Top Banner
REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated : 22.06.2007 Kind Attn : Mr/Ms Dear Sir/Madam, GAIL (India) Ltd. invites you to submit your offer in sealed envelope superscribing RFQ No. & Due date for the following services in complete accordance with enquiry documents/attachments: Name of work : Fabrication and Erection of Piping and Structures including supply of structural material for PSV Modification Job & for Installation of new control valve in plant by pass line in LPG Plant at Bid Due Date & Time : 11.07.2007 at 14:00 Hrs Opening of Bids on : 11.07.2007 at 15:00 Hrs (In case of Two Bid system tender,unpriced bids shall be opened.) Validity of Offer Upto : 11.11.2007 Date of Pre Bid Conference : at _________Hrs Earnest Money: Rs.11,000.00 as detailed in tender Detailed Description/ Drg./Samples etc. : Tender document
52

REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

Jul 23, 2018

Download

Documents

duongtu
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

REQUEST FOR QUOTATION

TO,GAIL WEBSITE VENDORIndiaVendor Code - 101019938

RFQ No.:GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated : 22.06.2007

Kind Attn : Mr/Ms

Dear Sir/Madam,GAIL (India) Ltd. invites you to submit your offer in sealed envelope superscribing RFQ No. & Due date for thefollowing services in complete accordance with enquiry documents/attachments:

Name of work : Fabrication and Erection of Piping and Structures including supplyof structural material for PSV Modification Job & for Installation ofnew control valve in plant by pass line in LPG Plant at

Bid Due Date & Time : 11.07.2007 at 14:00 HrsOpening of Bids on : 11.07.2007 at 15:00 Hrs (In case of Two Bid system

tender,unpriced bids shall be opened.)Validity of Offer Upto : 11.11.2007Date of Pre Bid Conference : at _________Hrs

Earnest Money:Rs.11,000.00 as detailed in tender

Detailed Description/ Drg./Samples etc. :Tender document

Page 2: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

RFQ No.:GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated : 22.06.2007

Bids complete in all respects should reach office of Incharge (C&P), GAIL (India) Ltd., at the above addresson or before 14.00 hrs of the scheduled date. Bids received after the due date and time are liable to be rejected.

GAIL reserves the right to accept or reject any or all tenders received at its absolute discretion without assigningany reason whatsoever.

Thanking You,

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

(Authorised Signatory)

Page 3: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

Tender No.: VAGH\13822

SCHEDULE OF RATES Out. lev.Item No. Service Description Qty. UOM Rate Amount ITEM 00001 FAB. & EREC OF PIPING & STR FOR PSV MOD

Plant : 6010,LPG Unit - Vaghodia

1 FAB. & EREC OF PIPING & STR FORPSV MOD

0 EA ____________ _________

1.1 FABRICATION & ERECTION OF PIPELINE

312 ID ____________ _________

FABRICATION & ERECTION OF PIPE LINE FOR PSV MODIFICATION JOB:

1) Carbon Steel Piping (CS & LTCS) for hydrocarbon service of different pressure ratings up to Sch-80and of different sizes as per supplied drawing or as per instruction of Engineer- In-Charge. Includinghandling & shifting of required piping material from stores/workshop, dismantling of existing pipe line,erection of new pipe line along with installation of PSV's, isolation valves, gas cutting, edge preparationby grinding, fit-up, mud capping, welding as per standard engineering codes and practice, Root DPT,Radiography of approx 134 Inch-Dia and Hydro testing upto the required test pressure, drying of pipe lineand leak testing of the line with full operating gas test pressure.2)All Piping Welding to be done by Qualified welder with approved WPS only.3)The detailed scope of work, and terms and conditions shall be as per the tender documents.4)The brief description of fabrication and erection job is as given in Annexure attached with the tenderdocuments. The contractor may visit the site and acquaint himself fully about the details of the work.

1.2 SUPPLY, FAB. & ERCTN OFSTRUCTURAL STEEL

1.200 TO ____________ _________

SUPPLY, FABRICATION AND ERECTION OF STRUCTURAL STEEL:1)Structural material fabrication & erection including supply of MS Structural Material steel structuralelements comprising of Channels, Angles, I-beams and Plates of varies sizes and thickness, as per thescope of W.O. & direction of Engineer In-Charge. It also includes painting i.e. two coats of red-oxideprimer & two coats of synthetic paint.2)To carry out these jobs the necessary tools, tackles, machines such as gas cutting set, grinding m/c etcare to be brought by the contractor.3)The supplied steel should be SAIL/TATA/ESSAR make only.4) The detailed scope of work, and terms and conditions shall be as per the tender documents.5)The brief description of fabrication,erection including supply of structuctural material is as given inAnnexure attached with the tender documents. The contractor may visit the site and acquaint himself fullyabout the details of the work.

Quotation Item 00001 Total Value :

ITEM 00002 FAB &ERC OF CONTROL VLV IN BY PASS LINE

Plant : 6010,LPG Unit - Vaghodia

2 FAB & ERCTION OF BY PASS PIPING 0 AU ____________ _________

2.1 FAB & ERECT OF BYPASS PIPING 200 ID ____________ _________

1)Fabrication and Erection of Carbon Steel piping for hydrocarbon service of pressure rating upto Sch-80as per the supplied drawing or as per the instruction of the engineer in charge the jobs includes handling& shifting of required piping material from stores/workshop, dismantling of existing pipe line, erection ofnew pipe line along with installation of control valve, isolation valves ,fabrication,gas cutting,edgepreparation by grinding fit up , welding, root by the gtaw (argon welding) and filler and final by smaw(arcwelding)support fixing, as per the standard engineering codes and practices and finally Root DPT,100%

Page 1

Page 4: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

Tender No.: VAGH\13822

ITEM 00002 FAB &ERC OF CONTROL VLV IN BY PASS LINE

Plant : 6010,LPG Unit - Vaghodia

radiograph and hydro testing at required pressure, drying of the pipe line and leak testing of all joints incommissioning of the new pipe line with full pressure gas. The fabrication and erection job is inclusive oftool and tackles ,consumables,all gases, welding m/c grinding m/c etc any other tools and tackles requiredfor the job.

2)All Piping Welding to be done by Qualified welder with approved WPS only.

3)The detailed scope of work, and terms and conditions shall be as per the tender documents.

4) The contractor may visit the site and acquaint himself fully about the details of the work.

30 Service tax shall be payableExtra at act 0 AU ____________ _________

ual against submision of invoice as per rule of service tax and proof of submission of same

Quotation Item 00002 Total Value :

TOTAL QUOTATION VALUE :

Page 2

Page 5: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

ITB- 1 of 41

SSEECCTTIIOONN II

IINNVVIITTAATTIIOONN FFOORR BBIIDDSS

Page 6: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

ITB- 2 of 41

IINNVVIITTAATTIIOONN FFOORR BBIIDDSS

Ref: GAIL/VAGH/C&P/E/2007023 Date: 22.06.2007 To, Sub: Tender No. Gail/Vagh/C&P/M/13822/Lpg/2007023 For Fabrication

Erection Of Piping And Structures Including Supply Of Structural Material Psv Modification Job For Installation Of New Control Valve In Plant By Pass Line In LPG Plant At Gail Vaghodia.

II NNAAMMEE OOFF WWOORRKK//BBRRIIEEFF SSCCOOPPEE OOFF WWOORRKK Fabrication Erection Of Piping And Structures Including Supply Of Structural Material Psv Modification Job For Installation Of New Control Valve In Plant By Pass Line In LPG Plant At Gail Vaghodia. ..

IIII CCOOMMPPLLEETTIIOONN PPEERRIIOODD OOFF CCOONNTTRRAACCTT AASS DDEETTAAIILLEEDD IINN TTEENNDDEERR IIIIII EEAARRNNEESSTT MMOONNEEYY DDEEPPOOSSIITT ((EEMMDD))//BBIIDD BBOONNDD

IInn ffaavvoouurr ooff ‘‘GGAAIILL ((IInnddiiaa)) LLttdd..”” PPaayyaabbllee aatt VVaagghhooddiiaa//BBaarrooddaa

Rs. 11000 /-

IIVV DDAATTEE OOFF PPRREE--TTEENNDDEERRIINNGG//BBIIDD CCOONNFFEERREENNCCEE NN//AA.. VV BBIIDD SSUUBBMMIISSSSIIOONN DDUUEE DDAATTEE && TTIIMMEE 1111..0077....22000077 aatt 1144..0000 hhrrss.. VVII OOPPEENNIINNGG OOFF BBIIDD 1111..0077..22000077 aatt 1155..0000 hhrrss VVIIII VVEENNUUEE FFOORR OOPPEENNIINNGG OOFF BBIIDDSS GGAAIILL,, VVaagghhooddiiaa Dear Sir (s), 1.0 GAIL (India) Limited, Vaghodia invites you to submit your bid for the captioned work in

complete accordance with this IFB. Bids to be submitted UNDER SINGLE BID SYSTEM. 2.0 GENERAL 2.1 Bid Document is non-transferable. Bidder must submit the bid directly. Bids received from

bidders in whose name Bid Document has been issued. 2.2 Bids complete in all respects should reach the office of M (C&P), GAIL (India) Limited, GIDC

INDUSTRIAL ESTATE ,VAGHODIA 391 760 , Distt. Baroda on or before the BID DUE DATE and TIME. Fax/Telegraphic/E-mail bids shall be rejected. Bids received beyond due date and time shall be rejected.

2.3 Bids must be accompanied with Bid Security/EMD as mentioned above in the form of Demand

Draft/Banker’s Cheque/Bank Guarantee. Bidders shall ensure that Bid Security having a validity of two months beyond the bid validity [four months] from the bid due date, must accompany the bid in the format made available in the Bid Document. Bid not accompanied with Bid Security and not in requisite form shall be summarily rejected.

Page 7: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

ITB- 3 of 41

2.4 GAIL will not be responsible for the cost incurred in preparation and delivery of bids. 2.5 This Invitation for Bids (IFB) is an integral and inseparable part of the enclosed Bid Document.

Bidders are advised to quote strictly as per the terms and conditions of the tender document and not to stipulate any deviation/exception. Once quoted, the bidder shall not make any subsequent price change whether resulting or arising out of any technical/commercial clarification sought regarding the bid. Such price changes shall render the offer liable for rejection. Bidder must note that the work cannot be sub-contracted under any circumstances.

2.6 GAIL reserves the right to reject any or all the bids received at its discretion without assigning

any reason whatsoever. 2.7 BIDDER’S ELIGIBILITY CRITERIA(BEC):-

i) Bidder should have executed an order of valuing not less than Rs.2,70,000.00 for fabrication and erection job of carbon steel piping for hydro carbon services of min. 4 inch-dia size and schedule 80 thickness rating in any petrochemical /LPG / Fertilizer /refinery plant in last 05 years. The last 5 years shall be considered from the bid due date.

Bidder(s) to submit notarized copy of relevant order and proof of execution of same along with their bid.

ii) The bidder must have permanent EPF registration with Govt. regional Provident fund.

Documentary proof in form of notarized copy of registration certificate shall be submitted along with bid..

Documentary proofs ( duly attested, wherever required) for the above mentioned criteria should be submitted along with the BID failing which the offer shall not be considered for further evaluation.

2.8 TENDER MAY ALSO BE DROPPED IN OUR TENDER BOX PLACED AT MAIN GATE (GATE NO.1) 'CISF' RECEPTION AT GAIL (INDIA) LIMITED., VAGHODIA. IN CASE OF ANY PROBLEM BIDDER MAY CONTRACT MANAGER(C&P), GAIL, VAGHODIA AT EXTN-380, GAIL, VGHODIA AT EXTN-381.

For & on behalf of, GAIL (India) Limited, Manager (C&P) Ph: 02668-262691,262692,262693; Extn: 380/381

Page 8: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

ITB- 4 of 41

I N S T R U C T I O N S T O B I D D E R S

1.0 BIDDING DOCUMENT, CLARIFICATION AND ADDENDUM 1.1 BIDDING DOCUMENT 1.1.1 Bidder shall submit the Tender Document duly signed and stamped on each page of tender in token of

his acceptance along with his bid

1.1.2 Transfer of Bidding document issued to one intending bidder to another is not permissible. 1.1.3 Bid shall remain valid for 120 days from the date of submission of Bid. 1.2 CLARIFICATION REQUESTS BY BIDDER 1.2.1 Although the details presented in this Bidding document consisting of conditions of contract,

scope of work, technical specifications and drawings have been compiled with all reasonable care, it is the Bidder’s responsibility to ensure that the information provided is adequate and clearly understood.

1.2.2 Bidder shall examine the bidding documents thoroughly in all respect and if any conflict, discrepancy, error or omission is observed, Bidder may request clarification at any time upto the date 07 (seven) days prior to due date for submission of bid. Such clarification requests shall be directed to Manager (C&P).

1.2.3 Any failure by Bidder to comply with the aforesaid requirement shall not excuse the Bidder, after subsequent award of contract, from performing the work in accordance with the agreement.

1.3 AMENDMENT OF BIDDING DOCUMENT 1.3.1 GAIL may, for any reason whether at his own initiative or in response to the clarification

requested by the prospective Bidder, issue amendment in the form of addendum during the Bidding period and subsequent to receiving the bids. Any addendum thus issued shall become part of Bidding document and Bidder shall submit ‘original’ addendum duly signed and stamped in token of his acceptance.

1.3.2 For addendum issued during the Bidding period, Bidder shall consider the impact in his Bid. For addendum issued subsequent to receiving the Bids, Bidder shall follow the instructions issued along with addendum with regard to submission of impact on quoted price / revised price, if any.

1.4 CONFIDENTIALITY OF DOCUMENT 1.4.1 Bidder shall treat the Bidding document and contents thereof as confidential. 1.5 ACKNOWLEDGEMENT & CONFIRMATION OF BID 1.5.1 Within 7 days of receipt of Bidding document, Bidder shall acknowledge the receipt and confirm his

intention to Bid for the Bidding work . 2. EARNEST MONEY DEPOSIT

2.1 The bid must be accompanied by earnest money (interest free) for the amount indicated in ‘Letter Inviting Tender’ in the form of a Demand Draft drawn on any Nationalized/Scheduled Bank in favour of M/s. GAIL (India) Limited payable at STATE BANK OF INDIA, VAGHODIA, BARODA), or in the form of Bank guarantee issued by Nationalized Bank for an equal amount valid for six (06) months from the due date of submission of bid as per the format enclosed in bidding document. Bid not accompanied by earnest money will not be considered unless the same is exempted as per ‘Letter Inviting Tender’. Bank guarantee shall be revalidated for extended period as required by GAIL in writing.

2.2 If the bidder, after submission, revokes his bid or modifies the terms and conditions thereof during the validity of his bid except where the GAIL has given opportunity to do so, the earnest money submitted by Bidder will, in such case, not be refunded to him.

2.3 GAIL may at any time cancel or withdraw the invitation to bid without assigning any reason and the earnest money submitted by Bidder will in such case be refunded to him.

2.4 The successful Bidder shall be required to deposit within 10 days of acceptance of his bid, security deposit / Initial Security Deposit with the GAIL in the manner indicated in General Conditions of

Page 9: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

ITB- 5 of 41

Contract / Special Conditions of Contract. Should the successful Bidder fail or refuse to sign the agreement or furnish the security deposit / initial security deposit within the period fixed by the GAIL as indicated above, the earnest money shall be forfeited without prejudice to his being liable to any further loss or damage incurred in consequence by the GAIL.

2.5 Earnest money shall be returned to the successful Bidder after the security deposit / initial security deposit has been furnished by him to the GAIL.

3.0 SCHEDULE OF RATES 3.1 The schedule of Rates shall be read in conjunction with all other sections of Bidding document.

3.2 The rates quoted by the bidder shall be firm and fixed for the completion period of the tendered works, unless stated otherwise. The rates shall be quoted by the Bidder shall include all taxes, duties & levies.

3.3 Rates must be filled in format for ‘schedule of rates’ enclosed as part of bidding document. If quoted in separate typed sheets and any variation in description, unit is noticed, the bid is liable to be rejected. In any case bidder shall be presumed to have quoted against the description of work and the same shall be binding on the bidder.

3.4 In case any activity through specifically not covered in description of ‘Schedule of Rates’ but is required to complete the work as per Scope of Work, Scope of Supply, Specifications , Standards, Drawings, General Conditions of Contract, Special condition of contract or any other part of bidding document, the quoted rates will deemed to be inclusive of cost incurred for such activity.

3.5 Rates quoted shall be in Indian Rupees Only. 3.6 Bidder shall quote rates both in figures as well as in words. 3.7 Bidders are advised to include the Rebate / Discount, if any , in the Schedule of Rates (

SOR) itself and NOT to mention the same separately. In case, it is observed that any of the bidder(s) has/have mentioned the discount/ rebate separately, the same shall not be considered for evaluation. However, in the event of the bidder emerging as the lowest bidder, the discount/ rebate offered by the bidder shall be considered for Award of Work and the same will be binding on the bidder.

4.0 DOCUMENTS COMPRISING THE BID 4.1 Bidder is advised that GAIL intend to fully evaluate the technical and un-priced commercial

submissions. 4.2 It is important that Bidder clearly demonstrates his experience and capability, giving to GAIL a

high level of confidence that if awarded, the Bidder will be able to perform the works within the stipulated Time Schedule and quoted price and meeting all other requirements listed in the Bidding document.

4.3 Bidder is requested to furnish the complete and correct information required for evaluation of his Bid. If the information with regard to resources and concurrent commitments or any other information / documentation forming basis of evaluation is found in complete / incorrect the same may be considered adequate ground for rejection of the bid.

4.4 Bidder shall arrange his bid in the following order: a) Earnest Money Deposit and its details. b) Power of Attorney in favour of authorized signatory of the Bidding document

& PF certificate c) Exception and Deviation statement as per Annexure I to “INSTRUCTIONS

TO BIDDERS” respectively. d) “Schedule of Rates” duly filled in and Signed. e) Check list f) Documents required for BEC qualifications g) Signed copy of tender documents as acceptance of all terms & condition of

tender h) Bidders are advised to include the Rebate / Discount, if any , in the

Schedule of Rates ( SOR) itself and NOT to mention the same separately.

In case, it is observed that any of the bidder(s) has/have mentioned the discount/ rebate separately, the same shall not be considered for evaluation. However, in the event of the bidder emerging as the lowest bidder, the discount/ rebate offered by the bidder shall be considered for Award of Work and the same will be binding on the bidder.

Page 10: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

ITB- 6 of 41

5.0 SUBMISSION OF BID Tender document must be submitted in one single sealed envelopes in following manner:

a) The bid shall contain technical and commercial part of offer alongwith duly filled in SOR. The envelope shall comprise the signed copy of Bidding document (Tender document), drawings, addendum (if any), information listed for submission in Part –I under Para 4.4. above.

b) The envelope shall have following information clearly written on the outside of the envelope, failing which GAIL will assume no responsibility for the misplacement or premature opening of the bid. Name of Work : _______________________________________ Bidding document No. : _________________________________ Due date & time of Opening :_____________________________ From :[Name & Address of Bidder] : _______________________

c) Original earnest money deposit (EMD shall also be enclosed in this part. 5.2 DATE, TIME & PLACE OF SUBMISSION 5.2.1 Bid must be submitted by the due date and time mentioned in the Letter Inviting Tender or

any extension thereof as duly notified in writing by GAIL at the following address:

MANAGER (C&P) GAIL (INDIA) LIMITED

LPG RECOVERY PLANT GIDC INDUSTRIAL ESTATE VAGHODIA, BARODA

5.2.2 Bid received after the time and date fixed for receipt of bid is liable for rejection. 6.0 BID EVALUATION 6.1 CLARIFICATION & ADDITIONAL INFORMATION

During evaluation, GAIL may request Bidder for any clarification on the bid, additional or outstanding documents. Bidder shall submit all additional documents in one original and one copy.

6.2 TECHNO-COMMERCIAL DISCUSSIONS

6.2.1 Bid of the bidder who submits the required EMD shall be taken up for detailed evaluation.

6.2.2 Techno-commercial discussions with bidder shall be arranged, if needed. Bidder shall depute his

authorized representative (s) for attending the discussion. The representative(s) attending the

discussions shall produce authorization from his organization to attend the discussions and sign the

minutes of meeting on behalf of his organization. The authorized representatives must be competent

and empowered to settle all technical and commercial issues.

6.3 BID EVALUATION CRITERIA

6.3.1 Bid is the responsibility of bidder and no relief or consideration can be given for errors and omissions made by the bidder inadvertently or and bidder shall be based to execute the work as per condition placed in tender document. Bid with incomplete information is liable for rejection.

6.3.2 The techno-commercial part of bid shall be evaluated as per bid evaluation criteria, including Bidder’s Eligibility Criteria (BEC) wherever indicated in the bidding document.

6.3.3 Non-submission of details / documents as per Para (4.4.) above may lead to rejection of bid.

6.3.4 DEVIATIONS TO CRITICAL STIPULATIONS

Deviations to critical stipulations of bidding document as mentioned below are not acceptable. Bidder taking deviations to the following bid stipulations shall not be considered for price opening and bids shall be liable to rejection:

Page 11: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

ITB- 7 of 41

a) Total Scope of work. b) Security deposit /Contract Performance Bank Guarantee. c) Validity of bids. d) Schedule of Rates. e) Payment Terms f) Arbitration clause g) Force Majeure. h) Completion period

6.3.5 DETERMINATION OF RESPONSIVENESS

i) Prior to the financial evaluation of bids, the GAIL will determine whether each bid is substantially responsible to the requirements of the Bidding document.

ii) For the purpose of this clause, a substantially responsible bid is one, which conforms to all the terms and conditions and specifications of the bidding document without material deviation or reservation. A material deviation or reservation is one which affects in any substantial way the scope, quality, or performance of the works or which limits in any substantial way, in consistent with the bidding document, the employer’s rights of contractor’s obligation would affect unfairly the competitive position of bidders presenting substantially responsive bids.

iii) If a bid is not substantially responsive to the requirements of the Bidding documents, it may be rejected by the GAIL.

6.3.6 Bidders must submit the bid in line with bid stipulations without taking any deviation. However,

in case it becomes unavoidable and the Bidder seek some clarifications / queries with respect to technical / commercial part, the bidder may stipulate the same strictly as per Annexure-VIII for the technical and commercial part.

6.3.7 UNSOLICITED POST BIDDING MODIFICATIONS:

Bidder are advised to quote strictly as per terms and conditions of the bidding document and not to stipulate any deviations / exceptions. Once quoted, the bidder shall not make any subsequently changes, whether resulting or arising out of any technical / commercial clarifications sought on any deviations or exceptions mentioned in the bid. Any proposal price change is likely to render the bid liable for rejection.

6.3.8 Bidders must ensure that complete bid along with all details as sought are submitted as per provisions of the bidding document. The checklist has been provided in the bidding document to ensure that any required details are not missed by the bidders while submitting their offer.

6.3.9 Proposed deployment of resources like manpower, equipment, tools and tackles shall be looked into to ensure performance of work within stipulated time period

6.3.10 MECHANIZED CONSTRUCTION i) Bidder shall furnish construction methodology based on mechanized construction

techniques for execution of work along with details of plant & machinery to be deployed. The bidder shall assess the number and type of plant and machinery for the scope of work and the completion schedule.

ii) Bidder will deploy the required numbers and types of plant & machinery applicable for different activities in consultation with the Engineer-In-Charge after award and during execution of work with respect to actual mobilization required.

6.4 EVALUATION OF PRICE PART

The “Schedule of Rates” quoted by the bidder shall be taken up for evaluation on overall basis. Price bids containing additional qualifications not mentioned in Techno-Commercial part of the bid shall be summarily rejected.

6.5 PURCHASE PREFERENCE TO PUBLIC SECTOR ENTERPRISE

Owner reserves the right to grant purchase preference to Public Sector Enterprises in terms of the latest

applicable guidelines of the Government of India.

6.6 PROCESS TO BE CONFIDENTIAL

Page 12: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

ITB- 8 of 41

Information related to the examination, clarification, evaluation and comparison of bids recommendations for award of contract shall not be disclosed to bidder or other person not officially concerned with such process. Any effort by bidder to influence the GAIL processing of bid or award decisions may result in rejection of such Bids.

6.7 OWNER’S RIGHT TO ACCEPT OR REJECT A BID

GAIL reserves the right to accept a bid other than the lowest and to accept or reject any bid in whole or part, to annual the bidding process or to reject all bids with or without notice or reasons. Such decisions by GAIL shall bear no liability whatsoever consequent upon such decisions.

7.0 AWARD OF WORK AND CONTRACT DOCUMENT

7.1 AWARD OF WORK

7.1.1 The bidder whose bid is accepted by GAIL shall be issued Letter of Intent / fax of Intent (LOI/FOI)

prior to expiry of bid validity. Bidder shall confirm acceptance by returning a signed copy of the LOI /

FOI.

7.1.2 GAIL shall not be obliged to furnish any information / clarification / explanation to the unsuccessful bidders as regards non acceptance of their bids. Except for refund of EMD to unsuccessful bidder, GAIL shall correspond only with the successful bidders.

7.2 CONTRACT DOCUMENT

7.2.1 The successful bidder shall be required to execute a formal agreement in accordance with the ‘Form of Contract’ (Annexed to General Condition of Contract (GCC)), within 10 days of receipt of LOI/FOI/Detailed Letter of Award specified period.

7.2.2 Contract Documents to be signed between GAIL & selected bidder shall consist of the following :

i) Agreement on stamp paper of appropriate value.

ii) Letter of Intent / Fax of Intent

iii) Detailed letter of award / acceptance along with agreed variation and other enclosures.

iv) Original bidding document along with set of drawings

v) Addendum/Corrigendum issued to bidder, if any.

7.2.3 Stamp paper of appropriate value shall be provided by the successful bidder after ascertaining its value.

7.2.4 The statement of Agreed variation prepared based on the deviation if any, finally retained by the bidder and accepted by GAIL, shall form part of detailed letter of award.

Page 13: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

1

ANNEXURE – I

EXCEPTIONS AND DEVIATIONS

REF OF BID DOCUMENT SL. NO.

PAGE NO. CLAUSE NO.

SUBJECT DEVIATIONS

NOTE : Bidders are advised not to stipulate any deviation(s) / condition(s) and to confirm compliance to tender conditions in toto .However, in the event of bidder seeking any deviation(s), the same should be submitted separately for commercial & technical sections strictly as per the format given above, otherwise, the same shall not be considered and it will be presumed that the bidder has accepted all terms & conditions of the tender. SIGNATURE : ____________________________________ NAME : ____________________________________ BIDDER’S NAME: : ____________________________________ COMPANY SEAL : ____________________________________

Page 14: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

2

SS ee cc tt ii oo nn II II

SPECIAL CONDITIONS OF THE CONTRACT PART-A 1.0 GENERAL:

1.1 The Special Condition of Contract shall be read in conjunction with the General Conditions of Contract, Schedule of rates, specifications, drawings and any other documents forming part of contract, wherever the context so requires. Notwithstanding the sub-division of the documents into these separate sections and volumes, every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the CONTRACT so far as it may be practicable to do so.

1.2 Where any portion of the General Condition of Contract is repugnant to or at variance with any provisions of the Special Conditions of Contract, unless a different intention appears, the provisions of the Special Conditions of Contract shall be deemed to over-ride the provisions of the General Conditions of Contract and shall to the extent of such repugnancy, or variations, prevail.

1.3 Wherever it is mentioned in the specifications that the CONTRACTOR

shall perform certain WORK or provide certain facilities, it is understood that the CONTRACTOR shall do so at his cost and the VALUE OF CONTRACT shall be deemed to have included cost of such performance and provisions, so mentioned.

1.4 The materials, design, and workmanship shall satisfy the relevant

INDIAN STANDARDS, the JOB SPECIFICATIONS contained herein and CODES referred to. Where the job specification stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied.

1.5 The intending bidder shall be deemed to have visited the site. Non-familiarity with site

condition and unawareness of General Condition of contract will not be considered a reason either for extra claim or for not carrying out work in strict conformity with drawings and specifications.

2.0 LOCATION:

GAIL (India) Limited, Vaghodia(Vadodara) 3.0 SCOPE OF WORK:

The Scope of work shall be as per Special Conditions of Contract Part-B.

4.0 TIME OF COMPLETION/PERIOD OF CONTRACT:

The Time of Completion/Period of Contract shall be as per Special Conditions of Contract Part-B.

The work shall be executed strictly as per time Schedule given in Tender Document. The period of completion given includes the time required for mobilization as well as testing, rectifications, if any, re-testing and completion in all respects to the entire satisfaction of the Engineer-in-Charge.

Page 15: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

3

5.0 TERMS OF PAYMENT:

Payment will normally be made within 30 days of submission of bills to Engineer-in-charge after applicable deduction of Income Tax and any other taxes and duties. Bidders are required to submit details of PAN no. along with their bid. Ensuring one more step ahead to facilitate our Vendors / Parties/ Consultants, GAIL has introduced Centralized Bill Receipt System. Under this system, all the parties are required to send their bills in an envelop invariably mentioning the following information on its top to enable our Central Dak Receipt Cell to identify such envelops without opening, to make necessary entry and send to the concerned Officer/Department for further necessary action:

INVOICE No: __________________________________ DATE: ____________________

INDENTING DEPARTMENT: ____________________ JOB: ______________________

The above mentioned system would enable our Indenting Deptt. to generate the computerized acknowledgement of your bills through our Bill Watch System(BWS) Payment will be released preferably through electronic mode (e-banking) from SBI Bank and accordingly vendors / contractors are requested to provide details of their Account No. and Bank Branch Code in the enclosed format (SCA – 10/10) to which payment will be released electronically. However, in case of specific request from the contractor, payment will be made through crossed Bankers Cheques/Demand draft payable at SBI Bank, Vaghodia (Branch Code: 177) only, at the sole discretion of GAIL. All bank charges shall be to party’s account.

6.0 EARNEST MONEY:

The bidder must deposit the earnest money as given in the letter/notice inviting tenders failing which the tender is liable to be rejected. Earnest Money can be paid by way of Demand Draft drawn on any Scheduled/Nationalized Bank in favor of GAIL (India) Limited payable at STATE BANK OF INDIA, I (Branch Code 9927), Vaghodia (Gujrat).

Alternatively, Earnest Money may also be submitted in the form of Bank Guarantee from any Nationalized/Schedule Bank of India. The Bank Guarantee so furnished by the bidder shall be in the proforma prescribed by the OWNER attached with the Tender document. No interest shall be paid by the OWNER on the Earnest Money deposited by the bidder. The Bank Guarantee furnished in lieu of Earnest Money shall be kept valid for a period of (6) SIX MONTHS from the date of opening of tender.

GAIL will refund the Earnest Money of the unsuccessful bidders directly to the bidders within a reasonable period of time. Correspondence in this regard may be addressed to GAIL directly by the BIDDERS.

7.0 INCOME TAX/ SALES TAX/WORKS CONTRACT TAX:

Income Tax deduction shall be made from all payments to the contractors as per rules and regulation in force in accordance with the Income Tax Act prevailing from time to time. Sales Tax, Works Contract Tax and other duties/ levies, as applicable shall be borne by the contractor. The GAIL will issue the necessary certificate for income tax deduction at source, however, the contractor has to submit detail of their Permanent Account No. (PAN) before issue of such certificate. However, if the contractor has not been allotted PAN and has applied for the same to Income Tax department / the authorized agency nominated by Income Tax department, contractor shall submit the copy of application filed for allotment of PAN No. In absence of any of these documents, no TDS certificate shall be issued by GAIL. Similarly, in case of Works Contract (involving both supply of material and services) Tax will be deducted at source by GAIL towards W.C.Tax at the rate applicable from time to time (presently 4%) and issue necessary certificate to this effect.

8.0 SERVICE TAX:

Page 16: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

4

The service tax shall be payable extra at actuals as per applicable at the time of services.. 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 amount of service tax is payable against the invoice raised as per Service tax Act and rules. The bidders who are ‘non- resident’ or are from outside India are requested to clearly state whether they have any office in India or not. If they have any office in India, they are requested to give the address of their office situated in India. 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).

9.0 INITIAL SECURITY DEPOSIT/SECURITY DEPOSIT: 9.1 Initial Security deposit shall be as per GCC. 9.2 No interest shall be payable by the Company to the contractor for the amount of Security deposit. 9.3 Contractor can furnish the initial or total security deposit amount through bank

guarantee from any nationalized /Schedule bank in prescribed proforma which shall be valid for 90 days beyond completion of the job or expiry of Defect Liability Period which ever is applicable.

9.4 Security Deposit shall be refunded after the expiry of 90 days beyond the completion of work or Defect

Liability Period which ever is applicable. 10.0 TECHNICAL SPECIFICATION: As enumerated in Special Conditions of Contract/Scope of Work/attached Drawing/ Details/Schedule of Rates. 11.0 TESTS AND INSPECTION:

11.1 The Contractor shall carry out the various tests as enumerated in the technical specifications of this tender document and the technical documents that will be furnished to him during the performance of the work and no separate payment shall be made unless otherwise specified in schedule of rates. 11.2 All the tests either on the field or at outside laboratories concerning the execution of the work and supply of materials by the Contractor shall be carried out by Contractor at his own cost. 11.3 The Contractor shall provide for purposes of inspection access ladders, lighting and necessary instruments at his own cost for inspection work. 11.4 Any work not conforming to execution drawings, specifications or codes shall be

rejected forthwith and the Contractor shall carryout the necessary rectification at his own cost. 11.5 All results of inspection and tests will be recorded in the inspection reports, Proforma of which will be approved by the Engineer-in-Charge. These reports shall form part of the completion documents. 11.6 For materials supplied by Owner, Contractor shall carryout the tests, if required by the Engineer-in-Charge, and the cost of such tests shall be reimbursed by the owner at actual to the Contractor on production of documentary evidence. Contractor shall inspect carefully all equipment before receiving them from Owner for installation purposes. Any damage or defect noticed shall be brought to the notice of Engineer-in-Charge.

Page 17: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

5

11.7 Inspection and acceptance of work shall not relieve the Contractor from any of his responsibilities under this Contract. 12.0 MEASUREMENT OF WORK:

12.1 Measurement of works shall be made in the units mentioned in the Schedule of Rates as per details given in Technical/Standards specifications.

12.2 Wherever details are not available or inadequate in the execution drawings, physical measurements will be taken

by the contractor in the presence of the representative of the Engineer-in-Charge. In such cases payment will be made on actual measurements.

13.0 DEFECT LIABILITY PERIOD:

The defect liability period shall be as per Special Conditions of Contract of Part-B. 14.0 CONSTRUCTION EQUIPMENT AND SITE ORGANIZATION: 14.1 The Contractor shall without prejudice to his overall responsibility to execute and

complete the work as per specifications and time schedule, progressively deploy adequate equipment and tools and tackles and augment the same as decided by the Engineer-in-Charge depending on the exigencies of the work so as to suit the work/construction schedule without any additional cost to owner. The bidder shall submit a list of construction equipment he proposes to deploy for the subject work along with deployment schedule. No Construction Equipment shall be supplied by the Owner.

14.2 Subject to the provisions in the tender document and without prejudice to Contractor's liabilities and responsibilities to provide adequate qualified and skilled personnel on the work, contractor shall deploy site organization and augment the same as decided by the Engineer-in-Charge depending on the exigencies of work, without any additional cost to owner. The bidder shall submit the details of minimum site organization proposed by him. 15.0 MOBILIZATION ADVANCE (M.A.):

No mobilization advance is payable for this work. 16.0 COMPENSATION FOR EXTENDED STAY:

No compensation for extended stay is payable to contractor. 17.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS):

In items rate contract where the quoted rates for the items exceed 50% of the owners/estimated rates, such items will be considered as Abnormally High Rates Items (AHR) and payment of AHR items beyond the SOR stipulated quantities shall be made at the least of the following rates:

(I) Rates as per SOR, quoted by the contractor.

(II) Rate of the item, which shall be derived as follows: a) Based on rates of machine and labor as available from the contract (which includes

contractor's supervision, profit, overheads and other expenses). b) In case rates are not available in the contract, rates will be calculated based on prevailing

market rates of machine, material and labor plus 15% to cover contractor's supervision profit, overhead & other expenses.

18.0 MISCELLANEOUS:

All obligations arising of labor deployment labor laws to meet the necessary statutory requirement would solely lie on the contractor. Contractor would be solely responsible for safety and security of manpower and materials.

19.0 SUBMISSION OF TENDER DOCUMENTS:

Over-writing should be avoided. Any overwriting or cutting should be signed by the bidder. All copies of tender documents along with drawings should be signed and submitted by the bidder.

Page 18: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

6

20.0 SCHEDULE OF RATES: 20.1 The quantities indicated in Schedule of Rates are just tentative. The rates quoted by the bidder shall remain firm

for any variation and will be inclusive of all taxes & duties. 20.2 No escalation of whatsoever nature shall be paid to the contractor for the entire Contract Period. 21.0 COMPENSATION FOR DELAY: 21.1 In case of delay in mobilization or in completion of work in all respects and to the full satisfaction of Engineer-In-

Charge, the Engineer-In-Charge may at his discretion impose a penalty at the rate of ½% of the total order value per week for delay in completion of work subject to a maximum (ceiling) of 5% of the total contract value.

21.2 Alternatively, in case the Engineer-In-Charge feels that the progress of work is dissatisfactory and the work may

be delayed beyond the scheduled or contractual completion date, he may at his discretion get the work done through other agency at the risk and cost of the contractor without prejudice to other rights available to owner under the contract. The decision of the Engineer-In-Charge shall be final and binding in this regard.

22.0 REBATE, IF ANY:

In case bidder is desirous of offering any rebate, they are allowed to do so in the Price-Summary sheet or schedule of rate submitted by them. Rebate offered at any other place shall be considered invalid.

23.0 TERMINATION OF CONTRACT:

The Owner/ Engineer-in-Charge reserve the right to terminate the contract on giving one-week notice without assigning any reason.

24.0 CONTRACT AGREEMENT:

If the work is awarded the contractor shall enter into an agreement with GAIL in the prescribed Performa with in 10 days of the issue of LOA/LOI whichever is earlier. The agreement shall be executed on non-judicial stamp paper of RS. 100/- .The cost of stamp paper shall be borne by the contractor. The format of agreement can be obtained from the office of the Dy. Manager (C&P), GAIL (India) Ltd., Vaghodia.

25.0 SUPERVISION OF WORK:

Contractor or his authorized representative shall be available at site all times, during the progress of the work. 26.0 CLEARANCE OF SITE: 26.1 As a part of the contract the contractor shall completely remove all temporary/disposable materials, while

execution of work at his own cost and initiative and dispose off the same as directed by Engineer-in-charge. 26.2 The works will not be considered as complete and taken over by the owner, until all the temporary works, labor

and staff colonies etc. constructed are removed and the work site cleared to the satisfaction of the Engineer-in-charge, surplus materials and rubbish is cleared off the site completely and the work shall have been measured by the Engineer-in-charge whose measurement shall be binding and conclusive.

26.3 If the contractor fails to comply with the requirements of this clause on or before the date fixed for the completion

of the work, the Engineer-in-charge may at the expenses of the contractor remove such, surplus materials and rubbish and disposal off the same as he thinks fit and clean off such dirt as aforesaid, and the contractor shall forthwith pay the amount of all expenses as incurred and shall have no claim in respect of any such surplus materials as aforesaid except for any sum actually realized by the sale thereof.

27.0 ADHERENCE TO SAFETY REGULATIONS:

Contractor shall ensure that all safety precautions required one observed at all times during the execution of the job.

28.0 NUISANCE:

The contractor or his representative shall not at any time cause any nuisance on the site or do anything which shall cause unnecessary disturbance to the owners or tenants or occupants or their properties near the site and to the public generally.

29.0 OWNER NOT BOUND BY PERSONAL REPRESENTATION:

Page 19: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

7

The contractor shall not be entitled to any increases on the schedule of rates or any other right or claim whatsoever by reason of any representation, explanation statement or alleged representation explanation statement or alleged representation, promise or guarantees given or called to have been given to him by any person.

30.0 CARE OF WORKS:

From the commencement to completion of the work, the contractor shall take full responsibility for the care for all works including all temporary works any in case any damages, loss or injury shall happen to the work or to a part thereof or to any temporary works from any reason.

31.0 DEFENCE OF SUITS:

If any action in court is brought against the owner or an officer or agent of the owner, for the failure, omission or neglect on the part of the contractor to perform any acts, matters, convenient or things under the contract or damage or injury caused by the alleged omission or negligence on the part of the contractor, his agents, representative or his subcontractors or in connection with any claim based on lawful demand of sub-contractor, shall in such cases indemnify and keep the owner and/or their representatives harmless from all lesson, damages, expenses or decrease arising out of such action.

32.0 RESPONSIBILITIES OF THE CONTRACTOR AND COMPLIANCE WITH LABOUR/INDUSTRIAL

LAWS: 32.1 The contractor shall have his own PF code no. with the RPFC as required under employee PF & Miscellaneous

Provisions Act, 1952. 32.2 The contractors shall periodically submit the Challans / receipts / proof for the depositing PF contribution with RPFC.

32.3 The contractor is required to obtain labor license under the provisions of Contract Labor (R&A) Act, 1970 from the office of ALC (Central), Ministry of Labor, Govt. of India.

32.4 The contractor is liable to abide by all necessary licenses / permissions from the concerned authorities as provided under the various labor legislations.

32.5 The contractor shall discharge obligations as provided under various statutory enactment including the employees provident fund and Miscellaneous Provisions Act, 1952, Contract Labor (R&A) Act, 1970, Minimum Wages Act, 1948, Payment of wages act 1936, workman compensation act and other relevant acts, rules and regulations enforced from time to time.

32.6 The contractor shall be solely responsible for the payment of wages and other dues to the personnel, if any, deployed by him latest by 7th day of the subsequent month.

32.7 The contractor shall be solely responsible and indemnify the GAIL against all charges, dues, claim etc. arising out of

the disputes relating to the dues and employment of personnel, if any, deployed by him.

32.8 The contractor shall indemnify GAIL against all losses or damages, if any, caused to it on account of acts of the personnel, if any, deployed by him.

32.9 All personnel deployed by the contractor should be on the rolls of the contractor.

32.10 The contractor shall ensure regular and effective supervision and control of the personnel, if any, deployed by him and give suitable direction for undertaking the contractual obligations.

32.11 The personnel to be deputed by the contractor shall observe all security, fire and safety rules of GAIL while at the site. His work will be supervised by the supervisors of contractor. Contractor has to be strictly adhere to guidance, instruction when required.

32.12 Contractor shall provide proper identification cards for his employees to be deputed by him for work, duly signed by the contractor or authorized person on behalf of contractor. Also the contractor should obtain entry passes from RIL, Vaghodia through engineer-in-charge for his employees.

32.13 Contractor has to deploy the personnel with no past criminal records. Reformed people, names of such persons should be clearly indicated in case of. Also the contractor has to provide police verification for all the persons deployed by him.

32.14 While confirming to any of these conditions, the contractor should ensure that no law of state regarding labor, their welfare, conduct etc, is violated. The contractor shall indemnify GAIL for any action brought against him for violation, non-compliance of any act, rules & regulation of center / state / local statutory authorities.

Page 20: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

8

32.15 All existing and amended safety / fire rules of GAIL (India) Ltd., Vaghodia are to be followed within the site premises or service center.

32.16 Contractor shall ensure payment of wages to the person employed and meet all statutory obligation of payment as per Minimum Wages act 1948 and payment of wages Act 1936.

32.17 Boarding and lodging facilities for contractor’s personal for carrying out the work is to be made by the contractor at his own cost outside the plant premises.

32.18 Special safety equipment e.g. breathing apparatus etc. if required will be provided by GAIL (India) Ltd., Vaghodia. Contractor will be responsible for accounting of the same.

32.19 Before undertaking jobs, contractor shall take work permit from engineer-in-charge and same shall be returned after completion of job.

32.20 All types of transport connected with the work shall be in the scope of the contractor.

32.21 Suitable site office space may be provided by GAIL (India) Ltd., Vaghodia if required and available.

32.22 GAIL will provide free water, steam, air and electricity at suitable points, if required, for under taking the job. 32.23 All personnel undertaking the job proposed to be deployed by the contractor shall be medically examined and

declared fit by qualified medical practitioner. It should be insured that no personnel engaged by the contractor is suffering from communicable disease.

32.24 Technicians/ supervisors deployed by the contractor should be technically qualified for fulfilling the contractual obligation.

32.25 In case of account, injury and death caused to the employee of the contractor while executing the work under the

contract, the contractor shall be solely responsible for payment of adequate compensation, insurance money etc. to the next kith & kin of injured / diseased. Contractor shall indemnity GAIL from such liabilities.

32.26 The contractor shall also undertake to obtain necessary insurance coverage covering all risks connected with the job to be undertaken by him

under the contract from insurance company and pay the premium accordingly.

33.0 PHOTOGRAPHS/LABOUR PERMISSION/VEHICLE PERMISSION:

The contractor shall arrange to make photo gate passes/labor permissions/vehicle passes etc. for his persons/labors/vehicles for working in site plant premises at his own cost as rules of the company.

34.0 ARBITRATION: 34.1 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 this CONTRACT or to the rights or to liabilities of the parties 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 notice by either party to the CONTRACT be referred for adjudication to a sole arbitrator to be appointed by GAIL as hereinafter provided.

34.2 For the purpose of appointing the Sole Arbitrator referred to above, the Appointing Authority will send with in thirty days of receipt of the notice, to the CONTRACTOR a panel of three names which are not connected with the work in question.

34.3 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 names to he 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 and Arbitrator, the Appointing Authority shall do it on expiry of 30 days.

34.4 If the Arbitrator so appointed is unable to or unwilling to act or resigns or vacates his office due to any reason whatsoever, another sole Arbitrator shall be appointed as aforesaid.

34.5 The WORK under the CONTRACT shall however, continue during the Arbitration proceedings and no payment due or payable to the CONTRACTOR shall be withheld on account of such proceedings.

34.6 The venue of arbitration shall be New Delhi. 34.7 The award of the Arbitrator shall be final and binding on both the parties. 34.8 Subject to aforesaid the provisions of the Indian Arbitration and Conciliation Act, 1996

or any statutory modification or re-enactment thereof and the rules made there under,

Page 21: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

9

and for the time being in force, shall apply to the arbitration proceeding under this clause.

35.0 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 VAGHODIA for the purpose of disputes, actions and proceedings arising out of the CONTRACT.

36.0 PRICE PREFERENCE:

Price Preference to Central/State Government/Public Sector, Enterprises (PSEs), Public Sector Construction and Services Enterprises or joint ventures with PSEs shall be applicable as per directives of Government of India.

37.0 SUMMARY TERMINATION OF CONTRACT DUE TO SUBMISSION OF FALSE DOCUMENT: 37.1 Bidders are required to furnish the complete and correct information/documents required for evaluation of their

bids. If the information/documents forming basis of evaluation is found to be false/forged, the same shall be considered adequate ground for rejection of the Bids and forfeiture of Earnest Money Deposit.

37.2 In case, the information/document furnished by the contractor forming basis of evaluation of his bid is found to be false/forged after the award of the contract, GAIL shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such contractor without any prejudice to other rights available to GAIL under the contract such as forfeiture of Security Deposit, withholding of payments etc.

37.3 In case the issue of submission of false document comes to the notice after execution of the work, GAIL shall have

full right to forfeit any amount due to the contractor along with forfeiture of Security Deposit furnished by the contractor.

37.4 Further, such contractor/bidder shall be blacklisted for future business with GAIL. 38.0 SUBMISSION OF ATTESTED COPIES OF CERTIFICATES/DOCUMENTARY EVIDENCES 38.1 The bidders are required to submit the copy of PF certificates duly attested by Guzzetted Officer/Officer of Public

Sector Enterprises.

38.2 Further, the bidders are required to furnish the attested copy(ies) of Power of Attorney/Partnership Deed.

38.3 Bidders are required to furnish the attested copy(ies) of documentary evidence in support of meeting the Bidder’s Eligibility Criteria.

38.4 Non-submission of the attested copies of the certificates/documents will render they bid non-responsive and liable

for rejection. 39.0 AFFIDAVIT

The bidder shall submit an affidavit duly notarized to the effect “that the document submitted by him are true and genuine and in case of any discrepancy noticed or observed at any stage the bidder shall be personally responsible not only for the damages or loss to GAIL, but also for criminal proceedings under the relevant laws”.

40. NO CLAIM CERTIFICATE The contractor has to provide a no claim certificate before release of final payment against the contract. The certificate should clearly stated that there is no further or previous amount pending with GAIL besides final bill.

Page 22: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

10

Dy.Manager (F&A) GAIL (India) Ltd. VAGHODIA Date : Dear Sir, Subject : Consent for receiving Payments through Electronic Mode This is to confirm that we ……………………………………………………. (Name of the Organisation) are having our Savings / Current Account No………………………. with ………………………………………… (Name of the Bank) ……………………… (Branch Code) to which payment can be released electronically. Thanking You. Yours truly, For……………………………………….. (Name………………) Director/ Proprietor This is to certify that A/c. No……………………… is maintained by M/s……………………………………… with our ……………………………………………………………………(Name of the Bank & Branch Code). (Signature with Seal) Branch Manager Note : The letter should be on letter head of the organization mentioning E-mail ID of the

contact person.

Page 23: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

11

SSEECCTTIIOONN--IIIIII

SSCCOOPPEE OOFF WWOORRKK &&

SSPPEECCIIAALL CCOONNDDIITTIIOONNSS

OOFF CCOONNTTRRAACCTT

Page 24: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

12

SSEECCTTIIOONN--IIIIII

SSCCOOPPEE OOFF SSEERRVVIICCEESS &&SSPPEECCIIAALL CCOONNDDIITTIIOONNSS OOFF CCOONNTTRRAACCTT

NAME OF WORK: Fabrication and Erection of Piping and Structures including supply of structural material for PSV modification job & installation of new control valve in plant by pass line in LPG Plant at GAIL-Vaghodia. LOCATION OF SITE :- The proposed work is to be executed at the at GAIL(India ) Ltd., GIDC, Industrial Estate, Vaghodia which is situated at about 28 Kms. from Baroda. 1. GENERAL NOTES:

i. Special conditions of contract shall be read in conjunction with the General conditions of contract, specification of work, and any other documents forming part of this contract wherever the context so requires.

ii. Notwithstanding the sub-divisions of the documents into these separate sections

every part of each shall be deemed to be supplementary to and complimentary of every other part and shall be read with and into the contract so far as it may be practicable to do so.

iii. Where any portion of the special conditions of the contract is repugnant to or at

variance with any provisions of the general conditions of the contract then unless a different intention appears, the provision of this special conditions of contract shall be deemed to override the provisions of the general conditions of the contract only to the extent such repugnancies or variations in the special conditions of the contract as are not possible of being reconcile with the provision of the general conditions of the contract.

iv. The materials, design and workmanship shall satisfy the applicable standards,

specifications contained herein and codes referred to. Where the technical specifications stipulate requirements in addition to contained in the standard codes and specifications, those additional requirements shall also be satisfied.

v. Wherever it is mentioned in the specifications that the contractor shall perform

certain work or provisions certain facilities, it is understood that the contractor shall do so at his own cost and the contract price shall be deemed to have included cost of such performance and provisions, so mentioned.

vi. It is understood that the scope of work shall include, inter-alia, 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 document.

vii. 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.

viii. The work is to be carried out in restricted area and contractor will have to work as

per the instructions of EIC.

ix. The work shall be carried out round the clock during shutdown if required and as per the instructions of EIC. Accordingly manpower shall be specified and

Page 25: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

13

distributed for Day Shift and Night Shift separately. A list of total specified respective shift manpower shall be submitted to EIC before the start of the job.

x. All the material required to complete the entire job shall have to bring and properly

stocked at site before the start of job so that the prefabrication of pipe welding joints, structure etc can be carried out at workshop before the start of plant shutdown. However minimum 07 (Seven ) days advance intimation before startup of shutdown will be given to the contractor.

xi. All the necessary preparatory jobs listed below shall be completed before the start of

the Plant Shutdown as per the instruction of EIC: a) Adequate required scaffolding shall be erected at all the locations. b) Any other activity, which can be carried out before the shutdown shall be

completed before time like welder qualification as per approve WPS, prefabrication of pipe welding joints, structures at workshop etc.

c) Any other preparatory job required for in-time completion of the entire job as per time schedule.

xii. The contractor shall deploy adequate number of skilled and qualified persons to

discharge its obligations under the contract.

xiii. In case of any contradictions the decision of Engineer-in-charge will be final and binding on the contractor.

xiv. Any materials damaged during execution of the job by the contractor or his

personnel, shall be made good, otherwise suitable deduction from the contractor’s bill shall be made as decided by EIC.

2.0 SHEDULE OF RATES: The quantity indicated in the “Schedule of Rates” is an estimate only. The final executed quantities may vary up to any extent based on the site requirement and as per directions of Engineer-in-Charge (EIC). 3.0 SCOPE OF WORK:

GAIL proposes to install the standby PSV’s along with the isolation valves and installation of new control valve in plant by pass line in its LPG Plant at Vaghodia. The job involves modification in the PSV’s inlet and outlet piping, Extension of PSV rack structure/platform, supports for piping, PSV’s and the isolation valves, dismantling, fabrication and erection of plant bypass piping for installation of control valve. The subject job as detailed in “Schedule of Rates” shall be done in planned manner during the annual shutdown of LPG Plant. The brief description of fabrication and erection job is given in Annexure attached with the tender documents however the final executed quantities may vary based on the site requirement and as per directions of Engineer-in-Charge (EIC). The contractor may visit the site and acquaint himself fully about the details of the work. The work in brief shall include but not limited to the following: i) Cutting of existing pipe, grinding and edge preparation for the welding. ii) Prefabrication of pipe in the mechanical work shop at GAIL Vaghodia and Fabrication of pipe in

field (site).

iii) Erection of piping including installation of Valves, PSV's and control valve with actuator in position. The job shall include transportation and handling piping material and valves from store or any other place in the plant, cleaning and polishing of flange faces & greasing of nuts and bolts as directed by the Engineer-in-Charge.

iv) The contractor shall furnish an approved WPS (welding procedure specification) certified by

reputed agency like EIL/PDIL/BAXCOUNSEL/LLOYD/MECON/ DNV/TUV, for welding of the

Page 26: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

14

piping material to be fabricated as per Annexure-II attached with the tender document. Welding procedure qualifications for all piping shall be as per the latest edition of Standard for welding pipelines and related Facilities, ASME Section – IX. The Contractor shall submit the welding procedure after receipt of work order. Owner’s Inspector shall review, check and approve welding procedure after conducting such tests as are necessary. It shall be the responsibility of Contractor to arrange and carry out such tests at his own cost. A sample format of the WPS is attached as Appendix-A for the reference.

v) The welding shall be done by a qualified welder as per the WPS for 6-G position. Welder’s

qualification for all piping shall be in accordance with ASME Sec. IX. Contractor shall deploy qualified welder certified by EIL/PDIL/BAXCOUNSEL/ LLOYD/MECON/DNV/TUV or may arrange for welder qualification test on his account by any of the above certifying agencies. A sample format for welder qualification record is attached as Appendix-B for reference.

vi) Applicable Codes and Standards. The following accepted standard and procedures shall be applicable: a. IS : 823 Code of Practice for Manual Metal Welding of Mild Steel (for Structural Work Only). b. ANSI B 31.3 Chemical plant & Petroleum Refinery Piping. c. ASME, Sec. IX Qualification standard for welding and Brazing Procedures, welders, Brazes and welding and brazing operators. vii) End preparation: Preparation of ends to be welded will be preferably made by machining.

However, preparation of the ends may be made by flame cutting, providing all grooves and irregularities are ground off and all the oxidation is removed.

viii) Cleaning: The ends to be welded shall be properly cleaned. All paint, oil, grease, rust and Oxide in

general shall be removed, as well as all earth, sand or any other material This could be harmful to the welding. Ends shall be totally dry when welded. No dirt or debris will be permitted in the pipeline. Prior to alignment, the inside of each joint shall be adequately swabbed, either by use of leather of canvas belt disc of proper diameter or other improved method.

ix) Fit Up, Alignment and Spacing: Fit up shall be as per the standard. EIC or his representative

shall check and approve the joint fit up and alignment prior to the commencement of welding.

x) Root welding by GTAW and filler and capping by SMAW. Stress relieving of the welding joints if required to be done by the contractor.

xi) The electrodes and filler rods used for welding shall be of reputed make like Advani/ Esab/ D&H/

L&T/ Phillips. The contractor shall submit manufacturer’s certificates for each batch of electrodes supplied by him.

xii) Root DP test shall be done on the welded joints for the root pass as per standard procedure, for the

joints for which hydro test is not feasible. xiii) Radiography shall be carried out for the welded joints, as per specified code or as per the

instructions of EIC. However repeat radiography required due to contractor’s fault/poor performance of his welders, defective films/retake shall be done at contractor’s own cost.

xiv) Hydro testing at specified pressure or above as per instructions of EIC. The same shall be

witnessed and certified by GAIL or its representative. xv) Boxing up after hydro testing is completed, the water to be drained, the normalization of the

system.

xvi) Leak testing shall be carried out up to full operating pressure stage wise with soap solution during plant start up. If any leakages are observed the same shall be rectified.

Page 27: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

15

xvii) Supports, guide and anchors for piping shall be fabricated and provided as per the requirement.

Fabrication and erection supporting elements and structural fixtures wherever required and pointed out. Contractor has to take care of the stress; flanged connection should be in such a way not to induce any stress due to misalignment, excessive gap etc.

xviii) Painting: the contractor shall carry out the painting of the piping included welded

portion i.e. two coats of red-oxide primer & two coats of synthetic enamel paint as per standard procedure.

xix) Contractor has to arrange to collect the material from the store and shift the same to site within the

premises of GAIL Vaghodia. xx) Contractor shall supply all the consumables which includes Welding electrode, DA & O2 gases

and all the tools and Tackles such as three phase welding machine, unjointed welding and earthling cable , Pre-heat oven, Grinding machine, cutting and grinding wheel , Argon set, Gas cutting set, DP test kit etc any other tools and tackles required for the job. The contractor shall bring the machine in sufficient quantity in good working condition to avoid unnecessary delay in work due to breakdown of the machine.

xxi) SUPPLY, FABRICATION AND ERECTION OF WORKING PLATFORM, SUPPORTS

AND STRUCTURES: The job shall include:

a) SUPPLY, FABRICATION AND ERECTION OF STRUCTURAL STEEL: Structural material fabrication & erection including supply of MS Structural Material comprising of Channels, Angles, I-beams and Plates etc. of varies sizes and thickness, as per the scope of W.O. & direction of Engineer In-Charge. The supplied steel should be SAIL/TATA/ESSAR make only.

b) The structural welding shall be done by a qualified welder using AWS E-6013 electrodes only.

c) Painting of platform & structure i.e. two coats of red-oxide primer & two coats of synthetic enamel.

d) Transportation of all required materials up to site. e) Supply of all tools and tackles, consumables, welding electrodes, welding machine, grinding

machine, measuring instrument, lifting tools etc. required to execute the job. f) Structural steel material test certificate shall be provided by the contractor.

xxii) The contractor shall take care of cleaning of the site from time to time during execution of the job

for easy access and safety of the work site. xxiii) All necessary handling equipment, tools, tackles precision measuring instrument for carrying out

the works as per specified shall be provided by the contractor at his own cost. The contractor must provide all tools and gauges for erection and alignment.

xxiv) The contractors shall be responsible for organizing the lifting of the material in the proper

sequence, so that other equipment should not disturb or damaged.

xxv) Electricity shall be provided for fabrication and erection jobs at single specified location. Contractor has to arrange the emergency power for fabrication and erection job in case of non-availability of power due to maintenance of the electrical system.

4.0 GAIL’S SCOPE OF SUPPLY:

• GAIL will hand over the pipe lines specific to the job in depressurized and inertized condition. • All the piping materials, valves; PSV’s ,control valve, gaskets, studs, bolts & nuts required for

execution of piping job shall be in the scope of GAIL.

• Electricity, air & water required for the Jobs at single specified location. GAIL shall supply electricity

Page 28: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

16

free of cost subject to availability of power.

5.0 COMPLETION PERIOD: The job shall be done in planned manner and all the jobs shall be completed in SIX Days time during the shutdown period. The contractor shall attend the jobs as per plan given by the Engineer-in-charge to the contractor. He shall mobilize required services for completion of work as per the laid shutdown plan. The date of shutdown shall be intimated to the contractor. 6.0 VALIDITY OF CONTRACT: The contract will remain valid for a period of 6

months from the date of issue of work order/letter of intent. 7.0 CERTIFICATION AND PAYMENT:-

Full and final payment will be made on completion of the job in all respects and submission of bill along with the required documents within fifteen days, on the basis of joint assessment done by the contractor and Engineer-in-charge or his representative and duly certified by the Engineer-in-charge. The payment shall be released electronically and hence he can have the payments transferred directly to his account. The contractor/supplier shall open an account with ICICI bank or HDFC Bank or State Bank of India which is having internet facility and in order to receive electronic payment, he will intimate to the paying authority, the details of his bank account PAN No. proof is to be submitted for release of Payment.

8.0 INCOME TAX: Income tax at the prevailing rates, as applicable from time to time shall be deducted from contractor's bills as per income tax act, and quoted rates shall be deemed to include this. 9.0 RESPONSIBILITY OF CONTRACTOR:-

a) All expenses towards mobilization at site and demobilization including bringing in equipment, work force, 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.

b) As the job is to be completed within the shutdown period the fabrication & erection

job will be done simultaneously on PSV-1601 piping, Psv-1603 piping and plant by-pass line. The contractor shall mobilize minimum THREE fabrication groups along with all the required equipments, welding sets, cutting sets etc, workforce and sufficient nos. of welders to ensure execution of job in all the three locations simultaneously.

c) All entries and exists of materials and equipment should be done with proper gate

passes and records at security gate. d) It shall be entirely the contractor's responsibility to provide, operate and maintain all

necessary equipments, scaffoldings and safety gadgets, lifting tackles, tools and accessories to perform the work in a workman like and efficient manner and complete all the jobs as per time schedule. All these equipments, tools, tackles and accessories

Page 29: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

17

shall be safe for use. e) The contractor shall observe in addition to codes specified in respective

specifications, all national and local laws, ordinances, rules and regulations and requirements pertaining to the work and shall be responsible for extra cost arising form violation of the same.

f) The contractor shall abide by all safety norms of GAIL. It will be the responsibility of

the contractor to provide safety shoes, helmets, safety belts & other safety equipment to the workmen at his own cost.

10. SPECIAL PRICE REDUCTION SCHEDULE (PRS):- The job of fabrication and erection to be completed during the shut down period of the plant. If the contractor fails to complete the job within the stipulated time specified by GAIL, EIC, after giving him clear front and safety work permit “price reduction schedule” shall be applicable. If contractor fails in completing the work as specified in clause no. 5, reduction will be @ Rs. 10,000/- (Rupees Ten Thousands only) per day of delay. The same shall be deducted from the final bill of the contractor. The decision of the EIC in imposing penalty will be final and binding on the contractor. The total deduction shall however, not exceeds 5% of the total contract amount. However, the contractor shall attend the jobs as per plan given by the Engineer-in-charge to the contractor. He shall mobilize required services for completion of work as per the laid shutdown plan. The date of shutdown shall be intimated to the contractor.

11.0 ADDITIONAL/EXTRA WORK:-

GAIL reserves the right to execute any additional/extra works even though such works are incidental to and necessary for completion of the work awarded to the contractor.

12.0 SAFETY CODE: The Contractor shall at his own expense arrange for safety provisions as required by the Officer-in-charge, in respect of all facilities in connection therewith. In case the Contractor fails to make arrangements and provide all facilities in connection therewith, the Officer-in- charge shall be entitled to do so and recover the cost thereof from the running bills of the Contractor. 13.0 SAFETY AND SECURITY:- The contractor shall comply with safety & security rules & regulations and other rules laid down by the GAIL, & GAIL safety/security regulations. It shall be the duty/responsibility of the contractor to ensure the compliance of fire safety, security and regulations by his workers. Disagreement to these rules by the contractors’ personnel will lead to the termination of the contractor at the risk and expense of the contractor in all respect. 14.0 COMPLIANCE OF LABOUR LAWS & OTHER STATUTORY PROVISIONS:- Contractor shall ensure due compliance of al applicable and governing Industrial and labour laws, rules and regulations, bye-laws, both of Central and State Govt. and all other local authorities and shall keep the Owners harmless and indemnify in respect thereof as specified in GCC.

A. The contractor shall have his own PF code No. with the RPFC as required under

Page 30: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

18

EPF Misc. Provisions Act, 1952. B. The Contractors shall periodically submit the proof of depositing PF contribution

with RPFC. C. The contractor is responsible for obtaining the labour licence under the provision of

the Contract labour (R&A) Act, 1970 from the office of ALC (Central), Ministry of labour, Govt. of India, Baroda.

D. The contractor is liable to abide by all necessary licenses/permission from the concerned authorities as provided under the various labour legislations.

E. The contractor shall discharge obligations as provided under various statutory encashment including the Employees Provident fund and miscellaneous provisions Act. 1952, Contractor Labour (R&A) Act, 1970, Minimum Wages Act, 1948, the Payment of Wages Act.1936, the Workmen Compensation Act 1923 and other relevant Acts, Rules and Regulations enforced from time to time.

F. The contractor shall be solely responsible for the payment of wages and other dues to the personnel, if any, deployed by him latest by 7th day of the subsequent month.

G. The contractor shall be solely responsible and indemnify the GAIL against all charges, dues, claim etc. arising out of the disputes relating to the dues and employment of personnel, if any, deployed by him.

H. The contractor shall indemnify the GAIL against all losses or damages, if any, caused to it on account of acts of the personnel, if any, deployed by him.

I. The contractor shall ensure regular and effective supervision and control of the personnel, if any, deployed by him and give suitable direction for undertaking the contractual obligations.

J. The contractor is required to maintain registers and records as required under different laws.

K. The contractor will obtain a Workmen’s compensation insurance policy covering the risk of accident at the work place and injury sustains cut of in course of employment in respect of his workers deployed for this work as per Workmen’s compensation Act 1923 and rules frames there under submit a copy thereof before commencement of work.

L. The vendor shall take care of the health insurances of all their employees and workmen deputed for this work.

M. The party will deploy adequate number of qualified & experienced Personnel to discharge the contractual obligations effectively.

15.0 SITE SAFETY PROCEDURES:- These site safety procedures are the guidelines to Contractors/Sub Contractors and other person who are involved in the constructions/maintenance activities at GAIL, Vaghodia, regarding the safe working requirement to be observed when working at site. I. DUTIES AND Responsibilities: These site safety procedures will be followed without prejudice to any statutory requirement and guidelines that may be in force at any time and during the period of construction/maintenance activities. All statutory regulations shall be observed during the execution of work. II. SUPERVISION: Each job should be supervised by qualified and / or experienced a person who has proper knowledge concerning the job and will be able to check unsafe acts of the personnel under his control and unsafe conditions at site.

Page 31: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

19

III. MOVEMENT OF THE CONTRACT WORKERS: General movement of the workers should be restricted to their work area only and they should not move, rest, and relax, in any other area except their work place. IV. WORK PERMIT: Any job inside the plant premises must be carried out under the work permit. Different types of work permits are Hot Work, Cold Work permit, vessel entry, excavation, vehicle entry, electrical lock out and work at height permit. V. FIRE PREVENTION REGULATIONS: The fire and safety regulations should be strictly observed within the plant premises by all persons for prevention of fire/accident. VI. PERSONNEL PROTECTIVE EQUIPMENT (PPEs): The contractors/sub-contractors shall:

a) Provide all personnel with proper protective clothing and equipment as per job requirement.

b) The PPEs shall be checked by Fire & Safety Department of GAIL before use.

VII. ACCIDENT REPORTING: Contractors/sub-contractors should report all accident, without fail to F&S Department whether minor or major and Must fill up the accident reporting format "A" & “B” within 1/2 hour and 48 hours respectively of accident happening and send its copy to F&S Department through Engineer in-charge. Must lodge FIR in case of fatal or serious nature accident. VIII. HYGIENE: Skin contact or inhalation of harmful chemicals, hydrocarbons, dust, mists of corrosive sub stances are to be avoided. IX. FIRST AID: Report to your Supervisor/ Control Room! F&S Department. If you are injured on the job phone F&S Department - 444/442, Medical- 200, and Concerned Control Room. X. HOUSE KEEPING: A PLACE FOR EVERY THING AND EVERY THING IN ITS PLACE: Contractor / sub-contractor must ensure to keep their respective areas clean at all times and well in order. XI. RECOVERIES: GAIL shall provide the following on a chargeable and returnable basis at the following rates:- (a) Safety Belt - Rs. 50 per day, (b) Safety Helmets - Rs.20 per day, (c) Spark arrestor - Rs. 50 per day, (d) Fire resistance blanket (Asbestos free) (6'x4') - Rs. 20 per day In case the contractor fails to return the safety equipment issued to him, he shall be charged at the following rates, which will be deducted from the contractor's bill: (a) Safety Belt - Rs. 1250 per Safety Belt (b) Safety Helmets - Rs. 150 per Safety Helmet (c) Spark arrestor - Rs. 1000 per Spark Arrestor (d) Fire resistance blanket (Asbestos free) (6'x4') - Actual cost + 10% extra XII. Vendors may submit safety record of jobs executed in support of experience shown in bids. XIII. For further details please contact F&S dept. Vaghodia.

Page 32: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

20

SSEECCTTIIOONN -- IIVV

FFOORRMMSS AANNDD

FFOORRMMAATTSS

Page 33: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

21

F-1

BBIIDDDDEERR’’SS GGEENNEERRAALL IINNFFOORRMMAATTIIOONN

To,

GAIL (India) Limited,

VAGHODIA

Sub : Tender No. Gail/Vagh/C&P/M/13822/Lpg/2007023 For Fabrication Erection Of Piping And Structures Including Supply Of Structural Material Psv Modification Job For Installation Of New Control Valve In Plant By Pass Line In LPG Plant At Gail Vaghodia

Bidder’s Name____________________________________________________ 1-1 Number of Years in Operation:_______________________________________ 1-2 Registered Address:_______________________________________________ ________________________________________________

________________________________________________

1-3 Operation Address( if different from above):___________________________ ______________________________________________________

1-4 Telephone Number:___________________________________________________________ (Country Code) (Area Code) (Telephone Number) 1-5 Tele-fax Number: ___________________________________________________________ (Country Code) (Area Code) (Telephone Number) 1-6 E-MAIL Address: _______________________________________________________________ 1-7 ISO Certification, if any: {If yes, please furnish details}

Place: Signature of Authorised Signatory Date: Name: Designation: Seal:

Page 34: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

22

F-2

BBIIDD FFOORRMM To Sub : Tender No. Gail/Vagh/C&P/M/13822/Lpg/2007023 For Fabrication

Erection Of Piping And Structures Including Supply Of Structural Material Psv Modification Job For Installation Of New Control Valve In Plant By Pass Line In LPG Plant At Gail Vaghodia

Dear Sir (s),

After examining/reviewing the Bidding Documents for “ FOR ssuubbjjeecctt jjoobb ” including technical specifications, General TFSerms & Conditions of Contract and Schedule of Rates etc. the receipt of which is hereby duly acknowledged, we, the undersigned, pleased to offer to execute the whole of the Job of “GAIL/VAGH/C&P/E/2006056 FOR Subject Job ” and in conformity with, the said Bid Documents, including Addenda Nos. ____________. We confirm that this bid is valid for a period of four (04) months from the date of opening of Techno-Commercial Bid, and it shall remain binding upon us and may be accepted by any time before the expiration of that period. If our bid is accepted, we will provide the Security Deposit equal to 10% (ten per cent) or as mentioned in tender document of the Contract Value, for the due performance with in fifteen days of such award. Until a final Agreement is prepared and executed, the bid together with your written acceptance thereof in your notification of award shall constitute a binding Agreement between us. We understand that Bid Document is not exhaustive and any action and activity not mentioned in Bid Documents but may be inferred to be included to meet the intend of the Bid Documents shall be deemed to be mentioned in Bid Documents unless otherwise specifically excluded and we confirm to perform for fulfillment of Agreement and completeness of the Work in all respects within the time frame and agreed price. We understand that you are not bound to accept the lowest priced or any bid that you may receive. (Place: Signature of Authorised Signatory Date: Name: Designation: Seal: Duly authorized to sign bid for and on behalf of ___________________________________________ (SIGNATURE OF WITNESS) WITNESS’ NAME: ADDRESS:

DATE:

PLACE:

Page 35: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

23

F-3

LLIISSTT OOFF EENNCCLLOOSSUURREESS

Sub : Tender No. Gail/Vagh/C&P/M/13822/Lpg/2007023 For Fabrication Erection Of Piping And Structures Including Supply Of Structural Material Psv Modification Job For Installation Of New Control Valve In Plant By Pass Line In LPG Plant At Gail Vaghodia

Dear Sir (s), We are enclosing the following documents as part of the bid: 1. Copy of PF Registration Certificate under RPFC, duly attested 2. Copy of Bidding Documents along with addendum/corrigendum no., duly signed and sealed on

each page, in token of confirmation that Bid Documents are considered in full while preparing the bid and in case of award, work will be executed in accordance with the provisions detailed in Bid Documents.

Place: Signature of Authorised Signatory Date: Name: Designation: Seal:

Page 36: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

24

F-4

PPRROOFFOORRMMAA FFOORR BBAANNKK GGUUAARRAANNTTEEEE FFOORR EEAARRNNEESSTT MMOONNEEYY DDEEPPOOSSIITT//BBIIDD SSEECCUURRIITTYY (To be stamped in accordance with the Stamp Act)

Ref............... Bank Guarantee No………… Date……………… To, GAIL (India) Limited, VAGHODIA Dear Sir(s), In accordance with Letter Inviting Tender under your reference no……………….M/s…………………………………….having their registered / head office at…………………………………………. (hereinafter called the tender) wish to participate in the said tender for………………………………………………………… As an irrevocable Bank Guarantee against Earnest Money Deposit for an amount of………………………is required to be submitted by the bidder 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 by GAIL (India) Limited. 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 bidder. This guarantee shall be irrevocable and shall remain valid up to …………….(this date should be 120 days (one hundred & twenty days) 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……………………………………….on whose behalf this guarantee is issued. In witness whereof the Bank, through its authorized office, has set its hand and stamp on this………….day of…………..20………….at ………………………………….. Witness (Signature) (Signature) Name Name Official address Official address Designation with Bank Stamp

Attorney as per Power of Attorney no….dated…

IINNSSTTRRUUCCTTIIOONNSS FFOORR FFUURRNNIISSHHIINNGG BBIIDD SSEECCUURRIITTYY//EEAARRNNEESSTT MMOONNEEYY DDEEPPOOSSIITT BBYY BBAANNKK GGUUAARRAANNTTEEEE

1. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per stamp duty applicable. The non-judicial stamp

paper should be in the name of the issuing bank. In case of foreign bank, the said banks guarantee to be issued by its correspondent bank in India on requisite non-judicial stamp paper.

2. The expiry date as mentioned in bid document should be arrived at by adding 30 days to the date of expiry of the bid validity unless otherwise specified in the Bid Documents.

3. The bank guarantee by bidders will be given from bank as specified in ITB. 4. A letter from the issuing bank of the requisite Bank Guarantee confirming that the said Bank Guarantee and all future

communication relating to the Bank Guarantee shall be forwarded to the Employer at its address as mentioned at ITB. 5. Bidders must indicate the full postal address of the bank along with the bank’s E-mail/Fax/Phone from where the earnest money

bond has been issued. 6. If a bank guarantee is issued by a commercial bank, then a letter to Employer confirming its net worth is more than Rs.

1,000,000,000/- (Rupees one hundred crore) or equivalent along with a documentary evidence.

Page 37: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

25

FF--55

AANNNNUUAALL TTUURRNNOOVVEERR

((EEaacchh BBiiddddeerr mmuusstt ffiillll iinn tthhiiss ffoorrmm))

AAnnnnuuaall TTuurrnnoovveerr ddaattaa ffoorr tthhee llaasstt 33 yyeeaarrss::

YYeeaarr CCuurrrreennccyy AAmmoouunntt YYeeaarr 11::

YYeeaarr 22::

YYeeaarr 33::

11.. TThhee iinnffoorrmmaattiioonn ssuupppplliieedd sshhoouulldd bbee tthhee AAnnnnuuaall TTuurrnnoovveerr ooff tthhee bbiiddddeerr 22.. AA bbrriieeff nnoottee sshhoouulldd bbee aappppeennddeedd ddeessccrriibbiinngg tthheerreebbyy ddeettaaiillss ooff ttuurrnnoovveerr aass ppeerr aauuddiitteedd rreessuullttss..

((SSEEAALL AANNDD SSIIGGNNAATTUURREE OOFF TTHHEE BBIIDDDDEERR))

Page 38: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

26

FF--55AA

DDEETTAAIILLSS OOFF SSIIMMIILLAARR WWOORRKK DDOONNEE DDUURRIINNGG TTHHEE PPAASSTT TTHHRREEEE YYEEAARRSS

NNoottee:: ((11)) CCooppiieess ooff LLeetttteerr ooff AAwwaarrddss aanndd CCoommpplleettiioonn CCeerrttiiffiiccaatteess ffoorr tthhee aabboovvee wwoorrkkss ttoo bbee eenncclloosseedd

((22)) TThhee WWoorrkk ccoommpplleetteedd eeaarrlliieerr tthhaann tthhrreeee yyeeaarrss nneeeedd nnoott bbee iinnddiiccaatteedd hheerree

((33)) TThhee lliisstt ooff wwoorrkk,, nnoott ooff ssiimmiillaarr nnaattuurree nneeeedd nnoott bbee iinnddiiccaatteedd hheerree

((44)) FFaaiilliinngg ttoo ccoommppllyy aaffoorreemmeennttiioonneedd iinnssttrruuccttiioonnss mmaayy lleeaadd ttoo rreejjeeccttiioonn ooff bbiidd

((SSEEAALL AANNDD SSIIGGNNAATTUURREE OOFF BBIIDDDDEERR))

DDeessccrriippttiioonn ooff tthhee WWoorrkk

LLooccaattiioonn ooff tthhee WWoorrkk

FFuullll PPoossttaall AAddddrreessss aanndd pphhoonnee nnooss.. ooff CClliieenntt && NNaammee ooff OOffffiicceerr--iinn--CChhaarrggee

VVaalluuee ooff CCoonnttrraacctt

DDaattee ooff CCoommmmeenncceemmeenntt

ooff WWoorrkk

SScchheedduulleedd CCoommpplleettiioonn

TTiimmee ((MMoonntthhss)) DDaattee ooff AAccttuuaall

CCoommpplleettiioonn

RReeaassoonnss ffoorr ddeellaayy iinn

pprroojjeecctt ccoommpplleettiioonn,,

iiff aannyy

Page 39: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

27

F-6

‘‘NNOO DDEEVVIIAATTIIOONN’’ CCOONNFFIIRRMMAATTIIOONN

To,

GAIL( India) Limited,

VAGHODIA.

Sub : Tender No. Gail/Vagh/C&P/M/13822/Lpg/2007023 For Fabrication

Erection Of Piping And Structures Including Supply Of Structural Material Psv Modification Job For Installation Of New Control Valve In Plant By Pass Line In LPG Plant At Gail Vaghodia

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 and we agree that if any deviation/exception is mentioned or noticed, our bid may be rejected.

Place: Signature of Authorised Signatory Date: Name: Designation: Seal:

Page 40: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

28

F-6A

DECLARATION

To,

GAIL( India) Limited,

VAGHODIA.

Sub : Tender No. Gail/Vagh/C&P/M/13822/Lpg/2007023 For Fabrication

Erection Of Piping And Structures Including Supply Of Structural Material Psv Modification Job For Installation Of New Control Valve In Plant By Pass Line In LPG Plant At Gail Vaghodia

Dear Sir, We hereby confirm that we are not under any liquidation, any court receivership or similar proceedings or BANKRUPTCY and we agree that if any noticed in future, our bid/contract may be rejected/terminated.

Place: Signature of Authorised Signatory Date: Name: Designation: Seal:

Page 41: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

29

F-7

CCEERRTTIIFFIICCAATTEE

To,

GAIL (India) Limited,

VAGHODIA Sub : Tender No. Gail/Vagh/C&P/M/13822/Lpg/2007023 For Fabrication

Erection Of Piping And Structures Including Supply Of Structural Material Psv Modification Job For Installation Of New Control Valve In Plant By Pass Line In LPG Plant At Gail Vaghodia

Dear Sir,

the following certificate shall be automatically enforceable:

“We agree and acknowledge that the Employer is entering into the Agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of India is not a party to the Agreement and has no liabilities, obligations or rights there under. It is expressly understood and agreed that the Employer is authorized to enter into Agreement, solely on its own behalf under the applicable laws of India. We expressly agree, acknowledge and understand that the Employer is not an agent, representative or delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the Agreement. Accordingly, we hereby expressly waive, release and forego any and all actions or claims, including cross claims, VIP claims or counter claims against the Government of India arising out of the Agreement and covenants not to sue Government of India as to any manner, claim, cause of action or things whatsoever arising of or under the Agreement.”

Place: Signature of Authorised Signatory Date: Name: Designation: Seal:

Page 42: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

30

F-8

CCOOMMMMEERRCCIIAALL QQUUEESSTTIIOONNNNAAIIRREE

Sub : Tender No. Gail/Vagh/C&P/M/13822/Lpg/2007023 For Fabrication Erection Of Piping And Structures Including Supply Of Structural Material Psv Modification Job For Installation Of New Control Valve In Plant By Pass Line In LPG Plant At Gail Vaghodia

1 Confirm that all pages of the Bid have been numbered in sequential manner. 2 Confirm that you have studied the complete Tender Document including Technical

and Commercial Part and your Bid is in accordance with the requirements of the Tender Document.

3 Confirm that the price part does not include any terms and conditions. In case any terms and condition is mentioned in the prices part, the same shall be treated as null and void, please confirm.

4 Confirm your acceptance for ‘SCOPE OF SUPPLY’ mentioned in the Tender Document. Please note that scope of supply mentioned in the Tender Document is not limitative, except for the material specifically identified as that to be issued by OWNER, CONTRACTOR’s scope shall include supply of all materials required for completion of Work irrespective of whether such materials are mentioned in the Tender Document or not.

5 Confirm your acceptance for Time Schedule as mentioned in Tender Document 6 Confirm that your quoted prices include all types of taxes including service tax,

duties, levies, Insurance, as per provisions of Tender Document

7 Confirm your acceptance to ‘General Conditions of Contract”’ of Tender Document in totality

8 Confirm that your Bid is substantially responsive to the requirements of the Tender Document, and you have not stipulated any material deviation and submitted all details as specified in the Tender Document

9 Confirm that adequate numbers of Manpower etc. have been proposed which will be

sufficient to provide the service as per the time schedule mentioned in the Tender Document.

10 Confirm that all costs resulting from safe execution of work, such as safety

induction, use of prospective clothing, safety precaution taken during monsoon, or any other safety measures to be undertaken by the CONTRACTOR for execution of Work are included in the Lumpsum Price.

11 Please confirm that all safety rules & regulations as mentioned in Tender Document or notified at later date by OWNER during execution shall be adhered to by CONTRACTOR within Lump sum Price.

12 Confirm that only original price part is submitted in Part-II of the bid

Place: Signature of Authorised Signatory Date: Name: Designation: Seal:

Page 43: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

31

F-9

PPRROOFFOORRMMAA OOFF BBAANNKK GGUUAARRAANNTTEEEE FFOORR CCOONNTTRRAACCTT PPEERRFFOORRMMAANNCCEE BBAANNKK GGUUAARRAANNTTEEEE//SSEECCUURRIITTYY DDEEPPOOSSIITT

(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE) To: M/s. GAIL (India) Limited, Dear Sir (s), In consideration of the GAIL (India) Ltd., Vaghodia (here in after referred to as the OWNER which expression shall unless repugnant to the context of meaning that include its successors, administrators and assigns) having awarded to M/s..................................................................................................................having Principal Office at.............................(herein after referred to as the "CONTRACTOR" which expression shall unless repugnant to the context or meaning thereof include their respective successors, administrators, executors and assigns) the WORK by issue Letter of Award No.............Dated............. and the same having been accepted by the CONTRACTOR resulting into CONTRACTS for completion of work as per above referred Letter of Award having a total value of Rs................... (Rupees………………………………………………………………………….) for the complete supply of materials/equipments and the Contractor having agreed to provide a Contract Performance and warranty Guarantee for the faithful performance of the aforementioned contract and warranty to quality for 10% value of the order viz Rs ................ (Rupees ......................) to OWNER. We, (Bank) , (code_________) having its Head Office at ……………hereinafter referred to as the "Bank" which expression shall unless repugnant to the contract or meaning thereof include its successors, administrators, executors and assigned do hereby guarantee and undertake to pay the OWNER, on demand any and all moneys payable by the seller to the extent of 10% (ten percent) of the Contract Price as aforesaid at any time up to................. without any demur, reservation, context recourse or protest and/or without any reference to the CONTRACTOR. Any such demand made by OWNER on the Bank shall be conclusive and binding notwithstanding any difference between OWNER and Contractor or any dispute pending before any Court, Tribunals, Arbitrator or any other Authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of OWNER and further agrees that the guarantee herein contained shall continue to be enforceable till the OWNER discharges this guarantee OWNER 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 by Contractor or any one or more CONTRACTS of all contracts enumerated above. OWNER shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any power vested in them or of any right which they might have against Contractor and to exercise the same at any time in any manner, and either to enforce to forebear to enforce any covenants contained or impelled, in the aforementioned Contracts between OWNER and Contractor or any other course of or remedy or security available to OWNER. The bank shall not be released of its obligations under these presents by any exercise by OWNER of its liability with reference to the matters aforesaid or any of them or by reason or any other acts of omission or commission on the part of OWNER or any other indulgence shown by OWNER or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The BANK also agrees that OWNER at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against Contractor and notwithstanding any security or other guarantee that OWNER may have in relation to the Contractor’s liabilities. Not withstanding anything contained herein above our liability under this Guarantee is restricted to Rs................................ (Rupees........................ AND it shall remain in force upto and including.................................... and shall be extended form time to time for such period as may be desired by the Contractor on whose behalf this Guarantee has been given. Dated this…………date of…………… Place: WITNESS

IINNSSTTRRUUCCTTIIOONNSS FFOORR FFUURRNNIISSHHIINNGG

CCOONNTTRRAACCTT PPEERRFFOORRMMAANNCCEE BBAANNKK GGUUAARRAANNTTEEEE//SSEECCUURRIITTYY DDEEPPOOSSIITT

1. The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp paper as per stamp duty applicable. The non-judicial stamp paper should be in name of the issuing bank. In case of foreign bank, the said bank guarantee to be issued by its correspondent bank in India on requisite non-judicial stamp paper and place of bid to be considered as Delhi.

2. The Bank Guarantee by bidders will be given from bank as specified in the ‘General Terms & Conditions’. 3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank Guarantee and all future communication relating

to the Bank Guarantee shall be forwarded to Employer If a Bank Guarantee is issued by a commercial bank, then a letter to Owner and copy to Consultant confirming its net worth is

more than Rs. 1,000,000,000/- (Rupees one hundred crore) or its equivalent in foreign currency along with a documentary evidence.

Page 44: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

32

F- 10

OOFFFFEERR // AAPPPPLLIICCAATTIIOONN FFOORRMMAATT

RReeff:: GGAAIILL//VVAAGGHH//CC&&PP// DDaattee::

TToo,,

GGAAIILL ((IInnddiiaa)) LLiimmiitteedd,,

VVaagghhooddiiaa

DDeeaarr SSiirr,,

II//WWee ooffffeerr ttoo pprroovviiddee aaggaaiinnsstt yyoouurr TTeennddeerr NNoo.. __________________________________________________________________ffoorr uussee bbyy GGAAIILL aass ppeerr tteerrmmss && ccoonnddiittiioonnss ooff tthhee tteennddeerr ddooccuummeenntt::

TThhee aacccceeppttaannccee ooff tteennddeerr bbyy GGAAIILL sshhaallll ccoonnssttiittuuttee aa bbiinnddiinngg ccoonnttrraacctt bbeettwweeeenn uuss aanndd GGAAIILL ((IInnddiiaa)) LLiimmiitteedd..

TThhee BBiidd SSeeccuurriittyy//EEaarrnneesstt MMoonneeyy DDeeppoossiitt ((EEMMDD)) aammoouunnttiinngg ttoo RRss..__________________________________________________________________________________ ((RRuuppeeeess ______________________________________________________________________________________________________oonnllyy)) iinn tthhee ffoorrmm ooff DD..DD.. NNoo..__________________________,, DDaattee..________________________ ddrraawwnn oonn SSBBII,, GGAAIILL VVaagghhooddiiaa// BBaarrooddaa oorr BBaannkk GGuuaarraanntteeee NNoo.. ______________________________________ ddaatteedd ____________________________ iinn ffaavvoorr ooff GGAAIILL ((IInnddiiaa)) LLiimmiitteedd,, VVaagghhooddiiaa iiss eenncclloosseedd..

II//WWee hhaavvee rreeaadd aanndd uunnddeerrssttoooodd tthhee tteerrmmss aanndd ccoonnddiittiioonnss ooff tthhee TTeennddeerr DDooccuummeenntt iinn ttoottaalliittyy bbeeffoorree ssuubbmmiittttiinngg tthhee ooffffeerr.. IItt iiss ffuurrtthheerr uunnddeerrssttoooodd tthhaatt ooffffeerr wwiitthhoouutt EEaarrnneesstt MMoonneeyy iinn tthhee rreeqquuiirreedd ffoorrmm ssttaannddss ttoo bbee rreejjeecctteedd ssuummmmaarriillyy..

Place: Signature of Authorised Signatory Date: Name: Designation: Seal:

Page 45: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

33

Page 46: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated

BRIEF DESCRIPTION OF FABRICATION & ERECTION JOB

S/N MATERIAL SIZE APPROX. NO.OF JOINTS

INCH DIA

1 Pipe,3" Sch 80, ASTM A 333 Gr.6 3" 12 Nos. 362 Pipe,2" Sch 80, ASTM A 333 Gr.6 2" 4 Nos. 83 Pipe,1" Sch 80, ASTM A 333 Gr.6 1" 2 Nos. 24 Pipe,4" Sch-40, ASTM A333 Gr.3 4" 8 Nos. 325 Pipe,2" Sch-40, ASTM A333 Gr.3 2" 2 Nos. 4

1 Pipe,6" Sch 40, API 5L Gr.B 6" 12 Nos. 722 Pipe, 2" Sch 80, API 5L Gr.B 2" 4 Nos. 83 Pipe,4" Sch 40, API 5L Gr.B 4" 2 Nos. 84 Pipe 10",Sch-40, ASTM A-333 Gr.6 10" 13 Nos. 1305 Pipe 6",Sch-40, ASTM A-333 Gr.6 6" 2 Nos. 12

1 Pipe,12" Sch 80, API 5L Gr.B 12" 2 Nos. 242 Pipe,10" Sch 80, API 5L Gr.B 10" 5 Nos. 503 Pipe,8" Sch 80, API 5L Gr.B 8" 8 Nos. 644 Pipe,6" Sch 80, API 5L Gr.B 6" 4 Nos. 245 Pipe,4" Sch 80, API 5L Gr.B 4" 4 Nos. 166 Pipe,3/4" Sch 80, API 5L Gr.B 3/4" 4 Nos. 3

181

S/N DESCRIPTION PSV NO. SIZE WEIGHT

1 ISMC 150 2.5 MTR X 2 + 1 Mtr Cross Channel:2 nos. PSV-1601 7 MTR.2 M.S. CHEQURED PLATE (2.5 MTR X 1 MTR) THICKNESS: 8 mm PSV-1601 2.5 SQ. MTR

3 ISMC 150 2.5 MTR X 2 + 2.5 Mtr Cross Channel:2 nos. PSV-1603 10 Mtr.4 M.S. CHEQURED PLATE (2.5 MTR X 2.5 MTR) THICKNESS: 8 mm PSV-1603 6.25 SQ. MTR.

5 MISC. DERRIK ETC.1.2 TON

D1 BALL VALVES:i) Ball Valve 6" X 300#, RF Flanged End 2 Nos.iii) Ball/ Gate Valve 10" X 150# , RF Flanged End 2 Nos.iv) Ball Valve 3" X 600#, RF Flanged End 2 Nos.v) Ball Valve 4" X 150#, RF Flanged End 2 Nos.vi) Control Valve 6" X 600#, RF Flanged End (with Actuator) 1 No.vii) Ball Valve 6" X 600#, RF Flanged End 2 Nos.D2 PSV (PRESSURE SAFTEY VALVES)i) PSV Inlet : 4 " X 300 & Outlet : 6" X 150" 2 Nos.iv) PSV Inlet : 1 " X 600 & Outlet : 2" X 150" 2 Nos.

NOTE: The quantity and details shown above are indicative only and this may vary as per actual jobrequirement and as per direction of GAIL Engineer-In-Charge

D) DETAILS OF PSV's & VALVES TO BE INSTALLED

ANNEXURE-2

A-2) PSV-1603 INLET: 4 " X 300 & OUTLET: 6" X 150" LEAN GAS FROM LEF COLUMN COND. -CHILLEROUTLET

A-1) PSV-1601 INLET:1 " X 600 OUTLET: 2" X 150" (HP SEPERATOR)A) PSV MODIFICATION JOB

B) PLANT BYPASS PIPELINE MODIFICATION JOB

TOTAL WT.

C) SUPPLY,FABRICATION & ERECTION OF PLATFORMS & STRUCTURES

Page 47: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated
Page 48: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated
Page 49: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated
Page 50: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated
Page 51: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated
Page 52: REQUEST FOR QUOTATION - gailebank.gail.co.in · REQUEST FOR QUOTATION TO, GAIL WEBSITE VENDOR India Vendor Code - 101019938 RFQ No.: GAIL/VAGH\13822/3300018436/C&P\LPG\MECH Dated