notitemwise level as mentioned as para 5 herein above.

• Bidder must have LC in excess of the requirement specified above at clause no. 3.0 (xiv)

b) Undertaking by the bidder.

• The bidder shall submit an undertaking (as per Form-2) along with the bid stating that the bidder meetsthe mandatory minimum LC requirement, and such undertaking shall become a part of the contract.

• Bidder shall also submit the list of items / services to be procured from Indian manufacturers / serviceproviders.

c) Statutory Auditor's Certificate:

• The Undertaking submitted by the bidder shall be supported by a certificate (as per Form-3) fromStatutory Auditor engaged by the bidder certifying that the bidder meets the mandatory local content requirementsof the project.

6.2 After Contract Award:-

a) In the case of procurement of goods and/or services and/or EPC Contracts (others) with the order valueless than Rs. 5 Crore (Rupees Five Crore), the LC content may be calculated (self-assessment) by the supplierof goods and/or the provider of services and certified by the Director/Authorized representative of the company.

b) The verification of the procurement of goods, service or EPC contracts with the value of Rupees FiveCrore and above shall be carried out by the Statutory Auditor engaged by the bidder.

6.3 Each supplier shall provide the necessary local-content documentation to the statutory auditor, whichshall review and determine that local content requirements have been met, and issue a local content certificate to

Page 112 of 138

Page 115: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

that effect on behalf of HPCL, stating the percentage of local content in the good or service measured. The Auditorshall keep all necessary information obtained from suppliers for measurement of Local Content confidential.

6.4 The Local Content certificate shall be submitted along with each invoice raised. However the% of local content may vary with each invoice while maintaining the overall % of local content for the totalwork/purchase of the pro-rata local content requirement. In case, it is not satisfied cumulatively in the invoicesraised up to that stage, the supplier shall indicate how the local content requirement would be met in the subsequentstages.

6.5 As regards cases where currency quoted by the bidder is other than Indian Rupee, exchange rateprevailing on the date of notice inviting tender (NIT) shall be considered for the calculation of Local Content.

6.6 HPCL shall also have the authority to audit as well as witness production processes to certify theachievement of the requisite local content and/or to obtain complete back up calculation.

7) Sanctions

7.1 During execution, it shall be the responsibility of the supplier/contractor to ensure fulfillment of theminimum local content specified in the bidding document failing which HPCL shall impose sanction onmanufacturers/ service providers. The sanctions shall be in the form of written warning, financial penalty andbanning.

7.2 In the event that a manufacturer or supplier of goods and/or provider of services does not fulfill hisobligation after the expiration of the period specified in such warning, the HPCL shall initiate action for banningsuch manufacturer/supplier/service provider as per as per HPCL’s extant “Procedure for action in caseCorrupt/Fraudulent/Collusive/Coercive Practices”

7.3 A manufacturer and/or supplier of goods and/or provider of services who has been awarded the contractafter availing Purchase Preference is found to have violated the LC provisions, in the execution of the procurementcontract of goods and/or services shall be subject to financial penalty an amount equal to 10% of the ContractPrice. This financial penalty shall be over and above the CPBG value prescribed in the contract.

7.4 In case a manufacturer and/or supplier of goods and/or provider of services desires to change the originof sourcing of material/services, the same may be allowed with the understanding that in case this results innoncompliance to minimum local content, the penal action as above shall be applicable.

8.0 Bidder to note that enclosures of PP-LC policy dated 25.04.2017 as available on MoPNG website isapplicable to them for calculation of Local content of Goods. Further, formula under 1st note of enclosure-II shallbe corrected i.e. factor of 100 shall be multiplies in place of division.

Page 113 of 138

Page 116: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-1

UNDERTAKING FOR APPLICABILITY OF POLICY

To,

M/s HPCL

SUB:

TENDER NO:

Dear Sir

We, M/s _ (Name of Bidder) hereby confirm that following purchase preference to beconsidered:-

Description Preference

Purchase Preference (linked with local content) or

Purchase Preference under Public ProcurementPolicy for MSE

Note:

(i) Please indicate your preference against only one policy.(ii) The above preference shall be extended only after submission of requisite documents (as mentioned

in the tender documents).(iii) In case a bidder is eligible to seek benefit under PP-LC policy as well as PPP for MSE 2012, then

the bidder should categorically seek benefits against only one of the two policies i.e. either PP-LCand MSE policy.

(iv) In case a MSEs bidder opts for purchase preference based on PP-LC, he shall not be entitled to claimpurchase preference benefit available to MSE Bidders under PPP for MSE 2012. However, theexemptions from furnishing Bidding Document fee and Bid security/EMD shall continue to beavailable to MSE Bidders

(v) The option once exercised cannot be modified subsequently.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 114 of 138

Page 117: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-2

UNDERTAKING BY BIDDER TOWARDS MANDATORYMINIMUM LC

(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

M/s HPCL

SUB:

TENDER NO:

Dear Sir

1. We, M/s _ (Name of Bidder) undertake that we meet the mandatory minimum Local contentrequirement of % specified in tender document for claiming purchase preference linked with localContents under the Policy.

2. We, M/s (Name of Bidder) undertake that M/s. (Name of Manufacturer) meet themandatory minimum Local content requirement of …………%

specified in tender document for claiming purchase preference linked with local Contents under thePolicy.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:Note:

(i) In case the bidder is a manufacturer, then the bidder has to submit undertaking as per sl. no. 1 andstrike out sl. no. 2 above.(ii) In case bidder is not manufacturer, then the bidder has to submit undertaking as per sl. no. 2 and strikeout sl. no. 1 above.

Page 115 of 138

Page 118: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-3

CERTIFICATE BY STATUTORY AUDITOR OF BIDDER TOWARDS MANDATORY MINIMUMLC

(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

M/s HPCL

SUB:

TENDER NO:

Dear Sir

1. “We the statutory auditor of M/s. _ (Name of the bidder) hereby certify that M/s. (Name ofthe bidder) meet the mandatory minimum Local content requirement of ……………%specified in tender document quoted vide offer No. dated against tender No. by M/s Name of theBidder).”

2. “We the statutory auditor of M/s. _ (Name of the bidder) hereby certify that M/s. (Name ofManufacturer) meet the mandatory minimum Local content requirement of …………………%specified in tender document quoted vide offer No. datedagainst tender No. by M/s _ (Name of the bidder).”

Name of Audit Firm: [Signature of Authorized Signatory]

Name:

Date:

Designation:

Seal:

Membership no.

i. In case the bidder is a manufacturer, the undertaking from statutory auditor is to be submitted as persl. no. 1 and sl. no. 2 is to be struck out.

ii. In case bidder is not a manufacturer, the undertaking from statutory auditor is to be submitted as persl. no. 2 and sl. no. 1 is to be struck out.

Page 116 of 138

Page 119: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-12"NO DEVIATION" CONFIRMATION

To,

HPCL

Name of Work: __________________________

Bidding Document No.: ____________________

Dear Sir,

We understand that any 'deviation / exception' in any form may result in rejection of Bid. We, therefore, certify thatwe have not taken any 'exception / deviation' anywhere in the Bid and we agree that if any 'deviation / exception' ismentioned or noticed, our Bid may be rejected.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 117 of 138

Page 120: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-13CHECK LIST FOR AGREED TERMS AND CONDITIONS

(INDIAN BIDDERS)

S.No. DESCRIPTION BIDDERSCONFIRMATION

1. Price Basis -Firm Accepted2. Complete Scope of work as defined in the Bid documents Included3. Confirmation of acceptance of bid document in Toto Yes4. Prices indicated in SOR includes all Taxes, duties, levies, fees,

insurance, etc. except Goods & Service Tax (GST)Noted

5. Contract Validity (As per Bid document) Accepted6. Price Reduction Schedule as per Bid document Accepted7. Terms of Payments (As per Bid document) Accepted8. Performance Bank Guarantee to be submitted in twenty one (21) days Accepted9. General /Special/ Technical terms & Conditions of Bid Accepted10. Validity of bid Accepted11. Bid Document fee (If not submitted earlier)

DD No. & date: ________________Bank Name : ___________Amount Rs. ____________

If Applicable

12. Bid Security (EMD)Details of EMD: DD/ BG No. ________________Dated___________For Rs. ____________Bank Name:

Submitted

13. Price Quoted as per SOR. Yes14. Any deviation/exception listed separately in Form 4 Yes

Name of the Bidder : M/sSignature :Name :Designation :Date :Seal :

Page 118 of 138

Page 121: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-14

DETAILS OF LITIGATION(on Bidder’s letter head)

Bidder shall furnish details of litigation cases of the bidder during the last 5 years if any, in this Form.

Page 119 of 138

Page 122: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM-15

DECLARATION REGARDING HOLIDAY/BANNING

To,

HPCL

Subject: Tender No. ____________________ (e-tender no. ________________________) for (Tender Name)____________________________.

Dear Sir,

We hereby confirm that we are not on ‘Holiday’ by HPCL or Public Sector Project Management Consultant (likeEIL only due to “poor performance” or “corrupt and fraudulent practices”) or banned by Government department/Public Sector as on due date of submission of bid.

Further, we confirm that neither we nor our allied agency/ (ies) (as defined in the Procedure for Action in case ofCorrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list of HPCL or the Ministry of Petroleum andNatural Gas.

In case it comes to the notice of HPCL that the bidder has given wrong declaration in this regard, the same shallbe dealt as ‘fraudulent practices’ and action shall be initiated as per the Procedure for action in case of Corrupt/Fraudulent/ Collusive/ Coercive Practices.

Further, we also confirm that in case there is any change in status of the declaration prior to placement of orderor till complete execution of the order, the same will be promptly informed to HPCL by us.

Place: [Signature of Authorized Signatory of Bidder]Date: Name:

Designation:Seal:

Page 120 of 138

Page 123: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 16

DECLARATION ON TENDER DOCUMENT PURCHASED / DOWNLOADED

(on Bidder’s letter head)

Ref No.Date:

Hindustan Petroleum Corporation Ltd,Mumbai

Sub:- Bid Document no. ______________ for ____________________ (Volume I & II), Corrigendum &Reply to bidder’s queries etc.

Sir,

We hereby confirm that we have read each page of the subject tender document along with Corrigendum & Replyto bidder’s queries thoroughly and understood the complete Scope of Work, Specification and other terms &conditions of tender document. In case of any contradiction/discrepancy between typed tender document contentsubmitted by bidder and tender document, tender document will prevail.

We hereby also confirm that tender terms & conditions are acceptable to us and any deviation other thanmentioned in deviation is not to be taken into account.

Yours faithfully,

SignatureName & DesignationFor and on behalf of

Page 121 of 138

Page 124: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 17DEVIATION FORM

(On Bidder’s letter head)

To,Hindustan Petroleum Corporation Ltd,Mumbai

Notes

1) BIDDER may give here a consolidated list of deviations / clarifications / comments for all sections of thebid documents which for an appropriate offer are considered unavoidable by him.

2) Deviations / clarifications mentioned elsewhere in the offer shall not be binding on the HPCL and anysuch deviations if indicated elsewhere other than this form will render the offer non-responsive and shallliable to be rejected.

3) BIDDER shall state the reason for the deviations in the remark column.

4) Only the deviations listed herein, in conjunction with the original Tender shall constitute the contractdocument for the award of the job to the BIDDER.

5) Any clarification raised by the Purchaser/ Consultant should be resolved within 10 days failing which thebid is liable for rejection.

Sec No./Cls. No.

PageNo.

Requirements asper tender

Deviation byBidder

Clarification/Comments by Bidder

Remarks

1)

2)

3)

4)

5)

6)

The bidder confirms that all clauses of the tender document, which are not listed above are fully complied by thebidder.

(Signature of the bidder)

Page 122 of 138

Page 125: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 18NSIC / MSME CERTIFCATE DETAILS

TO BE FILLED BY BIDDERS REGISTERED WITH MSME

TO BE FILLED BY ALL BIDDERS1 NAME OF BIDDER2 WHETHER REGISTERED WITH MSE : YES/NO,

IF YES PLEASE UPLOAD THE MSE CERTIFICATEYES / NO

2.1 NSIC / MSE REGISTRATION CERTIFICATE ISVALID

2.2 MONETARY LIMIT OF MSE REGISTRATIONCERTIFICATE

3 WHETHER ITEM QUOTED IS COVERED IN MSEREGISTRATION CERTIFICATE IF YES. PLEASEMENTION THE ITEM NAME IN MSE CERTIFICATEUNDER WHICH TENDERED ITEM IS COVERED

4 WHETHER YOU HAVE SUCCEEDED IN SECURINGORDERS FOR SAME ITEMS (ITEM QUOTED), INCOMPETITION (I.E. WITHOUT PRICE REFERENCE)WITH LARGE SCALE UNITS DURING THEPRECEEDING 12 MONTHS FROM THE DATE OF THISTENDER (SAY : YES OR NO)

5 WHETHER FIRM IS OWNED BY SC/STENTERPRENEURS (SAY YES OR NO) IF YES, PLEASEUPLOAD SC/ST CERTIFICATE

Stamp and Signature of Bidder

Note to Bidder:

1. It is mandatory for all the bidders to provide above data, in case bidder is non MSE, please mention“N.A”.

Page 123 of 138

Page 126: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 19

GRIEVANCE REDRESSAL MECHANISM

1.0 Background

Hindustan Petroleum Corporation (HPCL) has developed the following mechanism to deal withreferences/grievances if any that are received from Parties who participated /intends to participate in theCorporation Tenders. The scheme is as under:

2.0 Definitions: Grievance

For the purpose of this scheme, the word ‘Grievance’ would mean a written and signed representation receivedfrom party, who has participated/intends to participate in the tender of the Company, seeking inter-alia a reviewof the process of finalization of tender on the grounds that his right as a party to the tender has been affected forthe reason to be provided by him which needs to be examined and decided in the interest of equity.

Grievance Redressal Cell (GRC)

It is the group that will review the references received from the Parties and decide the matter.

3.0 Authorities to handle grievances

3.1 There will be a process to deal with the grievances received from the tendering parties of the prospectivetenderers based on the Tender document issued.

3.2 The first level, say Level-I of such process will comprise of a Grievance Redressal Cell (GRC). This Cellwill consist of the following:

Sr.No.

SBU/Function Head Member Finance Member Procurement(Co- ordinator)

RefineriesGRCs

1 Visakh Refinery Head-Refinery Head- Finance Head- Materials

2 Mumbai Refinery Head-Refinery Head- Finance Head- Materials

MarketingGRCs

1 Retail SBU Head-Retail Head- Comml.** Head- Proc.**

2 Direct Sales Head-Direct Sales Head- Comml. ** Head- Proc.**

3 LPG Head-LPG Head- Comml. ** Head- Proc.**

4 Aviation Head-Aviation Head- Comml.** Head- Proc.**

5 Projects & Pipelines* Head-P&P Head- Comml.** Head- Proc.**

6 Operaions &Distributions(O&D) Head-O&D Head- Comml.** Head- Proc.**

7Gas, Renewable &

Business Develop- ment,Mktg SBU/dept

Head - Gas,Renewable &

BusinessHead–Comml. *** Head- Proc.***

Page 124 of 138

Page 127: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

Development, MktgSBU/dept

CorporateGRCs

1 CorporateHead-IS/HR

(as applicable)Head- Finance (Corp.)

Head- Procurement

(DGM-

Administration)

* includes Marketing Projects,** concerned SBU,*** concerned SBU/dept

3.3 The Co-ordinator for each of the Cell is respective Head – Materials/Procurement of Visakh Refinery,Mumbai Refinery, Marketing SBUs & Corporate.

3.4 All the grievances will be lodged with the Co-ordinator of the Cell.

3.5 This Cell will examine the grievances and decide the matter.

3.6 The second level of Grievances Redressal Mechanism is the Executive Committee – Refineries for bothMumbai & Visakh Refineries, Executive Committee - Marketing & Executive Committee – Corporate forrespective functions. The decision of the Executive Committee is final.

4.0 Grievances Redressal Process

LEVEL –I

4.1 If a grievance is received by the Grievance Redressal Cell, the Co-ordinator will first acknowledge thereceipt of the grievance to the aggrieved party within 48 hours from the time of receipt of the grievance(Excluding intervening Holidays).

4.2 The Grievance Redressal Cell (GRC) will forward the Grievance to the Tender Inviting Authority at theearliest, who will offer his comments/views to the Cell within 2 days of receipt from GRC.

4.3 On receipt of comments from Tender Inviting Authority, the Grievance Redressal Cell will meet and lookinto the grievances expressed by the aggrieved party along with the views/comments of the Tender InvitingAuthority. The Grievance Redressal Cell can call for relevant records and documents to enable it to firmup its decision on the grievance.

4.4 The Grievance Redressal Cell will decide the matter within 14 days and thereafter communicate thedecision to the aggrieved party.

LEVEL –II

4.5 The second level of Grievance Redressal Mechanism is the Executive Committee - Refineries for bothMumbai & Visakh Refineries and Executive Committee – Marketing & Executive Committee – Corporatefor respective functions which would examine and decide on any appeal/ representation on the decision ofthe Grievance Redressal Cell.

4.6 Parties aggrieved by the decision of the Grievance Redressal Cell, can appeal / represent to the ExecutiveCommittee within 7 days of receipt of the decision with a copy to GRC Level-I for co-ordination. Appealreceived after seven days will not be considered.

Page 125 of 138

Page 128: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

4.7 The EC will decide the matter in appeal within 14 days and thereafter communicate the decision to theaggrieved party. The decision of the Executive Committee is final.

5.0 Time limitation for the handling of grievances

5.1 Grievances regarding the Pre-qualification process should be lodged by the aggrieved party within oneweek from the date of Publication calling for pre- qualification bid Grievances received after one weekfrom date Publication will not be considered.

5.2 The decision on Grievance pertaining to Pre-Qualification should be finalized before the shortlisting of theparties is concluded.

5.3 Specific Grievances regarding the Notice Inviting Tender (NIT) should be lodged by the aggrieved partywithin one week from the last date of sale of tender document or one week prior to the Due date for BidSubmission, whichever is earlier. Grievance regarding NIT, received thereafter shall not be considered.

5.4 Grievances relating to the tender process (other than “Notice Inviting Tender related grievances”) shouldbe lodged within one week the date of operating the unpriced bids.

5.5 The Grievance Redressal Cell shall examine the case and decide within 15 working days from the date ofreceipt of the grievance and advise the function concerned of the same so that they can process the tenderfurther.

5.6 Any grievance after price bid opening should be redressed before award of the contract No grievances shallbe entertained which are received after one week of price bid opening.

5.7 The Co-ordinator of the Grievance Redressal Cell, on receipt of the grievance by the aggrieved party,should inform the Tender Inviting Authority not to finalise the contract till the disposal of the grievanceby the Grievance Redressal Cell. The grievance lodged should be disposed of within a reasonable periodof 14 working days so that there is no undue delay in awarding the contract.

6.0 Interim Suspension of Tendering Process

6.1 After any grievance is received by the Co-ordinator of the Grievance Redressal Cell, the Cell Memberswill meet and examine whether the tendering process relating to the concerned matter is to be suspendedor not in consultation with the Tender Inviting Authority. The Cell will examine whether there exists aprima facie ground for suspending the tendering process and decide the matter. It may consult, if required,the Executive Committee as to whether the tendering process has to be suspended till a final decision istaken on the grievance.

6.2 The decision to suspend the tendering process or not and disposal of the grievance should preferably betaken by the Grievance Redressal Cell and/ or Executive Committee at the earliest but not later than 14working days from the receipt of grievance keeping in mind the Schedule of activities connected with thetender concerned.

6.3 When it is decided to suspend the Tendering Process, the grievance should be examined and disposed offby the Grievance Redressal Cell & Executive Committee at the earliest, but not later than 15 days since itwill be necessary to either continue with the tender as per earlier norms or it is decided to re- invite thetender with suitable changes.

7.0 Other General Provisions

7.1 A final written reply to the aggrieved party will be given by coordinator of Grievance Redressal Cell /Executive Committee within 21 working days from the date of receipt of the grievance in line with theminute of respective GRC/EC.

Page 126 of 138

Page 129: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

7.2 The Grievance Redressal Cell / Executive Committee, while firming up its recommendations, can seek theviews of other relevant Department like Finance, Vigilance and Legal or any other Department concernedwith the issue.

7.3 The Grievance Redressal Cell & / Executive Committee is entitled to give a personal hearing to theaggrieved party, if necessary.

7.4 If a Grievance is related to a contract already awarded and acted upon, and if the Grievance Cell &Executive Committee is of the view that the grievance needs review for remedial action for future tenders,it would submit its recommendation to the concerned SBU/Dept. head for future tenders.

7.5 Company’s Tender Grievance Redressal Mechanism will be displayed in its Website in the Tenders Page.

7.6 The Grievance Redressal Cell & Executive Committee will maintain a grievance register giving details ofthe tender number, date of receipt of grievance letter, nature of grievance in brief, details of the decisionstaken and the date of communication to the aggrieved party.

7.7 The Grievance Redressal Cell & Executive Committee will also submit a quarterly report on the grievanceshandled to the Committee of Functional Directors. A copy of Yearly Report will be submitted to the Boardfor information.

7.8 The relevant clause of Grievance Redressal Mechanism Procedure should be incorporated in GTC of allTender documents along with the name and address of the Officer-designate of the Grievance RedressalCell/ Secretary of the concerned Executive Committee, to whom the grievance letter/ Appeal should beaddressed to.

8.0 Integrity Pact

Notwithstanding the GRP guidelines above, the provisions of the Integrity Pact will be applicable independentlyto tenders of Rs. 1 Crore & above.

Page 127 of 138

Page 130: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 20

Reverse Auction – Terms & Conditions and Procedure

ATTACHED SEPARATELY IN TENDER DOCUMENTS

Page 128 of 138

Page 131: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 21

FORMAT FOR CERTIFICATE FROM STATUTORY AUDITOR FOR DETAILS OF SIMILARGOODS/ WORK/ SERVICES SUPPLIED/ DONE DURING PAST 5 YEARS

S.No

Description of

Goods /Works /Services

LOA/ PO /WONo.

Addressof

Client /Name

ofOfficer

/Contact

No. /Email

ID

ContractValue

Date ofCommence

ment ofwork/services or supply

of goods

Scheduledcompletion

time(months) deliveryschedule

Date ofactual

completion/suppl

y

WorkCompletio

nCertificatewith Date

Reasons fordelay

inexecution,

if any

Project

cost

Place:[Sign. Of authorized signatory of bidder]

Date:Name:Designation:

Instructions:

1. Copies of letter of awards/order/work orders and completion/ execution certificate (in case ofworks/services) or IRN/Proof of delivery (in case of supplies, if applicable) to be enclosed.

2. The supply/work/services completed earlier than 5 years need not be indicated here.3. The list of supply/ work/ services not of similar nature need not be indicated here. Failing to comply

aforementioned instructions may lead to rejection of bid.4. Bidders are expected to provide details in respect of each order in this Annex. The orders cited must comply

with the bid evaluation criteria specified in Tender Document Details provided in this section is intendedto serve as a backup for information provided in Offer/Quotation. Bidder should also refer to theinstructions below.

5. A separate sheet should be filled for each LOA/work order/ purchase order.6. Certificate from the bidder’s statutory auditors must be furnished in the format below for LOA/Work

Order/Purchase Order mentioned above (separately for each orders)7. It may be noted that in the absence above certificates, the details would be considered inadequate and could

lead to the bid being considered ineligible for further evaluation.

Page 129 of 138

Page 132: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

Certificate from the Statutory Auditor regarding Supply of Goods/Works/Services

Based on its books of accounts and other published information authenticated by it, {this is to certify thatLOA/PO/WO no. …………………………………….dated……………was awarded to………………………………………..(name of the bidder) by…………………………..(name of the client) toexecute……………………………….((name of the supply/work/service). The Supply/ works/servicescommenced on ……………………. (date) was/is likely to be completed on…………………………..(date, ifany). It is certified that the total value of contract/order executed by……………………………………….(nameof bidder) was………………………………………………(specify currency & amount) and executed valuewas…………………………………(specify currency & amount).

Name of Audit Firm: [Signature of authorized signatory]Chartered Accountant:

Date: Name: Designation: Seal: Membership no.:

Page 130 of 138

Page 133: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 22

FORMAT FOR SUPPLY RECORDS FOR MEETING BQC

SR. NO PURCHASEORDERNO.

PURCHASERNAME

ORDEREDQUANTITY

SUPPLIEDQUANTITY

IRN NO. /DCN /TAXABLEINVOICENO

SR. NO OFPAGES

Bidder shall submit this form along with relevant documents with proper numbering.

Page 131 of 138

Page 134: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 23BANK GUARANTEE FOR SECURITY DEPOSIT

(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 Governmentof India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji TataRoad, Bombay-20 (hereinafter called "The Corporation" (which expression shall include its successor in businessand assigns) having placed an order on Messers ............................ a partnership firm/sole proprietor business/acompany 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" issuedby "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 fulfilment and performance of the saidorder

b. that "the supplier" shall furnish a security for the performance of "the supplier's" obligations and/ordischarge of "the supplier's" liability in connection with the said "order"; and "the Corporation" havingagreed with "the supplier" to accept Bank Guarantee for the security deposit.

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 "thesupplier" hereby agree to pay to "the Corporation" without any demur on first demand an amount not exceeding₹ ........... (Rupees.............................only) against any loss ordamage, costs, charges and expenses caused to orsuffered by "the Corporation" by reason of non performance and fulfilment orfor 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 conditionsof "the order" and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be sufferedor incurred by "the Corporation" on account thereof and we waive in the favour of "the Corporation" all the rightsand 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 befinal and binding on "the Bank" as to "the Bank's” liability to pay and the amount demanded and "theBank"undertake to pay "the Corporation" the amount so demanded on first demand and without any demurnotwithstanding any dispute raised by "the Supplier" or any suit or other legal proceedings including arbitrationpending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absoluteand unconditional.

4. We, .................................. Bank further agree with "the Corporation" that "the Corporation" shall have thefullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any ofthe terms and conditions of the said "order"/or to extend time of performance by "the Supplier" from time to timeor to postpone for any time to time any of the powers exercisable by "the Corporation" against "the Supplier" andto forbear to enforce any of the terms and conditions relating to "the order" and we shall not be relieved from ourliability by reason of any such variation or extension being granted to "the Supplier" or for any forbearance, actor ommission on the part of "the Corporation" or any indulgence by "the Corporation" to "the Supplier" or by anysuch matter or things whatsoever which under the law relating to sureties would but for this provision have theeffect of relieving us.

Page 132 of 138

Page 135: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

5. However, it has been agreed between "the Supplier" and "the Corporation" Bank Guarantee for security depositis Valid upto a period of 3 (Three) months beyond the expiry of the defects liability period as per the terms of theOrder No. _______________ dated __________.

6. Not withstanding anything contained herein above:

i. Our liability under this guarantee shall not exceed ₹ ..........ii. This Bank Guarantee shall be valid upto and including .......; and

iii. We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and onlyif you serve upon us a written claim or demand on or # before the expiry of 30 days from the date ofexpiry of this guarantee.

7. We, ........................................ Bank further undertake not to revoke this guarantee during its currency exceptwith the previous consent of "the Corporation" in writing.

8. We, ......................................... Bank lastly agree that "the Bank"'s liability under this guarantee shall not beaffected 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/orthe Agreement/Contract or MOU entered into between "the Supplier" and "the Bank" in this regard.

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

For ........................ Bank(by its constituted attorney)

(Signature of a person authorisedto sign on behalf of "the Bank")*

Page 133 of 138

Page 136: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 24BANK GUARANTEE IN LIEU OF LIQUIDATED DAMAGES

To:Hindustan Petroleum Corporation Limited(Address as applicable)

1N CONSIDERATION OF MESS. H[NDUSTAN PETROLEUIVI CORPORATION LIMITED a Governmentof India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji TataRoad, Churchgate, Mumbai — 400 020 (hereinafter called "The Corporation" which expression shall include itssuccessor in business and assigns) agreeing to grant a provisional extension of time in respect of the contractentered into with Mess. ................................................ a sole proprietorship business/ partnership firm/ a companyregistered under the Companies Act, 1956 having its office at ........................................................... (hereinaftercalled "the Contractor", which expression shall include its executor, administrator and assigns) against PurchaseOrder No. .......... dated .................... (hereinafter called "the Contrac " which expression shall include anyamendments/ alterations to "the contract" issued by "the Corporation") for .............................................. (state thepurpose of the Contract), and the Contractor having requested for extension of time without deduction of anyLiquidated Damages from the bills in terms of the Contract and "the Corporation" having agreed to grantprovisional extension of time pending a decision on the request for extension of time and not to insist uponimmediate deduction/payment of Liquidated Damages upon receipt of this unconditional irrevocable BankGuarantee for an amount of ....................(Rupees ...............only).

We, ................................... Bank having our office at ..................................................... Bombay (hereinafterreferred to as "the Bank" which expression shall include its successor and assigns) at the request and on behalf of"the Contractor" hereby agree to pay to the Corporation without any demur and on fit demand an amount notexceeding (Rupees ...................................... only) against any loss or damage, costs, charges and expenses causedto or suffered by or likely to be caused to or suffered by "the Corporation" by reason of the delay in performanceof work or the Corporation agreeing to grant such provisional extension of time without insisting on deduction ofLiquidated Damages.

2. We, ........................................ Bank fiirther agree that "the Corporation" shall be sole Judge whether the said"Contractor" has failed to perform or fillfill the said "Contract" in terms thereof or committed breach of any ofthe terms and conditions of "the purchase order/Contract" or was not entitled to any extension of time and alsothe 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 defenses towhich we as guarantor and/or "theContractor" may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by "the Corporation" as such shall befinal and binding on "the Bank" as to "the Bank" 's liability to pay the amount demanded and "the Bank"undertakes to pay to "the Corporation" the amount so demanded on fit demand without fiirther proof or conditionsand without any demur, reservation, contest, recourse or protest and without any enquiry of you or the Contractor,forthwith and in full without any deductions or set-offs or counterclaim whatsoever, the sum claimed by you insuch Demand, notwithstanding any dispute raised by "the Contractor" or the pendency of any suit or other legalproceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liabilityunder this guarantee being absolute and unconditional. We further agree that the Corporation shall not be boundto disclose any reasons while demanding any amount under the Bank Guarantee.

4. We, ....................................... Bank further agree with "the Corporation" that "the Corporation" shall have thefullest liberty without our consent and without affecting in any manner our obligations hereunder, to vary any ofthe terms and conditions of the said "Contract"/or to extend time of performance by "the Contractor" from timeto time or to postpone for any time or from time to time any of the power exercisable by "the Corporation" against"the Contractor" and to forbear to enforce any of the terms and conditions relating to "the Contract" and we shallnot be relieved from our liability by reason of any such variation or extension being granted to "the Contractor"or for any forbearance, act or omission on the part of "the Corporation" or any indulgence by "the Corporation"

Page 134 of 138

Page 137: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

to "the Contractor" 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. Any waive or other forbearance given or variations requiredunder the Contract or any invalidity, unenforceability or illegality of the whole or any part of the Contract orrights of any party thereto, or amendment or other modification of the Contract or any other fact, circumstance,provision of statute or law which might, were our liability to be secondary and not primary, entitle us to bereleased in whole or in part from our undertaking, shall not in any way release us from our obligations under thisGuarantee. Our obligations hereunder in respect of the sum or sums demanded by the Corporation under thisGuarantee are primary, independent and absolute and not by way of surety only. The Corporation may make anunlimited number of Demands under this Guarantee provided that the aggregate of all sums paid shall not exceedthe entire Guarantee Amount.

5. Notwithstanding anything hereinbefore contained, our liability under this Guarantee is restricted to. (Rupees....................................... only). Our liability under this guarantee shall remain in force until expiration of sixmonths from the expiry of the said "Contract". Unless a demand or claim under this guarantee is made on us inwriting within said period, that is, on or before .................................... all rights of "the Corporation" under thesaid 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 exceptwith the previous consent of "the Corporation" in Writing.

7. We, ......................................... Bank lastly agree that "the Bank" 's liability under this guarantee shall not beaffected by any change in the constitution of "the Contractor" or its insolvency winding up, reorganization,amalgamation or liquidation (including any appointment of a receiver, administrator, administrative receiver orsupervisor of the Contractor or any of its assets) nor in case of any dispute or disagreement whatsoever under theAgreement. We shall indemnify you immediately on demand against any cost, loss or liability suffered by you asa result of our this obligation being or becoming unenforceable, invalid or contrary to the laws of India (exceptin the case of a fraud by you).

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/orthe Agreement/Contract or MOU entered into between "the Contractor" and "the Bank" in this regard. ThisGuarantee shall be governed by and construed in accordance with the laws of the Republic of India.

9. Any demand, notice or other communication given in connection with or required by this Guarantee shall bemade in writing in English be delivered by hand to, or sent by pre-paid registered post, or facsimile transmissionto:____________________________________________________________________________________

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

For ........................ Bank (by its constitutedattorney) Signature of a peon authorised to

sign on behalf of the bank")

Page 135 of 138

Page 138: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

FORMS AND FORMATSP.013702D11031

058

Rev.0 Supply, Installation & Commissioning of Odorizing Unit for City GasDistribution Project

FORM 25DECLARATION ON GST

(The following declarations should be typed on the letter head of the tenderer and should be duly signed byan authorized signatory clearly stating the name and designation of the signatory)

Payment of GST and filing of GST Returns to enable Hindustan Petroleum Corporation Limited to availInput Tax Credit (ITC) correctly

With reference to Payment of GST & filing GST Returns for availing Input Tax Credit (ITC) byHPCL as per GST provisions for the Invoices raised by us, we hereby declare as follows:

1. We have disclosed all the facts relating to our Firm / Company to M/s Hindustan Petroleum CorporationLimited.

2. We hereby declare that we have agreed to pay GST to the respective GST Authorities. In this connection,we hereby agree to furnish to you proof of payment of GST.

3. We hereby declare that we will file GST Returns as per GST provisions. In this connection, we herebyagree and undertake to furnish you proof of electronically filed GST Returns.

4. We hereby agree as under: -

i. We will be fully responsible for complying with the GST provisions to enable HPCL to take Input TaxCredit. In case, HPCL is not able to take Input Tax Credit due to any noncompliance/ default/negligenceof the seller of goods/service provider, the same shall be recovered from the pending bills/dues (includingsecurity deposit, BG etc.)

ii. In case of rejection of ITC by the concerned Tax Authority, for non- filing of GST or non-payment ofGST amount by us or for any other reasons attributable to us, we hereby agree to indemnify HindustanPetroleum Corporation Limited in full against all the loss including consequences, liabilities of any kindwhatsoever, directly arising from denial of ITC including interest and penalty.

We hereby agree and confirm that –any breach of the above declaration shall be construed as breach of the terms and conditions w.r.t. GST andHindustan Petroleum Corporation Limited shall be at liberty to take necessary action like Holiday listing (banningof Business dealings) and/or recovering of amounts mentioned in para 4 (ii) above, from:

a) any of our Bank Guarantee executed in your favour, if any,b) Retention / Security Deposit paid for any of your work, if any orc) Other unpaid invoices, if any raised by us on Hindustan Petroleum Corporation Limited

Place: SignatureName:Date: Designation:Seal.

Page 136 of 138

Page 139: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

SCHEDULE OF RATESP.013702D11031

058

Rev. 0 Supply, Installation & Commissioning of Odorizing System forCity Gas Distribution Project

HINDUSTAN PETROLEUM CORPORATION LIMITED(HPCL)

CITY GAS DISTRIBUTION PROJECT

SUPPLY, INSTALLATION & COMMISSIONING OF ODORIZINGSYSTEM FOR CITY GAS DISTRIBUTION PROJECT

SECTION-VI

SCHEDULE OF RATES(SOR)

Page 137 of 138

Page 140: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

14.08.2019

Amount Amount Amount Amount Amount Amount

1 2 3 4 5 6 7

A SUPPLY

1.0

Supply, Installation, Testing & Commissioning of Odorising System for the flow capacity of 7500 SCMH to be installedat City Gate Station with stainless steel container (500 Litre capacity), connected tubing with all instrumentationrequired for safe operations, Quick Coupling arrangement for tank filling, pneumatic panel in the field & controlroom mounted electronic controller unit along with all tubing, cabling, Protective & safety equipment such as faceshield mask, Rubber hand gloves (2 sets) inclusive of erection & commissioning spares, mandatory spares and firstfill.

No. INR 1

2.0 Suitable Odorant absorber (Absorbent 10 or equivalent) with necessary handling accessories in suitable storing unit. Kg INR 10

3.0

Blend of 75-80% TBM (Tert-Butyl Marcaptan) + 20-25% MES (Methyl Ethil Sulphide) as an Odorant for Natural Gas tobe filled in Main Storage Tank. All the necessary arrengement & statuary requirments for the supply & filling isbidder's responsibility. Clients reserves the rights to order additional quantity as per the requirement within thecontractual period.

Kg INR 500

4.0Refilling of Odorant in Main Tank all inclusive rate including connector hose. Necessary Nitrogen Blanketing systemto avoid leakage of odorant to atmosphere. Kg INR 500

5.0A Suitable Portable Odorant concentration-measuring divice with necessary attachment for measuring the PPM ofOdorant (75-80% TBM (Tert-Butyl Marcaptan) + 20-25% MES (Methyl Ethil Sulphide) in Natural Gas to check theconcentration at various pipeline locations.

No. INR 1

Sub-Total of Supply (A) -

Quantity Unit Total charges (2)+(3)Total Charges

(1)*(4)

1 4 5

6.0 Comprehensive Maintenance of Odorizing System

6.1 Comprehensive Maintenance charges for 1st year i.e. during Warranty period LS / per monthbasis

INR 12

6.2 Comprehensive Maintenance charges for 2nd year i.e. after Warranty period LS / per monthbasis

INR 12

6.3 Comprehensive Maintenance charges for 3rd year i.e. after completion of 2nd year LS / per monthbasis

INR 12

6.4 Comprehensive Maintenance charges for 4th year i.e. after completion of 3rd year LS / per monthbasis

INR 12

6.5 Comprehensive Maintenance charges for 5th year i.e. after completion of 4th year LS / per monthbasis

INR 12

B

Sub-Total of Services (B)

2

Item Sr.No. Brief Description Unit Currency

Schedule of RateFOR

ODORIZING SYSTEM FOR CGD PROJECT AT SONIPAT - JINDHPCL E-Tender No.: 19000442-HD-10157

Tractebel Tender No.: P.013702 D11031 058

GST @ ….........%- on Col. 2

Freight, TransitInsurance & Unloading

etc.Excluding taxes

GST @ …..........%- on Col. 4

Unit Price - FOT HPCL store / site,inclusive of all Taxes & duties

(2+3+4+5)

Comprehensive Maintenance as per tender Unit Currency

HSN / SAC No.

3

Total Price - FOT HPCL store / site,inclusive of all Taxes & duties

(1 x 6)

Grand Total (A+B)

Unit RateGST @..............%

- on Col. 2

Qty

Basic Unit rate includingPacking, Forwarding

and inspection charges

Page 1 of 1

Page 138 of 138

Page 141: SUPPLY OF ODORISATION UNIT FOR CGD PROJECT ...tender.tractebelindia.com/HPCL/19000442HD10157/Commercial...14 August 2019 TECHNICAL DOCUMENTATION Commercial, Vol I of II, Rev. 0 S.No

At the helm of the Energy Transition, Tractebel provides a full range of engineering and advisory servicesthroughout the life cycle of its clients’ projects, including design and project management. As one of the world’sleading engineering and advisory companies and with more than 150 years of experience, it's our mission toactively shape the world of tomorrow. With about 5,000 experts and presence in more than 70 countries, we areable to offer our customers multidisciplinary solutions in energy, water and urban.

TRACTEBEL ENGINEERING PVT. LTD.

KOLKATA OFFICEIntec House 37Institutional Area, Sector 44Salt Lake Electronics Complex - Sector V,Bidhan Nagar122 002 - Gurgaon - INDIAtractebel-engie.com

Chandan Kumar SINGHtel. +91 124 469 8500fax + 91 124 469 [email protected]