TENDER DOCUMENT
(DOMESTIC COMPETITIVE BIDDING)
(E-TENDER)
FOR
ANNUAL RATE CONTRACT FOR SUPPLY AND
INSTALLATION OF TELECOM & SCADA
EQUIPMENTS FOR EXTENDING DATA
CONNECTIVITY TO UPCOMING LAST MILE
CONSUMERS IN WESTERN REGION
BID DOCUMENT NO:
GAIL/NOIDA/PROJ/ARC/8000013892/VM
(E-TENDER BID INVITATION REF. NO. 8000013892)
PRE-BID MEETING : 17.10.2018 at 15:00 HRS
DUE DATE & TIME FOR BID SUBMISSION : 31.10.2018 at 14:00 HRS
DUE DATE & TIME FOR BID OPENING : 31.10.2018 at 15:00 HRS
Phone: +91 0120-2446400 / 4262400 Extn. 11717 / 11735
E-mail- [email protected] / [email protected] @gail.co.in
Website:www.gailonline.com
--------------------------------------------------------------------------------------------------------------------------------------
- 2 -
SECTION-I
INVITATION FOR BID
(IFB)
--------------------------------------------------------------------------------------------------------------------------------------
- 3 -
SECTION-I
"INVITATION FOR BID (IFB)”
Ref No: GAIL/NOIDA/PROJ/ARC/8000013892/VM Date: 10.10.2018
To,
PROSPECTIVE BIDDERS
SUB: TENDER DOCUMENT FOR ANNUAL RATE CONTRACT FOR
SUPPLY AND INSTALLATION OF TELECOM & SCADA EQUIPMENTS
FOR EXTENDING DATA CONNECTIVITY TO UPCOMING LAST MILE
CONSUMERS IN WESTERN REGION
Dear Sir/Madam,
1.0 GAIL (India) Limited [having registered office at 16, Bhikaji Cama
Plance, New Delhi 110066 CIN No. L40200DL1984GOI018976], the
largest state-owned natural gas processing and distribution company and the
youngest Maharatna, invites bids from bidders for the subject job/works, in
complete accordance with the following details and enclosed Tender
Documents.
2.0 The brief details of the tender are as under:
(A) NAME OF WORK / BRIEF
SCOPE OF WORK/JOB
ANNUAL RATE CONTRACT FOR
SUPPLY AND INSTALLATION OF
TELECOM & SCADA EQUIPMENTS FOR
EXTENDING DATA CONNECTIVITY TO
UPCOMING LAST MILE CONSUMERS IN
WESTERN REGION
(B) TENDER NO. & DATE GAIL/NOIDA/PROJ/ARC/8000013892/VM
DTD 10/10/2018
(E-TENDER NO. 8000013892)
(C) TYPE OF BIDDING SYSTEM TWO BID SYSTEM
--------------------------------------------------------------------------------------------------------------------------------------
- 4 -
(D) TYPE OF TENDER
Domestic Competitive Bidding through E-
Tendering portal
(Bids must be submitted only through e-Tendering
mode using GAIL’s Portal
https://etender.gail.co.in, For necessary/security
setting in your PC and detailed instruction
regarding e-tendering process, please read
‘Ready Reckoner’, FAQs and “Help Document”
available on above mentioned website)
(E) COMPLETION/CONTRACT
PERIOD
Please see Special Conditions of Contract
(SCC)
(F) BID SECURITY / EARNEST
MONEY DEPOSIT (EMD)
Amount: INR 10.00 Lakhs ( Rupees Ten Lakhs
only)
(Refer clause no.16 of ITB)
(G) AVAILABILITY OF TENDER
DOCUMENT ON WEBSITE(S)
From 10.10.2018 to 31.10.2018 (1400 Hrs,
IST) on following websites:
(i) GAIL’s Tender Website –
www.gailtenders.in
(ii) Govt. CPP Portal -
https://eprocure.gov.in
(iii) GAIL’s e-Procurement Portal (e-
Portal)- https://etender.gail.co.in
[in case of e-Tendering]
(iv) Government E-Market (Gem) Protal
(v) PMC, if any:
(H) DATE, TIME & VENUE OF
PRE-BID MEETING
Date : 17.10.2018
Time : 1500 Hrs
Venue : GAIL Jubilee Tower, Sector-1, Noida
(I) DUE DATE & TIME OF BID-
SUBMISSION
Date : 31.10.2018
Time : 1400 Hrs
(J) DATE AND TIME OF UN-
PRICED BID OPENING
Date : 31.10.2018
Time : 1500 Hrs
(K) CONTACT DETAILS
Name : Mr. Vivek Mishra
Designation: Manager (C&P)
Phone: 00 91 0120-2446400 / 4262400
Extn. 11717
e-mail : [email protected]
(L) ALTERNATE CONTACT
PERSON
Name : Mr. P S Nabiyal
Designation: DGM (C&P)
Phone: 00 91 0120-2446400 / 4262400
Extn.11735
e-mail : [email protected]
--------------------------------------------------------------------------------------------------------------------------------------
- 5 -
M Measurement of Work
a) Site-in- charge/Site Engineer will check 100%
measurements of executed work.
b) EIC will further check measurements at least
15% of bill value. In case, Site-in-Charge/Site
engineer is not available, EIC will check 100%
measurements of executed work.
c) An officer in the department at least one level
above EIC upto level of E-7, will check
measurements of 5% of bill value. In case,
above mentioned higher level officer is EIC,
then he will check measurements of 20% of bill
value.
In case of the days specified above happens to be a holiday in GAIL, the next
working day shall be implied.
3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB
depending upon Type of Tender as mentioned at Clause no. 2.0 (D) of IFB. The
IFB is an integral and inseparable part of the bidding document.
4.0 Following documents in addition to uploading in the bid on GAIL’s e-tendering
website shall also be submitted in Original (in physical form) within 7 (seven)
days from the bid due date provided the scanned copies of the same have been
uploaded in e-tender by the bidder along with e-bid within the due date and time
to the address mentioned in Bid Data Sheet(BDS):-
i) EMD/Bid Security
ii) Power of Attorney
iii) Integrity Pact
5.0 Bidder(s) are advised to quote strictly as per terms and conditions of the tender
documents and not to stipulate any deviations/exceptions.
6.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote
against this Tender Document, may download the complete Tender Document
alongwith its amendment(s) if any from websites as mentioned at 2.0 (G) of
IFB and submit their Bid complete in all respect as per terms & conditions of
Tender Document on or before the Due Date & Time of Bid Submission.
8.0 Bid(s) received from bidders to whom tender/information regarding this
Tender Document has been issued as well as offers received from the bidder(s)
by downloading Tender Document from above mentioned website(s) shall be
taken into consideration for evaluation & award provided that the Bidder is
found responsive subject to provisions contained in Clause No. 2 of ITB.
The Tender Document calls for offers on single point “Sole Bidder”
responsibility basis (except where JV/Consortium bid is allowed pursuant to
--------------------------------------------------------------------------------------------------------------------------------------
- 6 -
clause no. 3.0 of ITB) and in total compliance of Scope of Works as specified
in Tender Document.
9.0 Clarification(s)/Corrigendum(s) if any shall also be available on above referred
websites. Any revision, clarification, addendum, corrigendum, time extension,
etc. to the this Tender Document will be hosted on the above mentioned
website(s) only. Bidders are requested to visit the website regularly to keep
themselves updated.
10.0 All the bidders including those who are not willing to submit their bid are
required to submit F-11 (Acknowledgement cum Consent letter) duly filled
within 7 days from receipt of tender information.
11.0 SAP generated Request for Quotation (RFQ), if any shall also form an integral
part of the Tender Document.
12.0 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
(Authorized Signatory)
Name : Vivek Mishra
Designation: Manager (C&P)
Phone: 00 91 0120-2446400 / 4262400 Extn. 11717 E-mail : [email protected]
--------------------------------------------------------------------------------------------------------------------------------------
- 7 -
GAIL (India) Limited
(A Govt. of India Undertaking)
NOTICE INVITING TENDER
(OPEN DOMESTIC COMPETITIVE BIDDING)
GAIL (India) Limited invites bids from eligible bidders for ANNUAL RATE CONTRACT
FOR SUPPLY AND INSTALLATION OF TELECOM & SCADA EQUIPMENTS
FOR EXTENDING DATA CONNECTIVITY TO UPCOMING LAST MILE
CONSUMERS IN WESTERN REGION as detailed below:
Sl.
No.
E-tender
No.
IFB and Tender
Document available on
website from
Date of Pre Bid
Meeting
Last date & time
for submission of
Bid
1 8000013892 10.10.2018 1500 hrs of 17.10.2018
1400 hrs of
31.10.2018
For further details, please visit GAIL’s e- Portal (https://etender.gail.co.in) / Tender Website
(http://www.gailtenders.in) or Govt. Website (http://eprocure.gov.in).
Any revision, clarification, addendum, corrigendum, time extension, etc. to the above tender
will be hosted on the above mentioned websites only and no separate notification shall be
issued in the press. Bidders are requested to visit the website regularly to keep themselves
updated.
--------------------------------------------------------------------------------------------------------------------------------------
- 8 -
Bid Document No. : GAIL/NOIDA/PROJ/ARC/8000013892/VM
DTD 10/10/2018 (E-TENDER NO. 8000013892)
Description : ANNUAL RATE CONTRACT FOR SUPPLY AND
INSTALLATION OF TELECOM & SCADA
EQUIPMENTS FOR EXTENDING DATA
CONNECTIVITY TO UPCOMING LAST MILE
CONSUMERS IN WESTERN REGION
Due Date& Time : 31.10.2018 (On or before 1500 Hrs)
From: To:
……………………………………
……………………………………
…………………………………………………
…………………………………………………
(To be pasted on the envelope containing Physical documents (EMD, Power of
Attorney & Integrity pact)
=======================================
--------------------------------------------------------------------------------------------------------------------------------------
- 9 -
SECTION-II
BID EVALUATION
CRITERIA &
EVALUATION
METHODOLOGY
--------------------------------------------------------------------------------------------------------------------------------------
- 10 -
SECTION-II
BID EVALUATION CRITERIA & EVALUATION METHODOLOGY
A. Technical Criteria
1.0 Bidder should have successfully executed one project covering Design,
Engineering & Supply, Installation, Testing and Commissioning of OFC
based SDH along with supply & integration of Network Management System
(NMS) in single order for minimum 4 Nos of SDH equipment (STM1/ STM4/
STM16 or above) in last seven (7) years reckoned from bid due date.
2.0 The bidder should have proven facilities for Engineering, Assembly /
Manufacturing, Integration, Testing of Synchronous Digital Hierarchy based
optical fibre communication system.
Note:
(i) A Job executed by a Bidder for its own plant/ project cannot be
considered as experience for the purpose of meeting BEC of this Tender
Document. However, jobs executed for Subsidiary/Fellow subsidiary /
Holding company will be considered as experience for the purpose of
meeting BEC subject to submission of tax paid invoice (s) duly certified
by Statutory Auditor of the Bidder towards payments of statutory tax in
support of the job executed for Subsidiary/Fellow subsidiary/ Holding
company. Such Bidders to submit these documents in addition to the
documents specified to meet BEC.
B. Financial Criteria
1.0 Annual Turnover: The minimum annual turnover achieved by the bidder as
per their audited financial results in any of the three preceding financial years
shall be INR 1.25 Crs.
2.0 Net Worth: Net Worth of the bidder should be Positive as per the last audited
financial statement.
3.0 Working Capital: The minimum working capital of the bidder, as per the last
audited financial statement, shall be INR 25 Lakhs.
[Note: If the bidder's minimum working capital is negative or inadequate, the
bidder should submit a letter from the bidder's bank, having net worth not
less than INR 100 Crore, confirming the availability of line of credit for the
working capital requirement stated above. The line of credit letter from
bank to be submitted strictly as per format available in tender].
--------------------------------------------------------------------------------------------------------------------------------------
- 11 -
(i) If the bidder’s working capital is negative or inadequate, the bidder shall
submit a letter from their bank having net worth not less than Rs.100 crores
(or equivalent in USD), confirming the availability of line of credit for
working capital amount mentioned herein above.
The line of credit letter from bank to be submitted strictly as per format at
F-15.
(ii) Annual Turnover: In case the tenders having the due date for submission
of bid up to 30th
September of the relevant financial year, and audited
financial results of the immediate 3 preceding financial years are not
available, the bidder has an option to submit the audited financial results of
the 3 years immediately prior to that. Wherever the closing date of the bid is
after 30th
Sept. of the relevant financial year, bidder has to compulsorily
submit the audited financial results for the immediate 3 preceding financial
years. However, in case bidder is meeting the Annual Turnover criteria of
BEC based on Audited Financial Statement of any one of the preceding 3
financial years, the same shall suffice.
(iii) Net Worth/Working Capital: In case the tenders having the due date for
submission of bid up to 30th September of the relevant financial year, and
audited financial results of the immediate preceding financial year is not
available, in such case the audited financial results of the year immediately
prior to that year will be considered as last financial year for Net worth/
Working Capital calculation. Wherever the closing date of the bid is after
30th Sept. of the relevant financial year, Bidder has to compulsorily submit
the audited financial results for the immediate preceding financial year.
C. DOCUMENTS TO BE SUBMITTED FOR COMPLIANCE TO BEC
(i) Technical Criteria of BEC:
Sl.
No.
BEC- technical
Clause no.
Suggested documents
1 Clause no A (1.0) All relevant documents from client /end user in
single order
i. Purchase order / Work Order copy in the
name of bidder.
ii. Completion / execution certificate covering
all scope as defined in the clause (with cross
reference of the mentioned PO) in the name
of bidder.
(If the quantity and services not indicated in
the PO/ Work Order / client certificate; then
bidder must furnish the scope of work /
--------------------------------------------------------------------------------------------------------------------------------------
- 12 -
approved BOM / any relevant documents to
comply the BEC requirements along with
certified site measurement by client/PMC)
2 Clause no A (2.0) Necessary proven facilities certification:
(Certifications from any third certifying agencies
or ISO certificate indicating scope of work for
the said services )
(ii) Financial Criteria of BEC:
BEC-
FINANCIAL
5 Annual Turn-over
Clause No. B (1.0)
Bidder(s) shall submit copy of Audited Financial
Statement [Balance Sheet and Profit & Loss
Account Statement] of three (3) preceding
Financial Year(s) along with un-price bid.
6 Net Worth
Clause No. B (2.0)
Bidder(s) shall submit copy of Audited Financial
Statement [Balance Sheet and Profit & Loss
Account Statement] of last Financial Year along
with un-price bid.
7 Working Capital
Clause No. B (3.0)
Bidder(s) shall submit copy of Audited Financial
Statement [Balance Sheet and Profit & Loss
Account Statement] for the last audited Financial
Year along with un-price bid.
If the bidder’s working capital is negative or
inadequate, the bidder shall submit a letter from
the their bank having net worth not less than Rs
100 Crore, confirming the availability of the line
of credit for the amount, stated above. (Refer for
format for certificate from bank if bidder’s
working capital is inadequate).
--------------------------------------------------------------------------------------------------------------------------------------
- 13 -
D. AUTHENTICATION OF DOCUMENTS TO BE SUBMITTED IN
SUPPORT OF BEC:
(i) Technical Criteria of BEC:
All documents in support of Technical Criteria of BEC to be furnished
by the Bidder shall necessarily be duly certified/ attested by Chartered
Engineer and Notary Public with legible stamp.
(ii) Financial Criteria of BEC:
Bidder shall submit “Details of financial capability of Bidder” in
prescribed format (F-16) duly signed and stamped by a chartered
accountant.
Further, copy of audited annual financial statements submitted in bid
shall be duly certified/ attested by Notary Public with legible stamp.
In absence of requisite documents, GAIL reserves the right
to reject the bid without making any reference to the bidder.
E. EVALUATION METHODOLOGY:
i. Methodology for Evaluation and Award shall include price evaluation based on
overall lowest evaluated price (L-1) basis.
ii. The bids will be evaluated after considering the effect of input credit of GST
(CGST & SGST/UTGST or IGST).
iii. In case any unregistered bidder is submitting their bid, their prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) during
evaluation of bid (if applicable as per act/law in vogue). Input credit of GST
(CGST & SGST/UTGST or IGST will be considered during evaluation as per
evaluation methodology of tender document.
iv. In case any cess on GST is applicable same shall also be considered in
evaluation.
--------------------------------------------------------------------------------------------------------------------------------------
- 14 -
SECTION-III
INSTRUCTION TO
BIDDERS
(TO BE READ IN CONJUNCTION WITH
BIDDING DATA SHEET (BDS)
--------------------------------------------------------------------------------------------------------------------------------------
- 15 -
SECTION-III
INSTRUCTION TO BIDDERS
INDEX
[A] GENERAL:
1. SCOPE OF BID
2. ELIGIBLE BIDDERS
3. BIDS FROM CONSORTIUM / JOINT VENTURE
4. ONE BID PER BIDDER
5. COST OF BIDDING
6. SITE-VISIT
[B] BIDDING DOCUMENTS:
7. CONTENTS OF BIDDING DOCUMENTS
8. CLARIFICATION OF BIDDING DOCUMENTS
9. AMENDMENT OF BIDDING DOCUMENTS
[C] PREPARATION OF BIDS:
10. LANGUAGE OF BID
11. DOCUMENTS COMPRISING THE BID
12. SCHEDULE OF RATES / BID PRICES
13 GST (CGST & SGST/ UTGST or IGST )
14. BID CURRENCIES
15. BID VALIDITY
16. EARNEST MONEY DEPOSIT
17. PRE-BID MEETING
18. FORMAT AND SIGNING OF BID
19. ZERO DEVIATION & REJECTION CRITERIA
20. E-PAYMENT
[D] SUBMISSION OF BIDS:
21. SUBMISSION, SEALING AND MARKING OF BIDS
22. DEADLINE FOR SUBMISSION OF BIDS
23. LATE BIDS
24. MODIFICATION AND WITHDRAWAL OF BIDS
[E] BID OPENING AND EVALUATION:
25. EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO
REJECT ANY OR ALL BIDS
26. BID OPENING
27. CONFIDENTIALITY
28. CONTACTING THE EMPLOYER
29. EXAMINATION OF BIDS AND DETERMINATION OF
RESPONSIVENESS
30. CORRECTION OF ERRORS
31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON
OF BIDS
--------------------------------------------------------------------------------------------------------------------------------------
- 16 -
32. EVALUATION AND COMPARISON OF BIDS
33. COMPENSATION FOR EXTENDED STAY
34. PURCHASE PREFERENCE
[F] AWARD OF CONTRACT:
35. AWARD
36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]
37. SIGNING OF AGREEMENT
38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT
39. PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE
PRACTICES
40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL
ENTERPRISE
41. AHR ITEMS
42. VENDOR EVALUATION PROCEDURE
43. INCOME TAX & CORPORATE TAX
44. SETTLEMENT OF DISPUTES BETWEEN GOVERNMENT
DEPARTMENT AND ANOTHER AND ONE GOVERNMENT
DEPARTMENT AND PUBLIC ENTERPRISE AND ONE
PUBLIC ENTERPRISE AND ANOTHER
45. DISPUTE RESOLUTION
46. INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND
MATERIALS PROVIDERS)
47. PROMOTION OF PAYMENT THROUGH CARDS AND
DIGITAL MEANS
48. CONTRACTOR TO ENGAGE CONTRACT MANPOWER
BELONGING TO SCHEDULED CASTES AND WEAKER
SECTIONS OF THE SOCIETY
49. QUARTERLY CLOSURE OF THE CONTRACT
50. PROVISION FOR STARTUPS
[G] ANNEXURES:
1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE
PRACTICES
2. ANNEXURE-II: VENDOR PERFORMANCE EVALUATION
PROCEDURE
3. ANNEXURE-III : ADDENDUM TO INSTRUCTIONS TO
BIDDERS (INSTRUCTION FOR PARTICIPATION IN E-
TENDER)
4. ANNEXURE-IV: BIDDING DATA SHEET (BDS)
--------------------------------------------------------------------------------------------------------------------------------------
- 17 -
INSTRUCTIONS TO BIDDERS [ITB]
(TO BE READ IN CONJUNCTION WITH BIDDING DATA SHEET (BDS)
[A] – GENERAL
1 SCOPE OF BID
1.1 The Employer as defined in the "General Conditions of Contract [GCC]",
wishes to receive Bids as described in the Bidding Document/Tender document
issued by Employer. Employer/Owner/GAIL occurring herein under shall be
considered synonymous.
1.2 SCOPE OF BID: The scope of work/ Services shall be as defined in the
Bidding documents.
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 the Bidding Documents, the terms 'Bid', 'Tender' & ‘Offer’ and
their derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous.
Further, 'Day' means 'Calendar Day' and 'Singular' also means 'Plural'.
2 ELIGIBLE BIDDERS
2.1 The Bidder shall not be under a declaration of ineligibility by Employer for
Corrupt/ Fraudulent/ Collusive/ Coercive practices, as defined in "Instructions to
Bidders [ITB], Clause No. 39” (Action in case Corrupt/ Fraudulent/ Collusive/
Coercive Practices).
2.2 The Bidder is not put on ‘Holiday’ by GAIL or Public Sector Project
Management Consultant (like EIL, Mecon only due to “poor performance” or
“corrupt and fraudulent practices”) or banned/blacklisted by Government
department/ Public Sector on due date of submission of bid. Further, neither
bidder nor their allied agency/(ies) (as defined in the Procedure for Action in
case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list
of GAIL or the Ministry of Petroleum and Natural Gas.
If the bidding documents were issued inadvertently/ downloaded from website,
offers submitted by such bidders shall not be considered for opening/
evaluation/Award and will be returned immediately to such bidders.
In case there is any change in status of the declaration prior to award of
contract, the same has to be promptly informed to GAIL by the bidder.
--------------------------------------------------------------------------------------------------------------------------------------
- 18 -
It shall be the sole responsibility of the bidder to inform GAIL in case the
bidder is put on ‘Holiday’ by GAIL or Public Sector Project Management
Consultant (like EIL, Mecon. only due to “poor performance” or “corrupt and
fraudulent practices”) or banned/blacklisted by Government department/ Public
Sector on due date of submission of bid and during the course of finalization of
the tender. Concealment of the facts shall tantamount to misrepresentation of
facts and shall lead to action against such Bidders as per clause 39 of ITB.
2.3 The Bidder should not be under any liquidation court receivership or similar
proceedings on due date of submission of bid.
In case there is any change in status of the declaration prior to award of
contract, the same has to be promptly informed to GAIL by the bidder.
It shall be the sole responsibility of the bidder to inform GAIL in case the
bidder is under any liquidation court receivership or similar proceedings on
due date of submission of bid and during the course of finalization of the
tender. Concealment of the facts shall tantamount to misrepresentation of facts
and shall lead to action against such Bidders as per clause no.39 of ITB.
2.4 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 work or of the project of
which the works/services forms a part of or
(ii) that has been hired (proposed to be hired) by the Employer as an
Engineer/ Consultant for the contract.
2.5 Neither the firm/entity appointed as the Project Management Consultant
(PMC) for a contract nor its affiliates/ JV’S/ Subsidiaries shall be allowed to
participate in the tendering process unless it is the sole Licensor/Licensor
nominated agent/ vendor.
2.6 Pursuant to qualification criteria set forth in the bidding document, the Bidder
shall furnish all necessary supporting documentary evidence to establish
Bidder’s claim of meeting qualification criteria.
2.7 Power of Attorney:
In case of a Single Bidder, Power of Attorney issued by the Board of Directors/
CEO /Chairman/ MD / Company Secretary of the Bidder/ all partners in case
of Partnership firm/any person authorized in terms of Deed of LLP/Proprietor
in favour of the authorised employee(s) of the Bidder, in respect of the
particular tender for signing the Bid and all subsequent communications,
agreements, documents etc. pertaining to the tender and to act and take any and
all decision on behalf of the Bidder, is to be submitted.
--------------------------------------------------------------------------------------------------------------------------------------
- 19 -
In case of a Consortium/JV, Power of Attorney issued by Board of Directors/
CEO /Chairman MD / Company Secretary of the Consortium Leader as well as
Consortium Member(s) of the Consortium/ partners of JV, in favour of the
authorised employee(s) of the Consortium Leader/Lead member of JV, for
signing the documents on behalf of the Bidder, in respect of this particular
tender, to sign the Bid and all subsequent communications, agreements,
documents etc. pertaining to the tender and act and take any and all decision on
behalf of the Consortium/JV, are to be submitted.
The authorized employee(s) of the Bidder shall be signing the Bid and any
consequence resulting due to such signing shall be binding on the Bidder.
3 BIDS FROM "JOINT VENTURE"/"CONSORTIUM" (FOR
APPLICABILITY OF THIS CLAUSE REFER BIDDING DATA
SHEET(BDS))
3.1 Bids from consortium/ JV of two or more members (maximum three including
leader) are acceptable provided that they fulfill the qualification criteria and
requirements stated in the Bidding Documents. Participating Consortium/ JV
shall submit the Agreement as per the format F-17 clearly defining the scope
and responsibility of each member. Members of consortium/ JV shall assume
responsibility jointly & severally. The EMD shall be submitted by the Bidder
(Consortium/ JV).
3.2 The Consortium/ JV Agreement must clearly define the leader/ lead partner,
who shall be responsible for timely completion of work/ services and shall
receive/ send instructions for and on behalf of the consortium during the period
the bid is under evaluation as well as during the execution of contract.
3.3 All the members shall authorize the representative from the lead partner by
submitting a Power of attorney (on a non judicial stamp paper of appropriate
value) signed by legally authorized signatories of all the member(s). Such
authorization must be accompanied with the bid. The authorized signatory
shall sign all the documents relating to the tender/ contract. However, in case
of award, payment shall be made to the consortium.
3.4 A consortium/ JV once established at the time of submitting the Bid shall not
be allowed to be altered with respect to constituting members of the JV/
Consortium or their respective roles/ scope of work, except if and when
required in writing by owner. If during the evaluation of bids, a consortium/JV
proposes any alteration/ changes in the orientation of consortium/JV or
replacements or inclusions or exclusions of any partner(s)/ member(s) which
had originally submitted the bid, bid from such a consortium/JV shall be liable
for rejection.
3.5 Any member of the consortium/ JV shall not be eligible either in an individual
capacity or be a part of any other consortium/JV to participate in this tender.
--------------------------------------------------------------------------------------------------------------------------------------
- 20 -
Further, no member of the consortium/ JV shall be on ‘Holiday’ by GAIL or
Public Sector Project Management Consultant (like EIL, Mecon only due to
“poor performance” or “corrupt and fraudulent practices”) or banned/
blacklisted by Government department/ Public Sector on due date of
submission of bid. Offer submitted by such consortium/ JV shall not be
considered for opening/ evaluation/Award.
4 ONE BID PER BIDDER
4.1 A Firm/Bidder shall submit only 'one [01] Bid' in the same Bidding Process. A
Bidder who submits or participates in more than 'one [01] Bid' will cause all
the proposals in which the Bidder has participated to be disqualified.
4.2 Alternative Bids shall not be considered.
5 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission
of the Bid including but not limited to Bank charges all courier charges
including taxes & duties etc. incurred thereof. Further, GAIL will in no case,
be responsible or liable for these costs, regardless of the outcome of the
bidding process.
6 SITE VISIT
6.1 The Bidder is advised to visit and examine the site of works and its
surroundings and obtain for itself on its own responsibility all information that
may be necessary for preparing the Bid and entering into a Contract for the
required job. The costs of visiting the site shall be borne by the Bidder.
6.2 The Bidder or any of its personnel or agents shall be granted permission by the
Employer to enter upon its premises and land for the purpose of such visits, but
only upon the express conditions that the Bidder, its personnel and agents will
release and indemnify the Employer and its personnel, agents from and against
all liabilities in respect thereof, and will be responsible for death or injury, loss
or damage to property, and any other loss, damage, costs, and expenses
incurred as a result of inspection.
6.3 The Bidder shall not be entitled to hold any claim against GAIL for non-
compliance due to lack of any kind of pre-requisite information as it is the sole
responsibility of the Bidder to obtain all the necessary information with regard
to site, surrounding, working conditions, weather etc. on its own before
submission of the bid.
--------------------------------------------------------------------------------------------------------------------------------------
- 21 -
[B] – BIDDING DOCUMENTS
7 CONTENTS OF BIDDING DOCUMENTS
7.1 The contents of Bidding Documents / Tender Documents are those stated
below, and should be read in conjunction with any 'Addendum / Corrigendum'
issued in accordance with "ITB: Clause-9":
Section-I : Invitation for Bid [IFB]
Section-II : BID EVALUATION CRITERIA [BEC] & Evaluation
methodology
Section-III : Instructions to Bidders [ITB]
Annexure
Forms & Format
Section-IV : General Conditions of Contract [GCC]
Section-V : Special Conditions of Contract [SCC]
Section-VI : Specifications, Scope of Work and Drawing
Section-VII : Schedule of Rates
*Request for Quotation’, wherever applicable, shall also form part of the Bidding
Document.
7.2 The Bidder is expected to examine all instructions, forms, terms & conditions
in the Bidding Documents. The "Request for Quotation [RFQ] & Invitation for
Bid (IFB)" together with all its attachments thereto, shall be considered to be
read, understood and accepted by the Bidders. Failure to furnish all
information required by the Bidding 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 his Bid.
8 CLARIFICATION OF BIDDING DOCUMENTS
8.1 A prospective Bidder requiring any clarification(s) of the Bidding Documents
may notify GAIL in writing or by fax or email at GAIL's mailing address
indicated in the BDS no later than 02 (two) days prior to pre-bid meeting (in
cases where pre-bid meeting is scheduled) or 05 (five) days prior to the due
date of submission of bid in cases where pre-bid meeting is not held. GAIL
reserves the right to ignore the bidders request for clarification if received after
the aforesaid period. GAIL may respond in writing to the request for
clarification. GAIL's response including an explanation of the query, but
without identifying the source of the query will be uploaded on GAIL’s
tendering web site [https://etender.gail.co.in; http://gailtenders.in and
Government Website] / communicated to prospective bidders by e-mail/ fax.
8.2 Any clarification or information required by the Bidder but same not received
by the Employer at clause 8.1 (refer BDS for address) above is liable to be
considered as "no clarification / information required".
--------------------------------------------------------------------------------------------------------------------------------------
- 22 -
9 AMENDMENT OF BIDDING DOCUMENTS
9.1 At any time prior to the 'Bid Due Date', Owner may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective
Bidder, modify the Bidding Documents by addenda/ corrigendum.
9.2 Any addendum/ corrigendum thus issued shall be integral part of the Tender
Document and shall be hosted on the websites as provided at clause no. 2.0 (G)
of IFB /communicated to prospective bidders by e-mail/ fax. Bidders have to
take into account all such addendum/ corrigendum before submitting their Bid.
9.3 The Employer, if consider necessary, may extend the date of submissions of
Bid in order to allow the Bidders a reasonable time to furnish their most
competitive bid taking into account the amendment issued thereof.
[C] – PREPARATION OF BIDS
10 LANGUAGE OF BID:
The bid prepared by the Bidder and all correspondence, drawing(s),
document(s), certificate(s) etc. relating to the Bid exchanged by Bidder and
GAIL shall be written in English language only. In case a document,
certificate, printed literature etc. furnished by the Bidder in in a language other
than English, the same should be accompanied by an English translation duly
authenticated by the Chamber of Commerce of Bidders Country, in which
case, for the purpose of interpretation of the Bid, the English translation shall
govern.
11. DOCUMENTS COMPRISING THE BID
11.1 In case the Bids are invited under the Manual two Bid system. The Bid
prepared by the Bidder shall comprise the following components sealed in 2
different envelopes:
11.1.1 ENVELOPE-I: "TECHNO-COMMERCIAL / UN-PRICED BID" shall
contain the following:
(a) 'Covering Letter' on Bidder's 'Letterhead' clearly specifying the enclosed
contents.
(b) 'Bidder's General Information', as per 'Form F-1'.
(c) 'Bid Form', as per 'Form F-2'
(d) Copies of documents, as required in 'Form F-3'
(e) As a confirmation that the prices are quoted in requisite format
complying with the requirements copy of Schedule of Rate (SOR) with
prices blanked out mentioning quoted / not quoted (as applicable)
written against each item.
--------------------------------------------------------------------------------------------------------------------------------------
- 23 -
(f) 'Letter of Authority’ on the Letter Head, as per 'Form F-5'
(g) 'No Deviation Confirmation', as per 'Form F-6'
(h) 'Bidder's Declaration regarding Bankruptcy’, in 'Form F-7'
(i) 'Certificate for Non-Involvement of Government of India ' from Bidder,
as per 'Form F-8'
(j) 'Agreed Terms and Conditions', as per 'Form F-10'
(k) 'ACKNOWLEDGEMENT CUM CONSENT LETTER', as per 'Form F-
11'
(l) Duly attested documents in accordance with the "BID EVALUATION
CRITERIA [BEC]" establishing the qualification.
(m) Undertaking on the Letter head, as per the Form F-12.
(n) Power of Attorney /copy of Board Resolution, in favour of the
authorized signatory of the Bid, as per clause no.2.7 of ITB
(o) EMD in original as per Clause 16 of ITB
(p) All forms and Formats including Annexures
(q) List of consortium/ JV member (s), if any, and Consortium Agreement
(as per format ) clearly defining their involvement & responsibility in
this work, wherever applicable as specified elsewhere in the
IFB/RFQ/BEC.
(r) ‘Integrity Pact’ as per ‘Form F-20’
(r) ‘Indemnity Bond’ as per ‘Form F-21’
(s) Tender Document duly signed/ digitally signed by the Authorized
Signatory.
(t) Additional document specified in Bidding Data Sheet (BDS).
(u) Any other information/details required as per Bidding Document
Note: All the pages of the Bid must be signed by the "Authorized Signatory"
of the Bidder.
11.1.2 ENVELOPE-II: Price Bid i) The Prices are to be submitted strictly as per the Schedule of Rate of the
bidding documents. GAIL shall not be responsible for any failure on the
part of the bidder to follow the instructions.
ii) Bidders are advised NOT to mention Rebate/Discount separately, either
in the SOR format or anywhere else in the offer. In case Bidder(s)
intend to offer any Rebate/Discount, they should include the same in the
item rate(s) itself under the “Schedule of Rates (SOR)” and indicate the
discounted unit rate(s) only.
iii) If any unconditional rebate has been offered in the quoted rate the same
shall be considered in arriving at evaluated price. However no
cognizance shall be taken for any conditional discount for the purpose
of evaluation of the bids.
iv) In case, it is observed that any of the bidder(s) has/have offered suo-
moto Discount/Rebate after opening of unpriced bid but before opening
of price bids such discount /rebate(s) shall not be considered for
evaluation. However, in the event of the bidder emerging as the lowest
evaluated bidder without considering the discount/rebate(s), then such
--------------------------------------------------------------------------------------------------------------------------------------
- 24 -
discount/rebate(s) offered by the bidder shall be considered for Award
of Work and the same will be conclusive and binding on the bidder.
v) In the event as a result of techno-commercial discussions or pursuant to
seeking clarifications / confirmations from bidders, while evaluating the
un-priced part of the bid, any of the bidders submits a sealed envelope
stating that it contains revised prices; such bidder(s) will be requested to
withdraw the revised prices failing which the bid will not be considered
for further evaluation.
vi) In case any bidder does not quote for any item(s) of “Schedule of Rates”
and the estimated price impact is more than 10% of the quoted price,
then the bid will be rejected. If such price impact of unquoted items is
10% or less of his quoted price, then the unquoted item(s) shall be
loaded highest of the price quoted by the other bidders . If such bidder
happens to be lowest evaluated bidder, price of unquoted items shall be
considered as included in the quoted bid price.
11.2 In case the bids are invited under e-tendering system, bidders are requested to
refer instructions for participating in E-Tendering enclosed herewith as
Annexure-III and the ready reckoner for bidders available in
https://etender.gail.co.in. Bids submitted manually shall be rejected, the bids
must be submitted on GAIL’s E-tendering website as follows :-
11.2.1 PART-I: “TECHNO-COMMERCIAL/UN-PRICED BID” comprising all
the above documents mentioned at 11.1.1 along with copy of EMD/Bid Bond,
copy of Power of Attorney and copy of integrity pact should be uploaded in the
private area earmarked (Tender Document) in the GAIL’s e-tendering portal.
Further, Bidders must submit the original " EMD, Power of Attorney, Integrity
Pact (wherever applicable) and any other documents specified in the Tender
Document to the address mentioned in IFB, in a sealed envelope, superscribing
the details of Tender Document (i.e. tender number & tender for) within 7 days
from the date of un-priced bid opening.
Bidders are required to submit the EMD in original by Due Date and Time of
Bid Submission or upload a scanned copy of the same in the Part-I of the Bid.
If the Bidder is unable to submit EMD in original by Due Date and Time of
Bid Submission, the Bidder is required to upload a scanned copy of the EMD
in Part-I of Bid, provided the original EMD, copy of which has been uploaded,
is received within 7 days from the Due Date of Bid Opening, failing which the
Bid will be rejected irrespective of their status/ranking in tendering process and
notwithstanding the fact that a copy of EMD was earlier uploaded by the
Bidder.
--------------------------------------------------------------------------------------------------------------------------------------
- 25 -
11.2.2 PART-II: PRICE BID
The Prices are to be filled strictly in the Schedule of Rate of the bidding
documents and provision mentioned at para 11.1.2 hereinabove and to
uploaded in SOR attachment/Conditions of E-tendering portal.
[In case of online bidding, necessary modifications w.r.t. SOR attachment and
provisions for online filling the rate and its attachment, should be mentioned]
11.3 In case of bids invited under single bid system, a single envelope containing all
documents specified at Clause 11.1.1 & 11.1.2 of ITB above form the BID. All
corresponding conditions specified at Clause 11.1.1 & 11.1.2 of ITB shall
become applicable in such a case.
12 SCHEDULE OF RATES / BID PRICES
12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for
the whole works as described in Bidding Documents, based on the rates and
prices submitted by the Bidder and accepted by the Employer. The prices
quoted by the Bidders will be inclusive of all taxes except GST (CGST &
SGST/UTGST or IGST).
12.2 Prices must be filled in format for "Schedule of Rates [SOR]" enclosed as part
of Tender 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.
12.3 Bidder shall quote for all the items of "SOR" after careful analysis of cost
involved for the performance of the completed item considering all parts of the
Bidding Document. In case any activity though specifically not covered in
description of item under "SOR" but is required to complete the works as per
Specifications, Scope of Work / Service, Standards, General Conditions of
Contract (“GCC"), Special Conditions of Contract ("SCC") or any other part of
Bidding Document, the prices quoted shall deemed to be inclusive of cost
incurred for such activity.
12.4 All duties, taxes and other levies [if any] payable by the Contractor under the
Contract, or for any other cause except final GST (CGST & SGST/ UTGST
or IGST) shall be included in the rates / prices and the total bid-price
submitted by the Bidder. Applicable rate of GST (CGST & SGST/ UTGST
or IGST) on the contract value shall be indicated in Agreed Terms &
Conditions (Format-F10) and SOR.
12.5 Prices quoted by the Bidder, shall remain firm and fixed and valid until
completion of the Contract and will not be subject to variation on any account.
Any new taxes & Duties, if imposed by the State/ Govt. of India after due date
of bid submission but before the Contractual Delivery Date, shall be
reimbursed to the contractor on submission of documentary evidence for proof
of payment to State/ Govt. Authorities and after ascertaining it’s applicability
with respect to the contract.
--------------------------------------------------------------------------------------------------------------------------------------
- 26 -
12.6 The Bidder shall quote the prices in 'figures' & words. There should not be any
discrepancy between the prices indicated in figures and the price indicated in
words. In case of any discrepancy, the same shall be dealt as per clause no. 30
of ITB.
12.7 Further, Bidder shall also mention the Service Accounting Codes (SAC) /
Harmonized System of Nomenclature (HSN) at the designated place in SOR.
13 GST (CGST & SGST/ UTGST or IGST)
13.1 Bidders are required to submit copy of the GST Registration Certificate while
submitting the bids wherever GST (CGST & SGST/UTGST or IGST) is
applicable.
13.2 Quoted prices should be inclusive of all taxes and duties, except GST (CGST
& SGST or IGST or UTGST). Please note that the responsibility of payment
of GST (CGST & SGST or IGST or UTGST) lies with the Supplier of
Goods / Services only. Supplier of Goods / Services (Service Provider)
providing taxable service shall issue an Invoice/ Bill, as the case may be as per
rules/ regulation of GST. Further, returns and details required to be filled
under GST laws & rules should be timely filed by Supplier of Goods / Services
(Service Provider) with requisite details.
Payments to Service Provider for claiming GST (CGST & SGST/UTGST or
IGST) amount will be made provided the above formalities are fulfilled.
Further, GAIL may seek copies of challan and certificate from Chartered
Accountant for deposit of GST (CGST & SGST/UTGST or IGST) collected
from Owner.
13.3 In case CBEC (Central Board of Excise and Customs)/ any equivalent Central
Government agency/ State Government agency brings to the notice of GAIL
that the Supplier of Goods / Services (Service Provider) has not remitted the
amount towards GST (CGST & SGST/UTGST or IGST) collected from
GAIL to the government exchequer, then, that Supplier of Goods / Services
(Service Provider) shall be put under Holiday list of GAIL for period of six
months as mentioned in Procedure for Evaluation of Performance of Vendors/
Suppliers/Contractors/ Consultants.
13.4 In case of statutory variation in GST (CGST & SGST/UTGST or IGST),
other than due to change in turnover, payable on the contract value during
contract period, the Supplier of Goods / Services (Service Provider) shall
submit a copy of the 'Government Notification' to evidence the rate as
applicable on the Bid due date and on the date of revision.
Beyond the contract period, in case GAIL is not entitled for input tax credit of
GST (CGST & SGST/UTGST or IGST), then any increase in the rate of
GST (CGST & SGST/UTGST or IGST) beyond the contractual delivery
--------------------------------------------------------------------------------------------------------------------------------------
- 27 -
period shall be to Service Provider’s account whereas any decrease in the rate
GST (CGST & SGST/UTGST or IGST) shall be passed on to the Owner.
Beyond the contract period, in case GAIL is entitled for input tax credit of
GST (CGST & SGST/UTGST or IGST), then statutory variation in
applicable GST (CGST & SGST/UTGST or IGST) on supply and on
incidental services, shall be to GAIL’s account.
Claim for payment of GST (CGST & SGST/UTGST or IGST)/ Statutory
variation, should be raised within two [02] months from the date of issue of
'Government Notification' for payment of differential (in %) GST (CGST &
SGST/UTGST or IGST), otherwise claim in respect of above shall not be
entertained for payment of arrears.
The base date for the purpose of applying statutory variation shall be the Bid
Due Date.
13.5 Where the GAIL is entitled to avail the input tax credit of GST (CGST &
SGST/UTGST or IGST):-
13.5.1 Owner/GAIL will reimburse the GST (CGST & SGST/UTGST or IGST) to
the Supplier of Goods / Services (Service Provider) at actuals against
submission of Invoices as per format specified in rules/ regulation of GST to
enable Owner/GAIL to claim input tax credit of GST (CGST &
SGST/UTGST or IGST) paid. In case of any variation in the executed
quantities, the amount on which the GST (CGST & SGST/UTGST or IGST)
is applicable shall be modified in same proportion. Returns and details
required to be filled under GST laws & rules should be timely filed by supplier
with requisite details.
13.5.2 The input tax credit of GST (CGST & SGST/UTGST or IGST) quoted shall
be considered for evaluation of bids, as per evaluation criteria of tender
document.
13.6 Where the GAIL is not entitled to avail/take the full input tax credit of GST
(CGST & SGST/UTGST or IGST):-
13.6.1 Owner/GAIL will reimburse GST (CGST & SGST/UTGST or IGST) to the
Supplier of Goods / Services (Service Provider) at actuals against submission
of Invoices as per format specified in rules/ regulation of GST subject to the
ceiling amount of GST (CGST & SGST/UTGST or IGST) as quoted by the
bidder, subject to any statutory variations, except variations arising due to
change in turnover. In case of any variation in the executed quantities (If
directed and/or certified by the Engineer-In-Charge) the ceiling amount on
which GST (CGST & SGST/UTGST or IGST) is applicable will be
modified on pro-rata basis.
--------------------------------------------------------------------------------------------------------------------------------------
- 28 -
13.6.2 The bids will be evaluated based on total price including applicable GST
(CGST & SGST/UTGST or IGST).
13.7 GAIL will prefer to deal with registered supplier of goods/ services under
GST. Therefore, bidders are requested to get themselves registered under GST,
it not registered yet.
However, in case any unregistered bidder is submitting their bid, their prices
will be loaded with applicable GST (CGST & SGST/UTGST or IGST)
while evaluation of bid bid (if applicable as per Govt. Act/ Law in vogue).
Where GAIL is entitled for input credit of GST (CGST & SGST/UTGST or
IGST), the same will be considered for evaluation of bid as per evaluation
methodology of tender document.
13.8 In case GAIL is required to pay entire/certain portion of applicable GST
(CGST & SGST/UTGST or IGST) and remaining portion, if any, is to be
deposited by Bidder directly as per GST (CGST & SGST/UTGST or IGST)
laws, entire applicable rate/amount of GST (CGST & SGST/UTGST or
IGST) to be indicated by bidder in the SOR.
Where GAIL has the obligation to discharge GST (CGST & SGST/UTGST
or IGST) liability under reverse charge mechanism and GAIL has paid or is
/liable to pay GST (CGST & SGST/UTGST or IGST) to the Government
on which interest or penalties becomes payable as per GST laws for any reason
which is not attributable to GAIL or ITC with respect to such payments is
not available to GAIL for any reason which is not attributable to GAIL, then
GAIL shall be entitled to deduct/ setoff / recover such amounts against any
amounts paid or payable by GAIL to Contractor / Supplier.
13.9 Contractor shall ensure timely submission of invoice(s) as per rules/ regulations
of GST with all required supporting document(s) within a period specified in
Contracts/ LOA to enable GAIL to avail input tax credit. Further, returns and
details required to be filled under GST laws & rules should be timely filed by
supplier with requisite details.
If input tax credit with respect to GST (CGST & SGST/UTGST or IGST) is
not available to GAIL for any reason which is not attributable to GAIL, then
GAIL shall not be obligated or liable to pay or reimburse GST (CGST &
SGST/UTGST or IGST) charged in the invoice(s) and shall be entitled to /
deduct/ setoff /recover the such GST (CGST & SGST/UTGST or IGST
UTGST) thereupon together with all penalties and interest if any, against any
amounts paid or payable by GAIL to Supplier of Goods / Services.
13.10 Anti-profiteering clause
As per Clause 171 of GST Act it is mandatory to pass on the benefit due to
reduction in rate of tax or from input tax credit to the consumer by way of
--------------------------------------------------------------------------------------------------------------------------------------
- 29 -
commensurate reduction in prices. The Supplier of Goods / Services may note
the above and quote their prices accordingly.
13.11 In case the GST rating of vendor on the GST portal / Govt. official website is
negative / black listed, then the bids may be rejected by GAIL. Further, in case
rating of bidder is negative / black listed after award award of work for supply
of goods / services, then GAIL shall not be obligated or liable to pay or
reimburse GST to such vendor and shall also be entitled to deduct / recover
such GST along with all penalties / interest, if any, incurred by GAIL.
13.12 GST (CGST & SGST/UTGST or IGST) is implemented w.e.f. 01.07.2017
which subsumed various indirect taxes and duties applicable before
01.07.2017. Accordingly, the provisions of General Condition of Contract
relating to taxes and duties which are subsumed in GST are modified to
aforesaid provisions mentioned in clause no. 12 and 13 of ITB.
14 BID CURRENCIES:
Bidders must submit bid in Indian Rupees only.
15 BID VALIDITY
15.1 Bids shall be kept valid for period specified in BDS from the final Due date of
submission of bid'. A Bid valid for a shorter period may be rejected by GAIL
as 'non-responsive'.
15.2 In exceptional circumstances, prior to expiry of the original 'Bid Validity
Period', the Employer may request the Bidders to extend the 'Period of Bid
Validity' for a specified additional period. The request and the responses
thereto shall be made in writing or by fax/email. A Bidder may refuse the
request without forfeiture of his EMD. 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 EMD for the period of the extension and in accordance with
"ITB: Clause-16" in all respects.
16 EARNEST MONEY DEPOSIT
16.1 Bid must be accompanied with earnest money (i.e Earnest Money Deposit
(EMD) also known as Bid Security) in the form of ‘Demand Draft’ /
‘Banker’s Cheque’ [in favour of GAIL (India) Limited payable at place
mentioned in BDS] or ‘Bank Guarantee’ or ‘Letter of Credit’ strictly as per
the format given in form F 4/ F- 4A (as the case may be) of the Tender
Document or through E-banking directly to the bank account of GAIL.
Bidder shall ensure that EMD submitted in the form of ‘Bank Guarantee’ or
‘Letter of Credit’ should have a validity of at least ‘two [02] months’ beyond
the validity of the Bid. EMD submitted in the form of ‘Demand Draft’ or
‘Banker’s Cheque’ should be valid for three months.
--------------------------------------------------------------------------------------------------------------------------------------
- 30 -
Bid not accompanied with EMD, or EMD not in requisite format shall be liable
for rejection. The EMD shall be submitted in Indian Rupees only.
16.2 The EMD is required to protect GAIL against the risk of Bidder’s conduct,
which would warrant the forfeiture of EMD, pursuant to clause-16.7 of ITB.
16.3 GAIL shall not be liable to pay any documentation charges, Bank charges,
commission, interest etc. on the amount of EMD. In case EMD is in the form
of a ‘Bank Guarantee’, the same shall be from any Indian scheduled Bank or a
branch of an International Bank situated in India and registered with ‘Reserve
Bank of India’ as Scheduled Foreign Bank. However, in case of ‘Bank
Guarantee’ from Banks other than the Nationalized Indian Banks, the Bank
must be commercial Bank having net worth in excess of Rs. 100 Crores
[Rupees One Hundred Crores] and a declaration to this effect should be made
by such commercial Bank either in the ‘Bank Guarantee’ itself or separately on
its letterhead.
16.4 Any Bid not secured in accordance with “ITB: Clause-16.1 & Clause-16.3”
may be rejected by GAIL as non-responsive.
16.5 Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as
possible, but not later than ‘thirty [30] days’ after finalization of tendering
process.
16.6 The successful Bidder’s EMD will be discharged upon the Bidder’s
acknowledging the ‘Award’ and signing the ‘Agreement’ (if applicable) and
furnishing the ‘Contract Performance Security (CPS)/ Security Deposit’
pursuant to clause no. 38 of ITB.
16.7 Notwithstanding anything contained herein, the EMD may also be forfeited in
any of the following cases:
(a) If a Bidder withdraws his Bid during the ‘Period of Bid Validity’
(b) If a Bidder has indulged in corrupt/fraudulent /collusive/coercive
practice
(c) If the Bidder modifies Bid during the period of bid validity (after Due
Date and Time for Bid Submission).
(d) Violates any other condition, mentioned elsewhere in the Tender
Document, which may lead to forfeiture of EMD.
(e) In the case of a successful Bidder, if the Bidder fails to:
(i) to acknowledge receipt of the “Notification of Award” / Fax of
Acceptance[FOA]”,
(ii) to furnish “Contract Performance Security / Security Deposit”, in
accordance with “ITB: Clause-38”
(iii) to accept ‘arithmetical corrections’ as per provision of the clause
30 of ITB.
--------------------------------------------------------------------------------------------------------------------------------------
- 31 -
16.8 In case EMD is in the form of ‘Bank Guarantee’ or ‘Letter of Credit’, the same
must indicate the Tender Document No. and the name of Tender Document for
which the Bidder is quoting. This is essential to have proper correlation at a
later date.
16.9 MSEs (Micro & Small Enterprises) are exempted from submission of EMD in
accordance with the provisions of PPP-2012 and Clause 40 of ITB. However,
Traders/Dealers/ Distributors /Stockiest /Wholesaler are not entitled for
exemption of EMD. The Government Departments/PSUs are also exempted
from the payment of EMD.
17 PRE-BID MEETING (IF APPLICABLE)
17.1 The Bidder(s) or his designated representative are invited to attend a "Pre-Bid
Meeting" which will be held at address specified in IFB. It is expected that a
bidder shall not depute more than 02 representatives for the meeting.
17.2 Purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage and give hands-on e-tendering.
17.3 Text of the questions raised and the responses given, together with any
responses prepared after the meeting, will be uploaded on GAIL e-tendering
website against the Tender. Any modification of the Contents of Bidding
Documents listed in "ITB: Clause-7.1", 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 / Corrigendum pursuant to "ITB: Clause-9", and not
through the minutes of the Pre-Bid Meeting.
17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification
of Bidder.
18 FORMAT AND SIGNING OF BID
18.1 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 a
person or persons duly authorized to sign on behalf of the Bidder (as per POA).
The name and position held by each person signing, must be typed or printed
below the signature. All pages of the Bid except for unamended printed
literature where entry(s) or amendment(s) have been made shall be initialed by
the person or persons signing the Bid.
18.2 The Bid shall contain no alterations, omissions, or additions, unless such
corrections are initialed by the person or persons signing the Bid.
18.3 In case of e-tendering, digitally signed documents to be uploaded as detailed
in addendum to ITB.
--------------------------------------------------------------------------------------------------------------------------------------
- 32 -
19 ZERO DEVIATION AND REJECTION CRITERIA
19.1 ZERO DEVIATION: Deviation to terms and conditions of "Bidding
Documents" may lead to rejection of bid. GAIL will accept bids based on
terms & conditions of "Bidding Documents" only. Bidder may note GAIL will
determine the substantial responsiveness of each bid to the Bidding Documents
pursuant to provision contained in clause 29 of ITB. For purpose of this, a
substantially responsive bid is one which conforms to all terms and conditions
of the Bidding Documents without deviations or reservations. GAIL's
determination of a bid's responsiveness is based on the content of the bid itself
without recourse to extrinsic evidence. GAIL reserves the right to raise
technical and/or commercial query(s), if required, may be raised on the
bidder(s). The response(s) to the same shall be in writing, and no change in the
price(s) or substance of the bids shall be sought, offered or permitted. The
substance of the bid includes but not limited to prices, completion, scope,
technical specifications, etc. Bidders are requested to not to take any
deviation/exception to the terms and conditions laid down in this "Tender
Documents", and submit all requisite documents as mentioned in this "Tender
Documents", failing which their offer will be liable for rejection. If a bidder
does not reply to the queries in the permitted time frame then its bid shall be
evaluated based on the documents available in the bid.
19.2 REJECTION CRITERIA: Notwithstanding the above, deviation to the
following clauses of Tender document shall lead to summarily rejection of Bid:
(a) Firm Price
(b) Earnest Money Deposit / Bid Security
(c) Specifications & Scope of Work
(d) Schedule of Rates / Price Schedule / Price Basis
(e) Duration / Period of Contract/ Completion schedule
(f) Period of Validity of Bid
(g) Price Reduction Schedule
(h) Contract Performance Security
(i) Guarantee / Defect Liability Period
(j) Arbitration / Resolution of Dispute/Jurisdiction of Court
(k) Force Majeure & Applicable Laws
(l) Integrity Pact, if Applicable
(m) Any other condition specifically mentioned in the tender document
elsewhere that non-compliance of the clause lead to rejection of bid
Note: Further, it is once again reminded not to mention any condition in the
Bid which is contradictory to the terms and conditions of Tender document.
--------------------------------------------------------------------------------------------------------------------------------------
- 33 -
20 E-PAYMENT
GAIL (India) Limited has initiated payments to Suppliers and Contractors
electronically, and to facilitate the payments electronically through 'e-
banking'. The successful bidder should give the details of his bank account as
per the bank mandate form.
[D] – SUBMISSION OF BIDS
21 SUBMISSION, SEALING AND MARKING OF BIDS
21.1 In case of e-tendering, bids shall be submitted through e-tender mode in the
manner specified elsewhere in tender document. No Manual/ Hard Copy
(Original) offer shall be acceptable.
21.2 In case of manual tendering bid must be submitted in sealed envelope. If the
envelope is not sealed & marked as per Clause No. 11 of ITB, the employer
will assume no responsibility for misplacement or pre-mature opening of the
bid.
21.3 All the bids shall be addressed to the owner at address specified in IFB.
21.4 Bids submitted under the name of AGENT/ CONSULTANT/
REPRESENTATIVE /RETAINER/ ASSOCIATE etc. on behalf of a
bidder/affiliate shall not be accepted.
22 DEADLINE FOR SUBMISSION OF BIDS
22.1 In case of e-bidding, the bids must be submitted through e-tender mode not
later than the date and time specified in the tender documents/BDS.
22.2 In case of manual tendering EMD along with bid must be submitted within the
due date & time.
22.3 GAIL may, in exceptional circumstances and at its discretion, extend the
deadline for submission of Bids (clause 9 of ITB refers). In which case all
rights and obligations of GAIL and the Bidders, previously subject to the
original deadline will thereafter be subject to the deadline as extended. Notice
for extension of due date of submission of bid will be uploaded on GAIL’s
website/ communicated to the bidders.
23 LATE BIDS
23.1 Any bids received after the notified date and time of closing of tenders will be
treated as late bids.
--------------------------------------------------------------------------------------------------------------------------------------
- 34 -
23.2 In case of e-tendering, e-tendering system of GAIL shall close immediately
after the due date for submission of bid and no bids can be submitted
thereafter.
In case of manual tendering, bids received by GAIL after the due date for
submission of bids shall not be considered. Such late bids shall be returned to
the bidder within “10 days” in ‘unopened conditions’. The EMD of such
bidders shall be returned along with the un-opened bid. In case of e-tendering,
where the bid bond/physical documents has been received but the bid is not
submitted by the bidder in the e-tendering portal, such bid bond/ physical
documents shall be returned immediately.
23.3 Unsolicited Bids or Bids received to address other than one specifically
stipulated in the tender document will not be considered for
evaluation/opening/award if not received to the specified destination within
stipulated date & time.
24 MODIFICATION AND WITHDRAWAL OF BIDS
24.1 Modification and withdrawal of bids shall be as follows:-
24.1.1 IN CASE OF E- TENDERING
The bidder may withdraw or modify its bid after bid submission but before the
due date and time for submission as per tender document.
24.1.2 IN CASE OF MANUAL BIDDING
The bidder may withdraw or modify its bid after bid submission but before the
due date for submission as per tender document provided that the written
notice of the modification/ substitution/ withdrawal in received by GAIL prior
to the deadline for submission of bid.
24.2 The modification shall also be prepared, sealed, marked and dispatched in
accordance with the provisions of the clause 11 & 22 of ITB with relevant
‘Cut-Out Slip’ duly pasted and mentioning on top of the envelope as
“MODIFICATION”. In case of withdrawal of bid, the Envelope containing
withdrawal letter duly superscribing the envelope as “WITHDRAWAL” and
“Tender Document number :….”/ communication regarding withdrawal of bid
with “Tender Document number :….”/ must reach concerned dealing official
of GAIL within Due date & Time of submission of Bid. No bid shall be
modified/ withdrawn after the Due Date & Time for Bid submission.
24.3 Any withdrawal/ modification/substitution of Bid in the interval between the
Due Date & Time for Bid submission and the expiration of the period of bid
validity specified by the Bidder in their Bid shall result in the Bidder’s
forfeiture of EMD pursuant to clause 16 of ITB and rejection of Bid.
--------------------------------------------------------------------------------------------------------------------------------------
- 35 -
24.4 The latest Bid submitted by the Bidder shall be considered for evaluation and
all other Bid(s) shall be considered to be unconditionally withdrawn.
24.5 In case after price bid opening the lowest evaluated bidder (L1) is not awarded
the job for any mistake committed by him in bidding or withdrawal of bid or
modification of bid or varying any term in regard thereof leading to re-
tendering, GAIL shall forfeit EMD paid by the bidder and such bidders shall be
debarred from participation in re-tendering of the same job(s)/item(s). Further,
such bidder will be put on holiday for a period of six months after following
the due procedure.
25 EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY
OR ALL BIDS
GAIL 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 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 GAIL's
action. However, Bidder if so desire may seek the reason (in writing) for
rejection of their Bid to which GAIL shall respond quickly.
[E] – BID OPENING AND EVALUATION
26 BID OPENING
26.1 Unpriced Bid Opening :
GAIL will open bids, in the presence of bidders’ designated representatives
who choose to attend, at date, time and location stipulated in the BDS. The
bidders’ representatives, who are present shall sign a bid opening register
evidencing their attendance.
26.2 Priced Bid Opening:
26.2.1 GAIL will open the price bids of those bidders who meet the qualification
requirement and whose bids is determined to be technically and commercially
responsive. Bidders selected for opening of their price bids shall be informed
about the date of price bid opening. Bidders may depute their authorized
representative to attend the bid opening. The bidders’ representatives, who are
present shall sign a register evidencing their attendance and may be required to
be present on a short notice.
26.2.2 The price bids of those Bidders who were not found to be techno-commercially
responsive shall not be opened in both manual tendering and e-tendering. In
case of Manual Tender, the envelope containing Price Bid shall be returned
--------------------------------------------------------------------------------------------------------------------------------------
- 36 -
unopened after opening of the price bids of techno-commercially responsive
Bidders.
26.3 In case of bids invited under the single bid system, bid shall be opened on the
specified due date & time.
27 CONFIDENTIALITY
Information relating to the examination, clarification, evaluation and
comparison of Bids, and recommendations for the award of a Contract, shall
not be disclosed to Bidder(s) or any other persons not officially concerned with
such process.
28 CONTACTING THE EMPLOYER
28.1 From the time of Bid opening to the time of award of Contract, if any Bidder
wishes to contact the Employer on any matter related to the Bid, it should do so
in writing. Information relating to the examination, clarification, evaluation &
recommendation for award shall not be disclosed.
28.2 Any effort by the Bidder to influence the Employer in the Employer's 'Bid
Evaluation', 'Bid Comparison', or 'Contract Award' decisions may result in the
rejection of the Bidder's Bid and action shall be initiated as per procedure in
this regard.
29 EXAMINATION OF BIDS AND DETERMINATION OF
RESPONSIVENESS
29.1 The owner’s determination of a bid’s responsiveness is based on the content of
the bid only. Prior to the detailed evaluation of Bids, the Employer will
determine whether each Bid:-
(a) Meets the "Bid Evaluation Criteria" of the Bidding Documents;
(b) Has been properly signed;
(c) Is accompanied by the required 'Earnest Money / Bid Security';
(d) Is substantially responsive to the requirements of the Bidding
Documents; and
(e) Provides any clarification and/or substantiation that the Employer may
require to determine responsiveness pursuant to "ITB: Clause-29.2"
29.2 A substantially responsive Bid is one which conforms to all the terms,
conditions and specifications of the Bidding Documents without material
deviations or reservations or omissions for this purpose employer defines the
foregoing terms below:-
a) “Deviation” is departure from the requirement specified in the tender
documents.
--------------------------------------------------------------------------------------------------------------------------------------
- 37 -
b) “Reservation” is the setting of limiting conditions or withholding from
complete acceptance of the requirement in the tender documents.
c) “Omission” is the failure to submit part or all of the information or
documentation required in the tender document.
29.3 A material deviation, reservation or omission is one that,
a) If accepted would,
i) Affect in any substantial way the scope, quality, or performance
of the job as specified in tender documents.
ii) Limit, in any substantial way, inconsistent with the Tender
Document, the Employer’s rights or the tenderer’s obligations
under the proposed Contract.
b) If rectified, would unfairly affect the competitive position of other
bidders presenting substantially responsive bids.
29.4 The employer shall examine all aspects of the bid to confirm that all
requirements have been met without any material deviation, reservation or
omission.
29.5 If a Bid is not substantially responsive, it may be rejected by the Employer and
may not subsequently be made responsive by correction or withdrawal of the
of material deviation, reservation or omission.
30 CORRECTION OF ERRORS
30.1 Bids determined to be substantially responsive will be checked by the
Employer for any arithmetic errors. Errors will be corrected by the Employer
as follows:
(i) When there is a difference between the rates in figures and words, the
rate which corresponds to the amount worked out by the Bidder (by
multiplying the quantity and rate) shall be taken as correct.
(ii) When the rate quoted by the Bidder in figures and words tallies but the
amount is incorrect, the rate quoted by the contractor shall be taken as
correct and not the amount and the amount shall be re-calculated/
corrected accordingly.
(iii) When it is not possible to ascertain the correct rate, in the manner
prescribed above, the rate as quoted in words shall be adopted and the
amount worked out, for comparison purposes
30.2 The amount stated in the bid will be adjusted by the Employer in accordance
with the above procedure for the correction of errors. If the bidder does not
accept the corrected amount of bid, its bid will be rejected, and the bid security
shall be forfeited.
--------------------------------------------------------------------------------------------------------------------------------------
- 38 -
31 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF
BIDS
Not Applicable. All bids submitted must be in the currency specified at clause
14 of ITB.
32 EVALUATION AND COMPARISON OF BIDS
Bid shall be evaluated as per evaluation criteria mentioned in Section-II of
bidding documents.
In case of a tie at the lowest bid (L1) position between two or more bidders, the
order/LoA will be placed on the bidder who has higher/ highest turnover in last
audited financial year.
33 COMPENSATION FOR EXTENDED STAY [NOT APPLICABLE TO
THIS TENDER]:-
33.1 In the event of the time of completions of work getting delayed beyond the
time schedule indicated in the bidding document plus a grace period equivalent
to 1/5th
of the time schedule or 2 months whichever is more, due to reasons
solely attributable to Employer, the Contractor shall be paid compensation for
extended stay (ESC) to maintain necessary organizational set up and
construction tools, tackles, equipment etc. at site of work.
33.2 The bidder is required to specify the rate for ESC on per month basis in the
“PRICE PART” of his bid, which shall be considered for loading on total
quoted price during price bid evaluation. The loading shall be done of a period
of 1/5th
of the time schedule or 1 month whichever is less. In case bidder does
not indicate the rate for ESC in price part of his bid, it will be presumed that no
ESC is required by the bidder and evaluation shall be carried out accordingly.
34 PURCHASE PREFERENCE
Purchase preference to Central government public sector Undertaking and
Micro and Small Enterprises (MSEs) shall be allowed as per Government
instructions in vogue.
[F] – AWARD OF CONTRACT
35 AWARD
Subject to "ITB: Clause-29", GAIL will award the Contract to the successful
Bidder whose Bid has been determined to be substantially responsive and has
been determined as the lowest provided that bidder, is determined to be
qualified to satisfactorily perform the Contract.
--------------------------------------------------------------------------------------------------------------------------------------
- 39 -
“GAIL intent to place the order/contract directly on the address from where
Goods are produced/dispatched are Services are rendered. In case, bidder
wants order/ contract at some other address or supply of Goods/ Services
from multiple locations, bidder is required to provide in their bid address on
which order is to be placed”.
36 NOTIFICATION OF AWARD / FAX OF ACCEPTANCE
36.1 Prior to the expiry of ‘Period of Bid Validity’, Notification of Award for
acceptance of the Bid will be intimated to the successful Bidder by GAIL
either by Fax / E - mail /Letter or like means defined as the “Fax of Acceptance
(FOA)”. The Contract shall enter into force on the date of FOA and the same
shall be binding on GAIL and successful Bidder (i.e. Contractor/Service
Provider). The Notification of Award/FOA will constitute the formation of a
Contract. The detailed Letter of Acceptance shall be issued thereafter
incorporating terms & conditions of Tender Document, Corrigendum,
Clarification(s), Bid and agreed variation(s)/acceptable deviation(s), if any.
GAIL may choose to issue Notification of Award in form of detailed Letter of
Acceptance without issuing FOA and in such case the Contract shall enter into
force on the date of detailed Letter of Acceptance only.
36.2 Contract period shall commence from the date of "Notification of Award" or as
mentioned in the Notification of Award. The "Notification of Award" will
constitute the formation of a Contract, until the Contract has been effected
pursuant to signing of Contract as per "ITB: Clause-37".
Upon the successful Bidder's / Contractor's furnishing of 'Contract
Performance Security / Security Deposit', pursuant to "ITB: Clause-38", GAIL
will promptly discharge his 'Earnest Money / Bid Security', pursuant to "ITB:
Clause-16"
37 SIGNING OF AGREEMENT
37.1 GAIL will award the Contract to the successful Bidder, who, within 'fifteen
[15] days' of receipt of the same, shall sign and return the acknowledged copy
to GAIL.
37.2 The successful Bidder/Contractor shall be required to execute an 'Agreement'
in the proforma given in this Bidding Document on a 'non-judicial stamp paper'
of appropriate value [cost of the 'stamp-paper' shall be borne by the successful
Bidder/Contractor] and of ' state' specified in Bidding Data Sheet (BDS) only,
within 'fifteen [15] days' of receipt of the "Fax of Acceptance [FOA]" of the
Tender by the successful Bidder/Contractor failure on the part of the successful
Bidder/Contractor to sign the 'Agreement' within the above stipulated period,
shall constitute sufficient grounds for forfeiture of EMD/Security Deposit.
--------------------------------------------------------------------------------------------------------------------------------------
- 40 -
38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT
38.1 Within 30 days of the receipt of the notification of award/ Fax of Acceptance
from GAIL, the successful bidder shall furnish the Contract Performance
Security (CPS) in accordance with of General Conditions of the Contract. The
CPS shall be in the form of either Banker’s Cheque or Demand Draft or Bank
Guarantee or Letter of Credit and shall be in the currency of the Contract.
However, CPS shall not be applicable in cases wherein the individual
order/contract value as specified in Notification of Award is less than INR 5
Lakh (exclusive of GST).
38.2 The contract performance security shall be for an amount equal to specified in
Bidding Data Sheet (BDS) towards faithful performance of the contractual
obligations and performance of equipment. For the purpose of CPS,
Contract/order value shall be exclusive of GST (CGST & SGST/UTGST or
IGST) to be reimbursed by the Owner.
Bank Guarantee towards CPS shall be from any Indian scheduled bank or a
branch of an International bank situated in India and registered with Reserve
bank of India as scheduled foreign bank in case of Indian bidder as well as
foreign bidder. However, in case of bank guarantees from banks other than the
Nationalized Indian banks, 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 itself or
separately on its letterhead. This bank guarantee shall be valid for a period as
three months beyond the DLP specified in Bid Data Sheet.
38.3 Failure of the successful bidder to comply with the requirements of this article
shall constitute sufficient grounds for the annulment of the award and
forfeiture of the EMD.
38.4 The CPS has to cover the entire contract value including extra works/services
also. As long as the CPS submitted at the time of award take cares the extra
works/ services executed and total executed value are within the awarded
contract price, there is no need for additional CPS. As soon as the total
executed value is likely to burst the ceiling of awarded contract price, the
contractor should furnish additional CPS.
38.5 Further, the bidder can submit CPBG on line through issuing bank to GAIL
directly as per Ministry of Finance (MOF) Department of financial service
direction vide letter ref number F.No.7/112/2011-BOA dated 17th
July 2012. In
such cases confirmation will not be sought from issuing banker by GAIL.
--------------------------------------------------------------------------------------------------------------------------------------
- 41 -
39 PROCEDURE FOR ACTION IN CASE CORRUPT/
FRAUDULENT/COLLUSIVE/ COERCIVE PRACTICES
39.1 Procedure for action in case Corrupt/ Fraudulent/Collusive/Coercive Practices
is enclosed at Annexure-I.
39.2 The Fraud Prevention Policy document is available on GAIL’s website
(www.gailonline.com)
39.3 NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF
BANNING OF VENDORS/ SUPPLIERS / CONTRACTORS/BIDDERS/
CONSULTANTS INDULGED IN FRAUDULENT/ COERCIVE
PRACTICES
Notwithstanding anything contained contrary in GCC and other "CONTRACT
DOCUMENTS", in case it is found that the Vendors/ Suppliers /
Contractors/Bidders/ Consultants indulged in fraudulent/ coercive practices at
the time of bidding, during execution of the contract etc., and/or on other
grounds as mentioned in GAIL’s “Procedure for action in case
Corrupt/Fraudulent/Collusive/Coercive Practices” (Annexure-I), the
contractor/bidder shall be banned (in terms of aforesaid procedure) from the
date of issuance of such order by GAIL (India) Ltd., to such Vendors/
Suppliers / Contractors/Bidders/ Consultants.
The Vendor/ Supplier / Contractor/ Bidder/Consultant understands and agrees
that in such cases where Vendor/ Supplier / Contractor/ Bidder/Consultant has
been banned (in terms of aforesaid procedure) from the date of issuance of
such order by GAIL (India) Limited, such decision of GAIL (India) Limited
shall be final and binding on such Vendor/ Supplier / Contractor/
Bidder/Consultant and the ‘Arbitration clause’ in the GCC and
other "CONTRACT DOCUMENTS" shall not be applicable for any
consequential issue /dispute arising in the matter.
40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL
ENTERPRISES
40.1 Public Procurement Policy on procurement of goods, works and services from
Micro and Small) Enterprises (MSEs) is applicable only to the extent of
exemption to MSEs from payment of EMD/Bid Security.
40.2 In case bidder is a Micro or Small Enterprise under the Micro, Small and
Medium Enterprises Development Act, 2006, the bidder shall submit the
following :
a) Documentary evidence that the bidder is a Micro or Small Enterprises
registered with District Industries Centers or Khadi and Village Industries
National Small Industries Corporation or Directorate of Handicrafts and
--------------------------------------------------------------------------------------------------------------------------------------
- 42 -
Handloom or any other body specified by Ministry of Micro, Small and
Medium Enterprises or Udyog Aadhaar Memorandum.
b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish
appropriate documentary evidence in this regard.
The above documents submitted by the bidder shall be duly certified by the
Chartered Accountant (not being an employee or a Director or not having any
interest in the bidder’s company/firm) and notary public with legible stamp.
a) In case of proprietary MSE, Proprietor(s) shall be SC/ST.
b) In case of partnership MSE, the SC/ST partners shall be holding atleast
51% share in the unit
c) In case of private Limited Companies, at least 51%share is held by
SC/ST. If the MSE is owned by SC/ST entrepreneurs, the bidder shall
furnish appropriate documentary evidence in this regard.
If the bidder does not provide the above confirmation or appropriate document
or any evidence, then it will be presumed that they do not qualify for any
preference admissible in the Public Procurement Policy (PPP) 2012.
Further, MSEs who are availing the benfits of the Public Procurement Policy
(PPP) 2012 get themselves registered with MSME Data Bank being operated
by NSIC, under SME Division, M/o MSME, in order to create proper data
base of MSEs which are making supplies to CPSUs.
40.3 If against an order placed by GAIL, successful bidder(s) (other than
Micro/Small Enterprise) is procuring material/services from their sub-vendor
who is a Micro or Small Enterprise registered with District Industries Centers
or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of Micro,
Small and Medium Enterprises with prior consent in writing of the purchasing
authority/Engineer-in-charge, the details like Name, Registration No., Address,
Contact No. details of material & value of procurement made, etc. of such
Enterprises shall be furnished by the successful bidder at the time of
submission of invoice/Bill.
40.4 The benefit of policy are not extended to the traders/dealers/ Distributors
/Stockiest/Wholesalers.
40.5 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme”
under which they are assisting the Micro & Small enterprises to market their
products and services through tender participation on behalf of the individual
unit or through consortia.
--------------------------------------------------------------------------------------------------------------------------------------
- 43 -
Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted
by NSIC, is meeting the BEC and other terms and conditions of tender their bid
will be considered for further evaluation.
Further, in such cases a declaration is to be submitted by MSE/ consortia on
their letter head (s) that all the terms and conditions of tender document shall
be acceptable to them.
41 AHR ITEMS
In item rate contract where the quoted rates for the items exceed 50% of the
estimate rates, such items will be considered as Abnormally High Rates (AHR)
items and payment of AHR items beyond the SOR stipulated quantities shall be
made at the lowest amongst the following rates:
I) Rates as per SOR, quoted by the Contractor/Bidder.
II) Rate of the item, which shall be derived as follows:
a. Based on rates of Machine and labour 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 labour plus 15% to cover contractor’s supervision profit,
overhead & other expenses.
42 VENDOR PERFORMANCE EVALUATION
Shall be as stipulated Annexure II to ITB herewith.
43 INCOME TAX & CORPORATE TAX
43.1 Income tax deduction shall be made from all payments made to the contractor
as per the rules and regulations in force and in accordance with the Income Tax
Act prevailing from time to time.
43.2 Corporate Tax liability, if any, shall be to the contractor’s account.
43.3 TDS, wherever applicable, shall be deducted as per applicable act/law/rule.
43.4 MENTIONING OF PAN NO. IN INVOICE/BILL
As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN
no. is mandatory for procurement of goods / services/works/consultancy
services exceeding Rs. 2 Lacs per transaction.
--------------------------------------------------------------------------------------------------------------------------------------
- 44 -
Accordingly, supplier/ contractor/ service provider/ consultant should mention
their PAN no. in their invoice/ bill for any transaction exceeding Rs. 2 lakhs.
As provided in the notification, in case supplier/ contractor/ service provider/
consultant do not have PAN no., they have to submit declaration in Form 60
along with invoice/ bill for each transaction.
Payment of supplier/ contractor / service provider/ consultant shall be
processed only after fulfilment of above requirement
44. SETTLEMENT OF DISPUTES BETWEEN GOVERNMENT
DEPARTMENT AND ANOTHER AND ONE GOVERNMENT
DEPARTMENT AND PUBLIC ENTERPRISE AND ONE PUBLIC
ENTERPRISE AND ANOTHER
In the event of any dispute or difference relating to the interpretation and
application of the provisions of the contracts, such dispute or difference shall
be referred by either party for Arbitration to the sole Arbitrator in the
Department of Public Enterprises to be nominated by the Secretary to the
Government of India in-charge of the Department of Public Enterprises. The
Arbitration and Conciliation Act, 1996 shall not be applicable to arbitrator
under this clause. The award of the Arbitrator shall be binding upon the parties
to the dispute, provided, however, any party aggrieved by such award may
make a further reference for setting aside or revision of the award to the Law
Secretary, Department of Legal Affairs, Ministry of Law & Justice,
Government of India. Upon such reference the dispute shall be decided by the
Law Secretary or the Special Secretary / Additional Secretary, when so
authorized by the Law Secretary, whose decision shall bind the Parties finally
and conclusively. The parties to the dispute will share equally the cost of
arbitration as intimated by the Arbitrator.
45 DISPUTE RESOLUTION (ADDENDUM TO PROVISION REGARDING
APPLICABLE LAWS AND SETTLEMENT OF DISPUTES OF GCC)
45.1 GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity
with supplementary to Part – III of the Indian Arbitration and Conciliation Act
1996 for speedier, cost effective and amicable settlement of disputes through
conciliation. A copy of the said rules made available on GAIL’s web site
www.gailonline.com for reference. Unless otherwise specified, the matters
where decision of the Engineer-in-Charge is deemed to be final and binding as
provided in the Agreement and the issues/disputes which cannot be mutually
resolved within a reasonable time, all disputes shall be settled in accordance
with the Conciliation Rules 2010.
45.2 Any dispute(s)/difference(s)/issue(s) of any kind whatsoever between/amongst
the Parties arising under/out of/in connection with this contract shall be settled
in accordance with the aforesaid rules.
--------------------------------------------------------------------------------------------------------------------------------------
- 45 -
45.3 In case of any dispute(s)/difference(s)/issue(s), a Party shall notify the other
Party (ies) in writing about such a dispute(s) / difference(s) / issue(s) between /
amongst the Parties and that such a Party wishes to refer the
dispute(s)/difference(s)/issue(s) to Conciliation. Such Invitation for
Conciliation shall contain sufficient information as to the
dispute(s)/difference(s)/issue(s) to enable the other Party (ies) to be fully
informed as to the nature of the dispute(s)/difference(s)/issue(s), the amount of
monetary claim, if any, and apparent cause(s) of action.
45.4 Conciliation proceedings commence when the other Party(ies) accept(s) the
invitation to conciliate and confirmed in writing. If the other Party (ies)
reject(s) the invitation, there will be no conciliation proceedings.
45.5 If the Party initiating conciliation does not receive a reply within thirty days
from the date on which he/she sends the invitation, or within such other period
of time as specified in the invitation, he/she may elect to treat this as a rejection
of the invitation to conciliate. If he/she so elects, he/she shall inform the other
Party(ies) accordingly.
45.6 Where Invitation for Conciliation has been furnished, the Parties shall attempt
to settle such dispute(s) amicably under Part-III of the Indian Arbitration and
Conciliation Act, 1996 and GAIL (India) Limited Conciliation Rules, 2010. It
would be only after exhausting the option of Conciliation as an Alternate
Dispute Resolution Mechanism that the Parties hereto shall go for Arbitration.
For the purpose of this clause, the option of ‘Conciliation’ shall be deemed to
have been exhausted, even in case of rejection of ‘Conciliation’ by any of the
Parties.
45.7 The cost of Conciliation proceedings including but not limited to fees for
Conciliator(s), Airfare, Local Transport, Accommodation, cost towards
conference facility etc. shall be borne by the Parties equally.
45.8 The Parties shall freeze claim(s) of interest, if any, and shall not claim the same
during the pendency of Conciliation proceedings. The Settlement Agreement,
as and when reached/agreed upon, shall be signed between the Parties and
Conciliation proceedings shall stand terminated on the date of the Settlement
Agreement.
46.0 INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND
MATERIALS PROVIDERS)
INAM-Pro (Platform for infrastructure and materials providers) is a web based
platform for infrastructure provides and materials suppliers and was developed
by Ministry of Road Transport and Highways (MoRT&H) with a view to
reduce project execution delays on account of supply shortages and inspire
greater confidence in contractors to procure cement to start with directly from
the manufacturers. Presently, numerous cement companies are registered in the
--------------------------------------------------------------------------------------------------------------------------------------
- 46 -
portal and offering cement for sale on the portal with a commitment period of 3
years. These companies have bound themselves by ceiling rates for the entire
commitment period, wherein they are allowed to reduce or increase their
cement rates any number of times within the ceiling rate, but are not permitted
to exceed the said ceiling rate.
MoRT&H is expanding the reach of this web-portal by increasing both the
product width as well as the product depth. They are working on incorporating
60 plus product categories. The product range will span from large machineries
like Earth Movers and Concrete Mixers, to even the smallest items like road
studs. MoRT&H intend to turn it into a portal which services every
infrastructure development related need of a modern contractor.
GAIL’s contractors may use this innovative platform, wherever applicable. The
usage of web – Portal is a completely voluntary exercise. The platform,
however, can serve as a benchmark for comparison of offered prices and
products.
47 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL
MEANS
To promote cashless transactions, the onward payments by Contractors to their
employees, service providers, sub-contractors and suppliers may be made
through Cards and Digital means to the extent possible
48 CONTRACTOR TO ENGAGE CONTRACT MANPOWER
BELONGING TO SCHEDULED CASTES AND WEAKER SECTIONS
OF THE SOCIETY
While engaging the contractual manpower, Contractors are required to make
efforts to provide opportunity of employment to the people belonging to
Scheduled Castes and weaker sections of the society also in order to have a
fair representation of these sections.
49. QUARTERLY CLOSURE OF THE CONTRACT
During execution of contracts/orders, various issues may arise. In order to
timely detect and to address the contractual issue (s) during the execution of
contracts, GAIL has introduced a mechanism of quarterly closure of the
contract, under which all the issues related to the contract execution will be
monitored on quarterly basis for resolution.
Vendors/Contractors are required to co-operate with EIC for proper
implementation of this mechanism for smooth execution of the contract.”
--------------------------------------------------------------------------------------------------------------------------------------
- 47 -
Annexure-I
PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES
A Definitions:
A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly
or indirectly, anything of value to improperly influence the actions in selection
process or in contract execution.
“Corrupt Practice” also includes any omission for misrepresentation that may
mislead or attempt to mislead so that financial or other benefit may be obtained
or an obligation avoided.
A2 “Fraudulent Practice” means and include any act or omission committed by a
agency or with his connivance or by his agent by misrepresenting/ submitting
false documents and/ or false information or concealment of facts or to deceive
in order to influence a selection process or during execution of contract/ order.
A3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a
scheme or arrangement designed to establish bid prices at artificial non-
competitive levels and to deprive the Employer of the benefits of free and open
competition.
A.4 “Coercive practice” means impairing or harming or threatening to impair or
harm directly or indirectly, any agency or its property to influence the
improperly actions of an agency, obstruction of any investigation or auditing of
a procurement process.
A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as
“Agency”
A.6 ”Appellate Authority” shall mean Committee of Directors consisting of Director
(Finance) and Director (BD) for works centers under Director (Projects). For all
other cases committee of Directors shall consist of Director (Finance) &
Director (Projects).
A.7 “Competent Authority” shall mean the authority, who is competent to take final
decision for Suspension of business dealing with an Agency/ (ies) and Banning
of business dealings with Agency/ (ies) and shall be the “Director” concerned.
A.8 “Allied Agency” shall mean all the concerns within the sphere of effective
influence of banned/ suspended agencies. In determining this, the following
factors may be taken into consideration:
(a) Whether the management is common;
--------------------------------------------------------------------------------------------------------------------------------------
- 48 -
(b) Majority interest in the management is held by the partners or directors
of banned/ suspended firm.
(c ) substantial or majority shares are owned by banned/ suspended agency
and by virtue of this it has a controlling voice.
A.9 “Investigating Agency” shall mean any department or unit of GAIL
investigating into the conduct of Agency/ party and shall include the Vigilance
Department of the GAIL, Central Bureau of Investigation, State Police or any
other agency set up by the Central or state government having power to
investigate.
B Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/
coercive practice
B.1 Irregularities noticed during the evaluation of the bids :
If it is observed during bidding process/ bids evaluation stage that a bidder has
indulged in corrupt/fraudulent /collusive/coercive practice, the bid of such
Bidder (s) shall be rejected and its Earnest Money Deposit (EMD) shall be
forfeited.
Further, such agency shall be banned for future business with GAIL for a
period specified in para B 2.2 below from the date of issue of banning order.
B.2 Irregularities noticed after award of contract
(i) During execution of contract:
If an agency, is found to have indulged in corrupt/fraudulent/
collusive/coercive practices, during execution of contract, the agency
shall be banned for future business with GAIL for a period specified in
para B 2.2 below from the date of issue of banning order.
The concerned order (s)/ contract(s) where corrupt/fraudulent/collusive
practices is observed, shall be suspended with immediate effect by
Engineer-in-Charge (EIC)/ Employer whereby the supply/ work/ service
and payment etc. will be suspended. The action shall be initiated for
putting the agency on banning.
After conclusion of process, the order (s)/ contract (s) where it is
concluded that such irregularities have been committed shall be
terminated and Contract cum Performance Bank Guarantee (CPBG)/
Contract Performance Security (CPS) submitted by agency against such
order (s)/ contract (s) shall also be forfeited. The amount that may have
become due to the contractor on account of work already executed by
him shall be payable to the contractor and this amount shall be subject to
--------------------------------------------------------------------------------------------------------------------------------------
- 49 -
adjustment against any amounts due from the contractor under the terms
of the contract.
No risk and cost provision will be enforced in such cases.
(ii) After execution of contract and during Defect liability period
(DLP)/ Warranty/Guarantee Period:
If an agency is found to have indulged in corrupt/fraudulent/
collusive/coercive practices, after execution of contract and during DLP/
Warranty/Guarantee Period, the agency shall be banned for future
business with GAIL for a period specified in para B 2.2 below from the
date of issue of banning order.
Further, the Contract cum Performance Bank Guarantee
(CPBG)/Contract Performance Security (CPS) submitted by agency
against such order (s)/ contract (s) shall be forfeited.
(iii) After expiry of Defect liability period (DLP)/ Warranty/Guarantee
Period
If an agency is found to have indulged in corrupt/fraudulent/
collusive/coercive practices, after expiry of Defect liability period
(DLP)/ Warranty/Guarantee Period, the agency shall be banned for
future business with GAIL for a period specified in para B 2.2 below
from the date of issue of banning order.
B.2.2 Period of Banning
The period of banning of agencies indulged in Corrupt/ Fraudulent/
Collusive/Coercive Practices shall be as under and to be reckoned from the
date of banning order:
S.
No.
Description Period of banning from
the date of issuance of
Banning order
1 Misrepresentation/False information
other than pertaining to BEC of tender
but having impact on the selection
process.
For example, if an agency confirms not
being in holiday/ banning list of PSUs/
Govt. Dept., liquidation, bankruptcy &
etc. and subsequently it is found
otherwise, such acts shall be considered
in this category.
02 years
--------------------------------------------------------------------------------------------------------------------------------------
- 50 -
2
2.1
Corrupt/Fraudulent (pertaining to BEC
of tender) /Collusive/Coercive Practices
If an agency again commits
Corrupt/Fraudulent (pertaining to BEC
of tender) /Collusive/ Coercive Practices
in subsequent cases after their banning,
such situation of repeated offense to be
dealt with more severity and following
shall be the period of banning:
(v) Repeated once
(vi) Repeated twice or more
03 years
7 years (in addition to the
period already served)
15 years (in addition to
the period already served)
3 Indulged in unauthorized disposal of
materials provided by GAIL
7 years
4 If act of vendor/ contractor is a threat to
the National Security
15 years
C Effect of banning on other ongoing contracts/ tenders
C.1 If an agency is put on Banning, such agency should not be considered in
ongoing tenders/future tenders.
C.2 However, if such an agency is already executing other order (s)/ contract (s)
where no corrupt/fraudulent/ collusive/coercive practice is found, the agency
should be allowed to continue till its completion without any further increase in
scope except those incidental to original scope mentioned in the contract.
C.3 If an agency is put on the Banning List during tendering and no irregularity is
found in the case under process:
C.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the
bid submitted by the agency shall be ignored.
C.3.2 after opening Technical bid but before opening the Price bid, the Price bid of
the agency shall not be opened and BG/EMD submitted by the agency shall be
returned to the agency.
C.3.3 after opening of price, BG/EMD made by the agency shall be returned; the
offer of the agency shall be ignored & will not be further evaluated. If the
agency is put on banning list for fraud/ mis-appropriation of facts committed in
the same tender/other tender where errant agency emerges as the lowest (L1),
then such tender shall also be cancelled and re-invited.
--------------------------------------------------------------------------------------------------------------------------------------
- 51 -
D. Procedure for Suspension of Bidder
D.1 Initiation of Suspension
Action for suspension business dealing with any agency/(ies) shall be initiated
by Corporate C&P Department when
(i) Corporate Vigilance Department based on the fact of the case gathered
during investigation by them recommend for specific immediate action
against the agency.
(ii) Corporate Vigilance Department based on the input from Investigating
agency, forward for specific immediate action against the agency.
(iii) Non performance of Vendor/Supplier/Contractor/Consultant leading to
termination of Contract/ Order.
D.2 Suspension Procedure:
D.2.1 The order of suspension would operate initially for a period not more than
six months and is to be communicated to the agency and also to Corporate
Vigilance Department. Period of suspension can be extended with the
approval of the Competent Authority by one month at a time with a ceiling
of six months pending a conclusive decision to put the agency on banning
list.
D.2.2 During the period of suspension, no new business dealing may be held with
the agency.
D.2.3 Period of suspension shall be accounted for in the final order passed for
banning of business with the agency.
D.2.4 The decision regarding suspension of business dealings should also be
communicated to the agency.
D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds
which can result in banning of business dealings, proposal for issuance of
suspension order and show cause notice shall be put up to the Competent
Authority. The suspension order and show cause notice must include that
(i) the agency is put on suspension list and (ii) why action should not be
taken for banning the agency for future business from GAIL.
The competent authority to approve the suspension will be same as that for
according approval for banning.
D 3 Effect of Suspension of business:
--------------------------------------------------------------------------------------------------------------------------------------
- 52 -
Effect of suspension on other on-going/future tenders will be as under:
D.3.1 No enquiry/bid/tender shall be entertained from an agency as long as the
name of agency appears in the Suspension List.
D.3.2 If an agency is put on the Suspension List during tendering:
D.3.2.1 after issue of the enquiry /bid/tender but before opening of Technical bid,
the bid submitted by the agency shall be ignored.
D.3.2.2 after opening Technical bid but before opening the Price bid, the Price bid
of the agency shall not be opened and BG/EMD submitted by the agency
shall be returned to the agency.
D.3.2.3 after opening of price, BG/EMD made by the agency shall be returned; the
offer of the agency shall be ignored & will not be further evaluated. If the
agency is put on Suspension list for fraud/ mis-appropriation of facts
conducted in the same tender/other tender where errant agency emerges as
the lowest (L1), then such tender shall also be cancelled and re-invited.
D.3.3 The existing contract (s)/ order (s) under execution shall continue.
D.3.4 Tenders invited for procurement of goods, works and services shall have
provision that the bidder shall submit a undertaking to the effect that (i)
neither the bidder themselves nor their allied agency/(ies) are on banning
list of GAIL or the Ministry of Petroleum and Natural Gas and (ii) bidder
is not banned by any Government department/ Public Sector.
F. Appeal against the Decision of the Competent Authority:
F.1 The agency may file an appeal against the order of the Competent Authority for
putting the agency on banning list. The appeal shall be filed to Appellate
Authority. Such an appeal shall be preferred within one month from the of
receipt of banning order.
F.2 Appellate Authority would consider the appeal and pass appropriate order
which shall be communicated to the party as well as the Competent Authority.
F.3 Appeal process may be completed within 45 days of filing of appeal with the
Appellate Authority.
G. Wherever there is contradiction with respect to terms of ‘Integrity pact’ , GCC
and ‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive
Practice’, the provisions of ‘Procedure for action in case of Corrupt/Fraudulent/
Collusive/Coercive Practice’ shall prevail.
--------------------------------------------------------------------------------------------------------------------------------------
- 53 -
Annexure-II
PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/
SUPPLIERS/ CONTRACTORS/ CONSULTANTS
1.0 OBJECTIVE
The objective of Evaluation of Performance aims to recognize, and develop
reliable Vendors/ Suppliers/Contractors/ Consultants so that they consistently
meet or exceed expectations and requirements.
The purpose of this procedure is to put in place a system to monitor
performance of Vendors/ Suppliers/Contractors/ Consultants associated with
GAIL in Projects and in O&M so as to ensure timely completion of various
projects, timely receipt of supplies including completion of works & services
for operation and maintenance of operating plants and quality standards in all
respects.
2.0 METHODOLOGY
i) Preparation of Performance Rating Data Sheet
Performance rating data Sheet for each and every Vendor/
Supplier/Contractor/ Consultant for all orders/Contracts with a value of
Rs. 7 Lakhs and above is recommended to be drawn up. These data
sheets are to be separately prepared for orders/ contracts related to
Projects and O&M. Format, Parameters, Process, responsibility for
preparation of Performance Rating Data Sheet are separately mentioned.
ii) Measurement of Performance
Based on the parameters defined in Data Sheet, Performance of
concerned Vendor/ Supplier/Contractor/ Consultant would be computed
and graded accordingly. The measurement of the performance of the
Party would be its ability to achieve the minimum scoring of 60% points
in the given parameters.
iii) Initiation of Measures:
Depending upon the Grading of Performance, corrective measures
would be initiated by taking up the matter with concerned Vendor/
Supplier/Contractor/ Consultant. Response of Vendor/
Supplier/Contractor/ Consultant would be considered before deciding
further course of action.
--------------------------------------------------------------------------------------------------------------------------------------
- 54 -
iv) Implementation of Corrective Measures:
Based on the response of Vendor/ Supplier/Contractor/ Consultant,
concerned Engineer-in-Charge for the Projects and/or OIC in case of
O&M would recommend for continuation or discontinuation of such
party from the business of GAIL.
v) Orders/contracts placed on Proprietary/OEM basis for O&M will be
evaluated and, if required, corrective action will be taken for
improvement in future.
3.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/
SUPPLIERS/ CONTRACTORS/ CONSULTANTS
3.1 FOR PROJECTS
i) Evaluation of performance of Vendors/ Suppliers/Contractors/
Consultants in case of PROJECTS shall be done immediately with
commissioning of any Project.
ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project-in-
charge shall prepare a Performance Rating Data Sheet (Format at
Annexure-1) for all Orders and Contracts.
iii) Depending upon the Performance Rating, following action need to be
initiated by Engineer-in-charge/Project-in-charge:
Sl.No. Performance
Rating
Action
1 POOR Seek explanation for Poor
performance
2 FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future
4 VERY GOOD No further action
iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be
examined. In case of satisfactory reply, Performance Rating data Sheet
to be closed with a letter to the concerned for improving performance in
future.
v) When no reply is received or reasons indicated are unsatisfactory, the
following actions need to be taken:
--------------------------------------------------------------------------------------------------------------------------------------
- 55 -
A) Where Performance rating is “POOR”:
Recommend such defaulting Vendor/ Supplier/Contractor/
Consultant for putting on Holiday for a period from one to three
years as given below:
(i) Poor Performance due to reasons other than Quality : One
Year
(ii) Poor Performance on account of Quality (if any mark
obtained against Quality parameter is less than 30): Two
Years
(iii) Poor Performance leading to termination of contract or
Offloading of contract due to poor performance solely
attributable to Vendor/ Supplier/Contractor/ Consultant or
Repeated Offence: Three Years
Non performance of a Vendor/Supplier/Contractor/Consultant
leading to termination of Contract/ Order, such Vendor/ Supplier/
Contractor/Consultant are also to be considered for Suspension.
In all such cases, concerned site will put up recommendation for
issuance of SCN and putting the party on suspension list as per
process defined for suspension in “Procedure for Action in case
of Corrupt/ Fraudulent/ Collusive/ Coercive Practices”
(B) Where Performance rating is “FAIR”:
Recommend for issuance of warning to such defaulting Vendor/
Supplier/Contractor/ Consultant to improve their performance.
3.2 FOR CONSULTANCY JOBS
Monitoring and Evaluation of consultancy jobs will be carried out in the same
way as described in para 3.1 for Projects.
3.3 FOR OPERATION & MAINTENANCE
i) Evaluation of performance of Vendors/ Suppliers/Contractors/
Consultants in case of Operation and Maintenance shall be done
immediately after execution of order/ contract.
ii) After execution of orders a Performance Rating Data Sheet (Format at
Annexure-2) shall be prepared for Orders by Site C&P and for
Contracts/Services by respective Engineer-In-Charge.
iii) Depending upon Performance Rating, following action need to be
initiated by Site C&P:
--------------------------------------------------------------------------------------------------------------------------------------
- 56 -
Sl. No. Performance
Rating
Action
1 POOR Seek explanation for Poor
performance
2. FAIR Seek explanation for Fair
performance
3 GOOD Letter to the concerned for
improving performance in future.
4 VERY GOOD No further action
iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be
examined. In case of satisfactory reply, Performance Rating data Sheet
to be closed with a letter to the concerned for improving performance in
future.
v) When no reply is received or reasons indicated are unsatisfactory, the
following actions need to be taken:
A) Where performance rating is “POOR”
Recommend such defaulting Vendor/Supplier/Contractor/
Consultant for putting on Holiday for a period from one to three
years as given below:
(i) Poor Performance due to reasons other than Quality : One
Year
(ii) Poor Performance on account of Quality (if any mark
obtained against Quality parameter is less than 30): Two
Years
(iv) Poor Performance leading to termination of contract or
Offloading of contract due to poor performance solely
attributable to Vendor/Supplier/Contractor/Consultant or
Repeated Offence: Three Years
Non-performance of a Vendor/Supplier/Contractor/Consultant
leading to termination of Contract/ Order such Vendor/ Supplier/
Contractor/Consultant are also to be considered for Suspension.
In all such cases, concerned site will put up recommendation for
issuance of SCN and putting the party on suspension list as per
process defined for suspension in “Procedure for Action in case
of Corrupt/ Fraudulent/ Collusive/ Coercive Practices”
--------------------------------------------------------------------------------------------------------------------------------------
- 57 -
(B) Where Performance rating is “FAIR”
Recommend for issuance of warning to such defaulting
Vendors/Contractors/Consultants to improve their performance.
4.0 EXCLUSIONS:
The following would be excluded from the scope of evaluation of performance
of Vendors/ Suppliers/Contractors/ Consultants:
i) Orders/Contracts below the value of Rs. 7 Lakhs.
ii) One time Vendor/ Supplier/Contractor/ Consultant.
iii) Orders for Misc./Administrative items/ Non stock Non valuated items.
However, concerned Engineer-in-Charge /OICs will continue to monitor such
cases so as to minimize the impact on Projects/O&M plants due to non
performance of Vendors/ Suppliers/Contractors/ Consultants in all such cases.
5.0 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY
5.1 An order for Holiday passed for a certain specified period shall deemed to have
been automatically revoked on the expiry of that specified period and it will not
be necessary to issue a specific formal order of revocation.
Further, in case Vendor/ Supplier/Contractor/ Consultant is put on holiday due
to quality, and new order is placed on bidder after restoration of Vendor/
Supplier/Contractor/ Consultant, such order will be properly monitored during
execution stage by the concerned site.
6.0 EFFECT OF HOLIDAY
6.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/
Supplier/Contractor/ Consultant should not be considered in ongoing
tenders/future tenders.
6.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing
any other order/ contract and their performance is satisfactory in terms of the
relevant contract, should be allowed to continue till its completion without any
further increase in scope except those incidental to original scope mentioned in
the contract. In such a case CPBG will not be forfeited and payment will be
made as per provisions of concerned contract. However, this would be without
prejudice to other terms and conditions of the contract.
--------------------------------------------------------------------------------------------------------------------------------------
- 58 -
6.3. Effect on other ongoing tendering:
6.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the
bid submitted by the party shall be ignored.
6.3.2 after opening Technical bid but before opening the Price bid, the Price bid of
the party shall not be opened and BG/EMD submitted by the party shall be
returned to the party.
6.3.3 after opening of price, BG/EMD made by the party shall be returned; the offer
of the party shall be ignored & will not be further evaluated. If errant party
emerges as the lowest (L1), then such tender shall also be cancelled and re-
invited.
7.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per
the procedure, the holding company, subsidiary, joint venture, sister concerns,
group division of the errant Vendor/ Supplier/Contractor/ Consultant shall not
be considered for putting on holiday list.
Any bidder, put on holiday, will not be allowed to bid through consortium
route also in new tender during the period of holiday.
8.0 If an unsuccessful bidder makes any vexatious, frivolous or malicious
complaint against the tender process with the intention of delaying or defeating
any procurement or causing loss to GAIL or any other bidder, such bidder will
be put on holiday for a period of six months, if such complaint is proved to be
vexatious, frivolous or malicious, after following the due procedure.
9. APPEAL AGAINST THE DECISION OF THE COMPETENT
AUTHORITY:
(a) The party may file an appeal against the order of the Competent
Authority for putting the party on Holiday list. The appeal shall be filed
to Appellate Authority. Such an appeal shall be preferred within one
month from the of receipt of Holiday order.
(b) Appellate Authority would consider the appeal and pass appropriate
order which shall be communicated to the party as well as the
Competent Authority.
(c) Appeal process may be completed within 45 days of filing of appeal
with the Appellate Authority.
(d) “Appellate Authority” shall mean Committee of Directors consisting of
Director (Finance) and Director (BD) for works centers under Director
(Projects). For all other cases committee of Directors shall consist of
Director (Finance) & Director (Projects).
--------------------------------------------------------------------------------------------------------------------------------------
- 59 -
10. ERRANT BIDDER
In case after price bid opening the lowest evaluated bidder (L1) is not awarded
the job for any mistake committed by him in bidding or withdrawal of bid or
modification of bid or varying any term in regard thereof leading to re-
tendering, GAIL shall forfeit EMD paid by the bidder and such bidders shall be
debarred from participation in re-tendering of the same job(s)/item(s).
Further, such bidder will be put on holiday for a period of six months after
following the due procedure.
11. In case CBEC (Central Board of Excise and Customs)/ any equivalent Central
Government agency/ State Government agency brings to the notice of GAIL
that the Supplier of Goods / Services (Service Provider) has not remitted the
amount towards GST (CGST & SGST/UTGST or IGST) collected from
GAIL to the government exchequer, , then party will be put on holiday for a
period of six months after following the due procedure.
--------------------------------------------------------------------------------------------------------------------------------------
- 60 -
Annexure-1
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR PROJECTS/ CONSULTANCY JOBS)
i) Project/Work Centre :
ii) Order/ Contract No. & date :
iii) Brief description of Items :
Works/Assignment
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
vi) Contracted delivery/ :
Completion Schedule
vii) Actual delivery/ :
Completion date
Performance
Parameter
Delivery/
Completion
Performance
Quality
Performance
Reliability
Performance#
Total
Maximum
Marks
40 40 20 100
Marks Allocated
Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or
deviation beyond contract payment term or seeking direct payment to the sub-
vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted
against Reliability Performance.
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :
Sl.
No.
Range (Marks) Rating Signature of
Authorised Signatory:
Name:
Designation:
1 60 & below POOR
2 61-75 FAIR
3 76-90 GOOD
4 More than 90 VERY
GOOD
--------------------------------------------------------------------------------------------------------------------------------------
- 61 -
Instructions for allocation of marks
1. Marks are to be allocated as under :
1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks
Delivery Period/ Delay in Weeks Marks
Completion Schedule
a) Upto 3 months Before CDD 40
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0
b) Above 3 months Before CDD 40
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0
1.2 QUALITY PERFORMANCE 40 Marks
For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks
i) Rejection/Defects Marks to be allocated on 10 marks
prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks
--------------------------------------------------------------------------------------------------------------------------------------
- 62 -
1.3 RELIABILITY PERFORMANCE 20 Marks
A. FOR WORKS/CONTRACTS
i) Submission of order acceptance, agreement,
PBG, Drawings and other documents within
time
4 marks
ii) Mobilization of resources as per Contract and
in time
4 marks
iii) Liquidation of Check-list points 4 marks
iv) Compliance to statutory and HS&E
requirements
or
Reliability of Estimates/Design/Drawing etc.
in case of Consultancy jobs
4 marks
v) Timely submission of estimates and other
documents for Extra, Substituted & AHR
items
4 marks
B. FOR SUPPLIES
i) Submission of order acceptance, PBG,
Drawings and other documents within time
5 marks
ii) Attending complaints and requests for after
sales service/ warranty repairs and/ or query/
advice (upto the evaluation period).
5 marks
iii) Response to various correspondence and
conformance to standards like ISO
5 marks
iv) Submission of all required documents
including Test Certificates at the time of
supply
5 marks
--------------------------------------------------------------------------------------------------------------------------------------
- 63 -
Annexure-2
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR O&M)
i) Location :
ii) Order/ Contract No. & date :
iii) Brief description of Items :
Works/Assignment
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
vi) Contracted delivery/ :
Completion Schedule
vii) Actual delivery/ :
Completion date
Performance
Parameter
Delivery
Performance
Quality
Performance
Reliability
Performance#
Total
Maximum Marks 40 40 20 100
Marks Allocated
(*)
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance
or deviation beyond contract payment term or seeking direct payment to the
sub-vendor/sub-contractor due to financial constraints, then ‘0’ marks should
be allotted against Reliability Performance
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :
Sl.
No.
Range (Marks) Rating Signature of
Authorised Signatory:
Name:
Designation:
1 60 & below POOR
2 61-75 FAIR
3 76-90 GOOD
4 More than 90 VERY
GOOD
--------------------------------------------------------------------------------------------------------------------------------------
- 64 -
Instructions for allocation of marks (For O&M)
1. Marks are to be allocated as under :
1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks
Delivery Period/ Delay in Weeks Marks
Completion Schedule
a) Upto 3 months Before CDD 40
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0
b) Above 3 months Before CDD 40
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0
1.2 QUALITY PERFORMANCE 40 Marks
For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks
i) Rejection/Defects Marks to be allocated on 10 marks
prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks
--------------------------------------------------------------------------------------------------------------------------------------
- 65 -
1.3 RELIABILITY PERFORMANCE 20 Marks
A. FOR WORKS/CONTRACTS
i) Submission of order acceptance, agreement,
PBG, Drawings and other documents within
time
4 marks
ii) Mobilization of resources as per Contract and
in time
4 marks
iii) Liquidation of Check-list points 4 marks
iv) Compliance to statutory and HS&E
requirements
or
Reliability of Estimates/Design/Drawing etc.
in case of Consultancy jobs
4 marks
v) Timely submission of estimates and other
documents for Extra, Substituted & AHR
items
4 marks
B. FOR SUPPLIES
i) Submission of order acceptance, PBG,
Drawings and other documents within time
5 marks
ii) Attending complaints and requests for after
sales service/ warranty repairs and/ or query/
advice (upto the evaluation period).
5 marks
iii) Response to various correspondence and
conformance to standards like ISO
5 marks
iv) Submission of all required documents
including Test Certificates at the time of
supply
5 marks
--------------------------------------------------------------------------------------------------------------------------------------
- 66 -
Annexure-III
ADDENDUM TO INSTRUCTIONS TO BIDDERS
(INSTRUCTIONS FOR PARTICIPATION IN E-TENDER)
1. General
This section contains detailed instructions regarding bid submission procedure
under GAIL’s e-tendering system (e-tender portal). Bidders are required to
read the following instructions in addition to various instructions mentioned
elsewhere in the bid document for e-tendering, Ready Reckoner and FAQs
etc. The instructions mentioned herein related to bid submission procedure
shall supersede and shall prevail over the conditions enumerated elsewhere in
the bid/tender document.
Bidders who wish to participate in e-tenders must download ‘Ready Reckoner
for bidders’ which contains instructions in respect of e-Tendering essentially
covering security settings required for bidder’s PC / Laptop, uploading and
checking the status of digital signature in the bidder’s PC / Laptop, obtaining
unique login ID and password, re-setting the password, downloading of
Tender document and uploading of Offer/Bid etc.
Further, the troubleshooting issues are also available in the form of FAQs
which can be downloaded from E-Tender Portal.
2. About E-Tender Portal (Web)
GAIL (India) Ltd. has developed a secured and user friendly e-tender system
enabling bidders to Search, View, Download tender document(s) directly
from the portal https://etender.gail.co.in (referred hereunder as “E-Tender
Portal”) and also enables the bidders to participate and submit online prices
directly in the e-tender portal or uploading of SOR/Price Schedule (Price Bid)
in note and attachment folder, as applicable, and technical bids in secured and
transparent manner maintaining absolute confidentiality and security
throughout the tender evaluation process and award.
3. Pre-requisite for participation in bidding process
The following are the pre-requisite for participation in e-Tendering Process:
3.1 PC/Laptop with Windows OS, Internet Explorer
Bidder must possess a PC/laptop with Windows 7,8,8.1,10 professional or
above OS (please avoid using of Windows ultimate OS), Internet Explorer 8,
9,10,11 or above for hassle free bidding. Bidder is essentially required to effect
--------------------------------------------------------------------------------------------------------------------------------------
- 67 -
the security settings as defined in step-by-steps with screen shots in the
document named “Ready Reckoner for Bidders” for e-tendering available on
GAIL’s e- Portal and can be downloaded without logging in.
3.2 Internet Broadband Connectivity
The Bidder must have a high speed internet connectivity (preferably
Broadband) to access GAIL’s e-Tender Portal for downloading the Tender
document and uploading/submitting the Bids.
3.3 A valid e-mail Id of the Organization/Firm
Bidder must possess an e-mail Id, preferably of the Organisation (in case of a
company)/Individual (in case of proprietorship concern)/Partner having Power
of Attorney (in case of a partnership firm) to create login Id. The e-mail Id
should not be changed frequently. All communication related to e-tendering
including system generated mails shall be sent on this e-mail Id only. The
communication to bidder is fully automated through the system and hence
email-id of bidder is very important for online communication with bidder
during various stages of tendering process and should be preferably common
e-mail Id of the Organisation.
3.4 User ID and Password for new Bidder(s)
To participate in the bidding process, it is mandatory on the part of bidder(s)
to have user Id and password. Without user Id (Login Id), bidders cannot
participate in e-tender. There will be single login Id for a bidder/vendor code.
A bidder having offices/establishments at different address at same city or at
different cities shall have different vendor codes and accordingly, different
user Ids as a particular user Id is linked to a particular vendor code.
To obtain User Id and Password Vendor/Bidder must visit
https://etender.gail.co.in site and perform the following steps:
i) Click on button Request User Id (For new Bidders)
ii) Fill the on line self-registration form and submit. Ensure that the e-mail
address given in the form is valid and active. If you have already been
provided with the Vendor code of GAIL, please mention the 10 digit
Vendor code in the specified field, otherwise leave blank.
iii) Ensure that all the mandatory fields (identified with a * mark) are filled in
the self-registration form for User Id creation.
GAIL’s system administrator would take possible care to allot User Id and
password within 3-4 working days. User Id and password will be
communicated through system auto-generated e-mail as mentioned in the self-
--------------------------------------------------------------------------------------------------------------------------------------
- 68 -
registration form. On receipt of User Id and password, please reset the
password immediately by logging into GAIL’s E-tendering site.
User Id and password is unique for each vendor and the vendor can use the
same to view/download/participate in all e-tenders of GAIL.
In their own interest, Bidder(s) are advised to apply for User Id immediately
on publishing of tender or well in advance of the bid due date. User Id shall
normally be issued within 3-4 working days provided complete information
has been furnished by the bidder in self-registration form. GAIL shall not be
responsible for any delays in allocation of User Id/password and the ensuing
consequences including but not limited to timely submission of bids.
3.5 Procedure for change of E-mail Id of the Bidder
The e-mail-id of the bidder/Vendor Code is captured and registered in GAIL’s
system when a bidder submits his request for user-id / password.
In case bidder desires for change in the registered e-mail id in GAIL’s system,
the under mentioned steps may be followed:-
Note the name, designation, e-mail id etc of the dealing officer from the
tender document or from the “Contact Us” link available on the logon
page of GAIL’s e - tender portal.
Request for change in the registered e-mail id may be sent to the dealing
officer on the company’s letter head through post/ courier/e-mail. Bidder
is also requested to mention his vendor code / user Id in the letter.
3.6 About Digital Signature
(I) What is a Digital Signature?
This is a unique digital code which can be transmitted electronically and
primarily identifies a unique sender. The objective of digital signature is
to guarantee that the individual sending the message is who he or she
really claims to be just like the written signature. The Controller of
Certifying Authorities of India (CCA) has authorized certain Certifying
Authorities (CA) to issue Digital Certificates. Digitally signed
documents are legally valid as per the Indian IT Act 2000.
One Digital Certificate is valid for a specified period and can be used for
digitally signing any number of documents.
--------------------------------------------------------------------------------------------------------------------------------------
- 69 -
(a) In case of Proprietorship/Partnership
Both i.e. (i) Class 3 Digital Signatures issued to authorized
individuals on their KYC basis and (ii) Class 3b Digital
Signatures issued to authorized individuals with their
organization KYC basis are acceptable.
(b) In case of Firm/ Company
Only Class 3b Digital Signature is acceptable where individuals
are using their digital signatures on behalf of the Organization
and digital Signature should be in the name of authorized
signatory who has signed the bid on behalf of bidder.
Bidder can submit only digitally signed documents/bids/offers, in
GAIL’s e-tender portal.
(II) Why Digital Signature is required?
In order to bid for GAIL e-tenders bidders are required to obtain a
legally valid Digital Certificate as per Indian IT Act 2000 from the
licensed Certifying Authorities (CA) operating under the Root
Certifying Authority of India (RCAI), Controller of Certifying
Authorities (CCA) of India.
(III) How to obtain Digital Signatures from Certifying Authority (CA)?
Valid Digital Certificate can be obtained from Certifying Agency (C.A).
Information about CA’s can be obtained through CCA India website
(http://www.cca.gov.in).
Digital Signatures can be obtained using following steps:
a) Visit the site of the licensed CA* using internet browser.
b) Apply for a class 3b or class 3(as applicable) Digital Certificate
with encryption/decryption facility.
c) Follow the instructions on the CA’s website for submission of
requisite documents for issue of the Digital Certificate and
making payment.
*Links to some of the licensed CA's are provided below
1. http://www.ncodesolutions.com
2. http://www.sifycorp.com
3. http://www.tcs-ca.tcs.co.in
4. http://www.e-mudhra.com
5. http://www.nicca.nic.in
6. www.idrbtca.org.in
--------------------------------------------------------------------------------------------------------------------------------------
- 70 -
Note: The Digital signatures should be obtained directly from certifying
authority (CA). Digital signature taken from Sub CA will not be
acceptable in the e-tendering system.
GAIL/Owner reserves the right to verify the Authenticity of above
digital signatures after bid opening and in case the digital signature is
not authorized / valid, the bid will be rejected. Bidder shall be
responsible for ensuring the validity of digital signatures and proper
usage of the same.
4. How to submit On-line Bids/Offers electronically against E-tenders?
Bidders who wish to participate against e-tenders uploaded on GAIL’s e-tender
website (https://etender.gail.co.in) (e-tender portal) should follow the steps
mentioned in the “Ready Reckoner for Bidders for e-tendering” available on
GAIL’s e-tender portal which shall guide them to Search, Display/View,
Download and Submit electronic Bids/Offers online in a secured manner
ensuring confidentiality.
5. How to search, view and download e-tender?
Bidders must go to e-tender website https://etender.gail.co.in and logon using
their user-Id and password. In case bidders do not have the User Id and
Password, they can access the e-tender as guest which does not require any user
Id & Password. This facilitates viewing of tenders in display mode in
Collaboration folder (C Folder). The bidder can also download the tender.
6. Bidders are advised to ensure that their bids are uploaded in e-Tender system
well before the closing date and time of bid submission by pressing “Submit”
button. It has been seen that bidder who try to upload his bid at the last moment
often failed because of last minute unforeseen reasons. Therefore, bidders are
requested to upload & submit all documents (Technical/Un-Priced Bid and
Priced Bid) well in advance and refrain from submitting their bid at the last
moment. Once bid is submitted successfully, bidders shall receive a system
generated response on their registered E-mail Id confirming successful
submission of bid indicating ten digit response number starting from 9000….
(E-bid number).
Bidder can modify the bid already submitted prior to the due date and time of
Bid submission.
7. Further, bidders are advised to carry out a practice session on the demo version
of tendering as explained in Ready Reckoner to get well acquainted with the
system before actual submission of bid.
--------------------------------------------------------------------------------------------------------------------------------------
- 71 -
8.0 Content of Bid
8.1 Un-Priced Bid
The Un-priced Bid (i.e. Part I – Technical Bid, refer ITB of tender for details)
to be uploaded using Link “TECHNICAL DOCUMENT”. Bidders are
advised to not upload duly filled Schedule of Rates/Price Schedule (Price Bid)
at this link. For detailed instructions, Ready Reckoner for bidders may be
referred.
Before the bid is uploaded, the bid comprising of all relevant documents
mentioned in the tender document should be digitally signed in accordance
with the Indian IT Act 2000. If any modifications are required to be made to a
document thereafter the modified documents shall be again digitally signed
before uploading.
Bidders are required to upload all Tender forms and supporting documents
which form part of the bid/tender in the Collaboration Folder (C-Folder) under
tender document of e-tender portal.
Uploading the documents relevant to bid before the bid submission date and
time is the sole responsibility of the bidder. No Manual/Hard copy of bid is
acceptable. Bids submitted manually shall be rejected.
Bidders are required to submit the Earnest Money Deposit (EMD)/Bid Bond in
original in the prescribed formats and in the manner prescribed in the tender at
the time of bid submission in sealed envelope.
However, if the bidder is unable to submit EMD/Bid Bond in original on the
due date, he may upload scanned copy of the EMD/Bid Bond while submitting
the bid electronically, provided the original EMD/Bid Bond, copy of which
has been uploaded, is received within 7 (seven) days from the date of un-
priced bid opening, failing which the bid will be rejected irrespective of their
status / ranking in tender and notwithstanding the fact that a copy of the
Earnest Money Deposit/Bid Bond was earlier uploaded by the bidder.
The complete bid (each page) shall be continuously numbered in sequence,
from start till end i.e. 1, 2, 3… n. The bid shall be uploaded along with proper
index and indicating page numbers against each category of documents. A
sample is suggested as under:
Sub-folder in
C-Folder
Documents Page nos.
(for ref.)
1. INDEX Index 1 to a
2. TENDER DOC Tender Document, Corrigendum etc. a+1 to b
3. B.E.C BEC documents (including order, b+1 to c
--------------------------------------------------------------------------------------------------------------------------------------
- 72 -
completion/ execution certificate,
balance sheet, etc.)
4. UN-PRICED
COMMERCIA
L
Un-priced Commercial offer/bid c+1 to d
5. EMD/POA Scanned copy of EMD/POA d+1 to e
6. FORMATS Formats of tender duly filed-in, signed
and stamped and other
e+1 to f
I.P. Integrity Pact (I.P.) f+1 to f
7. OTHERS Any other document g+1 to n
The above shall ensure that there are no missing documents and traceability of
relevant section is ensured.
Note:
i) Bidder may save/store the bid documents in the PC/Laptop before
submitting the bid into in e-tender portal.
ii) Bidder is required to fill up the price(s)/rate(s) strictly in the Schedule of
Rate (SOR)/Price Schedule attached with the tender.
Inadvertently, if a document is uploaded in Collaboration Folder (C Folder) by
the bidders, such document can be deleted by the bidder and can be replaced by
a digitally signed new/modified document prior to due date& time.
Un-priced techno-commercial bid document should be placed in the private
area earmarked in the C-folder of Tender Document in e-tender portal.
8.2 Priced Bid
The Priced Bid (i.e. Part II – Price Bid, refer ITB for details) to be uploaded
using Link “Step-3: SOR Attachments” and NOT using link “TECHNICAL
DOCUMENT”. Bidders are advised not to upload any other documents and
same shall be ignored. For detailed instructions, refer tender document and
Ready Reckoner.
GAIL shall not be responsible for any failure on the part of the bidder in
submission of Priced Bid.
Instructions mentioned under “PRICE BID [Online]” in Ready Reckoner shall
be applicable in case Bidders have been asked to quote their prices on-line
directly in the GAIL’s e-tender portal in addition to uploading of scanned copy
of SOR or only the on-line price submission in the portal, as the case may be.
9. E-Tender demo during pre-bid conference
--------------------------------------------------------------------------------------------------------------------------------------
- 73 -
During the pre-bid conference, GAIL shall also arrange demonstration for
submission of bids in e-tender portal for interested bidders.
10. Submission of documents
Bidders are requested to upload small sized documents preferably (upto 20
MB) at a time to facilitate easy uploading into e-tender portal. GAIL shall not
be responsible in case of failure of the bidder to upload documents/bids within
specified time of tender submission.
11. Last date for submission of bids
System does not allow for submission or modification of bids beyond the
deadline for bid submission. However, if the bidder for some reason intends to
change the bid already entered, he may change/revise the same on or before the
last date and time of submission. The system time displayed on GAIL’s e-
tender webpage shall be final and binding on the bidders for all purposes
pertaining to various events of the subject tender and no other time shall be
taken into cognizance.
Bidders are advised in their own interest to ensure that bids are uploaded in e-
tender system well before the closing date and time of bid.
12. Internet connectivity
If bidders are unable to access GAIL’s e-tender portal or Bid Documents, the
bidders may please check whether they are using proxy to connect to internet
or their PC is behind any firewall and may contact their system administrator to
enable connectivity. Please note that Port SSL/443 should be enabled on
proxy/firewall for HTTPS connectivity. Dial-up/Broad band internet
connectivity without Proxy settings is another option.
.................................................................................................................................
--------------------------------------------------------------------------------------------------------------------------------------
- 74 -
ANNEXURE-IV
BIDDING DATA SHEET (BDS)
(TO BE FILLED BY THE CONCERNED DEALING OFFICER BEFORE
ISSUANCE OF TENDER)
ITB TO BE READ IN CONJUNCTION WITH THE FOLLOWING:
A. GENERAL
ITB clause Description
1.2
The Invitation for Bids/ Tender no is :
GAIL/NOIDA/PROJ/ARC/8000013892/VM dated 10.10.2018
1.1
The Employer/Owner is: GAIL (India) Limited
2.1
The name of the Works/Services to be performed is:
ANNUAL RATE CONTRACT FOR SUPPLY AND
INSTALLATION OF TELECOM & SCADA EQUIPMENTS FOR
EXTENDING DATA CONNECTIVITY TO UPCOMING LAST
MILE CONSUMERS IN WESTERN REGION
3 BIDS FROM CONSORTIUM/ JOINT VENTURE
NOT APPLICABLE
B. BIDDING DOCUMENT
ITB clause Description
8.1 For clarification purposes only, the communication address is:
Attention: MR. VIVEK MISHRA/ SH. P.S. NABIYAL
Street Address: B-35/36, GAIL JUBILEE TOWER,
SECTOR-1,NOIDA
Floor/Room number:
City: NOIDA
ZIP Code:
--------------------------------------------------------------------------------------------------------------------------------------
- 75 -
Country:
Email: [email protected] ; [email protected]
Fax No……………………………………………
C. PREPARATION OF BIDS
ITB clause Description
12 & 13 Whether GAIL will be able to avail input tax credit in the instant
tender : NO
14 The currency of the Bid shall be INR
15 The bid validity period shall be THREE MONTHS from final 'Bid
Due Date'.
16.1 In case 'Earnest Money / Bid Security' is in the form of 'Demand
Draft' or 'Banker's Cheque', the same should be favor of GAIL
(India) Limited, payable at Noida/ New Delhi
D. SUBMISSION AND OPENING OF BIDS
ITB clause Description
18 In addition to the original of the Bid, the number of copies required is
one. Not applicable in case of e-tendering.
22 The E-Tender No. of this bidding process is: 8000013892
22.3 and 4.0
of IFB
For submission of physical document as per clause no. 4.0 of IFB,
the Owner’s address is :
Attention: Vivek Mishra, Manager (C&P)
GAIL INDIA LIMITED
Jubilee Tower, Plot No. B-35-36,
Sector-1, Noida
Gautam Buddha Nagar, UP
ZIP Code: 201014
Tel: 0120-2446400 /4862400 Extn. 11717
--------------------------------------------------------------------------------------------------------------------------------------
- 76 -
26 The bid opening shall take place at:
GAIL INDIA LIMITED
Jubilee Tower, Plot No. B-35-36,
Sector-1, Noida
Gautam Buddha Nagar, UP
ZIP Code: 201014
Tel: 0120-2446400 /4862400 Extn. 11717
E. EVALUATION, AND COMPARISON OF BIDS
ITB clause Description
32 Evaluation Methodology is mentioned in Section-II.
33 Compensation for Extended Stay: NOT APPLICABLE
F. AWARD OF CONTRACT
ITB clause Description
37 State of which stamp paper is required for Contract Agreement:
_____________________________
38 Contract Performance Security/ Security Deposit : APPLICABLE
SD / CPBG @ 10% of Annualized Order / Contract value to be
submitted within 30 days of FOA/notification of award.
OR
Initial security deposit (ISD) @ 2.5% of Annualized Order / Contract
value to be submitted within 30 days of FOA/notification of award
and deduction @ 7.5% of the Release order value subsequently from
release order bills till the total amount of security deposit (including
ISD and deducted amount) reaches 10% of Annualized Order /
Contract value.
Validity of CPBG/ISD: Contract period + Defect Liability/Warranty
period + 90 days
40 Whether tendered item is non-split able or not-divisible :
Non-Splitable
--------------------------------------------------------------------------------------------------------------------------------------
- 77 -
41 Provision of AHR Item : APPLICABLE
49 Quarterly Closure of Contract: APPLICABLE
Clause no.
27.3 of GCC
Bonus for Early Completion: NOT APPLICABLE
--------------------------------------------------------------------------------------------------------------------------------------
- 78 -
FORMS & FORMAT
--------------------------------------------------------------------------------------------------------------------------------------
- 79 -
LIST OF FORMS & FORMAT
Form No. Description
F-1 BIDDER’S GENERAL INFORMATION
F-2 BID FORM
F-3 LIST OF ENCLOSURES
F-4 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST
MONEY / BID SECURITY"
F-4A PROFORMA OF "LETTER OF CREDIT" FOR "EARNEST
MONEY / BID SECURITY"
F-5 LETTER OF AUTHORITY
F-6 NO DEVIATION CONFIRMATION
F-7 DECLARATION REGARDING HOLIDAY/BANNING AND
LIQUIDATION, COURT RECEIVERSHIP ETC.
F-8 CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF
INDIA
F-9 PROFORMA OF "BANK GUARANTEE" FOR
"CONTRACT PERFORMANCE SECURITY / SECURITY
DEPOSIT"
F-10 AGREED TERMS & CONDITIONS
F-11 ACKNOWLEDGEMENT CUM CONSENT LETTER
F-12 UNDERTAKING ON LETTERHEAD
F-13 BIDDER’S EXPERIENCE
F-14 CHECK LIST
F-15 FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS INADEQUATE
F-16 FORMAT FOR CHARTERED ACCOUNTANT
CERTIFICATE FOR FINANCIAL CAPABILITY OF THE
BIDDER
F-17 FORMAT FOR CONSORTIUM/JV AGREEMENT
F-18 BIDDER'S QUERIES FOR PRE BID MEETING
F-19 E-BANKING FORMAT
F-20 INTEGRITY PACT
F-21 INDEMNITY BOND
--------------------------------------------------------------------------------------------------------------------------------------
- 80 -
F-1
BIDDER'S GENERAL INFORMATION
To,
M/s GAIL (INDIA) LIMITED
___________________
TENDER NO:
1 Bidder Name
2 Status of Firm Proprietorship Firm/Partnership firm/
Limited/Others
If Others Specify:_________________
[Enclose certificate of Registration]
3 Name of
Proprietor/Partners/Directors of the
firm/company
4 Number of Years in Operation
5 Address of Registered Office:
*In case of Partnership firm,
enclose letter mentioning current
address of the firm and the full
names and current addresses of all
the partners of the firm.
City:
District:
State:
PIN/ZIP:
6
Bidder’s address where
order/contract is to be placed
City:
District:
State:
PIN/ZIP:
7 Address from where Goods/
Services are to be dispatched/
provided along with GST no.
(In case supply of Goods/ Services
City:
District:
--------------------------------------------------------------------------------------------------------------------------------------
- 81 -
are from multiple locations,
addresses and GST no. of all such
locations are to be provided).
State:
PIN/ZIP:
GST No.:
8 Telephone Number of address
where order is to be placed
_____________________
(Country Code) (Area Code)
(Telephone No.)
9 E-mail address
10 Website
11 Fax Number: ___________________________________
(Country Code) (Area Code)
(Telephone No.)
12 ISO Certification, if any {If yes, please furnish details}
13 Bid Currency
14 Banker’s Name
15 Branch
16 Bank account number
17 PAN No.
[Enclose copy of PAN Card]
18 GST No. (refer sl. no. 8 above)
[Enclose copy of GST Certificate]
19 EPF Registration No.
[Enclose copy of EPF Registration Certificate]
20 ESI code No.
[Enclose copy of relevant document]
21 Whether Micro/Small/Medium
Enterprise
(Bidder to submit documents as specified it
ITB)
--------------------------------------------------------------------------------------------------------------------------------------
- 82 -
22 Type of Entity Corporate/ Non-Corporate (As per
CGST/SGST/UTGST Act).
(In case of Non-Corporate Entity, bidder
will submit documentary evidence for
same).
23 Whether Bidder is Startups or not Yes / No
(If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 50)
Note: * GAIL intent to place the order/contract directly on the address from where
Goods are produced/dispatched are Services are rendered. In case, bidder wants
order/ contract at some other address or supply of Goods/ Services from multiple
locations, bidder is required to provide in their bid address on which order is to be
placed
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
--------------------------------------------------------------------------------------------------------------------------------------
- 83 -
F-2
BID FORM
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
Dear Sir,
After examining / reviewing the Bidding Documents for the tender of
“_________________________________________________________________ including
"Specifications & Scope of Work", "General Conditions of Contract [GCC]", "Special
Conditions of Contract [SCC]" and "Schedule of Rates [SOR]", etc. the receipt of which is
hereby duly acknowledged, we, the undersigned, are pleased to offer to execute the whole
part of the job and in conformity with the said Bid Documents, including Addenda /
Corrigenda Nos. ____________.
We confirm that this Bid is valid for a period as specified in BDS from the date of opening of
"Techno-Commercial / Un-priced Bid", and it shall remain binding upon us and may be
accepted by any time before the expiry of that period.
If our Bid is accepted, we will provide the "Contract Performance Security / Security
Deposit" equal to "___________ of the Contract Price" or as mentioned in Tender Document
for the due performance within "thirty [30] days" of such Award.
Until a final Agreement/Letter of Award is prepared and executed, the tender document
(including addenda/ corrigenda) together with the "Notification of Award" shall constitute a
binding Agreement between us.
We understand that Bidding Document is not exhaustive and any action and activity not
mentioned in Bidding Documents but may be inferred to be included to meet the intend of the
Bidding Documents shall be deemed to be mentioned in Bidding 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 Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
--------------------------------------------------------------------------------------------------------------------------------------
- 84 -
F-3
LIST OF ENCLOSURES
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
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 format F-16
3. Document showing Financial Situation Information as sought in enclosed
format F-16
4. Copy of Bidding Documents along with addendum/corrigendum 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.
5. Documentary Evidences showing the Bidder’s claim of meeting Technical
Criteria as mentioned in Clause 4 of ITB.
6. Bid Security/EMD*
7. Integrity Pact*
8. Power of Attorney*
9. Duly certified document from chartered engineer and or chartered accountant.
Note:
* In case of e-bidding the bidder has the option to submit specified documents in
physical form on/before the bid due date or within seven days from the bid opening date.
However, scanned copy of these (same) documents must be submitted on-line as part of
e-bid before the bid due date/time.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
--------------------------------------------------------------------------------------------------------------------------------------
- 85 -
FORMAT F-4
PROFORMA OF "BANK GUARANTEE"
FOR "EARNEST MONEY / BID SECURITY"
(To be stamped in accordance with the Stamp Act)
Ref............... Bank Guarantee No.........
Date......................
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
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 up to ____________ [this date
should be two (02) months beyond the validity of the bid].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 authorized officer, has set its hand and stamp
on this ___________day of ____________ 20__ at ____________.
--------------------------------------------------------------------------------------------------------------------------------------
- 86 -
WITNESS:
(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp
(OFFICIAL ADDRESS) Attorney as per
Power of Attorney No. ________
Date: ________________________
--------------------------------------------------------------------------------------------------------
INSTRUCTIONS FOR FURNISHING "BID SECURITY / EARNEST
MONEY" BY "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 Bank's Guarantee to
be issued by its correspondent Bank in India on requisite non-judicial stamp
paper
2. The expiry date should be arrived at in accordance with "ITB: Clause-15.1".
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 / 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. 1,000,000,000.00 [Rupees One
Hundred Crores] or equivalent along with documentary evidence.
--------------------------------------------------------------------------------------------------------------------------------------
- 87 -
F-4A
PROFORMA OF "LETTER OF CREDIT"
FOR "EARNEST MONEY / BID SECURITY"
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
Irrevocable and confirmed Letter of Credit No. …………………… Amount: Rs.
_________________
Validity of this Irrevocable: ………………………………………… (in India)
Letter of Credit (2 months beyond validity of Offer)
Dear Sir,
1. You are here by authorized to draw on ………………….. (Name of
Applicant/Bidder with full address) for a sum not exceeding
…………………… available by your demand letter (draft) on them at sight
drawn for Rs. ………… accompanied by a certificate by GAIL (India)
Limited, 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) Limited 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.
(iv) The Bidder defaults w.r.t. any terms & conditions of Tender Document which
call for forfeiture of Earnest Money Deposit (EMD).
2. This Irrevocable Letter of Credit has been established towards EMD/Bid
Security against Tender No ……………… for ……………….. (Name of
Tender Document)
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.
--------------------------------------------------------------------------------------------------------------------------------------
- 88 -
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/Bidder)
FOR ………………………..
Authorized Signature
(Original Bank)
Counter Signature
--------------------------------------------------------------------------------------------------------------------------------------
- 89 -
F-5
LETTER OF AUTHORITY
[Pro forma for Letter of Authority for Attending Subsequent 'Negotiations' / 'Pre-Bid
Meetings' /'Un-priced Bid Opening' / 'Price Bid Opening']
Ref: Date:
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
Dear Sir,
I/We, _____________________________________ hereby authorize the following
representative(s) for attending any 'Negotiations' / 'Meetings [Pre-Bid Meeting]', 'Un-
priced Bid Opening', 'Price Bid Opening' and for any subsequent correspondence /
communication against the above Bidding Documents:
[1] Name & Designation ____________________ Signature ___________________
Phone/Cell:
Fax:
E-mail: ………………………………….. @ ………………………………
[2] Name & Designation ____________________ Signature ___________________
Phone/Cell:
Fax:
E-mail: ……………………………………….. @ ………………………………
We confirm that we shall be bound by all commitments made by aforementioned
authorised representative(s).
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder
and should be signed by a person competent and having the 'Power of Attorney'
to bind the Bidder. Not more than 'two [02] persons per Bidder' are permitted to
attend "Techno-commercial / Un-priced" & "Price Bid" Openings. Bidders
authorized representative is required to carry a copy of this authority letter
while attending the un-priced and priced bid opening, the same shall be
submitted to GAIL.
--------------------------------------------------------------------------------------------------------------------------------------
- 90 -
F-6
"NO DEVIATION" CONFIRMATION
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
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 'exception / deviation' anywhere
in the Bid and we agree that if any 'deviation / exception' is mentioned or noticed, our
Bid may be rejected.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
--------------------------------------------------------------------------------------------------------------------------------------
- 91 -
F-7
DECLARATION REGARDING HOLIDAY/BANNING AND LIQUIDATION,
COURT RECEIVERSHIP
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
Dear Sir,
We hereby confirm that we are not on ‘Holiday’ by GAIL or Public Sector Project
Management Consultant (like EIL, Mecon only due to “poor performance” or “corrupt
and fraudulent practices”) or banned by Government department/ Public Sector on
due date of submission of bid.
Further, we confirm that neither we nor our allied agency/(ies) (as defined in the
Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive
Practices) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas.
We also confirm that we are not under any liquidation, court receivership or similar
proceedings or 'bankruptcy'.
In case it comes to the notice of GAIL that the bidder has given wrong declaration in
this regard, the same shall be dealt as ‘fraudulent practices’ and action shall be
initiated as per the Procedure for action in case of
Corrupt/Fraudulent/Collusive/Coercive Practices.
Further, we also confirm that in case there is any change in status of the declaration
prior to award of contract, the same will be promptly informed to GAIL by us.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
--------------------------------------------------------------------------------------------------------------------------------------
- 92 -
F-8
CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF INDIA
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
Dear Sir,
If we become a successful Bidder and pursuant to the provisions of the Bidding
Documents, award is given to us for the tender 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 & agreed that the Government of India is not a party to the
Agreement and has no liabilities, obligations or rights thereunder. 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 to Government of India as to any
manner, claim, cause of action or things whatsoever arising of or under the
Agreement."
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
--------------------------------------------------------------------------------------------------------------------------------------
- 93 -
F-9
PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT
PERFORMANCE SECURITY / SECURITY DEPOSIT"
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
To,
M/s GAIL (INDIA) LIMITED
___________________
Dear Sir(s),
M/s. __________________________________________________________________
having registered office at _______________________ (herein after called the
“contractor/supplier” which expression shall wherever the context so require include its
successors and assignees) have been placed/ awarded the job/work of
_______________________________________________ vide PO/LOA /FOA No.
_______________________________dated______ for GAIL (India) Limited having
registered office at 16, Bhikaiji Cama Place, R.K. Puram, New Delhi (herein after called
the “GAIL” which expression shall wherever the context so require include its
successors and assignees).
The Contract conditions provide that the SUPPLIER/CONTRACTOR shall pay a sum of
Rs. ____________________ (Rupees
_________________________________________) as full Contract Performance
Guarantee in the form therein mentioned. The form of payment of Contract Performance
Guarantee includes guarantee executed by Nationalized Bank/Scheduled Commercial
Bank, undertaking full responsibility to indemnify GAIL (INDIA) LIMITED, in case of
default.
The said M/s._______________________________________________ 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 to give the irrevocable & unconditional guarantee to you that if
default shall be made by M/s. __________________________________ in
performing any of the terms and conditions of the tender/order/contract or in
payment of any money payable to GAIL (INDIA) LIMITED we shall on first
demand pay without demur, contest, protest and/ or without any recourse to the
contractor to GAIL in such manner as GAIL may direct the said amount of
Rupees _____________________________ only or such portion thereof not
exceeding the said sum as you may require from time to time.
--------------------------------------------------------------------------------------------------------------------------------------
- 94 -
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 order/contract with the said
M/s. _______________________________ and to enforce or to forbear from
endorsing any powers or rights or by reason of time being given to the said
M/s.__________________________ and such postponement forbearance would
not have the effect of releasing the bank from its obligation under this debt.
3. Your right to recover the said sum of Rs.
______________________________________ (Rupees
_______________________________________) from us in manner aforesaid is
absolute & unequivocal and 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 or arbitrator or any other authority/forum and
any demand made by you in the bank shall be conclusive and binding. The bank
shall not be released of its obligations under these presents by any exercise by
you of its liberty with reference to matter aforesaid or any of their or by reason or
any other act of omission or commission on your part or any other indulgence
shown by you or by any other matter or changed what so ever which under law
would, but for this provision, have the effect of releasing the bank.
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 supplier/contractor 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
___________________ (this date should be 90 days after the expiry of defect
liability period/ Guarantee period) _______________. The bank undertakes not to
revoke this guarantee during its currency without your previous consent and
further agrees that the guarantee shall continue to be enforceable until it is
discharged by GAIL in writing. However, if for any reason, the
supplier/contractor is unable to complete the supply/work within the period
stipulated in the order/contract and in case of extension of the date of
delivery/completion resulting extension of defect liability period/guarantee period
of the supplier/contractor fails to perform the supply/work fully, the bank hereby
agrees to further extend this guarantee at the instance of the supplier/contractor
till such time as may be determined by GAIL. If any further extension of this
guarantee is required, the same shall be extended to such required period on
receiving instruction from M/s.
___________________________________________________ (contractor) on
whose behalf this guarantee is issued.
6. Bank also agrees that GAIL at its option shall be entitled to enforce this
Guarantee against the bank (as principal debtor) in the first instant, without
--------------------------------------------------------------------------------------------------------------------------------------
- 95 -
proceeding against the supplier/contractor and notwithstanding any security or
other guarantee that GAIL may have in relation to the suppplier’s/contractor’s
liabilities.
7. The amount under the Bank Guarantee is payable forthwith without any delay
by Bank upon the written demand raised by GAIL. Any dispute arising out of
or in relation to the said Bank Guarantee shall be subject to the exclusive
jurisdiction of courts at New Delhi.
7. Therefore, we hereby affirm that we are guarantors and responsible to you on
behalf of the Supplier/Contractor up to a total amount of __________(amount
of guarantees in words and figures) and we undertake to pay you, upon your
first written demand declaring the Supplier/Contractor to be in default under
the order/contract and without caveat or argument, any sum or sums within the
limits of (amounts of guarantee) as aforesaid, without your needing to prove or
show grounds or reasons for your demand or the sum specified therein.
8. We have power to issue this guarantee in your favor 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
Authorized to sign on behalf of
the Bank
INSTRUCTIONS FOR FURNISHING
"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK
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.
--------------------------------------------------------------------------------------------------------------------------------------
- 96 -
2. The Bank Guarantee by Bidders will be given from bank as specified in
Tender.
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 Employer
and copy to Consultant (if applicable) confirming its net worth is more than Rs.
100,00,00,000.00 [Rupees One Hundred Crores] or its equivalent in foreign
currency alongwith documentary evidence.
--------------------------------------------------------------------------------------------------------------------------------------
- 97 -
F-10
AGREED TERMS & CONDITIONS To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid
and should be returned along with Un-priced Bid. Clauses confirmed hereunder need
not be repeated in the Bid.
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
1 Bidder's name and address
2. Please confirm the currency of quoted prices is in Indian
Rupees.
3. Confirm quoted prices will remain firm and fixed till
complete execution of the order.
4 Rate of applicable GST (CGST & SGST/ UTGST or
IGST )
CGST: …………… %
Plus
SGST/UTGST……… %
Total: ………………..%
Or
IGST:…………. %
4.1 Whether in the instant tender services/works are covered
in reverse charge rule of GST (CGST &
SGST/UTGST or IGST)
Yes/ No
In case of Yes, please
specify GST (CGST &
SGST/UTGST or IGST) payable by:
GAIL:………….%
Bidder:…………..%
4.2 Service Accounting Codes (SAC)/ Harmonized System
of Nomenclature (HSN)
4.3 We hereby confirm that the quoted prices is in
compliance with the Section 171 of CGST Act/ SGST
Act as mentioned as clause no. 13.10 of ITB
5. i) Confirm acceptance of relevant Terms of Payment
specified in the Bid Document.
ii) In case of delay, the bills shall be submitted after
deducting the price reduction due to delay.
--------------------------------------------------------------------------------------------------------------------------------------
- 98 -
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
6. Confirm that Contract Performance Security will be
furnished as per Bid Document.
7. Confirm that Contract Performance Security shall be
from any Indian scheduled bank or a branch of an
International bank situated in India and registered with
Reserve bank of India as scheduled foreign bank.
However, in case of bank guarantees from banks other
than the Nationalised Indian banks, the bank must be a
commercial bank having net worth in excess of Rs 100
crores and a declaration to this effect shall be made by
such commercial bank either in the Bank Guarantee
itself or separately on its letterhead.
8. Confirm compliance to Completion Schedule as
specified in Bid document. Confirm contract period
shall be reckoned from the date of Fax of Acceptance.
9. Confirm acceptance of Price Reduction Schedule for
delay in completion schedule specified in Bid
document.
10. a) Confirm acceptance of all terms and conditions of
Bid Document (all sections).
b) Confirm that printed terms and conditions of bidder
are not applicable.
11.
Confirm your offer is valid for period specified in BDS
from Final/Extended due date of opening of Techno-
commercial Bids.
12. Please furnish EMD/Bid Security details :
a) EMD/ Bid Security No. & date
b) Value
c) Validity
13. Confirm acceptance to all provisions of ITB read in
conjunction with Bid Data Sheet (BDS).
14. Confirm that Annual Reports for the last three financial
years are furnished alongwith the Un-priced Bid.
15. Confirm the none of Directors of bidder is a relative of
any Director of Owner or the bidder is a firm in which
any Director of Owner/ GAIL or his relative is not a
partner.
16. All correspondence must be in ENGLISH language
only.
17. Owner reserves the right to make any change in the
terms & conditions of the TENDER/BIDDING
DOCUMENT and to reject any or all bids.
--------------------------------------------------------------------------------------------------------------------------------------
- 99 -
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
18. Confirm that all Bank charges associated with Bidder’s
Bank shall be borne by Bidder.
19. Confirm that, in case of contradiction between the
confirmations provided in this format and terms &
conditions mentioned elsewhere in the offer, the
confirmations given in this format shall prevail.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
--------------------------------------------------------------------------------------------------------------------------------------
- 100 -
F-11
ACKNOWLEDGEMENT CUM CONSENT LETTER
(On receipt of tender document/information regarding the tender, Bidder shall
acknowledge the receipt and confirm his intention to bid or reason for non-
participation against the enquiry /tender through e-mail/fax to concerned
executive in GAIL issued the tender, by filling up the Format)
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
Dear Sir,
We hereby acknowledge receipt of a complete set of bidding document along with
enclosures for subject item/job and/or the information regarding the subject tender.
We intend to bid as requested for the subject item/job and furnish following
details with respect to our quoting office:
Postal Address with Pin Code : ....................
Telephone Number : ....................
Fax Number : ....................
Contact Person : ....................
E-mail Address : ....................
Mobile No. : ....................
Date : ....................
Seal/Stamp : ....................
We are unable to bid for the reason given below:
Reasons for non-submission of bid:
_____________________________________________________________________
Agency’s Name : ....................
Signature : ....................
Name : ....................
Designation : ....................
Date : ....................
Seal/Stamp : ....................
--------------------------------------------------------------------------------------------------------------------------------------
- 101 -
F-12
UNDERTAKING ON LETTERHEAD
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
Dear Sir
We hereby confirm that “The contents of this Tender Document No.
_____________________ have not been modified or altered by M/s. …………….(
Name of the bidder with complete address). In case, it is found that the tender
document has been modified / altered by the bidder, the bid submitted by
M/s……………(Name of the bidder) shall be liable for rejection”.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
F-13
BIDDER’S EXPERIENCE
To,
M/s GAIL (INDIA) LIMITED
___________________
SUB:
TENDER NO:
Sl.
No
Descripti
on
of the
Services
LOA
/WO
No. and
date
Full Postal
Address &
phone nos. of
Client. Name,
designation and
address of
Engineer/
Officer-in-
Charge (for
cases other
than purchase)
Value of
Contract/
Order
(Specify
Currency
Amount)
Date of
Commence
ment of
Services
Scheduled
Completion
Time (Mon
ths)
Date of
Actual
Complet
ion
Reasons
for delay
in
execution
, if any
(1) (2) (3) (5) (6) (7) (8) (9) (10)
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
------------------------------------------------------------------------------------------------------------------------------------------
103
F-14
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 CHECK
BOX
REFERENCE PAGE
NO. OF THE BID
SUBMITTED
1.0 Digitally Signing (in case of e-bidding)/
Signing and Stamping (in case of maual
bidding) on each sheet of offer, original
bidding document including SCC, ITB, GCC
,SOR drawings, addendum (if any)
2.0 Confirm that the following details have been
submitted in the Un-priced part of the bid
i Covering Letter, Letter of Submission
ii Bid Security
iii Signed and stamped original copy of bidding
document along with drawings and
addendum (if any)
iv Power of Attorney in the name of person
signing the bid.
v Copies of documents defining constitution or
legal status, place of registration and
principal place of business of the company
vi Bidders declaration that regarding, Holiday/
Banning, liquidation court receivership or
similar proceedings
vii Details and documentary proof required
against qualification criteria along with
complete documents establishing ownership
------------------------------------------------------------------------------------------------------------------------------------------
104
of equipment as per SCC are enclosed
viii Confirm submission of document alongwith
unpriced bid as per bid requirement.
3.0 Confirm that all forms duly filled in are
enclosed with the bid duly signed by
authorised person(s)
4.0 Confirm that the price part as per Price
Schedule format submitted with Bidding
Document/ uploaded in case of e-bid.
7.0 Confirm that annual reports for last three
financial years & duly filled in Form 16 are
enclosed in the offer for financial assessment
(where financial criteria of BEC is applicable).
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
------------------------------------------------------------------------------------------------------------------------------------------
105
(TO BE INCLUDED ONLY WHERE FINANICAL CRITERIA OF BEC IS
APPLICABLE) F-15
FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS INADEQUATE/NEGATIVE
(To be provided on Bank’s letter head)
Date:
To,
M/s. GAIL (India) Limited
---------------------
--------------------
-------------------
Dear Sir,
This is to certify that M/s ………………………………….. (name of the bidder with
address) (hereinafter referred to as Customer) is an existing customer of our Bank.
The Customer has informed that they wish to bid for GAIL’s RFQ/Tender no.
.................................................. dated …………… for
……………………………………..(Name of the supply/work/services/consultancy) and
as per the terms of the said RFQ/Tender they have to furnish a certificate from their Bank
confirming the availability of line of credit.
Accordingly M/s ………………………….. (name of the Bank with address) confirms
availability of line of credit to M/s …………………….. (name of the bidder) for at least
an amount of Rs. _________
It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or
Equivalent USD) and the undersigned is authorized to issue this certificate.
Yours truly
for …………………………… (Name & address of Bank)
(Authorized signatory)
Name of the signatory :
Designation :
Stamp
------------------------------------------------------------------------------------------------------------------------------------------
106
(TO BE INCLUDED ONLY WHERE FINANCIAL CRITERIA OF BEC IS
APPLICABLE)
F-16
FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE/ CERTIFIED PUBLIC
ACCOUNTANT (CPA) FOR FINANCIAL CAPABILITY OF THE BIDDER
We have verified the Audited Financial Statements and other relevant records of
M/s……………………………… (Name of the bidder) and certify the following:
A. AUDITED ANNUAL TURNOVER* OF LAST 3 YEARS:
Year Amount (Currency)
Year 1:
Year 2:
Year 3:
B. NETWORTH* AS PER LAST AUDITED FINANCIAL STATEMENT:
Description Year _____
Amount (Currency)
1. Net Worth
C. WORKING CAPITAL* AS PER LAST AUDITED FINANCIAL STATEMENT :
Description Year _____
Amount (Currency)
1. Current Assets
2. Current Liabilities
3. Working Capital (Current
Assets-Current liabilities)
*Refer Instructions
Note: It is further certified that the above mentioned applicable figures are matching with
the returns filed with Registrar of Companies (ROC) [Applicable only in case of Indian
Companies]
Name of Audit Firm: [Signature of Authorized Signatory]
Chartered Accountant/CPA Name:
Date: Designation:
Seal:
Membership No.:
------------------------------------------------------------------------------------------------------------------------------------------
107
Instructions:
1. The Separate Pro-forma shall be used for each member in case of JV/ Consortium.
2. The financial year would be the same as one normally followed by the bidder for
its Annual Report.
3. The bidder shall provide the audited annual financial statements as required for
this Tender document. Failure to do so would result in the Proposal being
considered as non- responsive.
4. For the purpose of this Tender document:
(i) Annual Turnover shall be “Sale Value/ Operating Income”
(ii) Working Capital shall be “Current Assets less Current liabilities” and
(iii) Net Worth shall be Paid up share capital plus Free Reserves & Surplus less
accumulated losses, deferred expenditure and miscellaneous expenditure
not written off, if any.
5. Above figures shall be calculated after considering the qualification, if any,
made by the statutory auditor on the audited financial statements of the
bidder including quantified financial implication.
6. This certificate is to be submitted on the letter head of Chartered Accountant/CPA.
------------------------------------------------------------------------------------------------------------------------------------------
108
(TO BE INCLUDED ONLY WHERE CONSORTIUM/JV ARE ALLOWED)
F-17
FORMAT FOR CONSORTIUM/JV AGREEMENT
(ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
CONSORTIUM/JV AGREEMENT
This Consortium/JV Agreement executed on this ….. Day of ……. Between M/s
…………, a company incorporated under the law of …… and having its
registered/principal office at……………………….. (herein after called the ‘”Member-I’/
‘Lead Member’ which expression shall include its successors, executors and permitted
assigns) and M/s ………………., a company incorporated under the laws of
…….., and having its registered/principal office at ………………………………………..
(herein after called the ‘Member – II’/ ‘Second Member’ which expression shall include
its successors, executors and permitted assigns) ……………………………. ‘and M/s
………………., a company incorporated under the laws of …….., and having its
registered/principal office at ……………………………………….. (herein after called
the ‘Member – III’/ ‘Third Member’ which expression shall include its successors,
executors and permitted assigns), for the purpose of making a bid and entering into a
contract (in case of award) in response to bid document
no………………………………………… for the work of …………………………
(Name of Project) of M/s ………………………. (herein after called the ‘Owner’).
WHEREAS, the Owner invited bids vide its bid document no. …………… for the work
of ………………………….
AND WHEREAS as per tender documents, Consortium/JV entities will also be
considered by the Owner provided they meet the specific requirements in that regard. As
a pre-condition of bidding documents, the Consortium/JV bidder shall provide in its bid a
Consortium/JV Agreement in an acceptable format in which the Members to the
Consortium/JV are jointly and severally liable to the Owner to bind themselves to the bid
conditions accept the contract award, if selected and perform all the contractual
obligations thereto.
AND WHEREAS the bid is being submitted to the Owner vide our proposal dated ……..
based on the Consortium/JV Agreement being these presents and the bid with its bid
forms and submission documents, in accordance with the requirement of tender
conditions and requirements have been signed by both the Members and submitted to the
Owner.
------------------------------------------------------------------------------------------------------------------------------------------
109
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the Members to this
Consortium/JV do hereby now agree as follows:
1. We the Members in the Consortium/JV hereby confirm that the name and style of
the Consortium/JV shall be …………… Consortium/JV.
2. In consideration of the bid submission by us to the Owner and the award of
Contract by the Owner to the Consortium/JV (if selected by the Owner),we the
Members to the Consortium/JV, hereby agree that the Member-I (M/s………)
shall act as the lead Member for self, and for and on behalf of Member-II/
Member-III and further declare and confirm that we shall jointly and severally be
bound unto the Owner for execution of the contract in accordance with the
contract terms and shall jointly and severally be liable to the Owner to perform all
contractual obligations including technical guarantees. Further, the lead Member is
authorized to incur liabilities and receive instructions for and on behalf of any or
both Members of the Consortium/JV and the entire execution of the Contract.
3. In case of any breach of the said Contract by any of the Members of the
CONSORTIUM/JV, we hereby agree to be fully responsible for the successful
execution/performance of the Contract in accordance with the terms of the
Contract.
4. Further, if the Owner suffered any loss or damage on account of any breach of the
Contract or any shortfall in the completed equipment/plant, meeting the
guaranteed performance parameters as per the technical specifications/ contract
documents, the Second & Third Member of these presents undertakes to promptly
make good such loss or damage caused to the Owner, on the Owner’s demand
without any demure. It shall neither be necessary nor obligatory on the part of the
Owner to proceed against the Lead Member to these presents before proceeding
against the Second & Third Member.
5. The financial liability of the Member (s) to this Consortium/JV Agreement, to the
Owner with respect to the any or all claims arising out of the performance or non-
performance of the Contract shall, however be not limited in any way so as to
restrict or limit the liabilities of either of the Member.
6. Division of responsibilities of Scope of work among different Consortium/JV
members is as per APPENDIX I (Responsibility Matrix) to this Consortium/JV
Agreement.
------------------------------------------------------------------------------------------------------------------------------------------
110
7. It is expressly understood and agreed between the Members to this agreement that
the responsibilities and obligations of each of the Members shall be as delineated
in ‘APPENDIX I’ to this agreement. It is further agreed by the Members that the
above sharing of responsibilities and obligations shall not in any way be a
limitation of the joint and several responsibilities of the Members under the
Contract.
8. This Consortium/JV Agreement shall be governed, construed and interpreted in
accordance with Laws of India courts of Delhi shall have exclusive jurisdiction in
all matters arising thereunder.
9. In case of award of contract, we the Member s to this Consortium/JV Agreement
do hereby agree that we shall furnish the contract performance guarantee in favour
of the Owner from a bank acceptable / approved by the Owner for a value as
stipulated in the Contract Award and such guarantee shall be in the names of
Consortium/JV.
10. It is further agreed that this CONSORTIUM/JV Agreement shall be irrevocable
and shall form an integral part of the Contract and shall continue to be enforceable
till the Owner discharges the same. It shall be effective date first above mentioned
for all purposes and intents.
11. In case bid submitted by Joint Venture, the details of equity partnership and assets
of the JV shall be attached as a separate annexure to this agreement.
12. This agreement remains in force till the end of Defects Liability Period.
IN WITNESS WHEREOF, the Members to this Consortium/JV agreement have, through
their respective authorized representatives, have executed these presents and affixed their
hands and common seal of their respective companies on the day, month and year first
abovementioned.
For M/s. (………….. Member
1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..
Signature ………………………….. Designation:
Designation
------------------------------------------------------------------------------------------------------------------------------------------
111
For M/s. (………….. Member-II
1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..
Signature ………………………….. Designation:
Designation
For M/s. (………….. Member-III
1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..
F-18
BIDDER'S QUERIES FOR PRE BID MEETING To,
M/s GAIL (INDIA) LIMITED
Sub :
Tender No :
SL.
NO.
REFERENCE OF BIDDING DOCUMENT
BIDDER'S QUERY
GAIL'S REPLY
SEC. NO.
Page No.
Clause No.
Subject
NOTE: The Pre-Bid Queries may be sent by fax and also by e-mail before due date for receipt of Bidder's queries.
SIGNATURE OF BIDDER: ___________________________
NAME OF BIDDER : ___________________________
------------------------------------------------------------------------------------------------------------------------------------------
113
F-19
E-Banking Mandate Form
(To be issued on vendors letter head)
1. Vendor/customer Name :
2. Vendor/customer Code:
3. Vendor /customer Address:
4. Vendor/customer e-mail id:
5. Particulars of bank account
a) Name of Bank
b) Name of branch
c) Branch code:
d) Address:
e) Telephone number:
f) Type of account (current/saving etc.)
g) Account Number:
h) RTGS IFSC code of the bank branch
i) NEFT IFSC code of the bank branch
j) 9 digit MICR code
I/We hereby authorize GAIL(India) Limited to release any amount due to me/us in the
bank account as mentioned above. I/We hereby declare that the particulars given above
are correct and complete. If the transaction is delayed or lost because of incomplete or
incorrect information, we would not hold the GAIL (India) Limited responsible.
(Signature of vendor/customer)
BANK CERTIFICATE
We certify that --------------------------- has an Account no. ---------------------------- with us
and we confirm that the details given above are correct as per our records.
Bank stamp
Date (Signature of authorized officer of bank)
------------------------------------------------------------------------------------------------------------------------------------------
114
F-20
INTEGRITY PACT
INTRODUCTION:
GAIL as one of its endeavour to maintain and foster most ethical and corruption free
business environment, have decided to adopt the Integrity Pact, a tool developed by the
Transparency International, to ensure that all activities and transactions between the
Company (GAIL) and its Counterparties (Bidders, Contractors, Vendors, Suppliers,
Service Providers/Consultants etc.) are handled in a fair and transparent manner,
completely free of corruption. Accordingly, an MOU on Integrity Pact has been signed
on 23.07.2007 by GAIL with Transparency International India.
Considering the above, the details mentioned at attached Annexure-1 are applicable as
stated in Instruction to Bidders of Bid Document in addition to the existing stipulation
regarding Corrupt and Fraudulent Practices.
The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid
submitted by the bidder (to be executed by the bidder for all tenders of value Rs. 1 (One)
crore and above). In case a bidder does not sign the Integrity Pact, his bid shall be liable
for rejection.
------------------------------------------------------------------------------------------------------------------------------------------
115
ANNEXURE-1
Bidder is required to sign the Integrity Pact with GAIL as per format & terms and
conditions enclosed with tender. In case a bidder does not sign the Integrity Pact, his
bid shall be liable for rejection.
I COMMITMENTS AND OBLIGATIONS OF THE “COUNTERPARTY”
a) The Counterparty, directly or indirectly (through agent, consultant,
advisor, etc.), shall not pay any bribe/ influence or give undue/ unlawful
benefit to anyone to gain undue advantage in dealing with GAIL.
b) The Counterparty will not engage in collusion of any kind including price
fixation etc. with other Counterparts.
c) The counterparty will not pass GAIL’s confidential information to any third
party unless specifically authorized by GAIL in writing.
d) The Counterparties shall promote and observe best ethical practices within
their respective organizations.
e) The Counterparty shall inform the Independent External Monitor.
i) If it received any demand, directly or indirectly, for a bribe/ favour
or any illegal gratification/ payment / benefit;
ii) If it comes to know of any unethical or illegal payment / benefit;
iii) If it makes any payment to any GAIL associate.
f) The Counterparty shall not make any false or misleading allegations against
GAIL or its associates.
II VIOLATIONS & CONSEQUENCES:
a) If a Counterparty commits a violation of its Commitments and
Obligations under the Integrity Pact Programme during bidding process,
their entire Earnest Money Deposit/ Bid Security, would be forfeited and
in addition, they would be banned from the GAIL business in future as
per Section 3.
b) In case of violation of the Integrity pact by Counterparty after award of
the Contract, GAIL shall be entitled to terminate the Contract. Further,
GAIL would forfeit the security deposits/ Contract Performance Bank
Guarantee.
c) In case it is found that the Counterparty has made any frivolous, untrue
and misleading allegations against GAIL or its associates, GAIL
reserves its right to initiate criminal proceedings against the violating
Counterparty and may also impose exemplary cost for the same
------------------------------------------------------------------------------------------------------------------------------------------
116
INDEPENDENT EXTRNAL MONITORS (IEMS)
Presently the panel consisting of the following Independent External Monitors (IEMs)
have been appointed by GAIL, in terms of Integrity Pact(IP) which forms part of GAIL
Tenders / Contracts.
i) Shri Anil Kumar (email id: [email protected] )
ii) Shri K.S. Ramasubban (email id: [email protected])
iii) Shri Sunil Krishna (email id: [email protected])
This panel is authorised to examine / consider all references made to it under this tender.
The bidder(s) , in case of any dispute(s) / complaint(s) pertaining to this tender may raise
the issue either with the designated tender issuing officer or Nodal Officer (presently K R
M Rao, CGM (C&P)- Email [email protected]) in GAIL or directly with the IEMs on
the panel or IEM c/o Chief Vigilance Officer, GAIL ( India) Limited, GAIL Bhawan, 16,
Bhikaiji Cama Place, R.K. Puram, New Delhi – 110066.
------------------------------------------------------------------------------------------------------------------------------------------
117
ANNEXURE-2
INTEGRITY PACT
(To be executed on plain paper)
Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after
referred to as “Principal ”).
AND
_________________________(here-in-after referred to as “The Bidder/
Contractor”).
(Principal and the Bidder / Contractor are here-in-after are referred to individually
as “Party” or collectively as “Parties”).
PREAMBLE
The Principal intends to award under laid down organizational procedures, contract/s
for______________________________________________________. The Principal
values full compliance with all relevant laws and regulations, and the principles of
economic use of resources, and of fairness and transparency in its relations with its
Bidder/s and Contractor/s.
In order to achieve these goals, the Principal will appoint Independent External Monitor
(s) (in consultation with Central Vigilance Commission) who will monitor the tender
process, the execution of the contract etc. for compliance with the principles mentioned
above.
Section 1 – Commitments of the Principal
1. The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following Principles in this regard:-
i) No employee of the Principal, either in person or through family members,
including relatives, will in connection with the tender for or the execution
of a contract, demand or accept a promise for or accept for him/herself or
for a third person, any material or immaterial benefit to which he/she is not
legally entitled.
------------------------------------------------------------------------------------------------------------------------------------------
118
ii) The Principal shall, during the tender process treat all Bidders with equity.
The Principal undertakes and ensures that before and during the tender
process shall provide and share the same information to all Bidders and will
not provide to any Bidder confidential / additional information through
which one particular Bidder could take an advantage in relation to the
tender process or the contract execution.
iii) In case, any misconduct on the part of any official (s) is reported by the
BIDDER to the PRINCIPAL with full and verifiable facts and the same is
prima facie found to be correct by the PRINCIPAL, necessary disciplinary
proceedings, or any other action as deemed fit, including criminal
proceedings may be initiated by the PRINCIPAL and such person shall be
debarred from further dealings related to the contract process. In such a
case, while an enquiry is being conducted by the PRINCIPAL the
proceedings under the contract would not be stalled.
2. If the Principal obtains information on the conduct of any of its employees which
is a criminal offence under the Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Vigilance Office
and in addition can initiate disciplinary actions.
Section 2 – Commitments and Undertakings by the Bidder/Contractor
1. The Bidder / Contractor commits and undertakes to take all measures necessary to
prevent malpractices & corruption. He commits himself to observe the following
principles during his participation in the tender process and during the contract
execution till the validity of Integrity Pact:
i) The Bidder / Contractor undertakes not to, directly or through any other
person or firm offer, promise or give or influence to any employee of the
Principal associated with the tender process or the execution of the contract
or to any other person on their behalf any material or immaterial benefit to
which he / she is not legally entitled in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the
execution of the contract till the validity of Integrity Pact.
ii) The Bidder / Contractor undertakes not to enter into any undisclosed
agreement or understanding, whether formal or informal with other
Bidders. This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission of bids or any other
------------------------------------------------------------------------------------------------------------------------------------------
119
action to restrict competitiveness or to introduce cartelization in the bidding
process.
iii) The Bidder / Contractor undertakes not to commit any offence under the
relevant Anti-corruption Laws of India. Further, the Bidder / Contractor
will not use improperly any information or document provided by the
Principal as part of the business relationship regarding plans, technical
proposals and business details, including information contained or
transmitted electronically for the purposes of competition or personal gain
and will not pass the information/document so acquired on to others.
iv) The Bidder / Contractor will, when presenting his bid undertakes to
disclose any and all payments made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award of
the contract.
v) The bidder (s)/ Contractor (s) of foreign origin shall disclose the name and
address of the Agents/ representatives in India, if any. Similarly, the bidder
(s)/ contractor (s) of Indian Nationality shall furnish the name and address
of the foreign principals, if any.
2. The Bidder/ Contractor shall not instigate or cause to instigate any third person to
commit any of the actions mentioned above.
3. The Bidder/Contractor commits to refrain from giving any complaint directly or
through any other manner without supporting it with full and verifiable facts.
4. The Bidder/Contractor shall not lend to or borrow any money from or enter into
any monetary dealing or transactions, directly or indirectly, with any employee of
the Principal.
5. In case of any allegation of violation of any provision (s) of this pact or payment
of commission, the Principal or its agencies shall be entitled to examine all the
documents including the book of accounts of the Bidder and the Bidder shall
provide necessary information and documents in English and shall extend all
possible help for the purpose of such examination.
6. The Bidder/ Contractor will not collude with other parties interested in the contract
to impair the transparency, fairness and progress of the bidding process, bid
evaluation, contracting and implementation of contract.
------------------------------------------------------------------------------------------------------------------------------------------
120
7. The Bidder/ Contractor will not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.
Section 3 – Disqualification from tender process and exclusion
from future contracts
1. If it is found that the Bidder / Contractor or any one employed by it has committed
a transgression through a violation of any provisions of Section 2 so as to put his
reliability or credibility into question, the Principal shall be entitled to disqualify
such Bidder / Contractor from the tender including banning such Bidder /
Contractor from entering into any GAIL’s future contract/ tender processes for a
period specified in GAIL’s “Procedure for action in case Corrupt
/Fraudulent/ Collusive/Coercive Practices” and also to terminate the contract, if
already signed, on that ground as per provision of GAIL’s “Procedure for action in
case Corrupt /Fraudulent/ Collusive/Coercive Practices”. Further, the period of
banning shall be as per GAIL’s policy and the decision of the Principal in this
regard will be final and binding on the Bidder/ Contractor.
2. A transgression is considered to have occurred if the Principal after due
consideration of the available evidence, concludes that there is a transgression of
the provisions of the Pact.
3. The Bidder with its free consent and without any influence agrees and undertakes
to respect and uphold the Principal’s absolute rights to resort to and impose such
exclusion and further accepts and undertakes not to challenge or question such
exclusion on any ground, including the lack of any hearing before the decision to
resort to such exclusion is taken. This undertaking is given freely and after
obtaining independent legal advice.
------------------------------------------------------------------------------------------------------------------------------------------
121
4. Principal is entitled to recover all sums paid by Bidder/ contractor to any
middleman or agent or broker with a view to securing the contract.
In cases where irrevocable Letters of credit has to be established in respect of any
contract signed by the Principal with the Bidder, the same shall not be opened.
Principal is entitled to forfeit the Performance Bond clearly assigning reason in
case Bidder/ Contractor violates this Pact.
Section 4 – Forfeiture of EMD / Security Deposits
1. If due to transgression as per the provisions of the Pact, the Principal has
disqualified the Bidder from the tender process prior to the award in terms of
Section 3, the Principal is entitled to forfeit earnest money deposit / bid security
money. In addition to this, such Bidder/Contractor shall also be banned from the
future business with Principal with consequential actions as per provisions of
GAIL’s “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive
Practices”.
Section 5 – Previous transgression
1. The Bidder declares that no previous transgression has occurred during the last
three years immediately before signing of this Integrity Pact, with any other
Company in any country in respect of any corrupt practices envisaged hereunder
or with any other Public Sector Enterprise / Undertaking or any Government
Department in India that could justify Bidder’s exclusion from the tender
process.
2. If the Bidder makes incorrect statement on this subject, he shall be disqualified
from the tender process or the contract, if already awarded, could be liable to be
terminated on this ground and other actions can be taken by GAIL as per GAIL′s
“Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices”
In case of any transgression in the last three years from the date of signing of
Integrity Pact, Bidder to provide the details of same in their bid.
Section 6 – Equal treatment to all Bidders / Contractors / Subcontractors
1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any,
an undertaking and commitment in conformity with this Integrity Pact, and to
submit it to the Principal before signing of the contract.
------------------------------------------------------------------------------------------------------------------------------------------
122
2. The Principal will enter into agreements with similar conditions, as stipulated
herein, with all Bidders, Contractors and Subcontractors.
3. The Principal shall disqualify from the tender process all Bidders who do not sign
this Pact or violate any of its provisions.
Section 7 – Criminal charges against violating Bidders /
Contractors / Sub-contractors
If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor,
or of an employee or a representative or an associate of a Bidder, Contractor or
Subcontractor which constitutes corruption of an offence as defined in Chapter IX of the
Indian Penal Code 1860 or prevention of corruption Act 1988 and amendments thereof or
any other enacted statute for prevention of corruption, or if the Principal has substantive
suspicion in this regard, the Principal will inform the same to the Vigilance Office /
Department for initiating appropriate action for above.
Section 8 –Independent External Monitor / Monitors
1. The Principal appoints competent and credible external independent Monitor for
this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
agreement.
2. The Monitor is not subject to any instructions by the representatives of the parties
and performs his functions neutrally and independently. He reports to the
Chairperson of the Board of the Principal.
3. The Bidder/ Contractor accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by
the Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Sub-contractors. The Monitor is
under contractual obligation to treat the information and documents of the Bidder /
Contractor / Sub-contractor with confidentiality.
4. The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Contractor. The
parties offer to the Monitor the option to participate in such meetings.
------------------------------------------------------------------------------------------------------------------------------------------
123
5. As soon as the Monitor notices, or believes to notice, a violation of this Pact he
will so inform the Management of the Principal and request the Management to
discontinue or heal the violation or to take other relevant action. The monitor can
in this regard submit non-binding recommendations. Beyond this, the Monitor has
no right to demand from the parties that they act in a specific manner, refrain from
action or tolerate action. However, the Independent External Monitor shall give an
opportunity to the bidder / contractor to present its case before making its
recommendations to the Principal.
6. The Monitor will submit a written report to the Chairperson of the Board of the
Principal within 6 to 8 weeks from the date of reference or intimation to him by
the ‘Principal’ and should the occasion arise, submit proposals for taking
corrective measures.
7. Remuneration payable to Monitor (s) shall be borne by Principal .
8. If the Monitor has reported to the Chairperson of the Board a substantiated
suspicion of an offence under relevant Anti-Corruption laws of India, and the
Chairperson has not, within reasonable time, taken visible action to proceed
against such offence or reported it to the Vigilance Office, the Monitor may also
transmit this information directly to the Central Vigilance Commissioner,
Government of India.
9. The word ‘Monitor’ would include both singular and plural.
10. Independent External Monitor shall be required to maintain confidentiality of the
information acquired and gathered during their tenure / role as Independent
Monitor. Any breach in this regard would be subject to the legal judicial system of
India.
11. The Independent External Monitors shall be responsible to oversee the
implementation of Integrity Pact Program to prevent corruption, bribes or any
other unethical practices in the GAIL.
12. Independent External Monitor(s) shall be required to furnish an Undertaking and
shall disclose before taking any assignment that he / she has no interest in the
matter or connected with the party (bidder / contractor) in any manner.
Section 9 – Pact Duration
------------------------------------------------------------------------------------------------------------------------------------------
124
The provisions of this Pact shall come into effect from the date of signing of this Pact by
the both parties. It expires for the Contractor 12 months after the last payment under the
respective contract, and for all other Bidders 6 months after the contract has been
awarded.
If any claim is made / lodged by either party during this time, the same shall be binding
and continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/determined by the Chairperson of the Principal.
Section 10 – Miscelleneous provisions
1. This agreement is subject to Indian Law. Place of performance and exclusive
jurisdiction is the Registered Office of the Principal, i.e. New Delhi. The
Arbitration clause provided in main tender document / contract shall not be
applicable for any issue / dispute arising under Integrity Pact.
2. Changes and supplements as well as termination notices, if any, need to be made
in writing. Side agreements have not been made.
3. If the Contractor / Bidder is a partnership concern or a consortium, this agreement
must be signed by all partners or consortium members.
4. In case any or several of the provisions of this agreement turn out to be void, the
remainder of this pact shall remain valid. The parties to this pact however, shall
strive to come to an agreement to their original intentions in such a case.
5. The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provision of the extant law in force
relating to any civil or criminal proceeding.
------------------------------------------- --------------------------------
(Name & Designation) (Name & Designation)
For the Principal For the Bidder/Contractor
Place ------------------------------------ Witness 1: ----------------
Date ----------------------------------- Witness 2: ----------------
------------------------------------------------------------------------------------------------------------------------------------------
125
F-21
INDEMNITY BOND
WHEREAS GAIL (India) Ltd. (hereinafter referred to as “GAIL”) which expression
shall, unless repugnant to the context include its successors and assigns, having its
registered office at 16, Bhikaiji, Cama Place, R.K. Puram, New Delhi 110066 has entered
into a contract with M/s*…………………………. (hereinafter referred to as the
“Contractor”) which expression shall unless repugnant to the context include its
representatives, successors and assigns, having its registered office at *…………………..
and on the terms and conditions as set out, inter-alia in the [ mention the work
order/LOA/Tender No.]and various documents forming part thereof, hereinafter
collectively referred to as the ‘CONTRACT’ which expression shall include all
amendments, modifications and / or variations thereto.
GAIL has also advised the Contractor to execute an Indemnity Bond in general in favour
of GAIL indemnifying GAIL and its employees and Directors including Independent
Directors from all consequences which may arise out of any prospective litigation or
proceedings filed or may be initiated by any third party, including any Banker / financial
institution / worker(s) /vendor(s)/ subcontractor(s) etc. who may have been associated or
engaged by the Contractor directly or indirectly with or without consent of GAIL for
above works.
NOW, THEREFORE, in consideration of the promises aforesaid, the Contractor hereby
irrevocably and unconditionally undertakes to indemnify and keep indemnified GAIL and
all its employees, Directors, including Independent Directors, from and against all/any
claim(s), damages, loss, which may arise out of any litigations/ liabilities that may be
raised by the Contractor or any third party against GAIL under or in relation to this
contract. The Contractor undertakes to compensate and pay to GAIL and/or any of its
employees, Directors including Independent Directors, forth with on demand without any
protest the amount claimed by GAIL for itself and for and on behalf of its employees,
Directors including Independent Directors together with direct/indirect expenses
including all legal expenses incurred by them or any of them on account of such litigation
or proceedings.
AND THE CONTRACTOR hereby further agrees with GAIL that:
(i) This Indemnity shall remain valid and irrevocable for all claims of GAIL and/or
any of its employees and Directors including Independent Directors arising out of
said contract with respect to any such litigation / court case for which GAIL and/or
its employees and Directors including Independent Directors has been made party
until now or here-in-after.
------------------------------------------------------------------------------------------------------------------------------------------
126
(ii) This Indemnity shall not be discharged/revoked by any change/
modification/amendment/assignment of the contract or any merger of the
Contractor with other entity or any change in the constitution/structure of the
Contractor’s firm/Company or any conditions thereof including insolvency etc. of
the Contractor, but shall be in all respects and for all purposes binding and
operative until any/all claims for payment of GAIL are settled by the Contractor
and/or GAIL discharges the Contractor in writing from this Indemnity.
The undersigned has full power to execute this Indemnity Bond for and on behalf of the
Contractor and the same stands valid.
SIGNED BY :
For [ Contractor]
Authorised Representative
Place:
Dated:
Witnesses:
1.
2
------------------------------------------------------------------------------------------------------------------------------------------
127
F-22
FREQUENTLY ASKED QUESTIONS (FAQs)
SL.NO. QUESTION ANSWER
1.0 Can any vendor quote for subject
Tender?
Yes. A Vendor has to meet Bid
Evaluation Criteria given under Section II
of Tender document in addition to other
requirements.
2.0 Should the Bid Evaluation Criteria
documents be attested?
Yes. Please refer Section II of Tender
document
3.0 Is attending Pre Bid Meeting
mandatory.
No. Refer Clause No. 17 of Instruction to
Bidders of Tender Document. However
attending Pre Bid Meeting is
recommended to sort out any issue before
submission of bid by a Bidder.
4.0 Can a vendor submit more than 1
offer?
No. Please refer Clause No. 4 of
Instruction to Bidders of Tender
Document.
5.0 Is there any Help document available
for e-Tender.
Yes. Refer Annexure III to Instructions to
Bidders of Tender Document and FAQs
as available on GAIL E-Tender portal.
6.0 Are there are any benefits available
to Startups?
Refer Clause No. 50 of Instructions to
Bidders of Tender Document.
7.0 Are there are any MSE (Micro &
Small Enterprises) benefits
available?
Yes. Refer Clause No. 40 of Instructions
to Bidders of Tender Document.
All the terms and conditions of Tender remain unaltered.
------------------------------------------------------------------------------------------------------------------------------------------
128
SECTION-IV
GENERAL CONDITIONS OF CONTRACT –
GOODS (GCC - WORKS)
ENCLOSED SEPERATELY
------------------------------------------------------------------------------------------------------------------------------------------
129
SECTION-V
SPECIAL CONDITIONS OF CONTRACT
------------------------------------------------------------------------------------------------------------------------------------------
130
SPECIAL CONDITIONS OF CONTRACT
The Special conditions of contract are defined as follows and supplemented by all stipulation in the total
tender document.
1.0 GENERAL
1.1 The following articles shall supplement the Instructions to Bidders and General conditions of
Contract. Where any portion of the General Conditions of Contract and Instructions to Bidders is
repugnant to or at variance with any provisions of the Special Conditions of Contract, then unless
a different intention appears, the provision (s) of the Special Conditions of Contract shall be
deemed to override the provision (s) of General Conditions of Contract and Instructions to
bidders, only to the extent that such repugnancies of variations in the Special Conditions of
Contract as are not possible of being reconciled with the provisions of General Condition of
Contract and Instructions to Bidders.
1.2 Where any portion of the “GCC – Goods” and / or “GCC – WORKS” is repugnant to or at
variance with any provisions of the SCC then, unless a different intention appears, the provisions
of the SCC shall be deemed to govern the provisions of the “GCC – Goods” and / or “GCC –
WORKS. SCC provisions shall prevail to the extent of such repugnancy, or variations exist
1.3 Any other specific requirement / activity though specifically not covered but is required as per
scope of work, scope of supply, specifications, standards, drawings, GPC, GCC, SCC or any
other part of Bidding Document.
2.0 RESPONSIBILITY OF CONTRACTOR
2.1 This enquiry envisages total responsibility for complete work from design, engineering,
manufacture, supply/ shipment, port handling and clearance at port of entry in India inland
transportation within India upto the designated Project Sites, all taxes, duties, levies, fees,
encumbrances, octroi, etc. as applicable and payable by the bidders under the Contract in India,
all insurances including transit insurance , handling of goods at all stages, storage, associated
civil works including materials, tools/tackles etc. for such civil works obtaining statutory
approvals if any from the local authorities prior to start of work at sites till the time of handing
over, installation, testing, pre commissioning, performance test, Site Acceptance Test, Trial Run,
system commissioning and handing over of the Telecom System to the Purchaser at each Site as
stated in the Material Requisition, on Turn-key Indivisible Works Contract basis. The bidder
shall quote price on turnkey indivisible works contract basis as aforesaid and GAIL will accept
only such complete bids.
2.2 The activities listed in the scope of proposal in this document as well as in the price break-up
shall be only broad categories and shall in no way absolve the Bidder in executing and
completing of the turnkey philosophy of the Owner within the quoted lump-sum price. Any
item/equipment/services/ activities/taxes/duties, if not specifically identified in the Bid Document
or in the offer but is necessary for the completion of work, shall be deemed to be included in the
quoted lump-sum price and no extra charges are payable by the Owner.
2.3 Foreign bidders shall indicate amount of Import Duty (custom duty, surcharge, CVD and special
additional duty) applicable on the supply of goods offered from out side India. Import duty shall
------------------------------------------------------------------------------------------------------------------------------------------
131
be directly paid by the bidder to Indian custom authority .Foreign Bidders therefore shall be
responsible for proper assessment & payment of applicable Import duty being the Importer of the
material. Foreign bidder are therefore advised to take due care in assessing the amount of
applicable import duty.
2.4 The contractor shall be responsible on completion of contract, or wherever required ,to undertake
customs reconciliation work with Indian customs authorities and finalize the custom assessment
by furnishing the necessary technical information etc. to the said authorities.
2.5 Any other specific requirement / activity though specifically not covered but is required
as per scope of work, scope of supply, specifications, standards, drawings, GPC, GCC, SCC
or any other part of Bidding Document
2.6 Site work as per requirements specified in the Bidding document, wherever applicable,
“GCC” along with “Health, Safety & Environment”, shall be applicable
3.0 TAXES & DUTIES:
3.1 The quoted price shall be deemed to be inclusive of all taxes/duties including works contract
tax, sales tax, local taxes, import duty, excise duty, octroi, and other levies, etc. till the complete
execution of the order as applicable in India under this Contract and the bidder shall not be
eligible for any compensation on this account except for statutory variation only to the extent as
mentioned in clause no.13.10 of ITB.
3.2 GAIL will not be issuing Form-C for availing concessional rate of sales tax.
3.3 For claiming payment against statutory variation in the rate of GST the bidders are required to
provide documentary evidence suggesting the variation in the rate during the contractual
completion period and a chartered engineer’s certificate to the effect that the raw
material/components for which statutory variation is being sought have been
imported/manufactured for use in the system supplied to GAIL. However, no reimbursement will
be applicable arising out of lower rate of taxes and duties (than prevailing at the time of
submission of the offer) having been indicated in the offer.
3.4 To enable the owner to avail of GST benefit, the contractor shall furnish to the owner any and all
certificates and documents as may be required by the owner to avail of the GST benefits with
respect to GST as mentioned by the contractor in their bids. In case the certificates/ documents
are not provided for aforesaid amount of GST, the shortfall amount will be recovered from the
contractor's bill.
4.0 LAND FOR SITE OFFICE
4.1 At each of the designated sites the Owner shall make available to the Bidder requisite open land
for the purpose of storage, office and other related uses during the site work. Fencing of the
demarcated area, if necessary, shall be done by the Bidder at their cost. All arrangements and
temporary constructions if any, within the allocated area for adequate storage and safe custody of
all goods received against the order and for all other allied activities of the Bidder shall be done
entirely by the Bidder at their own cost. The total contract price shall be considered to be
inclusive of all costs towards the above requirements. Bidder shall have no claim or lien on the
land and shall clear the land of all structures prior to leaving the sites.
------------------------------------------------------------------------------------------------------------------------------------------
132
5.0 SUB CONTRACTING
5.1 Deleted.
5.1 All Bidders are requested to indicate positively the division of work (a) to be directly undertaken
by the Bidder (b) envisaged to be undertaken by Bidder's Sub Contractor under Bidder's overall
responsibility.
6.0 LOCAL CONDITIONS:
6.1 It will be imperative for each bidder to fully inform himself of all local conditions and factors
which may have any effect on the execution of the works covered under these documents and
specifications. In their own interest, the Bidders are requested to familiarize themselves with the
Income Tax Act 1961, the Companies Act 1956, Customs Act 1962 and other related Acts and
Laws prevalent in India. The Owner shall not entertain any request for clarifications from the
Bidders, regarding such local conditions.
6.1 It must be understood and agreed that such factors may have properly been investigated and
considered while submitting the bids. No claim for financial adjustment to the Contract awarded
under these specifications and documents will be entertained by the Owner. Neither any change
in the time schedule of the Contract nor any financial adjustments arising thereof shall be
permitted by the Owner which are based on the lack of such clear information to its effect, the
cost or time schedule.
7.0 INCOME TAX
7.1 As regards the Income Tax, surcharge on Income Tax or any other Corporate Tax payable by the
Bidder for reason of the Contract awarded, then Owner shall not bear any tax liability
whatsoever, irrespective of the mode of construction of contract. The bidder both Indian and/or
foreign shall be liable and responsible for payment of such tax, if attracted under the provision of
Indian Income Tax Act.
7.2 Bidder may note that if any tax is deductible at source as per Indian Income Tax Law, the same
will be so deducted before releasing any payment to the bidders. Accordingly, bidder shall have
the responsibility to check and include such provisions of taxes in their prices.
8.0 PAYMENT TERMS:
8.1 For Supply:
(i) 80 % of supply value (basic) and 100 % taxes & duties for each item of SOR on pro rata basis for
the quantity supplied on receipt of material at site and against submission of
(1) Factory acceptance test (FAT) report/Inspection release note or waiver issued by owner
or their authorized representative,
(2) Dispatch Clearance
------------------------------------------------------------------------------------------------------------------------------------------
133
(3) The indemnity bond for the equivalent amount as per the format available in bidding
document.
(4) Shipping documents, e.g. Signed invoice, Packing list, a copy of clean Bill of Lading/ Air Way
Bill & certificate of country of origin issued by competent authority & bill of entry (in case of
foreign bidder)/ dispatch documents, e.g. Signed Invoice, Packing list and original copy of
RR/LR( in case of Indian bidder)
(5) Submission of GRV
(6) Copy of material insurance
(ii) 10% of supply value on installation, powering ON and Local SAT of individual items.
(iii) 10 % of supply value after adjusting for PRS, if any within 15 days after handing over of the
complete Telecommunication System to the Owner on turnkey basis after successful
commissioning and test run including submission of as built drawing / documents and final
acceptance against “Taking-over certificate” issued by GAIL.
8.2 For Site Works:
(i) 100% after adjusting for PRS, if any within 15 days after handing over of the complete
Telecommunication System to the Owner on turnkey basis after successful commissioning and
test run including submission of as built drawing / documents and final acceptance against
“Taking-over certificate” issued by GAIL
8.3 For despatches on FOT despatch point (in India) basis, the payment shall be through
Owner's bank.. Payment through Bank, wherever applicable, shall be released as per
normal banking procedures.
8.4 All other payment shall be released within 30 days after receipt of relevant documents complete
in all respects.
8.5 All bank charges incurred in connection with payments shall be to the respective accounts of
Owner & Seller.
8.6 Within 45 days after award of Contract, the Contractor will furnish a detailed billing schedule,
separately under different heads for Owner's approval and Contractor shall raise his invoices
accordingly. Such billing schedule shall also be accompanied by their shipment/despatch
schedule.
8.7 The Contractor shall be responsible, on completion of Contract, or wherever required, to
undertake customs reconciliation work with Indian customs authorities and finalise the customs
assessment by furnishing the necessary technical information etc. to the said authorities.
8.8 Unless otherwise specifically stated in bid document, all payments shall be made in the currency
quoted.
8.9 No interest charges for delay in payments, if any, shall be payable by Owner.
------------------------------------------------------------------------------------------------------------------------------------------
134
9.0 COMPLETION PERIOD
1. Commissioning from date of issuance of Manual Release order /SAP Work Order: 3 Months
2. Failing to meet delivery schedule will be subject to Price Reduction and/or other remedies
available to the Purchaser in Bidding Documents.
3. Contract period as detailed in Clause 13 below shall be the essence of Agreement and no
variation shall be permitted
10.0 WARRANTY
10.1 The complete Telecom System shall be guaranteed for a period of Twelve (12) months from the
date of handing over to the Owner on turnkey basis after successful erection testing &
commissioning, site acceptance test and trial run as per warranty procedure mentioned in tender
document.
11.0 COMPLETION DOCUMENT
The following documents shall be submitted in hard binder by the VENDOR in ONE sets, as a part
of completion documents: -
a) Test results and reports.
b) Performance certificate
c) Completion Certificate issued by Owner’s Site Engineer.
d) No claim certificate by the Vendor.
e) Warranty support certificate
12.0 The bidder shall quote for all the items of the SOR, in case of non-compliance the bid shall be liable
for rejection.
13.0 SPECIAL TERMS OF THE CONTRACT
Successful bidder shall enter into an agreement for rate contract valid for two (2) year period without
any escalation from the date of issue of FOA with a provision of extension of 6 months on
same rates and terms & conditions.
GAIL shall issue Manual Letter of Intimation(LOI)/Release Order for the individual/combined Last
Mile connectivities or of work as per GAIL requirement (whose prices have been provided by the
bidder in SOR) as and whenever required during the contract period. Subsequent to manual release
order SAP PO will be provided.
Bidder to offer cost of each SOR items/ individual items. Order for any number (Minimum zero,
maximum any number) of telecom eqpt / SOR item can be placed to the supplier. Bid evaluation
shall be done item-wise.
Packing, forwarding, Inland transportation, Loading, Unloading, transit insurance, Octroi and other
local costs / incidental expenses for delivery of the goods to its final destination shall be quoted by
the Indian/ Domestic Bidders.
------------------------------------------------------------------------------------------------------------------------------------------
135
The telecom equipment being purchased shall be delivered at GAIL stores / sites as per project
requirements.
Bidder shall carry out Inspection of the individual telecom equipment once it is delivered at GAIL’s
store / site and take all the necessary steps immediately to rectify all/any damage, if any. Bidder shall
also identify the supplied components, loose supplied item, mandatory spares at site in presence of
representative(s) of GAIL Joint report shall be generated and proof towards inspection shall be
attached along with the Invoice.
Since GAIL will store the telecom equipment in open yard bidder shall take necessary precautions
while sealing and packing, so that it remains properly preserved in open yard without shed.
Bidder shall furnish dispatch particulars of the consignment immediately to the GAIL and Insurance
Company after dispatch of the material.
At the time of submission of bids, bidder to submit the list of make & model of all the supply items
to be offered.
16.0 PRICE REDUCTION SCHEDULE (PRS)
If the Vendor fails to deliver any or all of materials or performance of the work and service within
the time period (s) specified in the Order/ Contract, GAIL shall without prejudice to any other
remedy(ies) under the order/ contract, reduce a sum calculated on the under mentioned basis:
Price Reduction will be applicable @ ½ % of the total release order value per week of delay or part
thereof in supply/ completion of work subject to a maximum (ceiling) of 5% of total release order
value. PRS for each release order will be calculated individually.
As ARC Telecom &SCADA is a composite contract PRS is applicable if delay is either on supply or
works as defined above. In case of delay in completion, the bidder shall calculate the applicable price
reduction for delayed completion and raise there invoice after deduction of PRS
In case of supply in ARC contract, the portion of supply completed in all respect which can be used
for commercial operation shall not be considered for applying PRS, if delivered within contractual
delivery period. The remaining supplies which are completed beyond the contractual delivery shall
attract price reduction schedule @½ % of the delayed delivery value maximum upto 5% of the total
order value.
The value considered for calculating PRS is basic value without taxes.
17.0 ORDER OF PRECEDENCE
The Articles contained in this Section shall supplement to the Special Conditions of Contract
and General Conditions of Contracts – Goods. Where any portion of Special Conditions of
Contracts and General Conditions of Contract – Goods is repugnant or at variance with any
provisions of Instructions to Bidders. Instructions to Bidders shall be deemed to over-ride the
provision(s) of Special Conditions of Contract and General Conditions of Contract-Goods only
to the extent that such repugnancies of variations in Instructions to Bidders are not possible of
------------------------------------------------------------------------------------------------------------------------------------------
136
being reconciled with the provisions of Special Conditions of Contract and General Conditions
of Contract – Goods. Order of Precedence shall be as under
(a) Purchase Order
(b) Letter of Award / Fax of Acceptance
(c) RFQ / IFB
(d) Bid Data Sheet
(e) Job Specifications
(f) Drawings
(g) Instruction to Bidders with e-tender instructions
(h) Special Conditions of Contract
(i) Technical Specifications
(j) General Conditions of Contract
(k) Other Documents
17.0 GST CLAUSE
GST clause is applicable from 01.07.2017. Excise Duty, VAT & CST, Entry Tax etc have been
submerged in GST. Accordingly wherever reference to ED, VAT, CST, Entry tax is mentioned
in the GCC, SCC or elsewhere in the Bidding Document, the same shall be ignored. Owners’
aggregate liability of payment of taxes & duties shall be limited to the volume of
IGST/CGST/SGST indicated in the Price schedule and nothing shall be payable extra except
for the statutory variation mentioned elsewhere in the bidding document.
------------------------------------------------------------------------------------------------------------------------------------------
137
SECTION-VI
SCOPE OF WORK & TECHNICAL
SPECIFICATIONS
------------------------------------------------------------------------------------------------------------------------------------------
138
SCOPE OF ANNUAL RATE CONTRACT
PROJECT DESCRIPTION
M/s GAIL (India) Limited proposes to supply natural gas to various small consumers via Last
Mile Connectivity in Western Region. Telecom & SCADA works for these LMC’s in western
region is to be done through ARC Telecom & SCADA –Western Region works which will
cover customers along DBPL – I (Maharashtra & Goa Region), DUPL, DVPL – I, DVPL – II
(Gujarat Region) SGPL etc in the state of Gujarat, Maharashtra ,Goa, etc. Scope of ARC
Telecom & SCADA works involves several activities like procurement of telecom & SCADA
equipment, erection, installation and commissioning of the system to extend the data
connectivity to last mile consumers for which the work is being tendered.
In general for almost all consumers, 3-Layer PE externally coated Carbon steel pipelines are
laid. Optical fiber cable is laid along the pipeline by the pipeline laying contractor and real
time data for SCADA purpose has to be provided by installing necessary Telecom equipment/
convertors / RTU as per the requirement.
Proposed tender is to provide telecommunication and SCADA facilities to last mile consumers
and integrating with existing SCADA system provided by M/s YOKOGAWA. Extending the
telecom & SCADA connectivity to the LMC customers is important for monitoring of
critical parameters e.g. flow, temperature, pressure etc Intended work requires online
polling of consumer data through OFC / other media based on feasibility.
1.0 WORK TENDERED
1.1. The work tendered in this bid package consists of supply, installation, testing and
commissioning of the telecom & SCADA system for small consumers i.e Mainly for last mile
connectivities(LMC) and for upgradation required in existing network topology w.r.t LMC if
any.
2.0 SCOPE OF WORK
The scope of work shall generally be, but not limited to the following:-
2.1. Procurement
2.1.1. CONTRACTOR shall procure and supply all the materials, other than OWNER supplied
materials, required for permanent installation in main pipeline and at terminals in sequence and at
appropriate time. All equipment, materials, components etc. shall be suitable for the intended
service. Approved vendors/ make & model have been indicated in the bid package for various
items. For items which are not covered in the vendor list, CONTRACTOR shall obtain OWNER's
------------------------------------------------------------------------------------------------------------------------------------------
139
prior approval for the vendor. Equipment requiring specialized maintenance or operation shall be
avoided as far as possible. Equipment offered shall be field proven.
2.1.2. CONTRACTOR shall procure all materials, components, equipment, consumable etc. required
for successful completion of the telecommunication system. CONTRACTOR shall also procure
and supply spares required for pre-commissioning and commissioning/ start up as recommended
for all items supplied by him as per specifications provided in the bid package. Where no
specification is available in the contract, the same shall be prepared by the CONTRACTOR based
on the material specification and shall be subject to OWNER's approval.
2.1.3. Material take-off with complete description of size, rating, material, thickness and specifications.
2.1.4. Only single offer shall be provided by the bidder fully complying with specifications/ drawings/
requirements for OWNER's review and approval. CONTRACTOR shall provide for inspection of
the items at vendor's works by the OWNER/ OWNER's REPRESENTATIVE or by a reputed
inspection agency and shall submit inspection reports for OWNER's clearance.
2.1.5. CONTRACTOR shall carryout proper documentation of inspection and quality assurance
programs for all equipment and bulk materials duly approved by OWNER. CONTRACTOR shall
maintain an accurate and traceable listing of procurement records for the location, quality and
character of all permanent materials in the Project.
2.1.6. CONTRACTOR shall immediately report to the OWNER of all changes which will affect
material quality, and recommend any necessary corrective actions to be taken.
2.1.7. Submit periodic manufacturing progress reports highlighting hold ups and slippages, if any, to
OWNER and take remedial measures.
2.1.8. Interact with authorities such as Sales Tax, Octroi, Excise, Customs etc. as necessary and arrange
for transportation of the materials under his scope of supply to site.
2.1.9. All purchase requisitions including purchase orders shall be approved by OWNER/ OWNER's
REPRESENTATIVE.
2.1.10. Compliance with vendor's and supplier's instructions and recommendations for transportation,
handling, installation & commissioning.
2.1.11. During detailed Engineering vendor has to finalise & intimate details of equipment to be supplied
as per requirement of connectivity and against the same clearance from EIC is to be obtained.
Vendor has to supply SDH equipment of the same make suited as per detailed Engineering i.e for
seamless integration existing make of equipment in trunk /backbone to be used for LMC
connectivities
2.1.12. Vendor has to provide necessary certifications for compliance of IP55, IP66 etc
2.1.13. Details of offered make and tentative model for the equipment’s to be supplied are to be provided.
------------------------------------------------------------------------------------------------------------------------------------------
140
2.1.14. Details pertaining to RTU / SCADA are separately defined elsewhere in tender document.
3.1 Works
Vendor has to carry the feasibility, design, engineering, commissioning of Telecom and SCADA
works for extension of data and voice communication. Vendor has to submit the detail engineering
including design and engineering of the network, link engineering for extension of voice and data
communication at consumer location. Vendor has to test the OFC before taking over of cable. After
taking over test report is to be submitted. Vendor has to do SAT (Site Acceptance Testing) and
trial run of the system for 7-15 days for acceptance of the Telecom and SCADA system as per
notification from EIC.
SPECIFICATIONS
1. SDH EQUIPMENT
Common STM-1 equipment
Equipment specification shall conform to general purpose optical fiber transmission open system
with line signal in accordance with ITU-T Rec G-707.
The equipment should have modular design and should be configurable in number of operational
modes to perform complex and different network functions without need of any additional software.
The supplied SDH equipment shall be able to work in all possible configurations like Terminal
(TM), Regen and Add-Drop (ADM).
All the Common and Control cards in the SDH Equipment, failure of which shall affect the traffic &
performance of the equipment, shall be provided in (1+ 1) hot-standby protection configuration.
The switching subsystem (Cross Connect) should meet the following requirement as a minimum.
Non-Blocking: Probability that a particular connection request cannot be met should be zero.
Correctness of cross connections: Correct cross connections between the right traffic ports.
Timing transparency or no slip: Each outgoing channel shall contain the same timing information as
it did at the input before switching.
Timing sequence integrity: Concatenated payloads should be switched without breaking the time
sequence integrity.
All Trib to Trib, Line to Trib, Line to Line connections should be completely none blocking.
The offered equipment should be capable of interfacing and supporting a wide range of input
interfaces including SDH/PDH, Ethernet /Fast Ethernet ports in an integrated manner from same sub
rack with add on cards but with no external add on boxes with the equipment. The equipment shall
be multi service from day one. The minimum number of ports /card for 10/100 base T card shall be 4
auto sensing ports.
Following features shall be configurable in the cards:
ETH ports:
1.4 ETH 10/100 Base T,
------------------------------------------------------------------------------------------------------------------------------------------
141
Auto sensing,
Flow control (802.3 xs) configurable (on/off)
Eos Mapper:
G.7041 (GFP) or X.86 (LAPS) configurable,
G.7042 (LCAS)
IEEE 802.1 Q (VLAN)
IEEE 802.1 P (Priority)
ITU-T G.707 (Virtual concatenation)
Nodes shall be hitless i.e. removing or inserting plug units must not affect the existing traffic on other
units.
Configuration of nodes should be easily expandable by adding plug in units and modifying software
settings.
It is required that laser transmitter is automatically shut down when the incoming signal is missing.
It shall be possible to support all network topologies – bus, ring, mesh and mixed to support network
evolution in future.
The offered Equipment shall support SFP modules at the optical Aggregate and optical Tributary
Interfaces.
The system shall provide DCC Transparency to enable the passing of the DCC channels without
blocking.
Receive Optical Power measurement aggregate interface should be available, which can be read by
accessing the equipment through NMS.
The system should provide Visual Power On indication as well as the card level Visual
For indications for the status of individual cards following should be indicated:
LOS Indication
Card Active Indication
Card Status Indication
Receive Optical Power measurement provision for all optical interfaces should be available for the
equipment, which can be read by accessing the equipment through NMS.
Provision for suitable potential free contacts should be provided for extension of external alarms to
NMS.
All the data pertaining to configuration, cross- connections, administration, security, operation and
maintenance of the equipment shall reside in its non volatile memory and shall enable for FCAPS
management functions of the equipment from NMS and LCT. The required software shall be
preloaded and configured in all SDH/PDH equipments as per site requirement before dispatch from
factory. The software download to the equipment shall be possible online without interrupting the
traffic. The system should have smooth and non disruptive in case of software Up gradation.
Reliability /Availability
System availability should be greater than 99.99% (including the SDH and optical converters) &
excluding logistics, fiber and power supply by others. System BER shall not exceed 1* 10(-12).
Theoretical calculations should be submitted in support of the above for proposed section in this
project with 1 hour MTTR as part of bid.
Power Requirements
Bidder to provide details of power consumption of each plug in unit, as well as typical and maximum
power consumption of a node.
------------------------------------------------------------------------------------------------------------------------------------------
142
Cables & Connectors
All cables and connectors shall be of OEM make only.
SDH REQUIREMENTS:
For the SDH Equipment, the common modules of power supply, cross connects and controller cards
in the SDH Equipment, failure of which shall affect the traffic & performance of the equipment, shall
be provided in (1+ 1) hot-standby protection and in line with requirements as stated in tender.
Synchronization
The new SDH equipment shall be preferably synchronized to existing equipments and upcoming
equipments. Bidder shall provide details of synchronization as part of bid. The Synchronization Input
and Output Interfaces and Traffic interfaces for all SDH equipment to be provided as mentioned
under the technical specifications. The SDH equipment should have a minimum one Input &
minimum one output Synch Interfaces. The SDH equipment should provide a 2MHz clock from the
system. In the SDH equipment, retiming functionality shall be available to allow the transfer of high
quality SDH network timing to PDH equipment.
Following shall be usable as synchronization source:
External clock
Any STM-N
Any 2 Mbps
Internal clock
The equipment’s at various locations shall be equipped & configured as per the following
STM-1 Equipment
Requirement of equipped interfaces from day one:
STM 1(O) Aggregate L1.1 : Four Interfaces on two cards
E1 (tributary) : 21 Numbers with 120 ohms termination (to be
terminated at Krone DDF)
Fast Ethernet 10/100Base-T : Total 8* 10/100 auto sensing interfaces.
(Electrical) in two cards
The performance of the line tributary interfaces shall be in compliance with ITU-T G-957.Bidder to
provide detail specification of equipment offered.
The new SDH equipment shall be fully compatible with existing SDH equipment of GAIL including
full DCC transparency.
Cross connect:
STM1 equipment shall be equipped with
Redundant matrix card
Fully non blocking with Granularity of VC-4,VC-3 and VC-12
Aggregate to Aggregate, Aggregate to tributary, tributary to aggregate, tributary to tributary.
------------------------------------------------------------------------------------------------------------------------------------------
143
Capability of following
- Unidirectional point to point
- Bidirectional point to point
- Unidirectional point to Multipoint
- Drop and continue
- It shall allow direct mapping of any 2 Mbps into any STM1 interface without blockage at
any level of the equipment.
All optical & electrical Interface Modules supplied at all locations of the pipeline shall be provided
with all OEM make Cable, Connectors & associated items in complete for the integration with
external users’ equipment. Any other interface required in SDH at any other locations of the pipeline
to meet the overall requirement shall be supplied, installed & commissioned by the Contractor.”
Offered SDH equipment shall be of FIBCOM/ TEJAS/ ECI/ WRI/ NSN (Corriant) make
only so that the system can be managed from the GAIL existing SDH NMS of FIBCOM/
TEJAS/ ECI/ WRI/ NSN(Corriant) installed at Noida. Vendor has to offer any of the above
make of SDH equipment as per the requirement of network for seamless integration. The
requirement of make and Layer –1 or Layer – 2 shall be confirmed at the time of detailed
engineering .
2. IP/MPLS type switch
As LMC connectivities are mission critical applications but with space & power
constraint for which DIN rail mounted Compact Managed IP/MPLS transport device,
having minimum 4 optical & 4 Ethernet port are to be interfaced with directly to SCADA
server on dedicated optical network or through new SDH equipment. It should have IP
interface, manageability & monitoring from NOCC, and capable of integration with
RTUs, phones (IP/Analog) and CCTV systems, etc. The requirement of IP/MPLS
switches shall be confirmed at the time of detailed engineering .
Details as per Annexure-G
3. POWER CONVERTERS
Preferable power supply modules of Delta, Eltex, Amaraja or equivalent
3.1. AC-DC CONVERTER (230 VAC to 48 VDC)
Type : SMPS type
Redundancy : The modules of AC-DC converter, fault of which shall affect the
delivery of required rated output (voltage/ current), shall be (N+1)
protected.
Input
1. Voltage : Single phase & Neutral Nominal Working Voltage: 220V VAC Range:
150-275V VAC
2. Frequency : 45 to 63 Hz
3. Current : To be provided by the Bidder
4. Power Factor : > 0.9
------------------------------------------------------------------------------------------------------------------------------------------
144
5. Efficiency : > 90%
6. Protection : Current Limiting Circuit Breaker; Fuse at the input of Rectifier module,
over & under voltage protection. Automatic shutdown at lower input
voltage.
Output:
1. Voltage : 50 VDC (preset) 48 to 56V (non-break type) with Ripple <100 mV
2. Load Current : 300 W
3. Static Regulation : Load: + 0.5 %
4. Dynamic regulation : +/- 5% for 10%- 90% step load change
+/- 1% within 10 msec of step change
+/- 1% for +/-25% step change in AC input voltage
5. Conversion frequency: > 50 KHz
6. Load sharing : Active current sharing & Democratic load sharing in parallel
operation.
7. Protection : Circuit breaker/fuse
a) Over voltage : Only faulty unit shuts down
b) Over Current : Can sustain short circuit at o/p indefinitely
c) Over Temperature : Required
Other:
1. Lightening & Surge protection : As per latest national & International Standards
2. EMI protection : As per latest national & International Standards
3. Insulation Resistance:
a) AC Input & Earth : > 2 mega ohms
b) DC Output & Earth : > 1 mega ohms
c) AC input & DC o/p : > 5 mega ohms
4. Mechanical Noise : < 60 dBA
Monitoring:
1. Shall provide Display for display / monitoring of the following with accuracy of 1%:
Input AC Voltage
Output DC Voltage & Current
2. Shall provide facility for visual indication / display / monitoring of following Alarms locally:
AC Mains Failure
Rectifier Failure
Over Voltage
Under Voltage
Overload
Fan failure (if any)
The above-mentioned alarms shall be categorized under Urgent & Non-urgent alarms
depending upon the intensity of the abnormalities. Every Alarm condition shall be
accompanied with Audio alarm with the audio cut-off facility. Potential Free contacts shall be
provided for the extension of alarms to central location.
3.2. AC-DC CONVERTER (230 VAC to 24 VDC)
PARAMETERS SPECIFICATION
1. TYPE : SMPS
------------------------------------------------------------------------------------------------------------------------------------------
145
Redundancy : The modules of AC-DC converter, fault of which
shall affect the delivery of required rated output
(voltage/ current), shall be (N+1) protected.
INPUT 1. Voltage : AC Voltage of 230V (nominal) Range: 220 -250
VDC
2. Current : To be provided by the Bidder
3. Efficiency : >85%
4. Protection : Current limiting circuit breaker; Over & under
voltage protection; Automatic shutdown at lower
input voltage.
OUTPUT
1 Voltage : 30 VDC (preset) Adjustable 24 to 32V (non-break
type) with Ripple <100 Mv
2. Load Current : 300W
3. Static Regulation : Load: + 0.5 % from 0 to full load
4. Dynamic Regulation : +/- 5% for 10%- 90% step load change
5. Conversion frequency : > 90 KHz
6. Load Sharing : Active current sharing & Democratic load sharing in
Parallel operation
7. Protection : Circuit breaker/fuse
a) Over Voltage : Only faulty unit shuts down
b) Over Current : Can sustain short circuit at o/p indefinitely
c) Over Temperature : Required
OTHER
1. Lightening & Surge Protection : As per latest national & International Standards
2. EMI Protection : As per latest national & International Standards
3. Insulation Resistance
a) Input & Earth : >2 mega ohms
b) DC Output & Earth : >1 mega ohms
c) DC input & DC O/p : >5 mega ohms
4. Mechanical Noise : <60dBA
MONITORING
1. Shall provide for Display for display/ : Input AC Voltage & Current
Monitoring with accuracy of 1% Output DC Voltage & Current
2. Shall provide facility for visual indication/: Input Failure
Display/ monitoring Alarms locally Output Failure
Module Failure
O/P Over Voltage
O/P Under Voltage
Overload
Fan Failure
The above-mentioned alarms shall be categorized under Urgent & Non-urgent alarms depending
upon the intensity of the abnormalities. Every Alarm condition shall be accompanied with Audio
alarm with the audio cut-off facility. Potential Free contact shall be provided for the extension of
alarms to central location
------------------------------------------------------------------------------------------------------------------------------------------
146
3.3. DC-DC CONVERTER (48 VDC to 24 VDC)
PARAMETERS SPECIFICATION
TYPE : SMPS
Redundancy : The modules of DC-DC converter, fault of which shall
affect the delivery of required rated output (voltage/
current), shall be (N+1) protected.
INPUT 1. Voltage : DC Voltage of 48V (nominal) Range: 40 - 56 VDC
2. Current : To be provided by the Bidder
3. Efficiency : >85%
4. Protection : Current limiting circuit breaker; Over & under voltage
protection; Automatic shutdown at lower input voltage.
OUTPUT
1 Voltage : 24 VDC (preset) Adjustable 20 – 30 V (non-break type)
with Ripple <100 Mv
2. Load Current : 300W
3. Static Regulation : Load: + 0.5 % from 0 to full load
4. Dynamic Regulation : +/- 5% for 10%- 90% step load change
5. Conversion frequency : > 90 KHz
6. Load Sharing : Active current sharing & Democratic load sharing in
Parallel operation
7. Protection : Circuit breaker/fuse
a) Over Voltage : Only faulty unit shuts down
b) Over Current : Can sustain short circuit at o/p indefinitely
c) Over Temperature : Required
OTHER
1. Lightening & Surge Protection : As per latest national & International Standards
2. EMI Protection : As per latest national & International Standards
3. Insulation Resistance
d) Input & Earth : >2 mega ohms
e) DC Output & Earth : >1 mega ohms
f) DC input & DC O/p : >5 mega ohms
4. Mechanical Noise : <60dBA
MONITORING
1. Shall provide for Display for display/ : Input DC Voltage & Current
Monitoring with accuracy of 1% Output DC Voltage & Current
2. Shall provide facility for visual indication/ : Input Failure
Display/ monitoring Alarms locally Output Failure
Module Failure
O/P Over Voltage
O/P Under Voltage
Overload
Fan Failure
The above-mentioned alarms shall be categorized under Urgent & Non-urgent alarms depending
upon the intensity of the abnormalities. Every Alarm condition shall be accompanied with Audio
------------------------------------------------------------------------------------------------------------------------------------------
147
alarm with the audio cut-off facility. Potential Free contact shall be provided for the extension of
alarms to central location
3.4. DC-DC CONVERTER (24 VDC to 48 VDC)
PARAMETERS SPECIFICATION Type : SMPS type
Redundancy : The modules of DC-DC converter, fault of which shall affect
the delivery of required rated output (voltage/ current),shall be
(N+1) protected.
INPUT 1. Voltage : DC Voltage of 24V (nominal) Range: 20 -30 VDC.
2. Current : To be provided by the Bidder
3. Efficiency : > 85%
4. Protection : Current limiting circuit breaker; Over & under voltage
protection; Automatic shutdown at lower input voltage.
Output:
1. Voltage : 50 VDC (preset) Adjustable 48 to 52V (non-break type) with
Ripple <100 mV
2. Load Current : 300 W
3. Static Regulation : Load: + 0.5 % from 0 to full load
4. Dynamic regulation : +/- 5% for 10%- 90% step load change
5. Conversion frequency : > 90 KHz
6. Load sharing : Active current sharing & Democratic load sharing in Parallel
operation.
7. Protection : Circuit breaker/fuse
a) Over voltage : Only faulty unit shuts down
b) Over Current : Can sustain short circuit at o/p indefinitely
c) Over Temperature : Required
Other:
1. Lightening & Surge : As per latest national &International Standards
Protection
2. EMI protection : As per latest national & International Standards
3.Insulation Resistance:
a) Input & Earth : > 2 mega ohms
b) DC Output & Earth : > 1 mega ohms
c) DC input & DC O/p : > 5 mega ohms
4. Mechanical Noise : < 60 dBA
Monitoring:
1. Shall provide Display for display / monitoring of the following with accuracy of 1%:
Input DC Voltage & Current
Output DC Voltage & Current
2. Shall provide facility for visual indication / display / monitoring of following Alarms locally:
------------------------------------------------------------------------------------------------------------------------------------------
148
Input Failure
Output Failure
Module failure
O/p over Voltage
O/p under Voltage
Overload
Fan failure (if any)
The above-mentioned alarms shall be categorized under Urgent & Non-urgent alarms depending upon
the intensity of the abnormalities. Every Alarm condition shall be accompanied with Audio alarm with
the audio cut-off facility. Potential Free contacts shall be provided for the extension of alarms to
central location.
4. BATTERY CHARGER WITH BATTERY BACKUP
Battery charger shall be 230 V AC input and output 48/24 VDC. Total load for battery charger
shall be 300 watt and maintenance free battery (120 Ah) for battery backup of 8 hours. Battery
charger charging modules shall be in (N+1) configuration in hot standby configuration.
5. PORTA CABIN
1. Structural design National Building Code: 2005
IS: 875 (Part 1 to 5) Actions on structure (Loads)
IS: 800-2007 Design of steel structures
Galvanized coating
IS: 2771992 Hot dip galvanized coatings on fabricated iron and steel articles
Electrical installation
IS: 120631987 – Degree of protection provided by enclosures of electrical equipment
IS: 21471962 – Low voltage switchgear and control gear assemblies
IS: 46911968 – Rotating electrical machinery
Welding
IS: 8161969 – Welding procedure tests for the arc welding
2 MECHANICAL CHARACTERISTICS
2.1 Dimensions
SHELTER Length (mm) Width (mm) Height (mm)
2500 2500 2700
2.2 Supporting mainframe
The shelter shall consist of a supporting frame. All these parts shall be bolted together and assembled with
the sandwich panels to form a monolithic body.
------------------------------------------------------------------------------------------------------------------------------------------
149
2.3 Side walls
Sidewalls shall consist of sandwich panels to be assembled and fixed to the mainframe to form the four
sidewalls. The complete assembling of the walls shall be made to avoid any thermal bridges between
internal and external surfaces of the same.
Each panel shall be made as follows
External covering of min sheet thickness 0.6 mm with galvanized pre-painted RAL 9002 steel
sheet
Insulation with polyurethane foam, thickness 60 mm, density 40 kg/m3
Internal covering of min sheet thickness 0.6 mm with galvanized pre-painted RAL 9002 steel
sheet
2.4 Floor (Floor load shall be min 1500 kg/m2)
The frame shall consist of two main beams, two short and additional intermediate galvanized steel cross
beams all made of galvanized steel profile sections. The bottom external surface is made with galvanized
pre-painted steel sheet and the top internal surface is made with a cover of replaceable type marine
plywood (thickness min 19 mm) covered with antistatic PVC. Between the two surfaces, insulating
material and additional intermediate cross beams for additional rigidity are inserted but not embedded.
2.5 Roof frame
The frame shall consist of and two short cross beams made of galvanized steel profile sections. The load
capacity of the roof shall be ensured by corrugated sandwich panels anchored to the frame. The individual
panels are made with the same characteristics as the wall panels. Support up to wind speed of 180 km/hr.
2.6 Additional secondary roof
The additional roof shall be composed by corrugated galvanized pre painted steel sheets Installed with a
minimum slope of 5% approx in a short side and with the edges extended over the edges of roof frame on
each side.
2.7 Internal linings
The internal lining of the walls shall be made with RAL9002 pre painted metal sheets and floor covering
made of antistatic PVC mat.
3 Other Characteristics
3.1 Access door
The access doors shall be built with a frame made of aluminum profiles and sheets. The dimensions of the
door opening are:
• Height 1800 mm
• Width 900 mm
In order to guarantee necessary water tightness and thermal insulation, two gaskets are fixed one on door
frame and another on door. The door internal and external claddings and insulation shall have the same
materials and characteristics specified for the wall panels. The door shall have non detachable (not slip)
------------------------------------------------------------------------------------------------------------------------------------------
150
hinges; lock fitted (with an antipanic lock) and shall be equipped with a locking device preventing
accidental closing due to wind gusts.
3.2 Fastening of the equipment
The shelter shall be internally designed for a rapid fastening of radio equipment by means of rails
anchored to the walls.
3.3 Openings
ROXTEC/Wallmax type cable entries in the floor/walls (Position to be defined later.)
4 Power Distribution System
4.1 Power distribution board
The distribution board is dimensioned and configured for the supply and the control of the various users
installed.
POWER SUPPLY CHARACTERISTICS:
Voltage: 220 VAC 1Ph+N Frequency: 50 Hz
The power supply circuits are protected against overloads and short‐circuit by automatic Thermo‐
magnetic circuit breakers MCBs (Miniature Circuit Breaker) with nominal current depending on cable
section and load, tripping characteristic C curve, minimum breaking Capacity. Where RCBOs (Residual
Current Circuit Breaker with over current Protection) are installed, they combine in a single device
protection against both earth‐fault currents and overloads or short‐circuit.
4.2 Lighting system & Sockets
The lighting system shall consist of internal light fixtures, each equipped with min 36 W flame proof
fluorescent lamps. The external lamp with crepuscular switch positioned closed to access door. The power
distribution system employs unipolar cables slipped through rigid PVC tubes and conduits. On shelter
walls AC sockets is installed
4.3 Earthing System
The shelter is equipped with ground copper collectors and copper strip along the walls.
The shelters are equipotential and all panels shall results as to be electrically connected one to the other
and to the mainframe. In addition, a copper strap ensures the electric connection of the door to the main
structure. The connection of the mainframe to the earth system is allowed by two external grounding
points
------------------------------------------------------------------------------------------------------------------------------------------
151
5 Alarm System
The following alarm systems are provided:
• Open door (micro switch)
• Max. indoor temperature (adjustable thermostat)
• Smoke/fire (detector)
• Air conditioners failure
The relevant dry contacts to be available on a terminal strip in the power distribution board.
6 Accessories
Following accessories are provided if required:
• Cable tray
• Document pocket
• Tilting table
• Fixing kit
• General maintenance kit
7 Free cooling unit & free cooling system
Free cooling system (Flame proof) to be installed which can run on AC and shall remove hot air from the
cabin and provide proper circulation of air with auto cut feature. Wire mesh or 360 degree guarding to
be provided to rotating parts.
6. LCT
Laptops, which will be supplied by the vendor to meet the requirement of the tender, shall meet
but not limited to the following specifications:
Make – HP / Dell / Lenovo
Processor – Min 3rd Generation Intel® Core™ i5
RAM – 4 GB, 1600Mhz
Display – 15“ or higher LED Backlit Display
Video Card – 1 GB
Keyboard – Keyboard with Touchpad
Ports – Min. 2 USB /Ext. Monitor/ LAN etc.
HDD – 500 GB min., 5,400 rpm or higher
CD/DVD RW – read & write function
Ethernet – LAN interface – 10BASE- T/100BASE- TX Ethernet with RJ-45 interface
Operating System – Licensed Windows 7 or Windows 8 OS with documentation & CD
media/Recovery arrangements
Serial Port – 01 (One) In case the model offered is not having a serial port than vendor to
provide a USB to Serial convertor with corresponding software.
Antivirus – Mcafee / Norton / AVG 1 year licensed in CD & loaded on LCT
Accessories – Carry case, 240 V AC adapters with Cable
Battery – 6 cell or more Lithium Ion. The required Back up time shall be min. 6 hours.
------------------------------------------------------------------------------------------------------------------------------------------
152
7. EQUIPMENT RACKS FOR TELECOM SYSTEM
Equipment shall conform to the similar housing standard. The telecom cabinets shall have the
following dimensions including Optical, EPABX, Power distribution panel, etc.:
Height: 1600 mm (1500 mm + 100 mm base plate)
Width: 600 mm
Depth: 600 mm
Color: Grey color (RAL 7035)
All cabinets shall be with lockable glass front and perforated rear doors with preferably top cable
entry and with gaskets and fittings to keep out moisture, corrosive, salts, dust & gases. As far as
possible, the cabinets shall be manufactured using standard modular design and standard
equipment.
All doors, trays and other weight supporting parts shall be fabricated of metal adequately reinforced
to limit vibration and ensure plane surfaces and shall be well-housed and tidy in appearance. All
fasteners including nuts, bolts, flat/lock washers and screws shall be of nickel plated MS.
Document pocket/ wallet shall be provided on the inner side of the front and rear door of each
cabinet.
Preferably all racks shall be of same size, color & make/model. Equipment racks shall be protected
against entry of rodents, insects, lizards etc. Each rack shall arrangement of natural cooling &
venting.
Racks for all the equipment of individual system, sub-system shall be as per international standards
and shall adhere to all the quality norms.
Equipment protection for racks shall be of IP-42 and shall of Make Rittal or equivalent.
8. SOLAR PANEL-300 W
SCOPE
Solar panel 300 Watt
- For powering of telecom system at remote consumer location, solar power with maintenance free
battery for backup of 48 hrs in case of no light with necessary charger for load, interconnecting
cable, glands and erection accessories as required. The load capacity shall of min 300 watt. Solar
panel shall have redundant charge controller and it shall switched to standby charge controller
automatically in case of failure of one charge controller without failure in operation. Solar panel
shall able to charge the battery with in time frame and same shall be demonstrated during FAT
and/or SAT. Solar panel system shall be equipped with feature of charging the battery by grid
supply with automatic switching over facility from solar to grid supply and vice versa.
Tenderer’s scope of work includes design, manufacture, testing, packing, storage, delivery to
------------------------------------------------------------------------------------------------------------------------------------------
153
site, installation, earthing, testing & commissioning of the complete Solar system with solar
array, charge controllers, battery banks, chargers, DC-DC converters, Distribution boxes,
interconnecting cables etc. as per this specification, data sheets that meet the critical load
requirement.
- SPV modules manufactured using Mono Crystalline Silicon solar cells shall be used for power
generation. SPV modules should have excellent durability to withstand extreme temperature and
weather conditions. The photovoltaic solar array, charge controller shall be sized to meet through
battery back-up, load cycle requirement of connected load with availability of solar energy. SPV
array shall be connected in series-parallel combination to obtain required voltage and current
rating of a solar module. However the rating of solar system shall not be less than as specified in
SOR/MR.
- Equipments earthing- Cu plate type.
A charge controller is an important system component that regulates the power generated from
renewable energy system and charges the battery and simultaneously feed the load at specified
voltage level. It should protect specified type of batteries from being over/under charged and ensures
maximum battery life.
- Charger size shall be based on the maximum Array capacity.
- Automatic boosts and floats charging control
PROTECTIVE FEATURES (As per manufacturer’s standard however minimum are below)
- Maximum current limiting
- Over Temperature Trip
- Over charging Trip
- Boost charging and float charging current limiting with back up protection against overcharging
& deep discharge protection against transient/surge.
- Battery open circuit protection.
- Provision for charging of battery from grid supply through grid charger automatically when no
sun power is available or battery is deep discharged.
INDICATIONS (As per manufacturer’s standard)
- Indication for charging by solar panels or by Grid power.
METERS
- Input Voltage and current, Output voltage and current, Load voltage and current
- Battery current and voltage with indication of status - "in charge" or "discharge".
- Solar array Voltage and Current.
CHARGER
Grid charger charges the battery bank from grid supply when solar power is not available or
battery is deep discharged upto 70%. During the charging the charger will supply the load
simultaneously and should protect specified type of batteries from being over/under charged and
ensures maximum battery life. Grid charger turn on automatically when no sun power is available
or battery is deep discharged by interlocking between the solar charge controller and grid charger.
Grid charger shall be FCBC type. The charger rating shall be selected such that it can charge fully
discharge battery (Bidder shall submit the calculation)
The rating of rectifier / charger shall be not less than the value calculated as follows:
------------------------------------------------------------------------------------------------------------------------------------------
154
For batteries = Load current + 0.2 Ah (5 hr. rating of battery)With transient and surge protection
circuit in input circuit for protection from surges and voltage Spikes, necessary smoothing reactor
and filters and Automatic boost and float charging control.
INDICATIONS-(As per manufacture’s standard)
- Battery charging by Grid charger or solar charger controller.
MONITORING Should provide 4-20 mA Analog Input signal for monitoring Battery Voltage. The same to be
terminated in RTU (in case RTU is present in the Solar installation location to moniter Battery
Voltage.
Overall dimensions of complete battery set shall be such that it can be accommodated in
minimum space available at customer site.
9. SOLAR PANEL-200 W
SCOPE
Solar panel 200 Watt
- For powering of telecom system at remote consumer location, solar power with maintenance free
battery for backup of 48 hrs in case of no light with necessary charger for load, interconnecting
cable, glands and erection accessories as required. The load capacity shall of min 200 watt. Solar
panel shall have redundant charge controller and it shall switched to standby charge controller
automatically in case of failure of one charge controller without failure in operation. Solar panel
shall able to charge the battery with in time frame and same shall be demonstrated during FAT
and/or SAT. Solar panel system shall be equipped with feature of charging the battery by grid
supply with automatic switching over facility from solar to grid supply and vice versa.
Tenderer’s scope of work includes design, manufacture, testing, packing, storage, delivery to
site, installation, earthing, testing & commissioning of the complete Solar system with solar
array, charge controllers, battery banks, chargers, DC-DC converters, Distribution boxes,
interconnecting cables etc. as per this specification, data sheets that meet the critical load
requirement.
- SPV modules manufactured using Mono Crystalline Silicon solar cells shall be used for power
generation. SPV modules should have excellent durability to withstand extreme temperature and
weather conditions. The photovoltaic solar array, charge controller shall be sized to meet through
battery back-up, load cycle requirement of connected load with availability of solar energy. SPV
array shall be connected in series-parallel combination to obtain required voltage and current
rating of a solar module. However the rating of solar system shall not be less than as specified in
SOR/MR.
- Equipments earthing- Cu plate type.
A charge controller is an important system component that regulates the power generated from
renewable energy system and charges the battery and simultaneously feed the load at specified
voltage level. It should protect specified type of batteries from being over/under charged and ensures
maximum battery life.
------------------------------------------------------------------------------------------------------------------------------------------
155
- Charger size shall be based on the maximum Array capacity.
- Automatic boosts and floats charging control
PROTECTIVE FEATURES (As per manufacturer’s standard however minimum are below)
- Maximum current limiting
- Over Temperature Trip
- Over charging Trip
- Boost charging and float charging current limiting with back up protection against overcharging
& deep discharge protection against transient/surge.
- Battery open circuit protection.
- Provision for charging of battery from grid supply through grid charger automatically when no
sun power is available or battery is deep discharged.
INDICATIONS (As per manufacturer’s standard)
- Indication for charging by solar panels or by Grid power.
METERS
- Input Voltage and current, Output voltage and current, Load voltage and current
- Battery current and voltage with indication of status - "in charge" or "discharge".
- Solar array Voltage and Current.
CHARGER
Grid charger charges the battery bank from grid supply when solar power is not available or
battery is deep discharged upto 70%. During the charging the charger will supply the load
simultaneously and should protect specified type of batteries from being over/under charged and
ensures maximum battery life. Grid charger turn on automatically when no sun power is available
or battery is deep discharged by interlocking between the solar charge controller and grid charger.
Grid charger shall be FCBC type. The charger rating shall be selected such that it can charge fully
discharge battery (Bidder shall submit the calculation)
The rating of rectifier / charger shall be not less than the value calculated as follows:
For batteries = Load current + 0.2 Ah (5 hr. rating of battery)With transient and surge protection
circuit in input circuit for protection from surges and voltage Spikes, necessary smoothing reactor
and filters and Automatic boost and float charging control.
INDICATIONS-(As per manufacture’s standard)
- Battery charging by Grid charger or solar charger controller.
Overall dimensions of complete battery set shall be such that it can be accommodated in
minimum space available at customer site.
MONITORING Should provide 4-20 mA Analog Input signal for monitoring Battery Voltage . The same to be
terminated in RTU (in case RTU is present in the Solar installation location to moniter Battery
Voltage.
10. SOLAR PANEL-50 W
------------------------------------------------------------------------------------------------------------------------------------------
156
SCOPE
Solar panel 50 Watt
- For powering of telecom system at remote consumer location, solar power with maintenance free
battery for backup of 48 hrs in case of no light with necessary charger for load, interconnecting
cable, glands, and erection accessories as required. The load capacity shall of min 50 watt. Solar
panel shall have redundant charge controller and it shall switched to standby charge controller
automatically in case of failure of one charge controller without failure in operation. There shall be
provision of charging the batteries through grid power shall also be provided. Solar panel shall able
to charge the battery with in time frame and same shall be demonstrated during FAT & SAT. Solar
panel system shall equip with feature of charging the battery by grid supply with automatic
switching over facility from solar to grid supply and vice versa. Tenderer’s scope of work
includes design, manufacture, testing, packing, storage, delivery to site, installation, earthing,
testing & commissioning of the complete Solar system with solar array, charge controllers,
battery banks, chargers, DC-DC converters, Distribution boxes, interconnecting cables etc as
per this specification, data sheets that meet the critical load requirement.
- SPV modules manufactured using Mono Crystalline Silicon solar cells shall be used for power
generation. SPV modules should have excellent durability to withstand extreme temperature and
weather conditions. The photovoltaic solar array, charge controller shall be sized to meet through
battery back-up, load cycle requirement of connected load with availability of solar energy. SPV
array shall be connected in series-parallel combination to obtain required voltage and current rating
of a solar module. However the rating of solar system shall not be less than as specified in
SOR/MR. Equipments earthing- Cu plate type.
A charge controller is an important system component that regulates the power generated from
renewable energy system and charges the battery and simultaneously feed the load at specified
voltage level. It should protect specified type of batteries from being over/under charged and ensures
maximum battery life.
- Charger size shall be based on the maximum Array capacity.
- Automatic boosts and floats charging control
PROTECTIVE FEATURES (As per manufacturer’s standard however minimum are below)
- Maximum current limiting
- Over Temperature Trip
- Over charging Trip
- Boost charging and float charging current limiting with back up protection against overcharging
& deep discharge protection against transient/surge.
- Battery open circuit protection.
- Provision for charging of battery from grid supply through grid charger automatically when no
sun power is available or battery is deep discharged.
INDICATIONS (As per manufacturer’s standard)
- Indication for charging by solar panels or by Grid power.
METERS
- Load voltage and current
- Battery current and voltage with indication of status - "in charge" or "discharge".
------------------------------------------------------------------------------------------------------------------------------------------
157
- Solar array Voltage and Current.
CHARGER
Grid charger charges the battery bank from grid supply when solar power is not available or
battery is deep discharged upto 70%. During the charging the charger will supply the load
simultaneously and should protect specified type of batteries from being over/under charged and
ensures maximum battery life. Grid charger turn on automatically when no sun power is available
or battery is deep discharged by interlocking between the solar charge controller and grid charger.
Grid charger shall be FCBC type. The charger rating shall be selected such that it can charge fully
discharge battery (Bidder shall submit the calculation)
The rating of rectifier / charger shall be not less than the value calculated as follows:
For batteries = Load current + 0.2 Ah (5 hr. rating of battery)With transient and surge protection
circuit in input circuit for protection from surges and voltage Spikes, necessary smoothing reactor
and filters and Automatic boost and float charging control.
INDICATIONS-(As per manufacture’s standard)
- Battery charging by Grid charger or solar charger controller.
Overall dimensions of complete battery set shall be such that it can be accommodated in
minimum space available at customer site.
MONITORING Should provide 4-20 mA Analog Input signal for monitoring Battery Voltage . The same to be
terminated in RTU (in case RTU is present in the Solar installation location to moniter Battery
Voltage.
For Solar Systems mentioned in Clause No 8.9.10 in the scope of work, Charge Controller and battery to
be mounted in IP66 Panel (if ordered separately as part of this contract)
11. EXPLOSION PROOF TELEPHONE & WEATHER PROOF TELEPHONE
Explosion proof telephone and weatherproof telephone shall be of FRNSIG/SEIMENS make or
equivalent. Explosion proof telephone shall be intrinsically safe and shall be suitable for installation in
hazardous area of Zone I, Group IIA, IIB standards.
12. ACCOUSTIC HALF HOOD BOOTH
The acoustic booth shall house the explosion proof telephone set including all accessories for fixing to the
telephone set. Acoustic booth shall be made of glass fiber reinforced polyester. These should be
maintenance free, UV, fire and corrosion resistant. Vendor’s scope includes supply of all materials,
interfaces, cabling, power supply, trenching, and backfilling.
Acoustic booth shall provide noise reductions of minimum 8 db.
The booth shall be installed at a min height of 5 feet or as per the instructions of EIC based on site
conditions.
------------------------------------------------------------------------------------------------------------------------------------------
158
Wiring, cable glands shall be included with telephone. All equipment shall be coated to ensure proper
corrosion protection. Galvanization thickness for steel pillar shall be 80 mircon. All metallic parts which
are not permanently protected against corrosion shall be protected with anti-corrosion painting.
13. ARMORED JELLY FILLED CABLE
Polythene insulated Jelly filled, Moisture barrier armored Telecommunication cable 10 pair to 20 pairs
conductor dia: 0.4 mm / 0.5 mm conforming to IEC and IS specification.
14. Signal Cables
14.1 6 Twisted Pair, 1.5 Sq. mm ( 12 Core ), Overall Aluminium Mylar Tape Shielded with drain wire
14.2 6 Twisted Pair, 0.50 Sq. mm ( 12 Core ) Individual Pair and Overall Aluminium Mylar Tape
Shielded with drain wire
14.3 6 Twisted Pair, 1.5 Sq. mm ( 24 Core ), Overall Aluminium Mylar Tape Shielded with drain wire
14.4 Signal Cable should be as per Detail Specification as per data sheet mentioned in Annexure I
15. Telemetry Interface Cabinet(TIC) As per Annexure H
16. TEST EQUIPMENTS
OTDR meter: -
Base Unit Requirements:
Test Equipment Configuration
The mainframe shall accept at least two modules simultaneously.
The Test Equipment shall be field upgradeable
The modules shall be field interchangeable
The Test Equipment shall be battery operated in any configurations.
Display
The size of the display shall be 10.4 inches minimum.
The Test Equipment shall have a LCD color display with high visibility for outside plant use. The
Test Equipment shall therefore be usable in direct sunlight.
Field operation
The Test Equipment shall be portable, battery operated and rugged for field operations.
The weight of the Mainframe shall not be higher than 5.5 kg with one function module.
OTDR Measurement Capabilities
Wavelengths: 1310 +/-20nm, 1550 +/-20nm
------------------------------------------------------------------------------------------------------------------------------------------
159
Laser Safety: Class 1
Distance accuracy: +/- 1m +/-10-5x distance +/- sampling resolution (excluding group index
uncertainties).
Vertical linearity: +/- 0.05dB/dB
Distance sampling: minimum 4cm
Number of data points: minimum 128000 acquisition points
Real time sweep: 0.1 s
Test Functions and Features:
The OTDR must have a one button operation mode.
The OTDR must give an indication of the quality of the front connection
The OTDR shall display:
The Type of event
The Distance, the Loss and the Reflectance of each event
The Slope of the fiber
The fiber Total Loss and Optical Return Loss
The OTDR shall indicate ghost detections on the trace and in the table of events. This shall be
user-selectable.
Comments shall be available and linked to each event of the table
Part of the screen must be reserve to display the trace to locate the events.
The Event table must be linked to the trace.
The OTDR must have a function which positions automatically the cursor on the successive
events.
The OTDR must have a function to freeze the markers for repetitive acquisitions.
The OTDR shall overlay minimum 8 traces:
Overlay current trace versus saved traces.
Overlay multiple wavelengths.
It shall be possible to toggle from one trace to the other.
The OTDR must have the capability to process automatic bi-directional measurements.
The OTDR must check automatically fiber continuity
The measurement parameters from the main instrument must be transferred automatically to the
other instrument to avoid any operation error.
It must be possible to visualize the trace from one instrument, from the other instrument, or both
superposed and the results at the same time
OTDR Module for long haul testing
Event Dead Zone: (Measured at +/-1.5dB down from the peak of an unsaturated reflective event)
at 1310nm: 4m
at 1550nm: 4m
Attenuation Dead Zone: (Measured at +/- 0.5dB from the linear regression using an FC/APC type
reflectance)
at 1310nm: 15m
at 1550nm: 15m
------------------------------------------------------------------------------------------------------------------------------------------
160
Dynamic Range: (The one way difference between the extrapolated backscattering level at the
start of the fiber and the RMS noise level)
at 1310nm: 42dB
at 1550nm: 40dB
The optical time domain reflectometers (at 1310nm/1550nm) should have a dynamic range >/=
25 Db, accuracy better than +/- 0.05% of length measured. Suitable printer shall be supplied with
OTDR.
17. LASER SOURCE & POWER METER (HAND HELD)
(i) Optical Laser Source:
Basic requirement of optical laser source:
The optical source will be applied for loss/attenuation measurements during installation,
operation and maintenance of fiber optic networks. It will be operating in conjunction with an
appropriate power meter.
The source has to simulate the system parameters, so laser sources are preferred operating at 1310
and 1550 nm, coupling the output power into a SM-fiber 9/125 µm.
The instrument has to withstand all practical environmental conditions like temperature, shock,
bumps etc. The instruments shall use standard AA batteries –dry cells and it should be easy to
replace the batteries in the field.
The optical ports shall have a universal optical adapter system which allows to change between
different connector types. For the optical ports a robust protection cap against dust and shock
should be included.
The output power of the lasers shall be adjustable between -7 and 0dBm.
Instrument specification
Parameter Type FP-laser
Wavelength Switch-able, one output port
Center wavelength 1310 ± 20 nm and 1550 ± 20 nm
FWHM spectral width < 5 nm / < 5 nm
Laser classification laser class 1 according to IEC 825
Operating Mode CW output level: 0 to -7 dBm
270 Hz, 1 kHz and 2 kHz
(for line identification
(Laser ON/OFF Duty cycle: 50%)
calibrated output level:-3 to 10 dBm)
Wavelength identifier AUTO-= automatic setting
with appropriate power meter
Automatic dual wavelength
transmission TWIN test = automatic dual testing with
appropriate power meter Optical interface universal interface,
physical contact FC/PC, SC/PC, LC, DIN, ST...
easy to clean, exchangeable Power supply 4-way powering Dry cells, NiCd, USB and AC-line
------------------------------------------------------------------------------------------------------------------------------------------
161
Recharge capability Internal fast charging function (2 hours), via
AC-line adapter
Operating time (typ.) >45h
Battery save function Automatic shut off
Environmental
conditions Operating temperature -10...+55 C
Storage temperature -40...+70 C
Rel. humidity up to 90 %
Electromagnetic Compatibility CE-conformance
according to EN 50081-1 / EN 50082-1
(ii) Optical power meter:
The power meter shall be an easy operable, lightweight, rugged and water resistant handheld
instrument withstanding all practical environmental conditions like temperature, shock, bumps
etc. The instruments shall use standard AA batteries –dry cells.
The instrument must cover the whole wavelength range between 800 and 1700 nm. Automatic
wavelength detection must be there.
The instrument must have no warm up time and it must use auto zeroing with no need for manual
zeroing.
The optical port must have a universal optical adapter system which would allow changing
between different connector types. For the optical ports a robust protection cap should be
provided.
1 Temperature
Operate For all supplies 00 to + 480 C guaranteed and up to +550 C degraded.
Storage -100 C to +700 C
2 Humidity At any relative humidity up to 95% within the temperature range of
0.0C to 400 C
3 Altitude At any altitude up to 600m above sea level
4 Sand and Dust The housing to be supplied along with the
equipment should be in such a way that entry for dust, insect / rodent is
totally prohibited.
5 Tropicalisation Shall be fully tropicalised with all cards & confirmally coated with
lacquer.
6 Shock and vibration Shall withstand transportation and handling by air, sea and road under
packed conditions.
7 Salt, fog and mould Shall withstand continuous usages in marine growth environment.
8 Electromagnetic Shall meet the requirements as per IEC Compatibility-801.
------------------------------------------------------------------------------------------------------------------------------------------
162
18. ANALOG PHONE
Direct 8 One-Touch Memory
140 Incoming Calls Memory
16 Outgoing Memory
12 Two Touch Memories
Back Lit LCD
Flash, Pause & Alarm Clock
Speakerphone with Programmable Volume setting
Speaker/ Ringer In Use Indication
Ringer High/ Medium/ Low Switch
Phone Book
Display of Incoming Numbers (CLIP), New Call, Total Calls & Repeat Calls.
8 Ring Melody Selectable
5 Step LCD Contrast Adjustable.
Tone (t) Pulse (p) Function through Switch
19. IP TELEPHONE
Power requirement: AC: 240VAC, DC: -48 VDC (+ve grounded)
Ethernet: 2 port switch VLAN IEEE 802.11p, Power over Ethernet support
User Interface:
2 x 24 character display
At least 4 Soft keys
Last calls (At least 100 entries)
Speed dialing, hands free dialing
Missed calls, taken calls
Call waiting indication
Clock
Caller-ID
Call blocking
At least 4 Programmable function keys
Option to increase programmable keys by just adding one module to the phone
Menu driven user interface
Selectable ringing melodies
Log in/Log out
Do not disturb
Speakerphone
Should support SIP protocol
Call features (Hold, Blind transfer, Attended transfer, Music on hold support, Divert, Call intrusion,
Call completion, etc.)
Web server (Embedded web server, Easy configuration of the phone, remote configuration,
Password protection, Diagnostics (tracing, logging), Static IP provisioning, DHCP, etc.)
------------------------------------------------------------------------------------------------------------------------------------------
163
20. FXO/FXS Gateway
For extension of analog telephones to the remote locations via Ethernet / IP network, FXO type VoIP
gateways shall be provided at EPABX side and FXS type VoIP gateway shall be provided at remote
location to which analog phone shall be connected.
FXO VoIP gateway shall be installed at EPABX location with no. of ports suitable for as per the
requirement while 4 Port FXS VoIP and four additional ports gateways shall be installed at remote
location.
The FXO and FXS VoIP gateways shall be compact in design with different port options and shall
support transparent voice calls on all ports using a standard analog telephone.
VoIP gateways shall support industry standard SIP, H.323 and G.729, G.723 codecs.
WAN Interface : 1 x 10/100 Base-T (RJ-45 Port)
FXO Interface : 8 port as
FXS Interface : 4-Port
FXO Connectivity : 2-wire Loop start on RJ-11/12, Ring detection, tone detection, disconnect
supervision, Caller ID detection
FXS Connectivity : 2-wire Loop start on RJ-11/12, Ring & On-Hook Voltage, Caller ID
Voice Signaling : H.323, SIP, DTMF, All tones programmable (dial, ringing, busy)
Management : Web/HTTP, CLI with local console and remote Telnet
Electrical : 48 VDC input / 230 VAC input (as per requirement)
21. MANAGED ETHERNET SWITCH
As per Annexure - B
22. RTU
As per Annexure – A
23. MINI RTU
As per Annexure – F
24. Telemetry Interface Cabinet (TIC Panel)
As per Annexure – H
25. FIBER TERMINATION CLOSURE (FTC)
The FTC shall be wall-mounted/rack mounted type as suitable for the Optical Fiber cable used for this
project (24 fibers). The FTC shall have grounding arrangement for all the metallic layers of the cable. The
cable shall be spliced to pigtails on trays provided in the FTC. The connector side for the pigtails shall be
secured with suitable coupler/through adapter provided as integral part of the FTC itself.
------------------------------------------------------------------------------------------------------------------------------------------
164
The FTC shall be of 24-fibre termination type. The FTC shall have trays suitable for splicing maximum
of 6 fibers per tray. The arrangement inside the FTC should be simple and in straight line. FTC should
have entry points for a minimum of 2 no. of Optical Fiber Cable (armoured /un-armoured)
of diameter up to 20 mm with cable clamps to avoid entry of rodents/ dust in general. It should have a
minimum of 2 nos. of outlets for taking out 24 nos. of pigtail. The outlets should have cable clamps.
Grounding arrangement should be provided with the FTC. It should include as a minimum 2 nos.
Grounding shield bonds with nut and bolts for fixing to the armour of the OFC and 2 nos. of grounding
cable of suitable length “& of green colour eight lugs clamped to its end for connecting the armour of
OFC with the grounding terminal of the FTC. Insertion loss of Coupler / Adaptor shall be maximum 0.25
dB per connector.
The FTCs shall be provided with Pigtails for all terminations.
The FTC shall be from one of the following recommended sub-vendors or equivalent:
1) Raychem 2) Corning 3) 3M 4) Siemens 5) Tyco
Specification For Single Mode Optical Fiber Pigtails, Patch chords & Connectors To Be Used In The FTC
This specification provides requirements for single mode fiber Pigtails and connectors. They should meet
the ITU-T recommendations G-652 & G-655. Both connectors and cables should be robust and should
withstand wear and tear due to frequent use, connection and disconnection. Normal expected life should
be 15 years or more.
Optical fiber cables, connectors & pigtails shall be fully compatible and matching to each other.
OPTICAL PIGTAILS
OPTICAL PARAMETERS: (In line with the cable specifications provided in this bid document)
CONSTRUCTION OF FIBER USED IN PIGTAILS
Primary coating Material : Silicone
Primary coating Diameter : 400 um nominal
Secondary coating Material : Nylon
Secondary Coating Diameter : 900 um nominal
PHYSICAL PARAMETERS OF CABLE
Pigtail Length : As required
Fiber Reinforcement : Kevlar/ Aramid
Outside dia. : 3 mm
Type of connector : +/- 10 % FC
OUTER SHEATH:
A circular sheath of not less 0.5mm thick of suitable material and color free from pinholes and scratches
and other defect etc. shall be provided. A low smoke, Halogen free, fire retardant material shall be used.
MECHANICAL PARAMETERS FOR PIGTAILS
------------------------------------------------------------------------------------------------------------------------------------------
165
Performance Parameters of the completed Patch cord and pigtails shall meet requirements of IEC 794.
26. JOINT CLOSURE
Jointing closures shall be suitable for armored optical fibers and unarmored optical fiber cables of
all construction designs (slotted core, stranded tube, central tube). Jointing closures shall have 4
entry ports to allow entry/exit of one OFC from each port. The same shall have provision of
blocking/sealing of the ports, if not in use. Jointing closure should have provision to splice 24F
OFC Cable.
The fibers and their storage shall be managed with proper bend radius controls and protection.
There shall be no requirement of any kind of adhesive tape to keep the fibers in the tray. The fiber
organizer trays shall have provision of maximum 12 fibers per tray for future. The trays should be
hinged in such a manner that if moved about the hinge, the fibers are not strained, kinked or
stressed. Also, it should be possible to work on the fibers on one tray without disturbing the fibers
on the other trays.
For routing of fibers to the tray that are capable of moving about the hinge, proper transport tubes
shall be provided. These tubes shall be transparent and non-kinking.
The jointing closure shall enable the metal parts of the cable and the internal metal parts of the
closure to be maintained at earth potential. The sealing of the entry ports, shall provide adequate
sealing and shall be capable of withstanding an axial pull applied using 50kg freely suspended
weight of the cable, without using any additional clamps, etc.
Jointing closures should be Dust tight (No dust ingress) and Protected against immersion in water
(suitable for continuous immersion in saline water under 4 meter water-head) and should be
complete with all accessories including splice cassettes splice protection sleeves and all other
accessories including accessories for electrical continuity of metallic layers of optical fiber cable,
etc along-with instruction sheets. 25% spare splice protection sleeves shall be provided in each kit.
The jointing closures shall be from one of the following recommended sub-vendors or equivalent:
1) Raychem 2) Corning 3) 3M 4) Siemens 5) Tyco
27. IP CAMERA
General
Camera shall be Fixed Type IP based network color camera suitable for indoor & outdoor
application with following minimum features:
Electrical
Input Voltage PoE IEEE 802.3af, Class 1 (Power shall be made available only as 48 VDC so
camera must be supplied with suitable power convertors, if required)
Motion JPEG or MPEG-4 based hardware compression with built-in web server
Direct IP based (without external converters, cards, etc)
Zoom and auto focus
Local Storage
------------------------------------------------------------------------------------------------------------------------------------------
166
Power over Ethernet
HDTV quality
Intelligent video capabilities
Camera shall be housed in weatherproof housing
Connections
Network: 10BaseT/100BaseTX Ethernet networks (RJ-45) for LAN/WAN
Video
Lens: Varifocal (3.0-8.0mm) DC-iris
Focus range: 0.3 m to infinity
Progressive scan CCD
Light sensitivity: 0.65 lux color
IR sensitive black/white video at night
Frame: 25fps or better
Functions
Built-in video motion detection
Scheduled and triggered event functionality with alarm notification
Pre and post alarm buffer
Digital time, date code embedded
Password protection for restricted camera access
Software
Win 2000, XP Operating condition
Environment Condition
Outdoor with temperature range of 0-50 C
Camera should be compatible and to be integrated with existing CCTV NVR server by the vendor.
28. MANDATORY SPARES OF SDH
10% mandatory spares (for SDH) shall be provided for all electronic cards, etc. (with rounded off
at the higher side with 02 cards minimum in case of total 03 cards or more . However, in case of
only 01 or 02 cards, only one spare card shall be provided. These spares shall be provided along
with respective equipment. Mandatory spares shall be considered based on card calculation for
single SDH equipment.
100 % spares shall be provided for consumables e.g. fuses, lamps, plugs, clamps etc. Spares shall
be provided from the same manufacturing facilities / location from where the respective
equipment, subsystems are offered. The spares shall be provided from the same manufacturing
facility /locations from where the respective equipment, subsystems are offered.
29. CONVERTERS
29.1. ETHERNET TO SERIAL
------------------------------------------------------------------------------------------------------------------------------------------
167
As per Annexure – C
29.2. OPTICAL TO SERIAL
As per Annexure – D
29.3. RS 232 to RS 422/RS 485
As per Annexure – E
29.4. OPTICAL TO ETHERNET
As per Annexure – E
30. Outdoor equipment panel type-1 for active elements
Cabinet case H1450x W800 x D600
Equipment chamber : providing 20U, 19 inch equipment installation space
Ingress Protection : IP55
Two DC Fan 120x120x38
One Door switch
One Roxtec/Wallmax feeder window with provision of 4 cable entry
One DC power distribution box
30W LED lamp
Convert switch 230V, 32 A
220 V Industrial socket 220 V, 32 A
220 V industrial plug 220 V, 32 A
600 Watt Air conditioner door mounted type (assembled with door)
31. Outdoor equipment panel type-2 for active elements
Dual Cabinet (Separate Equipment case & Battery case)
Overall Cabinet case (H 1450 x W1200 x D600(mm)
Ingress Protection : IP55
Cabinet Compartment
Cabinet case (H 1450 x W 800 x D600 (mm)
Two DC Fan (120 x 120 x 38)
One Door switch
One Roxtec feeder window with provision of 4 cable entry
One DC power distribution box
30W LED lamp
Convert switch 230V, 32 A
220 V Industrial socket 220 V, 32 A
220 V industrial plug 220 V, 32 A
600 Watt Air conditioner door mounted type (assembled with door)
Battery Compartment:
Battery case (H 1450x W 400 x D600(mm))
Two DC fan ( 120x120x38)
One Roxtec feeder window with provision of 4 cable entry
Door switch
------------------------------------------------------------------------------------------------------------------------------------------
168
30W LED lamp flame proof
32. FIELD MOUNTED IP 66 ENCLOSURE
Field mounted enclosures shall be of double door type. One portion shall be sufficient enough
to house FTC, Media converter, Ethernet switch. Solar Charge Controller etc. Suitable
provision to mount the equipments on DIN rail to be made in the IP66 enclosure. . All internal
wiring for powering the equipment and internal connectivity (LAN cable, OFC patch cable,
power cable) is in the vendor scope. Enclosures shall be double wall insulated to minimize
the heat inside and fitted with glands for cable etc. Enclosures shall be provided with proper
shades to protect from direct sun, rain, dust and water etc and shall be installed at raised
heights for workability.
Available in Size Min 18U - Max 36U
Mounting
Arrangement
Floor Type / Poll Mounted / Frame Mounted
Color RAL 7035
Ingress Protection IP 66
Cooling Solution Fan Filter arrangement
Fan 48V DC Axial Fans
Door Lock 3pt / 4pt Lock with provision of Pad Lock
Cable Entry Provision of Sufficient Cable Entry through Roxtec / Wallmax & Cable
Glands
Filter G3 / G4 Filter with Aluminum Frame for Dust Protection
Lightning Min 30 W LED light operated on 48V DC
Door Sealing Door Sealed with proper EPDM Gasket / PU Gasket
DCDB DCDB arrangement mounted on 19" Rail with terminal block and Earthing
Bus Bar
Earthing
(Equipment)
Provision of Equipment Earthing through Suitable Bus Bar and instrument
earthing through two Suitable Bus Bar. Instrument Earth bus bar should be
isolated from electrical & Panel Earthing.
Lifting
Arrangement
Provision of Lifting Hooks to lift the cabinet
Grouting
Arrangement on
Plinth
Anchor Fastener
Accessory Separate battery compartment (if required)
Design to be approved before start of manufacturing
------------------------------------------------------------------------------------------------------------------------------------------
169
33. EARTHING SYSTEM
a) Standard: IS 3043-1966 or equivalent BIS & IEC standard
b) The earthing material to be used shall be Electrolytic Copper having the material
specifications confirming to the IS standards
c) The dimension of the Earthing strip, which shall be connected between Earth pit & the
equipment or the earthing distributor, shall not be less than 25 mm x 5 mm
d) The earthing pit should have water pouring facility
e) Earthing resistance should be less than 1 ohm or should be suitable for the equipment to
which the earthing is extended.
f) The extension of earthing to the respective panels is in the vendor’s scope.
34. Installation and commissioning of converter and interfacing of the same with flow computer
and integration with SCADA system
Converter is to be installed and mounted near flow computer and shall be interfaced with existing flow
computer. Vendor has to coordinate with flow computer vendor, Centralized SCADA vendor to extend
flow computer data to central SCADA system of GAIL through available media. Necessary configuration
changes in the existing / new RTU to be carried by the vendor through RTU OEM. Supply and Laying of
armored serial cable from Field Mounted Flowcomputer to Converter is in the vendor scope. Further
vendor to supply and lay armoured power cable (from available power source) to Converter for powering
up the converter.
35. Installation and commissioning of telecom system at each site
Telecom equipment is to be installed, erected and powered on each at site in complete respect.
36. Integration of SDH system with existing NMS
Vendor has to integrate the SDH equipment with existing NMS of ECI, Fibcom, Tejas, WRI,
NSN(Coriant) . Vendor has to submit the detail engineering plan and get the approval before execution of
works. Vendor has to carry seamless integration with existing pipeline network.
37. Testing of OFC and submission of reports
Vendor has to test the fiber and submit the reports for total 24 fibers. Vendor shall test the OFC through
their OTDR meter.
38. Installation and commissioning of solar panel
Solar array shall be grouted properly so that it is not affected by wind. Vendor has to submit the details
about foundation with engineering drawings for approval before carrying the complete installation and
commissioning works of solar panel.
39. Installation of outdoor panel type 1 & type 2
------------------------------------------------------------------------------------------------------------------------------------------
170
Outdoor panel shall be installed at 1.5 ft above the ground on cement structure and shall be grouted firmly
to withstand the wind. Contractor has to construct the cement structure to erect the outdoor panel. As per
requirement at site if required the panel to be mounted on pole or frame which will be provided by the
contractor. Outdoor panel shall be protected with canopy type structure which shall be strong enough to
withstand rain and wind and shall protect the outdoor panel from direct exposure.
40. Laying of OFC through HDD method
Vendor shall submit route survey report and provide profile for HDD.OFC is to be laid though HDD
method by HDD machine. First HDPE duct shall be inserted through HDD method. After the laying of
HDPE duct OFC shall be blown inside the HDPE duct. Vendor shall supply 24 fiber armored OFC cable
and HDPE duct for this work. In case OFC is laid in gas pipeline ROU then vendor has to take utmost
precaution in locating the pipeline first so that existing gas pipeline is not damaged. For the same
necessary permissions are to be obtained.
41. Laying of OFC through direct trench method
Scope includes trenching of depth 1 meter and the laying of OFC cable in the HDPE duct at the bottom of
trench. OFC cable shall be laid by providing padding of sand of 100 mm and providing and laying of
warning mat. Vendor shall supply 24 fiber armored OFC cable and HDPE duct for this work. In case
OFC is laid in the ROU of an existing gas pipeline then vendor has to take utmost precaution in locating
the pipeline first so that existing pipeline is not damaged. For the same necessary permissions are to be
obtained.
------------------------------------------------------------------------------------------------------------------------------------------
171
SCADA
------------------------------------------------------------------------------------------------------------------------------------------
172
GENERAL DESCRIPTION
1. Integration of additional SCADA parameters in the Server/ existing nearby RTU’s in GAIL’s
various pipelines in the states of Himachal Pradesh, Punjab, Haryana, Uttar Pradesh, Rajasthan,
NCR, Uttarakhand etc to provide SCADA facilities to last mile consumers and integrating with
existing SCADA system. This shall be done using the following three scenarios which shall be
decided during detailed engineering.
2.
1. Addition of signals in nearby existing/new RTU through hardwired connections
2. Supply and installation of necessary convertors
3. Supply and installation of RTU
3. The make and models of the RTU presently installed in the states mentioned in the scope of
contract are as below:
1. Invensys – SCD 5200, SCD 2200
2. Synergy – Husky Series RTU- 6049-E70
3. CSE-Semaphore – T-Box
4. Yokogawa – Stardom
SCOPE OF SUPPLY
1. Vendor’s scope of supply and shall include ,but not limited to all the activities of project
management, design, engineering, manufacture, Procurement of material and bought out
components, assembly at shop, internal testing, FAT (if necessitated by GAIL), supply, installation,
field testing, commissioning, SAT, warranty, post warranty, test run, packaging, delivery,
forwarding, transportation (freight), insurance, port handling, custom clearance, inland transportation
etc. of the material, coordination/ providing necessary support/ assistance to GAIL for integration of
the installed material (supplied by vendor) with GAIL’s existing system, receipt & storage at site,
quality assurance and quality control of the equipment and documentation with the turnkey
responsibility and meet the requirements of the project, its objectives, functional & specific
requirements described in the specifications & taking care of other attachments etc.
2. System Proveness
The RTU/ Convertors/ equipment offered will be the extension of existing system and Vendor shall
responsible to meet the proveness as define in the existing system.
3. Certificate For Logistics Support
Vendor shall provide backup engineering, maintenance support and spare part supports for a period
of ten (10 years) for the system being supplied .Logistic support certificates as per format attached
with the bid document. Certificates from sub vendors for items such as RTUs/ Convertors/ Switches
etc, and vendor shall also furnish performance guarantee certificate as per the format attached with
the bid document.
4. Spares
Supply of Mandatory spares and Commissioning Spares of all supplied RTUs and other important
Equipment shall be provided as per the following:
------------------------------------------------------------------------------------------------------------------------------------------
173
a) Mandatory Spares for RTU
10 % qty of Manufacture’s Recommended spares for operation and maintenance (with round off at
the higher side with minimum one no.) of electronic cards for each type of each system, sub - system
etc. of the RTU equipment shall be provided as mandatory spares. Mandatory spares shall be
calculated based on cards of single RTU.
100 % spares shall be provided for consumables e.g. fuses, lamps, plugs, clamps etc.
b) Commissioning Spares
The commissioning spares shall be arranged by the vendor to cater to the needs/ requirement during
installation, commissioning, site acceptance testing, trial run and warranty period. These spares will
be the part of the tender. These spares shall be readily available with the vendor. If the spares not
used they may be retained by the vendor for maintenance.
These commissioning spares are different from Mandatory spares and vendor shall not use
mandatory spares as commissioning spares, whatsoever.
5. Implementation Methodology
The Network design has to be approved by GAIL before actual manufacturing of the equipment.
GAIL shall carry out Factory Acceptance Test (FAT) for the offered equipment if necessitated by
Engineer-in-charge. Vendor shall make necessary arrangement for the testing of the same in presence
of Owner/ Owner’s representatives before the dispatch of materials to the sites.
The system and sub system shall be accepted and taken over upon successful completion of Site
Acceptance Tests (SAT) followed by Trial run (7 days). SAT plan shall be proposed by vendor
Details and methodology to be followed during FAT, SAT and Trial Runs have been indicated
below.
6. Factory Acceptance Test (FAT)
FAT shall be carried out at Vendor’s factory and include all materials and equipment delivered
and software pertaining to the RTUs, including the equipment, material and software supplied by
the vendor. Tests shall be performed as per the procedures described in the FAT document and
observations will be recorded and signed by representatives of Vendor as well as purchaser. The
tests shall be performed to represent working conditions as closely as possible.
These will comprise of two types:-
a) Routine Tests- these tests are to be carried out on all items of equipment and are to prove that
all components work, all wiring is correct and the functional requirements of the specifications
are complied with.
------------------------------------------------------------------------------------------------------------------------------------------
174
b) Acceptance test – These tests are to prove that the design and quality of components are such
as to ensure the equipment will work over the full range of conditions. These tests need only
be carried out on one piece of equipment of each type.
In order to successfully conduct the FAT it is advisable that Vendor conducts a PRE FAT test to
ensure that the RTUs perform in compliance with the specifications requirements. These tests
shall enable the Vendor to detect and correct most design, integration and performance problems
before FAT. The signed and approved PRE-FAT reports shall be submitted to the purchaser
.Based on these reports the clearance for conducting FAT shall be given by the purchaser.
Vendor shall invite the purchaser well in advance with in minimum of 1 week notice of the date
on which the RTUs shall be ready for FAT.
Vendor shall functionally test all the hardware and software in the presence of the
purchaser/consultant’s inspector in order to ascertain compliance with the contract document and
approved drawings and documents.
The equipment shall be dispatched from factory only after the purchaser based on successful
completion of Factory Acceptance Tests issues dispatch instructions. Vendor shall provide to the
purchaser‘s representative with all reasonable facilities necessary to inspect the equipment as per
specification requirement.
Vendor shall provide all assistance, instruments, specialists, labour and materials as required for
conducting the tests.
Vendor to note that the acceptance of equipment or the exemption of inspection and testing shall
in no way absolve Vendor of responsibilities to deliver the equipment meeting all the
requirements specified in the specifications.
After successful completion of factory acceptance testing, equipments shall be sent to the site for
installation. Equipment without factory acceptance certificates shall not be acceptable at site.
Test Requirements
All the tests considered necessary for successful execution of the work shall be mutually agreed
upon and carried out at Vendor’s premises, testing laboratories and work sites of the purchaser.
Vendor shall submit to the purchaser a FAT Document detailing the test plans and procedures
well in advance of the test schedule for all factory tests which shall be mutually agreed upon and
approved by the purchaser.
To ensure a well engineered RTUs / system in compliance with this contract document, the
factory acceptance test shall be performed.
7. Site Acceptance Testing (SAT)
The SAT document shall be prepared and submit in advance for COMPANY review and
approval.
SAT shall involve integrated testing with GAIL’s SCADA system. Site Acceptance Testing will
be done based on the stipulations in the approved SAT document.
SAT for RTU’s shall be done in line with FAT, wherein simulated signals shall be replaced by
actual field signals and integration with Telecom system has been carried out. SAT shall be
conducted by the experienced engineering group of the vendor (earlier involved in system design,
engineering, integration & FAT phase of the project).
Site Acceptance testing shall be based on Factory Acceptance testing but with live SCADA data.
8. Warranty
------------------------------------------------------------------------------------------------------------------------------------------
175
Vendor shall be responsible for the manufacturing in respect of proper design, quality,
workmanship & maintenance of all equipments, accessories etc. supplied by the Vendor including
all services, spares and consumables for the period as per commercial section.
During the warranty period, if required it shall be obligatory on the part of the Vendor to modify,
upgrade or replace any hardware /software supplied & installed, supply of required spares and
consumables and attend to the maintenance of the RTUs/ system, free of cost during startup and
on line operation & maintenance of the supply and services within their scope of work.
The system shall be guaranteed to for a period of 12 months (One year) from the date of
“provisional” acceptance of the system by the owner and any failure in the warranty period shall be
rectified by the vendor within the warranty period without any extra cost or financial implication to
GAIL. This warranty shall survive inspection of goods and acceptance of the system.
Contractor's engineers and technicians, capable of trouble shooting and looking after the health of the
system during the warranty period, shall be made available all through the period of 12 (twelve)
months.
9. Environmental Specification of Equipment To Be Supplied
The equipment shall operate satisfactorily under the following conditions:
Ambient Temperature –up to 55 degree Celsius; Humidity-5 to 95% RH
All enclosed equipment structures to be supplied shall be constructed to allow free airflow to
dissipate heat generated. Construction shall be such that ventilation grills will not be obstructed
when equipment is mounted in its installed position.
All equipment to be supplied shall withstand international standards of vibration for industrial
application.
------------------------------------------------------------------------------------------------------------------------------------------
176
1 REMOTE TELEMETRY UNIT (RTU)
1.1 Vendor shall undertake full responsibility of supply of equipment and provide assistance to GAIL for
integration of RTU’s with GAIL’s centralized SCADA system with open architecture meeting the
objectives, functional and specific project requirements.
1.2 The material to be delivered and works performed shall be to meet the project requirements detailed
in this requisition.
1.3 The supplied RTU should be seamlessly integrated with GAIL’s Centralized SCADA system.
The proposed RTU should be compatible with GAIL SCADA System and certificate issued by
GAIL conforming compatibility of proposed RTUs with GAIL’s SCADA System shall be
submitted along with bid.
The following make and model of RTU are compatible with GAIL’s Centralized SCADA.
a) Yokogawa – Stardom
b) Semaphore – T-Box
c) Invensys – SCD5200
d) Synergy – Husky.
Refer Annexure-A for RTU specifications/ requirements.
1.4 Supply of all items/ equipments including cabinets, convertors (as required) etc, special tools & tests
equipments( if any), software, Installation materials, etc, required to integrate and execute the project
complete in all respects for achieving overall functional requirements. However if any additional
items are required to integrate the RTU with the GAIL’s centralized SCADA system for achieving
overall functional/ operational requirements, Vendor shall supply the same without any cost and time
implication.
1.5 Supply of loose Mandatory spare modules shall include at least 10% of all type of cards/
convertors/ power supply/ termination boards etc. Serial cards as part of mandatory spare should
have Min. Two (2) RS232 & Two (2) RS485 ports. Vendor to note that mandatory spares,
supplied to GAIL, shall not be available to them as part of commissioning spares.
1.6 Further the following services/ works shall be carried out by Vendor:
a) Development, testing and commissioning of necessary software for RTUs to interface with
flow computers (FCs)/ Gas Chromatographs(GC) at respective locations (as per attachment-I)
through serial link (RS485/232). Bidder to also refer serial link requirements specified in
Annexure-A. The FC/ GC make, model and protocol shall be provided by GAIL. Necessary
configuration/ development of software for writing GC analysis values to flow computers
(which are interfaced with RTUs installed at same or other different locations) will be in
vendor scope. It shall be possible to configure/write IED (local serial devices like Flow
computer, GC etc.) interface in RTU for which necessary software tools be supplied.
b) Configuration of RTU for all I/O points including calculation points & IED points.
c) Offline testing of field signals using PDT from RTU to field including IEDs signals as the
part of site services.
d) Powering on of RTUs and making it online with GAIL’s SCADA system as part of site
services.
e) Online testing of all field signals from GAIL’s SCADA system in association with GAIL’s
SCADA vendor as part of site services
f) Any other work as per instruction of GAIL
1.7 Performing all works required for RTUs designing, engineering, testing, supply, installation,
interfacing with the communication channel, IED’s and instrumentation & electrical/ CP system
etc., commissioning ( with sufficient supply of commissioning spares including consumables
------------------------------------------------------------------------------------------------------------------------------------------
177
during installation & commissioning activities), site testing, test run and putting into commercial
operation of the RTUs complete in all respects.
1.8 Vendor shall furnish the following drawings/documents as a minimum for COMPANY review/
records. Prior to submitting the documents for COMPANY review/ records, the vendor shall
review, duly sign & stamp all the documents and ensure compliance to the requirements of the
contract. The language used in all correspondence, documentation, literature, drawings, markings
etc., shall be English. All the drawings and documents shall be verified by the vendor before
presenting the same for COMPANY review. All these documentation shall be furnished in hard
cover/ ring folders in A4 size (210mm x 297 mm). The contract document would be the Purchase
requisition (after award of contract) and the same shall have higher precedence than all approved
project documents. “SOFT COPY” of all documents shall also be supplied. Vendor shall take
care of the complete requirements of designing, and implementation of RTU’s for monitoring &
control, taking care of list of electrical parameters etc covering the requirements outlined in this
specification for project implementation
a) Functional Design Specifications (FDS) FDS shall be custom defined to include the implementation aspects of MR
requirements[Complete details of RTU’s ,their Interfacing, Integration and communication
aspects between various subsystems including with Telecom system, communication protocol
details, interfacing details with GC/ FC systems etc. with detailed technical catalogue of all
RTUs, other items ]
b) Engineering/ Construction drawings & documents
RTU cabinets general arrangement and overall dimension drawings (including foundation &
base frame details, weights and clearances required) etc. Assembly and installation diagrams,
installation & interconnection drawings, cabling schedule of RTUs (including for cables
between TIC/ metering panel & RTU) and final termination details(in GAIL format).
c) Factory Acceptance Test (FAT)
Plans and procedure documents FAT document for RTUs shall contain test sections to test all
the aspects of the RTUs as covered in PR, FDS and all other related drawings & documents.
d) Site Acceptance Test (SAT)
Plans and procedure documents SAT document for whole RTUs shall contain test sections to
test all the aspects of RTUs as covered in PR, FDS and all other related drawings &
documents, in addition to integrated testing with the GAIL’s SCADA System
e) Documentation
This shall cover engineering manuals, user manuals, installation, operation & maintenance
manuals for all software, hardware and equipments, handbook of inventory of all the
equipments supplied and installed.
1.9 Final as-built documents/ drawings [2 sets of binders/ folders] and 2 sets of CDs shall be
furnished prior to the commencement of warranty, after incorporating all modifications made at
site. Final as-built documents/ drawings of RTUs with RTU related manuals and location specific
cable termination details [one document per RTU location ‘RTU Station folder’ shall be made
available and kept in the RTU cabinet for ready reference].
1.10 Necessary software tools for configuring/writing IDE interface in RTU shall be also supplied.
1.11 Input/Output Requirement
------------------------------------------------------------------------------------------------------------------------------------------
178
a) Each RTU must contain I/O cards to cater 16 AI points, 16 DI points & 8 DO cards, 4 Nos
RS232/RS4865 Serial Card as minimum. The RTU cards are to be supplied considering the
complete I/O requirements of RTU I/O count and 25% installed engineering spares (including
relays) over & above the I/O count specified. The RTUs shall be fully engineered considering
25% installed engineering spares including processor loading.
b) Each RTU should have additional 25% Spare slots of the total installed serial and I/O cards
slots. The spare slots to be covered with appropriate enclosure.
c) The Instrumentation FCs/ GCs (being procured by COMPANY separately) shall transfer
their respective signals to/ from GAIL’s SCADA system through serial communication
interface with the respective RTUs.
1.12 Panel Design Criteria
GAIL shall provide 1 feeder of 230 V AC / 24 V DC (either of one) UPS at the location for
powering the RTU. Vendor shall provide details of power consumption of each plug in unit, as
well as typical and maximum power consumption of a node.
The MCBs shall be suitably rated for the circuits they protect.
Vendor shall ensure that each of the equipment is supplied with reliable and rugged SMPS to
generate isolated and stable voltage levels required for equipment operation .All equipments shall
be designed with a built in safety to protect against the effects of induced high voltages and
lightning strikes. Card level transient suppressors shall be provided wherever necessary.
The power supply equipment shall be provided with protection against short circuit, over voltage,
under voltage, and transients. Power supply units shall not generate excessive vibration or
acoustic noise. The heat generated by the units shall be kept to be a minimum.
1.13 Surge/ Lightening Protection, Transient Suppressors, RFI Filters
RTUs shall be provided with surge/lightening protection for power supply and protection devices
to ground against the effects of lightning strikes and induced high voltages. Card level transient
suppressors shall be also provided wherever necessary.
RTU should have surge/lightening protection for power supply & communication channel. Surge
protector shall be provided for all input supply / communication apart from the inbuilt surge if available on RTU.
1.14 Earthing
Each RTU panel shall be provided with continuous copper earthing lugs/strips. All these
lugs/strips shall be properly secured to the AC mains earthing bus. All metal parts other than
those forming part of an electrical circuit shall be earthed by connecting to the earthed bar in an
approved manner and all earthing terminals and connections shall be of adequate dimensions.
When apparatus or instruments are accommodated on the panel (as applicable), cubicle doors or
swinging frames, flexible cables or braid shall be used for earthing these items; the door, hinges
will not be accepted as means of earthing this part of the equipment.
1.15 Safety Requirements
The manufacturer or supplier of the equipment or apparatus shall ensure that the operational
hazards are not there and total safety requirements are met. Vendor shall use sound engineering
judgments to complete an installation that will perform the required function without
compromising this aim. Provision shall be made to isolate various incoming signals to the
cabinet, before gaining access to various cabinet internals. Shrouded terminals with warning
labels shall be provided with these terminals being segregated from other incoming terminals.
1.16 Cabinets, Cubicles, Racks and Control Panels
------------------------------------------------------------------------------------------------------------------------------------------
179
All the cabinets shall be free standing enclosed type of RITTAL or equivalent make, with bottom
entry for cable connections, fitted with concealed hinges with pull pins for door removal. All
devices of solid state type shall be mounted on plug in card in cubicles. The general design shall
subject to approval. Similar racks or cubicles shall, as far as possible, be employed for all
apparatus. Racks and cubicles shall be complete with all necessary tag blocks, terminal blocks,
cable glands and gland plates for small wiring and multi-core cables and earth bar strips with
earthing connections. These shall be located in easily accessible position and so arranged that the
terminals face the access direction for convenience during maintenance.
The RTU cabinets’ dimensions shall be [1600 mm height (1500 mm height + 100 mm base plate),
600 mm width & 600 mm depth] however the final cabinet size will be decided as per the site
requirement at the time of detail engineering. The panel shall conform to IP54.
All cabinets shall be with lockable front and rear doors and bottom cable entry and with gasket
and fittings to keep out moisture, corrosive, salts, dust & gases. All doors, drawers, trays and
other weight supporting parts shall be fabricated of metal adequately reinforced to limit vibration
and ensure plane surfaces and shall be well housed and tidy in appearance. All fasteners including
nuts, bolts, flat/ lock washers and screws shall be of SS. All doors shall have flush mounted
handles with key operated mechanical door locking arrangement.
All frame and steel work of the cabinets shall be degreased, and then phosphate treated or coated
with primer, followed by at least two undercoats and a final coat of matte finish enamel paint of
Grey color (RAL 7035). The finish of the equipment shall be of the finest quality and capable of
long and unattended service. The inside of the cabinets shall be Pale cream as per RAL 9002.
All the cabinets shall have documentation pockets located inside the front door & ‘Nameplates’
correlating with the type and location of the cabinet The nameplate shall have letter height 12
mm, letter width 8 mm, label height 30 mm with letters in white colour and engraving on black
background. Further all the equipments within cabinets shall be clearly identified with screw-on
labels. The cabinets shall be provided with lifting eyes.
Vendor shall calculate the heat dissipation and where the calculations prove the necessity, and the
air flow ventilation shall be assisted by integral low power silent running air extraction fans.
Each fan shall have separate dedicated assembly and shall be replaceable online without shutting
down the cabinet in part or in complete. Each fan shall have its own dedicated isolator with fuse
or circuit breaker. Each ventilation fan shall be fitted with a protection type finger guard. Inlet
ventilation grills shall be fitted with dust filters
All the equipments shall be properly mounted to facilitate ease of maintenance. All individual
equipment modules shall be easily accessible and removable. All internal wiring and cabling shall
be installed in wiring ducts.
Additional power sockets shall be provided to accommodate test & maintenance equipment.
When cabinets are delivered at site, the vendor shall ensure that the paint is ‘as new’ with all
marks removed and touched up.
The low power cabinet lights on front and rear side of the cabinet shall be provided, activated by
respective front & rear door opening. The internal illumination shall ensure adequate illumination
level for performing maintenance facilities.
1.17 Equipments, Components and Terminals Identification
All labels shall be clear, bold, concise and durable and fixed in a secure permanent manner
.Labeling on equipments shall be in accordance with good ergonomic principles so that warning
notices, controls, indications, test facilities, fuses, etc are sensibly placed and logically grouped to
facilitate correct and unambiguous identification.
1.18 Electromagnetic Compatibility
------------------------------------------------------------------------------------------------------------------------------------------
180
All equipments shall be immune to electromagnetic interference generated by any nearby source.
Where it is necessary to take specific measures on site in order to achieve the required degree of
immunity (e.g. special earthing or screening arrangements), full details of these measures shall be
submitted for approval.
2 CABLES
2.1 All cables between TICs/ Instrumentation Control panel / Metering Panel and RTUs / Convertors
shall be PVC insulated, single pair (1.5 mm2)/ multi pair (0.5 mm2), twisted in pair individually
(individual pair shielded applicable for analog input and output signals only) and overall shielded
with aluminium mylar tape. Separate cables for analog and digital cables to be used. Each pair of
the multi-pair cable would be identified by the pair no. identification.
2.2 The LAN cable (CAT 6 Cable) from RTU to Telecom rack shall be minimum 15 meters long for
each communication link complete with connectors at both ends. The cable should be armoured
and properly glanded in RTU panel and Telecom panel.
2.3 Power cable for powering up of RTU shall be minimum 20 mtrs in the scope of vendor.
2.4 RS 232/ RS 485 Data communication cable between Flow computers and control room shall be
armoured type.Contractor to supply Armored Power cable to power up RTU.
------------------------------------------------------------------------------------------------------------------------------------------
181
SCOPE OF INSTALLATION, TESTING AND COMMISSIONING
1.1 Vendor’s scope of supply and services shall include, but not limited to all the activities of project
management, design, engineering, installation, integrating with existing SCADA system,
commissioning, site testing, test run, insurance, forwarding, inland transportation etc. warranty,
quality assurance and quality control of the system and documentation with turnkey responsibility
and meet the requirements of the project, its objectives, functional & specific requirements
described in the specifications and taking care of complete requirements of I/Os, other
attachments etc.
1.2 Performing all works required for designing, engineering, testing, supply, installation, interfacing
with the communication channel, IED’s and instrumentation & electrical systems etc.
commissioning (with supply of commissioning spares including consumables), site testing, test
run and putting into commercial operation of the system complete in all respects.
1.3 Supply of all cables between respective equipments, telecom cables, power supply & power
distribution cables etc. covering the complete requirements as specified are also included in
Vendor’s scope. In addition supply of cables, glands, corresponding suitable cable connectors and
interconnection of cabling and accessories including cable routing between the following
cabinets/ equipments are also included in Vendor’s scope, and to be carried out by the Vendor.
The activities of signal identification at site, cable laying& routing, cable termination, ferruling,
glanding, dressing at TIC/ metering panel / Instrumentation Control panel / FC/ GC end, RTU
end, telecom rack end etc. are in Vendor’s scope.
a. Between RTUs & Telemetry interface cabinets/ Instrumentation Control panel / Metering
Panel
b. Between RTUs & Telecommunication equipments
c. Between RTUs and serial devices i.e. FC/GC (serial link interface)
Notes:
a) Distance between TIC/ Instrumentation Control panel / Metering Panel & RTU shall be
tentatively considered as 15 mtrs. However, these distances shall be firmed up during detailed
engineering or prior to FAT.
b) Distance between FC/GC and RTU shall be tentatively considered as 25 mtrs. However, these
distances shall be firmed up during detailed engineering or prior to FAT.
c) The LAN cable (CAT 6 Cable) from RTU to Telecom rack shall be minimum 15 meters long
for each communication link complete with connectors at both ends. However, these
distances shall be firmed up during detailed engineering or prior to FAT.
d) The interconnecting cables with rigid PVC conduit for straight runs of cable and Flexible
cable conduits for ends shall be provided over the interconnecting cables {to provide
mechanical strength and rodent protection} shall be included accordingly.
1.4 Performing all Configuration / Augmentation in existing / new RTUs, database updation/
preparation, graphics updation/ preparation, other modifications the supply and
installation of new cards as mentioned elsewhere in the document in the existing RTU if
required and further configuration of the RTU for getting the additional data in RTU and
further providing assistance to GAIL/SCADA Subvendor for integration of the additional
parameters in GAIL’s SCADA system.
1.5 Development, testing and commissioning of necessary software for RTUs to interface with flow
computers (FCs)/ Gas Chromatographs (GC) at respective locations through serial link
(RS485/232). The FC/GC make, model and protocol shall be provided by GAIL. Necessary
------------------------------------------------------------------------------------------------------------------------------------------
182
configuration/development of software for writing GC analysis values to flow computers will be
in vendor scope
1.6 The total & spare I/Os /slots in the existing TIC/RTUs to be verified / assessed during site survey
by Vendor.
1.7 The modification of wiring / cabling drawings of existing RTUs on account of addition of I/O
signals for new facilities
1.8 In case of addition of signals to an existing RTU, the installation of necessary convertors at
specified location, wiring, termination of the additional signals from TIC/Instrumentation control
panel to RTU/Convertors along with supply & installing additional termination boards as required
for the same, configuration of existing & additional I/O signals (both hardwired & serial) in the
existing RTU, commissioning of existing RTU/ convertors (alongwith the additional signals) and
also providing necessary assistance to GAIL’s SCADA Vendor.
1.9 Prior to installation, all equipments shall be checked for completeness as per the specifications of
equipment required for a particular station. Installation shall be carried out in accordance with the
installation manuals and approved installation drawings in the best workmanship.
1.10 Vendor shall bring all installation tools, accessories, special tools, spares part etc. at his own cost as
required for the successful completion of the job.
1.11 If during installation and commissioning any repairs are undertaken, the maintenance spares supplied
with equipments shall not be used for the repair. Vendor shall arrange his own spare parts for such
activities till the Owner has finally accepted the system. A detailed report & log of all such repairs
shall be made available by the vendor to Owner/Engineer and shall include cause of faults and repair
details, within 2 weeks of fault occurrence.
A detailed time schedule for these activities shall be submitted by Vendor to Owner/Engineer to
enable their representatives to be associated with the job.
1.12 Vendor shall include all installation materials required for proper installation of the equipments.
These shall include but not be limited to, all connectors, inter-bay and inter equipment cables, power
supply cables and connectors, power distribution boxes, anchoring bolts, nuts, screws, washers, main
distribution frames, audio distribution frames, voice frequency cables, junction boxes etc.
1.13 The installation of equipments shall be done as to present neat and clean appearance in accordance
with approved installation document drawings. All inter bay, power supply and other cables shall be
routed through wall mounted cable trays. No cable shall be visible. All through wall openings,
trenches etc. shall be properly sealed to prevent the entry of rodents, insects and foreign materials.
Power supply cables shall be taken from DC bus or panel in the electrical room and DCDB shall be
provided in the Telecom room by the vendor.
Pre-Commissioning
1.14 On completion of installation of equipments, the Vendor on his own shall check the correctness and
completeness of the installation as per Manufacturer’s manual and approved installation documents.
1.15 A list of Pre-Commissioning test (same as approved by the Owner/Engineer for site acceptance
testing) and activities shall be prepared by vendor and the test shall be carried out by the vendor on
his own. After the tests have been conducted to the Vendor’s own satisfaction, the vendor shall
provide the test result for review by Owner/Engineer and then offer the system for Site Acceptance
Testing.
------------------------------------------------------------------------------------------------------------------------------------------
183
1.16 During pre-commissioning, if any fault occurs to any equipment or system, vender shall identify the
same and provide report/history of all faults to the Owner.
1.17 During installation and pre-commissioning of the telecom system, vendor shall have enough number
of commissioning spares so that the installation is not held up because of non-availability of
commissioning spares.
1.18 Vendor shall ensure that the spares meant for operation and maintenance is not used during
installation and commissioning.
2. General Information for Project Execution
2.1 Vendor shall arrange sufficient manpower and material for installation and commissioning of the
network at all locations.
2.2 Vendor shall arrange for the temporary power supply during installation, testing and commissioning
of the network.
2.5 Vendor to coordinate/ support with GAIL’s centralized SCADA Vendor / GAIL during project
execution for successful project implementation and for meeting the MR specifications &
requirements :
a) Establishing communication between GAIL’s SCADA system and RTUs.
b) Providing the final indexing of all I/O points for each RTU to enable GAIL’s SCADA vendor
to configure the SCADA database.
c) Providing field I/O details (list of I/O points along with ranges, alarm limits, engineering
units, status corresponding to open/close contacts, indexing details in the RTU etc.) for
configuring in GAIL’s SCADA as per GAIL standard IO list format (format shall be
provided by GAIL). However corresponding details like instruments ranges, alarm limits,
engineering units shall be provided by GAIL.
2.6 Vendor to Coordinate with Instrumentation (metering) vendor/ serial devices vendor/ pipeline
laying contractor during project execution for successful project implementation and for meeting
the MR specifications & requirements.
2.7 The civil works associated with the installation of supplied equipments at the stations.
2.8 The electrical works associated with the installation and commissioning of the equipment
(RTU’s), earthing of equipments at all sites, powering of equipments at all sites, termination of
cables as required.
2.9 Coordination with electrical vendor/contractor during project execution for successful project
implementation and for meeting the MR specifications &requirements.
2.10 Installation Materials
All installation materials such as AC and DC power cables, instrument signal cables, telecom
cables, serial link cables, LAN cables, interconnecting cables between various equipments and
peripherals, earthing cables, data cables, cable trays, interposing relays, connectors, isolators,
switches, conduits, fuses, terminations, gland plates, mounting accessories and other items
required but not mentioned herein shall be provided by the vendor.
------------------------------------------------------------------------------------------------------------------------------------------
184
Annexure A
REMOTE TELEMETRY UNITS (RTUs)
1. GENERAL
1.1. The RTUs shall be microprocessor based, programmable units with processor, memory, power
supply unit & communication cards and I/O cards complete in all respects. All RTUs shall be
modular and from the same model product line with identical capabilities. The RTUs main processor
shall employ minimum 32 bits word length for CPU processing. The RTU memory shall be adequate
to cover the complete requirements of RTUs I/O count including serial points & also taking care of
the RTU specifications.
1.2. The I/O cards shall not be combined for the functionalities i.e. each card shall perform dedicated
functionality wrt analog input, analog output, digital input, digital output, pulse input.
1.3. Vendor shall undertake full responsibility of supply of equipments and provide assistance to GAIL
for integration of RTU’s with GAIL’s centralized SCADA system with open architecture meeting
the objectives, functional and specific project requirements.
1.4. Cabinet light on the front and rear side of the RTU shall be provided (activated on the respective
door opening for case of maintenance). The lamps shall be low power consumption.
1.5. RTU SUBSYSTEMS
1.5.1. The RTUs shall comprise the following subsystems:
Central processor with system software
Analogue input
Contact (digital) input
Analogue output
Contact (digital) output
Communications
Serial ports
Power supply
Diagnostic (on-line from GAIL’s SCADA System and off-line diagnostics)
The RTUs shall be configured such that failure of any part of an RTU subsystem (module) shall not
directly affect the integrity of the unit, as a whole.
1.5.2. The RTU system software shall provide the overall management of the supervision, monitoring and
control function within the RTU. The common logic shall also manage the local PDT,
communications, comprehensive diagnostic facilities and RTU startup procedures.
1.5.3. DIGITAL INPUTS
Typical specification of Digital Input Modules to be supplied is as given below:
Input Type Min. 16 Volt free contacts (2 wire isolated)
Contact Wetting 2mA per input at 24V DC
Resistance recognized Not exceeding 1 Kilo Ohms as a closed contact
Resistance recognized Not less than 50 Kilo Ohms as an open contact
Isolation Using optocouplers
Insulation resistance 20M ohms at 500V DC inputs to logic
Debounce circuitry 10 m/sec
------------------------------------------------------------------------------------------------------------------------------------------
185
Indicators Loop & state LEDs for each DI point
Voltage withstand 1.5 KV RMS
Capability
NO/NC contacts Mixing of NO/NC contacts to be possible in the same card
1.5.4. DIGITAL OUTPUTS
Typical specification of Digital Output Modules to be supplied is as given below:
Output Type Max. 16 relay contacts, individually isolated
Indicators LED indication for each DO point
Relay Type Miniature power relay, hermetically sealed
Contact arrangement 1 NO + 1 NC relay contacts configuration
Contact Rating Potential free contact rating of output interposing relay for each
DO point(Contact rating 48 V DC, 2A;230 V AC, 5A and relay
contact to be of noble metal) [Vendor to provide interposing
relays with LED indicator for each DO point]
Isolation 2KV RMS Contacts to Logic
DO command activation 2 sec. Pulse (Normally the NO potential free contact shall close for
2sec. duration). The pulse duration shall be user configurable. For
repeat DO output requirement, permanent DO shall be provided
Security Output contacts shall be short circuit proof and protected by
suitable mechanism like fuse with suitable visual fuse blown
indication provided.
1.5.5. ANALOG INPUTS
Typical specification of Analog Input (AI) Modules to be supplied is as given below:
Input Type Isolated Current Inputs with Min.16 points per AI card
Ranges 4 - 20 mA
Multiplexer Vendor standard
ADC Type 12 bit binary. [Each analog input card will have its dedicated A/D
converter].
Series Mode rejection Greater than 30 db at 50 Hz
Common Mode rejection Greater than 100 db at 50 Hz
Roll over error 1 bit
Temperature Coefficient 0.005% per degree C
Accuracy ± 0.1% of range including drop in resistor (the drop in resistor to be
high precision 0.02% or better)
1.5.6. ANALOG OUTPUTS
Specification of Analog Output Modules is as given below:
Output type Min. 4 completely Isolated current (4-20 mA) outputs. The external
isolator if required, for isolated O/P shall be included for each AO
point
------------------------------------------------------------------------------------------------------------------------------------------
186
DAC Type 12 bit binary
DAC Span 10V or 5V
Output Range 4-20 mA DC
Isolation Each output shall be isolated from logic and the others to 500 Volts
Loading 1K ohm for Current outputs
Differential Linearity 1/2 L.S.B
Temperature coefficient 0.01% FSD per degree C
Accuracy ± 0.1% of range
Retentivity Set-point value to be held by AO card till updated by new set-point
value from GAIL’s SCADA System
1.5.7. COMMUNICATIONS
a) The RTU shall support both internal and external communications functions.
b) The communications network internal to the RTU shall be designed and implemented in such a
way that the passing of data and commands between modules shall not be prevented by the
failure of any module not directly involved in the communication exchange. In addition, the
internal network shall not become overloaded under the heaviest traffic possible in an RTU’s
configuration.
c) The LED indications shall be provided in the RTU to check the health of RTU communication.
d) RTU shall have dual Ethernet ports (with each port to be configurable independently) for TCP/IP
communication with GAIL’s SCADA system on multidropped environment (shared LAN). Also
no other ports in the card to be used for any purpose other than communication to GAIL’s
SCADA system and RTU configuration. Separate serial card(s) shall be used for interfacing
IED’s.
e) The RTUs shall have the provision to be polled for data by SCADA system, independently
and simultaneously on both communication ports.
RTU FEATURES
1.5.7.1. The RTU shall support the following:
a) Scanning of Input and Output.
b) Operator initiated discrete control action with check before execute and time out feature.
c) Operator initiated discrete control with sequencing and interlocking.
d) Derivation of calculated digital points based on logical functions AND, OR, NOT etc. from
digital and analog points.
e) Derivation of calculated analog points based on arithmetic functions +, -, /, *, sq. root etc. and
driving external hardware. Calculation shall be performed in RTU in engineering units with 16
bit floating point accuracy.
f) FC/GC systems (IEDs) interface for serial data.
g) RTU resident accumulator points driven by analog points.
h) RTU should have diagnostic feature for hardwired I/Os, DNP/IEC and IED communication.
i) All the field/IED parameters should be configurable at RTU end.
1.5.7.2. Automatic time synchronization of Remote telemetry units shall be implemented from GAIL’s
SCADA system.
------------------------------------------------------------------------------------------------------------------------------------------
187
1.5.7.3. The RTUs shall have a self-diagnostic feature (without uploading/ downloading RTU configuration
to PC/ Laptop) and software watchdog timer devices to monitor & report the healthiness of CPU,
memory, power supply, comm. interfaces (both DNP/ IEC communication with GAIL’s SCADA
system & serial communication) and Input/ Output modules at the local level. Further the RTUs shall
support remote diagnostics from GAIL’s SCADA System so that all these status shall be transmitted
to GAIL’s SCADA System for displaying in the RTU status graphic.
1.5.7.4. It shall scan and acquire parameters from process as per programmed scan cycles.
1.5.7.5. RTUs shall be intelligent in support of the following:
a) It shall process the analog data for high-low limit violations as per stored limit tables and
communicate the same to GAIL’s SCADA System along with time stamping. The high and low
alarm limits settings for any process variable in RTU shall always remain synchronized with
SCADA downloaded database high and low limits settings.
b) Linear conversion to engineering units and input filtering.
c) To support download configuration to RTUs from the GAIL’s SCADA System online and off-
line.
d) Time stamping of all analog exception reports and digital state changes.
e) Conversion of raw data to normalized value (e.g. 0 to 1.0) for communication shall also be
acceptable.
1.5.7.6. The RTU shall have the following capability: -
a) RTU shall be capable of updating process parameters data and configuration data in its own
built-in memory. In the event of failure of GAIL’s SCADA System or break of communication
link, the RTU shall continue to scan all parameters and update its database.
b) RTU shall retain in its database the complete analog & digital information of the field till it is
completely and correctly read by GAIL’s SCADA System, in order to take care of no loss of
data, in case of failure of communication, SCADA server, communication via other location The
RTU shall scan the field and the memory buffer is to be sized to store all the changing data (i.e.
new exception report for the data every poll time) and GAIL’s SCADA System receive the same
without any loss of data and alarms in the GAIL’s SCADA system.
c) Further to take care of long term communication outage with GAIL’s SCADA System, the
RTUs shall be designed to also scan the field and store in the memory time-stamped 5000 analog
events and 1000 digital events during the period of communication outage for retrieval by
GAIL’s SCADA System subsequently. The RTU memory sizing shall be adequate for the same.
In case additional memory cards are required to meet this requirement, same shall be provided
by the vendor. RTUs buffer shall be circular buffer with new events replacing old events.
d) The RTU system shall have the facility to attach to each digital event signal a time tag generated
by the RTU local clock to enable the occurrence to be recorded and transferred to GAIL’s
SCADA System.
1.5.7.7. The selected RTUs shall be of fit-for-purpose type with very low power consumption and state-of-
art technology.
1.5.7.8. RTU shall be programmable using IEC 61131 programming languages. The RTU should be
completely configured for all the I/O points available in the RTU irrespective of the field
termination.
1.5.7.9. RTU shall support extended I/O capability and multiple communication ports.
1.5.7.10. It shall be possible to have highest priority for alarms, in order for the same to be sent to GAIL’s
SCADA System.
1.5.7.11. It shall provide ‘Check Before Execute' feature as part of RTU protocol before execution of
command.
------------------------------------------------------------------------------------------------------------------------------------------
188
1.5.7.12. Every control associated with RTU shall report the status of the point after control execution. In
case the status has not changed within fixed specified time it shall report to GAIL’s SCADA
System for not having executed the control.
1.5.7.13. RTU shall not generate any false control signal due to CPU power supply on-off conditions.
1.5.7.14. RTU shall support communication protocol supporting report by exception to prevent unnecessary
data communication when the data is not changing and also support downloading of Exception
value dead band (each Analog input wise) from the GAIL’s SCADA System.
1.5.7.15. It shall provide error detection and control feature for data communication with GAIL’s SCADA
System to ensure data integrity.
1.5.7.16. It shall have dedicated RS232 / Ethernet port (this shall be in addition to the serial ports as
indicated in Attachment-I) for connecting a pluggable Programmable Diagnostic Test unit (PDT)
as diagnostic and programming aid to trouble shoot and configuration tool for RTU and I/O
boards.
It shall be possible to exercise all the functions of the RTU without disconnecting the RTU from
process. The configuration facility shall be password protected to prevent unauthorized access to
the configuration data
1.5.7.17. The RTU shall be able to store the configuration data and the process database upon power failure.
Upon restoration of the power, RTU shall resume the normal operation automatically. Low battery
indication in the RTU shall be able to be telemetered to GAIL’s SCADA System as diagnostic
data.
1.5.7.18. The failed RTU once put online shall initiate service request to GAIL’s SCADA System for re-
initialization and configuration data shall then be downloaded from GAIL’s SCADA System to
RTU.
1.5.7.19. Separate on/off power supply switch and fuse shall be supplied with each RTU. Vendor shall
indicate power consumption for all the RTUs. Adequate isolation of input, output and power
supply circuits shall be provided along with over voltage and short circuit protection. Terminations
for connections of power supply should be of standard industrial type.
1.5.7.20. The hardwired RTU signals as per Attachment-I shall be available from/to Metering panel/
Instrumentation control panel or Telemetry Interface Cabinets (TICs) (as applicable). FC signals
shall be interfaced with the RTU using RS-485 MODBUS serial interface. Vendor shall include all
necessary cables, glands and services to install the RTUs and interconnect the inputs/ outputs with
the FC (control room/ porta cabin mounted FC, field mounted FC, remote FC interfaced through
OFC) / TIC / Instrumentation Control panel/ Metering Panel along with interfacing with
Telecommunication system. The I/O point wires shall not be directly terminated on the RTU I/O
boards. Terminal blocks/ panel is to be provided in the RTU cabinet. RTU should be internally
wired between IO cards and terminal blocks for all the IO points in all the IO cards in the RTU
(irrespective of field termination). Terminals for all spare cable cores shall also be provided. In
addition 25% spare terminals shall be fitted to all rails per type with in the cabinet. The terminals
shall be suitable for secured connection of 1.5 mm2 cables. Vendor shall detail the wiring harness
between the RTU and the terminal block area. Vendor shall supply and install suitable ducting,
brackets and supports for all wiring and ensure in the layout to provide maximum separation
between groups of wiring carrying analog signals, digital signals and power supplies. Easy access
to cabinet wiring for maintenance purposes is to be ensured.
1.5.7.21. The electronics in the RTU cabinet shall consist of plug-in PCB's or units with Gold plated edge
connectors that utilize a wiping action for connection for PCB's to the back frame wiring. The
PCBs and RTU components shall be designed for high temp. rating and low power consumption
so that air exchange with the ambient environment will not be required. This is to ensure that RTU
performance is not affected due to its internal heat dissipation and the environmental conditions.
------------------------------------------------------------------------------------------------------------------------------------------
189
1.5.7.22. The RTU equipment shall function continuously without requiring any preventive maintenance.
1.5.7.23. It shall be possible to output any AI & DI point value available in real time database at GAIL’s
SCADA System, as AO & DO to any RTU respectively. The wiring of AO & DO to the TIC/
Instrumentation control panel / Metering Panel shall be complete. The DO command contact
closure shall be configurable. However no separate program or logic will be acceptable at RTU
end for the same.
1.5.7.24. It shall be possible to configure DO contact duration open or close for the duration as required
corresponding to the DI status. In case permanent type of DO card is required in the RTU I/O
count, the DO status is maintained corresponding to the DI status for the repeat parameters. The
relay contact configuration shall be provided up to the RTU terminal block and thereafter up to the
TIC/ Instrumentation control panel / Metering Panel.
1.5.7.25. Vendor to ensure that open/ close status of valves (open state first wired and thereafter close state)
be wired consecutively in the RTUs.
1.5.7.26. Identification labels for RTUs, RTU card files, power distribution boards, terminations,
identifications of serial interfaces ports for FC, PDT connections; telecom channel interfacing etc
complete in all respects properly correlating with the drawings is to be ensured by the vendor.
1.5.7.27. In the RTU cabinet copper strips mounted on the insulated studs shall be included for system earth.
The copper strip mounted on the conductive studs shall be included for the cabinet earth. The earth
wiring shall be completed on the same basis within the RTU cabinet.
1.5.7.28. The incoming power can be upto 2C, 24 mm2. The terminations in the RTU should be suitable
accordingly. The cable sizes for the main power distribution within the RTU shall be 2.5 mm2, for
earth wiring 2.5 mm2, digital input/ digital output wiring 1.5 mm2 and analog input/ analog output
wiring 0.5 mm2 as a minimum.
1.5.7.29. Different colour codification shall be followed for various types of wiring. The suggested wiring
colour code is:
- 48V DC or 24V DC Yellow
0 V White
DI Blue
DO and Relay Orange
Analog Grey
Cabinet Earth Green
System Earth Green with yellow stripes
1.5.7.30. In addition to the internal DC distribution, the connectors with the switches and fuses for powering
plant simulator shall also be provided in the RTU cabinet at suitable location.)}. The field
instruments shall be powered from the RTUs with each field loop to be independently switched via
a dedicated fuse.
1.5.7.31. At the RTU, failure of a module in a subsystem shall be identified by an individual LED display.
1.5.7.32. Each I/O shall be protected against the reversal polarity of the power voltage to I/O.
1.5.7.33. The RTU time stamped analog & digital data shall be sent to GAIL’s SCADA System.
1.5.7.34. For Communication protocol between RTUs & GAIL’s SCADA system, RTUs should support
DNP 3.0(TCP/IP) protocol.
1.6. SCAN RATES
------------------------------------------------------------------------------------------------------------------------------------------
190
The local scan rates for individual I/O modules shall be such that the time-tagging resolution and
system performance requirements are achieved.
The consideration of scan times shall include the acquisition of data, processing and updating of the
RTU database. The overall RTU local scan shall be defined as the time required to acquire field data
and to acquire FC data and update the RTU database and the same shall be much faster than RTU
poll time by GAIL’s SCADA System.
1.7. DIGITAL OUTPUT SUBSYSTEM
The contact output subsystem shall provide momentary 2 sec (user configurable) closure of potential
free contact relay output for the operation of pumps (if applicable) & valves.
It shall not be possible for the RTU to energize an output that has not been selected for control.
The duration of each contact closure shall be pre-selectable (normally 2 seconds contact closure) and
all contacts shall be voltage free. If repeat output is required permanent type DO card shall be
included. An RTU restart, following an RTU power failure, shall not reset the output circuits, shall
not generate false control signal and shall cancel any pending control selection.
1.8. SET-POINT CONTROLS
All analog output control functions shall utilize the select-check-operate control sequence associated
with set point control.
1.9. SERIAL LINK REQUIREMENT
The interconnecting RS485/ RS232 cables and connectors for each of the RTU location and for each
of the serial ports, with complete line drivers, software drivers & connectors at both ends and
interfacing requirements in built for communication with FCs (supplied by COMPANY) shall be
included in the vendor’s scope. Vendor shall develop, configure and establish the communication for
retrieval of data from the FCs, which support Modbus Protocol for serial link connectivity for all the
RTUs in the pipeline network. The RTU serial ports shall support different baud rates and it shall be
possible to vary the baud rate of each port in order to optimize the communications i.e. they should
be independently and individually configurable at all respect.
a) The serial links shall support transmission of all types of data and status bits including 16-bit, 32-bit,
signed, unsigned, integer and floating point data type. The Purchaser shall furnish the make & model
no. of FCs. Vendor shall assume full responsibility for obtaining the full protocol information,
memory map, details of connectors etc. from the FCs suppliers. Further necessary connectors
(ensuring compatibility), interconnection, interfacing, engineering required for retrieval of the data
from the FCs to make the link fully operational shall be in the vendor’s scope. It is the vendor‘s
responsibility to coordinate with the suppliers of FCs as intimated and establish the communication
for transfer of data & control with them to meet the complete functionality.
b) The RTU memory sizing shall be adequate for required nos. of serial points as per RTU I/O Count &
the no. of serial ports for each RTU.
c) The FCs data shall be scanned by the RTU much faster than RTU poll time by GAIL’s SCADA
System.
1.10. Minimum below mentioned ports to be available in the RTUs
• Two Ethernet (Electrical) ports for communication with GAIL’s SCADA System
• Two RS485 ports for interfacing with FC (Flow computer)
------------------------------------------------------------------------------------------------------------------------------------------
191
• One RS232 / Ethernet port (Vendor to decide) for PDT interfacing
• One RS232 spare port
• Four RS485/RS 232 spare serial ports
• One Ethernet (Electrical) spare port
------------------------------------------------------------------------------------------------------------------------------------------
192
Annexure B
Specification for Managed Industrial Switch
Make: Moxa / Advantech / Phoenix Contacts
Communications
Standards: IEEE802.3, IEEE802.3u, IEEE802.3z, IEEE802.3x, IEEE802.3ad, IEEE802.1d,
IEEE802.1w, IEEE802.1p, IEEE802.1Q, IEEE802.1x
LAN: 10/100Base-T(X),
Fiber Port: 100Base-FX (SC/ST connectors) using 1310/1550 nm, fully equipped.
Transmission Distance Ethernet : Up to 100m Single-mode Fiber: Upto 30km
Fiber: 9/125 Micro meter
Transmission Speed Up to 100Mbps
Interface
Connectors 8 x RJ-45 ports, 2 x SC/ST type fiber optic connectors
LED Indicators System: PWR, R.M., P-Fail10/100T(X): Link/Activity, Duplex/Collision
Console RS-232 (RJ-45)
Network Management
Configuration Web browser, Telnet, Serial console, TFTP, SNMPv1/v2c/v3, Port Speed/Duplex
Configuration
VLAN IEEE 802.1Q, GVRP, Port-based VLAN
Redundancy 802.1w/D RSTP/STP & any other ring protocol Support equal or less than <20ms
Security IP Access security, port security, DHCP Server, Port and IP Binding, 802.1X Port
Access Control
Traffic Control IGMP Snooping/Query for multicast group management Port Trunking,
Static/802.3ad LACP Rate limit and storm control IEEE 802.1p QoSCoS/TOS/DSCP priority
queuing IEEE 802.3x flow control
Diagnostics Port Mirroring, Real-time traffic statistic, MAC Address Table, SNTP, Syslog,
Email Alert, SNMP Trap, RMON
Mechanism
Enclosure IP30, metal shell with solid mounting kits
Mounting DIN-rail
Power
Power Consumption Max. 10 W
Power Input 230 VAC/ 24 VDC
Protection
Power Reverse
Overload Protection
MTBF
200,000 hrs
EX Approval:
ATEX / UL / IECEx
------------------------------------------------------------------------------------------------------------------------------------------
193
Annexure C
Specification for Ethernet to Serial Convertor
Make : Moxa / Advantech / Phoenix Contacts
LAN
Ethernet 10/100 Mbps, RJ45, Auto MDI/MDIX
Protection Built-in 1.5 kV magnetic isolation
Serial Interface
Interface RS-232/422/485
No. of Ports 1 port
Connector Type DB9 (male)
Signals
RS-232 TxD, RxD, RTS, CTS, DTR, DSR, DCD, GND
RS-422 Tx+, Tx-, Rx+, Rx-, GND
RS-485 (2-wire) Data+, Data-, GND
RS-485 (4-wire) Tx+, Tx-, Rx+, Rx-, GND
Serial Line Protection 15 kV ESD for all signals with surge protection
Configuration Options Web Console, Serial Console, Telnet Console, Windows Utility
Serial Communication Parameters
Parity None, Even, Odd, Space, Mark
Data Bits 7, 8
Stop Bits 1, 2
Flow Control RTS/CTS, XON/XOFF
Transmission Speed 50 bps to 921.6 Kbps
Software Features
Operation Mode RTU Slave, RTU Master, ASCII Slave, ASCII Master
Multi-Masters and Multi-Request 16 simultaneous TCP masters, 32 simultaneous requests for each TCP
master
Power Requirements
Power Input 12 to 48 VDC
Power Connector Power jack
Power Consumption Approx 200 mA@12 VDC, Approx 60 mA@48 VDC
Environment
Operating Temperature 0 to 55°C (32 to 13 1°F), 5 to 95%RH
Storage Temperature -20 to 85°C (-4 to 185°F), 5 to 95% RH
Housing IP30 protection
MTBF More than 6,00,000 Hrs
------------------------------------------------------------------------------------------------------------------------------------------
194
Annexure D
Standard Specifications for Serial RS232/RS485 to Optical Converter
Make :Moxa / Advantech / Phoenix Contact
• Optical Fiber Side
Fiber Connector 2 SC/ST Optical Ports
Wavelength Single-mode: 1310 nm
Cable Requirements Single-mode: 8.7/125, 9/125, 10/125 μm
Transmission Distance Single-mode: 40 km (in 1310nm)
Tx Output Single-mode: > -5 dBm
Rx Sensitivity Single-mode: -25 dBm
Point-to-Point Transmission Half-duplex or full-duplex
Ring Transmission Half-duplex
• RS-232/422/485 Side
Connector Terminal Block
RS-232 Signals Tx, Rx, GND
RS-422 Signals TxD+, TxD-, RxD+, RxD-, GND
RS-485-4w Signals TxD+, TxD-, RxD+, RxD-, GND
RS-485-2w Signals Data+, Data-, GND
Baudrate 50 bps to 115.2 Kbps
ESD Protection 15 KV for all signals
Distance RS232: 5-10 mts; RS485: 1000 mts
• Physical Characteristics
Weight Light-weight
Dimensions (H x W x D): Small size
• Environmental Limits
Operating Temperature Standard Models: 0 to 60°C (32 to 140°F)
Wide Temp. Models: -40 to 75°C (-40 to 167°F)
Storage Temperature -40 to 75°C (-40 to 167°F)
Ambient Relative Humidity 5 to 95% (non-condensing)
• Power Requirements
Input Voltage DC 9 to 48 VDC
AC External AC Power Adapter
Power Consumption 8 watts max
Power Line Protection 2 KV Burst (EFT), EN61000-4-4
2 KV Surge, EN61000-4-5
Voltage Reversal Protection Protects against V+/V- reversal
Over Current Protection 1.1 A (protects against two signals shorted together)
------------------------------------------------------------------------------------------------------------------------------------------
195
• Standards and Certifications
Safety UL 60950-1
EMC CE, FCC
EMI FCC Part 15 Subpart B Class B, EN 55022 Class B
EMS EN 61000-4-2 (ESD) Level 3,
EN 61000-4-3 (RS) Level 2,
EN 61000-4-4 (EFT) Level 2,
EN 61000-4-5 (Surge) Level 2,
EN 61000-4-6 (CS) Level 2,
EN 61000-4-8 (SFMF) Level 1
Green Product RoHS, CRoHS, WEEE
• MTBF (mean time between failures)
Time Minimum 500,000 hrs
------------------------------------------------------------------------------------------------------------------------------------------
196
Annexure E Industrial RS-232 to RS-422/485 converters
Make : Moxa / Advantech / Phoenix Contact
Interface
Serial Interface
RS-232 TxD, RxD, GND
RS-422 TxD+, TxD-, RxD+, RxD
RS-485 Data+, Data-
Cabling 2-wire Cabling/4-wire Cabling
Transfer Distance Max. 1,200 m for at speed 9.6 kbps; Max. 400 m at 115.2 kbps
Max. Devices Supported 256 (Without repeater)
Self-Tuner Asic Inside Yes
Speed 300 ~ 115200 bps
ESD Protection Yes
3000 VDC Isolated Voltage On RS-485 side
Connection
RS-232 9-Pin Female D-Sub
RS-422/485 Removable 10-Pin Terminal Block
LED Indicators
Power/Communication Yes
Power
Input Voltage Range +10 VDC ~ +30 VDC (Non-isolated)
Power Consumption Approx 1.2 W
Mechanical
Casing Plastic / Metal
Flammability Fire Retardant Materials (UL94-V0 Level)
Dimensions Small Size
Installation DIN-Rail
Environment
Operating Temperature -25 °C ~ +75 °C
Storage Temperature -30 °C ~ +75 °C
Humidity 10 ~ 90% RH, non-condensing
------------------------------------------------------------------------------------------------------------------------------------------
197
Annexure-F
SPECIFICATION FOR MINI RTU
PURPOSE • The purpose of this specification is to define the minimum requirements of Mini RTUs
installed at consumer side
• This specification stipulates the requirements for the design including hardware & licensed
software, engineering, configuration, programming, documentation, manufacture, inspection
and testing, installation and commissioning of Mini RTU, start-up, performance test ,
documentation a n d training of complete system
• The Mini RTU shall be designed, tested, certified installed, commissioned and maintained in
accordance with the requirements.
• The requirements which have not been explicitly identified, but required for the completion and
satisfactory performance of the entire system are implied
SCOPE • This specification defines the minimum requirements of system design including hardware and
licensed software, engineering, configuration, programming, documentation, manufacture,
inspection and testing, supply, installation and commissioning of the System. This shall also
include building of all operator interface, screen displays, database, reports, and system
hardware and licensed software configuration.
• Job scope also covers design, engineering of individual loops specific for site including all input
elements including voting rights, output elements, and hardware, special cables, licensed
software, integration, glanding, terminations, loop checking etc. complete.
• Entire lot of cables (power, control, signal or any other type of special cables) required for
hooking input elements to Mini PLC cum RTU and from Mini RTU to output elements along
with junction boxes, terminals, connectors, terminations, hardware fixtures, cable tray with
covers etc. required for complete system is in scope of vendor and shall be part of the system.
DESIGN & CONSTRUCTION
• RTU shall be a 32-bit (min.) microprocessor based programmable unit. The Mini RTU shall
be used for implementation of Startup, safety shutdown and all critical process interlocks.
RTU shall be of modular design and shall be provided for implementation of interlocks &
sequencing of operations. The RTU shall communicate with other subsystems as required.
------------------------------------------------------------------------------------------------------------------------------------------
198
The vendor shall provide documents for system availability of RTU.
• The Mini RTU shall have very high noise immunity (RFI/EMI) in order to ensure safe and
reliable operation when subjected to electrical radio frequency interference and
electromagnetic disturbances expected in the terminal. The surges withstand capacity for input
/output modules shall be as per IEC standard.
• The Mini RT U ’s shall be configured such that interdependence of function is minimized
and failure of any part of a RTU Module subsystem except the common logic subsystem
shall not directly affect the integrity of the unit, as a whole.
• The Mini RTU should have event logging and buffering feature The Mini RTU’s should
be able to store minimum 600 alarm/ events in case of communication failure till the time of
communication restoration and shall be able to transmit to master station on receiving the
poll request after restoration of link. The alarm/events shall be stored in the Mini RTU and
shall be retrievable on connection of external device (Laptop)
MINI RTU FEATURES
The Mini RTU shall support the following
a. Scanning of Input and Output points.
b. Fast scanning of selected I/O points
c. Field input initiated discrete control action
d. Derivation of calculated analog points based on arithmetic functions +, -, /, *, sq, root
etc. and driving external hardware. Calculation shall be performed in Mini RTU in
engineering units with 16 bit or higher floating-point accuracy in case engineering
conversion is being done at Mini RTU level.
e. All Mini RTU cards, serial ports, and communications channels health points are to be
configured in Mini RTU and DNP3.0 index of same are to be reflected in I/O list and all serial
ports should be independently configurable.
f. Mini RTU should have diagnostic feature for hardwired I/Os, DNP3.0 and IED (serial)
communication.
g. The Mini RTU shall have provision to give analog and digital data (available in the Mini
RTU) over Modbus protocol to third party systems (other than SCADA servers) through serial
port. The register addresses for AI and DI parameters shall be configurable.
h. IED (Flow computers, Gas Chromatographs) interfacing through Serial ports on MODBUS
protocol.
------------------------------------------------------------------------------------------------------------------------------------------
199
Mini RTU shall support standard MODBUS (ASCII and RTU) protocol.
i. It shall be possible to do configure/ write IED interface in Mini RTU for which necessary
software tools shall be supplied.
j. For communication with IEDs through serial ports, the Mini RTU shall support 16-bit, 32-bit,
signed, unsigned, integer and floating point data type.
k. Indicate the operator that trip has initiated and has been successfully completed.
l. Monitor dangerous condition and take appropriate automatic shutdown action.
m. Respond to manual request for shutdown, reset and override from operator.
n. Record sequence of event record (SER) for all events, alarms and actions taken by system
o. Derivation of calculated digital points based on logical functions AND, OR, NOT etc.
from digital and analog points.
p. The Mini RTU shall scan and acquire parameters from field as per programmed (user
configurable) scan cycles
q. Mini RTU should have event logging and buffering feature.
r. Mini RTU should have surge/lightening protection for power supply.
s. The Mini RTU shall be able to store the configuration data and the process database upon power
failure. Upon restoration of power, Mini RTU shall resume the normal operation automatically.
t. Separate on/off power supply switch and fuse shall be supplied with each Mini RTU. Mini RTU
vendor shall indicate power consumption for all Mini RTUs. Adequate isolation of input,
output and power supply circuits shall be provided along with over voltage and short circuit
protection. Terminations for connections of power supply shall be of standard industrial type.
u. Mini RTU shall have error detection/control feature to ensure data integrity
v. The Mini RTU shall be immune to radi frequency interference generated by any nearby source
meeting the latest international standards in this regard
w. The Mini RTU should have provision for time stamping of all analog exception reports and
digital state changes. The Mini RTU time stamped analog & digital data shall be sent to
SCADA system.
x. The Mini RTU equipment shall function continuously without requiring any preventive
maintenance.
------------------------------------------------------------------------------------------------------------------------------------------
200
y. Mini RTU shall support communication protocol supporting report by exception to prevent
unnecessary data communication when data is not changing and also support downloading of
exception value deadband (each analog input wise) from scada system.
z. The scan time of programmable controller shall be less than 100 milliseconds. Scan time of
RTU is defined as the cycle time taken by the system to read input, process input executing
logic and update control output for all the logics configured within the system. Other
activities like diagnostic routines, output/dump of data to peripherals, or any other activity
which consume processor time shall also be accounted for while computing scan time.
aa. The output module shall have the capacity to drive loads upto 24W at 24Vdc upto +60
degree C or as per requirement. This shall be for all channels simultaneously driven. The
digital output module shall feature stuck-on and stuck-off testing.
bb. The system shall have extensive set of self-diagnostics hardware for easy and fast
maintenance of Mini RTU. Routine checks should run automatically at frequent intervals
for identifying any fault in the hardware.
cc. Operation of the Mini RTU shall be completely unaffected by the momentary power loss up to the 20 milliseconds, unless otherwise specified.
dd. Input type shall be intrinsically safe with barriers for analog input modules. These barriers shall
be active type and certified b y statutory authority like BASEEFA, CENELEC, FM, and
PTB, CMRI etc. f or the use in Zone 1, Group II A, II B, and T3. The proper selection of the
safety barriers shall be bidder's total responsibility.
ee. Bidder shall configure the system in such a way that if the " Command is not given by
system and the valve status input is opposite to command then system shall generate alarm,
blinking of valve to alert the operator and log the event to indicate the override
action/abnormality.
ff. In Mini RTU provision shall be made to bypass interlocks. Bypass of interlocks shall be
User defined and password protected so only authorised person have access to operate the
same. When Event is occurs, alarm shall be generating in system and event shall be logged
in system with time & sate.
gg. Mini RTU system shall have facility to export all alarm and logs to other system.
hh. Mini RTU shall be capable of updating process parameters data and configuration data in its
own built-in memory. In the event of failure of SCADA communication break, the RTU shall
continue to scan all parameters and update its database.
ii. Mini RTU shall retain in its database the complete analog and digital information of the field
till it is completely and correctly read by the SCADA system, in order to take care of no loss of
data, in case of failure of communication, SCADA server, communication via other
location. The RTU shall scan the field and the memory buffer is to be sized to store all the
changing data (i.e. new exception report for the data every poll time) and SCADA system
------------------------------------------------------------------------------------------------------------------------------------------
201
receive the same without and loss of data and alarms.
jj. Mini RTU system shall have the facility to attach to each digital event signal a time
tag generated by the RTU local clock to enable the occurrence to be recorded and
transferred to SCADA system.
kk. Should Support trip/close and Check before execute for DO Commands
OVERALL SYSTEM ARCHITECTURE
• SYSTEM I/O's should be segregated in to groups for effective operation.
• The system shall consist of following major sub systems
Input/ Output system
• I/O devices interface with RTU shall be at I/O racks/backplanes only.
• Each I/O shall be protected against reverse polarity of the signal. • Each input shall be provided with filters to filter out any noise in the input line or noise
because of input contact bouncing. • Output shall be able to drive solenoid valves and the contact rating shall be 1amps.
Each output shall be short circuit proof and protected by fuse. Visual indication for fuse down
must be provided for each output.
• Maintenance override switches (MOS) shall be provided in logic group wise so that the
instruments can be tested without initiating a shutdown. The logic will ensure that no more
than one MOS per logic group can be activated by means of soft keys from the PC based
operator station of system after entering the necessary security level password
PROCESSOR SYSTEM
• The processor shall have capability to implement all the control functions required to implement the
logic schemes.
• The size of the memory shall be sufficient for storage of the program instruction required by the
logic schemes. A minimum of 40% spare memory space shall be provided at the time of handover
of the system to client. Bidder to submit the memory capacity calculations.
• Memory shall be preferably non-volatile, however in case, volatile memory is provided, and
battery backup shall be provided for minimum 6 months to keep the stored program intact. A
battery drain indication shall be provided at least one week before the battery gets drained.
• Watchdog timer shall be a available. The healthiness of the processors shall be continuously
monitored by the watchdog timer. Any hardware or software problem in the processor subsystem
including CPU, memory, power supply, communication interface etc. shall cause the watch
dog timer to report processor failure.
------------------------------------------------------------------------------------------------------------------------------------------
202
• In case of failure of complete processors, output shall take fail safe state
automatically unless otherwise specified.
• It shall be possible to generate the first out alarm output by RTU, in case a group of parameters trip
the system.
• Time stamping shall be done at processor/IO level.
• To allow for Sequence of Event Recording(SER) or communication failure at least last 100 events
shall be stored in RTU
COMMUNICATION SUBSYSTEM
a. Each Mini RTU shall recognize its own unique address and shall have the capability of being
assigned any address within a range of possible addresses. The LED indication shall be
provided in the Mini RTU to check the health of Mini RTU communication
b. The Mini RTU shall support DNP 3.0 protocol (both DNP 3.0 (Serial) and DNP 3.0
(TCP/IP)) for communicating with FEP SCADA servers c. The Mini RTU shall have the provision of being polled through its serial port as well as
Ethernet port simultaneously from SCADA server.
d. The Mini RTU shall have dual Ethernet ports (IEEE 802.3) for TCP/IP communication with
GAIL SCADA system in multi-dropped environment.
e. The Mini RTUs shall have the provision to be polled for data by GAIL SCADA system,
independently and simultaneously on both communication ports. Both the primary and
secondary ports (for SCADA server communication) shall have same data in their buffer at a
time.
f. Each communication port of Mini RTU shall be isolated and surge protected.
g. Communication subsystem shall be a digital communication bus/ or an integral
component of the system that provides reliable and high speed data transfer between
processor subsystem, I/O subsystem, and other external devices connected to Mini RTU. h. Communication system shall have continuous c h ec k s for any faults/ errors. i. System shall have a port to connect laptop computer for programming/configuration.
SELF DIAGONOSTICS
• The system shall have an extensive set of self-diagnostics routines which shall be able to
identify and provide information on the system failure at least up to the module level
including redundant component and power supplied through detailed display pages and report
printouts.
• Self-diagnostics shall be provided to detect faults (which makes the contacts permanently
open or close) in the input and output modules or input and output signal conditioning
modules. The system performance shall not degrade whenever testing feature is specified.
------------------------------------------------------------------------------------------------------------------------------------------
203
• Testing software shall be capable of detecting faults in case of normally closed system as well as
normally open system.
• No internal self-diagnostics shall be capable of preventing or delaying normal system operation
and system availability. The self-diagnostic shall be carried out with the main purpose of reliability
and integrity as paramount aims.
• System shall have an Earth Leakage Detector (ELD) installed inside the system cabinet.
The potential free contact from the ELD will be wired to the RTU, this will ensure that IO
signals are not grounded.
• Minimum requirement for system diagnostics shall be as follows-
a) Configuration diagnostics - checking the compatibility and availability of selected I/O
hardware and software.
b) Memory diagnostics- checksum, parity check etc.
c) CPU/memory diagnostics
d) Processor executes a test control or arithmetic algorithm, and then compares results with pre stored
answer.
e) Power system diagnostics -monitor the availability of supply voltage
f) The RTU system shall be able to generate a common alarm (high priority) for RTU diagnostics, power
supply failure, and fan failure and battery life over etc.
• The operator shall be continuously informed of the system health status by means of the system
diagnostics communication. As a minimum, a common cabinet utility alarm per cabinet and
a common system alarm, both hardwired, shall be transmitted to the RTU for the attention of
the operator. This should include power supply failure, temperature high, fan failure, Earth
leak detection signal.
SYSTEM SOFTWARE AND DATA BASE BACKUP
• Any software supplied shall be licensed of latest version with long term support from software
vendor. It shall be responsibility of bidder to ensure software protocol compatibility to third
party systems and transfer of data between the same.
------------------------------------------------------------------------------------------------------------------------------------------
204
• When fully tested, the configuration software shall be stored in a central point nonvolatile
memory. Logic program shall be recorded on the DVD or suitable media. All
database shall be field configurable and expandable without software redesign.
• The RTU programming language for implementation of the logic operation shall be based on
following representation conforming to IEC 1131:
a) FBD: following FBD shall be provided as min. • Basic Functions
• Manual loader
• Cascade (with set point tracking)
• High alarm
• High High alarm
• Low alarm
• Low Low alarm
• Rate of change alarm
b) Comparison
function
c) Arithmetic
function d) Linearization
function e) Dynamic
function f) Limiter and selector
function
g) Alarm priority shown at SER and/or
OIC
• I/O assignment should be grouped based on equipment's System software for the report
generation for report likely hourly demand per shift daily and weekly report shall be
provided in the user defined format.
• Loss of data communication in the engineering workstation shall not result in trip or status
changes of the SIS communication points Recovery of communication shall be automatic.
The vendor shall indicate the type of output (hardwired) that can be made available, to permit
(back up) annunciation of communication failure at the operator interface console (OIC).
• The system shall have an automatic and on demand data protection scheme for
the preservation of all data during a planned/ unplanned outage. The entire control software
shall be backed up including vendor software control database, user built programs, source
code and data files.
• Backup copies produced on bulk devices shall be removable for remote storage. Online
------------------------------------------------------------------------------------------------------------------------------------------
205
backup shall not degrade system performance.
• To correct from an outage, any component of the system must be able to reload from
the bulk.
The vendor shall quote the maximum time required to reload the entire system for
backup bulk storage.
• The following signals (as a minimum) are required to be logged
a) Trip alarm
b) Input status ( i.e. line or loop monitoring)
c) Output status (i.e. line or loop monitoring)
d) Each individual system and utility alarm
e) Operator action (such as bypassing the interlock) f) Valve actions and failures etc.
• If any interlock is bypassed it shall be logged in SER and on associated graphic page,
it shall be clearly indicated clearly with warning colour to associated tag no.
SEQUENCE OF EVENT RECORDING (SER)
• The system supplied shall have a sequence of event recording facility. A separate PC shall
be provided if the SOE software cannot be accommodated in engg workstation. All the
events shall be recorded, time stamped and stored in memory. The events shall then be
transferred to the SER printer automatically. The system shall be capable of providing
recording to a resolution of 200 milliseconds or better. The SER shall be capable of
storing 5000 time stamped events in a file. Any software supplied shall be licensed of latest
version with long term support from software vendor.
TIME SYNCHRONISATION
• The system shall accept time synchronization signals from an external source, if required.
Bidder shall develop the best proposal for the same.
SYSTEM INTERFACES
• For all system interfaces, the supply, installation and termination of all type of cables is in
vendor scope.
------------------------------------------------------------------------------------------------------------------------------------------
206
MINI RTU G
EN
ER
AL
1. Tag No. *
2. Quantity * 3. Area / Unit Terminal 4. Location To be decided during detailed engg 5. Make As per Suggested vendor list 6. Model No. * 7. Ordering Code * 8. Power Consumption * 9. Operating temp -10 – 70 Deg C 10. Humidity Upto 95% non condensing 11. Electrostatic Discharge Meets IEC EN 60001-4-2, EN 61326 12. Installation Suitable for use in hazardous area Class
I Div. 2/ Zone I Gr. IIB/C, flame proof
to IS 2148 and Weather Proof IP65 As
per IS 13947
13. Performance exceptional performance and low
power consumption
14. Processor Min. 32-bit processor, higher frequency CPUs (for scan time < 100ms) with watchdog timer
SP
EC
IFIC
AT
ION
15. SRAM Min 2MBS RAM memory preferably non-volatile,
however in case, volatile memory is provided,
battery backup shall be provided for minimum 6
months to keep the stored program intact
16. Flash Memory Min 8 MB Flash for Program source, historical
Archive , Events and Audit storage
17. Operating Voltage Nominal- 24 VDC, Range- Min 20-26 VDC with facility of surge suppression
18. I/Os Following I/Os shall be provided as a
min. 1. Digital Input (DI) – 6 Nos. 2. Digital Output (DO) with interposing Relays – 4 Nos. 3. Analog Input (AI) – 4 Nos.
19. Serial Interface Min 2 Nos. RS-485 Serial Ports to be provided
20. Ethernet Interface Min 2 Nos. 10/100 (or 10/100/1000) Ethernet
Ports (configurable independently ) to be provided
------------------------------------------------------------------------------------------------------------------------------------------
207
SP
EC
IFIC
AT
ION
21. Additional Features 1. Battery voltage monitor
2. Power-fail detection and recovery
sequencer
3. Reverse voltage protection
4. Support DNP 3 Protocol
5. Transorb between signal and ground
6. Failure status Indications
7. visual fuse blown indication
8. Output contacts shall be short circuit proof and
protected by suitable mechanism
9. Should Support trip/close and Check before
execute for DO Commands
10. DIN rail mounting
11. Storage of Minimum 600 alarms/ events
NOTES : 1.* Vendor to furnish 2. Certification for hazardous area installation to be furnished by vendor for offered model. 3. If any feature is not indicated in the datasheet, but indicated in the specification of Mini RTU , the same has to be considered in Mini RTU
------------------------------------------------------------------------------------------------------------------------------------------
208
Annexure-G SCHEME FOR DATA COMMUNICATION AT REMOTE CONSUMER:
At the consumer end it is proposed to install Mini PLC cum RTU (Data Concentrator Unit -DCU)
and Telecom unit (Compact Managed IP/MPLS transport device) for remote monitoring of
consumer locations.
It is desired that bidder shall provide the complete solution for SDH and IP/MPLS transport device management through SDH NMS only. If the proposed SDH meeting the requirements then considered same while offering SDH NMS. Bidder shall clearly indicate the same in the bid submission what solution they have considered - IP/MPLS device management with SDH NMS or independent NMS for IP/MPLS device. The IP/MPLS transport devices shall be installed at consumers locations and and NMS at specified
locations. The location / power / consumer/ station list will be as per Annexure – XIV.
The scope of the Telecom vendor at consumer end will be:
1. Supply of IP/MPLS transport device (size not more than appx 25mm x 25mm x 15mm) DIN Rail mounted as per specification
2. Erection of IP/MPLS transport device at consumer locations (For installation, the DIN rail, exp junction boxes with post provided by other contractor)
3. Connectivity of laid OFC from FTC to device and device to Mini RTU equipment 4. Providing Cable, connector, tray/ conduit for cables from FTC to telecom device with
necessary Exp gland.
The scope of other contractor at consumer end will be: (For information; refer enclosed schematics
– Annexure – XII); all the scope of RTU vendor except Supply & installation of IP/MPLS and
interfacing, communication cables, cable laying, splicing, Zero Db connector with FTC which is
Telecom vendor scope.
1. Supply and installation of Exp Junction boxes (appx 800 mm x 600 mm x 250 mm). 2. Providing DIN rail for installation of IP/MPLS, Mini PLC cum RTU and MCBs) 3. All cabling, glands from field device to JBs except IP/MPLS.
The IP/MPLS transport device shall meet the requirements of LAN & LAN B extensions of Mini RTU
And transparency / redundancy over SDH equipment for smooth management as suggested at
Annexure – XV. The minimum specification of Compact Managed IP/MPLS transport device and
NMS is as:
Compact Managed IP/MPLS transport device:
1
Compact Managed IP/MPLS transport device shall support IP Functionality • IPv4 and IPv6 support • Routing protocols • Static
2 IP ECMP 3 Security
· Authentication/Authorization/Accounting (AAA)
· Local
· Radius
------------------------------------------------------------------------------------------------------------------------------------------
209
1. Services
Ethernet interfaces 10/100/1000 Mbps Protection and restoration MSTP, G.8032 Ethernet Ring Protection (ERP), Link
aggregation (LAG), MPLS-TP, FRR, Dual FRR, 1:1
Linear protection,
PW Redundancy 2. System Capacities
Packet capacity and throughput 2-3 Gb MAC bridging (IEEE802.1d) 32K Classes of Service (IEEE802.1p) 8
Two-rate, three-color policers (CIR/CBS, EIR/EBS)
2K
Number of services (VSIs) 1K
Max. Ethernet 2 x 10/100/1000BaseT with PoE+
Operation Administration & Maintenance (OAM)
IEEE 802.3ah, IEEE 802.1ag (CFM), Fast BFD for LSP and section, Y.1731 (PM)
Pluggable SFP support Electrical Colored C/DWDM, non-colored and bidirectional SFPs
Other Specifications Power over Ethernet (PoE+) Up to 30W
Power input 24 V DC
Power dissipation (Typical) 30 W (W/O PoE) Operating temperature range -25°C to +70°C
-13°F to 158°F Operating RH range 5% to 95%
· TACACS+
· Access Filters
· Encryption
· IP Sec
· Group encryption capable of encrypting all service types in a single group with centralized key management. Site to site encrypted VPNs
· Other security features
· Event logging
· MD5 authentication (OSPF, RSVP-TE)
· SSH
· SNMPv3
· 802.1x authentication
· Access control (log-in control, strong password)
· EAL Certification
4 Chassis Physical Features
POE support on atleast 4 ethernet ports Optical port 2 nos. (Tx & Rx) External alarm port ( 2 input / 2 output)
------------------------------------------------------------------------------------------------------------------------------------------
210
Environmental standards IEEE 1613 (electric utility substations) IEC
61850-3 (electric utility substations) ETS 300
019-1-3 Class 3.3, EN55022
Safety EN 60950/2000, according to LVD Directive
72/23/EEC EN 60825-1&2 EMC EN 300 386-2, 1TR9
Security RADIUS (client authentication), SSH 2.0, SW
integrity checking (SHA-2), SFTP, ACL
Management End-to-end management of
all layers and services
NMS to Manage Compact Managed IP/MPLS transport device:
The NMS of Compact managed IP/MPLS transport device shall be intelligently managed packet
transport demarcation device to be support an extensive range of Ethernet/ MPLS-TP
MEF-based services. A carrier-class packet transport system shall including sub-50 m sec
switchover, DC dual-power feed, and extended temperature range, with extensive OAM over all
links and in-band management, allowing service differentiation a n d SLA enforcement across
the telecom network. Support of legacy TDM over Ethernet/MPLS via CES enables operators
to preserve revenues from existing TDM services over managed Carrier Ethernet transport
networks.
NMS shall mange active alarms, email notifications, Support for multiple root causes from active
alarms, Perspectives customizations Problems such as sorting, filtering, customizations
NMS Shall be fully managed MPLS-TP and Ethernet demarcation unit via local and in-band remote management provisions. Shall have Flexible architecture over multilayer control, monitoring, line testing, and loopback for remote fault isolation Network management system for switches should be built on industry standards including open standards such as SOAP and XML, the Java and J2EE framework, multi-tier layering, and web service interfaces. A NMS system should have a readily adaptable, modular structure that incorporates a relational data model and employs distributed processing. NMS architecture should support user GUI client graphical interface for network operators. The client GUI shall allow operators to provision manage and monitor services over the network. It should be possible to extend NMS GUI client to any location over GAIL private WAN network. Communication between the main servers, GUI & OSS clients should be secured using standard encryption protocols. The NMS client should be supported on Windows (Windows Vista Business/Enterprise Edition, Windows 7 Professional, Windows Server 2008 R2, Windows Server 2012), and Linux (Red Hat Enterprise Linux 6, Server Edition x86). Security management is controlled by the network administrator and allows restricted operator access to specific applications and functions based on user group profiles and assignment of operators to these one of these groups. The client is common to all users who are potentially assigned profiles of operators reducing their access to certain functions.
------------------------------------------------------------------------------------------------------------------------------------------
211
NMS Security & detailed topology for IP/MPLS based transport device
NMS Security
A distributed NMS system requires security at the session and other communication layers. A GUI or OSS client must provide user credentials for access to the NMS. You can protect the session credentials and messages using mechanisms and protocols that include the following:
1. HTTPS as the application-layer transport for OSS clients.
2. Telnet, SSH, SCP, and SNMPv3 with USM at the application layer for communication between a main
server and the managed network.
3. SSL at the presentation layer, between a main server and the GUI clients, OSS clients and between the primary and standby main servers in a redundant deployment.
4. The ability to traverse a firewall between the NMS Client and NMS Server and network
5. NAT at the network layer, between the following:
• Main server and single-user GUI client or client delegate server
• Main server and OSS client
• Main server and managed network
6. IP validation, at the network layer, between a main server and database
Process:
1. Session management
All client sessions require authentication. The client GUI sessions are secured by the session username and password. Effective session management requires authentication, authorization, and accounting or AAA. Authentication is the verification of user credentials. Authorization is the assignment of access privileges to users. Accounting is the recording of user actions.
An operator can configure AAA functions using the local security mechanisms, a third-party server, or both. Local authentication is performed using a local database of users and a local security scheme. Third-party authentication servers are RADIUS, TACACS+, which run on separate platforms, and have
separate user lists and administration processes.
A user accounts consist of a user name, password, and an associated user group, scope of command, and span of control. User groups define user authorization levels and control the level of access to objects such as equipment, customers, services, and alarms. A system administrator can limit the type of user access per managed NE; for example, allowing FTP access but denying console, Telnet, or SNMP access.
2. Network transport security
Transport-layer security is available to the network protocols that carry messages between NMS components.
------------------------------------------------------------------------------------------------------------------------------------------
212
Main server and clients Communication between a main server and clients is performed using XML/SOAP, EJB, or JMS messages. OSS clients use HTTPS to send XML/SOAP messages , which is secured using SSL . GUI clients use the EJB interface, which is secured using SSL. JMS, which is used by GUI and OSS clients, is secured using SSL.
Servers and managed NEs A managed NE communicates with a main server using SNMP, FTP, or SCP. SNMPv3 is used for communication between sever and managed NE , an SHA or MD5 authentication
key is included in each message and checked against the shared encryption key. SNMPv3 message authentication and authorization are handled by the USM and VACM mechanisms, which define the user authorization permissions.
SSH provides the security for a CLI session between a NMS GUI client and a managed NE.
Firewall support The NMS shall support firewalls on all server interfaces; for example, between a main server and GUI or OSS clients and the managed network.
------------------------------------------------------------------------------------------------------------------------------------------
213
Annexure H
DATA SHEET
TELEMETRY INTERFACE CABINET
NOTES:
l) Information filled-in by Consultant/Owner specifies the minimum system requirements. Vendor shall check the same with respect to the special requirements as per this package.
2) Vendor shall provide unambiguous information against all items
marked as 11*" in the data sheets.
3) Vendor shall complete information against all items marked as"**" in the data
sheets.
4) Note that infot'mati011 provided against all items marked as"**" and H*" must be such that system performance is not degraded.
5) Vendor shall categorically confirm all items marked as"#" in the
data sheets. In case no specific confirmation is indicated, it shall be considered as vendor's unconditional compliance.
------------------------------------------------------------------------------------------------------------------------------------------
215
------------------------------------------------------------------------------------------------------------------------------------------
216
------------------------------------------------------------------------------------------------------------------------------------------
217
------------------------------------------------------------------------------------------------------------------------------------------
218
------------------------------------------------------------------------------------------------------------------------------------------
219
------------------------------------------------------------------------------------------------------------------------------------------
220
------------------------------------------------------------------------------------------------------------------------------------------
221
------------------------------------------------------------------------------------------------------------------------------------------
222
ANENXURE I
DATASHEET OF SIGNAL CABLE
------------------------------------------------------------------------------------------------------------------------------------------
223
------------------------------------------------------------------------------------------------------------------------------------------
224
------------------------------------------------------------------------------------------------------------------------------------------
225
------------------------------------------------------------------------------------------------------------------------------------------
226
Annexure-J
Specifications for Optical to Ethernet Converter
Make: Moxa / Advantech / Phoenix Contacts Optical Fiber Side
Fiber Connector 2 SC/ST Optical Ports Wavelength Single-mode: 1310 nm Transmission Distance Single-mode: 40 km (in 1310nm) Tx Output Single-mode: 0 to -5 dBm Rx Sensitivity Single-mode:-3 to -25 dBm Point-to-Point Transmission Half-duplex or full-duplex LAN Ethernet 10/100 BaseT (X), RJ45 Power Requirements
Power Input 12 to 48 VDC Power Connector Removable 3-contact terminal block Power Consumption Approx 200 mA@12 VDC, Approx 265 mA@48 VDC Voltage Reversal Protection Protects against V+/V- reversal Over Current Protection 1.1 A
Physical Characteristics
Weight Light-weight Dimensions (H x W x D): Small size Environmental Limits
Operating Temperature Standard Models: -10° to 60°C (14 to 140°F), 5 to 95%RH Wide Temp. Models: -40 to 75°C (-40 to 167°F)
Storage Temperature -40 to 75°C (-40 to 167°F) Ambient Relative Humidity 5 to 95% (non-condensing) Standards and Certifications Safety UL 60950-1 EMC EN 55022/24 EMI CISPR 22, FCC Part 15B Class A EMS
EN 61000-4-2 (ESD)
EN 61000-4-3 (RS)
EN 61000-4-4 (EFT) Level 2,
EN 61000-4-5 (Surge) Level 2,
EN 61000-4-6 (CS) Level 2,
EN 61000-4-8 (SFMF) Level 1
Green Product RoHS, CRoHS, WEEE MTBF (mean time between failures)
Time Minimum 3,53,000 hrs
------------------------------------------------------------------------------------------------------------------------------------------
227
Annexure- I Technical Checklists
Name of Bidder : Bidder / Vendor works & address : Name of Sub Vendor (as applicable) :
S. No. Checklist Point Yes/No
Have you filled up the following formats, which form a part of technical checklist
1 Submit Un-priced SOR with indicated “Quoted” in price part
2 Annexure – II (Technical Questionnaire)
3 Annexure – III (Certificate of Logistics Support)
4 Annexure – IV (Performance Guarantee Certificate)
5 Annexure – V (Project Management Responsibility) (PMR)
6 Annexure – VI (Deviation Form)
S. No. Compliance to Noted (Yes / No)
1 Special Condition of Contract (SCC)
2 Time Schedule.
3 Tender MR requirements and scope as per Job Specification
4 Payment Terms as per tender
Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date
------------------------------------------------------------------------------------------------------------------------------------------
228
ANNEXURE-II
TECHNICAL QUESTIONAIRE Name of Bidder : Bidder / Vendor works & address : Name of Sub Vendor (as applicable) : This questionnaire shall be dully filled in and submitted along with un-priced sets of offers to avoid further queries and to ensure proper evaluation of your offer in time. If this is not complied with your offer is liable to be rejected.
S. No.
DESCRIPTION BIDDER’S RESPONSE.
1 Have you furnished the necessary documents for the BEC qualification?
2 Have you filled up ‘NO DEVIATION FORM’ and submitted the same?
3 Have you provided list of 1 year spares for operation and maintenance along with unit rates?
4 Have you provided list of commissioning spares?
5 Have you provided list of mandatory spares along with detailed basis of quantities arrived at?
6 Have you enclosed the catalogs/literature in ENGLISH language including model decoding details, drawing etc necessary for evaluation of your offer?
7 Have you confirmed that documents required as per vendor data requirement will be supplied after placement of order?
8 Have you furnished ‘LOGISTIC SUPPORT CERTIFICATE’
9 Have you furnished and ‘PERFORMANCE GUARENTEE CERTIFICATE’?
10 Have you furnished ‘PROJECT MANAGEMENT RESPONSIBILITY’ FORM
11 You quoted as OEM or System Integrator
12 You have 24 hr service support for O&M
13 You quoted DM rate for the services required after handing over of work by client
Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date
------------------------------------------------------------------------------------------------------------------------------------------
229
ANNEXURE-III
CERTIFICATE FOR LOGISTICS SUPPORT
1.0 LOGISTIC SUPPORT CERTIFICATE
1.1 Vendor must furnish Certificate for providing necessary support services
in favour of the Owner (M/s GAIL) for Telecommunication System committing them to provide logistic to purchaser in the format furnished along with.
1.2 In case of bought-out items, this certificate must be furnished for each item clearly indicating type, model no. etc.
1.3 The Certificate must be signed with seal by the official signatory on the company’s letterhead.
------------------------------------------------------------------------------------------------------------------------------------------
230
CERTIFICATE FOR LOGISTICS SUPPORT
(To be signed by Bidder's corporate level signatory on company's letterhead)
I, on behalf of M/s_______________________________________ confirm that our
RTU/SDH_______________________________ Model No.___________________
quoted by M/s__________________________________ for M/s GAIL against Bid Doc
No.____________________________________________ against the respective
Particular Job Specification shall continue to be supported by us for a period of minimum
10 years. The quoted system shall not be withdrawn from Indian market as a matter of
our corporate policy.
I further confirm that in case of placement of order by GAIL on us, we shall continue to
support GAIL by spare part support for a period of 10 years from the date of placement
of order.
Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date Signature of the RTU/SDH OEM authorized signatory Name of the RTU/SDH OEM authorized signatory Stamp and Date
------------------------------------------------------------------------------------------------------------------------------------------
231
ANNEXURE-IV
PERFORMANCE GUARANTEE CERTIFICATE FORM
(To be signed by Corporate level signatory on company's letterhead) I, ____________________on behalf of M/s. ____________________________, certify that in the event of placement of order for Telecommunication system by GAIL on us.
a) The telecommunication system complete with its performance certificate shall be Supplied by us.
b) M/s. _______________________ shall stand guarantee for the performance of
the telecommunication system and associated items at site. c) Our involvement shall be ensured during system engineering, testing and factory
Acceptance testing, site commissioning and site acceptance testing. d) With the methodology proposed herein, we M/s ___________________ shall
stand guarantee for the complete telecommunication system as per the specified Performance specification.
Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date
------------------------------------------------------------------------------------------------------------------------------------------
232
ANNEXURE-V
PROJECT MANAGEMENT AND RESPONSIBILITY (PMR) FORM
Name of Bidder: Bidder / Vendor works & address: Name of Sub Vendor (as applicable): The bidder shall be entirely and exclusively responsible for all works under this bid document. Bidder to fill up blank spaces (marked (x)), of this form; Legend: NA – Not applicable
S. No.
Description Performed by (name) Bidder/Sub vendor
Place of execution of the activity
1 Single source responsibility including Design, Engineering, Supply of total Telecommunication system including all related goods and providing all related services including installation, testing, integration, trial run, commissioning & warranty for the successful completion of the project.
Bidder (x) NA
2 System design, Engineering for: a. OFC based SDH
communication system b. RTU
(x) (x)
(x)
(x)
3 Documentation Bidder (x) NA
4 Factory testing: a. OFC based SDH
communication system b. RTU
Bidder along with manufacturing representative
Integration Centre of Bidder for SDH, RTU equipments.
5 Installation, site testing and commissioning
(x) (x)
SITE SITE
Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date
------------------------------------------------------------------------------------------------------------------------------------------
233
ANNEXURE-VI
DEVIATION FORM
Name of Bidder : Schedule of Deviation : 1. Bidder may given here a consolidated list of deviations/ clarifications/ comments of
all sections of the bid package, which for an appropriate offer are considered unavoidable by him.
2. Deviations/ clarifications mentioned elsewhere in the offer shall not be bidding on
the Client /Consultant and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.
3. Bidder shall state the reasons for the deviations in the ‘Remark’ column. 4. All other clauses of the bid package shall be deemed and has to be fully complied by
the Bidder. 5. Only the deviations listed herein, in conjunction with the Bid package, shall
constitute the contract requirements for the award of job to the Bidder.
S. No.
Page No Clause No.
Requirement Deviations as per Bid package
Clarification/Comments by Bidder
Remarks
1
2
3
4
5
6
Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date
------------------------------------------------------------------------------------------------------------------------------------------
234
SECTION-VII
SCHEDULE OF RATES (SOR)/
PRICE SCHEDULE
(Attached Separately in Notes and Attachment)