request for quotation (rfq) - gailgailtenders.in/writereaddata/tender/tender weighing... ·  ·...

34
Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011 Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA. 1 REQUEST FOR QUOTATION (RFQ) (Domestic Competitive Bidding) Ref No.: GAIL/LAK/34726/3400001329/C&P/FS/11-12 DATED: 19.09.2011 _____________ ___________ _____________ ___________ _____________ ___________ Sub.: SUPPLY & INSTALLAT ION OF ONLINE WEIGHING MODULE FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA. Dear Sir (s), GAIL (India) limited here-in-after called OWNER/COMPANY/GAIL invites you to submit your sealed bids UNDER TWO BID SYSTEM for supply of SUBJECT ITEM as per terms and conditions, price schedule etc. enclosed with this tender and as detailed below: (1) Earnest Money Deposit : Rs. 21,000/- (Rupees Twenty One thousand only) (2) Pre-bid conference : Not applicable (3) Last Date and Time for Submission of Tender : 14.00 Hrs. on, 18 th OCTOBER, 2011 (4) Date and Time for Opening : 15.00 Hrs. on, 18 TH OCTOBER, 2011 of un-priced Bid (5) Place of Submission of Tender : Please see sl. no.-01 of Annexure-I (ITB). (6) Delivery/ Completion Period : As per clause no:7.0 of Special conditions of Contract. (7) Validity of bid : Minimum 3 months from the final date of bid opening. (8) Bid Evaluation Criteria (BEC) : I) The bidder must have completed/executed at least one similar single contract/ single order of value Rs. 5,35,000/- (Rupees Five Lacs Thirty Five Thousand only) or more in Govt. Organization/ PSUs / reputed Private Organization in previous 07 years (ending as on last date of bid submission). Similar contract/similar order means experience of “Supply & Installation of Online Weighing System” and successfully executed at least single order of value not less than Rs 5.35 Lacs or more. In support of above BEC criteria bidder must submit attested/notarized copy of work order/agreement and Work Completion/Execution Certificate showing the value of Work Completion/Executed & Ref. No. of Work Order/ Agreement in the Completion/Execution Certificate issued by end user in support of their experience along with technical bid (un-priced bid).

Upload: hoangnhi

Post on 27-Mar-2018

226 views

Category:

Documents


2 download

TRANSCRIPT

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

1

REQUEST FOR QUOTATION (RFQ) (Domestic Competitive Bidding)

Ref No.: GAIL/LAK/34726/3400001329/C&P/FS/11-12 DATED: 19.09.2011 ________________________ ________________________ ________________________

Sub.: SUPPLY & INSTALLATION OF ONLINE WEIGHING MODULE FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

Dear Sir (s),

GAIL (India) limited here-in-after called OWNER/COMPANY/GAIL invites you to submit your sealed bids UNDER TWO BID SYSTEM for supply of SUBJECT ITEM as per terms and conditions, price schedule etc. enclosed with this tender and as detailed below:

(1) Earnest Money Deposit : Rs. 21,000/- (Rupees Twenty One thousand only)

(2) Pre-bid conference : Not applicable (3) Last Date and Time for Submission of Tender : 14.00 Hrs. on, 18th OCTOBER, 2011

(4) Date and Time for Opening : 15.00 Hrs. on, 18TH OCTOBER, 2011 of un-priced Bid

(5) Place of Submission of Tender : Please see sl. no.-01 of Annexure-I (ITB). (6) Delivery/ Completion Period : As per clause no:7.0 of Special conditions of

Contract.

(7) Validity of bid : Minimum 3 months from the final date of bid opening. (8) Bid Evaluation Criteria (BEC) : I) The bidder must have completed/executed at least one similar single contract/ single order of

value Rs. 5,35,000/- (Rupees Five Lacs Thirty Five Thousand only) or more in Govt. Organization/ PSUs / reputed Private Organization in previous 07 years (ending as on last date of bid submission). Similar contract/similar order means experience of “Supply & Installation of Online Weighing System” and successfully executed at least single order of value not less than Rs 5.35 Lacs or more. In support of above BEC criteria bidder must submit attested/notarized copy of work order/agreement and Work Completion/Execution Certificate showing the value of Work Completion/Executed & Ref. No. of Work Order/ Agreement in the Completion/Execution Certificate issued by end user in support of their experience along with technical bid (un-priced bid).

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

2

II. Experience acquired by a bidder as a sub-contractor can also be considered for qualifying the experience criteria of BEC. In such cases, bidder shall be required to furnish the following documents in support of meeting the “Bid Evaluation Criteria”.

i) Attested/notarized copy of work order/Agreement along with the detailed SOR (schedule of

rates) of the same work order/Agreement issued by the main contractor. ii) Attested/notarized copies of completion/execution certificate of the same work

order/Agreement from the Client /Principal Contractor/ End User/Owner and also the Completion /Execution Certificate of the same from the Main Contractor. The completion/execution certificate shall have work order details like, work order, reference number & date, brief scope of work, ordered & completed/executed value of the job, actual completion date etc.

Offer(s) received from bidders shall be taken into consideration for evaluation & award provided that all such bidders meet techno commercial conditions and found responsive (i.e. the bidders who have quoted exactly as per our technical specifications and terms and conditions of tender). Any change in bid after opening of the tender will not be considered. Bids received by fax/e-mail/telex shall not be considered. GAIL will not be responsible for the loss of Tender form or for delay in postal transit. Bidders are advised in their own interest to ensure that their bids reach this office well before the closing date and time of the tender as the bids received after the closing date and time of the tender will not be considered. Please confirm that you have received the tender document and will be quoting for the tender items/jobs. In case you are not quoting for the same, please return complete set of tender documents. Lakwa is a remote place; hence you are requested to forward your offer well in advance preferably thru Overnite Express courier as this is the only courier who visits our site regularly.

GAIL reserves the right to accept or reject any or all tenders received at its absolute discretion without assigning any reason whatsoever. Thanking You, Yours faithfully, for GAIL (India) Limited (R Deb Barma) Sr. Officer(C&P) GAIL INDIA LTD., LAKWA, DISTT. - SIVASAGAR(ASSAM) Ph. No.: 0091-3772-/257778-1382 (extn.) Fax: 0091-11-2618 5941-8888# E-mail: [email protected]

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

3

Enclosures 01. Annexure – I: Instructions to Bidders 02. Exhibit 'A' Checklist of documents 03. Exhibit 'B' Acknowledgement cum Consent Letter 04. Exhibit 'C' Letter of Authority & Power of Attorney 05 Exhibit 'D' No Deviation Certificate 06. Annexure – II: Agreed Terms and Conditions 07. Annexure – III: Format of E-banking information 08. Annexure – IV (A): Performance Bank Guarantee 09. Annexure – IV (B): Proforma for Earnest Money Deposit 10. Annexure - V: Special Conditions of Contract. 10. Annexure – VI: Price Schedule. 11. Annexure – VII: Description, UOM and Qty (RFQ). 12 Annexure –VIII: General Conditions Of Contract (GOODS) - (SEPARATE) Note: (a) Bidder(s) are requested to submit enclosed “Exhibit-B” Acknowledgement cum Consent Letter within 7 days of receipt of this tender document. Incase of no response from your side, (i.e. non-submission of offer OR reason for not quoting /Regret letter (i.e. Exhibit-B), it will be understood that you are not interested in tendering with GAIL and as a consequence no further tender documents w ill be issued to you in future.

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

4

ANNEXURE-I INSTRUCTIONS TO BIDDERS

1. SUBMISSION OF BID: 1.1 Bids should be submitted in sealed envelop, duly super-scribing enquiry no. & bid opening date, as per

clause no. 5. Bids complete in all respect must reach this office not later than 14:00 hrs on the due date of bid submission of the tender and must should be sent through fast & reliable courier service or in person so as to reach Sr. Manager(C&P), LPG Recovery Plant, GAIL(India) Limited, Lakwa, Sivasagar (Assam) India, Pin code-785688. Opened offer or offer through e-mail/fax shall not be acceptable. Lakwa is a remote place, hence you are requested to forward your offer well in advance preferably by Overnite Express courier as this is the only courier who visits our site regularly.

1.2 Bidders are advised in their own interest to ensure that their bids reach this office well before the

closing date and time of the tender as the bids received after the closing date and time of the tender will not be considered.

1.3 Please confirm that you have received the tender document and will be quoting for the tender items/jobs as per exhibit 'A' within 7 days after receipt of Tender Document. In case you are not quoting for the same, please return complete set of tender documents along with reason for not quoting.

1.4 GAIL reserves the right to accept or reject any or all bids received, at its absolute discretion, without assigning any reason whatsoever.

1.5 In case vendor is an Micro/Medium/SSI unit, kindly furnish valid copy of SSI/NSIC registration or any other relevant certificates along with offer. If desired, you may depute your authorized representative along with authorization letter to attend tender opening on due date.

2. VALIDITY OF BID:

Bids should be valid for minimum Three months (90 days) from the final date of bid closing.

3. EARNEST MONEY DEPOSIT (EMD):

3.1 The Earnest Money Deposit (EMD) for the amount as mentioned in RFQ shall be submitted in the form of crossed Bank Demand Draft drawn on any Nationalized/Scheduled bank in favour of GAIL (India) Limited, payable at State Bank of India, ONGC Colony Branch Sivasagar (Branch Code 4797), Sivasagar (Assam). Alternatively, Earnest Money deposit may also be submitted through Bank Guarantee, in the format provided as Annexure-V(B), from any Indian Scheduled Bank or a branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign bank in the proforma attached with the Tender Document. However, other than the Nationalized Indian Banks, the banks whose BGs are furnished must be commercial banks having net worth in excess of Rs. 100 crores and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head.

3.2 The bid security may be forfeited: a) If a bidder withdraws his bid during the period of bid validity. b) in the case of a successful bidder, if the bidder fails:

ii) to accept the Purchase Order or iii) to furnish Performance Guarantee in accordance with ITB Clause-11. iv) to accept correction of errors pursuant to ITB Clause-5.4 (e).

c) If the Bidder changes the proposed manufacturer/technical specification etc. after submission of his bid.

3.3 Central Public Sector Undertakings and firms registered with NSIC are exempted from furnishing bid security provided they are registered for the quoted items up to the monetary limit they intend to quote and subject to their enclosing with their bid a copy of the latest and current Registration Certificate.

4. SUBMISSION OF BID: 4.1 A bidder who submits or participates in more than one bid will cause all the proposals in which the

bidder has participated to be disqualified against this tender.

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

5

4.2 The bidder shall bear all costs associated with the preparation and submission of the bid. 4.3 A prospective bidder requiring any clarification of the Bidding Documents may notify GAIL in writing or

by fax or e-mail. GAIL will respond in writing to any request for such clarification which it receives not later than 10 days prior to the deadline for the submission. Written copies of GAIL’s response (including an explanation of the query but without identifying the source of the query) will be sent to all prospective bidders who have received the bidding documents. Any Clarification/ information required by the bidder but same not received by the GAIL, ten days prior to the bid due date, the same is liable to be considered as no clarification/information required.

4.4 At any time prior to the bid due date, the PURCHASER may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents, by issuing addenda. This bidding documents should be read in conjunction with any addenda/clarification issued. The GAIL may, at its discretion, extend the bid due date.

4.5 Bid shall be submitted in the following manner in separate sealed envelopes duly superscripted as below: Part I - Techno-commercial/ un priced Bid along with supporting documents for BEC Part II - Priced Bid

4.5.1 Techno Commercial Un-priced Bid: (Part I) Original Bid of Techno-commercial Un-priced Bid shall be sealed in one separate envelope super scribing “Techno-Commercial Un-Priced Bid against Tender No. ------- for Procurement of ……..” “Original”. Part-I consists following: i) Covering letter of bidder containing Index of documents submitted. ii) Earnest Money Deposi t (EMD) in form of DD or BG as per clause no. 3. iii) Price Schedule (with price figures blanked but mentioning Quoted/Not Quoted in each field) duly

signed and stamped or a confirmation that bidder has quoted their price in Part-II of bid exactly in the Price Schedule format.

iv) Bidders shall, as part of their bid, submit a written authorization letter (Exhibit-C) or power of attorney authorizing the signatory of the bid to bind the bidder.

v) Agreed terms and conditions duly filled-in and singed. vi) No Deviation certificate duly signed and stamped vii) Any other documents, forms/format required as per Check List & and tender document. x) Complete Annexure-VII duly signed and stamped on each page

vii) Any other information/details required as per bid document including addendum /corrigendum to this bidding document, if issued.

4.5.2 Price Bid : (Part II) Only original Price Bid (with no other documents, conditions etc.) exactly as per

Price Schedule format enclosed, shall be sealed in separate envelopes super scribing “Price Bid against Tender No.-------for Procurement of ……..” “Original” “Not to Open along with Techno-Commercial Unpriced Bid”.

4.5.3 Both envelopes containing Part I & Part- II shall further be sealed in one outer envelope super scribing

“Bid against Tender No.-------for Procurement of ……..[Due Date and time of bid submission-------] and complete name, address and contact details of bidder”. If the bid is misplaced, rejected, pre-mature opened, not considered for evaluation etc. due to non-compliance of 4.5.2 & 4.5.3 above, shall be sole responsibility of bidder.

5. OPENING AND EVALUATION OF BIDS: 5.1 UNPRICED TECHNO-COMMERCIAL BID OPENING: The GAIL will open bids (Part-I) including

withdrawals/modifications, in the presence of bidders’ designated representatives. Envelopes marked “withdrawal/Regret/ Modifications” shall be opened first. Thereafter all other bids received by due date and time will be opened.

5.2 GAIL will examine the bids to determine its completeness and responsiveness on the facts that a) the bid is complete, b) have submitted EMD, c) have submitted all requisite/essential documents and e)

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

6

have confirmed compliances to techno-commercial terms and conditions in totality without any deviations, objections, conditionality or reservations.

5.3 Price-Bid Opening: The Purchaser shall inform the time, date and venue for price bid opening to all such bidders who qualify pursuant to techno-commercial bid evaluation (refer clause 6.2 above). Bidders may be required to attend price bid opening at a short notice of 24 hours. The PURCHASER will open price bids of qualified bidders, in the presence of authorized bidders’ representatives.

5.4 EVALUATION OF PRICE BID & ARITHMETIC CORRECTIONS:

a) The lowest evaluated bid (AGAINST ALL ITEMS) shall be considered for evaluation & award of order. The evaluated price shall be calculated as under:

. Evaluation shall be done on total lowest evaluated L1 price including item No. A + B (inclusive service tax) - C i.e. Supply portion + Installation, Commissioning Charges etc including service tax

• For Part-B, Bids shall be evaluated on the basis of landed cost at Site on FOT Site basis i.e. Ex works price + ED & Cess + CST with concessional sales tax form as applicable + inland transportation charges up to Site + octroi + inspection/testing charges (if applicable) etc. and any other charges mentioned by bidder separately in price schedule format.

• Purchaser will issue concessional forms for availing concessional rate of Sales Tax both for Central and or State Sales Tax, thus sales tax quoted by the bidder must be indicated in SOR considering issuance of Form -C.

b) Order on lowest evaluated domestic bidder will be placed. c) Bidder must furnish all break-up of quoted rates in price schedule format, If any data/detail is

left blank, same shall be considered included in the price. If charges for Freight is not mentioned in price schedule or mentioned “extra at actual”/”To pay basis” etc., for evaluation the highest freight quoted by any other bidder will be considered for evaluation and award shall be done considering included in basic price quoted.

d) Any other charges, taxes, duties etc. applicable till complete execution of purchase order, if provisions for which is/are not made in Price Schedule format or in tender document, shall be considered included in the price schedule.

e) In case of any discrepancy between prices in words and prices in figures, the prices in words shall be valid and binding. In case of any error in total indicated by the Bidder, the unit price alone shall be considered valid and binding on the Bidder.

6 SUBSEQUENT PRICE CHANGES ON ACCOUNT OF TECHNICAL / COMMERCIAL

CLARIFICATION AND / OR VALIDITY EXTENSION: Once quoted, the bidder shall not make any subsequent price changes, whether resulting or arising out of any technical/commercial clarifications sought regarding the bid, even if any deviation or exclusion may be specifically stated in the bid. Such price changes shall render the bid liable for rejection.

7. PURCHASE PREFERENCE:

Purchase preference to Central government public sector Undertaking shall be allowed as per Government instructions in vogue.

8. REJECTION CRITERIA:

Please note that this is a zero deviation tender. Bidders are advised to strictly confirm compliance to tender conditions and not to stipulate any deviation / conditions in their offer. However, bid with any modification/stipulation/deviation to following criteria of tender, will be summarily rejected:

i) Non full filling Bid Evaluation Criteria (BEC) ii) Non submission of Earnest Money Deposit (EMD) iii) Bid Validity as mentioned in tender iv) Price not submitted in price bid format v) Deviation to delivery period/ terms

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

7

vi) Request for advance payment vii) Non provision of guarantee /warrantee viii) Non- firm & fixed price ix) Non acceptance of arbitration clause, force majeure, applicable laws etc.

Subsequent to bid submission, GAIL may not seek any confirmations / clarifications/documents and any bid(s) not in line with tender conditions shall be liable for rejection. Therefore, Bidders are also requested to submit the documents / confirmations strictly as per tender conditions. Any change in bid after due date of submission of tender will not be considered.

9. DELIVERY/COMPLETETION PERIOD:

The material shall be delivered within the delivery period mentioned in clause no. 7.0 of Special Conditions of Contract (please see page no.-01). The delivery period shall be reckoned from the date of PO/FOI. The bidders are required to quote best possible delivery but within the period specified in tender.

10. TERMS OF PAYMENT:

As per Clause No: 8.0 of Special Conditions of Contract. Payments will be made through electronic mode (e-banking) only directly to your bank account with SBI having e-banking facility. Details required for making payments through electronic mode are to be submitted in the pro forma attached. .

11. PERFORMANCE BANK GUARANTEE: If the order value (exclusive of taxes, duties and freight) becomes more than Rs. 2.0 Lakh, the seller shall submit security deposit/Performance bond for 10% of the basic order value including packing & forwarding but excluding taxes, duties & freight, immediately after receipt of order towards faithful performance of the contractual obligations, in the form of Bank Draft or Bank Guarantee. However, if the order value is inclusive of taxes, duties & freight and the break up of the same is not available, Security Deposit/Performance Bond shall be submitted for entire order value. Proforma of PBG is enclosed as Annexure- IV (A).

12. PURCHASER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD:

PURCHASER reserves the right at the time of award of ORDER to increase or decrease by up to 15 % the quantity of GOODS specified in the Material Requisition, without any change in unit price or other terms and conditions. Variation beyond this limit will be subject to mutual agreement between the PURCHASER and the Seller.

13. OTHER REQUIREMENTS:

The test certificate shall be submitted along with supply as per tender requirement. The charges of such tests must be inclusive in your quote rate. Along with offer, you are requested to furnish product catalogue. PDI, if required to be done by GAIL/GAILs nominated TPI on GAILs cost.

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

8

EXHIBIT ‘A’

CHECK LIST OF DOCUMENTS [BIDDERS ARE ESSENTIALLY REQUIRED TO FILL –UP THIS CHECK LIST BEFORE SEALING AND FORWARDING THE BID TO AVOID REJECTION DUE TO NON- COMPLIANCE AND NON-SUBMISSION OF DOCUMENTS. THIS FORMAT MUST BE SUBMITTED ALONGWITH YOUR OFFER DULY SIGNED & STAMPED]

Dear Sir,

We are enclosing the following documents DULY INDEXED WITH PAGE NO. OF OFFER” in un-price bid (Part-I), of the bid:

1) EMD Detailed:

DD [ ] BG [ ]

No… Date…… Amount- Rs. Validity…………

2) Documents submitted in support of BEC [Page- ]

3) Price Schedule with prices blanked out (i.e. no rates) in “UN-PRICED BID” [Page- ]

4) No Deviation Certificate as per Exhibit –D [Page- ]

5) A authorization letter authorizing the signatory of the bid to bind the bidder (Exhibit-C) [Page- ]

6) Duly filled-in and signed Annexure-III (Agreed Terms and Conditions) [Page- ]

7) Complete Tender Document along with Amendments, drawing/details etc. duly signed & stamped on each pages OR Specific Confirmation that Tender Document is acceptable in totality. [Page- ]

8) Confirm bids is submitted Under Two Bid System [YES/NO]

9) Any other documents required as the ITB, GCC, Technical Questionnaire, SCC, Technical Specification, etc of tender document

i) [List out all such requirement and submissions] [Page- ]

ii) ------ [Page- ]

iii) ------ [Page- ]

(SEAL AND SIGNATURE OF BIDDER)

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

9

ACKNOWLEDGEMENT CUM CONSENT LETTER EXHIBIT-B

(Within 7 days of receipt of Bidding document, Bidder shall acknowledge the receipt and confirm their intention to Bid against this tender through e-mail to [email protected] or FAX with duly filled-up this Format. In case of no reply

or No Offer, It will considered that bidder is not interested and No Further Tender will be issued in future)

To, Sr. Officer (C&P) GAIL (India) Ltd. Lakwa Attn: R Deb Barma FAX: 0091-11-2618 5941-8888# SUBJECT: Procurement of ----- at GAIL, Lakwa (Tender No- GAIL/LAK/-------- ) Dear Sir, We hereby acknowledge receipt of a complete set of bidding document along with enclosures for subject item/work. We undertake that the contents of the above bidding document shall be kept confidential and further that the drawings, specifications and documents shall not be transferred and that the said documents are to be used only for the purpose for which they are intended. A) We intend to bid as requested for the subject item/work and furnish following details with respect to our

quoting office: (i) Postal Address :………………. (ii) Telephone Number :……………… (iii) Telefax Number :…………….. (iv) Contact Person :…………….. (v) E-mail Address :…………….. (vi) Website :……………..

B) Details of Contact person:

(i) Postal Address : ………………. (ii) Telephone Number :……………… (iii) Fax Number :…………….. (iv) Contact Person :…………….. (v) E-mail Address :…………….. (vi) Mobile No.- :……………..

C) We are unable to bid for the reasons given below and we are returning back the entire set of bidding

documents. o The item/service does not fall in our product/servicing range o We cannot meet the technical specifications as specified in tender o There is an order overbooking o Any other reason (please specify) Agency’s Name : …………………….. Signature : …………………….. Date : …………………….. Name : …………………….. Seal/Stamp : …………………….. Designation : ……………………..

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

10

EXHIBIT-C LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING BID OPENING, SIGNING THE BID AND SUBSEQUENT NEGOTIATIONS

Bidder Ref: Date:

Tender No. : To, GAIL (India) Limited, LPG Recovery Plant, Lakwa, DISTT- Sivasagar (Assam) INDIA - 785688

Dear Sir,

We ________________________________ hereby authorize following representative(s) to attend un-priced bid opening and price bid opening and for any other correspondence and communication against above Bidding Document

1) Name & Designation ______________________ Signature _______________.

2) Name & Designation ______________________ Signature _______________

We confirm that we shall be bound by al l commitments made by aforementioned authorized representatives.

In Addition to above, Mr._________________ [Specimen Signature __________] is authorized for signing the Bid on behalf of this company and any decision/statement made by hi m in our offer is binding to us.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

Note: This letter of authority should be on the letterhead of the bidder and should be signed by a person competent (Chairman, President, CEO, MD, Directors, Business Area Head, Local Office Head etc.) or person having the power of attorney.

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

11

EXHIBIT-D

NO DEVIATION CONFIRMATION

Bidder Ref: Date:

Tender No. : Tender For : To,

GAIL (India) Limited, LPG Recovery Plant, Lakwa, DISTT- Sivasagar (Assam) INDIA - 785688

Dear Sir,

We understand that any deviation/exception in any form may result in rejection of bid. We, therefore, certify that we have not taken any exceptions/deviations anywhere in the bid against subject tender and we agree that if any deviation/exception is mentioned or noticed, our bid may be rejected at any stage.

(SEAL AND SIGNATURE OF BIDDER)

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

12

ANNEXURE-II

AGREED TERMS AND CONDITIONS

Name of Bidder:_____________________________ Bidders are required to confirm the following & submit this Annexure duly signed & stamped along with their offer, failing which offer may be considered as non-responsive:

Sl. no. Queries Confirmation by Bidder 1 Confirmation that offer is valid up to 90 days from the due date of

opening of bids Yes

2 Confirmation that offer contains firm and fixed unit and total prices on FOT Site basis as per price schedule till complete execution of order

Yes

3 Please indicate dispatch point

4 Please confirm acceptance to terms and conditions of tender documents in totality including delivery period, payment terms, price basis on FOT Site, PRS, PBG, warranty clause, Fall Clause, Arbitration and applicable laws and rejection criteria etc.

Yes

5 Confirmation that quoted prices are inclusive of P&F charges and all other charges (if same is not indicated in price schedule).

6 Please confirm the following: i) whether excise duty is included or excluded in quoted prices

ii) If excluded, please indicate the percentage of excise duty applicable.

iii) If excise duty is presently not applicable, confirm that the same will be borne by the vendor in case it becomes livable later and no compensation on this account will be payable by GAIL.

i) If the same is included/excluded, confirm you will submit CENVAT invoice. Also, please ensure to mention the chapter ID of the excisable items in the submitted offer.

7 Please confirm the following: a) CST without concessional form / with concessional form b) LST without concessional form/ with concessional form c) Any other taxes, charges (i.e. octroi etc.) which is not indicated

in the price schedule format. d) Please mention your Local Sales Tax / Central Sales Tax

Registration No. (CST/TIN No): e) Please mention your Service tax Registration no (CST/TIN

No):

8 Confirmation that prices have been submitted as per price schedule enclosed with the tender document.

Yes

Please confirm whether the enterprise is a Micro/ Small/ Medium

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

13

9.

enterprises along with documents from the appropriate authority: “We confirm that we are a micro/ small/ medium enterprises under the MSMED Act 2006.” (Please strike off whichever status is not applicable). Further, with respect to micro and small enterprises, the MSMED Act defines the term ‘supplier’ as enterprises which have filed a memorandum with the authority specified by the respective State Government. If the bidder is a micro/ small enterprise and has filed a memorandum with the specified authority, please confirm the following: “We are a supplier within the definition of section 2 (n) of the MSMED Act __________(Yes/ No).”

10. Kindly confirm the following:

a) Acceptance of all terms and conditions as per Special Conditions of Contract for the job of supply, installation, testing, integration and commissioning of the Online Weighing System at GAIL Lakwa.

b) Supply of only certified flameproof equipments like Limit Switches, Weight Loss Monitoring Panel, JB, Hooter, armoured FRLS cable etc. as necessary for the installation & commissioning of the online weighing system at GAIL Lakwa as per SCC.

11 Confirmation to the following:

i) Complete documents are submitted against proof of BEC

ii) e-banking details as per Proforma

iii) No deviation is taken against rejection criteria

iv) Acceptance to Technical specification of tender in totality.

v) submitted Material/product/catalogue etc.

vi) Acceptance of part order (Irrespective of Value) Yes

vii) Acceptance that in case of conflicting version of various terms & conditions at different places, Purchaser can choose any version.

Yes

Signature : Name : Designation : Seal :

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

14

ANNEXURE - III

FORMAT FOR E-BANKING INFORMATION

1) NAME OF BENEFICIARY:

2) NAME OF BENEFICIARY BANKER :

3) BANK ADDRESS:

4) BANK ACCOUNT NUMBER :

5) BRANCH CODE :

6) RTGS CODE (Real Time Gross Settlement Code):

7) BANK IFSC CODE: Signature : Name : Designation :

Seal :

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

15

Annexure- IV. (A) Annexure- IV. (A)

PROFORMA FOR BANK GUARANTEE PERFORMANCE BOND

(To be submitted after placement of LOI)

BANK GUARANTEE NO___________________B.G.AMOUNT RS.___________ Date of B.G._________________Due Date :_________________ To GAIL (India) Limited, LAKWA – 785688 (ASSAM) 1. In consideration of GAIL (India) Ltd., a company incorporated under the Companies Act with

the registered office at 16, Bhikaiji Cama Place, New Delhi and its LPG Recovery Plant at Lakwa, Assam, India hereinafter referred to ‘GAIL’ which expression where the contract so requires admits of be deemed to include its successors or assignees and having entered into a contract with effect from_______________ (hereinafter called the contract which expression shall include all the amendments thereto) with__________________________________________________________________ _________________________________________________having its Head / Registered Office at ____________________________________________________________________ (hereinafter referred to as the contractor which expression unless repugnant to the context or meaning thereof, shall include all its successors, administrators, executors and assignees) and the contract having been unequivocally accepted by the contractor resuming in a contract/from tender bearing No.__________________________ ______________________________________________effective from ____________ valued Rs.___________ (Rupees________________________________only). We the___________________________having its registered office at________________________(hereinafter referred as “the bank” which expression shall unless repugnant to the context or meaning thereof, include all its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay immediately on first demand in writing in Rupees_________________only to GAIL any and all monies to the extent of Rs.________(Rupees_____________________only) in aggregate at any time without any demur, reservation recourse, context or protests and/or without any reference to the contractor. Any such demand made by GAIL on the Bank shall be conclusive and binding not withstanding any difference between

GAIL and contractor or any dispute pending before any court. Tribunal, Arbitrator or any other

authority. We agree that Guarantee to be herein contained shall be irrevocable and shall continue to be enforceable till it is discharged by GAIL in writing.

2. GAIL shall have the fullest liberty, without affecting in any way the liability of the Bank under

this Guarantee, from time to time, to extend the time for performance of the contract by the contractor or vary the terms of the contract, GAIL shall have the fullest liberty without

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

16

affecting this Guarantee to postpone, from time to time, the exercise of power vested in them or any sought which they might have against the contractor and to exercise the same at any time any manner, and either to enforce, or to forebear to endorse, any convenient contained or implied in the contract between GAIL and the contractor or any other course or remedy or security available to GAIL. The Bank shall not be released of its obligations under these presents by any exercise by GAIL of its liberty with reference to matters aforesaid or any of them or by reason of any other act or fore-bearance of other act of GAIL or omission on the part of GAIL or any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank.

3. The Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee against

the Bank as a principal debtor, in the first instance, without proceeding against the contractor and not withstanding any security or other guarantee that GAIL may have in relation to the contractor’s liabilities.

4. The Bank further agrees that the Guarantee herein contained shall remain in full force during

the period that is taken for the performance of the contract i.e., completion of the entries service covered under a contract to the satisfaction of GAIL and it shall continue to been forceable till satisfactory performance of the service being a condition of contract and all the dues of GAIL under or by virtue of this contract have been fully paid and its claim satisfied or discharged or till GAIL discharging this guarantee in writing.

5. We further agree that as between us and GAIL for the purpose of this Guarantee any notice

given to us by GAIL that the money is payable by the contractor and any amount claimed in such notice by GAIL shall be conclusive and binding on us not withstanding any difference between GAIL and the contractor or any dispute pending before any court, tribunal, arbitrator or any other authority. We further agree that this Guarantee shall not be effected/discharges by any change in our constitution in the constitution of GAIL or that of the contractor. We also undertake not to revolve this Guarantee during its currency. This Guarantee shall not be determined discharged or affected by the liquidation, winding up, dissolution or insolvency of the contractor and shall remain valid binding and operative against the Bank.

6. Notwithstanding anything obtained herein above our liability under this Guarantee is limited to

Rs._______________ (Rupees_______________________________only) in aggregate and it shall remain in full force upto and including 180 days after__________________unless extended further, from time to time, for such period as may be instructed in writing by____________________________ on whose behalf this Guarantee has been given, in which case it shall remain

in full force upto and including 180 days after expiry of the extended period. Any claim under

this Guarantee must be received by us before the expiry of 180 days from__________________ or before the expiry ofthe180 days after the expiry of extended period if any, if no such claim ahs been received us within the 180 days after the said

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

17

date/extended date, the right of GAIL under this Guarantee will cease. However, if such claim has been received by us within and upto 180 days after the said date/extended date all the rights of GAIL under this Guarantee shall be valid and shall not cease until we have satisfied that claim.

Witness No.1 SIGNATURE Signature Full Name & Address In Capital Letters Witness No.2 Signature _______________ Attorney as per power of

Attorney No.__________ _______________

Full name & Address Date________________ in capital letters

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

18

Annexure-IV(B)

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY (To be stamped in accordance with the Stamp Act) Ref............... Bank Guarantee No......... Date...................... To GAIL ( India )Ltd., Dear Sir(s), In accordance with Letter Inviting Tender under your reference No___________ M/s.______________________________ having their Registered / Head Office at _________________________(hereinafter called the Tenderer) wish to participate in the said tender for _________________________________________________________________ As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________ is required to be submitted by the Tenderer as a condition precedent for participation in the said tender which amount is liable to be forfeited on the happening of any contingencies mentioned in the Tender Document. We, the ____________________________________ Bank at_____________________________ having our Head Office ________________________________________________________ (Local Address) guarantee and undertake to pay immediately on demand without any recourse to the tenderers by GAIL (India) Ltd., the amount________________ ____________________ without any reservation, protest, demur and recourse. Any such demand made by GAIL, shall be conclusive and binding on us irrespective of any dispute or difference raised by the Tenderer. This guarantee shall be irrevocable and shall remain valid upto ____________ [this date should be 6 months after the date finally set out for closing of tender]. If any further extension of this guarantee is required, the same shall be extended to such required period on receiving instructions from M/s.__________________________________________________________________________ whose behalf this guarantee is issued. In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this ___________day of ____________2010 __at____________. WITNESS: (SIGNATURE) (SIGNATURE) (NAME) (NAME) Designation with Bank Stamp (OFFICIAL ADDRESS) Attorney as per Power of Attorney No.________ Date:________________________

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

19

ANNEXURE-V

SPECIAL CONDITIONS OF THE CONTRACT (SCC)

SUBJECT: ONLINE WEIGHING SYSTEM FOR CO2 CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT GAIL LAKWA

1.0 GENERAL: 1.1 The special Conditions of Contract (SCC) shall be read in conjunction with General Conditions

of Contract, SCC, Schedule of Rate and any other documents forming part of contract wherever context so requires.

1.2 In case of any contradiction, the decision of Engineer In-Charge would be final and binding on Contractor.

1.3 In general, the scope of work shall be as per the job details given in Scope of Work and Schedule of Rates.

1.4 The intending bidders shall be deemed to have to visit the Gail, Lakwa site and familiarized themselves thoroughly with the site conditions, existing system before submitting their bid. Non-familiarity with the site conditions will not be considered a reason either for extra claims or for not carrying out in strict conformity with specifications, drawings and bill of quantities. In case of any doubt or dispute as to the interpretation of any clause contained in, the decision of Engineer-in-Charge shall be final and binding on the CONTRACTOR.

1.5 Wherever it is mentioned in the specifications that the contractor shall perform certain work to provide certain facilities, it is understood that Contract shall be deemed to have included cost of such performance and provisions, so mentioned.

2.0 DETAILS OF LOCATION OF LAKWA & CO2 SYSTEM 2.1 LOCATION OF GAIL LAKWA: LPG Recovery Plant of GAIL (India) Limited at Lakwa, Dist. Sivasagar is situated 40 kms

from District Headquarter Sivasagar and it is 125 Km from Dibrugadh Airport and 105 kms from Jorhat Airport. Nearby Railway Stations are Sivasagar (Sibsagar), Simalugudi and Dibrugarh.

Natural Gas is processed at high pressure at LPG Recovery Plant of GAIL at Lakwa to recover Liquefied Petroleum Gas and Naphtha. Due to high pressure and highly inflammable nature of Natural Gas, LPG, Naphtha, LPG Recovery Plant is a MAH unit and all equipments, fittings and connections in Unit area are Flameproof type / as per Hazardous Area Classification.

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

20

2.2 DETAILS OF CO2 SYSATEM FOR GAS TURBINE AT LPG RECOVERY PLANT, LAKWA: Gas Turbine Compartment in the Unit Area of GAIL is provided with CO2 flooding system for protection of the Gas Turbine. The CO2 flooding system consists of the following components: 1. 15 Nos. of CO2 Cylinders in two banks side-by side containing 06 + 09 CO2 cylinder of

45 kg CO2 capacity (Gross weight approx. 120 Kg) 2. High pressure piping manifold and discharge pipes with discharge horns in the

compartments 3. Junction Box 4. Control Panel in Main Control Room

3.0 FUNCTIONAL DESIGN REQUIREMENTS: 3.1 The online weighing system with the flameproof limit switches for cylinders, flameproof

weigh loss monitoring panel, flameproof hooter and all connections, fittings necessary for the working of the online weighing system shall be certified, flameproof type and suitable for use in Hazardous area.

3.2 Hanging type online weighing devices with flameproof limit switches shall be installed for 15 numbers of CO2 cylinders in two banks of 9 & 6 cylinders. The switches shall be settled and calibrated for weight loss for 10%.

3.3 Desired structural frame of good quality and having sufficient strength to hold the full weight of cylinder / all cylinders (Gross weight of each cylinder – Approx. 120 Kg) shall be erected for each cylinder so as to ensure stability of all cylinders installed in the bank, system piping and fittings during operation of the system and maintenance. All the materials such as structural frame, neck ring, hanging rods etc shall be stable enough in all the time i.e. during unreleased / CO2 releasing condition as well as during routine maintenance work, cylinder replacement.

3.4 The structural frame shall be erected for each cylinder in such a manner that all individual cylinders and entire system could be approached without any obstruction during inspection, operation & maintenance job.

3.5 A flameproof Weight Loss monitoring panel shall be installed for system near the CO2 cylinder banks in the field area. The Weight Loss monitoring panel should be able to generate audio and visual alarms upon receipt of alarm signal from the limit switches installed with each cylinder. The panel shall indicate healthy status by “GREEN” indication and weight loss status by “RED” indication of individual cylinder. Both light indications shall be made available in Weight Loss monitoring panel for individual cylinders in such a way that weight loss of a particular cylinder could be traced by any personnel.

3.6 The Weight Loss Monitoring panel and system shall be suitably designed for Input Power Supply of 230 VAC and/or 110VDC as per availability in the Unit Area. The CONTRACTOR however shall confirm the power connections available in the area.

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

21

3.7 The Weight Loss monitoring panel shall have facility for lamp test, fault / trouble indications, Main Power On / Main Power Fail, etc.

3.8 The system shall be provided with facility of isolation of every individual cylinder from the panel / system for removal of any cylinder from the battery bank keeping other cylinders / system in line.

3.9 The panel shall have provision for additional connection / supply of emergency power for the online weighing system.

4.0 SCOPE OF WORK: 4.1 The contract include but not limited to design, supply, installation, testing and commissioning

of Hanging type Online Weighing System for 15 numbers of CO2 Cylinders (45 Kg of CO2 Capacity) provided for the existing Gas Turbine CO2 Flooding System in Unit area of GAIL Lakwa as per below mentioned scope of work and as per instructions of Engineer In-Charge and supply of 02 spare flameproof limit switches. i) Provision of online weighing device with certified, flameproof limit switch for

individual 15 cylinders along with flameproof Weight Loss Monitoring Panel and flameproof hooter in the field area.

ii) Submission of design & drawing for approval prior to supply of material. Clarification for supply of input power and provision of additional connections for the system including emergency power back-up

iii) Necessary modification in the existing system CO2 cylinder banks & piping for providing the online weighment system

iv) Supply of only certified flameproof equipment, limit switches, control panels and other material, tested & certified HP pipes for the existing piping modification and necessary modification and making all connections as per Hazardous Area classification.

v) Installation of system with proper safety precautions without affecting the objective and functioning of the existing Fire Fighting System at site

vi) Testing & commissioning of the system, modified piping manifold assembly. vii) Submission of warranty, guaranty, test certificates for system & manufacturers

certificates for area classification & suitability of all components, operation & maintenance details with P & IDs / As built drawings

viii) Supply of 02 nos. of flameproof limit switches as spares in addition to the limit switches required for online weighment system for 15 cylinders.

4.2 The rates quoted by the Contractor for successful completion of jobs listed in Schedule of

Rates (SOR) shall cover all points mentioned in “Scope of Work” and the contractor shall not seek any additional financial implications. All the SOR jobs shall be carried out as per standard practices and as per instructions of EIC.

4.3 Health check of existing facility of CO2 flooding system, which comes under the execution area of contractor, will be carried jointly by Engineer In-Charge and site engineer of contractor before commencement of the job on predefined checklist. The contractor should take necessary

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

22

steps for ensuring health of components of existing facility during currency of the Contract. At the end of job the health check of existing facility will be again carried out jointly by EIC and Site Engineer of Contractor and correction required if any against any damage or disturbance should be inclusive in scope of vendor without any additional cost implication to GAIL.

4.4 The Contractor shall install the flameproof Weight Loss monitoring panel, flameproof JB & Hooter near the existing CO2 Cylinders Bank in the Unit Area. 230 VAC single phase power supply is available for the power source. However Contractor shall be responsible to provide the system with the available power source for the system / panels. All cabling including cable from the existing power supply source for the panel and system and from Limit switches to the Weight Loss monitoring panel is included in the scope by the Contractor.

4.5 The reorientation of the existing discharge manifold / system piping of CO2 flooding system (if required) for successful erection of limit switches is inclusive in the scope of Contractor. Also due to repositioning of cylinders if there is a need for fabrication and installation for additional piping the same shall be in the scope of Contractor. After the modification hydro-testing of the piping shall be done by the Contractor.

4.6 All structural jobs either civil or mechanical in nature to provide desired support to cylinder weighing devices and piping along with supply of material required is included in the scope of Contractor.

4.7 All necessary dismantling of the system and the CO2 Cylinder battery bank and the frame, reassembling work, opening, closing, dropping and boxing up of all types of fittings / connections with the CO2 system is in the scope of the Contractor.

4.8 Painting of all new structural supports, clamps, new piping is in the scope of the Contractor. Also, during cylinder handling if there is any paing damage is found in cylinders the same shall be made good by the Contractor.

4.9 All the materials, consumables, measuring instruments, tools & tackles and other material handling equipments required for successful completion of the job is in the scope of the Contractor.

4.10 It is the Contractor’s responsibility to ensure that the work site is kept clean and in orderly manner. After completion of the job, all the debris and waste material, scrap etc scattered around the site shall be removed from the work area and transported to the scrap yard / garbage disposal area or any other places as per the direction of EIC. Housekeeping around the work site is the responsibility of the Contractor for which no extra claim is payable.

5.0 SPECIFIC INSTRUCTIONS TO CARRYOUT THE JOB: 5.1 The CO2 system is installed in the Unit Area of GAIL Lakwa and is a hazardous area due to

presence of flammable gases at all the time. Gas Turbine area is a very critical area for the running plant and utmost safety shall be ensured by the Contractor and his personnel working near to the GT Compartment in Unit area of GAIL Lakwa as per instructions of the EIC.

5.2 All the personnel working at GAIL Lakwa shall wear only COTTON Clothing and use necessary Personal Protective Equipments.

5.3 All the jobs are to be carried out under “Work Permit System”.

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

23

5.4 The Contractor shall obtain the necessary permissions for the plant material entry, entry for men with identity cards. EIC shall provide necessary guidance as per requirement.

5.5 The Contractor shall ensure the quality of the jobs carried out. In case of repetition of the jobs the same shall be carried out by the Contractor without any additional cost implication to GAIL. If such repetitions are frequent, the EIC shall take suitable actions including deduction of cost of damages to equipments / plant and cost of production losses etc in the best interest of the company.

5.6 The responsibility of safe custody of Contractor’s equipments and materials lies with the Contractor. GAIL will not be held responsible for any loss.

5.7 Deployment Liability: The Contractor shall be solely and exclusively responsible for the executions of the job. GAIL

will have no liability whatsoever concerning the employees of the contractor towards job execution within contract tenure. The contractor shall indemnify GAIL against all loss or damages or liability arising out of or in course of his relation within his employees. The contractor shall be directly responsible for any dispute arising between him and his employees and GAIL shall be indemnified against all losses, damages or claims arising thereof.

5.8 All the equipments to be used for execution of SOR quantities shall be brought by the Contractor to the work site trough covering note to be submitted in three copies. One copy of the covering note shall be delivered to security staff, one copy to the EIC and third copy shall be retained by the Contractor after verification by the security staff and the Company Gate.

5.9 The Contractor shall comply all safety requirements for the execution of the job as per instruction of plant Safety Officer / EIC.

5.10 The Contractor shall employ such workers who are above 18 years of age. All the personnel employed by the Contractor shall have sound health, good character and conduct. They shall be medically fit and fully competent to perform the work. They shall maintain high standard of discipline, decency and decorum.

5.11 The Contractor shall not employ or permit to be employed any person suffering from any contagious or infectious disease. The Contractor shall get examined his employees / worker through a Doctor before deployment at site.

5.12 Contractor shall submit the copy of Insurance, PF Details for all the persons deployed at the site.

5.13 All personnel deployed at site by the Contractor shall be familiar with the working culture and standard safety norms privileging in hazardous gas processing plants. All jobs shall be carried out under proper supervision.

5.14 Unit area is a hazardous area. Work in the Unit Area shall be reduced to minimum possible and the decision of the EIC shall be final in this regards. Fabrication of pipings, structures shall be carried out outside the Unit Area.

5.15 In case during execution of contract or thereafter at any later stage including after the completion of the contract, it comes to the knowledge of GAIL or any of its employee that the information submitted by the bidder regarding experience etc, is false, GAIL shall have the right to terminate the contract immediately without assigning any reason thereof and get the remaining job executed at the risk and cost of Bidder besides blacklisting it for further dealings with GAIL in line with GCC.

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

24

5.16 Normally the work shall be carried out on working days but due to the exigencies it may so happen that work may be required to be taken up on Sunday or holiday which will be treated at par with normal working days. No emergency charges overtime shall be paid for providing services on above occasions.

5.17 The rates quoted in the schedule of rate shall be inclusive of all tools & tackles, contractor’s supervision, transportation overheads, profits and all consumables and non consumables. These are inclusive of taxes, duties, levies, sales tax, statutory payment, license fee etc imposed by the Government in Work contracts.

5.18 Once the job is started it is to be continued till completion as per the instruction of EIC. 5.19 Contractor shall not sub-let or assign any work in part or whole to any without the prior written

permission of EIC nominated by GAIL. 5.20 The Contractor shall strictly comply with all necessary statutory requirements.

6.0 TEST / INSPECTION / SPECIFICATION / DRAWING REQUIREMENTS : 6.1 The Contractor shall submit material test certificates / certificates for intrinsic safety for the

Limit Switches, Weigh Loss Monitoring Panel, JB, Hooter, equipments, cables etc. to be provided in the Unit area for the said contract. All the materials supplied by the Contractor shall only be accepted after receiving their materials test certificates.

6.2 Testing / inspection of the indented system shall be carried out by the Contractor as and when required as per laid down procedures mentioned in the scope of work and as per direction of the EIC. Arrangement of testing equipment will be Contractor’s responsibility.

7.0 CONTRACTUAL COMPLETION PERIOD: 7.1 Overall Contractual completion time is five months from the date of LOI. It includes drawing

submission / approval, supply of all items with certificates, mobilization to site, installation, testing, commissioning and handing over the entire system.

8.0 PAYMENT TERMS: 8.1 For Supply Portion: GAIL shall release 90% payment along with taxes and duties within 30

days of after receipt & acceptance of material at GAIL, LAKWA. Balance 10% payment for materials will be paid after successful testing / commissioning and handing over of the online weighing system.

8.2 For Work Portion: 100% payment towards services shall be made after successful completion of installation, testing, commissioning and handing over of the entire system duly certified by the EIC. For reimbursement of service taxes, if any, Contractor shall submit service tax registration and cenvatable invoice as mentioned in the tender document.

8.3 No Mobilization advance shall be paid. 9.0 TAXES AND DUTIES:

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

25

9.1 The GAIL shall not be liable to pay or reimburse any taxes, duties and levies including but not limited to taxes imposed on the Income of the bidder, its employees. The bidder shall indemnify GAIL against any and all liabilities claimed for taxes and statutory payment including interest and penalty which any authorities may impose on the GAIL or on the bidder due to this contract.

9.2 Income Tax shall be deducted as per the Income Tax Rule prevailing at the time of payment. 10.0 E-PAYMENT:

GAIL (India) Limited shall release the payments to suppliers and bidders electronically and to facilitate the payments electronically, the bidder should have an account with State Bank of India so that the payment through e-banking be made to the bidder. In case bidder/vendor do not have their account in one of the designated banks, the payment to such vendor can be made through NEFT/RTGS/banker cheque or demand draft, for which the bidder has to bear respective charges as applicable. For the release of payments, bidder shall submit bill in the name of GAIL (India) Limited, Lakwa.

11.0 DEFECT LIABILITY PERIOD: 11.1 The defect liability period will be one year from the date of completion of the job. If any defect

or damages are noticed as a result of workmanship during the defect liability period the same shall be rectified and made good by the contractor free of cost.

12.0 PENALTY CLAUSE FOR NON PERFORMANCE IF ANY: 12.1 If the CONTACTOR refuses or fails to execute the WORK or any separate part thereof with

such diligence as will ensure its completion within the time frame specified in the CONTRACT or extension three of or fails to perform any of its obligation under the CONTRACT or in any manner commits a breach of any of the provisions of the CONTRACT it shall be open to the EMPLOYER at its option by written notice to the CONTACTOR. a) TO DETERMINE THE CONTRACT in which event the CONTRACT shall stand

TERMINATED AND SHALL CEASE TO BE IN FORCE and effect on and from the date appointed by the EMPLOYER ON THAT BEHALF, WHEREUPON THE CONTRACTOR shall stop forthwith any of the CONTRACTORS’S WORK then in progress, except such work as the EMPLOYER may, in writing require to be done to safeguard any property of work, or installation from damage, and the EMPLOYER, FOR ITS PART, MAY TAKE OVER THE WORK REMAINING unfinished by the contractor and complete the same through a fresh contractor or by any other means, at the risk and cost of the CONTRCTOR and any of his sureties if any, shall be liable to the employer for any excess cost occasioned by such work having to be so taken over

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

26

and completed by the EMPLOYER over and above cost at the rates specified in the schedule of quantities and rate / prices.

b) WITHOUT DETERMINING THE CONTRACT to take over the work of the CONTRCTOR or any part thereof and complete the same through a fresh contractor or by other means at the risk and cost of the CONTRCTOR. THE CONTRCTOR and any of his sureties are liable to the EMPLOYER for any excess cost over and above the cost at the rates specified in the Schedule of Quantities/rates, occasioned by such works having been taken over and completed by the EMPLOYER.

12.2 In such events of Clause 1(a) or (b) above a) The whole or part of the contract performance security furnished by the

CONTRACTOR is liable to be forfeited without prejudices to the right of the EMPLOYER to recover from the CONTRECTOR the excess cost referred to in the sub- clause aforesaid, the EMPLOYER shall also have the right of taking possession and utilizing in completing the works or any part thereof, such as materials equipment and plants available at worksite belonging to the CONTRECTOR as may be necessary and the CONTRECTOR shall be entitled for any compensation for use or damage to such materials, equipment and plant.

b) The amount that may have become due to the CONTRACTOR on account of work already executed by him shall not be payable to him until after the expiry of Sis (6) calendar months reckoned from the date of termination of CONTECT or from the taking over of the WORK or part thereof by the EMPLOYER as the case may be during which period the responsibility for faulty materials of workmanship in respect of such work shall, under the CONTECT, rest exclusively with the CONTRAECTOR. This amount shall be subject to deduction of any amount due from the CONTRACT to the EMPLOYER under the terms of the CONTRACT authorized or required to be reserved or retained by the EMPLOYER.

12.3 Before determining the CONTRACT as per Clause 1 (a) or (b) provided in the judgment of the EMPLOYER, the default of defaults committed by the CONTRACTOR is/are curable and can be cured by the CONTRACTOR if an opportunity given to him, then the EMPLOYER may issue Notice in writing calling the CONTRACTOR to cure the default within such time specified in the Notice.

12.4 The EMPYOYER shall also have the right to proceed or take action as per 1 (a) or (b) above, in the event that the CONTRACTOR becomes bankrupt, insolvent, compounds with his creditors, assigns the CONTRACT in favour of his creditors of any other persons. Of being a company or a corporation goes into voluntary liquidation, provided that in the said events it shall not be necessary for the EMPLOYER to give any prior notice to the CONTRACTOR.

12.5 Termination of the CONTRACT as provided for in sub_ clause 1 (a) above shall not prejudice or affect their right of the EMPLOYER which may have accrued up to the date of such termination.

13.0 INSURANCE & DAMAGE TO PROPERTY:

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

27

13.1 Contractor will be responsible for the insurance coverage of his personnel all risk such as accidents, injuries or death likely to be caused to his employees. GAIL will have no liability whatsoever on this account. Damage if any caused by the contractor to roads/building/structures/machinery/equipment/property either movable or immovable during execution of work the same will be made good by the Contractor to the satisfaction of EIC.

14.0 EXECUTION OF JOB:

The job as per the scope of work shall be carried out in a single go. However the Contractor shall in advance obtain necessary clearance from EIC for work in unit area in view of the running plant facilities.

15.0 COMMENCEMENT OF WORK:

The bidder shall discuss with the EIC, the detailed plan and methodology of execution of the contract before commencement of activity.

16.0 LIST OF MATERIALS FOR SUPPLY: SN ITEM DESCRIPTION UOM TOTAL 1 Online Hanging type Weighing Device with Flameproof Limit

Switch Nos. 15

2 Flameproof Electronic Hooter Nos. 1 3 Flameproof Weight Loss Monitoring Panel for 15 cylinders Nos. 1 4 CO2 Cylinder Mounting Frame for 15 cylinders Lot 1 5 2C x 1.5 sq MM Armored FRLS cable Mtr. 100 6 Flameproof Junction Box Nos. 1 7 CO2 Cylinder Manifold for 15 Cylinders Nos. 1 8 Manifold Check Valve Nos. 15 9 Miscellaneous items like modification in piping, Anchor Fastener,

Nut Bolts, Cable glands, Cable Trunking, Paint, Minor Civil Work etc.

Lot 1

10 Spare Flameproof Limit Switches Nos. 2 17.0 SECRECY: 17.1 The technical detail of the work shall be treated as of confidential nature and the Contractor

should not pass them to any other organization / company / firm. Also the Contractor shall not publish the technical details in any periodical / books / seminars / conference. The information shall not be disclosed to any agency without prior approval of GAIL (India) Limited.

18.0 ACCOMMODATION AND TRANSPORTATION:

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

28

Accommodation, fooding and air / train transportation including local transportation of employees to the site and back shall be the responsibility of the Contractor. GAIL shall have no obligation in this regard.

19.0 SUB-LETTING AND ASSIGNMENT:

The bidder shall not without written consent of the GAIL, sublet, transfer or assign the contract or any part thereof or interest therein benefit or advantages there of in any manner whatsoever to any other bidder. Any such assignment / subletting shall not absolve the bidder from all or any of this obligation duties and responsibilities, under the contract. In case of subletting without permission, the contract can be terminated forthwith.

20.0 OBSERVANCE OF SAFETY RULES & REGULATIONS:

Observance and adherence of safety rules and regulations of the installations is mandatory. 21.0 ENGINEER IN-CHARGE: Manger (F & S) or his representative will be Engineer In-Charge (EIC) for this job.

22.0 CYLINDER MOUNTING AT GAIL LAKWA:

PHOTOGRAPHS OF CYLINDER BANKS (06 + 09 CYLINDERS) AT SITE

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

29

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

30

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

31

DIAGRAM OF CYLINDER BANKS (06 + 09 CYLINDERS)

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

32

ANNEXURE – VI PRICE SCHEDULE

NAME OF BIDDER: ________________________ ENQUIRY NO.:____________________________

PART-A: S. N.

Material code

Description (for details refer page No.1-2 of RFQ)

UOM

Qty.

Unit Price Ex-works incl. P&F but excl.

duties (Rs.)

Per Unit freight

upto site (%/Rs.)

Per Unit Excise Duty

(%/Rs.)

Per Unit Sales Tax

(%/Rs.)

Per Unit FOT/FOR site (Rs.)

Total Ex-works (Rs.)

Total FOT site (Rs.)

1 2 3 4 5 6 7 8 9 10=6+7+8+9 11=5X6 12=5X10

1

950150661

Supply of Online Weighing System for CO2 Cylinders of CO2 Flooding system of Gas Turbine in Unit Area of GAIL, Lakwa as per Special Conditions of Contract / Scope of Work and Technical Specification

EACH

01

NOTE: Bidder shall submit proof of Freight charges & Cenvetable Invoice along with Dispatch document.

Place: (SIGNATURE OF BIDDER & COMPANY SEAL)

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

33

PART B: S N

DESCRIPTION QTY

UOM UNIT RATE (INR)

TOTAL AMOUNT (INR)

1 Installation, Testing, Integration and Commissioning of Online Weighing system for CO2 Cylinders of CO2 Flooding system of Gas Turbine in Unit Area of GAIL, Lakwa as per Special Conditions of contract / scope of Work and Technical Specification.

01

EA

Total Amount (Rs)

GRAND TOTAL AMOUNT (Part-A + Part-B) = Rs Note:-

1) In case of discrepancy between unit price and the total price, the unit price shall prevail. 2) In case the price basis is not given on FOT SITE basis as per price schedule above, OFFER IS LIABLE TO BE REJECTED 3) Basis of award of order shall be on lowest evaluated L1 price on overall basis including item No. A + B (inclusive service tax) - C i.e. Supply portion + Installation, Commissioning charges

etc. including service tax. 4) Since, for part-A offer is sought only on FOT site basis, if freight charges upto Lakwa site or any other charges is left blank or indicated as ‘Extra at Accruals’ without any break-up or value,

the evaluation prices & award of such bids shall be done as per clause no.- 6.4 of ITB. 5) Service tax on Item no. B above of Price Schedule shall be payable extra at applicable rates against submission of CENVATABLE invoice & hence rates quoted should be exclusive of

Service Tax. 6) Bidders to note that the rate of ED indicated in the SOR will be considered for evaluation and if upon such loading the bidder is L-1, bidder will be bound to execute the order with the above

rate of ED. Any increase is ED due to increase in turnover will not be admissible. However, statutory changes in excise duty rates by the Govt. of India (within the scheduled delivery period) will be paid as applicable at the time of dispatch.

IMPORTANT: BIDDERS ARE ADVISED TO SUBMIT A COPY OF THIS SCHEDULE OF RATES (SOR) WITHOUT ANY RATES (WHIICH WILL BE LEFT BLANK) DULY SIGNED AND STAMPED ALONG WITH UNPRICE BID (TECCHNO-COMMECIAL). THE RATES ARE TO BE QUOTED IN SEPARATE SOR IN PRICE BID PORTAL ONLY.

Tender Document No : GAIL/LAK/34726/3400001329/C&P/FS/11-12 . DATED: 19.09.2011

Tender for : SUPPLY & INSTALLATION OF ONLINE WEIGHING SYSTEM FOR CO2CYLINDERS OF CO2 FLOODING SYSTEM OF GAS TURBINE COMPARTMENT AT LPG PLANT, GAIL, LAKWA.

34

PLACE: (SIGNATURE OF BIDDER & COMPANY SEAL)