Você está na página 1de 17

TENDER ENQUIRY

( This is only a Price Enquiry not a Purchase Order ) Tender No. Tender Date Direct Queries to Designation Department Telephone No. Fax No. P R No.
:

OFFICE COPY

: : : : : :

8000795 - HB - 48002/PB 1/10/2008 BHARDWAJ PRIYANK Purchase Officer MATERIALS MR FUELS -

: 8000114 - HP - 48005

Title 1. Tender to be received on or before

: Old Units HAZOP Study of MR 27/10/2008 by 13:30 Hrs at the address Mentioned below.

Tenders are to be dropped in the designated tender box at the address mentioned below. In situations where the tenders are big, which cannot be dropped in the box or where the specific tender boxes are not available, tenders are to be submitted with the concerned purchasing authority at the following address. Tenders received after due date & time due to whatever reasons will be rejected. Materials Department -Mumbai Refinery Hindustan Petroleum Corporation Limited BD Patil Marg Old Corridor Road Chembur MUMBAI - 400074 Maharashtra India

2. HPCL has developed a Grievance Redressal Mechanism, details of which are availiable on the Corporation web site. 3. All unit rates in _____________________ (Specify the Currency)

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 1 of 17

Please quote for the following items/service, as per the terms and conditions mentioned below and in attachments : DETAILS OF ITEMS / SERVICES Deliver To : PROCESS SAFETY & ENVIRONMENT, MUMBAI REFINERY,HINDUSTAN PETROLEUM CORP. LTD.,MUMBAI, - 400074. Maharashtra India.
Sr. No. 1 Tender Line Number 1.000 Ref Line No 1 Item Number Item Description Old Units HAZOP Study of MR (XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX) Quantity Qty UOM 1.000 Lump Sum Unit Rate In Figures and Words Refer pt # 3 above XXXXXXXXXXXXXXX Purchasing UOM Lump Sum

TOTAL QUOTED VALUE (IN FIGURES) ** XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX TOTAL QUOTED VALUE (IN WORDS) **XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX

**

Unless otherwise specifically mentioned in HPCL Tender Enquiry 1) When there is a difference between the rates in figures and words, the rate which corresponds to the amount worked out by the tenderer shall be taken as correct. 2) When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate quoted by the tenderer shall be taken as correct. 3) When it is not possible to ascertain the correct rate in the manner prescribed above, the rate as quoted in words shall be adopted.

QUOTED DELIVERY PERIOD :

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 2 of 17

EXTRAS (TAXES,DUTIES & OTHERS) : Details of taxes, duties, levies, etc., if to be paid extra to be filled in the space given below. The values specifically mentioned below will only be considered for extra payments. The values to be filled below can be in percentage (%) of unit rate or an add - on amount per unit rate. Vendor to specifically mention % or currency, after the value (e.g. X% or X Rs/-), else the value having least impact to HPCL on the unit rate will only be considered.

DGS&D Rate Contract ( Y/N ) NSIC Unit ( Y/N ) PSE Unit ( Y/N ) SSI Unit ( Y/N )

: __________ : __________ : __________ : __________

Delivery Terms - Free to Destination location unless specified otherwise _____________________________________ Validity of offer - 90 days from the initial or extended Due Date for submission of Tender whichever is later unless specified otherwise : __________ Liquidated Damages accepted ( Y/N ) : __________ Payment Term ( 30 Days ), unless specified otherwise

NOTES / TERMS / CONDITIONS : A OLD UNIT HAZOP Study Tender for Mumbai Refinery 1.0 Background: Hindustan Petroleum Corporation Limited a Public Sector Undertaking (PSU), is second largest integrated Oil Company in India with Nav Ratna status. It has two refineries one is in Mumbai (West coast) having a installed refining capacity of 5.5 MMTPA and the other is located at Visakhapatnam (East coast) with a installed capacity of 7.5 MMTPA. Mumbai & Vishakhapatnam refineries are producing a wide variety of petroleum products, viz. Fuels, lubricants and specialty products.

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 3 of 17

2.0 HAZOP Studies: HPCL wishes to carry out a systematic and comprehensive HAZOP Study of all its existing process units and facilities at the Mumbai Refinery of approx. 482 P&IDs. The details of the process units/facilities at Mumbai Refinery are: 2.1 Overview of Mumbai Refinery: The Mumbai Refinery of HPCL, constructed in an area of 321 acres in the Trombay region, is the first India's modern refineries and symbolizes the strength and progress in the oil industry. The Lube Refinery in the complex is the largest in the country producing Lube Base Oils of international standards; with a capacity of 335,000 MTPA, this refinery accounts for over 40% of the country's total Lube Base Oil production. This integrated refinery comprises two processing sections, viz. Fuels Refinery and Lube Refinery. The Fuels Refinery has two trains of Crude Distillation Units (of 3.5 and 2.0 MMTPA capacities), Fluidized Catalytic Cracking Unit, Hexane Units and Asphalt Plant and a Light Ends Unit for product treatment. In Lube Refinery, High Viscosity Index and Low Viscosity Index Lube Oil Base Stocks are produced from Reduced Crude Oil of Persian Gulf (high Sulfur) crude. This complex principally consists of Solvent Extraction Units (NMP-I/II/III), Propane Dewaxing Unit, Industrial Oil Hydrofiner Unit, Hydrogen Plants, Propane De-asphalting Unit and Sulfur Recovery Unit. These main units are supported by the associated offsite facilities and utility systems including a captive power plant. A Fuel Gas Desulphurization Unit and two effluent treatment plants are also located in the Fuels Refinery complex. The Fuels Refinery also houses the desulphurization facilities for Diesel streams put up towards bringing down the sulfur content in HSD from 1.0 to less than 0.25 wt%. Re-circulating (sea) cooling water systems with cooling towers are provided to cater to the cooling requirements of the process units. All the process units in the refinery feature microprocessor based digital control system. In addition to the hydrocarbon process units, HPCL, Mumbai Refinery using various Hazardous chemical for the process requirement & to meet the end quality of various products. Details of the units along with the approx. no. of P&ID are given in Annexure.

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 4 of 17

3.0 Bidder Scope of Work: Bidder to conduct Hazop Study on the P&IDs' of the Process units, Utilities, Oil Storage & Movement facilities including LPG storage & pumping facilities, Diesel Dehydrodesulphurisation facilities, GTGs at Mumbai refinery (Assured quantity of P&ID for HAZOP study shall be 470 ) by adopting established HAZOP technique. Bidder has to cover all the nodes of all the units, sub-units including the related product/streams circuits in the process nodes of the process units/sub-units by adopting Hazard and Operability Study technique and all the possible Hazards are suitably identified and recommendations should be made. Bidder, who are having sufficient experience of carrying out detailed Hazop studies of the respective/similiar units of the other refineries as mentioned below will be given a weightage during technical review. Hence bidder to indicate experience (along with the supporting document as evidence ) of carrying out Hazop study of the units as specified below : 1) Atmospheric & Vacuum distillation unit. 2) Fluidized Catalytic Cracking Unit, Gas compressed unit. 3) Light Ends Unit (Naphtha Stabiliser Unit, Propane manufacturing Unit, Fuel Gas Desulphurization Unit, Hexane Manufacturing Unit, ATF Treating). For 1), 2) & 3), total nos. of P&IDs = 82 nos. 4) De-hydro Desulphurization Unit (Total Nos. of P&IDs = 186). 5) Lube Refinery (Propane Deasphalting Unit, Propane Dewaxing Unit, Solvent Extraction Unit, Industrial Oil Hydrofiner Unit (Total Nos. of P&IDs = 75). 6) Captive power plant & Boiler House (Total Nos. of P&IDs = 106). 7) Offsites (Total Nos. of P&IDs = 33) Bidder has to critically review all the storage / handling & unloading facilities for all the hazardous chemical (such as caustic / Neutralizing Amine / Mercaptans / DMDS etc.) & recommend the internationally approved safe practices for the storage / handling & unloading. HPCL-MR is one of the oldest refinery. Over the period it has modernized from process & instrumentation angle. However, due to lot of technology changes, bidder has to review the existing instrumentation system for minimization of probable consequences of the major

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 5 of 17

incident in process modification which are taking place time to time & suggest modern instrumentation system suitably. Bidder to quote the unit rate on per P&ID basis covering the scope of job to study of P&IDs as indicated in the annexure as well as to critically review all the storage / handling & unloading facilities for all the hazardous chemical (such as caustic / Neutralizing Amine / Mercaptans / DMDS etc.) & recommend the internationally approved safe practices for the storage / handling & unloading. There may be some additional requirement of Hazop study of approx. 50 nos. P&IDs which may be added in the present job of scope on the same rate which is quoted for the existing unit P&ID's . Bidder to constitute a multidisciplinary hazop team consisting of Hazop Chairman/Secretary & other members (4-5 nos.) having 5-10 yrs experience in Operations, Instrument, Safety & Mechanical streams of Oil & Gas particularly in refining / Petrochemical pants. The Chairman / Secretary should have minimum of 10 yrs experience also should have experience of conducting minimum Hazop studies of 25 P&ID's of any refineries/petrochemical industries units. ( A detailed bio-data of the proposed chairman & the team members should be enclosed with technical offer) A Multidisciplinary team consisting of all Hazop team members as per the criteria mentioned above (after HPCL evaluation) shall be provided by the vendor for carrying out the Hazop studies. HPCL will depute one of its officers as a coordinator for the Hazop study for Mumbai Refinery. Bidder to use the latest Hazop Software tool as an aid to the study. Bidder to ensure that all the possible guide words, deviations, safeguards, consequences and recommendations are well documented and recorded. Presentation to the management of the refinery on the recommendation arrived at after completion of the study. Compilation of the entire study/finding/recommendation in a report. 4.0 Qualification Criteria for the Bidders: Bidder to constitute a multidisciplinary hazop team consisting of Hazop Chairman/Secretary & other members (4-5 nos.) having 5-10 yrs experience in Operations, Instrument, Safety & Mechanical streams of an Oil & Gas particularly in refining / Petrochemical. The Chairman / Secretary should have minimum of 10 yrs experience also should have experience of conducting minimum Hazop studies of 25 P&ID's of any refineries/petrochemical industries units. ( A detailed bio-data of the proposed chairman

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 6 of 17

should be enclosed with technical offer). Bidder must have experience in conducting at least 1- 3 detailed HAZOP studies covering at least 50-100 P&IDs in the Refining sector/petrochemical sector. Documentary evidence should be enclosed. a) The bidder must enclose a list of experts who will be deputed for the study and they should be a regular employee of the bidder. Each of the experts deputed as Hazop Chairman/Secretary should have had an experience of minimum 10 years in Process Safety, PSM enhancement related studies or in managing SHE in a reputed industry in the Oil & Gas particularly refinery/Petrochemical sector. Other experts deputed for the study as members should have minimum of 5 years of experience in the field as mentioned above. Bidder to provide the detailed biodata mentioning the experience of the entire multidisciplinary team members. Technical evaluation will have the weightage for the experienced competent multidisciplinary team members. HPCL will have the sole authority in exercising its power to accept or reject the same. 5.0 HPCL's Job Scope: 1. HPCL will depute its officer as a coordinator for the Hazop study for Mumbai Refinery. 2. HPCL will provide latest updated P&ID's of the units to be studied. 6.0 Note to Bidders: a) Hindustan Petroleum Corporation Ltd. also called HPCL (hereinafter referred to as "HPCL") wishes to receive bids for HAZOP Study of Mumbai Refinery, covering all process units, sub-units, utilities, and captive power plants and Oil Storage & Movement facilities as per this Tender. b) Hazop Study Reports developed during this consultancy process should be manualised in hard bound volumes and handed over to HPCL. Similarly, all findings of the study and interviews and all presentations should be handed over to HPCL in spiral bound volumes in 3 sets. c) A comprehensive presentation should be made to the management after completion of Hazop Study at Mumbai Refinery to firm up the findings/ recommendations/ implementation plans. d) Bidder to execute the job & the completion time for Hazop studies & submission of final report is 9 months (i.e. 270 days). 7.0 Terms & conditions to the Bidders: 1. Bidder to supervise and carry out the entire activity at the Mumbai Refinery during general shift working hours as applicable at the refinery location and working on Sundays and holidays are not permitted. 2. Bidder should mobilize the material and the required manpower at the sites to be studied as mentioned in the proposal.

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 7 of 17

3. Bidder has to give prior intimation of his trip and details of the activities to ensure and obtain the necessary work permit from concerned department along with personnel involved for timely security gate pass arrangement. 4. Boarding, lodging and transportation will be in the Bidder scope during his stay at Mumbai. 5. All the personnel employed by the bidder for the job will have to be covered under E.S.I Group insurance, PF and other applicable statutory rules. 6. Safety rules as applicable needs to be followed by the bidder inside the refinery premises. 7. Bidder to execute the job & the completion time for Hazop studies & submission of final report is 9 months (i.e. 270 days). 8. Bidder may visit the refinery site at his own cost, if required, for job clarity before quoting. 9. Bidder to quote the unit rate on per P&ID basis covering the entire scope of job to study the of P&IDs as well as to critically review all the storage / handling & unloading facilities for all the hazardous chemical (such as caustic / Neutralizing Amine / Mercaptans / DMDS etc.) & recommend the internationally approved safe practices for the storage / handling & unloading. Number of P&ID's will be allotted based on the experience of the bidder. 10. There may be some additional requirement of Hazop study of approx. 50 nos. P&IDs which may be added in the present job of scope on the same rate which is quoted for the existing unit P&ID's 11. The quotation shall be valid for a period of 6 months from the date of firm proposal and the same shall be specifically confirmed in your proposal. 12. The prices quoted by the Bidder shall remain firm and valid till complete execution of the contract and no escalation will be permissible on any account whatsoever. 13. Deviations in the Scope and Commercial Terms/Conditions and cost thereof, if any, have to be clearly and separately spelt out in the Technical Bid. In the absence of any specific mention of the same, it will be presumed that your offer is in total conformity with the Tender Enquiry. 14. The bidder shall bear all costs associated with the preparation and delivery of its bid including costs and expenses related to visits to the site, if applicable, and the HPCL will in no case be responsible or liable for those costs regardless of the outcome of the bidding process. 8.0 Submission of the Bids:

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 8 of 17

The bids are to be submitted in a two bid system as under: a) Part - I: Technical bids outlining the following: (1 original +1 copy). Your detailed work plan and schedule with a bar chart specifying time allocation to Hazop study of each process unit. Resources allocated to the study Technical bid shall be accompanied by a complete set of the tender documents duly signed and stamped by the bidder on every page along with deviations to the terms and conditions if any. Prices should not be mentioned in the Technical bid. b) Part - II: In a separate sealed envelope superscribed "Priced Bid" (1 Original) in the format as in Annexure-II. Priced bid shall contain only one copy of price schedule dully filled in, signed and stamped and it shall not have any conditions whatsoever. Any condition in this part shall not be considered and shall render the offer liable for rejection. c) It should be ensured that the envelopes are superscribed with the following details to enable HPCL to identify the Bidder: TECHNICAL BID-PART-"I" OR PRICED BID- PART-"II" Due Date: Name and Address of the Bidder: Name, Address, Telephone Nos. and Email IDs of the authorized contact personnel of the Bidder. d) Bidders are advised to submit bids based strictly on the terms and conditions and specifications contained in the Tender and not to stipulate any deviations. A separate attachment for any deviations may be enclosed to the Technical Bid. Bidder to note that deviations mentioned elsewhere will not be considered. HPCL reserves the right to evaluate the bids containing deviations having financial implications after adding the costs for such deviations as determined by the HPCL. e) Bidders requiring any information or clarification on Scope of the study and other terms and conditions may be sought from The Chief Manager.- PS&E, Technical, HPCL, B. D. Patil Marg, Mahul Road, Vashi Naka, Chembur, Mumbai - 400074. TENDERS NOT SUBMITTED IN THE ABOVE FORMAT WILL BE REJECTED. 9.0 Bids Prices: a) Bidder is required to quote wBidder to quote the unit rate on per P&ID basis (Pl. refer column IV of the annexure for

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 9 of 17

unit wise P&ID) covering the entire scope of job to study the P&IDs. Number of P&ID's will be allotted based on the experience of the bidder. No other charges like travel, Boarding/Lodging, etc. will be payable. Bidder shall quote strictly as per the format of "Price Schedule" enclosed with this tender as Annexure. Price quoted in any other format would make your quotation liable for rejection. b) The prices quoted by the Bidder shall remain firm and valid till complete execution of the contract and no escalation will be permissible on any account whatsoever. b) Deviations in the Scope and Commercial Terms/Conditions and cost thereof, if any, have to be clearly and separately spelt out in the Technical Bid. In the absence of any specific mention of the same, it will be presumed that your offer is in total conformity with the Tender Enquiry. e) Tender document is to be signed by the Bidder on all pages by a person holding Power of Attorney authorizing him to sign on behalf of the Bidder before submission of tender. 10.0 Delivery Schedule: The delivery schedule for the entire job, encompassing complete scope of study & submission of final report as mentioned under clause 6.0, will be 9 months (270 days) for study of P&IDs' from the date of Letter Of Intent (LOI) for Mumbai Refinery. However, the corporation reserves the right to get the consultancy assignment completed on a piecemeal basis subject to completion of either one or more phases (steps) encompassing the scope of study. 11.0 Payment Terms: Phase wise payment shall be made on the completion of all the jobs under each phase of the Hazop Study subject to certification of completion by HPCL's representative and no advance payment will be made before the completion of any of the phases. Income tax will be deducted at source. Payment will be made for each phase, on receipt of bills both in original and duplicate to: Chief Mgr.- PS&E, Hindustan Petroleum Corporation Limited - Mumbai Refinery, B. D. Patil Marg, Mahul Road, Chembur, Mumbai-400 074 within 30 days of submission of bills. Payment schedule for the selected bidders will be as under: 30% of the total cost as after completion of Hazop Study of 50 % P& ID. 30% of the total cost as after completion Hazop Study of balance 50 % P& ID. 40% of the balance payment after final submission and acceptance of the reports, presentation of recommendations and findings of the Mumbai Refinery Hazop Study to the management of HPCL.

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 10 of 17

12.0 Liquidated Damages: The period of the start and completion of Consultancy Assignment by the Bidder, as mentioned under clause 6.0, will be deemed to be the essence of the Consultancy Assignment. In case of delay in completion of job including supply or services by the Bidder, beyond the stipulated period or any extended period permitted in writing by the HPCL at its sole discretion, HPCL at its option would either: A) accept delayed completion of the job at prices reduced by a sum equivalent to % of total contract value for every week or part thereof of the delivery subject to a maximum of 5% of total Lump-Sum value under item-1 of Attachment-II (Price Schedule) shall be applicable. The Lump-sum value means the total cost including taxes and other statutory levies etc. OR B) cancel the job in part or full and get the job completed through alternate means on account and at the risk of the Bidder to whom the job has been originally awarded. 13.0 Confidentiality Agreement: Confidentiality shall be maintained and Data and Reports shall be the property of HPCL and will not be shared with any third party in any form or manner. Bidders shall have to sign confidentiality agreement at the time of bidding for non-disclosure of information. 14.0 Governing Law: This contract shall be construed and the legal relations between the parties shall be determined exclusively according to the Laws of India existing as of the date of this contract. The Bidder shall warrant that the terms of this contract are valid under existing Indian Law. 15.0 Right to Accept / Reject the Tender: HPCL reserves the right to accept / reject any or all the bids including the lowest bid without assigning any reason whatsoever. The decision of HPCL shall be final and no correspondence will be entertained in this regard. 16.0 Arbitration Clause: All disputes and differences of any nature whatsoever or regarding any rights, liability, omission, act or account of any of the parties hereto arising out of or in relation to this Agreement shall be referred by the disputing party to the sole arbitration of Director Refineries of M/s Hindustan Petroleum Corporation Limited (i.e.

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 11 of 17

HPCL) or some officer of HPCL nominated by him for its adjudication. The Bidder will not be entitled to raise any objection to the appointment of such officer of HPCL as the sole arbitrator on the ground that the said officer is an officer of the HPCL or that he/she has to deal or dealt with the matter to which the agreement relates in the course of his/her duty as an officer of the HPCL or he/she has/had expressed view on all or any of the matters in dispute or difference. In the event of Arbitrator to whom the matter is originally referred to being transferred or vacates his/her office or is unable to act for any reason, Director Refineries of HPCL shall appoint another Sole Arbitrator to act as arbitrator. Such officer shall be entitled to proceed with the reference from the point at which it was left by his predecessor. No person other than the Director Refineries or a person/officer nominated by the Director Refineries of HPCL shall act as arbitrator. The parties will be bound by the provisions of Arbitration & Conciliation Act, 1996 as amended from time to time. 17.0 Termination of Contract: If the contract is cancelled, the amount due to him on account of work executed by him if payable, shall be paid to him after due recoveries as per the provisions of the contract and that too after alternative arrangements to complete the work has been made, at the sole discretion of HPCL. The extra cost incurred by HPCL for completing unfinished work will be recovered by HPCL from the Bidder's balance payment. The consultancy contract may be terminated because of abandonment of the work, not completing the work in time, failure to commence work within said time frame, failure to observe all or any of the terms and conditions under the contract, acting in a manner detrimental to the interest, reputation and dignity, name or prestige of HPCL or the Bidder becoming insolvent/bankrupt and become untraceable. 18.0 force Majeure: If either party's performance of any of its obligations hereunder is prevented, restricted or interfered by reason of fire; strike or labour dispute; war or other violence; any law or regulation of any Government; or any act or condition whatsoever beyond its reasonable control, that Party shall be excused from such performance to the extent of such prevention, restriction or interference; provided, however, that such Party shall give prompt notice to other Party of such Force Majeure, including a description in reasonable detail of the Force Majeure and shall use reasonable efforts to avoid or remove such cause of non-performance and shall continue performance hereunder whenever such causes are

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 12 of 17

removed. If either Party is unable on account of Force Majeure to perform any material obligation under this agreement for a continuous period of sixty (60) days the other Party shall have the right to terminate this agreement (without prejudice to any right such Party may have against the Party who has been unable to perform) effective thirty (30) days after the expiration of such sixty (60) day period subject to settlement of accounts between the parties. 19.0 The Bidder is required to give an undertaking stating that it has not been blacklisted delisted by any other Public Sector Undertaking in the country. Annexure-1 CAPACITY OF VARIOUS PROCESS UNITS ALONG WITH THE NO OF P&ID: Total No. of P&IDs = 482 A.FUELS REFINERY (Total No. of P&ID = 82) Sr. No. Units Capacity 1 Crude Distillation Unit-1 (FR) 3.5 MMTPA 2 Vacuum Distillation Unit-1(FR) 21200 BSD 3 Crude Distillation Unit-2 (FRE) 2.0 MMTPA 4 Vacuum Distillation Unit-2 (FRE) 21200 BSD 5 Fluidized Cat Cracking Unit 21000 BSD 6 Gas Compression Unit (Compressor+De-ethanizer, De-butanizer & FGDS) 7 ATF Treating Unit 14000 BSD 8 Propane Unit 10 m3/hr 9 Hexane Unit 70 m3/hr 10 Hexane Treating Unit 70,000 TPA

B.LUBE REFINERY (Total No. of P&ID = 75) Sr. No. Units Capacity 1 Vacuum Distillation Unit 21200 BSD 2 Solvent Extraction Unit (NMPI/II/III) 5360 BSD 3 Propane De-waxing Unit 335000 TPA 4 Propane De-asphalting Unit 10870 BSD

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 13 of 17

5 Industrial Oil Hydrofiner 1850 BSD C.DHDS COMPLEX (Total No. of P&ID = 186) Sr. No. Units Capacity 1 DHDS4950 T/SD 2 Hydrogen Unit 43.5 T/D 3 Amine Recovery Unit 2470 T/D 4 Sulphur Recovery Unit 65 T/D x 2 trains 5 Sour water stripping Unit 17 TPH 6 Condensate Recovery Unit 1680 T/D 7 Nitrogen Plant 750(gas) + 250 (liq) Nm3/hr 8 DM Plant 9 Offsites & Utilities 1500 T/D D.CAPTIVE POWER PLANT (Total No. of P&ID = 82) E.BOILER HOUSE (Total No. of P&ID = 24) Sr. No. Units Capacity 1Boiler-SG-5 27 T/hr 2Boiler SG-6 Dismantled 3 Boiler SG-7 27 T/hr 4Boiler SG-8 27 T/hr 5 Boiler SG-9

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 14 of 17

Enclosures : Detailed Item Description / Specifications (Yes/No) Technical Terms and Conditions (Yes/No) Commercial Terms and Conditions (Yes/No) Special Terms and Conditions (Yes/No) General Terms and Conditions (Yes/No) Others _____ Nos (Yes/No) Signature Name : : DHARMIK RAMESH TULSHIRAM

Designation : Manager - Materials

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 15 of 17

Attachment To HPCL Tender Enquiry No. 8000795 - HB - 48002 dated 1/10/2008 Format For Priced Bid 1. All unit rates in ____________________ (Specify the Currency) Please quote for the following items/service, as per the terms and conditions mentioned below and in attachments : DETAILS OF ITEMS / SERVICES Deliver To : PROCESS SAFETY & ENVIRONMENT, MUMBAI REFINERY,HINDUSTAN PETROLEUM CORP. LTD.,MUMBAI, - 400074. Maharashtra India.
Sr. No. 1 Tender Line Number 1.000 Ref Line No 1 Item Number Item Description Old Units HAZOP Study of MR ( Only) Quantity Qty UOM 1.000 Lump Sum Unit Rate In Figures and Words Refer pt # 1 above Purchasing UOM Lump Sum

TOTAL QUOTED VALUE (IN FIGURES) ** TOTAL QUOTED VALUE (IN WORDS) **

Cont on next page . . Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 16 of 17

**

Unless otherwise specifically mentioned in HPCL Tender Enquiry 1) When there is a difference between the rates in figures and words, the rate which corresponds to the amount worked out by the tenderer shall be taken as correct. 2) When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate quoted by the tenderer shall be taken as correct. 3) When it is not possible to ascertain the correct rate in the manner prescribed above, the rate as quoted in words shall be adopted.

Signature : Seal :

(Tenderer)

End of Document Sign and Seal of the Tenderer

8000795 - HB - 48002 Page 17 of 17

Você também pode gostar