HINDUSTAN PETROLEUM CORP. LTD

HINDUSTAN PETROLEUM CORP. LTD (A GOVERNMENT OF INDIA ENTERPRISE) TENDER DOCUMENT FOR SUPPLY OF FIRE FIGHTING EQUIPMENT FOR Bathinda, Paradeep, Raipur...
Author: Noel Simpson
1 downloads 1 Views 859KB Size
HINDUSTAN PETROLEUM CORP. LTD (A GOVERNMENT OF INDIA ENTERPRISE)

TENDER DOCUMENT FOR SUPPLY OF FIRE FIGHTING EQUIPMENT FOR Bathinda, Paradeep, Raipur and Amousi

Page 1 of 30

TABLE OF CONTENTS SR. NO.

DESCRIPTION

PAGES FROM

TO

1

TENDER COVER PAGE

1

1

2

TABLE OF CONTENTS

2

2

3

SCOPE OF JOB

3

4

4

SCHEDULE OF QUANTITIES

5

9

5

TIME SCHEDULE

10

11

6

SPECIAL TERMS AND CONDITIONS

12

15

7

TECHNICAL SPECIFICATIONS

16

25

8

QUALITY ASSURANCE PLAN

26

30

Page 2 of 30

JOB DESCRIPTION & SCOPE OF JOB

Page 3 of 30

INTRODUCTION This tender has been initiated for the supply of additional Fire fighting equipment for all the four locations as per the requirements of OISD-117 (Latest revision) The Detailed Scope of Supply is mentioned under each technical portion of tender document, Standard Specification and Drawings. The Scope of Supply, in brief, as given here below, shall be read in conjunction with the Scope of Supply under various sections of the tender document. Scope of supply of the items as specified under this tender is applicable for both the locations. However, HPCL reserves the right to place order on part of the work from total scope of work. All necessary tests shall be conducted by the bidder to determine whether the equipment with auxiliaries offered conform to the relevant standards and specifications as listed in this tender. Such tests shall be conducted after arranging the equipment in a manner representative of actual service conditions at the site and the external component and fittings in places which are likely to affect the performance. Compliance with this specification will not relieve the bidder of his responsibility for supplying the equipment / item of proper design, material and workmanship to meet the specified operating requirements and also proper workmanship and performance of the facilities under the contract. Applicable Codes and Standards The design, fabrication, assembly, inspection, testing, painting, and supply and shipment of Fire Fighting Items/ Equipment shall be in accordance with the latest edition of codes, specifications and standards (including standards / specification mentioned therein) listed in this tender. The successful bidder shall execute the order based on the detailed Technical Specification and Data Sheets for each of the items specified elsewhere in the tender document. Inspection and testing All the equipment/item under Bidder Scope of supply shall be shop tested according to the relevant standards. All the certificates shall be accompanied with the materials being despatched to respective sites. The items under the scope of supply of this tender shall be inspected by TPI (to be appointed by the bidder from approved TPI list). The bidder shall furnish in his offer the detailed QAP/ITP. Bidder shall arrange all facilities required during inspection and testing at his cost. The vendor shall refer the scope of TPI/QAP provided along with the specification for each item. All ISI approved items shall carry ISI stamping. The qualified bidder shall submit the copy of valid ISI License where ever applicable. The vendor shall provide the necessary drawings, valid certificates like UL listing/FM/VDS approvals and marking of offered Fire fighting equipment.

Page 4 of 30

SCHEDULE OF QUANTITIES

Page 5 of 30

Schedule of Quantities for Bathinda Depot S.No Description

Unit

Quantity

Jet Nozzle With Branch Pipe

Each

10

Fog Nozzle

Each

5

Universal Nozzle

Each

Water Curtain Nozzle

Each

5

Foam Branch Pipe

Each

5

6

Electrically Siren (3 Km range)

Each

7

Hand Operated Siren

8

Water Jet Blanket

1 2 3 4 5

5

1

Each

5

Each

1

Each

2 for Each

9

Red & Green Flag for Fire Drill

10

Sand Drum with Scoop

11

Fire Bucket with sand

12

10 Kg DCP Fire Extinguisher, ISI Marked

Each

13

75 Kg DCP Fire Extinguisher, ISI Marked

Each

14

2 Kg CO2 Type Fire Extinguisher, ISI Marked

15

4.5 Kg CO2 Type Fire Extinguisher, ISI Marked

Each

16

2.5 Kg Clean Agent

Each

17

Spare CO2 Cartridge for 10 Kg DCP

18

DCP Powder

Each Set

Each

4 2 40 1 4 10 4

Each

20

KG

200

NOTE:ITEM NO. 12 & ITEM NO. 17 SHALL BE PLACED TO A SINGLE VENDOR AND SHALL BE EVALUATED TOGETHER. VENDOR NEEDS TO QUOTE BOTH ITEMS.

Page 6 of 30

Schedule of Quantities for Paradeep Terminal Sr. No. Description

Quantity 8

19

Foam Compound Trolley 200 Ltr

Each

20

Jet Nozzle With Branch Pipe

Each

21

Fog Nozzle

Each

22

Universal Nozzle

Each

23

Water Curtain Nozzle

Each

24

Foam Branch Pipe

Each

25

Electrically Siren (3 Km range)

Each

1

26

Hand Operated Siren

Each

10

27

Water Jet Blanket

Each

28

Red & Green Flag for Fire Drill

Each

29

Sand Drum with Scoop

Each

30

Fire Bucket with sand

Set

31

10 Kg DCP Fire Extinguisher, ISI Marked

Each

32

25 Kg DCP Fire Extinguisher, ISI Marked

Each

33

75 Kg DCP Fire Extinguisher, ISI Marked

Each

34

2 Kg CO2 Type Fire Extinguisher, ISI Marked

Each

35

4.5 Kg CO2 Type Fire Extinguisher, ISI Marked

Each

36

2.5 Kg Clean Agent

Each

37

Spare CO2 Cartridge for 25 Kg DCP

Each

38

Spare CO2 Cartridge for 10 Kg DCP

Each

39

DCP Powder

KG

62 31 31 31 31

1 2 for Each 4 5 95 5 5 20 5 20 2 48 550

NOTE:ITEM NO. 31 & Item No. 38 SHALL BE PLACED TO A SINGLE VENDOR AND SHALL BE EVALUATED TOGETHER. VENDOR NEEDS TO QUOTE BOTH ITEMS. ITEM NO. 32 & Item No. 37 SHALL BE PLACED TO A SINGLE VENDOR AND SHALL BE EVALUATED TOGETHER. VENDOR NEEDS TO QUOTE BOTH ITEMS. Page 7 of 30

Schedule of Quantities for Raipur Depot Unit

Quantity

Jet Nozzle With Branch Pipe

Each

10

Fog Nozzle

Each

5

Universal Nozzle

Each

Water Curtain Nozzle

Each

Foam Branch Pipe

Each

45

Hand Operated Siren

Each

46

Water Jet Blanket

Each

S.No Description 40 41 42 43 44

Each

5 5 5 3 1 2 for Each

47

Red & Green Flag for Fire Drill

48

Sand Drum with Scoop

49

Fire Bucket with sand

50

10 Kg DCP Fire Extinguisher, ISI Marked

51

75 Kg DCP Fire Extinguisher, ISI Marked

52

2 Kg CO2 Type Fire Extinguisher, ISI Marked

Each

53

4.5 Kg CO2 Type Fire Extinguisher, ISI Marked

Each

5

54

2.5 Kg Clean Agent

Each

4

55

Spare CO2 Cartridge for 10 Kg DCP

56

DCP Powder

Each Set

4 2

Each

20

Each

1

Each KG

4

10 100

NOTE:ITEM NO. 50 & ITEM NO. 55 SHALL BE PLACED TO A SINGLE VENDOR AND SHALL BE EVALUATED TOGETHER. VENDOR NEEDS TO QUOTE BOTH ITEMS.

Page 8 of 30

Schedule of Quantities for Amousi Depot Unit

Quantity

Foam Compound Trolley 200 Ltr Jet Nozzle With Branch Pipe

Each

1

Each

17

Fog Nozzle

Each

Universal Nozzle

Each

Water Curtain Nozzle

Each

Foam Branch Pipe

Each

63

Electrically Siren (3 Km range)

Each

64

Hand Operated Siren

65

Water Jet Blanket

S.No Description 57 58 59 60 61 62

Each Each

8 8 9 9 1 4 1

Each

2 for Each

Each

4

Set

2

66

Red & Green Flag for Fire Drill

67

Sand Drum with Scoop

68

Fire Bucket with sand

69

10 Kg DCP Fire Extinguisher, ISI Marked

Each

70

75 Kg DCP Fire Extinguisher, ISI Marked

Each

2

71

2 Kg CO2 Type Fire Extinguisher, ISI Marked

Each

4

72

4.5 Kg CO2 Type Fire Extinguisher, ISI Marked

Each

73

2.5 Kg Clean Agent

Each

4

74

Spare CO2 Cartridge for 10 Kg DCP

Each

13

75

DCP Powder

KG

25

10

150

NOTE:ITEM NO. 69 & ITEM NO. 74 SHALL BE PLACED TO A SINGLE VENDOR AND SHALL BE EVALUATED TOGETHER. VENDOR NEEDS TO QUOTE BOTH ITEMS.

Page 9 of 30

TIME SCHEDULE

Page 10 of 30

SUPPLY OF FIRE FIGHTING EQUIPMENTS AT HPCL PART

LOCATION

COMPLETION PERIOD FROM DATE OF ISSUE

OF FOI/ LOI/ PO

A.

BATHINDA DEPOT, PUNJAB

2 (TWO) MONTHS

B.

PARADEEP TERMINAL, ORISSA

2 (TWO) MONTHS

C.

RAIPUR TERMINAL, CHATTISGARH

2 (TWO) MONTHS

D.

AMOUSI DEPOT, UTTAR PRADESH

2 (TWO) MONTHS

NOTE: 1) Time for completion shall be reckoned from the date of issue of Fax/ Letter of Intent/Purchase Order by HPCL. 2) Time for completion shall include the time required for Design, vetting, QAP/ITP, procurement and supply of the materials as per requirements of Contract Document and instructions of HPCL Engineer-in-Charge. 3) The job scope is as defined in tender.

Page 11 of 30

SPECIAL TERMS & CONDITIONS

Page 12 of 30

SPECIAL TERMS AND CONDITIONS 1. SCOPE :Design, engineering, shop assembly, factory testing, Third Party Inspection, transportation, transit insurance, delivery of Fire Fighting Equipment as per Schedule of Quantities, specification, terms and conditions at the locations indicated in the tender. 2. QUANTITIES: As per technical Specification& Schedule of Quantities 3. EXCLUSION: Unloading at site 4. PAYMENT TERMS: Payment against invoices shall be made on receipt of material at site against submission of following documents along with Bill/Invoice. Delivery Challan/Lorry receipt duly acknowledged by our site Manufacturer’s Test Certificate and copy of certificates from Statutory authorities Third Party Inspection/ Clearance report Manufacturer’s Guarantee Certificate & PBG Operation Manual, drawings and other related documentation 5. Payment shall be made within 15 days of receipt of bill at our Disbursement Section at Gresham Assurance House, 2nd Floor, Sir P.M. Road, Fort, Mumbai- 400 001. 6. TRANSIT INSURANCE: To be arranged by vendor 7. PERFORMANCE GUARANTEE: Supplies shall be fully guaranteed against any manufacturing defects/poor workmanship/inferior design or quality etc., for a period of 12 months from the date of delivery or 18 months from the date of supply, whichever is earlier During this period seller will arrange to repair/replace any defective part at free of cost or replace complete set if required. 8. EVALUATION OF BIDS: Techno – Commercial evaluation of bids: To assist in the examination, evaluation and comparison of bids, the owner may at its discretion, ask the bidder clarifications on the bid. The request for such clarifications and responses shall be thru e-mail, fax, query in e-proc system. Prior to evaluation and comparison of bids pursuant to relevant clause in this chapter, owner will determine the substantial responsiveness of each bid to the bid document. A substantially responsive bid is one which confirms to all the terms and conditions of the bid document without material deviation or reservations. The owner’s determination of bids responsiveness shall be based on the contents of the bid itself. Conditional bids are liable to be rejected. Bidders are requested to accept all terms and conditions of the bid document. Bidders are requested to note that exception if taken by them to or suggested modifications to the following clauses may result in rejection of their bid. a. b. c. d. e.

Firm Prices. Guarantee/Warranty. Force Majeure. Price Reduction. Arbitration.

Page 13 of 30

9. DELIVERY PERIOD: WITHIN 2 MONTHS FROM THE DATE OF LOI. Preparation of drawings/ Data Sheet & QAP, review and approval by Owner is included within the completion period. Owner shall take a min. of one week’s time for review and approval of Data sheet/drawing/QAP from the date of receipt of documents. (Commissioning shall be outside the purview of the delivery period & Liquidated Damage) 10. Approved Third Party Inspection Agency: CEIL/DNV/BV/ IRS/ LLYODS 11. DELIVERY LOCATIONS ADDRESSES

BATHINDA DEPOT Hindustan Petroleum Corporation Ltd Bathinda Terminal Phoos Mandi, Mansa Road District Bathinda Punjab-151001. Ph: 0164-2430430, 9417602067 Contact Person: Shri Gurmeet Singh. PARADEEP Hindustan Petroleum Corporation Ltd Paradeep Terminal Opposite Paradeep Railway Station, Paradeep- 754145. Orissa. Ph: (06722) 229225/ 229226 Contact Person: Shri Rajeev C. Panna RAIPUR Hindustan Petroleum Corporation Ltd Mandir Hasaud Project Site, Raipur IRD, Raipur – 492101. Chattisgarh.

Ph: 0771-2271218, 9754399982 Contact Person: Shri Saroha Ajaypal

Page 14 of 30

AMOUSI Hindustan Petroleum Corporation Ltd, Amousi IRD, Amousi Near Amousi Rly.Stn. Lucknow, U.P. - 226 008. Contact Person: Shri B. Srinivasa Gopala Krishna (Manager - E and P) Ph: 9820177463 12. The materials are required to be supplied on “Door Delivery Basis” to the respective locations. 13. The vendor (quoting for extinguishers) must have experience in fabricating extinguishers as per IS: 2825 (pressure vessel code) and also to submit copies of purchase orders and inspection certificates issues by Hydrocarbon Industries (PSU) for the above product. 14. Where ever ISI marking has been mentioned, the bidder shall provide valid copy of the BIS license. The same shall be applicable for FM/UL/CE or other approvals. 15. Vendor quoting for foam generator and matching inline foam inductor shall have it approved by any of the state/central government test house and the copy of the valid approval should be submitted along with the offer. 16. In cases where TPI certificates are not applicable, the party has to submit the manufacturer’s test certificate and guarantee certificate and other standard approvals, as applicable. 17. The successful bidder shall submit all drawings/ data sheet and QAP for owner’s approval within 15 days of LOI. Note: Successful vendor shall supply the materials along with manufacturing test certificate and guarantee / warranty certificate.

Page 15 of 30

TECHNICAL SPECIFICATIONS

Page 16 of 30

Technical Specifications 1.0 MOBILE FOAM TROLLEY Mobile Foam Trolley of 200/210 litres capacity consisting of foam tank fabricated out of 2 mm thick stainless steel 304 grade sheet having cylindrical shape, horizontally mounted on MS Trolley, having filler cap and drain plug of stainless steel. The trolley shall be provided with two solid rubber tyre wheels fitted with bearings on rear side and front wheel shall be with locking arrangement to avoid movement under pressure during operations. The trolley shall be provided with carrying handle for easy transportation and manoeuvrability. The trolley shall be provided with the following equipments. 1. Foam making branch pipe (FB-2) of corrosion resistant aluminium construction having 63 mm male instantaneous inlet. 2. Inline inductor for foam induction, corrosion resistant aluminium alloy having 63 mm male instantaneous coupling inlet and 63 mm female instantaneous outlet, 225 LPM or higher water capacity at 7 kg/cm2 complete with pick up tube. The nozzle to be provided along with the inductor and shall be matching for 225LPM.

3. The trolley should have storage facility to accommodate Fire Hose 01 no. each of 15 mtr. and 7.5 mtr. SCOPE OF INSPECTION Verify and certify the material (equipment) offered meets all the details mentioned in the specifications. Mobility / portability of the equipment has to be checked. The equipment on wheels has to be moved (simulating a field conditions with full load) to a distance of minimum 20 mtrs.

2.0 JET NOZZLE WITH BRANCH PIPE Jet nozzles with branch pipes made out of gunmetal suitable for 63 mm dia fire hose with instantaneous coupling and 16 mm dia. Nozzle orifice capable of discharging 450 lpm at 7 Kg/cm2 as per IS:903 with ISI Mark. 3.0 FOG NOZZLE Fog Nozzles made out of gunmetal chromium plated suitable for 63 mm dia fire hose, having arrangement for straight stream, high pressure fog and shut off as per IS:952 and with couplings as per IS:903. 4.0 UNIVERSAL NOZZLE (Tripple Purpose Nozzle) Universal nozzle made out of gunmetal chromium plated suitable for 63 mm dia fire hose with instantaneous coupling as per IS:903, capable of giving high pressure jet and fine water curtain as per IS:2871. 5.0 WATER CURTAIN NOZZLE

Page 17 of 30

Water curtain nozzles made out of gunmetal with chromium plated suitable for 63 mm dia fire hose with instantaneous couplings suitable for curtain as per IS:903. 6.0 FOAM BRANCH PIPE Foam making branch pipe complete with pickup tube and strainer, FB 5X, al. alloy, capacity 225 lpm at 7 Kg/cm2 pressure with regulating valve and pickup tube as per IS:2097.

SCOPE OF INSPECTION FOR ITEM NO 2 TO 6 Verify and certify the material (equipment) offered meets all the details mentioned in the specifications.

7.0 ELECTRICALLY OPERATED SIREN (Range upto 3KM) The general requirements, 3 phase electric motor, siren, heads, starter for on/off operations, without warbling relay, acoustic power shall comply with IS:1941 (Part I)/1976. The Siren shall be approx. range of 3.0 KMS. It shall be suitable anywhere in the country. Siren shall be horizontal complete with mounting. The electric motor shall be totally enclosed with greased sealed ball bearing and shall conform to IS:325. Following shall be in addition to "Markings" as given in para of IS:1941 (Part I). In addition to marking stipulated in IS:1941, Purchase Order No., date, manufacturers name and inspector stamp shall be punched. 8.0 HAND OPERATED SIREN The shape, components, material, design and construction shall comply with IS:6026-1970. It shall have portable stand as per para 6.3 of IS:6026. The Siren shall be approx. range of 1.6 KMS. In addition to marking stipulated in para II of IS:6026, Purchase Order No., date, performance warrantee minimum 2 years from the date of supply, manufacturers name and inspector stamp shall be punched. SCOPE OF INSPECTION FOR ITEM MO. 7 & 8

Verify and certify the material (equipment) offered meets all the details mentioned in the specifications. Check Electric Siren for 3-phase motor. (for Item No. 7)

9.0 WATER JET BLANKET Water Jet Blanket - Fire Protection & life saving "Gel Soaked Blanket" of 8 feet x 6 feet OR 8 feet x 5 feet 3 Inch size. The water jel system shall be a combination of an outer layer of 100% new wool having an intercellular weave with a therapeutic jel that is non-toxic, bactericidal, water-soluble and biodegradable. The wool carried is capable of absorbing upto 13 times its own weight. The Water Jel Blanket shall be packed in good quality poly-jar / canister. Water Jel Blanket shall be having 5 years usable life.

Page 18 of 30

10.0 RED & GREEN FLAG FOR FIRE DRILL Red and Green bright colored flags suitable for the fire drill. Handle shall be made of hard aluminum tube of size not less than 20 mm dia.The edges shall smooth finish and have rubber caps. The flag shall have minimum dimensions of 0.6 x 0.4 m. The cloth shall be of thick poly mixed cotton & color shall be bright and long lasting. The flag shall be firmly secured to the handle by the shorter side.

11.0 SAND DRUM WITH SCOOP Sand Drum should be made of MS sheet of not less than 22 swg. To store not less than 7 Kgs. Of sand & should be provided with Sand Scoop made of MS with Poly carbonate handle not less than 2’ long and total length of scoop should not be less than 3’. 12.0 FIRE BUCKET WITH SAND The sand bucket shall have a capacity of 9 ltr. each and shall confirm to IS 2546\1974. The Material of construction must be galvanized MS. The handle and dome shaped bottom to be painted with black colour. The outer shell of the bucket to be painted with fire red colour confirming to IS:5 and inside of the bucket shall be painted in white. Buckets shall be provided with suitable stand with 4 number hooks to hang sand filled buckets. Canopy over the stand to be provided to protect bucket from sun and rain. Heavy Duty Fire Bucket stand suitable for hanging 4 buckets in a single row with rain protection canopy, stand fabricated from 35x35x5mm thick MS angle and Canopy fabricated from 16 gauge (1.5mm thick) M. S sheet. The hanging hook welded on the angle shall be made from 8mm dia round BAR. The stand and Canopy shall be completely folding type supplied with Electro galvanized nut bolts. The assembling information drawing shall be provided along with supply. The size of the stand shall be 1300mm Height x 1500 mm length x 550mm width minimum. The complete stand with canopy shall be powder coated in Fire Red / P O red colour having coating thickness not less than 60 microns for canopy overall and 45 microns on the angles overall. The stand shall be fabricated in 4 parts (2 triangle shape side supports, one canopy and one long length of angle having 4 hooks to hang the buckets). The Triangle supports shall have foundation plate at bottom of size 75mm x 75mm x 5mm thick plate. The canopy shall carry marking “FIRE BUCKET” in white background with Red Lettering on both the sides. Scope of TPIA The TPI has to verify and certify the material/equipment offered in line with the specification inclusive of all the details as mentioned above.`

13.0 10 KG DCP FIRE EXTINGUISHER 10 kg DCP Fire extinguisher shall confirm to the standard IS 2171 with complete initial charging of CO2 cartridge (200 gms). The system shall bear ISI mark confirming to standard IS 4947 with the 10 kg chemical powder confirming to IS 4308 (Latest edition). Apart from the above specification the fire extinguisher shall conform to the following: a. Size of filler opening (inner dia) shall not be less than 75mm Page 19 of 30

b. Length of inner container not less than 35 cm c. Cap shall be gunmetal with chromium plating d. Hose shall be of braided plastic high pressure with one metre length with nozzle of ABS Plastic. e. All other components, design and performance, anti-corrosive treatment shall be as per IS 2171 (latest edition). f. Certification that every fire extinguisher shall be made with radiographic quality welding has to be provided and all the design /fabrication shall confirm to IS 2825. The radiography has to be performed for 10% of the weld joints and 50% for T joints. Design calculations shall be submitted along with the offer. g. The bottom ring shall have permanent punching at the bottom ring is required. I. Manufacturer’s name II. Year of manufacturing III. Manufacturer’s serial number IV. PO No. and date V. Inspector stamp VI. Date of hydraulic test shall be written with space for writing the subsequent dates for hydraulic test. VII. Safe DCP filling height shall be marked on the extinguisher. SCOPE OF TPIA: The TPIA has to inspect, verify and certify the material (equipment) for the details as mentioned in the specification.

14.0 25 KG DCP FIRE EXTINGUISHER The 25 kg DCP Fire Extinguisher shall confirm to IS 10658 (Latest Edition) and shall meet the following specifications / requirements. a)

Made of 6 mm thick M.S. Sheet (B.Q. Plate & design of vessel as per IS:2825) with radiography quality welding. The Extinguisher shall be conforming to IS:10658 (Latest) with ISI Mark duly embossed / punched. The Extinguisher shall be treated with anticorrosive treatment. Non ferrous parts shall be gunmetal. Design calculation of the extinguisher shall be submitted along with the offer.

b)

The hose shall be of minimum 03 metres length and the bursting pressure shall not be less than 50 Kg/cm2.

c)

Drain plug of not less than 25 mm diameter to be provided on the body.

d)

The nozzle shall be of Trigger Controlled and capable of discharging powder as per ISI Specification.

e)

Automatically and manually operated Safety Relief Valve to be provided as per IS:10658 (Latest) specification.

f)

Pressure gauge having minimum 50 mm dia. and range from 0 to 42 Kg/cm2 to be provided on the body.

Page 20 of 30

g)

The extinguisher shall be mounted on robust trolley having two heavy duty bearing fitted rubberised wheels and strong handles for easy mobility.

h)

ISI Marked CO2 gas cylinder shall be of 1 Kg. capacity and shall be approved by Department of Explosives with protector and thermal insulation and to be fitted with ISI Marked wheel type Valve.

i)

Dry Powder with ISI Mark IS:4308 (Latest). The powder shall be packed in plastic rigidex material type bags with heavy duly LD line duly hermetically sealed. The materials of packing and sealing is to be made in such a way that if the pack is kept inside the water bucket for 24 hours, not a single drop of water will penetrate inside the bag & the characteristics of the powder shall remain unaffected.

j)

Painting: Two coats primer (red oxide) painting and then fire red painting by spray method.

k)

As per IS : 2825, Dye penetrated test of the fillet weld of all nozzles and attachment - No discontinuities in the welding.

l)

As per IS : 2825 Radiography (10% covering 50% of "T" Joints) - No discontinuities allowed.

m)

The extinguisher shall be hydro tested at 30 Kg/cm2 and shall not develop any leaks at this pressure.

n)

In addition to markings stipulated in IS:10658 (latest) the following permanent punching at the bottom ring is required: i) Manufacturer's name. ii) Year of manufacturing. iii) Manufacturers serial number. iv) Purchase Order No. and date.

INSPECTOR STAMP: The date of hydraulic test shall also be marked. Space shall be left for writing the dates of subsequent hydraulic test. Dry Chemical Powder filling height shall be marked on the extinguisher. SCOPE OF INSPECTION: Verify and certify the material (equipment) offered meets all the details mentioned in the specification. Welding materials / rods should be checked for meeting specifications / standards. Wherever radiography welding is required, the same has to be inspected (only for welding application). Check copy of BIS Licence as per IS:10658 (Latest). Following checks to be carried out: Extinguisher is as per IS:10658 (Latest) with ISI Mark. Design calculation of extinguisher is correct. Design of vessel as per IS:2825. ISI Marked CO2 gas cylinder approved by Department of Explosives. Dry Powder is with ISI Mark. The packaging material to be tested as per clause 4.1.1. of IS:4308/1982. Also the material of the packing should be as per the specification only. Extinguisher to be hydrotested at 30 kg/cm2. The inspector shall certify that equipment fully meets the standards as given in the specifications and various BIS codes.

Page 21 of 30

15.0 75 KG DCP FIRE EXTINGUISHER The 75 kg DCP Fire Extinguisher shall confirm to IS 2171 and shall meet the following specifications / requirements. a. The extinguisher shall be made of 6 mm thick MS sheet (BQ plate and design of vessel as per IS 2825) with radiography quality welding. The extinguisher shall confirm to IS 10658-1999. Extinguisher shall be treated to operate in anti-corrosive environment. Non-metal parts shall be of gunmetal. Design calculations of the extinguisher shall be submitted along with the offer. b. The minimum length of the hose shall be of 5m with bursting pressure not less than 5 kg/cm2. c. Drain plug provided on the body shall have a minimum diameter of 25 mm. d. The nozzle shall be of trigger controlled and capable of discharging powder as per ISI specification. e. Automatically and manually operated safety relief valve to be provided as per IS: 10658:1999. f. Pressure gauge shall have minimum 50mm dia and range from 0 to 42 kg/sqcm to be provided on the body. g. The extinguisher shall be mounted on a robust trolly having two heavy duty bearing fitted with rubberized wheels and strong handles for easy mobility. h. ISI marked Co2 gas cylinder shall be of 2 KG capacity and shall be approved by Department of Explosives with protector and thermal insulation to be fitted with ISI marked wheel type valve. i. Dry powder provided shall confirm to IS:4308. The power shall be packed in plastic rigidex material type bags with heavy duty LD lines duly hermetically sealed. The materials of packing and sealing shall be made in such a way that if the pack is kept inside the water bucket for 24 hours, not a single drop of powder shall remain unaffected against moisture. j. The extinguisher shall be painted with two coats primer (red oxide) and then final coat of fire red painting by spray method. The colours shall confirm to IS :5 (latest edition). k. As per IS 2825 DPT of the fillet welds of all nozzles and attachment shall be carried out and no discontinuities in welding will be permitted. l. Certification that every fire extinguisher shall be made with radiographic quality welding has to be provided and all the design /fabrication shall confirm to IS 2825. The radiography has to be performed for 10% of the weld joints and 50% for T joints. Design calculations shall be submitted along with the offer. m. Extinguisher shall be hydro tested at 30 kg/cm2 and should not develop any leaks at this pressure. n. The bottom ring shall have permanent punching at the bottom ring is required.  Manufacturer’s name  Year of manufacturing  Manufacturer’s serial number  PO No. and date  Inspector stamp  Date of hydraulic test shall be written with space for writing the subsequent dates for hydraulic test.  Safe DCP filling height shall be marked on the extinguisher.

Page 22 of 30

SCOPE OF TPIA: The TPIA has to inspect, verify and certify the material (equipment) for the details as mentioned in the specification. 16.0 2 KG CO2 FIRE EXTINGUISHER (ISI MARK) 2Kg CO2 type fire extinguisher conf. to IS: 2878 complete with Bend Pipe Horn, wheel type operated Valve conf. to IS 3224, cylinder as per IS : 7285 , filled with Co2 with wall hanging bracket with ISI mark & cylinder approved by PESO.In addition to markings stipulated in IS:2878 (latest) the following permanent punching to be provided: i) Manufacturer's name. ii) Year of manufacturing. iii) Manufacturers serial number. iv) Purchase Order No. and date. v) Inspector Stamp. 17.0 4.5 KG CO2 FIRE EXTINGUISHER (ISI MARK) CO2 type 4.5 Kg. capacity fire extinguisher assembled out of seamless steel cylinder having explosive (CCE) Approval and ISI Mark (manufactured to IS:2878) complete with ISI marked wheel type valve, one metre length high pressure wire braided discharge hose with horn, wall mounting bracket and carrying handle. The cylinder shall be fully charged with CO2 Gas. All other components, design and performance, anticorrosive treatment shall be as per IS:2878 latest. In addition to markings stipulated in IS:2878 (latest) the following permanent punching to be provided: i) Manufacturer's name. ii) Year of manufacturing. iii) Manufacturers serial number. iv) Purchase Order No. and date. v) Inspector Stamp. SCOPE OF TPIA (For Item No. 16 & 17): Verify and certify the material (equipment) offered meets all the details mentioned in the specifications and as per IS:2878. To check whether the cylinder is having ISI Mark and CCE Approval.

18.0 2.5 KG CLEAN AGENT a. Body: M. S. Sheet IS : 513 deep drawn using reverse drawing technology and welded to cylinders. Hydraulic tested upto 30 kg/cm2, duly hot phosphated & epoxy powder coated – internal and external – more than 70 microns. b. Valve: Squeeze lever discharge valve made of non - ferrous metal duly tested & chrome plated. c.

Pressure Gauge: Good Quality imported pressure gauge EN certified of not less than 25 mm dia. Page 23 of 30

d.

Nozzle : Aluminium / Brass.

e.

Clean Agent Gas: UL / FM approved.

g.

Super Pressurisation :By Dry Nitrogen Gas @ 14 bar Minimum.

h.

Wall Brackets: Made of M.S. & duly powder coated.

19.0 SPARE CO2 CARTRIDGE FOR 25 KG DCP The cartridge shall be of 1 KG CO2 cylinder with ISI mark and CCOE approval fitted with ISI marked wheel type valve. 20.0 SPARE CO2 CARTRIDGE FOR 10 KG DCP The cartridge shall have CO2 gas capacity cartridge of capacity 200 grams confirming to IS-4947. The cartridge shall bear a suitable ISI mark suitable for 10Kg DCP. 21.0DCP POWDER Dry Chemical Powder for fire fighting having chemical composition of sodium based, shall be highly free flowing and siliconised to make powder water repellent and anti-caking. The powder shall be packed in rigidex imported materials bag with heavy duty LD liners duly hermetically sealed. The material of packing and sealing is to be made in such a way that if the packet is kept inside of the bucket full of water for 24 hours, the characteristics of the powder shall remain unaffected against moisture. The dry Chemical Powder shall be conforming to IS:4308-1982 with all the last amendmentsand bearing ISI Mark. Scope of Inspection: All tests as per IS :4308/1982 has to be carried out and reported expect Hygroscopicity & Caking test for which test certificate from the vendor to be taken. Dry Chemical Powder should have ISI Mark. The packaging material to be tested as per clause 4.1.1 of IS:4308/1982. Also material of the packing should be as per the specification only. The inspector shall certify that equipment fully meets the standards as given in the specification and BIS codes. Vendor should confirm the third party agency from any one of the following approved agencies: Gujarat Industrial Research & Development Agency (A Govt. of Gujarat Organisation) Industrial Research Laboratory Science College Compound Baroda - 390 002. OR Page 24 of 30

Director, Defence Institute of Fire Research Brig. S.K. Mazumdar Road Timarpur New Delhi – 110 054 The vendor must also enclose the copy of executed purchase orders of Hydrocarbon Industry (PSU) for supply of Dry Chemical Powder with the above said packing.

Page 25 of 30

QUALITY ASSURANCE PLAN

Page 26 of 30

1.1]

QA PLAN

1.2]

ITP

1.3]

DRAWING SCHEDULE

1.4]

PROGRESS REPORT AND SCHEDULE

1.5]

WAIVER AND DEVIATION

1.6]

PROCUREMENT OF BOUGHT OUT MATERIALS

1.7]

CALIBRATION RECORDS

1.8]

INSPECTION TEST STATUS

1.9]

QUALITY RECORDS

1.10] IDENTIFICATION AND TRACEABILITY 1.11] VENDOR DOCUMENT FOR REVIEW AND RECORDS 1.12] DOCUMENTS UNDER REVIEW CATEGORY. 1.13] FINAL DOCUMENTS

Page 27 of 30

QUALITY ASSURANCE PLAN AND INSPECTION & TESTING PLAN REQUIREMENTS 1.1]

QA PLAN

VENDOR DURING BIDDING STAGE SHALL SUBMIT HIS QUALITY ASSURANCE PLANS (QAP) CONSISTING OF RELEVANT PROCEDURES COVERING VARIOUS ACTIVITIES LIKE DESIGN AND ENGINEERING, MATERIAL PROCUREMENT , MANUFACTURE INSPECTION AND TESTING, DOCUMENTATION, DISPATCH TO SITE , ERECTION AND COMMISSIONING WHEREVER APPLICABLE AND MAINTENANCE OF QUALITY RECORDS IN THE POST ORDER STAGE. THE VENDOR SHALL SUBMIT THE QAP TO THE SITE ENGINEER FOR APPROVAL WITHIN 2 WEEKS FROM THE DATE OF RECEIPT OF LOI/PO WHICHEVER IS EARLIER. THE QAP SHALL BE APPROVED BY THE AUTHORIZED REPRESENTATIVE OF HPCL WITHIN A WEEK OF SUBMISSION 1.2]

ITP

VENDOR SHALL SUBMIT INSPECTION AND TEST PLAN FOR APPROVAL WITHIN 2 WEEKS OF LOI/PO AND BEFORE COMMENCEMENT OF MANUFACTURE TO THE SITE ENGINEER AS WELL AS TO THE THIRD PARTY INSPECTION AGENCY (TPIA) THAT THE VENDOR WISHES TO APPOINT FOR CARRYING OUT INSPECTION AND TESTING. THIS DOCUMENT SHOULD CLEARLY SPECIFY THE NAME, DESIGNATION OF THE PERSON CONCERNED (WITH TELEPHONE/MOBILE NO AND EMAIL) AND COMMUNICATION ADDRESS OF THE TPI. THE ITP SHALL BE IN ACCORDANCE WITH BS:1868/6755 (PART 1) AS APPLICABLE. 1.3]

DRAWING SCHEDULE

VENDOR SHALL SUBMIT A TOTAL INDEX OF DRAWINGS AND DOCUMENTS REQUIRED FOR APPROVAL/REVIEW/RECORDS ALONG WITH THE SCHEDULED DATE OF SUBMISSION OF EACH DRAWING/DOCUMENT WITHIN 2 WEEKS FROM DATE OF ISSUE OF LOI/ PO WHICHEVER IS EARLIER. 1.4]

PROGRESS REPORT AND SCHEDULE

VENDOR SHALL SUBMIT MONTHLY PROGRESS REPORT AND UPDATE PROCUREMENT ENGINEERING AND MANUFACTURING SCHEDULE EVERY MONTH STARTING FROM 2 WEEKS FROM DATE OF ISSUE OF LOI/PO WHICHEVER IS EARLIER TILL THE DESPATCH OF MATERIAL ALONG WITH COPY OF LR NO. & DATE OF DESPATCH OF MATERIAL, TRANSPORTER NAME AND CONTACT NUMBERS.

1.5]

WAIVER AND DEVIATION

VENDOR SHALL STRICTLY COMPLY WITH THE PO STIPULATIONS AND NO DEVIATIONS SHALL BE PERMITTED.

1.6]

PROCUREMENT OF BOUGHT OUT MATERIALS

ALL CRITICAL MATERIALS SUCH AS CASTING, FORGING, FITTING, PRESSURE HOLDING PARTS ELECTRICAL AND INSTRUMENT ACCESSORIES ETC. SHALL BE Page 28 of 30

PURCHASED BY THE VENDOR FROM SUB- VENDORS HAVING BV, LRIS OR CEIL APPROVAL. VENDOR SHALL SUBMIT A LIST OF BOUGHT OUT MATERIALS FOR HPCL APPROVAL WITHIN 2 WEEKS FROM THE DATE OF ISSUE OF FOI/PO WHICHEVER IS EARLIER. 1.7]

CALIBRATION RECORDS

VENDOR SHALL USE ONLY CALIBRATED MEASURING AND TEST INSTRUMENTS AND MAINTAIN CALIBRATION RECORDS. VENDOR SHALL FURNISH RECORDS OF CALIBRATION OF MEASURING AND TEST INSTRUMENTS INCLUDING RECALIBRATION RECORDS TO THIRD PARTY INSPECTION AGENCY ON DEMAND. 1.8]

INSPECTION TEST STATUS

INSPECTION AND TEST STATUS OF PRODUCTS SHALL BE IDENTIFIED BY USING MARKINGS. AUTHORIZED STAMPS, TAGS, ROUTE CARDS, INSPECTION CARDS ETC. DURING THE COURSE OF MANUFACTURE TO CLEARLY INDICATE ACCEPTANCE/ REJECTION OF TESTS/STAGES OF INSPECTION PERFORMED DURING ITS MANUFACTURING CYCLE. THE IDENTIFICATION OF TEST STATUS SHALL BE MAINTAINED AND RECORDS SUBMITTED AS AND WHEN DEMANDED BY HPCL/TPIA. 1.9]

QUALITY RECORDS

VENDOR SHALL MAINTAIN QUALITY RECORDS AS PER HIS PROCEDURES. INSPECTION REPORTS & TEST RECORDS COPIES SHALL BE FURNISHED TO HPCL/TPIA. 1.10]

IDENTIFICATION AND TRACEABILITY

VENDOR SHALL ESTABLISH AND MAINTAIN A STANDARD WRITTEN PROCEDURE FOR IDENTIFYING THE PRODUCTS FROM APPLICABLE DRAWING SPECIFICATIONS OR OTHER DOCUMENTS DURING ALL STAGES OF PRODUCTION DELIVERY AND INSTALLATION. A COPY OF THIS STANDARD PROCEDURE SHALL BE MADE AVAILABLE TO HPCL/TPIA. THE VENDOR SHALL ENSURE THAT EACH PRODUCT WHICH IS GOING IN THE PROCESS OF FABRICATION / MANUFACTURE / CONSTRUCTION / ERECTION HAS PROPER IDENTIFICATION THROUGHOUT THE PROCESS INCLUDING THE FINAL OUTPUT. 1.11] VENDOR DOCUMENT FOR REVIEW AND RECORDS GENERAL 1] ALL DOCUMENTS SHALL BE IN ENGLISH LANGUAGE AND SI SYSTEM OF UNITS. 2] REVIEW OF THE VENDOR DRAWING BY THIRD PARTY INSPECTION AGENCY / HPCL WOULD BE ONLY TO REVIEW THE COMPATIBILITY WITH BASIC DESIGN AND CONCEPTS AND IN NO WAY ABSOLVE THE VENDOR OF HIS RESPONSIBILITY TO COMPLY WITH PO REQUIREMENTS, APPLICABLE CODES, SPECIFICATIONS AND STATUTORY RULES/REGULATIONS. 3] SUBMISSION OF DOCUMENTS FOR REVIEW/RECORDS SHALL COMMENCE WITHIN 2 WEEKS FROM THE DATE OF ISSUE OF FOI/PO 4] THE VENDOR SHALL SUBMIT ALL DRAWINGS AND DOCUMENTS IN THREE COPIES AS STIPULATED IN THE VENDOR DATA REQUIREMENT ALONG WITH DOCUMENTS INDEX. THE DOCUMENTS SHALL ALSO BE SUBMITTED IN SOFT COPIES TO EXPEDITE THE PROCESS OF APPROVAL/REVIEW. Page 29 of 30

VENDOR SHALL ENSURE THAT EACH DRAWING SHALL CONTAIN THE FOLLOWING INFORMATION: PO NO NAME OF EQUIPMENT, TAG NO., NAME OF PROJECT, CLIENT, DRAWING/DOCUMENT TITLE, DRAWING NO., REVISION AND DATE. THE DRAWING DOCUMENT SHALL BE CHECKED APPROVED AND DULY SIGNED STAMPED BY THE VENDOR REVISIONS AND DATE. 1.12]

DOCUMENTS UNDER REVIEW CATEGORY.

FOLLOWING REVIEW CODES SHALL BE USED FOR REVIEW OF VENDOR DOCUMENTS / DRAWINGS. AFI:

APPROVED FOR INSPECTION

AFM: APPROVED FOR MANUFACTURING / FABRICATION AS PER COMMENTS VENDOR SHALL RESUBMIT THE SAME AFTER INCORPORATING THE COMMENTS BEFORE CARRYING OUT FINAL INSPECTION BY TPIA AND DESPATCH. NOT APPROVED: RESUBMISSION REQUIRED IN CASES OF MAJOR NON- CONFORMITIES WITH RESPECT TO PO SPECIFICATIONS. 1.13]

FINAL DOCUMENTS

FINAL DRAWINGS/DOCUMENTS CONSISTING OF TECHNICAL DATA MANUAL AS A COMPILATION OF AS-BUILT CERTIFIED DRAWING AND MANUFACTURING DATA AND TEST RECORDS DULY CERTIFIED BY HPCL/TPIA SHOULD BE SUBMITTED IN THREE SETS ALONG WITH SOFT COPY OF THE SAME. INSTALLATION, OPERATING AND MAINTENANCE INSTRUCTIONS OF THE MATERIAL/EQUIPMENTS (WHEREVER APPLICABLE) SHALL ALSO BE SUBMITTED IN THREE SETS AND IN SOFT FORMAT.

Page 30 of 30

Suggest Documents