+ All Categories
Home > Documents > BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i...

BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i...

Date post: 24-Aug-2018
Category:
Upload: nguyendien
View: 214 times
Download: 0 times
Share this document with a friend
55
TECHNO-COMMERCIAL VOLUME I OF I GAIL (INDIA) LIMITED BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA) STUDY FOR DAHEJ PLOT OF DAHEJ-URAN PIPELINE PROJECT BIDDING DOCUMENT NO. GAIL/ND/C&P/PROJ/DUPL/QRA/06 020/03 GAIL (INDIA) LIMITED U. G. FLOOR, 16, BHIKAIJI CAMA PLACE, R.K.PURAM, NEW DELHI – 110 066 (INDIA) PH.+91-11-26182955, FAX. +91-11-26185941
Transcript
Page 1: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 1

TECHNO-COMMERCIAL

VOLUME I OF I

GAIL (INDIA) LIMITED

BID DOCUMENT

FOR

QUANTITATIVE RISK ASSESSMENT (QRA)

STUDY FOR DAHEJ PLOT OF DAHEJ-URAN PIPELINE PROJECT

BIDDING DOCUMENT NO. GAIL/ND/C&P/PROJ/DUPL/QRA/06 020/03

GAIL (INDIA) LIMITEDU. G. FLOOR, 16, BHIKAIJI CAMA PLACE, R.K.PURAM, NEW DELHI – 110 066 (INDIA) PH.+91-11-26182955, FAX. +91-11-26185941

Page 2: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 2

VOLUME I OF I

FOR BID DOCUMENT NO.: GAIL/ND/C&P/PROJ/DUPL/QRA/06-020/037

BID DOCUMENT FOR

QUANTITATIVE RISK ASSESSMENT (QRA) STUDY FOR DAHEJ PLOT OF DAHEJ-URAN

PIPELINE PROJECT

Page 3: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 3

INDEX

Section-I : Invitation of Bids Section-II : Instruction to Bidders Section-III : General Conditions of Contract Section-IV : Forms & Formats Section-V : Schedule of Rates

Section-VI : Special Conditions of Contracts

Attachment - I : Proforma for Contract Agreement Attachment - II : Performance EvaluatIon

Page 4: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 4

SECTION I

INVITATION FOR BID (IFB)

BID DOCUMENT NUMBER: GAIL/ND/C&P/PROJ/DUPL/QRA/06-020/037

Page 5: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 5

GAIL (INDIA) LIMITED UG Floor, 16, Bhikaiji Cama Place,

R.K.Puram, New Delhi-66 Ph.+91-11-26172580, +91-11-26182955 Fax. +91-11-26185941

INVITATION FOR BID (IFB)

Ref. No.: GAIL/ND/C&P/PROJ/DUPL/QRA/06-020/037 Dated: 06.11.2006 M/s

Dear Sirs, 1. GAIL (India) Limited (GAIL) invites sealed bids under single stage two-bid system from

eligible bidders for carrying out the QRA study for Dahej Plot of DUPL Project.

2. BRIEF PROJECT DETAILS GAIL (India) Limited (GAIL) is implementing DUPL project for transportation and distribution of LNG/NG in various parts of the country.

3. BRIEF SCOPE OF BID

3.1 The objective of the QRA study is to analyze the consequences and risk posed to the surrounding facilities due to identified hazards that can emanate from the gas dispatch terminal. The purpose of QRA study shall be to estimate hazardous distances and impact zones from various hazardous scenarios resulting out of loss of containment of gas from the terminal and to access the impact of hazards on property and human beings.

4. BID EVALUATION CRITERIA

4.1 Technical

4.1.1 The bidder should have carried out at least one QRA (Quantitative Risk Assessment) study for R-LNG installation in last seven years reckoned from the date of invitation of bids.

4.1.2 The bidder should submit the proof of carrying out the above study. The required

documents to be submitted shall be :

o Work order copy o Work completion certificate from the client for which the study has been carried

out 4.2 Financial 4.2.1 The minimum annual turnover achieved by the Bidder as per their latest audited

financial results during any of the last three financial years i.e. 2003-04, 2004-05 & 2005-06 shall be Rs.4.5 lakhs or USD 10,000.

Bidders for whom the financial year is calendar year, the last three financial years will be 2003, 2004 and 2005.

Page 6: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 6

5. DETAILS OF BID DOCUMENT

5.1 Bid Document No GAIL/ND/C&P/PROJ/DUPL/QRA/06-020/037

5.2 Pre-Bid Meeting At 1130 hrs.(IST) on 17th November 2006

5.3 Due date and time for submission of bid at 1400 hrs.(IST) on 27th November 2006

5.4 Date and time of opening of Un-priced Bids at 1500 hrs.(IST) on 27th November 2006

5.5 Time Schedule

8 (eight weeks) from date of FOI: Draft report should be submitted within six weeks and final report within next two weeks.

6. BID SECURITY

Bid Security or Earnest Money Deposit (EMD) for the tendered work is INR 18,000.00 (for Domestic Bidders) or US$ 400.00 (for foreign Bidders).

For details, refer clause 15 of ITB.

7. PRE-BID MEETING 7.1 The bidder(s) or his authorised representatives, to whom the bid document has been

issued or who have downloaded the bid document from the website, are invited to attend the pre-bid meeting which will take place at GAIL (India) Ltd., GAIL Bhavan, 16, Bhikaiji Cama Place, New Delhi on date and time, as specified in IFB Clause 4.1.

8. GENERAL

8.1 Bid document is non-transferable. Bids received from bidders in whose name Bidding Document has been issued shall only be considered.

8.2 GAIL will not be responsible for cost incurred in preparation and delivery of bids.

8.3 Domestic price preference and/or purchase preference to central public sector undertaking as admissible under the prevailing Government of India policy shall be applicable.

8.4 This is a ZERO Deviation Bidding Document. The bids shall be evaluated as received. Bidder is to ensure compliance of all provisions of the Bidding Document and submit their bid accordingly. Bids with any deviation to the bid conditions shall be liable for rejection.

8.5 The Complete Bid document is also available on web sites of GAIL (India) Limited (www.gailonline.com). Bidders can also submit their bid on the downloaded document with an undertaking that the contents of the bidding document have not beem altered or modified. Further, the bidder has to meet the BEC criteria as specified in the bid document.

8.6 GAIL reserves the right to reject any or all the bids received at its discretion without assigning any reason whatsoever.

THIS IS NOT AN ORDER

For & On Behalf of GAIL (India) limited

(J P Singh) Manager (C&P)

Page 7: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 7

SECTION II

INSTRUCTIONS TO BIDDERS (ITB)

Page 8: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 8

INSTRUCTIONS TO BIDDERS

1. GENERAL 1 SCOPE OF BID: 1.1 The Employer as defined in the General Conditions of Contract, hereinafter “the Employer”

wishes to receive bids as described in the Bidding Documents.

1.2 SCOPE OF BID: The scope of work shall be as defined in the bidding document. 1.3 The successful bidder will be expected to complete the Scope of Bid within the period

stated in special conditions of contract.

1.4 Throughout this bidding documents, the term “bid” and “tender” and their derivatives (“bidder/tenderer”, “Bid/tendered/tender”, “bidding/tendering”, etc.) are synonymous, and day means calendar day. Singular also means plural.

2 ELIGIBLE BIDDERS: 2.1 Bidder shall, as part of their bid, submit a written power of attorney authorizing the

signatory of the bid to commit the bidder.

2.2 The invitation of bid is open to any bidder.

2.3 A bidder shall not be affiliated with a firm or entity:

(i) that has provided consulting services related to the work to the EMPLOYER during the preparatory stages of the works or of the project of which the works form a part, or

(ii) that has been hired by the Employer as engineer/consultant for the contract.

2.4 The bidder shall not be under a declaration of ineligibility by EMPLOYER for corrupt or fraudulent practices as defined in ITB clause no.45.

2.5 While evaluating the bids, pursuant to Bid evaluation Criteria as specified in the Global notice of IFB, bidders and/or his subcontractor’s past performance shall also be assessed for ascertaining the responsiveness of the bid. In such a case, the decision of Employer shall be final and binding on the bidder.

2.6 Further, the bidder and/or its subcontractor should not be on Holiday by GAIL or black listed by any government department/ public sector.

3 ONE BID PER BIDDER 3.1 A Bidder shall submit only one bid in the same bidding process, either individually or as a

partner. A firm, if acting in the capacity of subcontractor in any bid, may participate in more than one bid, but only in that capacity. A Bidder who submits or participates in more than one bid will cause all the proposals in which the bidder has participated to be disqualified.

3.2 Alternative bids are not acceptable.

4 Clause Deleted 5 COST OF BIDDING 5.1 The bidder shall bear all costs associated with the preparation and submission of the bid,

and EMPLOYER (GAIL), will in no case be responsible or liable for this cost, regardless of the conduct or outcome of the bidding process.

6 SITE VISIT : Clause Deleted

Page 9: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 9

2. BIDDING DOCUMENTS

7 CONTENT OF BIDDING DOCUMENT 7.1 The Bidding Documents are those stated below and should be read in conjunction with any

addenda issued in accordance with clause 9 of ITB:

Volume I of II : Commercial Section-I : Invitation for bids (IFB)

Section-II : Instruction to Bidders (ITB)

Attachment I : Form of Bid, and bid security, Performance Guarantee, etc.

Section-III : General Conditions of Contract

Section-IV : Special Conditions of Contract (SCC)

Section-V : Terms of payment

Section-VI : Price schedule

Attachment II : Contract Format

Attachment III : Performance Evaluation

7.2 The bidder is expected to examine all instructions, forms, terms, specifications and

drawings in the bidding documents. The invitation for bid (IFB) together with all its attachment thereto, shall be considered to be read, understood and accepted by the bidder. Failure to furnish all information required by the Bid Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at bidder’s risk and may result in the rejection of the Bid.

8 CLARIFICATION ON BID DOCUMENTS 8.1 A prospective bidder requiring any information or clarification of the Bidding Documents,

may notify the Employer in writing by fax/post at mailing address indicated in the Bidding Document. All question/ queries should be referred at least 07 (seven) days before scheduled date of pre-bid meeting. The questions/queries received by GAIL/Consultant will be addressed in the pre-bid meeting pursuant to clause no. 16 of ITB.

9 AMENDMENT OF BID DOCUMENTS 9.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason,

whether on its own requirement or in response to a clarification requested by prospective bidders, modify the Bidding Documents by issuing addenda.

9.2 Any addendum thus issued shall be part of the Bidding Documents pursuant to clause 7 of ITB and shall be notified in writing by fax/post to all prospective bidders who have purchased the Bidding Documents. Prospective bidders shall promptly acknowledge receipt of each addendum by fax/post to the Employer.

9.3 The Employer may, at its discretion, extend the date of submission of Bids in order to allow the bidders a reasonable time to furnish their most competitive bid taking into account the amendments issued.

3. PREPARATION OF BIDS 10 LANGUAGE OF BID 10.1 The Bid prepared by the bidder, all correspondence documents relating to the bid

exchanged by the bidder with the Employer shall be in English Language alone provided that any printed literature furnished by the bidder may be written in another language so long as accompanied by an English translation, in which case, for the purpose of interpretation of the bid, the English translation shall govern.

Page 10: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 10

10.2 In the event of submission of any document/ certificate by the Bidder in a language other than English, the English translation of the same duly authenticated by Chamber of Commerce of Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be applied.

11 DOCUMENTS COMPRISING THE BID 11.1 The bid prepared by the bidder shall comprise the following:

11.1.1 Envelope- I: Super scribing Techno-Commercial Un-price Bid (PART-I)

11.1.1.1 Part – I : Techno-commercial/Un-priced Bid (to be furnished in one original and one copy) and shall contain the following:

(a) Covering letter .

(b) Bidder’s General Details/information as per format F-1.

(c) Power of Attorney in favour of person (s) signing the bid that such person (s) is/are authorised to sign the bid on behalf of the bidder and any consequence resulting due to such signing shall be binding on the bidder.

(d) A Bid Form as per format F-2.

(e) Copies of documents as required in F-3.

(f) Copy of SOR/Price Schedule with prices blanked out mentioning “Quoted / Not Quoted” alongwith other details like Tax rate considered, currency etc. except for prices.

(g) Document establishing the eligibility and conformity to the Bid Documents of all Goods and services, which the bidder proposes to supply under the award.

(h) Bid security/EMD in accordance with Clause 15 of “ITB” to be furnished in Original and 4 (four) copies either in the form of Banker’s Cheque/Bank Draft payable to GAIL at New Delhi or Bank Guarantee as per format F-4 or Letter of Credit as per format F-4 A.

(i) Letter of authority in favour of any one of bidder’s executive having authority to attend the un-priced and price bid opening on specified dates and venue as per format F-5

(j) Confirmation of no deviation as per Format F-6.

(k) Certificate as per Format F-7 for confirming the Government of India is not party of Agreement.

(l) Specific Experience, annual turnover and other details as called for in qualifying requirements. Copy of work order and completion certificates should be enclosed with the F-8

(m) Current commitments strictly as per form F-9

(n) Any other information/ details required as per Bidding Documents.

(o) Check list duly filled in as per Format F-18.

Note: All pages of the bid are to be signed and sealed by authorised person of the bidder.

11.1.2 Envelope II: Super scribing “Price Bid – Not to Open with Techno – Commercial Un priced Bid”- PART-II

11.1.2.1 Part – II Price Bid 11.1.2.2 Part – II shall contain one original and one copy of Schedule of Rates duly filled in, in

separate sealed envelopes duly signed and stamped on each page. In case of any correction, the bidders shall put his signature and his stamp.

11.1.3 Envelope III; Super scribing “Bid Security”- PART-III 11.1.3.3 Part-III: Bid Security 11.1.3.4 Part-III shall contain one original and one copy of Bid security in separate sealed

envelopes.

Page 11: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 11

12 BID PRICES 12.1 The bidder shall indicate on the appropriate format for “Schedule of Rates”/ “Price

Schedule” enclosed as part of Bidding Document. If quoted in separate typed sheets and any variation in item description, unit or quantity is noticed, the bid is liable to be rejected.

12.2 Employer reserves the right to award the Contract to more than one bidder.

12.3 Prices quoted by the bidder, shall remain firm, fixed, and valid until completion of the contract performance and will not be subject to any variation, except statutory variation pursuant to relevant provisions of ITB.

12.4 The bidder shall quote the prices for each item in the Schedule of rates after careful analysis of cost involved for the performance of complete work considering all parts of the Bidding Documents. In case, any activity though specifically not covered but is required to complete the work as per scope of work, scope of supply, specifications, standards, drawings, GCC, SCC or any other part of Bidding Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity.

12.5 The Employer will not issue any concessional form or certificate.

13 BID CURRENCY: 13.1 Bidders may submit bid in the home currency of bidder’s country or US$/EURO or in any

other currency.

13.2 A bidder expecting to incur a portion of his expenditure in the performance of Contract in more than one currency (limited to maximum two currencies) (without prejudice to the provisions of Clause 13.1) and wishing to be paid accordingly shall indicate the same in the bid. In such a case, the bid shall be expressed in different currencies with the respective amounts in each currency together making up the total price.

13.3 Currency once quoted will not be allowed to be changed. Employer shall not be compensating for any exchange rate fluctuation.

14 PERIOD OF VALIDITY OF BIDS 14.1 The bid shall remain valid for acceptance for four (4) months from the bid due date.

Employer / Consultant shall reject a bid valid for a shorter period being non-responsive.

14.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Employer/ Consultant may request that the bidder extend the period of validity for a specified additional period. The requests and the responses thereto shall be made in writing (by fax/post/e-mail). A bidder may refuse the request without forfeiture of its bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of its bid security for the period of the extension and in accordance with ITB clause 15 in all respects.

15 BID SECURITY 15.1 Pursuant to clause 6 of IFB, the bidder shall furnish, as part of its Bid, a Bid Security in the

amount specified in the IFB.

15.2 The bid security is required to protect the Employer against the risk of bidder’s conduct which would warrant the bid security’s forfeiture, pursuant to clause 15.7 of ITB.

15.3 The bid security in US Dollars for bidders quoting in foreign currency and Indian Rupees for bidders quoting in Indian Rupees shall be in the form of Demand Draft/ Banker’s Cheque in favour of GAIL (India) Ltd., payable at New Delhi (issued by Indian Nationalised/Scheduled bank or first class international bank) or in the form of Bank Guarantee/irrevocable letter of credit as per format enclosed at F-4/F-4A.

GAIL shall not be liable to pay any bank charges, commission or interest on the amount of bid security.

In case, bid security is in the form of Bank Guarantee or letter of credit, the same shall be from any Indian scheduled Bank or a branch of an International bank situated in India and registered with the Reserve Bank of India as scheduled foreign bank in case of Indian

Page 12: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 12

Bidder and from any reputed International Bank or Indian Scheduled Bank in case of foreign bidder. However, in case of Bank Guarantee/ letter of credit from banks other than the Nationalized Indian bank, the bank must be a commercial bank having net worth in excess of Rs. 100 Crores and a declaration to this effect should be made by such commercial bank either in the bank guarantee/ letter of credit itself or separately on its letterhead.

The bid security shall be valid for two (02) months beyond the validity of the bid as specified in Clause 14 of ITB.

15.4 Any bid not secured in accordance with clause 15.1 and 15.2 may be rejected by GAIL as non-responsive.

15.5 Unsuccessful bidder’s bid security will be discharged or returned, as promptly as possible but not later than 30 days after the expiration of period of bid validity prescribed by GAIL pursuant to clause 14.

15.6 The successful bidder’s bid security will be discharged upon the bidder’s accepting the order, pursuant to clause 38 of ITB and furnishing the Contract Performance Guarantee pursuant to clause 43 of ITB.

15.7 The bid security may be forfeited:

15.7.1 If a bidder withdraws its bid during the period of Bid validity.

15.7.2 In case of a successful bidder, if the bidder fails:

i) to accept the award in accordance with clause 38 of ITB. OR

ii) to accept the arithmetic corrections pursuant to clause 31 of ITB. AND/OR

iii) to furnish the performance guarantee in accordance with Clause 43 of ITB .

15.8 Bid security should be in favour of GAIL (India) Limited and addressed to GAIL. Bid security must indicate the bid document and the work for which the bidder is quoting. This is essential to have proper co-relation at a later date. The bid security shall be in the form provided at Attachment II of Section-II.

15.9 For Indian Bidders: Central Public Sector Undertakings of Government of India and firms registered with NSIC are exempted from furnishing Bid Security, provided they are registered for the quoted items upto the monitory limit, they intend to quote and subject to their enclosing with their bid a copy of latest and current registration certificate.

16 PRE-BID MEETING 16.1 The bidder (s) or his authorised representative, to whom the bid document has been issued

or who have downloaded the bid document from website are invited to attend the pre-bid meeting which will take place at GAIL (India) Ltd., GAIL Bhavan, 16, Bhikaiji Cama Place, New Delhi.

16.2 The purpose of meeting will be to clarify issues and to answer queries on any matter that may be raised at that stage.

16.3 The bidder is requested, as far as possible, to submit any queries by courier or by fax to reach Employer’s office not later than one week before the meeting. All communication must be addressed to GAIL (India) Limited, 16 Bhikaji Cama Place, New Delhi- 110066, India. It may not be practicable at the meeting to answer queries received late, but queries and responses/clarifications will be transmitted in accordance with the following sub-clause.

16.4 The text of the queries raised and the responses given, together with any responses prepared after the meeting will be transmitted without delay (without identifying the sources of the questions) to all the purchasers of the bidding documents .Any modifications of the bidding documents listed in clause 7of ITB that may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an addendum pursuant to 9 of ITB and not through the minutes of the pre-bid meeting

16.5 Non- attendance of the pre-bid meeting will not be a cause for disqualification of the bidder.

Page 13: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 13

17 FORMAT AND SIGNING OF BID 17.1 The bidder shall prepare one original of the document comprising the bid as per clause 11

of ITB marked “original”. In addition, the bidder shall submit one copy of the bid clearly marked “copy”. In the event of any discrepancy between the original and the copy, the original will govern.

17.2 The original and all copies of the bid shall be typed or written in indelible ink (in the case of copies, photocopies are also acceptable) and shall be signed by the person or persons duly authorised to sign on behalf of the bidder. The name and position held by each person signing must be typed or printed below the signature. All pages of the bid except any catalogues / literatures shall be signed and sealed by the person or persons signing the bid.

17.3 The bid shall contain no alterations, omissions or additions, unless such corrections are initialled by the person or persons signing the bid.

18 ZERO DEVIATION: 18.1 Bidder to note that this is a ZERO Deviation Bidding Document. Employer will appreciate

submission of offer based on the terms and conditions in the enclosed GCC, SCC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and money in seeking clarifications on technical/ commercial aspect of the offer. Not withstanding to the above, bids with the following deviation(s) to the bid conditions shall be liable to be rejected:

Firm Price Scope of Work Specifications Price Schedule Period of Contract/ Completion Schedule Force Majeure. Payment terms & conditions. Performance Bank Guarantee (PBG). Price Reduction Schedule (PRS). Earnest money deposit (EMD)/ Bid Bond. Guarantee/Warrantee and Liability Clause. Validity of bid. Arbitration/ Resolution of Dispute Applicable Laws EPF Registration in case of Domestic Bidder

19 E-PAYMENTS 19.1 GAIL (India) Limited has initiated payments to suppliers and Contractors electronically and

to facilitate the payments electronically, the bidder should have an account with HDFC Bank or ICICI Bank or State Bank of India so that the payment through e-banking be made to the bidder, in case work is awarded to him. The bidder should give their account number and other details in any one of the above banks to facilitate payment through E-banking.

20 Clause Deleted

4. SUBMISSION OF BIDS 21 SEALING AND MARKING OF BIDS 21.1 Bid shall be submitted in the following manner in separate sealed envelopes duly super

scribed as below:

Part-I – Techno-commercial / un-priced bid

Part-II- Priced Bid

Part-III- Original Bid security

Page 14: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 14

21.2 Techno Commercial Un-priced Bid: (Part I) Original Bid of Techno–commercial Un-priced Bid shall be sealed in one separate envelope super scribing “TECHNO-COMMERCIAL UNPRICED BID FOR QRA STUDY OF DAHEJ PLOT” “ORIGINAL”. One copy of Techno-Commercial un-priced Bid shall be sealed in separate envelopes super scribing “TECHNO-COMMERCIAL UNPRICED BID FOR QRA STUDY OF DAHEJ PLOT” “COPY”. All these two envelopes (1 original + 1 copy) shall be sealed in one separate envelope super scribing “TECHNO-COMMERCIAL UNPRICED BID FOR QRA STUDY OF DAHEJ PLOT” containing One Original + one copy”.

21.3 Price Bid: (Part II) Original Price Bid and one copy shall be sealed in separate envelopes super scribing “PRICED BID FOR QRA STUDY OF DAHEJ PLOT” “ORIGINAL” or “COPY” as the case may be. All such 2 envelopes (one original + one copy) shall be sealed in separate envelope super scribing “PRICED BID FOR QRA STUDY OF DAHEJ PLOT” (ONE ORIGINAL + ONE COPY)” “NOT TO OPEN ALONG WITH TECHNO – COMMERCIAL UN-PRICED BID” .

21.4 Bid Security: (Part III) Original and one copy shall be sealed in separate envelopes clearly super scribing “BID SECURITY FOR QRA STUDY OF DAHEJ PLOT” “ORIGINAL” or “COPY” as the case may be. These envelopes shall be further sealed as detailed hereunder.

21.5 All three envelopes containing Techno-Commercial un-priced Bids, Price Bids and Bid security shall further be sealed in one outer envelope super scribing “BID FOR QRA STUDY OF DAHEJ PLOT”, bid Document Number and shall be addressed to Dy.G.M. (C&P) at address mentioned below:

GAIL (India) Limited, GAIL Bhavan, UG Floor 16 Bhikaji Cama Place, New Delhi 110066

21.6 Each envelope shall indicate name and address of the bidder to enable the bid to be returned unopened, if required.

21.7 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the bid.

22 DEADLINE FOR SUBMISSION OF BID 22.1 The Bid must be received by Employer at the address as specified in ITB not later than the

time and date as specified in clause 4.1 of IFB.

22.2 The Employer may, in exceptional circumstances and at its discretion, on giving reasonable notice by fax or any written communication to all prospective bidders who have purchased the bid document extend the deadline for the submission of bids in which case all rights and obligations of the Employer and bidders, previously subject to the original deadline will thereafter be subject to deadline as extended.

23 LATE BIDS 23.1 Any bid received by the Employer after the deadline for submission of bid will be declared

“Late” and rejected and shall be returned unopened to the bidder.

24 MODIFICATION AND WITHDRAWAL OF BIDS 24.1 The bidder may modify or withdraw its bid after the bid submission, but, before the due

date of submission provided that written notice of the modification, including substitution or withdrawal of the bid, is received by the Employer prior to the deadline prescribed for submission of bids.

24.2 The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with the provisions of Clause 21 of ITB, with the outer envelopes additionally marked “modification” or “withdrawal” as appropriate. A withdrawal notice may also be sent by fax/post, but followed by signed confirmation copy, post marked not later than the deadline for submission of bids.

24.3 No bid shall be modified after the deadline for submission of bid.

Page 15: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 15

24.4 No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder on the bid form. Withdrawal of a bid during this interval shall result in the bidders forfeiture of its bid security, pursuant to clause 15.7 of ITB.

5. BID OPENING AND EVALUATION 25 BID OPENING 25.1 Un-Priced Techno – Commercial bid opening:

25.2 The Employer will open bids (Part-I & III) including withdrawals and modifications made pursuant to clause 24 of ITB, in the presence of bidders’ designated representatives who choose to attend, at date, time as stipulated in IFB. The bidder’s representatives who are present shall sign bid-opening register evidencing their attendance.

25.3 Envelopes marked “withdrawal” shall be opened first, and the name of the bidder shall be read out. Bids for which an acceptable notice of withdrawal has been submitted pursuant to clause 24 of ITB shall not be opened. Subsequently, all envelopes marked “Modifications” shall be opened and submissions their in read out in appropriate details. Thereafter all other bids received by due date and time will be opened.

25.4 Bidder’s names, bid modifications and withdrawals, the presence (or absence) and amount of bid security, and any other such details as the consultant may consider appropriate will be announced by the Consultant.

26 PROCESS TO BE CONFIDENTIAL 26.1 Information relating to the examination, clarifications, evaluation and comparison of bids,

and recommendations for the award of a Contract, shall not be disclosed to bidders or any other person officially concerned with such process. Any effort by a bidder to influence the Employer in any manner in respect of bid evaluation or award will result in the rejection of that bid.

27 CONTACTING THE EMPLOYER 27.1 From the time of the bid opening to the time of the Contract award, if any bidder wishes to

contact the Employer for any matter relating to the bid it should do so in writing.

27.2 Any effort by a bidder to influence the Employer in any manner in respect of bid evaluation or award will result in the rejection of that bid.

28 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 28.1 Techno-Commercial Bid Evaluation

28.2 The Employer will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required securities have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

28.3 Prior to the detailed evaluation, the Employer will determine whether each bid is of acceptable quality, is generally complete and is responsive to the Bidding Documents. For the purposes of this determination, a responsive bid is one that conforms to all the terms, conditions and specifications of the Bidding Documents without deviations, objections, conditionality or reservations.

28.4 No deviation, whatsoever, is permitted in the Bidding Documents and the price bids of those bidders whose technical and commercial bids contain any exception to the conditions and stipulations of the Bidding Documents shall not be opened and returned un-opened to such bidder(s).

28.5 The Employer’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by the Employer, and may not subsequently be made responsive by the bidder by correction of the nonconformity.

Page 16: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 16

28.6 The Employer will carry out a detailed evaluation of the bids previously determined to be responsive in order to determine whether the technical aspects are in accordance with the requirements set forth in the Bidding Documents. In order to reach such a determination, the Employer will examine and compare the technical aspects of the bids on the basis of the information supplied by the bidders, taking into account the following factors:

(a) Overall completeness and compliance with the Technical Specifications; quality, function and operation of any process control concept included in the bid. The bid that does not meet minimum acceptable standard of completeness, consistency and detail will be rejected as non-responsive.

(b) Any other relevant factor, if any that the Employer deems necessary or prudent to be taken into consideration.

28.7 Requisite forms contains all necessary information including those required for meeting qualifying criteria stipulated in IFB etc.

29 CORRECTION OF ERRORS 29.1 Bids will be checked by the Employer for any arithmetic errors. Errors will be corrected by

the Employer as follows :

(a) where there is a discrepancy between the amounts in words and in figures, the amount in words will govern; and

(b) where there is a discrepancy between the unit rate and the total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.

29.2 The amount stated in the bid will be adjusted by the Employer in accordance with the

above procedure for the correction of errors and, with the concurrence of the bidder, shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount of bid, its bid will be rejected, and the bid security shall be forfeited.

30 PRICE BID OPENING 30.1 The Employer shall inform the time, date and venue for price bid opening to all such

bidders who qualify pursuant to techno-commercial bid evaluation. Bidders may be required to attend price bid opening at a short notice of 24 hours.

30.2 The Employer will open price bids of all bidders notified to attend price bid opening in presence of authorised bidders’ representatives. The bidder’s representatives who are present shall sign bid-opening register evidencing their attendance.

30.3 The bidder’s name, prices, and such other details as the Employer, at its discretion, may consider appropriate will be announced and recorded at the time of bid opening.

31 ARITHMETIC CORRECTIONS 31.1 The bids will be checked for any arithmetic errors as follows.

31.2 Where there is a discrepancy between the amount in figures and in words, the amount in words will govern; and

31.3 Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted shall prevail and the total price shall be corrected.

31.4 If the bidder does not accept the correction of errors, its bid will be rejected and the bid security will be forfeited.

32 CONVERSION TO SINGLE CURRENCY 32.1 To facilitate evaluation and comparison, the Employer will covert all bid prices expressed in

the amounts in various currencies in which the bid price is payable to single currency and that will be Indian Rupees only at the selling exchange rate published by the State Bank of India on one day prior to the price bid opening date.

Page 17: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 17

33 EVALUATION AND COMPARISON OF BIDS The evaluation is to be made on the basis of total quoted amount considering lumpsum rates quoted in SOR by bidder.

34 PURCHASE PREFREENCE 34.1 Purchase Preference to Central Government Public Sector Undertakings shall be allowed

as per government guidelines in vogue. 35 PRICE PREFERENCE : NOT APPLICABLE

36 CLAUSE DELETED

37 CLAUSE DELETED

6. AWARD OF CONTRACT 38 AWARD OF WORK. 38.1 The Employer will award the contract to the successful bidder (s) whose bid has been

determined to be substantially responsive and/or have been determined as a lowest on least cost to Employer and is determined to be qualified to satisfactorily perform the Contract.

39 CLAUSE DELETED:

40 EMPLOYER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID 40.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding

process and reject all bids at any time prior to award of the contract without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground for Employer’s action.

41 NOTIFICATION OF AWARD 41.1 Prior to the expiration of period of bid validity GAIL will notify the successful bidder in

writing by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award / Fax of Intent will constitute the formation of the Contract.

41.2 The Contract period shall commence from the date of notification of award / Fax of Intent (FOI).

41.3 The notification of award will constitute the formation of a Contract, until the Contract has been effected pursuant to signing of Contract as per Clause 42 of ITB.

42 SIGNING OF AGREEMENT 42.1 After the successful bidder has been notified for acceptance of his bid, the bidder is

required to execute the Contract Agreement within 15 days of receipt of Fax of Intent in the form provided in the Bidding Documents. The Contract Agreement is to be executed on the non-judicial paper of appropriate value (the cost of stamp paper shall be borne by the Contractor).

42.2 In the event of failure on the part of the successful bidder to sign the AGREEMENT within the above-stipulated period, the Bid Security shall be forfeited and the acceptance of the tender shall be considered as cancelled.

Page 18: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 18

43 PERFORMANCE GUARANTEE 43.1 Pursuant to clause no. 24 of GCC bidder will provide Performance Guarantee of

appropriate value within 15 days of receipt of FOI from the Employer. The Performance Guarantee shall be in form of either Demand Draft or Banker’s Cheque or Bank Guarantee or irrevocable letter of credit and shall be in the currency of Contract.

43.2 Failure of the successful bidder to comply with the requirement of this clause shall constitute a breach of contract, cause for annulment of the award, forfeiture of the bid security and any such remedy the Employer may take under the Contract pursuant to Clause 32 (C) of GCC and the Employer my resort to awarding the Contract to the next ranked bidder.

44 CLAUSE DELETED

45 CORRUPT AND FRAUDULENT PRACTICES 45.1 The Employer requires that Bidders/Contractors observe the highest standard of ethics

during the execution of Contract. In pursuance of this policy, the Employer defines, for the purposes of this provision, the terms set forth below as follows:

i) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of public official in contract execution; and

ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence the execution of a Contract to the detriment of the Employer, and includes collusive practise among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition;

45.2 The Employer will reject a proposal for award if it determines that the bidder recommended for award has engaged corrupt or fraudulent practices in competing for the Contract in question:

45.3 The Employer will declare a firm ineligible for a period pursuant to clause 32 (C) of GCC.

46 WAIVER OR TRANSFER OF THE AGREEMENT 46.1 The successful bidder shall not waive the Agreement or transfer it to third parties, whether

in part or in whole, nor waive any interest that is included in the Agreement without the prior written permission of the Employer.

Page 19: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 19

Page 20: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 20

Page 21: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 21

Page 22: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 22

Page 23: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 23

Page 24: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 24

Page 25: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 25

Page 26: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 26

Page 27: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 27

Page 28: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 28

Section-IV

FORMS AND FORMATS

Page 29: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 29

BID DOCUMENT NO.: PROJECT:

F-1 BIDDER’S GENERAL INFORMATION

To GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

1-1 Bidder Name: ________________________________________

1-2 Number of Years in Operation: ________________________________________

1-3 Address of Registered Office: ________________________________________ City________________ District _________

State _______________ PIN/ZIP__________ 1-4 Operation Address if different from above: ________________________________________

________________________________________

City________________ District _________

State _______________ PIN/ZIP__________ 1-5 Telephone Number: _______________________________________

(Country Code) (Area Code) (Telephone Number) 1-6 E-mail address: ________________________________________

1-7 Website: ________________________________________

1-8 Fax Number: ________________________________________

(Country Code) (Area Code) (Telephone Number)

1-9 ISO Certification, if any {If yes, please furnish details}

1-10 Bid Currency __________________________________

1-11 Banker’s Name : _____________________________________ 1-12 Branch : _____________________________________ 1-13 Branch Code : _____________________________________ 1-14 Bank account number : _____________________________________

(SIGNATURE OF BIDDER WITH SEAL)

Page 30: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 30

BID DOCUMENT NO.: PROJECT:

F-2

BID FORM To

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

After examining/reviewing the Bidding Documents for _______________________________________, including technical specifications, drawings, General and Special Conditions of Contract and schedule of rates, etc. the receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to offer to execute the whole of the Job for all / specified items (Nos. as per SOR _______________________) in conformity with, the said Bid Documents, including Addenda Nos. ____________.

We confirm that this bid is valid for a period of four (4) 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 performance guarantee equal to 10% (ten per cent) of the Contract Price, for the due performance with in fifteen days of such award.

Until a final Contract is prepared and executed, the bid together with your written acceptance thereof in your notification of award shall constitute a binding Contract 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 fulfilment 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.

SEAL AND SIGNATURE

DATE:

Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)

WITNESS NAME:

ADDRESS:

Page 31: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 31

BID DOCUMENT NO.: PROJECT:

F-3 LIST OF ENCLOSURES

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

We are enclosing the following documents as part of the bid:

1) Power of Attorney of the signatory to the Bidding Document.

2) Document showing annual turnover for the last three years such as annual reports, profit and loss account, net worth etc. along with information as sought in enclosed formats F-3A..

3) Organisation chart of the bidder and the structure assigned for execution of the work under this bid.

4) Methodology of execution of work

5) 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.

(SEAL AND SIGNATURE OF BIDDER)

Page 32: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 32

BID DOCUMENT NO.: PROJECT:

F-3A

Annual Turnover

Each Bidder must fill in this form Annual Turnover data for the last 3 years:

Year Currency Amount Ex. Rate (*) Amount (INR) (*)

Year 1: 2003-04

Year 2: 2004-05

Year 3: 2005-06 1. The information supplied should be the Annual Turnover of the bidder 2. A brief note should be appended describing thereby details of turnover as per audited results.

SEAL AND SIGNATURE OF THE BIDDER

(*) To be filled by Employer during evaluation

Page 33: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 33

F-4

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY (To be stamped in accordance with the Stamp Act) Ref............... Bank Guarantee No......... Date...................... To GAIL (India) Ltd., 16, Bhikaji Cama Place R.K. Puram, NEW DELHI -110066. Dear Sir(s), In accordance with Letter Inviting Tender under your reference No___________ M/s.______________________________ having their Registered / Head Office at _________________________(hereinafter called the Tenderer) wish to participate in the said tender for _________________________________________________________________ As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________ is required to be submitted by the Tenderer as a condition precedent for participation in the said tender which amount is liable to be forfeited on the happening of any contingencies mentioned in the Tender Document. We, the ____________________________________ Bank at_____________________________ having our Head Office ________________________________________________________ (Local Address) guarantee and undertake to pay immediately on demand without any recourse to the tenderers by GAIL (India) Ltd., the amount________________ ____________________ without any reservation, protest, demur and recourse. Any such demand made by GAIL, shall be conclusive and binding on us irrespective of any dispute or difference raised by the Tenderer. This guarantee shall be irrevocable and shall remain valid upto ____________ [this date should be 6 months after the date finally set out for closing of tender]. If any further extension of this guarantee is required, the same shall be extended to such required period on receiving instructions from M/s.__________________________________________________________________________ whose behalf this guarantee is issued. In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this ___________day of ____________200 __at____________. WITNESS: (SIGNATURE) (SIGNATURE) (NAME) (NAME) Designation with Bank Stamp (OFFICIAL ADDRESS) Attorney as per Power of Attorney No.________ Date:________________________

Page 34: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 34

INSTRUCTIONS FOR FURNISHING BID-GUARANTEE BANK GUARANTEE

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 2 months 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 said bank

guarantee /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/.

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 35: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 35

F-4A

FORMAT FOR LETTER OF CREDIT FOR BID SECURITY To, (Beneficiary) GAIL (India) Limited ___________________ ___________________ Irrevocable and confirmed Letter of Credit No…………………………………… Amount : Rs./US$ Validity of this Irrevocable : …………………………………………(in India) Letter of Credit (2 months beyond validity of offer) Dear Sir, You are here by authorized to draw on………………….. (Name of Applicant with full address) for a sum not exceeding……………………available by your demand letter (draft) on them at sight drawn for…………………..Rs./US$ accompanied by a certificate by GAIL (India) Ltd., with the Tender No. duly incorporated therein, that one or more of the following conditions has/have occurred, specifying the occurred condition(s) :

i) The bidder withdraws its Bid during the period of Bid validity or any extension thereof duly agreed by the Bidder.

ii) The Bidder varies or modifies its Bid in a manner not acceptable to GAIL (India) Ltd.

during the period of bid validity or any extension thereof duly agreed by the Bidder.

iii) The Bidder, having been notified of the acceptance of its Bids,

(a) Fails or refuses to execute the supply order/contract (b) Fails or refuses to furnish the Contract Performance Security within 30 days

before expiry of bid Security. (c) Fails to accept arithmetic corrections as per tender conditions.

2. This Irrevocable Letter of Credit has been established towards Bid Security Tender

No………………for ………………..(item) 3. We hereby guarantee to protect the Drawers, Endorsers and bonafide holders from any

consequences which may arise in the event of the non-acceptance or non-payment of Demand Letter (draft) in accordance with the terms of this credit.

4. This Credit is issued subject to the Uniform Customs and Practices for Documentary Credits

(1993 Revised) International Chamber of Commerce brochure No. 500. 5. Please obtain reimbursement as under: …………………………………………. 6. All foreign as well as Indian bank charges will be on the account of M/s

……………………………………………………… (Applicant) FOR ……………………….. Authorised Signature (Original Bank) Counter Signature

Page 36: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 36

BID DOCUMENT NO.: PROJECT:

F-5 LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT NEGOTIATIONS/CONFERENCES

No. Date:

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

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

1) Name & Designation _______________________ Signature _________________

2) Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

Note: This letter of authority should be on the letterhead of the bidder and should be signed by a person competent and having the power of attorney to bind the bidder.

Not more than two persons are permitted to attend techno –commercial un-priced and price bid opening.

Page 37: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 37

BID DOCUMENT NO.: PROJECT:

F-6 NO DEVIATION CONFIRMATION

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

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.

(SEAL AND SIGNATURE OF BIDDER)

Page 38: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 38

BID DOCUMENT NO.: PROJECT:

F-7 CERTIFICATE

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

If we become a successful bidder and pursuant to the provisions of the Bidding Documents award is given to us for 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 authorised 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 to Government of India as to any manner, claim, cause of action or things whatsoever arising

of or under the Agreement.”

Dated:

Seal and Signature of Bidder

Page 39: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 39

BID DOCUMENT NO.: PROJECT:

F-8 DETAILS OF SIMILAR WORK DONE DURING PAST FIVE YEARS

Sr.

No.

Description of the work

Location of the work

Full Postal Address and phone nos. of Client & Name of Officer-in-Charge

Value of Contract

Date of Commence-ment of Work

Scheduled Completion

Time (Months)

Date of Actual

Completion

Reasons for delay in project

completion, if any

Note: Copies of Letter of awards and completion certificate for the above works to be enclosed.

The Work completed earlier than three years need not be indicated here

The list of work, not of similar nature need not be indicated here

Failing to comply aforementioned instructions may lead to rejection of bid.

SEAL AND SIGNATURE OF BIDDER

Page 40: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 40

BID DOCUMENT NO.: PROJECT:

F-9 PRESENT COMMITMENTS OF THE BIDDER

Sr. No.

Full Postal Address and phone nos. of Client &

Name of Officer-in-Charge

Description of the Work

Date of Commencement

of Work

Scheduled Comp. Period

Total Contractual

Value

%Age Comp. as on Date

Expected Date of Completion

Remarks

Note: This list must be a full list of all type of works in hand.

SEAL AND SIGNATURE OF BIDDER

Page 41: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 41

F-10

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE (ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE) TO: M/S. GAIL (India) LTD. 16, Bhikaji Cama Place, NEW DELHI-110066 Dear Sirs, M/s __________________________________________________________________ have been awarded the work of ___________________________________________________________ for GAIL ( INDIA) LTD. , 16, Bhikaji Cama Place, R.K. Puram, NEW DELHI. The Contracts conditions provide that the CONTRACTOR shall pay a sum of _____________ ( as full Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract Performance Guarantee includes guarantee executed by Nationalised Bank, undertaking full responsibility to indemnify GAIL (INDIA) LTD., in case of default. The said_______________________________________________ has approached us and at their request and in consideration of the premises we having our office at ______________________________ have agreed to give such guarantee as hereinafter mentioned. 1. We ___________________________________________________________________ hereby undertake and

agree with you that if default shall be made by M/s__________________________________ in performing any of the terms and conditions of the tender or in payment of any money payable to GAIL ( INDIA) LTD., we shall on demand pay without any recourse to the contractor to you in such manner as you may direct the said amount of _____________________________ only or such portion thereof not exceeding the said sum as you may from time to time require.

2. You will have the full liberty without reference to us and without affecting this guarantee, postpone for any time

or from time to time the exercise of any of the powers and rights conferred on you under the contract with the said _____________________________________ and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to the said __________________________ which under law relating to the sureties would but for provision have the effect of releasing us.

3. Your right to recover the said sum of ____________________________________

(_______________________________________) from us in manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said M/s.___________________________ and/or that any dispute or disputes are pending before any officer, tribunal or court.

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up dissolution

or changes of constitution or insolvency of the said but shall in all respects and for all purposes be binding and operative until payment of all money due to you in respect of such liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid upto______________, If any further extension of this

guarantee is required, the same shall be extended to such required period on receiving instruction from M/s.___________________________________________________ on whose behalf this guarantee is issued.

6. The Bank Guarantee’s payment of an amount is payable on demand and in any case within 48 hours of the

presentation of the letter of invocation of Bank Guarantee. Should the banker fail to release payment on demand, a penal interest of 18% per annum shall become payable immediately and any dispute arsing out of or in relation to the said Bank Guarantee shall be subject to the jurisdiction of Delhi Courts.

7. We have power to issue this guarantee in your favour under Memorandum and Articles of Association and the

undersigned has full power to do under the Power of Attorney dated ___________ granted to him by the Bank. Yours faithfully,

___________________________Bank By its Constituted Attorney Signature of a person duly authorised to sign on behalf of the Bank.

Page 42: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 42

INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE GUARANTEE

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 ITB.

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

4. 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 43: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 43

BID DOCUMENT NO.: GAIL/ND/C&P/PROJ/TPIA/2005 NAME OF WORK:

F-18 CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to facilitate the bidder to make sure that the necessary data/information as called for in the bid document has been submitted by them along with their offer. This, however, does not relieve the bidder of his responsibilities to make sure that his offer is otherwise complete in all respects. Please ensure compliance and tick (√) against following points: S. NO. DESCRIPTION

STATUS

1.0 Signing and stamping each sheet of offer, original bid document including drawings, addendum (if any)

2.0 Confirm that the following details have been submitted in the Un-priced part:

a) Covering Letter, Letter of Submission

b) Bid Security

c) Signed and stamped original copy of bid document along with drawings and addendum (if any)

d) Power of Attorney in the name of person signing the bid

e) Bidder’s declaration that they are not under any liquidation court receivership or similar proceedings.

3.0 Confirm that all forms are enclosed with the bid duly signed by authorised person(s)

4.0 Confirm that the price bid has been duly filled in for each item, signed and stamped on each page separately

5.0 Confirm that proper page nos. have been given in sequential way in all the documents submitted along with your offer with Index.

6.0 Confirm that any correction in the Un-priced part has been initialled and stamped by the authorized person.

7.0 Confirm that any correction in the “Price Part” part has been signed in full and stamped by the authorized person.

8.0 Confirmation that no deviations are taken against commercial and technical specifications of the bid document.

9.0 Confirm that annual reports for last three financial years & duly filled in Form 3A & 3B are enclosed in the offer for financial assessment.

10.0 Confirm that copies of documents establishing the bidder’s eligibility are enclosed.

(Seal and Signature of Bidder)

Page 44: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 44

SECTION-V

SCHEDULE OF RATES

Page 45: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 45

SCHEDULE OF RATES

Tender No. : GAIL/ND/C&P/PROJ/DUPL/QRA/06-020/037

Name of Work: QUANTITATIVE RISK ASSESSMENT (QRA) STUDY FOR DAHEJ PLOT OF DAHEJ-URAN PIPELINE PROJECT

S.No. Description of Work

Unit Currency Amount (both

in figures & words)

1. Profession fees etc. for carrying out QRA Study for Dahej Plot of DUPL Project including applicable service tax

Lumpsum

Service Tax percentage considered in above amount: ……..%

Note: The rates quoted should be all inclusive. The evaluation shall be carried out on overall basis.

Signature of Bidder:_______________ Name of signing person: __________ Name & Address of Bidder: ________ ________________________________ ________________________________ ________________________________ [Seal]

Page 46: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 46

SECTION VI

SPECIAL CONDITIONS OF CONTRACT (SCC)

Page 47: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 47

1. SCOPE OF WORK 1.1 The objective of the QRA study is to analyze the consequences and risk posed

to the surrounding facilities due to identified hazards that can emanate from the gas dispatch terminal. The purpose of QRA study shall be to estimate hazardous distances and impact zones from various hazardous scenarios resulting out of loss of containment of gas from the terminal and to access the impact of hazards on property and human beings.

1.2 The QRA study shall be carried out for the following facilities: 1.2.1 GAIL’s RLNG Dispatch terminal for DUPL Project (within PLL Dahej LNG

Terminal facilities.)

The scope of the study shall be:

a) To identify hazardous scenarios associated with loss of containment of gas from the gas terminal.

b) To estimate the frequency of failure of the identified hazardous scenarios. c) To carry out dispersion analysis and estimate potential consequences of

undesired events and subsequent effects of fire, explosion, toxicity etc. d) To estimate the risks to individuals located within and outside the premises of

PLL, and property wherever these are affected. The individual risk shall be expressed in the form of risk contours.

e) To recommend suitable measure to mitigate the risks. f) To take into account the domino effect i.e. whether hazards posed by DUPL

dispatch terminal facilities can lead to further escalation on account of their vicinity to PLL facilities.

1.2.2 Hazard Identification and Consequence Estimation

After collection of all data and information, a list of failure scenarios shall be made and all the major hazards that can arise from the pipeline facilities and which could affect the integrity of the facilities shall be identified.

1.2.3 The effects of these scenarios on the adjoining facilities, if any shall also be

studied. 1.2.4 For the selected failure cases under the failure case list, the hazard distances

shall be calculated with respect to Lower Flammability Limit (LFL) of the material, Thermal radiation effects, Blast over Pressure effects for the predominant weather condition prevailing at the site.

The consequence results will be reported in terms of LFL distance, thermal radiation distances, blast overpressure distances.

1.2.5 Estimation of failure frequencies

Estimation of failure frequencies for the selected failure cases shall be done from in-house available data and/ or literature and/ or internationally acceptable data bank.

Page 48: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 48

1.2.6 Assessment of Individual Risk

Based on the results of the consequence analysis and the estimation of failure frequencies, the individual risk will be estimated, taking into consideration the detailed weather conditions, probable ignition sources identified and the details of population and other facilities in the near vicinity of the pipeline facilities.

The individual risk computed would be presented in the form of Risk Contours, which represents the chance of an individual fatality. The estimated risk levels will be compared with internationally acceptable individual risk acceptance criteria. Based on the findings of the risk analyses, conclusions shall be made and suitable recommendations shall be suggested.

1.27 Report

Report will contain findings of the study and suitable suggestions/ recommendations for mitigating the effect of the hazards. One soft copy and one hard copy of the draft report shall be submitted to GAIL. Subsequent to GAIL approval the document shall be issued as final (after incorporation of comments, if any). Two copies of the final approved QRA study report shall be submitted to GAIL. The report shall contain the following sections as minimum.

a) Executive Summary. b) Introduction, Objectives and Scope of Work. c) Description of Facilities and design and weather data considered. d) Risk Analysis section, which will include list of failure scenarios, consequence

analysis results, failure frequency estimation and risk estimation. e) Principal conclusions and recommendations.

2. PAYMENT TERMS:

The payments shall be made as mentioned in Clause No. 3.5 of GCC(Section-III) of bid document.

3. DEDUCTION AT SOURCE:

a. Payment will be made after effecting deductions as per applicable law in force.

b. Payments to the Contractor will be made after offsetting all dues payable by the Contractor under the Contract.

4. PAYING AUTHORITY: General Manager (F&A) GAIL (India) Limited, U G Floor 16, Bhikaiji Cama Place, R.K.Puram, New Delhi – 110066 Fax no. +91 120 26195941

5. TIME SCHEDULE:

8 (eight weeks) from date of FOI: Draft report should be submitted within six weeks and final report within next two weeks.

Page 49: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 49

ATTACHMENT I

CONTRACT PROFORMA

Page 50: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 50

PROFORMA FOR CONTRACT AGREEMENT LOA No. GAIL / Dated -----------

Contract Agreement for the work of ----------------- of GAIL (INDIA) Ltd. made on ---------- between (Name

and Address)------------- , hereinafter called the “CONTRACTOR” (which term shall unless excluded by or

repugnant to the subject or context include its successors and permitted assignees) of the one part and

GAIL (INDIA) LIMITED hereinafter called the “EMPLOYER” (which term shall, unless excluded by or

repugnant to the subject or context include its successors and assignees) of the other part.

WHEREAS

A. The EMPLOYER being desirous of having provided and executed certain work mentioned,

enumerated or referred to in the Tender Documents including Letter Inviting Tender, General

Tender Notice, General Conditions of Contract, Special Conditions of Contract, Specifications,

Drawings, Plans, Time Schedule of completion of jobs, Schedule of Rates, Agreed Variations,

other documents has called for Tender.

B. The CONTRACTOR has inspected the SITE and surroundings of WORK specified in the Tender

Documents and has satisfied himself by careful examination before submitting his tender as to

the nature of the surface, strata, soil, sub-soil and ground, the form and nature of site and local

conditions, the quantities, nature and magnitude of the work, the availability of labour and

materials necessary for the execution of work, the means of access to SITE, the supply of power

and water thereto and the accommodation he may require and has made local and independent

enquiries and obtained complete information as to the matters and thing referred to, or implied in

the tender documents or having any connection therewith and has considered the nature and

extent of all probable and possible situations, delays, hindrances or interferences to or with the

execution and completion of the work to be carried out under the CONTRACT, and has

examined and considered all other matters, conditions and things and probable and possible

contingencies, and generally all matters incidental thereto and ancillary thereof affecting the

execution and completion of the WORK and which might have influenced him in making his

tender.

C. The Tender Documents including the Notice Letter Inviting Tender, General Conditions of

Contract, Special Conditions of Contract, Schedule of Rates, General Obligations,

SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule for completion of Jobs, Letter of

Acceptance of Tender and any statement of agreed variations with its enclosures copies of which

are hereto annexed form part of this CONTRACT though separately set out herein and are

included in the expression “CONTRACT” wherever herein used.

AND WHEREAS

Page 51: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 51

The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the execution of the

said WORK at the rates stated in the schedule of quantities of the work and finally approved by

EMPLOYER (hereinafter called the "Schedule of Rates") upon the terms and subject to the conditions of

CONTRACT.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND DECLARED AS

FOLLOWS:-

1. In consideration of the payment to be made to the CONTRACTOR for the WORK to be executed

by him, the CONTRACTOR hereby covenants with EMPLOYER that the CONTRACTOR shall and

will duly provide, execute and complete the said work and shall do and perform all other acts and

things in the CONTRACT mentioned or described or which are to be implied there from or may be

reasonably necessary for the completion of the said WORK and at the said times and in the

manner and subject to the terms and conditions or stipulations mentioned in the contract.

2. In consideration of the due provision execution and completion of the said WORK, EMPLOYER

does hereby agree with the CONTRACTOR that the EMPLOYER will pay to the CONTRACTOR

the respective amounts for the WORK actually done by him and approved by the EMPLOYER at

the Schedule of Rates and such other sum payable to the CONTRACTOR under provision of

CONTRACT, such payment to be made at such time in such manner as provided for in the

CONTRACT.

A N D 3. In consideration of the due provision, execution and completion of the said WORK the

CONTRACTOR does hereby agree to pay such sums as may be due to the EMPLOYER for the

services rendered by the EMPLOYER to the CONTRACTOR, such as power supply, water

supply and others as set for in the said CONTRACT and such other sums as may become

payable to the EMPLOYER towards the controlled items of consumable materials or towards

loss, damage to the EMPLOYER'S equipment, materials construction plant and machinery, such

payments to be made at such time and in such manner as is provided in the CONTRACT.

It is specifically and distinctly understood and agreed between the EMPLOYER and the

CONTRACTOR that the CONTRACTOR shall have no right, title or interest in the SITE made

available by the EMPLOYER for execution of the works or in the building, structures or work

executed on the said SITE by the CONTRACTOR or in the goods, articles, materials etc.,

brought on the said SITE (unless the same specifically belongs to the CONTRACTOR) and the

CONTRACTOR shall not have or deemed to have any lien whatsoever charge for unpaid bills will

not be entitled to assume or retain possession or control of the SITE or structures and the

EMPLOYER shall have an absolute and unfettered right to take full possession of SITE and to

remove the CONTRACTOR, their servants, agents and materials belonging to the

CONTRACTOR and lying on the SITE.

Page 52: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 52

The CONTRACTOR shall be allowed to enter upon the SITE for execution of the WORK only as

a licensee simpliciter and shall not have any claim, right, title or interest in the SITE or the

structures erected thereon and the EMPLOYER shall be entitled to terminate such license at any

time without assigning any reason.

The materials including sand, gravel, stone, loose, earth, rock etc., dug up or excavated from the

said SITE shall, unless otherwise expressly agreed under this CONTRACT, exclusively belong to

the EMPLOYER and the CONTRACTOR shall have no right to claim over the same and such

excavation and materials should be disposed off on account of the EMPLOYER according to the

instruction in writing issued from time to time by the ENGINEER-IN-CHARGE.

In Witness whereof the parties have executed these presents in the day and the year first above written.

Signed and Delivered for and Signed and Delivered for and

on behalf of EMPLOYER. on behalf of the CONTRACTOR.

46.2 GAIL (INDIA) LIMITED (NAME OF THE CONTRACTOR)

_______________________________ ____________________________

_______________________________ ____________________________

Date :___________ Date :____________

Place:___________ Place:____________

IN PRESENCE OF TWO WITNESSES 1.___________________________ 1. ________________________

___________________________ ________________________

___________________________ ________________________

___________________________ ________________________

2.___________________________ 2. ________________________

___________________________ ________________________ ___________________________ ________________________

___________________________ ________________________

Page 53: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 53

ATTACHMENT II

PERFORMANCE EVALUATION

Page 54: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 54

Vendor :

Project Department New Delhi

Performance of Vendor Engaged with the Project Directorate Project Name : DUPL Project Schedule Completion: Schedule Progress : Actual Progress: Qty. Ordered : Date of FOI : PO Value : CDD : EDD:

Performance Evaluation Parameter Max. Score

Score Obtained

1 Vendor Base/ Quality a Reliability of vendor 10 b Adherence to time schedule 10 c Capability to compressed schedule at times of need 10 d General behaviour of vendor 10 e Ease of Communication (Electronic Media) 10 f Co-ordination with Client / Consultant 10 g Does the vendor has positive attitude & take initiatives? 10 h Availability of Service? Commissioning Engg. 10 Sub Total-1 80 0

2 Technological Capability of Vendor a Proven Technology 10 b Innovation & Technology 10 c Cost effectiveness & latest technology 10 d Capability of vendor to offer product of international standard 10 e Collaborator support 10 Sub Total-2 50 0

3 Bidding Stage a Response to bid 10 b Submission of Bid in time (whether time extn. Sought) 10 c Understanding technical / commercial requirements of the bid 10 d Deviation sought to technical / commercial issues 10 e Response time to queries on technical/commercial issues 10 f Response to discussions on technical/commercial issues 10 g Price competitiveness of bid 10 h Compliance to bid & bid bond validity extn. 10 Sub Total-3 80 0

4 Post Order Activities

Page 55: BID DOCUMENT FOR QUANTITATIVE RISK ASSESSMENT (QRA… · page 1 techno-commercial volume i of i study for dahej plot of dahej-uran gail (india) limited bid document for quantitative

Page 55

a Submission of PBG in time 10 b Acknowledgement of FOI & submission of unconditional PO acceptance in

time 10

c Regularity of feedback on manufacturing progress 10 d Attitude towards acceptance to PRS in case of delayed supply 10 e Submission of final documents after completion of order as per PO 10 f Response time to repair / replace damaged / rejected material 10 g Delivery of all materials within CDD 50 Sub Total-4 110 0

5 Vendor Base/ Quality a Is the progress feedback/reporting by contractor satisfactory? 10 b Timely availability of critical engineering inputs. 10 c Are the drawings/documents submitted to Consultant for approval in time? 10 d Safety aspect of design. 10 e Timely availability of Quality plans for approval. 10 f Clarity/Completeness/ Correctness of drawings/documents. 10 g Is the response time to above comments of EIC satisfactory? 10 h Deviation sought to PO terms & conditions after Po acceptance. 10 i Litigant nature of the vendor 10 Sub Total-5 90 0 Grand Total 410 0 Activity Wise Weightage A Total Score Weightage Score

Obtained Weighted

Score 1 Vendor Base/Quality 80 19.51% 0 2 Technological Capability of Vendor 50 12.20% 0 3 Bidding Stage 80 19.51% 0 4 Post Order Activities 110 26.83% 0 5 Documentation 90 21.95% 0

Remarks :


Recommended