request for quotation · regional provident fund commissioner. 3) the bidder shall submit a bank...

21
____________________________________________________________ Page 1 of 6 Dear Sir(s)/Madam, GAIL (India) Ltd. invites you to submit your offer in sealed envelope, superscribing RFQ No. & Due date for the following item(s) in complete accordance with enquiry documents/attachments: RFQ No. :GAIL/HZR/FL-P87/3200051116/SG Date:19.02.2009 RFQ Due on : 18.03.2009 at 14:00 Hrs IST Tender Opening Date : 18.03.2009 at 15.00 Hrs IST To, GAIL WEBSITE VENDOR, India Vendor Code : 101019938 Sl. No MatCode UOM QTY Unit Price Description (in figures & words) ------------------------------------------------------------ Group : 1 TURBINE, GAS MAKE: ALLISON MODEL: KB5 TURBINE TYPE: RATING: GOVERNOR TYPE: SPEED: STANDARD: SUPPLEMENTARY REQUIREMENTS: SERVICE: ADDITIONAL REQUIREMENTS: 1 1190018653 EACH 70 ________ FLTR,GT2,KB5 CCOUSTIC SYSTEM FILTER FOR GT2 THE VENDOR IS REQUESTED TO PL SUPPLY THE SAMPLE PC FIRST AS PER THE ATTACHED DRAWINGS. Group : 2 REQUEST FOR QUOTATION

Upload: others

Post on 07-Nov-2019

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

____________________________________________________________

Page 1 of 6

Dear Sir(s)/Madam,

GAIL (India) Ltd. invites you to submit your offer in sealed envelope, superscribing RFQ No. & Due datefor the following item(s) in complete accordance with enquiry documents/attachments:

RFQ No. :GAIL/HZR/FL-P87/3200051116/SGDate:19.02.2009RFQ Due on : 18.03.2009 at 14:00 Hrs ISTTender Opening Date : 18.03.2009 at 15.00 Hrs IST

To,GAIL WEBSITE VENDOR, IndiaVendor Code : 101019938

Sl. No MatCode UOM QTY Unit Price Description (in figures & words)

------------------------------------------------------------Group : 1

TURBINE, GASMAKE: ALLISONMODEL: KB5TURBINE TYPE:RATING:GOVERNOR TYPE:SPEED:STANDARD:SUPPLEMENTARY REQUIREMENTS:SERVICE:ADDITIONAL REQUIREMENTS:

1 1190018653 EACH 70 ________

FLTR,GT2,KB5

CCOUSTIC SYSTEMFILTERFOR GT2

THE VENDOR IS REQUESTED TO PL SUPPLY THE SAMPLE PC FIRST AS PER THEATTACHED DRAWINGS.

Group : 2

REQUEST FOR QUOTATION

Page 2: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

____________________________________________________________

RFQ No:GAIL/HZR/FL-P87/3200051116/SGDate: 19.02.2009

REQUEST FOR QUOTATION (Cont.)

Page 2 of 6

ENGINE, RECIPROCATINGMAKE: ROLLS ROYCE LTDMODEL: NOT SPECIFEDBRAKE HORSE POWER:NO OF CYLINDER:OPERATING CYCLES:COOLING METHOD:POWER:SPEED:SUPPLEMENTARY REQUIREMENTS:ADDITIONAL REQUIREMENTS:

2 1269450603 EACH 16 ________

FILTR,AIR,VENTILATION,ROLLS ROYCE

FILTR,AIR,VENTILATION

THE VENDOR IS REQUESTED TO PL SUPPLY THE SAMPLE PC FIRST AS PER THEATTACHED DRAWINGS.

------------------------------------------------------------

EMD Details : BIDDER IS RREQUESTED TO SUBMIT EARNEST MONEY DEPOSIT OF RS.7000/- IN FORM OF DEMAND DRAFT/BANKER'S CHEQUE/PAY ORDER OF ANYNATIONALIZED/SCHEDULED BANK IN FAVOUR OF "GAIL (India) Limited" PAYABLE ATSURAT.

Page 3: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

____________________________________________________________

RFQ No:GAIL/HZR/FL-P87/3200051116/SGDate: 19.02.2009

REQUEST FOR QUOTATION (Cont.)

Page 3 of 6

Instruction to Bidders : Bidders Eligibility Criteria (BEC)

1. BIDDER SHOULD BE EITHER A MANUFACTURER OR ITS AUTHORISED DISTRIBUTOR /DEALER OF THE QUOTED ITEM.

BIDDER SHOULD SUBMIT VALID DOCUMENTARY CERTIFICATE/EVIDENCE FOR BEING AMANUFACTURER OR ITS AUTHORISED DISTRIBUTOR/ DEALER.

2. BIDDER SHOULD SUBMIT A COPY OF PURCHASE ORDER FOR SIMILAR SUPPLY DURINGANY OF THE PRECEDING THREE YEARS RECKONED FROM BID DUE DATE.

WE ARE NOT PROVIDING FORM 'C' YOU ARE THEREFORE REQUESTED TO SUBMIT YOURQUOTATION WITH FULL CST/VAT.

M/s. GAIL (India) Limited, Hazira (Gujrat.)) hereinafter called GAIL/Owner, invites you to submit yourbids for the captioned work in complete accordance with enquiry documents/attachments.

Bids are to be submitted in sealed envelope, superscribed with the above Tender No. & Due date,description of work.Part - I - Techno Commercial Bid

Your bid should contain all technical & commercial details and the Earnest Money Deposit (EMD)as stated above. The EMD can be submitted by DD favouring GAIL (India) Ltd, HAZIRA or Banker'sCheque or by way of Bank Guarantee in the enclosed format. This should invariably contain the documentsrequired for qualification of BEC.Part - II - Price BidPrice bid containing the priced Schedule of Rates enclosed in the tender.

Both the envelopes (Part - I & Part - II) are to be sealed in an envelope, super scribed with tender no. duedate & description of work.

Bids complete in all respects should reach office of Sr. Manager C&P), GAIL (India) Ltd., P.O. O.N.G.C.,DIST. SURAT on or before the due date/time. Bids received after the due date and time are liable to berejected, If not bidding, please return the enquiry document along with the regret letter within the due date.

If the EMD amount is mentioned in the tender document, bids without EMD shall be summarilyrejected. If EMD amount is not mentioned, bidder will presume that the bids are invited without EMD

Bids should be valid for 120 days from the date of opening tender. Bids throughTelex/Fax/E-mail/Telegram are not acceptable.This Request For Quotation (RFQ) is an integral and inseparable part of the enclosed bid documents.

Bidders are advised to quote strictly as per the terms and conditions of the tender documents and notto stipulate any deviations/exceptions. Once quoted, the bidder shall not make any subsequent price changewhether resulting of arising out of any technical/commercial clarifications sought regarding the bid, even ifany deviation of exception may be specifically stated in the bid. Such price changes shall render the offerliable for rejection.

You are requested to depute your representative with proper authorization for attending the bidopening on the scheduled date of opening.

GAIL reserves the right to accept or reject any or all tenders received at its absolute discretionwithout assigning any reason whatsoever.

Fall clause as mentioned in GCC shall not be a part of this Tender.BID REJECTION CRITERIA:

Page 4: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

____________________________________________________________

RFQ No:GAIL/HZR/FL-P87/3200051116/SGDate: 19.02.2009

REQUEST FOR QUOTATION (Cont.)

Page 4 of 6

In the event of Bidders taking deviation in following criteria their Bids will be treated as irresponsive andmay be rejected.a)Firm price.b)EMD /Bid bond.c)Scope of work.d)Specifications.e)Price Schedule.f)Delivery / Completion Schedule.g)Period of validity of Bid.h)Price reduction schedule.i)Performance Bank Guarantee / Security Deposit.j)Guarantee.k)Arbitration and resolution of dispute.L)Force Majure.m)EPF registration in case of Service Contracts.n)Applicable laws.

Price Basis : PRICES SHALL BE NET F.O.R. GAIL HAZIRA.

Delivery/Completion Schedule : THE MATERIAL SHALL BE DELIVERED AT GAIL, HAZIRAWITHIN 3 TO 4 WEEKS FROM THE DATE OF RECEIPT OF P.O.

Terms of delivery : THE MATERIAL SHALL BE DELIVERED AT GAIL, HAZIRA, ON FREIGHTPAID DOOR DELIVERY BASIS.

Consignee Address : SR. MANAGER (CONTRACT & PROCUREMENT)GAIL (INDIA) LTD.,ICHHAPORE MAGDALLA ROAD,P.O. ONGC,SURAT - 394518 (GUJ)

Terms of payment : 100% PAYMENT WILL BE RELEASED WITHIN 30 DAYS OF RECEIPT &ACCEPTANCE OF MATERIAL AT GAIL HAZIRA THROUGH E-BANKING DIRECTLY TO YOURBANK ACCOUNT. YOU SHOULD HAVE BANK ACCOUNT IN SBI/ICICI/HDFC PREFERABLY.

Warranties : THE PRODUCT OFFERED MUST BE WARRENTED FOR APPLICABLE STANDRADWARRANTY PERIOD.

Page 5: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

____________________________________________________________

RFQ No:GAIL/HZR/FL-P87/3200051116/SGDate: 19.02.2009

REQUEST FOR QUOTATION (Cont.)

Page 5 of 6

Price Reduction Schedule : PRICE REDUCTION SCHEDULE WILL BE APPLICABLE @ 1/2% PERWEEK TO MAXIMUM 5% AS PER GENERAL PURCHASE CONDITION ATTACHED HEREWITH.

Performance Bank Guarantee : BIDDER SHALL FURNISH PERFORMANCE BANK GURANTEEFOR 10% OF ORDER VALUE IN PRE RECORDED FORMAT.

Important : 1. Percentage of Taxes, Duties, P&F, Freight charges etc. of quoted basic price should be clearly mentionedin the quotation.2. Please go through the General Purchase Conditions (GPC) enclosed as Annexure. Deviations to GPCshall liable for rejection of your offer.3. Please submit Catalogue/Specification Details, Test Certificates/Traceability Certificate for accuracyalong with your quotation.

Yours truly,For and on behalf ofGAIL ( India ) Ltd.

(Authorized signatory)

Page 6: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

Page 6 of 6

Delivery Schedule ................................................Offer validity for: 90 days/120 days/180 daysPayment Terms ......................................................

____________________________________________________________Format for Details of Terms & Conditions to be Filled By Vendor

Price Basis: Ex-Works.............................. FOT Site of Plant..................

Offer Ref . & Date .................................................Telephone No ........................................................Fax No. ................................................................E-Mail ....................................................................

1. Discount % on basic Unit price, if any ....................................................................................................................................................................................................................................................................................

2. Packing & Forwarding, if applicable........................................................................................................................................................................................................................................................................................

3. Excise Duty % (if applicable)..................................................................................................................................................................................................................................................................................................

4. LST/CST (with/without concessional Form), if applicable...........................................................................................................................................................................

5. Freight, if applicable ..............................................................................................................................................................................................................................................................................................................

6. Other Charges, if any................................................................................................................................................................................................................................................................................................................

Signature of Vendor with Office Seal

REQUEST FOR QUOTATION (Cont.)

RFQ No.:GAIL/HZR/FL-P87/3200051116/SGDate:19.02.2009

Page 7: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

N

R Y B

Y1 B1 R1

A1 A2

415 V AC Supply Ph.

N.

Timer

A1 A2

230 V AC Supply

1

3

2

4

F4

Tag No. Description Model No. Make Quantity

MCB Four Pole MCB-63 A 6033 25 Legrand 1 Nos.

Fuse Base For F4

Type HB-125A SK91043 L & T 1 Nos.

F4 Control Fuse Type- HF,4A SF90145 L & T 1 Nos.

A1,A2 Power Contactors MNX 45-240V, 50Hz ST19000 L & T 2 Nos.

Timer FM/1 240V AC-QT EH011 L & T 1 Nos.

Connector Connector With 2 End Lock&1 End Plate

CST-4 Elmax 6 Nos.

N-Bus Suitable for 8 Way Heavy Duty 1 Strip

C-Channel For MCB, Connetors, Contactors & Timer As per Req.

Y2 B2 R2 N

Air conditioners Power Supply Diagram For Kribhco Terminal

R1 Y1 R2 B1 B2 Y2

Connector

N-B

us

MCB-63 A

Page 8: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

Power Distribution Board—Single Line Diagram– Model No. 6077 91 Legrand

I/C DPX125A

32 A TPN

32 A TP

16 A TP

16 A TP

16 A TP

16 A TP

40A TP

New

Ter

min

al

Inte

rnal

Lig

htin

g

UPS

Pow

er S

uppl

y U

PS B

ypas

s Sup

ply

Out

Doo

r Lig

htin

g

Spar

e

Spar

e

Spar

e Sr. No. Description Model

No. Make Quantity

01 PDB 6077 91 Legrand 01

02 DPX125 A 6253 41 Legrand 01

03 40 A-TPN 6032 89 Legrand 01

04 32 A– TP 6032 88 Legrand 01

05 16 A-TP 6035 85 Legrand 04

Page 9: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

Lighting Distribution Board—Single Line Diagram– Model No. 6077 17 Legrand

I/C

Sr. No. Description Model No. Make Quantity

01 PDB 6077 17 Legrand 01

02 I/C -40 A-FP 6233 23 Legrand 01

03 06 A-SP 6032 31 Legrand 10

04 16 A-DP 6032 68 Legrand 06

16 A DP

16 A DP

16 A DP

16 A DP

16 A DP

16 A DP

06 A SP

06 A SP

06 A SP

06 A SP

06 A SP

06 A SP

06 A SP

06 A SP

06 A SP

06 A SP

Page 10: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

TENDER

FOR

Miscellaneous Electrical works at GAIL Terminal

AT

KRIBHCO, HAZIRA

OF

GAIL (INDIA) LIMITED

Page 11: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

CONTENTS

1. BID REJECTION CRITERIA

2. GENERAL CONDITION OF CONTRACT

3. SPECIAL CONDITION OF CONTRACT

4. SCHEDULE OF RATES

Page 12: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

BID REJECTION CRITERIA

The bidders who do not fulfill/comply the following conditions shall only be considered for the work of “Miscellaneous Electrical works in buildings at Compressor Station, Hazira, SURAT.

1) The bidder shall submit a copy of Electrical Contractor’s License valid in Gujarat State.

2) The bidder shall submit the proof of Provident fund number slotted in their name by Regional Provident Fund Commissioner.

3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money in favour of GAIL (INDIA) LIMITED.

4) The bidder shall submit the proof of Provident fund number allotted in their name by Regional Provident Fund Commissioner.

5) The bidder shall submit the security deposit/ performance bank guarantee of 10% of contract amount before commencement of works.

6) Validity of the bids submitted should be for 120 days from the final due date of opening of bid.

7) Any deviation/conditional acceptance of following clause(s) of SCC/GCC will lead to rejection of bid:

a. Clause 3- Scope of work

b. Clause 5a. & 5c- Rates

c. Clause 6- Mode of Payment.

d. Clause 27.1- Price reduction schedule of GCC

e. Clause18- Arbitration

Page 13: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

SPECIAL CONDITIONS OF CONTRACT

1 CONDITIONS:

The special conditions of contract shall be read in conjunction with the general conditions of contract, schedule of rates, scope of work and any other document forming part of contract whether context so requires.

Not withstanding the sub-division of the documents in to three separate sections, every part of each shall be deemed to be supplementary of every other part and shall be read with and into the contract so far as it may be practicable to do so.

Where any portion of the special conditions of the contract (SCC) is repugnant to or at variance with any provision of the general conditions of the contract then unless a different intention be deemed to override the provisions of the general conditions of contract (GCC) only to the extent such repugnance or variation if the SCC as are not possible of being reconciled with the provisions of the GCC.

In case of any contradiction the decision of Engineer in-charge will be final and binding to the contractor.

2 SITE INFORMATION:

The work site will be at GAIL Terminal, KRIBHCO, Hazira, Surat.

It is understood that before quoting the rates, the contractor has visited the work site and has acquainted himself fully with the nature and quantum of work to be done. Ignorance of this, after award of contract will not be considered.

It is understood that the scope of work shall include, alias, the carrying out of any and/ all works and providing any/ all facilities as required for completing the works as per the terms and conditions of contract documents.

The contractor shall be responsible to complete the entire work in all respects and any of the work necessary to complete the job though specifically not covered in the scope of work above.

3 SCOPE OF WORK:

The scope of work includes supply and installation of distribution Boards and its switch sockets, Point wiring, including supply, laying, installation, testing and commissioning of wires in Flat PVC casing/ conduit, wires, termination etc. The limits and quantities mentioned in the SOR are tentative only which may vary as per requirement of GAIL. Scope of work not only includes the item mentioned in the SOR but also any other job, which is essential for the completion of the job. All work shall be carried out as per the standard Engineering practices and as per technical specifications of this tender document. The work shall conform to the latest applicable IS, to the satisfaction of Engineer In Charge. Decision of EIC regarding acceptability of practices will be final & binding to the contractor. Mobilization and demobilization for the job will be in the scope of the contractor.

4 RECOVERY:

a. Income tax at the prevailing rates as applicable form time to time shall be deducted from contractor bills as per Income Tax Act, and quoted rates shall be deemed to include this.

b. Cost of any damage/ loss of company property by the contractor shall be recovered; GAIL Decision in this regard will be final, binding & conclusive.

5. RATES:

a. The unit rates quoted should be kept from and valid for three months and no escalation shall be permissible for any reason whatsoever after award of contract.

b. The quoted rates by contractor shall include all liabilities such as supervision, wages, overtime, leave, bonus, increment, retrenchment compensation, insurance

Page 14: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

and all other statutory payments, including providing of tools and tackles, under contractor ‘s scope of supply, overheads, profits etc. for which no extra payment whatsoever will be made by GAIL.

c. The rates herein contained and agreed shall remain firm during while of the contract period and shall not be subjected to escalation or revision.

d. The Quoted Rates should be inclusive of all taxes, duties as well as Service Tax and Education Cess thereon. The bidder is required to mention the applicable rate of Service Tax and cess thereon as on the final due date of bid submission. Service Tax and Cess thereon shall be paid as per the rate mentioned by the bidder in their offer on submission of documentary evidence/invoice(s). Even in the event of variation of service tax and cess thereon within the contract period on account of variation / change in the turnover of contractor, the same shall not be paid by GAIL.

The bidder shall indicate in its bid the Service Tax registration no. and in case the Service Tax registration no. is not available, the bidder will give confirmation for obtaining registration with a copy of application for registration.

The Contractors liable to pay Service Tax for the work / services rendered to GAIL, shall specifically mention the Service Tax registration No. in their Invoice(s). Further, the amount and rate of Service Tax shall be separately and distinctly specified in the Invoice(s). The service provider shall submit proper invoice as required under the Service Tax Law. At present Rule 4 A of service tax Rules provides the relevant provisions for issuance of proper invoice by the service providers. In case any other particulars of GAIL, HAZIRA as receiver of services are required to be mentioned, if any, under Service Tax Law and / or/ CENVAT Credit Rules, on the date of providing of Services to GAIL, the same shall also be mentioned on the invoice.

For payment of service tax, serially numbered invoice / bill shall be issued by the service provider and should also specify following:

i. The name, address and registration number of the service provider.

ii. The name and address of the recipient of the taxable service.

iii. Description, classification and value of taxable service provided and the service tax payable on such services

The above details are required to enable GAIL to avail Cenvat credit for the service tax payments.

It shall be the responsibility of the contractor to pass on the CENVAT Credit benefit to GAIL, wherever applicable. In case GAIL looses any benefit / amount of CENVAT Credit, due to any fault of the bidder (i.e. non submission of proper invoice timely), which could otherwise have been availed by GAIL as per rules, the same shall be recoverable from the contractor / not paid to the contractor

6. MODE OF PAYMENT:

The contractor shall submit Full and final bill in quadruplicate duly supported by relevant certificates, completion documents etc. The payment will be made through e-banking within 15 days on receipt of the bill with all the requisite documents.

7. DEFECT LAIBILITY PERIOD:

The defect liability period for the contract will be ONE year from the date of completion of the total contract. Decision of Engineer In Charge will be final & binding to the Contractor.

8. Contract Performance Guarantee:

The successful bidder will be required to furnish contract performance guarantee @ 10% of the contract value within 15 days from the date of award, details as per GCC clause no. 24.

Page 15: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

9. RESPONSIBILITY OF CONTRATOR.

All expenses towards mobilizations at site and demobilization equipment, work forces, materials dismantling the equipment, clearing the site etc, shall be deemed to be included in the prices quoted and no separate payment on account of such expenses shall be entertained.

All entries and exists of materials and equipments should be done with proper gate passes and records at security gate.

The contractor shall provide cotton dangri, safety shoes, general tool box (including measuring instruments such multimeter, insulation tester etc) and other Personal Protective equipments to the duty technician and other technicians deployed for the works.

10. GAIL’S SCOPE OF SUPPLY: As applicable as per SOR

11. CONTRACTOR’S SCOPE OF SUPPLY: All the materials as per SOR will be in contractor’s scope of supply. General tools and tackles required the Contractors would arrange carrying out the work as and when required by GAIL.

It shall be entirely the contractor’s responsibility to provide, operate and maintain all the necessary tools and his rates shall include the same.

12. CONTRACT PERIOD:

The duration of this contract shall be for ONE month to be reckoned form the date of issue of letter of intent/ work order. If the contractor fails to complete the job within the stipulated time, price reduction schedule as given in GCC will be applied. Decision of Engineer In charge shall be final and binding to the contractor.

13. SUPERVISION OF WORK:

The contractor shall have one experienced supervisor. He should be able to manage site activities while executing the job at the site and guide his personnel to carry out the work as and when required as per the instructions of the Engineer In charge. No extra payment will be made for providing supervisor.

In order to achieve desired workmanship and quality, the contract shall deploy experienced and competent personnel.

14. RIGHT TO GET SERVICES CARRIED OUT THROUGH OTHER AGENCIES:

GAIL has right to accept similar services from other agencies at is discretion. If the contractor fails to carryout the job as per scope of work mentioned in the tender document.

15. SUBLETING OF CONTRACT: Refer clause No. 37 of General conditions of contract.

16. GATEPASS/ IDENTITY CARD:

The contractor shall make/ renew at his own cost gate pass/ identity cards if so required by KRIBHCO for security or any other reasons. The GAIL may only endorse such passes on recommendation of the contractor.

17. SAFETY PRACTICES:

Contractor shall positively observes all safety measures required (as per OISD and other suitable guidelines) to be undertaken for safety of persons, labors, public and properties at work site.

18. INSURANCE & LIABILITIES: Refer clause No. 101 of General conditions of contract.

19. STATUTORY COMPLIANCE UNDER LABOUR & INDUSTRIAL LAW:

Refer clause No. 103 to 106 of General conditions of contract.

20. AGREEMENT: Refer clause No. 13 of General conditions of contract.

21. INDEMNITY BOND: The Party shall submit Indemnity Bond at the time of closing of contract and indemnify GAIL for any dispute between the contractor and the other parties regarding this work, payment etc.

Page 16: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

STATUTORY COMPLIANCE

1. The contractor shall obtain necessary insurance policy covering all risks such as accidents, injuries, death likely to be caused to workers or to third person including loss to the properties of Owner/GAIL or to some other agency and submit to Engineer-In-Charge the insurance copy as and when asked by Engineer-In-Charge.

2. The contractor shall not employ or permit to be employed any person suffering from any contagious, loathsome or infectious disease. The contractor shall get examine his employees/Workers through a govt. doctor before deployment and thereafter arrange periodic medical check up of his employees deployed under this contract. He should submit a copy of doctor’s fitness certificate to the company for record purpose in respect of his employees.

3. No worker of contractor (including contractor) be allowed to consume alcoholic drinks or any narcotics within the plant premises. If found under the influence of above, the contractor shall have to change/replace him failing which GAIL may terminate the contract.

4. The contractor shall indemnify GAIL against all claims, demands, actions, cost and charges etc brought by any Court, Competent Authority/ Statutory Authorities against any act or acts of the contactor or his workers.

5. The contractor shall deploy the workers after verification of their character and antecedents. In case any worker(s) is found having criminal record, he shall have to be immediately replaced without assigning any reasons under intimation to Engineer-In-Charge.

6. The Contractor shall be required to maintain all the relevant registers/documents and also be responsible for required contributions in respect of his employees/firm, as is applicable under different labor Acts/ legislations.

7. The contractor shall be responsible for providing leave with wages/compensatory holidays as per the applicable relevant Acts.

8. The contractor shall ensure payment of bonus to its employees under the Payment of Bonus Act, 1965, which shall in no case will be less than the minimum Bonus prescribed under the Act from time to time.

9. Sub letting of work without prior written permission of GAIL:

No contractor shall sub let or assign any work in part or whole to any firm, individual, partnership firm, Pvt. Ltd. company, Proprietorship firm etc without the prior written permission of Engineer-In-Charge nominated by GAIL. In case the contractor sublets or assigns the contract in part or whole without the prior written permission of GAIL and any claim preferred by any firm/ individual to GAIL that the main contactor has not paid his or their dues/payments, in that circumstances, GAIL shall without assigning any reasons, withhold from the payments of contractor, the amount equivalent to the claim amount of sub contractor/individual/ vendor (s) etc. The same shall be released to the contractor after contractor and Labor/supplies/sub contractor jointly submits a joint written settlement to GAIL.

10. The contractor shall require to obtain Labor License from Assistant Labor Commissioner (Central), Vadodara to start with the work, if applicable.

11. The contractor shall pay the wages at the rates to his workers as per the Minimum Wages Act as notified by the Regional Labor Commissioner (Central), Ahmedabad from time to time. The Engineer in charge shall ensure that the contractor is making payments of wages to its labors not less the wages notified by the appropriate authorities from time to time.

12. The contractor shall have a Provident Fund Code allotted to him by the Regional Provident Fund Commissioner and submit a monthly challan copy of PF deposited amount along with a list of his labors/workers to Engineer in charge.

13. The contractor shall require to deposit with PF authorities the PF deductions of its workers well in time & submit a copy of challans to Owner/Engineer-In-Charge on monthly/

Page 17: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

quarterly basis failing which owner will deduct from his bills the amount equivalent to PF deductions with penalty under the Act.

14. The contractor shall obtain registration under Inter State Migration Labor Act if he deploys and engages labors from outside Gujarat.

15. The contractor shall strictly comply with the various provision of Payment of Wages Act, 1936, Workmen Compensation Act, 1923, Minimum Wages Act 1948, Contract Labour (Regulation & Abolition) Act, 1970, Employees Provident Fund and Miscellaneous Provisions Act, 1952, Employees State Insurance (ESI) Act, 1948, The Inter State Migrant Workmen (Regulation of Employment & conditions of Service) Act, 1979, Building & other Construction Workers (Regulation of Employment and Conditions of Service) Act, 1996 etc. and various other Labour legislatures as in existence (at present in India) and as amended & enforced from time to time.

16. The contractor shall comprehensively insure his employees working under him under Workmen Compensation Act, 1923 during the period of contract and submit a copy of it to EIC/GAIL.

17. The contractor shall ensure that he does not deploy any of his person below 18 years of age for carrying out the contractual obligations.

18. ARBITRATION:

18.1 All disputes or differences, whatsoever, arising between the parties hereto pertaining to any part of the contract including its execution or concerning the works or maintenance thereof of this Contract or to the rights or to liabilities of the parities or arising out or in relation thereto whether during or after completion of the Contract or whether before or after determination, foreclosure or breach of the Contract (other than those in respect of which the decision of any person is by the Contract expressed to be final and binding) shall after written notices by either party to the Contract be referred for adjudication to a sole arbitrator to be appointed by GAIL as herein after provided.

18.2 For the purpose of appointing the sole arbitrator referred to above the Appointing Authority will send within thirty days of receipt of the notices, to the Contractor a panel of three names, which are not connected with the work in question.

The contractor shall on receipt of the names as aforesaid, select any one of the persons named to be appointed as a sole arbitrator and communicate his name to the Appointing Authority within thirty days of receipt of names. The Appointing Authority shall thereupon without any delay appoint the said person as the sole arbitrator. If the contractor fails to communicate his choice for appointment of an Arbitrator, the Appointing Authority shall do it on expiry of 30 days.

The venue of arbitration shall be New Delhi.

The award of the Arbitrator shall be final and binding on both the parities.

Subject to aforesaid the previsions of the Indian Arbitration & Conciliation, Act, 1996 or any statutory modification or re-enactment thereof and the rules made there under, and for the time being in force, shall apply to the arbitration proceeding under this clause.

19 Submission of Indemnity bond:

The contractor will be required to submit an indemnity bond on a non-judicial stamp paper duly notarized, indemnifying GAIL against all consequences which may arise out of any case filed by any workers/Labourers/vendors/sub-contractor/partner etc. who may have been engaged by the Contractor directly or indirectly with or without consent of GAIL for above works, which may be pending before any Court of law including Quasi Judicial Authority, Competent Authority, Labour Court, Arbitrator, Tribunal etc. at the time of completion of the said contract, on a Proforma given by GAIL.

20. JURISDICTION:

The contract shall be governed by and constructed according to the laws in force in India. The contractor hereby submits to the jurisdiction of the Courts situated at Surat (Guj.) for the purpose of disputes, actions and proceedings arising out of the Contract.

Page 18: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

INDEMNITY BOND

WHEREAS GAIL (India) LIMITED (hereinafter referred to as GAIL) which expression shall, unless repugnant to the context include their legal representatives, successors and assigns, having their Registered Office at 16, Bhikaiji, Cama Place,R.K.Puram, New Delhi and its Compressor plant under the name of GAIL (India) LIMITED, Hazira, District Surat (Guj.) has entered into a Contract with M/S…………………………………………………………………. (Hereinafter referred to as the (“Contractor”) which expression shall unless repugnant to the context include their legal representatives, successors and assigns, having their Registered Office at……………………………….and local office at ………………………for Rs.…………………for ………………………… in GAIL, Hazira and on the terms and conditions as set out, inter-alia in the Work Order NO………………………………….Dated………………………… and various documents forming part thereof hereinafter collectively referred to as the “Contract” which expression shall include all amendments, modifications and /or variations thereto. GAIL has also advised the Contractor to execute an Indemnity Bond in favour of GAIL indemnifying it from all consequences which may arise out of any case filed by any workers/Labours/vendors/sub-contractors/partner etc. who may have been engaged by the Contractor directly or indirectly with or without consent of GAIL for above works, which may be pending before any court of law including Quasi Judicial Authority, Competent Authority, Labour Court, Arbitrator, Tribunal etc. Now, therefore, in consideration of the promises a foresaid; the Contractor hereby irrevocably and unconditionally undertakes to indemnify and keep indemnified GAIL from any loss, which may arise out of any such contract/case. The Contractor undertake to compensate to GAIL forthwith, on demand, without protest the loss suffered by GAIL together direct/indirect expenses. And the Contractor hereby agrees with GAIL that: (i) This Indemnity Bond shall remain valid and irrevocable for all claims of GAIL arising

from any such contract/case for which GAIL has been made partly until now or here-in-after.

(ii) This Indemnity Bond shall not be discharged/ revoked by any change/ modification/

amendment/ deletion in the constitution of the firm/contractor or any conditions thereof including insolvency etc. of the Contractor but shall be in all respects and for all purposes binding and operative until any claims for payment are settled by the Contractor.

The under signed has full power to execute this Indemnity Bond on behalf of the Contractor and the same stands valid. SIGNED BY COMPETENT AUTHORITY PLACE: DATE:

Page 19: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money

TECHNICAL SPECIFICATION OF THE WORK

Main Distribution Board and Lighting Distribution Board: The Distribution Boards and its accessories shall be Legrand make. Details of requirement are given in Schedule of Rates.

Air Conditioners supply Distribution Board:

The Distribution Board is to be fabricated with 16/ 18 gauge sheet and powder coated with Siemens Grey color. Details of components & make are given in the GA Drawing as enclosed.

CASING AND ACCESSORIES:

Casing shall conform to IS: 9537 and shall be of PVC of different sizes given in SOR. Required chipping/ chasing for proper fixing in wall and necessary braking of wall, again making it good shall be included in works along with supply of all required hardware. Casing strips shall be medium duty PRECISION make.

WIRES:

Wires shall be PVC insulated and shall be of 660 Volt grade as per IS: 694. Conductor shall be of stranded copper with HR/ FR properties. The wire shall be of Finolex/ RR Kabel make. Color coding for different phases and for neutral and earth shall be maintained.

LIGHT FITTINGS:

Shall be of Asian/ Phillips make T5 fitting without reflector and direct mounting type.

CONNECTORS:

Cable terminations shall be made with tinned copper crimped type solders less lugs of suitable size of Dowells/3D/Comet make.

CABLE GLANDS:

Cable glands to be supplied shall be of single/Double compression type as per the approval of EIC.

FERRULE:

Ferrules shall be approved type and size to suit core size mentioned and shall be employed designate various cores for ease of identification.

INSTALLATION:

Installation of the distribution boxes shall include proper fixing of the said items to wall surfaces. The item shall be handled properly to avoid any damage. The entire wall surface mounted Boxes shall be fixed using anchor fastener and proper bolts.

TESTING & COMMISSIONING:

Insulation resistance of each circuit shall be recorded. Current and voltage of all the phase shall be measured. If required, load shall be balanced on all the three phases.

RECONDITIONING, INSTALLATION, TESTING & COMMISSIONING OF AIR CONDITIONERS:

The window and split type air conditioners are available at Compressor Station premises. The contractor has to collect the air conditioners for said premises and carry out the re-conditioning at their/ authorized works. After re-conditioning, the A/Cs are to be installed at KRIBHCO terminal. Entire cost of re-conditioning, gas filling, transportation to works and to KRIBHCO Terminal and installation, testing, commissioning, fabrication of frame etc. will in contractors’ account. However GAIL will undertake the civil works if any required for the job.

Page 20: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money
Page 21: REQUEST FOR QUOTATION · Regional Provident Fund Commissioner. 3) The bidder shall submit a bank draft of Rs 5,000/- issued from any scheduled bank payable at SURAT, as Earnest money