1
GAIL (India) Limited (A Government of India Undertaking-
A Maharatna Company)
Savitha Plaza, 4th
Floor, 100 Feet Road, Near
Indira Gandhi Square, Pondicherry - 605 005
E-TENDER NO.
GAIL/PY/ET/PIG/2K14019/2014
[E-TENDER NO: 8000007522]
(DOMESTIC COMPETITIVE BIDDING)
HIRING OF SERVICES FOR ON‐LINE
PIGGING IN CAUVERY BASIN PIPELINES
2
CONTENTS
Sub Section Subject Page No.
SECTION - I NOTICE INVITING TENDER
SECTION - II BID EVALUATION CRITERIA
SECTION-III INSTRUCTIONS TO BIDDERS
SECTION IV SCOPE OF WORK AND
TECHNICAL DETAILS
SECTION – V SPECIAL CONDITIONS OF CONTRACT
SECTION VI GENERAL CONDITIONS OF CONTRACT
SECTION VII FORMS & FORMATS
SECTION - VIII PRICE SCHEDULE/ SCHEDULE OF RATES
3
SECTION - I
O I
I I I G
4
L e t t e r I n v i t i n g T e n d e r
Ref No.: GAIL/PY/ET/PIG/2K14019/ET/8000007522/ Date: 24.01.2015
SUB: HIRING OF SERVICES FOR ON‐LINE PIGGING IN CAUVERY BASIN PIPELINES
Dear Sir (s),
GAIL (India) Limited here-in-after called OWNER/COMPANY/GAIL invites you to submit
your bids UNDER TWO BID SYSTEM through Electronic mode (E-Tender) from eligible
bidders for HIRING OF SERVICES FOR ON‐LINE PIGGING IN CAUVERY BASIN
PIPELINES.
1. BRIEF DETAILS
GAIL Cauvery Basin supplies natural gas to various consumers.The pipeline network
consists of pipelines of various sizes from 2” to 18” and passes through the districts of
Cuddalore, Tiruvarur, Nagapattinam & Ramanathapuram in Tamilnadu and Karaikal in
the Union Territory of Pondicherry. The pipeline supplies natural gas to various industries
at the above districts. The total length of pipeline is approximately 266 kms. For its
operation and maintenance, GAIL intends to HIRE SERVICES OF BI-DIRECTIONAL
PIGGING FOR ITS PIPELINE as mentioned in the scope of work.
2. SCOPE OF WORK
The scope of work shall include but not limited to the detailed scope given in the scope of
work column.
3. MODE OF SUBMISSION OF BID - Two bid system through e-tendering
MODE OF TENDERING :e-Tendering through our Portal
https://etender.gail.co.in
EARNEST MONEY DEPOSIT :
Earnest Money Deposit (EMD) of Rs.66500/- (Rupees Sixty six thousand five hundred only) to be
submitted by DD in favour of GAIL (India) Ltd. payable at Pondicherry. Alternately the bidder may
also submit the Bank Guarantee for the same amount which shall be valid for two months beyond
bid validity period.
Small scale Industries units registered with the NSIC, under its single point registration scheme,
shall be exempted from submission of EMD/Bid bond provided they are registered for the items they
intend to quote against GAIL tender.
Further, the Micro and Small Enterprises (SME’s) also exempted from submission of EMD/Bid bond.
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 as a proof.
Documentary evidence that the bidder is a Micro or Small Enterprises registered with District
Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries
5
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. The
document should be duly notarised.
EMD/Bid bond will also not be necessary for PSU’s
Subject to exemptions permissible, offers without EMD/Bid bond will be summarily rejected.
LAST DATE AND TIME FOR SUBMISSION OF BID/TENDER : 16.02.2015, 14:00 Hrs.
DATE AND TIME FOR OPENING OF TECHNO-COMMERCIAL BID : 16.02.2015, 15:00 Hrs.
DATE OF PBC : 03.02.2015; 11:00 Hrs.
VENUE FOR PBC : GAIL (India) Limited, 4th Floor, Savitha Plaza, Indira Gandhi Square Pondicherry-605005 VALIDITY OF OFFER UPTO :Three (03) months from the date of final bid due date
of Opening including extension of bid due date if any.
Bidders are required to submit EMD 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 in
original on the due date, he may upload a scanned copy of the same while submitting the
bid electronically, provided the original EMD, copy of which has been uploaded, is
received within 7 (seven) days from the date of un price bid opening, failing which the bid
will be rejected irrespective of their status /ranking in tender and notwithstanding the
fact that a copy of EMD was earlier uploaded by the bidder.
The Earnest Money Deposit (EMD by DD/BG) for the amount as mentioned above shall be
submitted in the form of Crossed Bank Demand Draft drawn on any
Nationalized/Scheduled bank in favour of GAIL (India) Limited, payable at Pondicherry.
Alternatively, Earnest Money deposit may also be submitted through Bank Guarantee
from any Indian Scheduled Bank or a branch of an International Bank situated in India
and registered with Reserve Bank of India as scheduled foreign bank in the proforma
attached with the Tender Document. However, other than the Nationalized Indian Banks,
the banks whose BGs are furnished must be commercial banks having net worth in
excess of Rs. 100 crores and a declaration to this effect should be made by such
commercial bank either in the bank guarantee itself or separately on a letter head. The
BG should be valid for 60 days beyond the bid validity date.
4. SUBMISSION OF BIDS:
Bids are to be submitted online in our e-tendering System (https://etender.gail.co.in).
Bidder shall submit the Prices (Schedule of rates) as well as the Un-Priced Documents
through our e-tendering portal only. Bids submitted by courier/post/in person shall not
be accepted in this tender. The Un-Priced Bid and Price Bid shall contain the documents
as specified below:
PART-I
6
UN-PRICED BID (TECHNO-COMMERCIAL BID):
The un-priced bid must be complete with the following:
All technical and commercial details other than the rate (i.e. identical to Part –II with rate
blanked out).
EMD/Bid bond – Bidder shall attach a scanned copy of EMD in the Technical Part of
Tender Documents under the folder “EMD”. However, bidder must send the original copy
of EMD to GAIL(India) Limited, 4th Floor, Savitha Plaza, Indira Gandhi Square,
Pondicherry-605005 in a sealed envelope super scribing the Tender Reference number.
Documentary evidences towards Bidder Evaluation Criteria (BEC) and other documents
sought under this tender document
Tender documents should be digitally signed through a valid Class 3 Digital certificate.
PART-II
PRICED BID (Schedule of Rates):
It should contain only the schedule of rates complete with rates duly filled in and no
terms & conditions should be put in priced bid. Priced bid containing any new/fresh
conditions (not mentioned in the un-priced bid) shall be liable for rejection.
Bid must be submitted within the stipulated date and time as indicated in the tender. The
bid must be valid for 90 days from the final date of Tender closing.
Bid submitted manually through post/courier/Telex/Fax/Telegram will not be acceptable.
GAIL assumes no responsibility for non-submission of bids by the bidder through our e-
Tendering system on account of delay in the submission at the bidders end. Bidders shall
ensure that they submit the bid well before the due date and time of bid submission. GAIL
shall not be responsible if bidder is not able to submit the bid on account of failure in
network/ internet connection at bidders end. Bidder shall obtain the digital certificate
(class 3) on their own and GAIL is not at all responsible for bidder not having acquired the
Valid Digital Certificate. The Bidders may refer to our addendum to ITB for getting the
valid digital certificate.
5. The bidder shall meet the technical, as well as, commercial qualification criteria as
stated above. Bidder shall furnish all necessary documentary evidence including end use
certificate along with the bid, to justify meeting the stipulated qualification criteria. In the
absence of requisite documents, GAIL reserves the right to reject the bid without
making any reference to the bidder.
Any bidder who wishes to quote against this tender may download the bidding document from
GAIL’s website (https://etender.gail.co.in) and submit the Bid complete in all respect online on this
website i.e https://etender.gail.co.in as per terms & conditions of this tender on or before the due
date and time along with an undertaking that the contents of the Bidding Document have not been
altered or modified.
6. GENERAL
7
6.1 Bid document is non-transferable. Bids received from bidders in whose name Bidding
Document has been issued shall only be considered.
6.2 GAIL will not be responsible for cost incurred in preparation and delivery of bids.
6.3 Domestic price preference and/or purchase preference to Micro & small enterprises
(MSE’s), central public sector undertaking as admissible under the prevailing
Government of India policy shall be applicable.
6.4 This is a ZERO Deviation Bidding Document. The bids shall be evaluated as received
without any reference to the bidders. Bidder is to ensure compliance of all provisions
of the Bidding Document and submit their bid accordingly. Bids with any deviation to
the bid conditions shall be liable for rejection.
6.5 The Complete Bid document is also available on web sites of GAIL (India) Limited
(www.gailonline.com). Bidders can also submit their bid on the downloaded document
along with the requisite tender fee & EMD/Bid security on or before due date of
submission and an undertaking that the contents of the bidding document have not
been altered or modified. Further, the bidder has to meet the BEC criteria as specified
in the bid document.
6.6 GAIL reserves the right to reject any or all the bids received at its discretion without
assigning any reason whatsoever.
7. Tender to be submitted to : Sr. Manager (C&P)- through e-tendering GAIL, Pondicherry
SUBMISSION OF ATTESTED SCANNED COPIES OF CERTIFICATES/ DOCUMENTARY EVIDENCES:
Documentary proofs (duly notarized by Notary Public) for the Bid Evaluation Criteria (BEC) should be uploaded/submitted along with the UNPRICED BID through e-Tender system:
Attested Scanned copies of all the relevant documents viz. Work order, execution certificate and all the documents as mentioned in BEC.
Attested Scanned copy(ies) of partnership deed (in case of partnership firm) and Articles of association in case of limited company and power of attorney.
Attested copy of balance sheet duly signed and stamped by auditors
Scanned copy of an undertaking (by the bidders who quotes by down loading the tender from web site) on non - judicial stamp paper of appropriate value duly notarized stating that “The contents of the Tender Document 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 the M/s ………… (Name of the bidder) shall be liable for rejection”.
Non-submission of the attested Scanned copies of the requisite certificates/documents shall render
the bid non-responsive and shall be liable for rejection.
Please note that this is a zero deviation tender. Bidders are advised to strictly confirm compliance to
tender conditions and not to stipulate any deviation / conditions in their offer. Subsequent to bid
submission, GAIL will not seek confirmations / clarifications and any bid(s) not in line with tender
8
conditions shall be liable for rejection. Bidders are also requested to submit the documents /
confirmations strictly as per the check list enclosed in the tender document.
Bidders may depute their authorized representative to attend the bid opening. Bidders selected for
opening of their priced bid shall be informed about the date and time of price bid opening.
Any change in bid after due date of submission of tender is not allowed.
Bidders are advised in their own interest to ensure that their bids are submitted well before the
closing date and time of the tender as the e-tendering system will not allow submission of the bid
once the closing date and time of the tender has reached.
The Bidder is required to submit the bid along with their covering letter under letter head disclosing
the name and designation of authorized person signing the bid, complete postal address of firm /
company, telephone no., fax no., e-mail etc.
The bidder shall be required to obtain service tax registration with central excise dept. The service
tax will be reimbursed only upon submission of proof of remittance to the authority.
GAIL reserves the right to accept or reject any or all bids received, at its absolute discretion,
without assigning any reason whatsoever.
Thanking You,
For GAIL (India) Limited
Sr. Manager(C&P)
E-Mail: [email protected]
Ph: 04132200980(D) (2200933/934 Extn: 380);
Cell :9443347934
NOTE: 1. Bidders are requested to fill all the Annexures as enclosed in the tender documents.
Bidders must digitally sign all the attachment of tender document.
2. Bidders are requested to go through the document named: “addendum to ITB” which has
been made available in our tender. This document shall over-ride & supersede any of the clause(s)
found contradictory/conflicting elsewhere in the tender documents. This documents aims at
providing guidelines / Instruction to bidders for submitting their bids through e-tendering System.
9
SECTION -II
10
11
BID EVALUATION CRITERIA (BEC)
(To be furnished along with technical portion of bid)
The bidder must essentially submit alongwith the bid the following documentation to authenticate
the capacity and suitability for undertaking the subject contract.
A) Bidder must have successfully completed atleast one work of “Online Bi-Directional Pigging
in Natural Gas pipelines i.e. pigging of pipeline under operative condition without stoppage of gas
supply” under a single contract of value not less than Rs.16.62 lakhs (Rupees Sixteen lakh and
Sixty two thousand) for any reputed company in Oil & Gas industry in the preceding seven [7]
years reckoned from the bid due date.
Copy of Work order along with Work completion certificate for that particular Work order
indicating the executed value, duly attested by Notary Public with legible stamp must be
enclosed along with the bid in support of the experience criteria specified above.
"In case the bidder is executing a rate/ maintenance contract which is still running and the
contract value/ quantity executed till one day prior to the due date of bid submission is equal to or
more than the minimum prescribed value/ quantity as mentioned in the BEC, such experience
will also be taken into consideration provided that the bidder has submitted satisfactory work/
supply execution certificate to this effect issued by the end user/owner/authorized consultant.
1) A job executed by a bidder for its own plant/project cannot be considered as experience for
the purpose of meeting requirement of BEC. 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 invoices duly certified by statutory auditor of the bidder towards
payment 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 in the
bidding documents to meet BEC.
12
SECTION -III
13
ARTICLE - 1: ONE BID PER BIDDER
Each Bidder shall submit only one bid. A Bidder who submits or participates in more
than one bid will be disqualified.
ARTICLE - 2: LOCAL CONDITIONS/SITE VISIT
The Bidder is advised to visit and examine the site of works and its surroundings and
obtain for himself on his own responsibility all information that may be necessary
for preparing the bid and entering into the contract. The cost of visiting the site shall be
at bidder's own expenses. No extra claim on account of non- familiarity of site
conditions shall be entertained during execution of the work.
ARTICLE – 3: AMENDMENT OF BIDDING DOCUMENTS
At any time prior to the deadline for submission of bids, GAIL may, for any
reason, modify the bidding documents by issuing addenda/corrigenda, to each Bidder.
Such addenda/corrigenda shall be issued in duplicate and shall form part of the bidding
documents. GAIL reserves the right to extend the deadline for submission of bids.
ARTICLE - 4: COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of
the bid, and OWNER (GAIL) will, in no case, be responsible or liable for these
costs, regardless of the conduct or outcome of the bidding process.
ARTICLE – 5: LANGUAGE OF BID
The bid shall be made in English Language only.
ARTICLE - 6: SUBMISSION OF BID
e - Tendering through our Portal https://etender.gail.co.in
ARTICLE - 7: VALIDITY OF BID
7.1 Bid submitted by Bidder shall remain valid for 90 days from the date of opening
of the bids. Bidder shall not be entitled during the said period of 90 days,
without the consent in writing of the owner, to revoke or cancel their bid or to
vary the bid given or any term thereof. In case of Bidders revoking or canceling
their bid or varying any terms in regard thereof without the consent of
Owner, in writing Owner shall forfeit Earnest Money paid by them along with
their offers.
7.2 Bidders will not be permitted to change the substance of bids after opening
of bids.
14
ARTICLE –8: BID PRICE
8.1 The bid prices should be quoted as per Schedule of Rates.
8.2 SERVICE TAX
The bidder shall mention the amount and rate of Service Tax, if applicable, in the price bid separately and clearly. If the same is not mentioned in the price bid, the quoted price shall be treated as inclusive at the highest applicable rate of service tax at the time of bid submitted by the party.
While quoting against the tender, bidder shall have the option to decide on the method of
valuation prescribed under the service tax rules, i.e. either on actual service portion or deemed
service portion.
Wherever Service Tax is to be paid on actual service portion, the bidder(s) shall indicate the
value for service portion on which the Service Tax is applicable.
Wherever Service Tax is to be paid on deemed service portion as per percentage prescribed, the
bidder(s) shall indicate the percentage (presently 40%, 60% or 70%) of the gross works contract
value on which Service Tax is applicable.
Wherever the bidder opts for paying Service Tax on deemed service portion, the gross works
contract value for the purpose of payment of service tax shall mean the sum total of the gross
amount charged for the works contract and the fair market value of all goods and services
supplied in or in relation to the execution of the works contract, whether or not supplied under
the same contract or any other contract.
Bidders shall quote prices inclusive of all taxes and duties excluding service tax. In other words,
the amount of service tax shall not be included by the bidders in their quoted price. However,
bidders will indicate the details of applicable service tax as mentioned above along with the
break-up of the service tax payable by him and service tax payable by owner/GAIL as service
recipient, if applicable, as per the reverse charge rule of service tax.
8.3. Quoted prices shall also be inclusive of all costs and fees etc. incurred or paid
to any agency towards data acquisition and towards carrying out any surveys,
travel within India, site visits & transportation by its personnel, stay at sites & all
overhead costs required as per scope of work.
8.4 Firm Price
Prices quoted by the Bidder shall remain firm during the Bidder's performance of
the contract and not subject to variation on any account except statutory
variation on Service Tax if applicable.
8.5 Prices shall be written in both words and figures. In the event of difference, the
price in words shall be valid and binding. Unit prices shall be considered
correct in the event of any discrepancy with regard to total price.
15
ARTICLE-9: Deviations To Tender Requirements
9.1 The bidders are required to submit offers strictly as per the terms and conditions/specification given in the tender document and not to stipulate any deviation. The offers of bidders stipulating deviations to any of the following terms and conditions of the tender document shall not be considered for opening of price bid & summarily rejected.
I. Firm Price II.EMD/Bid bondd
III.Scope of work IV.Specifications&Priceschedule
V.Delivery / Completion Schedule VI.Period of Validity of bid VII.Price Reduction Schedule VIII.Performance Bank Guarantee / Security Deposit IX.Guarantee X.Arbitration / Resolution of Dispute XI.Force Majeure XII.Applicable Laws XIII.Non-Submission of Documents as per BEC and other Tender conditions.
Any other conditions specifically mentioned in the tender document elsewhere that non-compliance of the clause lead to rejection of bid.
9.2 Bidder shall note that clarifications/queries/deviations mentioned elsewhere in the offer shall not be given any cognizance. However, GAIL reserves their right to reject bids containing deviations to any of the tender document stipulations.
9.3 Unsolicited Post Bid Modifications
Bidders are advised to quote strictly as per terms and conditions of the tender
document and not to stipulate any deviations /exceptions. Once quoted, the
bidders shall not make any subsequent price changes, whether resulting or
arising out of any technical /commercial clarifications sought on any deviations
or exception mentioned in the bid. Any proposed price change is likely to render
the bid liable for rejection.
ARTICLE-10: CURRENCIES OF BID AND PAYMENT
Bidders must quote the prices in INDIAN RUPEES only. Prices quoted in any other currency shall not be considered either for evaluation or for award of work and may render the bid liable for rejection.
ARTICLE-11: REBATE
If any unconditional rebate has been offered in the offer, the same shall be considered in arriving at the net quoted price. Such rebate shall be indicated in Schedule of Rate only. No cognizance shall be taken for any conditional rebate for the purpose of evaluation of offer or for rebate mentioned elsewhere in the tender document except in schedule of rates (Price bid).
If any bidder offers suo-moto reduction/discount in the prices, such
reduction/discount shall not be considered for evaluation. However if the bidder
happens to be lowest evaluated bidder without considering such discount,
then the benefit of discount shall be availed at the time of award of work.
16
ARTICLE - 12: GAIL'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
obligation to inform the Bidder or Bidders for the ground of rejection
ARTICLE - 13: NOTIFICATION OF AWARD
1.0 The acceptance of the bid shall be notified to the successful Bidder by facsimile/telex/post, at the address indicated by the Bidder. The notification of award shall constitute the formation of the Contract.
ARTICLE - 14: GAIL reserves the right to divide the work to more than one
Agency at their quoted price or negotiated price.
ARTICLE - 15: SIGNING OF CONTRACT
Successful Bidder will be required to sign the contract in the contract form in the tender within a period of 15 days of receipt by him of notification of award of work.
The contract document shall consist of the following:
a) Original bidding document along with its enclosures issued. b) Addendum/corrigendum to bidding document issued , if any,
c) Fax/Letter of Intent
d) Detailed Letter of Award/Acceptance along with statement of agreed variations (if any) and enclosures attached there with.
ARTICLE - 16: GENERAL
Bidder should demonstrate their knowledge of the project requirement and its
understanding of the requisite task set forth in the scope of work and terms
of reference. Following information, in full, must be set forth in the following
sequence (which will be enclosed in Part-I).
16.1 General approach which Bidder proposes for carrying out the services
including such detailed information as deemed relevant, in order to
achieve the objective of this study, considering the requirement indicated
in various section of this document. Bidder shall submit the
deliverables/documents as specified in the tender document.
16.2 Work program including an organization chart, activity schedule and
manning schedule. The manning schedule should indicate clearly the
estimated duration (separately) in the home office and in the field and the
probable timing of the assignment of each professional to be used.
17
16.3 Bidder shall enclose in the bid a list of all additional data, other than the provided in the bid document and required for the preparation of the report to be collected by him or to be provided by GAIL.
16.4 EVALUATION OF PRICE BIDS & FINALIZATION OF CONTRACT-
The ‘Price Bids’ of only techno-commercially acceptable bidders shall be considered for
price opening. The finalization of contract shall be made on overall lowest amount (L1)
basis considering the effect of Cenvatable Service Tax.
16.5 GENERAL CONDITIONS OF CONTRACT:
The General conditions of contract shall be an integral part of this tender and the work
order at latter stage. Hence the tenderers are requested to go through the terms and
conditions mentioned in the GCC enclosed along with this tender.
16.6 Service Tax Registration and PAN Certificate copies to be submitted along with
technical bid.
17.0 Debarring an “Errant Bidder” from participation in re-tendering.
In case after price bid opening the lowest evaluated bidder (L1) is not awarded for any mistake committed by him in bidding or withdrawal of bid or varying any terms in regard thereof leading to re-tendering, GAIL shall forfeit Earnest Money paid by the bidder and such bidders shall be debarred from participation in re- tendering of the same job (s)/item(s).
18.0 Purchase preference to the products and services of Central/State Government / Public Sector, Enterprises and Public sector construction and services enterprises may be accorded inline with the instructions of the Govt. from time to time.
The Purchase preference shall also be given to Micro and Small Enterprises (MSE’s) as per Government Guidelines/Policy subject to the submission of documentary proof .
a) 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 :
b) Documentary evidence that the bidder is a Micro or Small Enterprises 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.
c) If the MSE is owned by SC/ST Enterpreneurs, the bidder shall furnish appropriate documentary evidence in this regard.
d) In case of tendered item is non-splitable or non-dividable, MSE quoting price within price band L1 (other than MSE) + 15%, may be awarded for full/complete value of supplies/contract subject to matching of L1 price.
e) The MSEs owned by SC/ST Enterpreneurs shall mean :
f) a) In case of Proprietary MSE, proprietor(s) shall be SC/ST.
g) b) In case of partnership MSE, the SC/ST partners shall be holding at least 51% share in the unit.
h) c) In case of Private Limited Companies, at least 51% share is held by SC/ST. If the MSE is owned by SC/ST Enterpreneurs, the bidder shall furnish appropriate documentary evidence in this regard.
18
i) The above documents submitted by the bidder shall be duly certified by the Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidder’s company/firm) where audited accounts are not mandatory as per law.
j) 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.
k) Bidders if so desires, may seek in writing the reasons for rejection of their bid, to which GAIL shall respond quickly.
FALSE /FORGED DOCUMENTS:
a) Bidder is required to furnish the complete and correct information/documents required for evaluation of their bids. If the information/documents forming basis of evaluation is found to be false /forged, the same shall be considered adequate ground for rejection of the bids and forfeiture of Earnest Money Deposit.
b) Incase, the information /documents furnished by the vendor/contractor forming basis of evaluation of the
bid is found to be false /forged after the award of contract , GAIL shall have full right to terminate the
contract and get the remaining job executed at the risk & cost of such vendor/contractor without any
prejudice to other rights available to GAIL under the contract such as forfeiture of CPBG/Security deposit ,
withholding of payment etc.
c) Incase this issue of submission of false documents comes to the notice after execution of work ,GAIL
shall have full right to forfeit any amount due to the vendor/contractor along with forfeiture of
CPBG/Security deposit furnished by the vendor/contractor.
d) Further, such bidder/vendor/contractor shall be put on Blacklist/Holiday List of GAIL debarring them
from future business with GAIL.
ABNORMALLY HIGH RATED ITEMS (AHR ITEMS):
In items rate contract where the quoted rates for the items exceed 50% of the owners/estimated rates, such
items will be considered as Abnormally High Rates Items (AHR) and payment of AHR items beyond the SOR
stipulated quantities shall be made at the least of the following rates:
(I) Rates as per SOR, quoted by the CONTRACTOR.
(II) Rate of the item, which shall be derived as follows:
a) Based on rates of machine and labor as available from the contract (which includes CONTRACTOR's supervision, profit, overheads and other expenses).
b) In case rates are not available in the contract, rates will be calculated based on prevailing market rates of machine, material and labor plus 15% to cover CONTRACTOR's supervision profit, overhead & other expenses.
19
Addendum to ITB
Instructions to Bidders for participation in E-Procurement
GAIL (India) Ltd., has developed a secured and user friendly system which will enable
Vendors/Bidders to Search, View, Download tenders directly from GAIL (India) Ltd. secured
website and also enables them to participate and submit Online Bids/Offers in the E-
Procurement site directly from the website in secured and transparent manner maintaining
confidentiality and security throughout the tender evaluation process and award.
Bidders are requested to read following conditions in conjunction with various conditions,
wherever applicable appearing with this bid invitation for e-Procurement. The conditions
mentioned here in under shall supersede and shall prevail over the conditions
enumerated elsewhere in the tender document.
1) How to submit On-line Bids/Offers electronically against E- Procurement tenders?
Vendor/Bidder who wish to participate for E-tenders which are uploaded on GAIL
(India) Ltd. Website https://etender.gail.co.in should follow the following steps which shall
permit them to Search, Display/View, Download and Submit their electronic Bids/Offers
online in a secured manner ensuring confidentiality.
Vendors/Bidders are advised to read the following instructions for participating in the
electronic tenders directly through Internet:
i) No Late and delayed Bids/Offers after due date/time shall be permitted in E- procurement system. No bid can be submitted after the last date and time of submission has reached, however if bidder intends to change the bid already entered may change/revise the same on or before the last date and time of submission deadline .The system time (IST) that will be displayed on e-Procurement webpage shall be the time and no other time shall be taken into cognizance.
ii) Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement
system well before the closing date and time of bid.
iii) No bid can be modified after the dead line for submission of bids.
20
iv) No Manual Bids/Offers shall be permitted. The offers submitted through e-tendering system shall only be considered for evaluation.
2) HOW TO SEARCH, VIEW AND DOWNLOAD E-TENDER?
Vendors/Bidders must go to e-tender website https://etender.gail.co.in and logon using their user-id and password. In the case of vendors not possessing the User Id and Password, they can access through Guest Login as guest. This facilitates viewing of tenders in display mode in Collaboration folder (C Folder). If the vendor desires to download the NIT and attached e-tender at this stage, he may download the same for viewing free of cost.
Note: All e-tender notices and tender documents are available only in soft copies such as
Microsoft Word, Excel ,PDF files. For downloading / viewing PDF files use Adobe 6
Software utility which can be installed free of cost from Vendors home page link by any vendor
onto his own computer.
3) PARTICIPATION IN BID, REQUEST FOR USER ID and PASSWORD:
To participate in Bid submission, it is Mandatory on the part of Vendor(s) to have User ID and
Password. To obtain User ID and Password Vendor/Bidder must open
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 form and submit. Ensure that the email 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 specified field , Otherwise leave blank.
iii) Ensure that all the mandatory fields( identified with a star mark) are filled in application form for
User ID creation.
e-Procurement administrator would take possible care to allot an User id and Password within
4 working days .An Email ( system generated) shall be sent to your email – Id ( mentioned by you in
the Registration form) giving details of your User- ID and password. On Receipt of User Id, Please
reset the password immediately by logging to our E-tendering site.
User Id and passwords are unique to each vendor and the vendor can use the same to
view/download/participate in all e-tenders of GAIL.
Note: Without login registration I.D vendor cannot participate in e-tender. There will be single login
I.D permission for one single vendor. There can be more than one I.D for the same vendor at
different location address.
Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation (tender).
Any vendor willing to participate in GAIL tenders can obtain User Id as described above. Each vendor
will get one user id. Vendors are requested to designate one officer from their organization who will
submit bids on line.
21
Vendors are advised to apply for user id at least 4 days prior to the last date of bid submission in their
own interests. User ids shall be given within 3 days subject to condition that information furnished
by the bidder is compete in all respect. 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.
4) 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 trusted Certifying Authorities(CA) who in turn allot on a regular basis
Digital Certificates. Documents which are signed digitally are legally valid documents as per the Indian I T
Act (2000).
5) WHY IS A DIGITAL SIGNATURE REQUIRED?
In order to bid for GAIL e-tenders all the vendors are required to obtain a legally valid Digital
Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root
Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India.
6) HOW TO OBTAIN DIGITAL CERTIFICATE FROM CERTIFYING AUTHORITY (CA)?
Vendors/Bidders cannot submit online Bids/Offers under e-tenders without obtaining valid Digital
Certificate from Certifying Agency(C.A). A hyperlink on Vendor/Bidder home page gives link to Controller
of Certifying Agency’s (C.C.A.) website from there the bidder can access web sites of various CA sites, using
the links provided. One Digital Certificate is valid for specified period and can be used for signing any
number of quotations against enquiries issued by GAIL during such validity period.
Note: In terms of I.T Act 2000, only a digitally signed document will be considered as valid
signed document.
The Digital Certificate is issued by C. A. in the name of a person authorized for filing Bids/Offers on behalf of
his Company. The certificate is installed / stored in his computer or preferably received by him (his
authorized person) in form as USB token. a Vendor/Bidder can submit their Bids/Offers On-line only after
digitally signing the bid/documents with the above allotted Digital Signatures.
7) STEPS FOR OBTAINING DIGITAL CERTIFICATE :
Digital Certificate can be obtained by the following steps:
i) Visit the site of the licensed CA* using internet browser.
ii) Apply for a class 3 Digital Certificate for the designated individual with the name of
Organization. Ensure the Digital Certificate is legally valid in India.
iii) For making payment and submission of documents required for issue of the Digital
Certificate , follow the instructions on the CA's website.
iv) Use the class 3 Digital Certificate thus obtained for online bidding on GAIL e-
Procurement site.
22
*Links to some licensed CA's are provided below
1. http://www.ncodesolutions.com
2. http://www.safescrypt.com/
3. http://www.tcs-ca.tcs.co.in/
4. http://www.mtnltrustline .com
8) CLARIFICATIONS:
Subsequent to opening of bids, GAIL may not seek clarifications. Therefore, clarifications, if any, are to be
sought by the bidders before quoting.
9) SUBMISSION OF DOCUMENTS:
Bidders are required to upload all Tender forms and supporting documents which form part of the
bid/tender in the e-Procurement site only. However, documents specified to be submitted physically
viz: EMD etc. need to be submitted in a sealed envelope in accordance with the method described in
RFQ. Bidder shall ensure that all the documents relevant to bid are uploaded in time and failure to
upload the same before bid submission date is the sole responsibility of bidder. Under no
circumstances, GAIL shall entertain any request for acceptance of bid documents in physical form,
which were required to be uploaded in e-form.
Note :
1) Bidder is required to save/store their bid documents for each item into their computers before submitting their bid into e-tender box.
2) Bidder is required to fill up the price/rate strictly in the Schedule of Rate(SOR) attached with the
tender.
Tenderer may please refer Ready reckoner for bidders for available in our e-tender portal for creating the
bid.
Bidders are requested to upload small sized documents preferably ( upto 2 MB) at a time to facilitate
easy uploading into e-Procurement site. GAIL does not take any responsibility in case of failure of the
bidder to upload the documents within specified time of tender submission.
10) PRICES, OTHER DOCUMENTS AND DIGITAL SIGNATURE:
The Prices are to be submitted online strictly as per the Schedule of Rates (SOR). GAIL shall not be
responsible for any failure on the part of the bidder to follow the instructions.
Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed
using digital signatures issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT
Act 2000. If any modifications are required to be made to a document after attaching digital
signatures, the digital signature shall again be attached to the modified documents before uploading the
same.
The Authenticity of above digital signatures shall be verified through authorized CA 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 by responsible persons who can
bind the bidder. Scanned copy of Power of Attorney of the signatory issued by the bidding company
should be submitted on line along with other documents as per tender conditions.
23
11) PRICES: The bidder needs to enter the prices on line strictly as per the SOR format provided in our E-
Tender. No new conditions shall be added by the bidder.
12) SUBMISSION AND OPENING OF BIDS:
The bid along with all the copies of documents should be submitted in e-form only through GAIL e-
Procurement portal.
13) LAST DATE FOR SUBMISSION OF BIDS:
System does not allow for submission 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- Procurement
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-Procurement
system well before the closing date and time of bid.
Bidders must use any computer having Windows 2000 or Windows XP versions or higher of Window
operating system and an internet Web Browser version Internet explorer V6.0 or higher recommended.
14) Proxy: If any bidder is unable to access GAIL’s e-Procurement site or Bid Documents, the bidder 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 443 and Port 8443
should be enabled on proxy/firewall for HTTPS connectivity. Dial-up internet connectivity without Proxy
settings is another option.
24
SECTION -IV
25
Scope of Work and Technical Details
1.0 INTRODUCTION
1.1 PROJECT DESCRIPTION
GAIL, Cauvery Basin has pipeline network of approx. 276 Kms. for supplying Natural gas to 53
consumers in Tamilnadu and Puducherry U.T. Operation & Maintenance of the P/L network is
taken care of by 04 Nos. of Base Stations.
GAIL, Cauvery Basin intends to hire the services for carrying out online pigging with Bi-
Directional batch pigs in various pipelines as detailed below:
Sr. No. Zone P/L From P/L To P/L. Size Approx. Length (Km)
Pipeline Service
1 Narimanam KMP GCS AKM GCS 6" 9.07 Natural Gas
2 Narimanam ONGCTVR EPS Narimanam GCS 6" 6.03 Natural Gas
3 Narimanam NRM GCS CPCL 6" 4.74 Natural Gas
4 Narimanam CPCL NRM GCS 6" 4.74 Natural Gas
5 Narimanam SV-1(Maraikenchavadi)
Henkel Terminal 6" 8.36 Natural Gas
6 Narimanam NRM GCS Henkel Terminal 6" 11.10 Natural Gas
7 Khuthalam Dispatch Khuthalam TANGEDCO, Kuthalam
12" 5.11 Natural Gas
8 Khuthalam ONGC Khuthalam Lanco, Kuthalam 12" 8.05 Natural Gas
9 Kovilkalappal Nallur Dispatch TANGEDCO, Thirumakottai
12" 9.80 Natural Gas
10 Ramnad DT TANGEDCO 12" 2.65 Natural Gas
11 Narimanam AKM GCS Memathur SV station
12" 46 Natural Gas
12 Ramnad Despatch terminal Sai Regency Terminal
8" 6.15 Natural Gas
13 Bhuvanagiri Sumangala Terminal Neycer Terminal 4" 15.62 Natural Gas
Pipeline Material of Construction : All the above ground and under ground
pipeline are of Class 150 rating.
26
2.0 Scope of work
2.1 Online pigging activities are to be performed by the contractor in various pipelines as
detailed above and at various locations in Narimanam zone, Kuthalam zone,
Kovilkalappal zone, Bhuvanagiri zone and Ramanathapuram zone of GAIL, Cauvery
Basin. One run of Bi-Directional batch pig to be carried out in each of the mentioned
pipelines in an interval of one month for three months i.e. once in January 2015, once in
February 2015 and once in March 2015, as per the instructions of GAIL.
2.2 On‐Line pigging operations are to be performed from the permanent pig launcher to the
permanent pig receiver.
2.3 Online Pigging is done mainly for the Cleaning and Maintenance of the Pipeline. This
has to be done by running a BI‐DI Batch Pig. Fresh set of sealing discs to be used for
each (run) pigging operations.
2.4 Bi‐Di Batch Pig to be used shall be capable of negotiating with a minimum bend radius
of pipe dia. and capable to withstand a maximum pressure of 19 bar and 65 Deg.C max.
temperature of Natural Gas.
2.5 Before commencement of Pigging operation, the contractor shall submit the sequence
of operation/ Inspection test plan clearly mentioning the activities to be performed. Also,
the valve status check shall be inspected/ checked by the contractor together with GAIL.
All valve operation shall be done under the supervision of GAIL.
2.6 Debris/ Residue (Hazardous waste) has to be collected from Pig receiver in the presence
of GAIL personnel and disposal of the same to be done in the designated areas allotted
by GAIL.
2.7 It is the responsibility of the contractor to ensure that necessary permits are obtained
from GAIL prior to commencement of any activity related with the subject works.
2.8 It is the responsibility of the contractor to provide necessary barricade and warning sign
to mark the safe boundary during the pigging activities and to ensure no entry of
unauthorised persons in the work area.
2.9 Contractor shall deploy only well experienced personnel in this field and prior to the
commencement of work, a Tool box talk shall be given by the contractor with emphasis to
the hazards involved including health, to all involved in the works. Contractor’s personnel
deployed for this works shall adhere to all the rules and regulations prevailing in GAIL
installations w.r.t Safety, Security, etc.
2.10 Establishing good communication system during the pigging operation, among the
personnel deployed by the contractor and with GAIL personnel at both launcher/ receiver
ends is in the scope of the contractor.
27
2.11 All manpower, machine, equipments, tools & tackles, necessary pigs, pig spares,
consumables, etc. are in the scope of the contractor. Necessary arrangement for the
accommodation, conveyance including for travel to site locations, food, etc. for the
personnel deployed by the contractor is in the scope of the contractor only.
2.12 Stud & nuts, gaskets including pig barrel door gasket if required to be replaced is in the
scope of GAIL and will be provided by GAIL to the contractor as and when required.
2.13 Contractor shall submit a report for each pipeline after the completion of the pigging
Activities with the timings and other observations, including the details of condensate/
residue received at the Receiver end.
2.14 STUCK PIG CONTINGENCY PLAN
During the pigging operations continuous monitoring of pig movement shall be done by
the contractor with the help of a flow rate of gas, being used as a medium to propel and
run the pig through the length of pipeline. Pressure monitoring in the pipeline will be done
by a pressure gauge installed on both the ends of pipeline segment i.e. at launching end
and at receiver end. An indication of a pig getting stuck will be obtained from the sudden
rise in the pressure reading on the gauge and none or very little out flow rate of service
fluid from receiver end of the pipeline. Contractor shall submit a suitable contingency plan
in advance, for locating the stuck pig and dislodging it, in case the pig gets stick.
However, it is the responsibility of the contractor to attempt dislodging the stuck pig either
(i) by sudden jerking with the help of varying pressures at upstream and downstream and
repeating the same under GAIL supervision or (ii) by depressurising and re-pressurising
from launcher end with maximum flow possible or (iii) by launching foam pig with
adequate sealing to push the stuck pig to the receiver end or (iv) by pushing the stuck pig
in reverse direction by other medium acceptable to GAIL or (v) by any other suitable
methods acceptable to GAIL.
Contractor shall also state in their plan procedure to be adopted in case the stuck pig
could not be dislodged by any of the methods suggested by them. However, it is the
responsibility of the contractor to establish the stuck pig location by running a new pig
with pinger transmitter assembly fitted with. During its run, pipeline route shall have to be
surveyed by the contractor by measuring the signals emitted by the pinger.
3.0 Technical Details
Nominal Diameter of the Pipeline Ranging from 4” to 12” as given in 1.1
Age of Pipeline Ranging from 7 to 15 years
Wall thickness 4.6/6.4/7.1/7.9 mm
Pipeline Material of Construction All the above ground and under ground pipings are of
Class 150 rating.
Type of Welding LSAW – CROSS COUNTRY PIPELINES
Product Transported Natural Dry Gas (Approx. Composition as given below)
CO2 : 0.49%
28
N2 : 1.01%
C1 : 82.44%
C2 : 7.47%
C3 : 4.38%
iC4 : 0.8%
nC4 : 1.77%
nC5 : 0.5%
C6 + : 0.73%
Sp. Gr : 0.7163
H2S : Nil
Coating Type
Internal : NIL
External :
(a) 3 Layer PE Coating in all the pipelines
Type of Cathodic Protection
Provided Impressed Current Cathodic Protection System
Product to be used during pigging Natural Gas
Type of Flow Turbulent
Flow rate
Normally 0.01 to 1.05 MSCMD (standard cubic meters per
day) in various segments. To be ascertained during
pigging.
Pressure
Normal operating pressure varies from 4.0 Kg/cm2 to 10
Kg/cm2 in various segments. All the above ground and
under ground pipings are of Class 150 rating.
Temperature 20 - 55 Degree C
Main Line Valve Type All mainline valves are FULL-BORE BALL VALVES
Tees and Branches Yes.
Check Valve Nil
Loops and Expansion Bellows Nil
Bend Radius All the Bends more than 3D.
Mitre bends on the Pipeline Nil
Launcher & Receiver Installed at each end of segment.
Pipe Cover Depth
Average Pipe Cover Depth 1 to 1.5 Meter
Compressor Stations No
29
4.0 CAUVERY BASIN NETWORK (for reference only)
30
5.0 PIPELINE NETWORK SCHEMATIC DIAGRAM
31
SECTION -V
32
SPECIAL CONDITIONS OF CONTRACT (SCC)
1.0 INTRODUCTION.
GAIL (INDIA) LIMITED is operating a network of natural gas pipelines (as detailed in the earlier Section of Scope of Work and Technical Details in the Tender Document) in CAUVERY BASIN, India
GAIL (India) Limited intend to carry out the Cleaning Pigging jobs in all respect with Bi-Directional batch pigs for natural gas pipeline as mentioned in “Scope of work & Technical Details”.
1.1. The Special Conditions of Contract shall be read in conjunction with the General Conditions of Contract, specifications of work, drawings and any other document forming part of this contract wherever the context so requires.
1.2. Notwithstanding the sub-division of the document into these separate sections and volumes, every part of each shall be deemed to be supplementary of every other part and shall be read with and into the contract so far as it may be practicable to do so.
1.3. Where any portion of the General Conditions of Contract 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 only to the extent that such repugnancy of variations in the Special Conditions of Contract as are not possible of being reconciled with the provisions of General Conditions of Contract.
1.4. Whenever it is mentioned in the specification that the CONTRACTOR shall perform certain work or provide certain facilities, it is understood that the CONTRACTOR shall do at his own cost and the Contract price shall be deemed to have included cost of such performances and provisions, so mentioned.
1.5. The materials, design and workmanship shall satisfy the applicable relevant Indian & International Standards, the job specifications contained herein & codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied.
2.0 TIME SCHEDULE
Time schedule for this contract is Four (04) months.
It is to be noted that Bi Directional batch pigging in all the pipelines mentioned in the scope of work
shall be carried out by the contractor on monthly basis for three months. i.e One run of Bi-
Directional batch pig to be carried out in each of the mentioned pipelines in an interval of one
month for three months. For example, once in January 2015, once in February 2015 and once in
March 2015, as per the instructions of GAIL.
3.0 MOBILISATION ADVANCE
No mobilization advance will be given.
33
4.0 PIGGING SCHEDULE
Bi Directional batch pigging in all the pipelines mentioned in the scope of work shall be carried out by the contractor on monthly basis for three months. i.e One run of Bi-Directional batch pig to be carried out in each of the mentioned pipelines in an interval of one month for three months. For example, once in January 2015, once in February 2015 and once in March 2015, as per the instructions of GAIL. Necessary schedule for carrying out the pigging operation in each pipeline shall be submitted to GAIL after discussion with GAIL. After getting the approval of GAIL for the schedule, the contractor has to mobilize its equipment, man and machine for pigging activities and complete the same as per schedule. The mobilization and demobilization of its man, machine & equipment for each month pigging operation shall be borne by the contractor.
GAIL reserve the right to suspend temporarily/ permanently or not executing certain segments of the pipelines under the present scope of work due to operational constrains or other reasons.
5.0 INSPECTION / CONSTRUCTION AIDS, EQUIPMENT, TOOLS AND TACKLES
The clause number 86.1 of GCC stand modified to the following extent only:
5.1 CONTRACTOR shall be solely responsible for making available for executing the work, all requisite Equipment, Special Aids, tools, tackles and testing equipment and appliances suitable for this type of work. Such equipment shall be subject to examination and approval by OWNER for the same being in first class operating condition. Any discrepancies pointed out by OWNER shall be immediately got rectified, repaired or the equipment replaced altogether, by CONTRACTOR within a reasonable time frame. OWNER shall not in any way be responsible for providing any such equipment, tools and tackles etc. other than what is mentioned under OWNER’S OBLIGATION.
6.0 PRICE ESCALATION
6.1. The contract price shall be deemed to be firm and valid for the entire duration of the contract till the completion of work, and shall not be subject to any adjustment due to increase in prices of materials, utilities, or any other input for performance of work under the contract.
7.0 COMPLIANCE WITH LAWS
7.1 The CONTRACTOR shall abide by all applicable rules, regulations, statutes, laws governing the performance of works in India, including but not limited to the following:
a) Contract Labour (Regulation & Abolition) Act.
ii) Payment of Wages Act.
i) Minimum Wages Act.
iv) Employer's Liability Act.
v) Factory Act
vi) Apprentices Act
vii) Workman's Compensation Act
viii) Industrial Dispute Act.
ix) Environment Protection Act.
x) Any other Statute, Act, Law as may be applicable for establishing, maintaining, running of coating plant.
7.2 Similarly the CONTRACTOR shall abide by all the applicable rules, regulations, statutes, laws governing the performance of works outside India, if applicable.
34
7.3 OWNER shall not be responsible for any default by CONTRACTOR due to lack of information on the part of the CONTRACTOR.
7.4 LABOUR LICENCES & PROVIDENT FUND
The bidder shall at his expenses, ensure due compliance with all applicable and governing industrial and labour laws, rules and regulations and bylaws both of the Central and State Governments and all other local authorities and shall be keep the owner harmless and indemnified in respect thereof. The BIDDER shall in particular ensure due compliance with the provisions of relevant Minimum Wages Act, 1948, payment of Wages Act,1936, Contract Labour (Regulation & Abolitions) Act 1970, Employees Provident Fund and Miscellaneous Provision Act 1952, the interstate migrant workmen (Regulation & Abolitions) Act 1979, the workmen compensation Act 1923 and other relevant acts, rules & regulations enforced from time to time.
7.5 The Contractor should submit copies of Provident Fund registration (EPF) in their name before
commencement of work.
7.6. The Contractor should submit copies of ESIC registration in their name before commencement of
work; for workmen who are not covered under ESI Act, the contractor should take appropriate
workmen compensation insurance policy and submit a copy of the same to GAIL
7.7 It shall be the sole liability of the contractor ( Including the contract firm/company) to obtain and to
abide by all necessary licenses/permissions from the concerned authorities as provided under the
various labour legislations including the labour license obtained as per the provisions of the contract
labour ( Regulation & Abolition ) Act ,1970.
7.8. Contractor shall be responsible to settle all the disputes with the employers / agencies engaged by
him and comply with the provision of all Labour Legislation of the State / Central Government.
7.9. The contractor shall periodically submit the challans/ receipts / proof for deposit of PF contribution
with RPFC.
8.0 SCHEDULE OF RATES
The Schedule of Rates (SOR) shall be read in conjunction with Special Conditions of Contract, General Conditions of Contract, Technical Specifications, Drawings and any other Document forming part of the contract. The quantities shown against the various items are only approximate and subject to variations as per the stipulation made in General Conditions of Contract. The contracted rates shall include any variations in the quantities of work.
All the works, item wise, shall be measured upon completion and paid for at the contracted rates. In case any activity though specifically not covered in Schedule of Rates description but the same is covered under Scope of work/ specification/Drawings etc., no extra claim on this account shall be entertained, since SOR is to be read in conjunction with SCC, GCC, Technical specifications, drawings & any other documents forming part of the contract.
All items of work in the Schedule of Rates shall be carried out as per the Specifications, drawings and instructions of the Engineer-in-Charge and the Rate so quoted in Schedule of Rates shall be inclusive of all materials, consumables, labour, supervision, tools and tackles, as well as preparatory, incidental, intermediate/auxiliary/ancillary or enabling works etc.
9.0 GAIL shall provide the existing set up/facilities at each of the launcher / receiver stations. No modifications on any of these facilities shall be allowed as these are constructed with proper design following international standards / codes.
35
10.0 CONTRACTOR’S OBLIGATION
10.0 This will include but not limited to the following:
11.0 Deployment of adequate Manpower, skilled and unskilled for Pig handling at Launcher and receiver, which includes lifting the Pigs in the barrel, removing the Pigs from the barrel, assistance for preparation of Pigs, cleaning of Pigs.
12.0 Lifting arrangements for heavier Pigs.
13.0 Providing Bi-Directional pigs (fresh set for each run) along with necessary spares & equipment to complete the pigging activities.
14.0 Deployment of adequate pigging experts.
15.0 Arrangement of adequate number of vehicles for transporting contractor’s man, machines, tools, pigs, etc.
16.0 Arrangement of non-sparking tools while working in the hazardous location.
17.0 Arrangement of other tools required.
18.0 Arrangement of stores for storing the materials.
19.0 Arrangement of food and shelter for the contractor’s own men.
20.0 Will excavate the pipeline during defect verification and it only includes excavation, removal of coating, cleaning of pipe-surface, re-coating and back filling & ROU restoration.
21.0 Contractor has to make his own arrangements for accommodation of his personnel.
11.0 GATE PASSES, WORK PERMITS & SAFETY REGULATIONS
11.1 GATE PASSES
To bring materials/equipment/tools/ tackles etc. inside the plant for construction WORK, the CONTRACTOR has to produce challans/proper documents to the Owner’s personnel at gate. The materials shall be checked thoroughly by the Owner’s personnel at gate and recorded in their register before allowing any materials to bring inside the Plant/platform by CONTRACTOR/his representative. It is Contractor’s responsibility to see that the recorded entry No., Date, Signature of Owner’s authorized representative personnel with stamp are there on the challan/supporting documents before taking any materials inside the plant. In addition to above, entry of the material will be permitted only during the stipulated working hour, and more so, if consignee is available to receive the said material.
To take Contractor’s materials out of the plant, the CONTRACTOR has to apply with specific purpose/reasons to the ENGINEER-IN-CHARGE, attaching challans/ supporting documents signed by Owner’s personnel at gate during entry.
The CONTRACTOR shall abide by security regulations as enforced by OWNER from time to time.
11.2 WORK PERMIT
11.2.1 Hot WORK permit are to be obtained for all jobs which are capable of generating flame, spark, heat, etc., like
(1) Gas cutting
(2) Grinding
(3) Welding
(4) Use of any electrical/Diesel/Petrol/battery operated prime mover/ M/c / tools/ equipment etc.
like Generator set, Mixer M/c, Drilling M/c, pumps, crane, fork lifter, hand lamp, truck, trailer,
megger etc.
36
(5) Chipping/Breaking of rocks/concrete.
(6) Man entry to vessel/pipeline.
(7) Erection of pipes/structures/equipment.
(8) Hacksaw cutting and drilling.
(9) Hot application coating/wrapping.
(10) Post-weld heat treatment of equipment/piping.
(11) Opening of hydrocarbon vessels, pipelines man entry into confined space like excavation pit,
sumps etc.
(12) Excavation of earth.
(13) Radiography.
11.2.2 Cold WORK permits are to be obtained for the jobs which are not coming under the category of HOT WORK and where there is no risk of fire
11.2.3 VALIDITY OF THE PERMIT
No permit is valid if it is not renewed by GAIL.
11.3 SAFETY REGULATIONS
11.3.1 REGARDING WORK PERMIT
The WORK shall be carried out inside the plant/platform as per safety practices enforced by OWNER safety section and instruction of EIC issued from time to time. Many times it may happen that the working hours shall be drastically reduced or increased to meet certain safety requirements and the CONTRACTOR shall meet these requirements without any argument for time and financial implementation. To obtain WORK permit and to satisfy all conditions laid down therein, shall be the responsibility of the CONTRACTOR. No claim for idling of machinery, plant, manpower etc. for safety reasons or non-issuance of WORK permit by I/C, Safety Section shall be considered.
The CONTRACTOR shall abide by all safety regulations of the plant and ensure that safety equipment for specific job kit as stipulated in the factory act/safety handbook is issued to the employee during the execution of WORK.
11.3.2 REGARDING HOT WORK
(l) When doing hot WORK inside the plant/platform, the CONTRACTOR must ensure that the fire hose is hooked up with the fire water system and extended to the WORK spot OR Fire extinguisher is kept near the working spot.
(2) Only Non sparking tools, brass hammers are allowed to be used inside the installations.
(3) The CONTRACTOR must provide cotton dress, safety shoe, safety helmet, safety belt, hand gloves of approved quality to his workers to meet the safety requirement of various job to be carried out inside the plant.
12.0 TERMS OF PAYMENT
12.1 Progress payment shall be released to contractor after successful pigging of different pipeline sections as given in the SOR, on monthly basis, against running account bills duly certified by Engineer-in-Charge after affecting the necessary deductions/ recovery accrued thereon.
12.2 The taxes/duties as applicable shall be deducted from the amount payable.
37
12.3 Contractor shall submit Cenvatable Invoice alongwith requisite enclosures for the approval of Engineer
In-charge.
12.4 All the regulations and requirements of GAIL with regard to invoicing to be adhered to by the
contractor.
13.0 TAXES & DUTIES AND LEVIES:
13.1 The bidder shall be responsible for full and exclusive liability at his own cost for the payment of any and
all taxes, duties, octroi /levies, etc. (except Service Tax) now in force or hereafter imposed, increased,
modified from time to time in respect of works and materials and all contributions and taxes for
unemployment compensation, insurance & old age pensions or annuities now or hereafter imposed by
any Country including India [any Local, Central or State Government Authorities] with respect to or
covered by the wages, salaries, or other compensations paid to the persons employed by the
Contractor & the Contractor shall be responsible for the compliance of all sub-Contractors, with all
applicable Central, State, Municipal and local law & regulation and requirement of any Central, State or
local Government Agency or Authority.
Contractor further agrees to defend, indemnify & hold Employer harmless from any liability or penalty
which may be imposed by the Central, State or Local authorities by reason or any violation by
Contractor or Sub-Contractor of such laws, suits or proceedings that may be brought against the
Employer arising under, growing out of, or by reason of the work provided for by this Contract, by
Third Parties, or by Central or State Government authority or any administrative sub-division thereof.
Tax deductions will be made as per rules & regulations in force in accordance with Acts prevailing from
time to time. The bidder shall be deemed to have been fully informed with respect to all such liabilities
as stipulated above and considered the same in his bid and the contract shall not be varied in any way
on this account
14. CONTRACT AGREEMENT
On award of the work the contractor shall be required to execute an agreement on a non-judicial
stamp paper of requisite value. Cost of the stamp paper shall be borne by the contractor.
15.0 CONTRACT PERFORMANCE SECURITY:
15.1 The CONTRACTOR shall furnish to the EMPLOYER, within 30 days from the date of notification of award, a security in the sum of 7.5% of the order value (excluding taxes and duties) in the form of a Bank draft/Banker’s cheque or Bank Guarantee as Contract Performance Security with the EMPLOYER which will be refunded after the expiry of DEFECTS LIABILITY PERIOD.
Defects Liability period for this contract is Three months.
15.2 CONTRACTOR can furnish the Contract Performance Security in the form of Demand Draft or through a Bank Guarantee or through an irrevocable Letter of Credit 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, other than the Nationalised Indian Banks, the banks whose BGs are furnished, must be commercial banks having net worth in excess of Rs. 100 crores and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head.
The bank guarantee or the Letter of Credit shall be submitted in the prescribed format.
38
16 TERMINATION OF CONTRACT:
A) GAIL may without prejudice to its right against the contractor in respect of any delay of otherwise
or any claims for damage, in respect of any breach of the terms of the contract and without
prejudice to any right or remedies under any of the provisions of this contract or otherwise, by
notice in writing absolutely terminate the contract with immediate effect in any of the following
cases:
In the event of the contractor going into liquidation or winding up his business or making arrangement with his creditors, GAIL shall have the right to terminate the contract without prejudice to any other right/remedies. In the event, if it is found that contract has been procured by submitting incorrect or incomplete
statements by the contractor or by making any misrepresentation.
If in the opinion of GAIL, the contractor has delayed or suspended the execution of work, the facilities and Vehicles etc., offered by the contractor to be inadequate for effective completion of the job. In the event of any breach of the terms and conditions of the contract by the contractor or if the contractor is found to be indulging in activity subversive to GAIL’s interest or activity prejudicial to the interest of GAIL and for any other good or sufficient reasons. Up to such termination of the contract the security Deposit/Bank Guarantee are liable to be
forfeited / invoked to satisfy the outstanding claims of GAIL.
Notwithstanding anything contained above, GAIL may, as its sole discretion, terminate this contract
by giving the contractor 30 days written notice to the effect, without assigning any reasons
whatsoever. The contract shall be deemed to have expired on expiry of the original period unless
extended.
B) SUMMARY OF TERMINATION OF CONTRACT DUE TO SUBMISSION OF FALSE DOCUMENTS:
Bidders are required to furnish the complete and correct information / documents required for
evaluation of their bids. If the information / documents forming basis of evaluation is found to be
false/forged, the same shall be considered adequate group for rejection of the Bids and forfeiture of
Earnest Money Deposit.
In case, the information/documents furnished by the contractor forming basis of evaluation of his
bid is found to be false/forged after the award of the contract, GAIL shall have full right to terminate
the contract immediate and get the remaining job executed at the risk & cost of such contractor
without any prejudice to the other rights available to GAIL under the contract such as forfeiture of
Security Deposits, withholding of payments etc.
In the case the issue of submission of false document comes to the notice after execution of the
work, GAIL shall have full right to forfeit any amount due to the contractor along with forfeiture of
Security Deposit furnished by the contractor.
Further, such contractor/bidder shall be blacklisted for future business with GAIL
39
17. SAFETY & SECURITY REQUIREMENTS:
Contractor must comply with all safety & statutory requirements. In addition to provisions stated in
General Contract Conditions of GAIL enclosed with this tender, contractor is required to comply
requirements mentioned below:
17.1 The contractor’s personnel are required to display the passes on demand in the gate as well as inside
the plant. A list of contract personnel on working / would be deputed should be informed to EIC and
GAIL security department.
17.2 All contract personnel who would be permitted inside the plant should strictly follow all safety
rules and regulations. They should be conversant with the safety precautions to be followed in
Hydrocarbon installation.
17.3 The contractor shall abide by the advice and guidance of the site in-charge/EIC in the plant. In
addition, the contractor shall follow all the safety codes framed from time to time.
17.4 Contract personnel should report to work with safety shoes, helmets and other required personnel
protective equipments (PPE) for the work.
17.5 Smoking inside the plant is strictly prohibited. No contract personnel are allowed to possess match
boxes lighters cigarettes, beedies, transistors, mobile phones or any other material which cause of fire
hazards inside the plant.
17.6 In the event of accident, the contractor shall be required to fill injury report and submit to Fire &
Safety Officer of GAIL immediately and ensure the compliance of Workmen’s Compensation Act and
Rules made there under.
17.7 EIC is empowered to impose punitive fines on contractor for repetitive violation of safety rules &
regulation of GAIL as given below:
Punitive fines on contractors are imposed for repetitive violation of safety rules & regulations during
execution of jobs. Objective of punitive fines is to work as deterrent for contractors in violation of
safety rules & regulation and to improve safety atmosphere in general at all site.
1) For first time violation of safety rules & regulation by any contractor, a warning letter will be
issued to contractor.
2) In case of second time violation of safety rules & regulations by same contractor, contractor will be
called in person for a meeting to discuss reason for repetitive violation. A warning letter will also be
issued by EIC to contractor.
3) In case of further violation, punitive fines will be imposed on contractor. Amount of fine will be
decided as per severity of violation of safety. However, minimum fine would be Rs.10,000/- and in
multiple of Rs.10,000/-, thereafter. This will be limited to 5% of contract value, as maximum
cumulative penalty.
40
SECTION VI
GENERAL CONDITIONS OF
CONTRACT (REFER SEPARATE ATTACHMENT)
41
ATTACHMENT
(MSMED ACT)
42
FORMAT TO BE ATTACHED TO BID DOCUMENT (INDIAN BIDDERS)
Sub:- Enterprise’s information with respect to the Micro, Small and Medium Enterprises Development
Act, 2006.
Bidder may be aware that a new Act “Micro, Small and Medium Enterprises Development Act 2006”
(‘MSMED’) has come into force from 2 October 2006, which has repeated the provisions of the old Act
regarding Small Scale Industrial undertakings.
As per the MSMED Act, enterprises engaged in the manufacture/production of goods or
rendering/providing of services are to be classified into Micro, Small and Medium enterprises based on
the investment in plant and machinery/equipment.
The term enterprises stated in the above paragraph includes Proprietorship, Hindu undivided family,
Association of persons, Cooperative Society, Partnership firms, undertaking or any other legal entity.
For the ready reference the definition of Micro, Small and Medium enterprises is given below:
Classification of enterprises engaged in:
a) manufacture or production of goods pertaining to any industry specified in the First Schedule to the Industries (Development and Regulation) Act 1951 as
Nature of enterprise Investment in plant & machinery (#)
Micro Does not exceed INR 25 Lac
Small More than INR 25 Lac but does not exceed INR 5 Crores
Medium More than INR 5 Crore but does not exceed INR 10 Crores
b) providing or rendering services Nature of Enterprise Investment in equipment
Micro Does not exceed INR 10 Lac
Small More than INR 10 Lac but does not exceed INR 2 Crores
Medium More than INR 2 Crore but does not exceed INR 5 Crores
(#) In calculating the investment in plant & machinery, the cost of pollution control, research and
development, industrial safety devices and such other items as may be specified will be excluded
(I) Based on the investment criterion mentioned above, Bidder to confirm whether their enterprise is a Micro/Small/Medium enterprise as follows:
43
“We (Bidder) confirm that we are a micro /small / medium enterprise under the MSMED Act 2006.”
(Please strike off whichever status is not applicable)
Please note that if Bidder do not provide the above confirmation in Bid Document then it will be
presumed that they do not qualify as a micro or small enterprise under the MSMED Act 2006.
(II) Further, with respect to micro and small enterprises, the MSMED Act defines the term ‘supplier’ as an enterprise which has filed a memorandum with the authority specified by the respective State Government.
If the Bidder is a micro / small enterprise and have filed a memorandum with the specified authority,
then Bidder to confirm the following:
“We (Bidder) are a supplier within the definition of section 2(n) of the MSMED Act ________ (Yes/No).”
If the response to the above is ‘Yes”, Bidder to provide Purchaser a copy of the Enterpreneurs
Memorandum (EM) filed with the authority specified by the respective State Government.
If the confirmation is not furnished in Bid Document, it will be presumed that the Bidder is not a
supplier under the MSMED Act. Further if Bidder do not provide the evidence in terms of the EM,
Bidder will not be considered as a supplier.
(SIGNATURE & STAMP OF THE BIDDER)
44
Public Procurement Policy for Micro and Small Enterprises
Government of India, vide Gazette of India No 503 dated 26.03.2012 has proclaimed the Public
Procurement Policy on procurement of goods and services from Micro and Small Enterprises (MSEs) by
all Central Ministries / Departments / PSUs for promotion and development of Micro and Small
Enterprises. Accordingly, following provisions shall be applicable:
i) Issue of Tender Documents to MSEs free of cost.
ii) Exemption to MSEs from payment of EMD / Bid Security
iii) In Tender, participating Micro and Small Enterprises quoting price within price brand of L1+15% shall
also be allowed to supply a portion of requirement by bringing down their prices to L1 price in a
situation where L1 price is from someone other than a micro and small enterprises and such micro and
small enterprises shall be allowed to supply up to 20% of the total tendered value. In case of more than
one such Micro and Small Enterprises, the supply shall be shared proportionately (to tendered quantity).
Further, out of above 20%, 4% (20% of 20%) shall be from MSEs owned by SC / ST entrepreneurs. This
quota is to be transferred to other MESs in case of non - availability of MSEs owned by SC / ST
entrepreneurs.
iv) The quoted prices against various items shall remain valid in case of splitting of quantities of the items
as above.
v) In case bidder is a Micro or Small Enterprise under 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 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.
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 Statutory Auditor of the bidder
or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the
bidder’s company / firm) where audited accounts are not mandatory as per law.
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.
45
SECTION - VII
CONTRACTFORMS
& PROFORMAS
46
SECTION -6 CONTRACT FORMS & PROFORMAS
Annexure - A BID FORM Annexure – B DETAILS OF BIDDER
Annexure - C LIST OF ENCLOSURES
Annexure - D SUBMISSION OF ENTERPRISE’S
INFORMATION WITH RESPECT TO THE
MICRO, SMALL AND MEDIUM
ENTERPRISES DEVELOPMENT ACT,
2006
Annexure – E PROFORMA FOR BANK GUARANTEE
FOR EARNEST MONEY DEPOSIT
Annexure – F PROFORMA OF PERFORMANCE
SECURITY (PERFORMANCE BANK
GUARANTEE)
Annexure – G PROFORMA FOR AGREEMENT
Annexure – H BRIEF SUMMARY OF AGREED TERMS
AND CONDITIONS
Annexure – I EXCEPTIONS AND DEVIATIONS
Annexure – J DETAILS OF SIMILAR WORKS DONE
DURING PAST 05 YEARS
Annexure – K CONCURRENT COMMITMENTS OF
THE BIDDER
47
Annexure – L PROFORMA OF LETTER OF
AUTHORITY FOR ATTENDING THE UN-
PRICED BID OPENING AND
PRICED BID OPENING
Annexure – M PROFORMA OF LETTER OF
AUTHORITY FOR SIGNING THE
AGREEMENT
Annexure – N DISCLAIMER
Annexure – O CHECKLIST FOR SUBMISSION OF BID
48
ANNEXURE - A
To
GAIL (India) Limited,
4th Floor, Savitha
Plaza,100FT Road, IG
Square
Pondicherry - 605005
Dear Sir,
BID
After examining/reviewing the Bidding Documents for ……………………………………………………
……………………………………….General and Special Conditions of Contract and schedule of
rates etc. the receipt of which is hereby duly acknowledged, we, the undersigned,
pleased to offer to execute the whole of the Job of ……………
……………………………………………………………………………………………..and in conformity with, the said
Bid Documents, including Addenda Nos. _.
We confirm that this bid is valid for a period of Three (3) months from the date of
opening of Techno-Commercial Bid, and it shall remain binding upon us and may be
accepted by any time before the expiration of that period.
If our bid is accepted, we will provide the performance security equal to 7.5% of one
year of the Contract Price, for the due performance with in fifteen days of such award.
Until a final Agreement is prepared and executed, the bid together with your written
acceptance thereof in your notification of award shall constitute a binding Agreement
between us.
We understand that Bid Document is not exhaustive and any action and activity not
mentioned in Bid Documents but may be inferred to be included to meet the intend of
the Bid Documents shall be deemed to be mentioned in Bid Documents unless
otherwise specifically excluded and we confirm to perform for fulfilment of Agreement
and completeness of the Work in all respects within the time frame and agreed price.
We understand that you are not bound to accept the lowest priced or any bid that you
may receive.
Place: Signature of Authorised Signatory
Date: Name:
Designation
Seal:
49
Tender No. ……………………………………………………….. Offer
No. & Date: ………………………………………………
50
ANNEXURE – B (BIDDE R’S DETAIL)
Description Bidder’s Confirmation
Your Offer Ref
Date:
Name of the Bidder
Address of the Bidder
E-Mail Id
Phone No.
EMD Details
DD/BG No: Amount:
Date: Validity:
If registered with NSIC; confirm
Micro, Small & Medium Enterprises
Micro Small Medium
Bank Name
Bank Account Number
HIRING OF SERVICES
PAN No. As per I.T. Act
PAN Holder Name
Service Tax Registration No.
Applicable Rate of Service Tax for
this tender
%
EPF NO.
ESIC NO.
51
Note:
Copies to be enclosed
All the fields are mandatory
Please tick wherever applicable
50
ANNEXURE – C
LIST OF ENCLOSURES
GAIL (India) Limited,
4th Floor, Savitha Plaza
100FT Road, IG Square
Pondicherry - 605005
Dear Sir,
We are enclosing the following documents as part of the technical bid (Part-I) :
1. Experience proof
2. Proof of Work Order & Completion Certificate
3. EMD
Place: Signature of Authorised
Signatory
Date: Name:
Designation:
Seal
Tender No. …………………………………………………………….. Offer
No.& Date
51
ANNEXURE - D
Submission of Enterprise’s info rmation with respect to the Micro, Small and
Medium Enterprises Development Act, 2006
You may be aware that a new Act “Micro, Small and Medium Enterprises Development Act
2006” (‘MSMED’) has come into force from 2 October 2006, which has repeated the
provisions of the old Act regarding Small Scale Industrial undertakings.
As per the MSMED Act, enterprises engaged in the manufacture/production of goods or
rendering/providing of services are to be classified into Micro, Small and Medium
enterprises based on the investment in plant and machinery/equipment.
The term enterprises stated in the above paragraph includes Proprietorship, Hindu
undivided family, Association of persons, Cooperative Society, Partnership firms,
undertaking or any other legal entity.
For your ready reference the definition of Micro, Small and Medium enterprises is given
below:
Classification of enterprises engaged in:
A) Manufacture or production of goods pertaining to any industry specified in the First
Schedule to the Industries (Development and Regulation) Act 1951 as
Nature of enterprise Investment in plant & machinery (#)
Micro Does not exceed INR 25 Lac
Small More than INR 25 Lac but does not exceed INR 5
Crores
Medium More than INR 5 Crore but does not exceed INR
10 Crores
B) Providing or rendering services
Nature of Enterprise Investment in equipment
Micro Does not exceed INR 10 Lac
Small More than INR 10 Lac but does not exceed INR 2 Crores
Medium More than INR 2 Crore but does not exceed INR 5 Crores
52
(#) In calculating the investment in plant & machinery, the cost of pollution control,
research and development, industrial safety devices and such other items as may be
specified will be excluded.
(I) Based on the investment criterion mentioned above, please confirm whether your
enterprise is a Micro/Small/Medium enterprise as follows:
“We confirm that we are a micro/small/medium enterprise under the MSMED Act 2006”.
(Please strike off whichever status is not applicable).
Please note that if you do not provide the above confirmation along with RFQ/Tender, we
will presume that you do not qualify as a micro or small enterprise under the MSMED Act
2006.
(II) Further, with respect to micro and small enterprises, the MSMED Act defines the term
‘supplier’ as an enterprise which has filed a memorandum with the authority specified by
the respective State Government.
If you are a micro/small enterprise and have filed a memorandum with the specified
authority, please confirm the following:
“We are a supplier within the definition of section 2(n) of the MSMED Act
(Yes/No)”.
If the response to the above is “Yes”, please provide us a copy of the Entrepreneurs
Memorandum (EM) filed with the authority specified by the respective State Government.
If the confirmation is not furnished along with RFQ/Tender, we will presume that you are
not a supplier under the MSMED Act. Further if you do not provide the evidence in
terms of the EM, you will not be considered as a supplier.
53
ANNEXURE - E
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
(To be stamped in accordance with the Stamp Act)
Ref……………………………..Bank Guarantee No…………………………Date:
TO
GAIL (India) Limited
4TH Floor, Savitha Plaza
I.G. Square
Pondicherry
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 Deposit for an 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 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 150 days, (One Hundred & Eighty Days) after the date finally set out for
closing of tender).If any further extension of this guarantee is required. The same shall
be extended to such required period on receiving instructions from M/s. on whose
behalf this guarantee is issued.
In witness where of the Bank, though its authorized officer, has set its hand and stamp
on this day of 19 at .
WITNESS:
(SIGNATURE) (NAME)
54
(SIGNATURE) (NAME)
(OFFICIAL ADDRESS) Designation with Bank Stamp
Attorney as per Power of Attorney No.
Date:
55
ANNEXURE - F
PERFORMANCE BANK GUARANTEE
(PERFORMANCE SECURITY) - UNCONDITIONAL
(TO BE STAMPED IN ACCORDANCE WITH STAMP ACT)
REF:
To
GAIL (India) Limited
4TH Floor, Savitha Plaza
I.G. Square
Pondicherry
Dear Sirs,
Bank Guarantee
No.: Date:
M/s have been awarded the
work of for GAIL (India) Limited, 4th Floor, Savitha Plaza, I.G.Square,
Pondicherry. The Contracts conditions provided that the CONTRACTOR shall pay
a sum of Rs (Rupees as Initial / full Security Deposit in the form therein
mentioned). The form of payment of Security Deposit includes guarantee executed by
Nationalized Bank, undertaking full responsibility to indemnify GAIL (India) Limited, in case
of default.
The said has approached us and at their request and in consideration of the premises we having our office at to give such guarantee as
hereinafter mentioned.
1. We hereby undertake and
agree with you that if default shall be made by M/s
in performing any of the terms and conditions of the tender or in payment of any money
payable to GAIL (India) Limited, we shall on demand pay to you in such manner
as you may direct the said amount of
56
Rupees only or such portion thereof not exceeding the said sum as you may require
from time to time require.
2. You will have the full liberty without reference to us and without affecting this
guarantee, postpone for any time or from time to time the exercise of any of the powers
and rights conferred on your under the contract with the said
and to enforce or to forbear from endorsing any powers or rights or by reason of
time being given to the said which under law relating to the
sureties would but for provision have the effect of releasing us.
3. Your right to recover the said sum of Rs _(Rupees
) from us in manner aforesaid will not be affected or suspended by reason of the fact
that any dispute or disputes have been raised by the said M/s ----------------------------------
---------------------and/or that any dispute or disputes are pending before any officer,
tribunal or court.
4. The guarantee herein contained shall not be determined or affected by the liquidation
or winding up dissolution or changes of constitution or insolvency of the save said but
shall in all respects and for all purpose be binding and operative until payment of all
money due to you in respect of such liabilities is paid.
5. This guarantee shall be irrevocable and shall remain valid upto If any
further extension of this guarantee is required the same shall be extended to such
required period on receiving instructions from M/s
behalf this guarantee is issued.
on whose
6. We have power to issue this guarantee in your favour under Memorandum and Articles
of Association and the undersigned has full power to do under the Power of Attorney
dated granted to him by the Bank.
Yours faithfully,
Bank
By its Constituted Attorney Signature of a
Person duly authorized to sign on behalf of the Bank
57
ANNEXURE - G
PROFORMA FOR AGREEMENT
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)
LOA NO. _dated
CONTRACT AGREEMENT FOR THE WORK OF between
M/s in the town of hereinafter called the CONTRACTOR”
(which term shall unless excluded by or repugnant to the subject or context include its
successors and permitted assignees) of the one part and the GAIL (INDIA) LIMITED
hereinafter called the “OWNER” (which term shall, unless excluded by or repugnant to the
subject or context include its successors and assignees) of the other part.
WHERE AS
A) The OWNER being desirous of having provided and executed certain work mentioned,
enumerated or referred to in the Tender Documents including Letter Inviting Tender
General Tender Notice, General Conditions of contract, Special Conditions of Contract,
Specifications, Drawings, Plans, Time Schedule of Completion of jobs, Schedule of Rates,
Agreed Variations, other documents has called for Tender.
B) The CONTRACTOR has inspected the SITE and surroundings of the WORK specified in
the Tender Documents and has satisfied himself by careful examination before submitting
his tender as to the nature of the surface, strata, soil, sub-soil and ground, the form and
nature of SITE and local conditions, the quantities, nature and magnitude of the work, the
availability of labour and materials necessary for the execution of WORK, the means of
access to SITE, the supply of power and water there to and the accommodation he may
require and has made local and independent enquiries and obtained complete information
as to the matters and things referred to or implied in the tender documents or having
any connection therewith, and has considered the nature and extent of all probable and
possible situations, delays, hindrances or interferences to or with the execution and
completion of the WORK to be carried out under the CONTRACT, and has examined and
considered all other matters, conditions and things and probable and possible
contingencies, and generally all matters incidental thereto and ancillary thereof affecting
the execution and completion of the WORK and which might have influenced him in
making his tender.
58
C) The Tender Documents including the Notice Letter Inviting Tender, General Conditions
of Contract, Special Conditions of Contract, Schedule of Rates, General Obligations,
SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule of Completion of jobs, Letter of
Acceptance of Tender and any statement of agreed variations with its enclosures copies
of which are hereto annexed form part of this CONTRACT though separately set out
herein and are included in the expression “CONTRACT” wherever herein used.
AND WHEREAS
The OWNER accepted the Tender of the CONTRACTOR for the provision and the
execution of the said WORK at the rates stated in the Schedule of Quantities of work
and finally approved by OWNER (hereinafter called the “Schedule of Rates”) upon the
terms and subjects to the conditions of CONTRACT.
NOW THIS AGREEMENT WITNESSES THIS & IT IS HEREBY AGREED AND DECLARED AS
FOLLOWS:
1) In consideration of the payment to be made to the CONTRACTOR for the WORK to be
executed by him, the CONTRACTOR hereby covenants with the OWNER that the
CONTRACTOR shall and will duly provide, execute and complete the said WORK and shall
do and perform all other acts and things in the CONTRACT mentioned or described or
which are to be implied there from or may be reasonably necessary for the completion of
the said WORK and at the said times and in the manner and subject to the terms and
conditions or stipulations mentioned in the CONTRACT.
2) In consideration of the due provision execution and completion of the said WORK, the
OWNER does hereby agree with the CONTRACTOR that the OWNER will pay to the
CONTRACTOR the respective amounts for the WORK actually done by him and approved
by the OWNER at the Schedule of Rates and such other sum payable to the
CONTRACTOR under provision of CONTRACT, such payment to be made at such time in
such manner as provided for in the CONTRACT.
AND
3) In consideration of the due provision, execution and completion of the said WORK the
CONTRACTOR does hereby agree to pay such sums as may be due to the OWNER for
the services rendered by the OWNER to the CONTRACTOR, such as power, water supply
and others as set for in the said CONTRACT and such other sums as may become
payable to the OWNER towards the controlled items of consumable materials or towards
loss, damage to the OWNER’s equipment, materials construction plant and machinery,
such payments to be made at such time and in such manner as is provided in the
CONTRACT.
59
It is specifically and distinctly understood and agreed between the OWNER and the
CONTRACTOR that the CONTRACTOR shall have no right, title or / interest in the SITE
made available by the OWNER for execution of the works or in the building, structures or
work executed on the said SITE by the CONTRACTOR or in the goods, articles, materials
etc., brought on the said SITE (unless the same specifically belongs to the CONTRACTOR)
and the CONTRACTOR shall not have or deemed to have any lien whatsoever charge for
unpaid bills will not be entitled to assume or retain possession or control of the SITE or
structures and the OWNER shall have an absolute and un feted right to take full
possession of SITE and to remove the CONTRACTOR, their servants, agents and materials
belonging to the CONTRACTOR and lying on the SITE.
The CONTRACTOR shall be allowed to enter upon the SITE for execution of the WORK
only as a licensee simpliciter and shall not have any claim, right, title or interest in the SITE
or the structures erected thereon and the OWNER shall be entitled to terminate such license
at any time without assigning any reason. The materials including sand, gravel, stone, loose,
earth, rock etc., dug up or excavated from the said SITE shall, unless otherwise
expressly agreed under this CONTRACT, exclusively belong to the OWNER and the
CONTRACTOR shall have no right to claim over the same and such excavation and
materials should be disposed off on account of the OWNER according to the instruction in
writing issued from time to time by the ENGINEER-IN-CHARGE.
In witness whereof the parties have executed these presents in the day and the year
written below
Signed and Delivered for and Signed and Delivered for and
on behalf of OWNER on behalf of the CONTRACTOR’s
(GAIL (India) LTD)
-------------------------------------------------- ------------------------------------
------------------------------------------------ ------------------------------------
DATE : DATE :
PLACE: PLACE:
IN PRESENCE OF TWO WITNESSES
1. …………………………………………………… 1. ………………………………………..
60
…………………………………………………… ………………………………………..
…………………………………………………… …………………………………………
2. …………………………………………………… 2 ………………………………………..
…………………………………………………… …………………………………………
…………………………………………………… …………………………………………
61
ANNEXURE - H
BRIEF SUMMARY OF AGREED TERMS AND CONDITIONS
Bidder Name: Tender No:
Offer Ref: Date:
This Questionnaire duly filled in should be returned along with each copy of Un-priced
Bid. Clauses confirmed hereunder should not be repeated in the Bid. ALL THE
COMMERCIAL TERMS & CONDITIONS SHOULD BE INDICATED IN THIS FORMAT ONLY.
S.N. DESCRIPTION BIDDER’S
CONFIRMATI
ON 1. It is noted that deviations to Terms & Conditions shall lead to rejection of
offer, as specified in the Tender Document
2. Ensure and confirm that unit prices quoted in ‘Schedule of rates’ areexclusive of all duties and taxes. Confirm that the rates for all items are quoted /filled in the “Schedule Of Rates” format given in the tender and no additions / deletions
/ modifications /alterations made to the format.
3. Confirm that the offer shall remain valid for acceptance up to 3 months
from Final Bid Due Date/Date of Opening of Bids.
4. Bidder’s name and address
5. Confirm acceptance of completion schedule as per requirement Specified in
Tender Document to be reckoned from date of Fax of Intent (FOI) or Letter of Acceptance (LOA)
6. Customer references and confirmation of requirements wherever applicable.
7. Confirm client reference list submitted along with offer.
8. Confirm acceptance of Price Reduction Schedule (PRS) for delay in
completion beyond contractually agreed completion schedule as specified in the Tender Document
9. Confirm that in case of delay in delivery beyond Contractual completion
Date (CCD) the invoice shall be submitted for the amount duly reduced to the extent of PRS.
62
10. Confirm in case of delay in completion beyond CCD, any new or additional
taxes and duties imposed after contractual period shall be to
CONTRACTOR’s account.
11. Confirm acceptance of relevant Terms of Payment as specified in the
Tender Document.
12. Confirm quoted prices will remain firm and fixed till complete execution
of the order. Fax of Intent shall be placed within offer validity as
‘Notification of Award of Contract’.
13. Confirm acceptance of Special Conditions of Contract of Tender Document.Confirm that CONTRACT-
Performance Bank Guarantee (CPBG) for 7.5% of order/contract value
shall be furnished within 30 days of Fax of Intent,
valid for 3 months beyond the expiry of Guarantee/Warranty period/DLP as
per terms of Tender Document.
14.
[a] Confirm acceptance in Toto of the Terms & Conditions contained in
[i] Instruction to bidders
[ii] General Conditions of contract (GCC), Special Conditions of
Contract (SCC), Scope of Work, Deliverables, Payment terms and
conditions as given in the Schedule of rates
[iii] All other commercial documents/ attachments of Tender
Document
In case of Site visits, confirm acceptance of Terms & Conditions for
[b]
Site visits as contained in the Tender Document.
Travel to various work centers of GAIL will be undertaken by the
[c] CONTRACTOR to the extent required for meeting objectives of the
project.
In case of reservations, confirm that clause wise comments have
[d]
been specified as annexure to this format.
All the terms & conditions have been indicated in this format
(including annexure, if any) and have not been repeated in the bid
[e] elsewhere. It is noted that Terms & Conditions indicated elsewhere
including any printed Terms & Conditions, shall not be considered
by Owner.
15. All language correspondence must be in English Language only
16 Please furnish bid security details
[a] Bid Security No. & Date
[b] Value
[c] Validity
63
17.
In case of Site visits, confirm acceptance of Terms & Conditions for
Site visits as contained in the Tender Document.
18.
Owner reserves the right to make any change in the terms &
conditions of the Tender Document and to reject any or all bids
including those received late or incomplete
19. Applicable rate of service tax
BIDDER CONFIRMS THAT IN CASE OF CONFLICTING VERSION OF VARIOUS TERMS &
CONDITIONS AT DIFFERENT PLACES. THE CONFIRMATION FURNISHED AS ABOVE SHALL
BE CONSIDERED OVER-RIDING AND FINAL AND ANY OTHER DEVIATION INDICATED
ELSEWHERE SHALL BE TREATED AS REDUNDANT
SIGNATURE :
NAME :
DESIGNATION :
OFFICE :
STAMP :
TEL NO :
FAX NO :
BIDDERS OFFER NO:
64
ANNEXURE - I
EXCEPTIONS AND DEVIATIONS
In line with Tender Document, Tenderer may stipulate exceptions and deviations to the
Tender Conditions, if considered unavoidable.
S.N. Page No. of Tender
Document
Clause No. of Tender
Document
Subject Deviation
NOTE:
NO DEVIATIONS ARE TO BE WRITTEN IN THIS FORM.
ANY DEVIATION TAKEN BY THE TENDERER TO THE STIPULATIONS OF THE TENDER
DOCUMENT SHALL BE BROUGHT OUT AS PER THIS FORMAT ONLY AND ENCLOSED
ALONGWITH THE OFFER.
ANY DEVIATIONS BROUGHT OUT IN THIS FORM AND WRITTEN ELSEWHERE IN THE
TENDER DOCUMENT SHALL NOT BE RECOGNIZED AND THE SAME IS TREATED AS NULL
AND VOID.
PLEASE ALSO NOTE THAT THE DEVIATIONS WRITTEN IN ANY OTHER FORM ARE LIABLE
TO BE REJECTED.
Signature of the Bidder:
Status
Name and Seal
Date:
67
ANNEXURE - J
DETAILS OF SIMILAR WORKS DONE DURING PAST FIVE YEARS
NAME OF THE WORK:
NAME OF THE BIDDER:
S.N.
FULL POSTAL ADDRESS
OF CLIENT & NAME OF
OFFICER IN-CHARGE
DESCRIPTION OF THE WORK
VALUE OF CONTRACT
DATE OF
COMMENCEMENT OF
THE WORK
ACTUAL
COMPLETION TIME
(MONTHS)
YEAR OF
COMPLETION
REMARKS
1 2 3 4 5 6 7 8
Note: Copies of Letter of awards and completion certificate for the above works to be enclosed.
The Work completed earlier than five years need not be indicated here
The list of work, not of similar nature need not be indicated here
Failing to comply aforementioned instructions may lead to rejection of bid.
68
ANNEXURE - K
CONCURRENT COMMITMENT OF THE BIDDER
NAME OF THE WORK:
NAME OF THE BIDDER:
S.N.
FULL POSTAL ADDRESS
OF CLIENT & NAME OF
OFFICER IN-CHARGE
DESCRIPTION OF THE WORK
VALUE OF CONTRACT
DATE OF
COMMENCEMENT OF
THE WORK
ACTUAL
COMPLETION TIME
(MONTHS)
YEAR OF
COMPLETION
REMARKS
1 2 3 4 5 6 7 8
69
ANNEXURE - L
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING UN-PRICED BID
OPENING AND PRICED BID OPENING
No. Date:
GAIL(India) Limited
4TH Floor, Savitha Plaza,
I.G. Square
Pondicherry
Attn: ...................
Dear Sirs,
We........................................hereby authorize following representatives (s) to attend the un-
priced bid opening and priced bid opening against your Bid document No.
...........................for....................................(item Name)................................... ....
1. Name & Designation.........................Signature............................
2. Name & Designation........................Signature............................
We confirm that we shall be bound by all and whatsoever our
representative (s) shall commit.
Yours faithfully,
For & on behalf of............................
Signature........................................... Name
& Designation........................
Note:
This Letter of Authority should be on the letterhead of the bidder and should be
signed by a person competent and having the power of attorney to bind the
bidder.
70
ANNEXURE - M
PROFORMA OF LETTER OF AUTHORITY FOR SIGNING THE AGREEMENT
No. Date:
GAIL(India) Limited
4TH Floor, Savitha Plaza,
I.G. Square
Pondicherry
Attn:
Sub: Tender No.
Dear Sirs,
We.............................................................................do hereby confirm that Mr. (name and address)
is/are authorized to represent us for signing of the Agreement on our behalf with
you against your above cited tender for………………………………………..
We confirm that we shall be bound by all and whatsoever our
representatives shall commit.
Yours faithfully
Signature
Name and Designation
for & on behalf of BIDDER
Note:
This letter of Authority should be on the letterhead of the Bidders and should
be signed by a person competent and having the power of attorney
(power of attorney shall be annexed) to bind the bidder.
71
ANNEXURE - N
DISCLAIMER
Bidders should ensure that bidding document is complete in all respects. In the
event that the bidding document or any part thereof is mutilated or
missing, the bidder shall notify GAIL immediately at the following address:
GAIL(India) Limited
4TH Floor, Savitha Plaza
I.G Square
Pondicherry
In the event such written notice is not received at the aforementioned office within
seven (7) days from the date of issue of the bidding document to the bidder,
the bidding documents received by the bidder shall be deemed to be complete in
all respects. No extension of time shall be granted under any circumstances to any
bidder for submission of its bid on the grounds that the bidder did not obtain a
complete set of the bidding document.
GAIL makes no representation or warranty, express or implied, as to the accuracy,
correctness and completeness of the information contained in the bidding
documents.
72
ANNEXURE - O
CHECK LIST FOR SUBMISSION OF BID
Bidder is requested to fill this check list and ensure that all details/documents
have been furnished as called for the Bidding Document along with duly filled in,
signed & stamped checklist with each copy of the “Un-priced bid (Part-I)”. Please
tick the box and ensure compliance:
S.N. Particulars [Please tick ( √ ) in
the Appropriate Block] P
Remarks [Details/
articulars]
Submitted Not
Submitted
1.
Have you enclosed the
copy of the Work Order
along with completion
certificate (Duly Attested by
Notary Public) showing the
experience for execution of
similar nature of works as
stipulated in BEC?
Order No.:
Date :
Order Value :
Issued by :
Completion Certificate No.
& Date :
Executed Value :
Completion Certificate
Issuing Authority
3.
Have you enclosed copy of
(Duly attested by Notary
Public) “Permanent EPF
A/c” & “Employees State
Insurance Corporation
(ESIC) certificate” in its
name.
EPF A/c Registration No. &
Date :
ESIC Registration No. &
Date :
73
4.
EMD of Appropriate Value
Note : Validity of bank
Guarantee towards Earnest
Money Deposit enclosed
with Techno-commercial
Part of your offer (if
submitted in the form of
(BG) should be 5 (five)
months from the final due
date (Opening date of bid)
DD/BG.No.
Date :
Validity Upto :
Issuing Bank :
74
5.
Validity of offer is up to
four (03) months from the
final due date (Opening
date of bid).
Bid Validity Date :
6.
Partnership Deed in case
of partnership firm and
Articles of Association in
case of limited company
and Document pertaining
to Proprietorship in case of
Proprietary Firm.
7.
Exception and Deviation
Statement in the pro-forma
enclosed.
8.
Copy of Service Tax
Registration
Registration
No.
Dated:
9.
Copy of Permanent
Account Number (PAN
Card)
PAN No.:
10.
Original bidding document
(All pages Signed &
Stamped by the authorized
signatory of the bidder)
11.
Copy of blank un-priced
Schedule of Rates, stating
word “QUOTED” or
“UNQUOTED” against each
item as mentioned in SOR,
and Addendum,
Corrigendum, if any.
12
Details of Bidder as per
pro-forma given in GCC
75
13
Submission of Enterprise’s
information w.r.t. Micro,
Small and Medium
Enterprises Development
Act 2006
14
Filled Brief Summary of
Agreed Terms & Conditions
Place:
Date: [Signature of Authorized Signatory of
Bidder]
76
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 reasons for non-participation against the enquiry/tender through e-
mail/fax to concerned executive in GAIL issued tender, by filling up the format)
To, Sr.Manager(C&P) GAIL(India)Limited 4th Floor, Savitha Plaza Indira Gandhi Square Pondicherry-605005 Email: [email protected] Fax: 04132200939 Sub:TenderNo.………………..dt.……..For………………………(Name of Item /Job)
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 No : ------------------- Fax No : ------------------- Contact person : ------------------ E-mail address : ------------------- Mobile No. : ------------------- Seal/Stamp : -------------------
We are unable to bid for the reasons given below: Reasons for non-submission of bid:
Agency Name : ----------------------------- Signature : ---------------------------- Name : ---------------------------- Designation : ---------------------------- Date : --------------------------- Stamp/Seal : ---------------------------
77
SECTION VIII
PRICE SCHEDULE/
SCHEDULE OF RATES ATTACHED SEPARATELY
(Refer STEP 3 Notes & Attachments on E-tender Portal
https://etender.gail.co.in )