+ All Categories
Home > Documents > Tender 136

Tender 136

Date post: 04-Apr-2018
Category:
Upload: scrbdgharavi
View: 222 times
Download: 0 times
Share this document with a friend

of 119

Transcript
  • 7/30/2019 Tender 136

    1/119

    BIDDING DOCUMENT FOR

    HIRING OF PROJECT MANAGEMENT

    CONSULTANCY (PMC) SERVICES FOR PROPOSED

    JHAJJAR-HISSAR PIPELINE PROJECT

    OPEN INTERNATIONAL COMPETITIVE BIDDING

    THROUGH E-TENDERING

    BIDDING DOCUMENT NO: 8000000405

    Issued by

  • 7/30/2019 Tender 136

    2/119

    TABLE OF CONTENTS

    (BIDDING DOCUMENT NO:8000000399)

    SL

    NO

    SECTION

    NO

    DESCRIPTION PAGE

    NOs.

    1.0 I INVITATION FOR BID (IFB) 3-9

    2.0 II INSTRUCTIONS TO BIDDERS 10-26

    ADDENDUM TO INSTRUCTION TO BIDDERS

    3.0 III GENERAL CONDITIONS OF CONTRACT 27-34

    4.0 IV FORMS & FORMATS 35-50

    5.0 V PART A SCOPE OF CONSULTANTS SERVICES 51-85

    PART B PAYMENT TERMS AND OTHER

    IMPORTANT CONDITIONS

    86-95

    6.0 VI PRICE SCHEDULE 96-97

    7.0 VII ATTACHMENTS

    ATTACHMENT-I : CONTRACT AGREEMENT

    FORM

    ATTACHMENT-II: PERFORMANCE EVALUATION

    ATTACHMENT-III: AGEREED TERMS &

    CONDITIONS

    ATTACHMENT-IV: INTEGRITY PACT

    98-113

  • 7/30/2019 Tender 136

    3/119

  • 7/30/2019 Tender 136

    4/119

    GAIL (INDIA) LIMITED(A Govt. of India Undertaking)16, BHIKAJI CAMA PLACE, NEW DELHI -110066, INDIA

    Ph.: 0091-11-26172580/6182955

    INVITATION FOR BID (IFB)

    BIDDING DOCUMENT NO:8000000405

    Dated: 22.05.2008

    SUB: HIRING OF PROJECT MANAGEMENT CONSULTANCY (PMC)

    SERVICES FOR PROPOSED JHAJJAR-HISSAR PIPELINE

    PROJECT.

    Dear Sirs,

    GAIL (India) Limited, New Delhi, invites bids through e-tendering on

    International Competitive Bidding basis for HIRING OF PROJECT

    MANAGEMENT CONSULTANCY (PMC) SERVICES FOR PROPOSED

    JHAJJAR-HISSAR PIPELINE PROJECT, under single stage two e-envelopes

    system from competent agencies meeting the Bidders Eligibility Criteria as stated

    in the detailed Bid Document attached. Bids , submitted on line shall only be

    considered for processing.

    1.0 BRIEF SCOPE OF WORK

    1.1 The brief description of the project is as under:

    As a part of the DVPL and GREP capacity upgradation and to cater to

    the demand of natural gas of the consumers at Jhajjar and Hissar in

    Haryana, GAIL (India) Ltd. is proposing to construct a new class 600,20 diameter 111 Km pipeline from Jhajjar (Ch. 90) to Hissar (Ch. 201)

    telescoped with the 36 Chainsa Jhajjar Pipeline under

    implementation in phase I. The design capacity of this pipeline is 10.0

    mmscmd.

  • 7/30/2019 Tender 136

    5/119

    Manager will be the Engineer-In charge for the said Project. The

    scope of work of the PMC is broadly defined under the following heads

    but not limited to:

    i) Design & Detail Engineering.ii) Planning & Schedulingiii) Tendering & Ordering including Purchase of all equipment and

    materials, Customs Clearance and Transportation of materials/

    equipments to site etc. The consultant has to follow GAILs C&P

    Procedure for all purchases. It may be noted that GAIL has

    recently adopted e-procurement practices and the same practice is

    required to be followed by the PMC for this project.

    iv) Inspection/ Expediting of equipment/Materials being manufacturedby vendors including contractors supplied items.

    v) Management of Construction Stores and Stores Accounting inGAILs ERP system based on SAP.

    vi) Construction Management & Supervisionvii) Project Commissioning.viii)Project Cost Control, Management & Monitoring.

    ix) Risk Management of the project along with the detailed Riskanalysis. The Risk Management Plan (RMP) & disastermanagement plan (DMP) is also to be prepared by the consultant.

    x) Health & Safety Managementxi) Project closeout

    2.0 SALIENT FEATURES OF BIDDING DOCUMENT:

    Type of Enquiry : E-tendering on Open InternationalCompetitive Bidding basis

    Bid document No . : 8000000405

    Tender Fee (Non-refundable) : For Indian bidders : INR 17,500/-

    For Foreign bidders : USD 500/-

    Bid security/EMD : Not applicable

    Bid submission period : Upto 02.07.2008, 1500 Hrs IST

    Pre-Bid conference : 1230 hrs. IST on 09.06.2008

    GAIL (India) Ltd.

    GAIL Bhawan

    16Bhikaji Cama Place,New Delhi 110 066

    Opening of un-priced bids : 02.07.2008 at 1600 hrs IST

  • 7/30/2019 Tender 136

    6/119

    2.1 Bidders are requsted to attend the Pre-Bid Meeting so that their queries ,if

    any, related to the Bid Document and Scope of work can be addressed

    during the meeting. A session will also be arranged for biddres to

    demonstrate our e-Tendering system to facilitate bidders to submit the

    Bid online.

    If any of the days specified above happens to be a holiday in GAIL, the

    next working day shall be implied.

    2.2 Bid is to be submitted on our E-Tendering website

    (https://etender.gail.co.in) . Bidders shall submit their bids i.e. UN-

    PRICED Bid in Collaboration Folders of e- tendering system and Price

    Bid in SRM as attachment. We have enclosed format for Schedule ofRates as an excel attachment. Bidders are requested to down load the

    same and quote their prices strictly as per the format without altering the

    content of it.

    2.3 The bid will be submitted in two parts as follows:

    PART- I (UN-PRICED BID)

    To be submitted on Collaboration Folders of e-tendering system

    Complete with all technical details along with all other required

    documents including price schedule WITH PRICE BLANKED OUT,

    Agreed terms and conditions etc. as enclosed at Annexure to the tender

    document duly filled in and signed with seal.

    PART-II (PRICED BID

    To be submitted as an SRM attachment

    Price bid should contain only the prices, without any condition

    whatsoever.

    Bids complete in all respects should be submitted on or before due date

    and time of Last date of Bid submission. The Bids submitted on line in

    GAILs E-tendering system will only be considered for evaluation.Physicals Bids sent through Fax/E-mail/Courier /Post will not be

    accepted.

    3.0 BID EVALUATION CRITERIA

  • 7/30/2019 Tender 136

    7/119

    3.1.1.2 The bidder should have experience as Project Management Consultantin Design, Engineering, Planning, Procurement, Inspection, Quality

    Control Assurance, Construction and Commissioning of High Pressure

    Natural Gas Pipeline of length not less than 50 KM in single stretch and

    size not below 16, 600# with at least one dispatch / receipt station inone single order that has been successfully commissioned during the last

    seven years reckoned from due date of bid submission.

    3.1.1.3 The experience of the bidder for Project Management ConsultancyServices as per the requirement of clause 3.1.1.2 above must be of their

    own and not with the support of another party/parent

    company/subsidiary/ partner firm/group firm/Backup Consultant etc.

    3.1.2 Financial Criteria:

    3.1.2.1 The minimum annual turnover achieved by the bidder as per theiraudited financial results during any one of the last three preceding

    financial years shall be Rs. 3.5 Crores / USD 850,000.

    If the audited financial result of the immediate preceding year i.e. 2007-

    08 is not available, then the Bidder has option to submit the auditedfinancial results of three years immediately prior to that i.e. 2004-05,

    2005-06 and 2006-07 for meeting the financial criteria as specified

    above.

    3.2 In case of Consortium Bid:

    3.2.1 Bids from consortium comprising maximum two members (one leaderand one member) Indian and/or foreign are also acceptable, provided

    the leader of such consortium meets the qualification criteria as defined

    at clause 3.1.1 above for single bidder and both the members meeting

    the financial criteria as defined at clause No. 3.1.2.

    3.2.2 Overall Project Management shall essentially be performed by theLeader.

    3.2.3 The bidder must submit along with the bid a detailed Consortium

    Agreement duly notarized with the Indian Court. The agreement mustclearly define the role, responsibilities, scope of work of each member

    along with nomination of the leader, commensurate with their

    experience and capabilities and a confirmation that each member of the

    consortium assumes unlimited joint and several responsibilities. This

    agreement/MOU must remain in force at least till the completion of this

  • 7/30/2019 Tender 136

    8/119

    required to be submitted for each member of the Consortium. In the

    absence of such requisite documents, GAIL reserves the right to reject

    the bid without making any reference to the bidder.

    4.0 CONTRACT PERIOD:

    The schedule completion time for the project is 24 (Twenty Four)

    Months from the date of Fax of Intent which is inclusive of 3 (Three)

    Months for Project close out.

    The PMC would prepare detail schedule in consultation with GAIL at

    the beginning / during kick-off. All efforts should be made to meet all

    the intermediate schedule and milestones. PMC is required to plan andput manpower and resources accordingly. PMC is required to work

    simultaneously in various packages and works and make all out efforts

    to complete the project on or before this date.

    5.0 GENERAL:

    5.1 Bid document is non-transferable. Bids received from bidders in whosename Bid Document Fee has been submitted shall only be considered.

    Bidder must submit the Bid Document Fee in their name. Bid

    Document Fee will be submitted by Bidders as per Addendum to

    Instruction to Bidders.

    5.2 The Government Departments / Central Public Sector Undertakings areexempted from payment of Bid Document fee. Firms registered with

    NSIC will be exempted from the payment of Bid Document feeprovided they are registered upto the required monetary limit and / or

    the items they intend to quote. In the event a particular tender is

    cancelled, the Bid Document fee will be refunded to the concerned

    Bidder. Bid Document fee will be submitted as per addendum to

    Instructions to Bidders.

    5.3 GAIL will not be responsible for cost incurred in preparation and

    delivery of bids.

    5.4 Purchase preference to Central Public Sector Undertakings asadmissible under the prevailing Government of India policy shall be

    applicable.

  • 7/30/2019 Tender 136

    9/119

    (https://etender.gail.co.in). However Bidders have to submit their bids

    only through e-tendering. Further, the bidder has to meet the BEC

    criteria as specified in the bid document.

    5.7 GAIL reserves the right to reject any or all the bids received at itsdiscretion without assigning any reason whatsoever.

    5.8 This Invitation for Bids (IFB) is an integral and inseparable part of theenclosed Bid Document.

    THIS IS NOT AN ORDER

    For & On Behalf of GAIL (India) Limited

    (J. P. SINGH)

    Sr. Manager (C&P)

    Tel no. 011 2618 2955/2617 Extn.6706

    Fax no. 011 26185941 1008#e-mail: [email protected]

  • 7/30/2019 Tender 136

    10/119

    GAIL India Limited

  • 7/30/2019 Tender 136

    11/119

  • 7/30/2019 Tender 136

    12/119

    SECTION II : INSTRUCTION TO BIDDERS

    INDEX

    ARTICLE TITLE

    A General1. Scope of Bid2. Eligible Bidders3. One Bid per Bidder4. Deleted5. Cost of Bidding6. Site visit

    B Bidding Document

    7. Contents of Bidding Document8. Clarification on Bid Document9. Amendment of Bid Document

    C Preparation of Bid10. Language of Bid11. Documents comprising the Bid12. Bid prices13. Bid currency14. Period of validity of Bid

    15. Bid Security16. Pre Bid Meeting17. Format and signing of Bid18. Zero Deviation19. E-Payments20. Agent /Consultant/ Representative/Retainer/ Associate

    D Submission of Bid21. Sealing and marking of Bids22. Deadline for submission of Bid

    23. Late Bid24. Modification and withdrawal of Bids

    E Bid Opening and Evaluation25. Bid Opening26. Process to be confidential27. Contacting the Owner28. Examination of Bids and determination of responsiveness29. Correction of errors30. Priced Bid Opening

    31. Conversion to single currency32. Evaluation and comparison of Bids33. Purchase Preference

    F Award of Contract34. Award of work35. Owners right to accept any Bid and to reject any Bid36 N tifi ti f A d

  • 7/30/2019 Tender 136

    13/119

    A: GENERAL

    This Instruction to Bidders is to be read in conjunction with Addendumto Instruction to Bidders, attached with the bid document and in case

    of contradiction, Addendum to Instruction to Bidders shall prevail tothe extent applicable.

    1.0 SCOPE OF BID:

    1.1 The Owner as defined in the General Conditions of Contract, hereinafter the Ownerwishes to receive bids as described in the Bidding Documents.

    1.2 SCOPE OF WORK:

    The scope of work shall be as defined in the bidding document.

    1.3 The successful bidder will be expected to complete the Scope of work within theperiod stated in Bid Document.

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

    2.0 ELIGIBLE BIDDERS:

    2.1 Bidder shall, as part of their bid, submit a written power of attorney authorizing thesignatory of the bid to commit the bidder.

    2.2 The invitation of bid is open to any bidder.

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

    (i) that has provided consulting services related to the work to the OWNER duringthe preparatory stages of the works or of the project of which the works form apart, or

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

    2.4 The bidder shall not be under a declaration of ineligibility by OWNER for corrupt orfraudulent practices as defined in Instruction to Bidders clause no. 39.

    2.5 While evaluating the bids, pursuant to Bid evaluation Criteria as specified in theInvitation For Bids, bidders and/or his subcontractors past performance shall also beassessed for ascertaining the responsiveness of the bid. In such a case, the decisionof Owner shall be final and binding on the bidder.

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

    2.7 Job executed by a bidder for its own concern can not be considered as experiencefor Bid Evaluation Criteria.

    3.0 ONE BID PER BIDDER

    3.1 A Bidder shall submit only one bid in the same bidding process. A Bidder whosubmits or participates in more than one bid will cause all the proposals in which the

  • 7/30/2019 Tender 136

    14/119

    4.0 BIDS FROM CONSORTIUM :

    4.1 Bids are also acceptable from consortium subject to following:

    4.1.1 The leader of the consortium should satisfy the technical requirement as per bidevaluation criteria mentioned in IFB.

    4.1.2 The leader of the consortium should confirm unconditional acceptance of fullresponsibility of executing the scope of work of this tender. This confirmation shouldbe submitted along with techno-commercial bid.

    4.1.3 In case of successful bid, the contract agreement shall be jointly executed so as tobe legally binding on all members of consortium.

    4.1.4 One of the member shall be nominated as leader of the consortium and thisauthorisation shall be evidenced by submitting a power of attorney signed by legallyauthorised signatories of all the members.

    4.1.5 The leader shall be authorised to incur liabilities and receive instructions for and onbehalf of any and all members of consortium and the entire execution of the contract,including payment shall be done exclusively with the leader of the consortium

    4.1.6 All members of consortium shall be liable jointly and severally for the execution of thecontract in accordance with the contract terms and statement to this effect shall beincluded in the authorisation mentioned under 4.1.4 above, as well as in the bid andin the contract agreement, in case of successful bid.

    4.1.7 A detailed consortium agreement/MOU, clearly indicating the roles andresponsibilities of each member of the consortium shall be submitted along with thebid.

    5.0 COST OF BIDDING

    5.1 The bidder shall bear all costs associated with the preparation and submission of thebid, and OWNER, will in no case be responsible or liable for this cost, regardless ofthe conduct or outcome of the bidding process.

    6.0 SITE VISIT :

    6.1 The bidder is advised to visit and examine the Site of Works and its surroundings andobtain for itself on its own responsibility all information that may be necessary for

    preparing the bid. The costs of visiting the Site shall be at the bidders own expense.

    6.2 The bidder and any of its personnel or agents will be granted permission by theOwner to enter upon its premises and lands for the purpose of such visit, but onlyupon the express condition that the bidder, its personnel, and agents will release andindemnify the Owner and its personnel and agents from and against all liability inrespect thereof, and will be responsible for death or personal injury, loss of ordamage to property, and any other loss, damage, costs, and expenses incurred as aresult of the inspection.

    B: BIDDING DOCUMENT

    7.0 CONTENT OF BIDDING DOCUMENT

    7.1 The Bidding Documents are those stated below and should be read in conjunctionwith any addenda issued in accordance with clause 9 of Instruction To Bidders:

    Volume I of I : Techno Commercial

  • 7/30/2019 Tender 136

    15/119

    Attachment I : Proforma for Contract AgreementAttachment II : Performance EvaluationAttachment III : Agreed terms and conditionsAttachment III : Integrity Pact

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

    drawings in the bidding documents. The invitation for bid (IFB) together with all itsattachment thereto, shall be considered to be read, understood and accepted by thebidder. Failure to furnish all information required by the Bid Documents or submissionof a bid not substantially responsive to the Bidding Documents in every respect willbe at bidders risk and may result in the rejection of the Bid.

    8.0 CLARIFICATION ON BID DOCUMENT

    8.1 A prospective bidder requiring any clarification(s) of the Bidding Documents maynotify GAIL in writing or by fax or e-mail at GAILs mailing address indicated in the

    Invitation for Bids not later than 2 days prior to the Pre- Bid Meeting. GAIL may, ifdeem appropriate, respond to the request for clarification. GAILs response (includingan explanation of the query but without identifying the source of the query) will be puton web sites of GAIL (India) Limited (www.gailonline.com) and E-Tendering website(https://etender.gail.co.in).

    9.0 AMENDMENT OF BID DOCUMENT

    9.1 At any time prior to the deadline for submission of bids, the Owner may, for anyreason, whether on its own requirement or in response to a clarification requested byprospective bidders, modify the Bidding Documents by issuing addenda.

    9.2 Any addendum thus issued shall be part of the Bidding Documents pursuant toclause 7.0 of Instruction To Bidders and shall be put on web sites of GAIL (India)Limited (www.gailonline.com) and E-Tendering website (https://etender.gail.co.in).

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

    C: PREPARATION OF BID

    10.0 LANGUAGE OF BID

    10.1 The Bid prepared by the bidder, all correspondence documents relating to the bidexchanged by the bidder with the Owner shall be in English Language aloneprovided that any printed literature furnished by the bidder may be written in anotherlanguage so long as accompanied by an English translation, in which case, for thepurpose of interpretation of the bid, the English translation shall govern.

    10.2 In the event of submission of any document/ certificate by the Bidder in a languageother than English, the English translation of the same duly authenticated byChamber of Commerce of Bidders country shall be submitted by the Bidder. Metricmeasurement system shall be applied.

    11.0 DOCUMENTS COMPRISING THE BID

    11.1 The bid prepared by the bidder shall comprise the following:

  • 7/30/2019 Tender 136

    16/119

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

    (d) A Bid Form as per format F-2.(e) Copies of documents as required in F-3.(f) Copy of Schedule of Rates/Price Schedule (i.e. with prices blanked out)

    mentioning Quoted / Not Quoted.(g) Document establishing the eligibility and conformity to the Bid Documents of all

    Goods and services, which the bidder proposes to supply under the award.(h) Letter of authority in favour of any one of bidders executive having authority to

    attend the Pre Bid Meeting, un-priced and price bid opening on specified datesand venue as per format F-4

    (i) Confirmation of no deviation as per Format F-5.(j) Certificate as per Format F-6 for confirming the Government of India is not party

    of Agreement.(k) Specific Experience, annual turnover and other details as called for in qualifying

    requirements. Copy of work order and completion certificates should be enclosedwith the F-7

    (l) Current commitments strictly as per form F-8(m) Any other information/ details required as per Bidding Documents including

    amendment if any.(n) Check list duly filled in as per Format F-10.(o) A confirmation from the Bidder that the bidder and/or its subcontractor have not

    been put on Holiday by GAIL or black listed by any government department/public sector.

    (p) Undertaking that the contents of the bidding document have not been altered or

    modified in case bidder has downloaded the Bid Document from GAIL website.Note: All pages of the bid are to be signed and sealed by authorised person of the

    bidder.

    11.1.2 Envelope II: Super scribing Price Bid Not to Open with Techno Commercial Unpriced Bid- PART-II

    11.1.2.1 Part II Price Bid

    11.1.2.2 Part II shall contain original of Schedule of Rates duly filled in, in sealed envelopeduly signed and stamped on each page. In case of any correction, the bidders shallput his signature and his stamp.

    11.1.3 Documents to be submitted against Bid Evaluation Criteria (BEC):

    As per Invitation For Bids.

    12.0 BID PRICES

    12.1 The bidder shall quote the prices in the price schedule attached to this Bid document.

    12.2 Prices shall be quoted, in the prescribed Price Schedule by the bidder separately for

    each item of scope and in strict compliance to the format of the Price Schedule.

    12.3 Prices quoted should be inclusive of fees towards complete scope of work, all taxes,duties, levies, license fees, service tax and also payment towards third party chargestowards surveys etc. However, applicable rate of statutory taxes & duties must beindicated separately.

    12 4 Inspection/Certification of all work/services at all stages shall be done by GAIL

  • 7/30/2019 Tender 136

    17/119

    12.6 The cost of any other item / services, which are considered necessary for completionof the job, is deemed to have been included in the lump-sum prices.

    12.7 Prices quoted by the bidder shall be firm and fixed during the bidders performance ofthe contract. A bid submitted with an adjustable price quotation will be treated asnon- responsive and rejected.

    12.8 Statutory variation in service tax, if any, within the contractual completion period shallbe borne by GAIL. No variation in taxes, duties or levies other than service tax shallbe payable.

    12.9 Prices shall be written both in words and figures. In the event of difference, the pricein words shall be valid and binding.

    12.10 Bidder shall be solely responsible for ascertaining all types of taxes and dutiesapplicable for providing the services as mentioned in the scope of work. GAIL shalldeduct Indian income tax applicable from the payments due to the bidder under thecontract. In case of foreign bidder, withholding tax at applicable rate shall bededucted for which Tax Deduction Certificate shall be issued by GAIL.

    12.11 Quoted prices shall also be inclusive of all costs towards carrying out any surveys,travel to India, site visits by its personnel, stay in India, boarding, lodging, incidentalexpenses etc. required for Scope of Work.

    13.0 BID CURRENCY:

    13.1 Bidders may submit bid in the home currency of bidders country or US$. Indian

    Bidder can quote in Indian Rupees.

    13.2 A bidder expecting to incur a portion of his expenditure in the performance ofContract in more than one currency (limited to maximum two currencies) (withoutprejudice to the provisions of Clause 13.1 and wishing to be paid accordingly shallindicate the same in the bid. In such a case, the bid shall be expressed in differentcurrencies with the respective amounts in each currency together making up the totalprice and payment will be made accordingly.

    13.3 Currency once quoted will not be allowed to be changed. Owner shall not be

    compensating for any exchange rate fluctuation.14.0 PERIOD OF VALIDITY OF BID

    14.1 The bid shall remain valid for acceptance for four (4) months from the bid due date.Owner shall reject a bid valid for a shorter period being non-responsive. The Biddershall not be entitled during the said period of 4 months, to revoke or cancel its Bid orto vary the Bid given or any term thereof.

    14.2 In exceptional circumstances, prior to expiry of the original bid validity period, theOwner may request that the bidder extend the period of validity for a specified

    additional period. The requests and the responses thereto shall be made in writing(by fax/post/e-mail). A bidder agreeing to the request will not be required orpermitted to modify his bid.

    15.0 BID SECURITY : Not Applicable.

    16.0 PRE-BID MEETING

    16 1 Th bidd ( ) hi th i d t ti t h th bid d t h b

  • 7/30/2019 Tender 136

    18/119

    16.3 The bidder is requested, as far as possible, to submit any queries by courier or by faxto reach Owners office not later than two days before the meeting. Allcommunication must be addressed to GAIL (India) Limited, 16 Bhikaji Cama Place,New Delhi- 110066, India. It may not be practicable at the meeting to answer queriesreceived late, but queries and responses/clarifications will be transmitted inaccordance with the following sub-clause.

    16.4 The text of the queries raised and the responses given, together with any responsesprepared after the meeting will be transmitted without delay (without identifying thesources of the questions) to all the purchasers of the bidding documents .Anymodifications of the bidding documents listed in clause 7 of Instruction to Biddersthat may become necessary as a result of the pre-bid meeting shall be made by theOwner exclusively through the issue of an addendum pursuant to clause 9 ofInstruction To Bidders and not through the minutes of the pre-bid meeting

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

    bidder.

    17.0 FORMAT AND SIGNING OF BID

    17.1 The bidder shall prepare one original of the document comprising the bid as perclause 11 of Instruction To Bidders marked original. In addition, the bidder shallsubmit one copy of the bid clearly marked copy. In the event of any discrepancybetween the original and the copy, the original will govern (Changed to the extent ofe-tendering-please refer Addendum to ITB).

    17.2 The original and all copy of the bid shall be typed or written in indelible ink (in the

    case of copy, photocopy are also acceptable) and shall be signed by the person orpersons duly authorised to sign on behalf of the bidder to bind the bidder to thecontract. The name and position held by each person signing must be typed orprinted below the signature. All pages of the bid except any catalogues / literaturesshall be signed and sealed by the person or persons signing the bid. (Changed tothe extent of e-tendering-please refer Addendum to ITB).

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

    18.0 ZERO DEVIATION:

    18.1 Bidder to note that this is a ZERO Deviation Bidding Document. Owner willappreciate submission of offer based on the terms and conditions in the enclosedGeneral Conditions of Contract, Instruction To Bidders, Scope of Work, andTechnical Specification etc. to avoid wastage of time and money in seekingclarifications on technical / commercial aspect of the offer. Bidders Bid shall beconsidered non-responsive and liable for rejection, if deviations are taken to theunder mentioned provisions of Bid Documents by the Bidder:-

    Firm Price Scope of Work Specifications Price Schedule / Schedule of Rates Completion Period for total scope of work Force Majeure. Payment terms & conditions. Contract Performance Bank Guarantee (CPBG)

  • 7/30/2019 Tender 136

    19/119

    19.0 E-PAYMENTS

    19.1 GAIL (India) Limited has initiated payments to suppliers and Consultantselectronically and to facilitate the payments electronically, the Indian bidder shouldhave an account with HDFC Bank or ICICI Bank or State Bank of India so that thepayment through e-banking be made to the bidder, in case work is awarded to him.

    The bidder should give their account number and other details in any one of theabove banks to facilitate payment through E-banking.

    20.0 AGENT/CONSULTANT/REPRESENTATIVE/RETAINER/ASSOCIATE

    20.1 Overseas bidder should send their bids directly and not through Agent / Consultant /Representative / Retainer / Associate which will not be recognised. Agent /Consultant / Representative / Retainer / Associate , if any of the Bidder are, however,permitted to purchase Bid Document and attend bid opening provided such Agent /Consultant / Representative / Retainer / Associate has a power of attorney / letter ofauthority setting out very clearly his role, which will be limited to such areas of activity

    as purchase of bid document , attending of bid opening provided further that such apower of attorney / letter of authority is submitted to GAIL in advance for scrutiny andacceptance or otherwise.

    D: SUBMISSION OF BID

    21.0 SEALING AND MARKING OF BIDS (Changed to the extent of e-tendering-please refer Addendum to ITB).

    21.1 Bid shall be submitted in the following manner in separate sealed envelopes dulysuper scribed as below:

    Part-I Techno-commercial / un-priced bid with Tender Fee / copy of Tender Fee.

    Part-II- Priced Bid

    21.2 Techno Commercial Un-priced Bid: (Part I) Original Bid shall be sealed in an e-envelope marking Techno-Commercial Un-Priced Bid Original . It shall containcopy of Tender Fee.

    21.3 Price Bid: (Part II) Original Price Bid shall be sealed in an e-envelope markingPrice Bid -Original which will not be opened along with Techno Commercial Un-Priced Bid .

    21.4 Both e-envelopes containing Techno-Commercial un-priced Bids and Price Bids shallbe submitted on line and shall be addressed to Dy.G.M. (C&P) at address mentionedbelow. Fax/ Telex/Telegraphic/ E-mail bids, whether sent directly or submitted bylocal agent in India, will not be considered and shall be rejected.

    21.5 Bids must be received by Owner at the following Address :

    GAIL (India) Limited,GAIL Bhawan,16 Bhikaji Cama Place,New Delhi 110066, India

    21 6 Each envelope shall indicate name and address of the bidder to enable the bid to be

  • 7/30/2019 Tender 136

    20/119

    22.2 The Owner may, in exceptional circumstances and at its discretion, on givingreasonable notice by fax / e-mail or any written communication to all prospectivebidders who have purchased / have been issued the bid document extend thedeadline for the submission of bids in which case all rights and obligations of theOwner and bidders, previously subject to the original deadline will thereafter besubject to deadline as extended.

    23.0 LATE BIDS

    23.1 Any bid received by the Owner after the deadline for submission of bid will bedeclared Late and rejected and shall be returned unopened to the bidder.

    24.0 MODIFICATION AND WITHDRAWAL OF BIDS

    24.1 The bidder may modify or withdraw its bid after the bid submission, but, before thedue date of submission provided that written notice of the modification, includingsubstitution or withdrawal of the bid, is received by the Owner prior to the deadline

    prescribed for submission of bids.

    24.2 The bidders modification or withdrawal notice shall be prepared, sealed, marked anddelivered in accordance with the provisions of Clause 21 of Instruction To Bidders,with the outer envelopes additionally marked modification or withdrawal asappropriate. A withdrawal notice may also be sent by fax/post, but followed bysigned confirmation copy, post marked not later than the deadline for submission ofbids.

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

    24.4 No bid shall be allowed to be withdrawn in the interval between the deadline forsubmission of bids and the expiration of the period of bid validity specified by thebidder on the bid form.

    E: BID OPENING AND EVALUATION

    25.0 BID OPENING

    25.1 Un-Priced Techno Commercial bid opening:

    25.2 The Owner will open bids (Part-I ) including withdrawals and modifications madepursuant to clause 24 of Instruction To Bidders, in the presence of biddersdesignated representatives who choose to attend, at date, time as stipulated inInvitation For Bids. The bidders representatives who are present shall sign bid-opening register evidencing their attendance. Bidder shall carry authority letter as perFormat F-4 while attending opening.

    25.3 Envelopes marked withdrawal shall be opened first, and the name of the biddershall be read out. Bids for which an acceptable notice of withdrawal has beensubmitted pursuant to clause 24 of Instruction To Bidders shall not be opened.Subsequently, all envelopes marked Modifications shall be opened andsubmissions their in read out in appropriate details. Thereafter all other bids receivedby due date and time will be opened.

    25.4 Bidders names, bid modifications and withdrawals and any other such details as theOwner may consider appropriate will be announced by the Owner.

  • 7/30/2019 Tender 136

    21/119

    27.0 CONTACTING THE OWNER

    27.1 Subject to clause 28, no Bidder shall contact GAIL on any matter relating to its Bid,from the time of Bid opening to the time the Contract is awarded.

    27.2 Any effort by a bidder to influence the Owner in any manner in respect of bidevaluation or bid comparison or award may result in the rejection of the bidders bid.

    28.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

    28.1 Owner will examine the bids to determine whether they are complete, whether anycomputational errors have been made, whether the documents have been properlysigned and whether the bids are generally in order.

    28.2 Once quoted, bidder shall not make any subsequent price changes, whetherresulting or arising out of any technical/commercial clarifications sought regarding thebid within the scope of work, even if any deviation or exclusion may be specifically

    stated in the bid. Such price change shall render the bid liable for rejection. Allresponses to request for clarifications shall be in writing.

    28.3 Unsolicited clarification to the Bid and/or change in price during its validity periodwould render the Bid liable for outright rejection.

    28.4 TECHNO-COMMERCIAL EVALUATION OF BIDS

    28.4.1 Bids will be evaluated in accordance with the Bid Evaluation Criteria given in the BidDocument. The price bid of only those bidders, who meet the Evaluation criteria andTechno-commercial requirement and are found to be responsive shall be opened.

    Conditional bids shall be liable for rejection.

    28.4.2 Bids will be evaluated as received and no query will be asked from the bidders. Toassist in the examination, evaluation and comparison of bids if it becomes absolutelynecessary, Owner may, at its discretion, ask the bidder for a clarification of its bid.The request for such clarification and the response shall be in writing and no changein the price or substance of bids shall be sought, offered or permitted.

    28.4.3 Prior to the evaluation and comparison of bids pursuant to Article-32, Owner willdetermine the substantial responsiveness of each bid to the bidding documents. For

    purpose of this Article a substantially responsive bid is one which conforms to all theterms and conditions of the bidding document without material deviations orreservations. Owners determination of a bids responsiveness is to be based on thecontents of the bid itself without recourse to the extrinsic evidence.

    28.4.4 A bid determined as substantially non-responsive will be rejected by Owner and maynot subsequently be allowed by the Owner to be made responsive by the bidder bycorrection of the non-conformity.

    28.4.5 Bids not confirming to technical specification/requirements (refer Scope of Services)

    as mentioned in the Bid document will be rejected.

    28.4.6 Conditional bids will be liable for rejection.

    29.0 CORRECTION OF ERRORS

    29.1 Bids will be checked by the Owner for any arithmetic errors. Errors will be correctedby the Owner as follows in the following sequential order:

  • 7/30/2019 Tender 136

    22/119

    (c) If there is a discrepancy between the total amount and the sum of totalprices, the sum of total prices shall prevail and the total bid amount will becorrected.

    29.2 The amount stated in the bid will be adjusted by the Owner in accordance with theabove procedure for the correction of errors and, with the concurrence of the bidder,shall be considered as binding upon the bidder. If the bidder does not accept thecorrected amount of bid, its bid will be rejected.

    30.0 PRICE BID OPENING

    30.1 The Owner shall inform the time, date and venue for price bid opening to all suchbidders who qualify pursuant to techno-commercial bid evaluation. Bidders may berequired to attend price bid opening at a short notice of 24 hours. Bidder shall carryauthority letter as per Format F-4 while attending opening.

    30.2 The Owner will open price bids of all bidders notified to attend price bid opening inpresence of authorized bidders representatives. The bidders representatives who

    are present shall sign bid-opening register evidencing their attendance.

    30.3 The bidders name, prices, and such other details as the Owner, at its discretion, mayconsider appropriate will be announced and recorded at the time of bid opening.

    31.0 CONVERSION TO SINGLE CURRENCY

    31.1 To facilitate evaluation and comparison, the Owner will covert all bid pricesexpressed in the amounts in various currencies in which the bid price is payable tosingle currency and that will be Indian Rupees only at the Bill selling exchange ratepublished by the State Bank of India on one day prior to the price bid opening date.

    32.0 EVALUATION AND COMPARISON OF BIDS

    The evaluation & comparison of the bids to arrive at lowest bid shall be calculated byadding the total quoted rates for SOR-I, II and III including all taxes & duties butexclusive of service tax.

    33.0 PURCHASE PREFREENCE

    33.1 Purchase Preference to Central Government Public Sector Undertakings shall beallowed as per government guidelines in vogue.

    F AWARD OF CONTRACT

    34.0 AWARD OF WORK.

    34.1 The Owner will award the contract to the successful bidder (s) whose bid has beendetermined to be substantially responsive and/or have been determined as a loweston least cost to Owner and is determined to be qualified to satisfactorily perform theContract.

    35.0 OWNERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

    35.1 The Owner reserves the right to accept or reject any bid, and to annul the biddingprocess and reject all bids at any time prior to award of the contract without therebyincurring any liability to the affected bidder or bidders or any obligations to inform theaffected bidder or bidders of the ground for Owners action.

    36.0 NOTIFICATION OF AWARD

    36.1 Prior to the expiration of period of bid validity GAIL will notify the successful bidder in

  • 7/30/2019 Tender 136

    23/119

    37.0 SIGNING OF AGREEMENT

    37.1 After the successful bidder has been notified for acceptance of his bid, the bidder isrequired to execute the Contract Agreement within 15 days of receipt of Fax of Intentin the form provided in the Bidding Documents. The Contract Agreement is to beexecuted on the non-judicial paper of appropriate value (the cost of stamp papershall be borne by the Bidder).

    37.2 In the event of failure on the part of the successful bidder to sign the AGREEMENTwithin the above-stipulated period, the acceptance of the tender shall be consideredas cancelled.

    38.0 CONTRACT PERFORMANCE BANK GUARANTEE

    38.1 Pursuant to Article no. 3.6 of General Conditions of Contract bidder will providePerformance Guarantee of 5% of contract value within 15 days of receipt of FOI fromthe Owner. The Performance Guarantee shall be valid for a period of 03 months

    beyond the completion of 24 months after the contractual completion period (referclause no 5.1 xiii of Section V of Bid Document) and in form of either Demand Draftor Bankers Cheque or Bank Guarantee or irrevocable letter of credit and shall be inthe currency of Contract.

    38.2 Failure of the successful bidder to comply with the requirement of this clause shallconstitute a breach of contract, cause for annulment of the award and any suchremedy the Owner may take under the Contract pursuant to General Conditions ofContract and the Owner may call for new bids.

    39.0 CORRUPT AND FRAUDULENT PRACTICES39.1 The Owner requires that Bidders/Consultant observe the highest standard of ethics

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

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

    ii) Fraudulent Practice means a misrepresentation of facts in order to influence theexecution of a Contract to the detriment of the Owner, and includes collusive

    practise among bidders (prior to or after bid submission) designed to establishbid prices at artificial non-competitive levels and to deprive the Owner of thebenefits of free and open competition;

    39.2 The Owner will reject a proposal for award if it determines that the bidderrecommended for award has engaged corrupt or fraudulent practices in competingfor the Contract in question:

    39.3 The Owner will declare a firm ineligible for a period pursuant to GCC.

    39.4 The bidder(s) are required to execute the Integrity Pact attached in the bid

    document as Attachment IV. In case a bidder does not sign the Integrity Pact, his bidshall be liable for rejection.

    40.0 WAIVER OR TRANSFER OF THE AGREEMENT

    40.1 The successful bidder shall not waive the Agreement or transfer it to third parties,whether in part or in whole, nor waive any interest that is included in the Agreementwithout the prior written permission of the Owner

  • 7/30/2019 Tender 136

    24/119

    ADDENDUM TO INSTRUCTION TO BIDDERSInstructions 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 websiteand also enables them to participate and submit Online Bids/Offers in the E-Procurement site directlyfrom the website in secured and transparent manner maintaining confidentiality and securitythroughout the tender evaluation process and award.

    Bidders are requested to read following conditions in conjunction with various conditions, whereverapplicable appearing with this bid invitation for e-Procurement. The conditions mentioned here inunder shall supersede and shall prevail over the conditions enumerated elsewhere in the BidDocument.

    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. Websitehttps://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 mannerensuring confidentiality.

    Vendors/Bidders are advised to read the following instructions for participating in theelectronic tenders directly through Internet:

    i) No Late and delayed Bids/Offers after due date/time shall be permitted in e-Tendering system.

    Time being displayed on our e-Tendering System shall be final binding on bidder and bids haveto be submitted by bidder(s) considering this time only and not the time as per their location /country. No bid can be submitted after the last date and time of submission has reached, however ifbidder intends to change the bid already entered may change/revise the same on or before the lastdate and time of submission deadline .The system time (IST) that will be displayed on e-Procurementwebpage 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 systemwell before the closing date and time of bid.

    iii) No bid can be modified after the dead line for submission of bids.

    iv) No Manual Bids/Offers shall be permitted. The offers submitted through e-tendering systemshall 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-idand password. In the case of vendors not possessing the User Id and Password , they can accessthrough Guest Login as guest. This facilitates viewing of tenders in display mode in Collaborationfolder (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 Bid 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 beinstalled 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:

  • 7/30/2019 Tender 136

    25/119

    e-Procurement administrator would take possible care to allot an User id and Password within 4working days .An Email ( system generated) shall be sent to your email Id ( mentioned by you in theRegistration form) giving details of your User- ID and password. On Receipt of User Id, Please resetthe 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 toview/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.Dpermission for one single vendor. There can be more than one I.D for the same vendor at differentlocation address.

    Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation (tender). Anyvendor willing to participate in GAIL tenders can obtain User Id as described above. Each vendor willget one user id. Vendors are requested to designate one officer from their organization who will submitbids on line.

    Vendors are advised to apply for user id at least 7 days prior to the last date of bid submission in theirown interests. User ids shall be given within 4 days subject to condition that information furnished bythe bidder is complete in all respect. GAIL shall not be responsible for any delays in allocation of userid/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 uniquesender. 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 Authoritiesof India (CCA) has authorized certain trusted Certifying Authorities(CA) who in turn allot on a regularbasis Digital Certificates. Documents which are signed digitally are legally valid documents as per theIndian 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 Certificateas per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root CertifyingAuthority 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 DigitalCertificate from Certifying Agency(C.A). A hyperlink on Vendor/Bidder home page gives link toController of Certifying Agencys (C.C.A.) website from there the bidder can access web sites ofvarious CA sites, using the links provided. One Digital Certificate is valid for specified period and canbe used for signing any number of quotations against enquiries issued by GAIL during such validityperiod.

    Note: In terms of I.T Act 2000,only a digitally signed document will be considered as valid signeddocument.

    The Digital Certificate is issued by C. A. in the name of a person authorized for filing Bids/Offers onbehalf of his Company. The certificate is installed / stored in his computer or preferably received byhim (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.

  • 7/30/2019 Tender 136

    26/119

    iv) Use the class 3 Digital Certificate thus obtained for online bidding on GAIL e-Procurementsite.

    *Links to some licensed CA's are provided below1. http://www.ncodesolutions.com2. http://www.safescrypt.com/

    3. http://www.tcs-ca.tcs.co.in/4. http://www.mtnltrustline.com/

    8) PRE-BID MEETING:

    Subsequent to opening of bids, GAIL may not seek clarifications. Therefore, clarifications, if any, are tobe sought by the bidders during the pre-bid meeting.

    During the pre-bid meeting, GAIL may also arrange demonstration of the e-Procurement portal to theinterested vendors.

    9) BID DOCUMENT FEE:

    Bidders are required to submit the Bid Document Fee in original in form of a crossed Demand Drafthaving a validity of 6 Months from a first class international Bank or an Indian Nationalized / scheduledbank in favour of GAIL (India) Limited payable at New Delhi either in person or through courier inSealed Envelope super scribing the description of Bid Document , Bid Document No., Due date & timeetc. on or before the final Bid due date & time fixed for receipt of bids, failing which the bid will berejected notwithstanding the fact that a scanned copy of Bid Document Fee was earlieruploaded/submitted by the bidder.

    10) EARNEST MONEY DEPOSIT (NOT APPLICABLE)

    11) SUBMISSION OF DOCUMENTS:

    Bidders are required to upload all Tender forms and supporting documents which form part of thebid/tender in the e-Procurement (COLLABORATION ,C-Folders) site only. However, documentsspecified to be submitted physically viz: Bid Document Fee etc. need to be submitted in a sealedenvelope in accordance with the method described in RFQ. The same should reach GAIL (India)Limited, Attn: DGM (C & P-Projects), 16, Bhikaiji Cama Place, New Delhi 110066, India (cut -out slipplaced below). Bidder shall ensure that all the documents relevant to bid are uploaded in time andfailure 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:i) Bidder is required to save/store their bid documents for each item into their computers before

    submitting their bid into e-tendering system by pressing the Hold Button.

    ii) Bidder is required to fill up the price/rate strictly in the Schedule of Rate(SOR) attached with thetender.

    Inadvertently, if a document is uploaded in Collaboration Folder (C Folder) by the bidders, suchdocument can be deleted by the Bidder and in its place a new/modified document can be uploaded.The new/modified document will be required to be signed digitally. Where two similar documents areexisting in the folder, the latest version of the document shall only be taken into cognizance forevaluation and earlier versions shall be ignored.

    Bidders are requested to upload small sized documents preferably ( upto 2 MB) at a time to facilitatel di i t P t it GAIL d t t k ibilit i f f il f th

  • 7/30/2019 Tender 136

    27/119

    Before the bid is uploaded, the bid comprising of all attached documents should be digitally signedusing digital signatures issued by an acceptable Certifying Authority (CA) in accordance with theIndian IT Act 2000. If any modifications are required to be made to a document after attaching digitalsignatures, the digital signature shall again be attached to the modified documents before uploadingthe same.

    The Authenticity of above digital signatures shall be verified through authorized CA after bid openingand in case the digital signature is not authorized/valid, the bid will be rejected. Bidder shall beresponsible for ensuring the validity of digital signatures and proper usage of the same by responsiblepersons who can bind the bidder. Scanned copy of Power of Attorney of the signatory issued by thebidding company should be submitted on line along with other documents as per tender conditions.

    BIDDERS SHALL OBTAIN THE DIGITAL CERTIFICATE DIRECTLY FROM CERTIFYINGAUTHOIRITY ( CA) ONLY AND DIGITAL CERTIFICATE ISSUED BY SUB CA / AGENT WILL NOTBE COMPATATIBLE WITH OUR e-TENDERING SYSTEM.FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL CERTIFICATE FROMCERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL CERTIFICATE OBTAINED

    FROM FOREIGN COUNTRIES ARE NOT ACCEPTABLE.

    *Links to some licensed CA's IN India are provided below. Forein Bidders may obtain theDigital certificate from these CAs.1http://www.ncodesolutions.com2http://www.safescrypt.com/3http://www.tcs-ca.tcs.co.in/4http://www.mtnltrustline.com/

    13) 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.

    14) 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.

    15) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:

    System does not allow for submission / receipt 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 displayedon GAILs e-Procurement webpage shall be final and binding on the bidders for all purposes pertainingto 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 systemwell before the closing date and time of bid.

    Bidders must use any computer having Windows 2000 or Windows XP versions or higher of Windowoperating system and an internet Web Browser version Internet explorer V6.0 or higher recommended.

    16) Proxy: If any bidder is unable to access GAILs e-Procurement site or Bid Documents, the bidder mayplease check whether they are using proxy to connect to internet or their PC is behind any firewall andmay contact their system administrator to enable connectivity. Please note that Port 443 and Port 8443should be enabled on proxy/firewall for HTTPS connectivity. Dial-up internet connectivity withoutProxy settings is another option.

  • 7/30/2019 Tender 136

    28/119

  • 7/30/2019 Tender 136

    29/119

    SECTION-III: GENERAL CONDITIONS OF CONTRACT

    ARTICLE 3.1: DEFINITIONS AND INTERPRETATIONS

    In this Document, as hereunder defined, the following terms and expressions shall have themeaning hereby assigned to them except where the context otherwise requires:

    AGREEMENT means the agreement concluded on non-judicial stamp paper between GAILand Consultant for Services as per this Bid document.

    GAIL/OWNER shall mean GAIL (India) Limited

    GAIL'S REPRESENTATIVE means the person appointed or authorized from time to time byGAIL for execution of the contract.

    CONSULTANT'S REPRESENTATIVE means the person appointed from time to time by

    CONSULTANT for execution of the Contract.

    ENGINEER-IN-CHARGE/EXECUTIVE-IN-CHARGE shall mean the person designated fromtime to time by the GAIL and shall include those who are expressly authorized by him to act forand on his behalf for operation of this CONTRACT.

    SIGN OFF means a recorded statement for completion of a milestone/major activity byConsultant as envisaged in this document and accepted by GAIL.

    CONTRACT shall mean Letter of Acceptance and all attached exhibits and document referred

    to therein and all terms and conditions thereof together with any subsequent modificationsthereto.

    SERVICES mean the duties to be performed and the services to be rendered by Consultantaccording to the terms and conditions of the Contract.

    HEADINGS the headings appearing herein are for convenience only and shall not be taken inconsideration in the interpretation or construction of the Contract.

    SINGULAR AND PLURAL WORDS importing the singular only also include the plural and

    vice-versa where the context requires.

    ARTICLE 3.2: PERFORMANCE OF DUTIES AND SERVICES BY CONSULTNT

    3.2.1 Consultant shall perform its Services in full accordance with the terms and conditions ofthe Contract and any applicable local laws and regulations and shall exercise allreasonable professional skill, care and diligence in the discharge of said Project work.Consultant shall in all professional matters act as a faithful advisor to GAIL, and willprovide all the expert commercial/technical advice and skills which are normally requiredfor the class of Services for which it is engaged.

    Consultant, its staff, employees shall carry out all its responsibilities in accordance withthe best professional standards.

    Consultant shall prepare and submit documents /reports etc. in due time and inaccordance with the Tender Conditions.

  • 7/30/2019 Tender 136

    30/119

    ARTICLE 3.4: CONSULTANTS REPRESENTATIVE

    3.4.1 Consultant shall nominate a qualified and experienced person as its Representativewho will be the contact person between GAIL and Consultant for the performance ofthe Contract. This nomination shall be done within ten (10) days after the coming intoforce of the Contract. Consultant shall notify GAIL in writing prior to the appointment of

    a new representative. Consultant's Representative may be replaced only with GAIL'sconsent after getting approved his CVs from GAIL.

    GAIL shall be at liberty to object to any nomination and to require Consultant to removeConsultant's representative for good causes. Consultant shall replace immediatelysuch person by competent substitute at no extra cost to GAIL.

    3.4.2 Consultants Representative shall be entitled to act on behalf of Consultant with respectto any decisions to be made under the Contract.

    ARTICLE 3.5: PAYMENT TERMS

    3.5.1 GAIL shall pay for the services rendered as per stipulation in the tender through E-Banking only (through ICICI Bank, HDFC Bank or State Bank of India). All Bankcharges of consultants Bankers shall be to the consultants account.

    3.5.2 Consultant will invoice GAIL according to the terms and conditions provided in thetender.

    3.5.3 Payment terms will be as follows:

    3.5.3.1 For all consultancy jobs for preparation of reports, payment terms will be asfollows:

    - 60 % on submission & acceptance of Draft report.Where outsourcing will be required, payment will be released on the basis ofMilestones achieved within 60% such as submission of report for market survey,etc. The payment for such milestones will be restricted to actual payment made tooutsourced agency/ies subject to 40% within 60% limit.

    - 40% on submission & acceptance of final report.Where EMP/EIA/RRA is involved, the 40% payment will be divided as follows:-

    - 20% on submission and acceptance of final DFR/Report

    - 20% on submission and acceptance of EMP/EIA/RRA

    If acceptance is not conveyed within 30 days, it will be presumed to be accepted.

    3.5.3.2 For Acquisition/Due diligence consultancy cases; the payment terms will be asfollows:

    Stages Payment (%age of lumpsum price)

    a) On submission and acceptance of draft report 40%

    C lt t h ll b t i t d t t bl f th St l t d i di t d

  • 7/30/2019 Tender 136

    31/119

    Consultant shall be restricted to payments payable for the Stage completed as indicatedabove.

    3.5.3.3 FOR PMC JOBS/ PROJECT QUALITY CONSULTANTS, payment terms shall be asfollows :

    - On completion of Milestones against each activity 95%of Project as identified in the scope of workprogressively based on Fortnightly invoices

    - After close out of Project on completion 5%of job in all respects

    3.5.3.4 For Back-up Consultants for Project Monitoring and for Third Party InspectionServices, payment will be based on Manday Rate (per diem)

    3.5.4 In case of disputes concerning invoice(s), GAIL shall return said invoice(s) to Consultantwithin fifteen (15) days from its/their receipt specifying in writing the reasons for its / theirrejection.

    GAIL shall pay the undisputed amount of the invoice(s) according to Article - 3.5.3hereof.

    The disputed amount, if any, shall be paid after mutual settlement between GAIL andConsultant.

    Total or partial rejection of the invoice(s) shall not release Consultant from any of itsobligations under the Contract.

    ARTICLE 3.6: PERFORMANCE GUARANTEE

    3.6.1 Consultant shall submit to GAIL an unconditional, irrevocable and on first demandguarantee from any Indian scheduled bank or a branch of an International banksituated in India and registered with Reserve Bank of India as scheduled foreign bank.However, other than the Nationalized Indian Banks, the banks whose BGs arefurnished, must be commercial banks having net worth in excess of Rs. 100 Croresand a declaration to this effect should be made by such commercial bank either in thebank guarantee itself or separately on a letter head.

    The value of Contract Performance Guarantee shall be 5% of contract value for thedue performance of the Contract. The Contract Performance Guarantee shall be validas per Special Conditions of Contract. The format of performance guarantee isannexed hereto . All expenses incurred in obtaining of such guarantee shall be borneby Consultant.

    3.6.2 In case of extension of completion period, Consultant shall be required to extend theperformance guarantee for an appropriate period of time as per contractualrequirements.

    ARTICLE 3.7: CONFIDENTIALITY

    3.7.1 Consultant/GAIL shall treat all matters in connection with the Contract as strictlyconfidential and undertakes not to disclose, in any way, information, documents,technical data, experience and know-how given to him by GAIL/Consultant without theprior written consent of the latter

    ARTICLE 3 8: TAXES AND DUTIES

  • 7/30/2019 Tender 136

    32/119

    ARTICLE 3.8: TAXES AND DUTIES

    3.8.1 Consultant shall pay any and all taxes including service tax, duties, levies etc. whichare payable in relation to the performance of the Contract. The quoted price shall beinclusive of all such taxes and duties.

    3.8.2 Statutory variation in taxes (CST, LST, WCT, withholding tax, service tax etc.) andduties, if any, within the contractual completion period shall be borne by GAIL. Novariation in taxes duties or levies other than statutory taxes & duties shall be payable.

    3.8.3 Consultant will not claim from GAIL any taxes paid by him.

    3.8.4 GAIL shall deduct Income tax at source at applicable rates.

    ARTICLE 3.9: RESOLUTION OF DISPUTES / ARBITRATION

    3.9.1 GAIL and Consultant shall make every effort to resolve amicably by direct informalnegotiations any disagreement or dispute arising between them under or in connectionwith the Contract.

    3.9.2 All disputes, controversies, or claims between the parties (except in matters where thedecision of the Executive/Engineer-in-Charge is deemed to be final and binding) whichcannot be mutually resolved within a reasonable time shall be referred to Arbitration bysole arbitrator.

    GAIL shall suggest a panel of three independent and distinguished persons to the other

    party (Consultant) to select any one among them to act as the sole Arbitrator.

    In the event of failure of the other party to select the Sole Arbitrator within 30 days fromthe receipt of the communication suggesting the panel of arbitrators, the right ofselection of sole Arbitrator by the other party shall stand forfeited and GAIL shall havediscretion to proceed with the appointment of the sole Arbitrator. The decision of theGAIL on the appointment of Sole Arbitrator shall be final and binding on the parties.

    The award of the Sole Arbitrator shall be final and binding on the parties and unlessdirected/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings

    shall be shared equally by the PARTIES. The arbitration proceeding shall be in Englishlanguage and the venue shall be at New Delhi, India.

    Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996 andthe rules framed there-under shall be applicable. All matters relating to this contract aresubject to the exclusive jurisdiction of the Courts situated in the State of Delhi (India).

    3.9.3 Consultant may please note that the Arbitration & Conciliation Act 1996 was enactedby the Indian Parliament and is based on United Nations Commission on InternationalTrade Law (UNCITRAL model law), which were prepared after extensive consultation

    with Arbitral Institutions and centers of International Commercial Arbitration. The UnitedNations General Assembly vide resolution 31/98 adopted the UNCITRAL Arbitrationrules on 15 December 1976.

    ARTICLE 3.10: LEGAL CONSTRUCTION

    3 10 1 Subject to the provisions of this Article the Contract shall be in all respects

    3 11 2 Upon notice of suspension Consultant shall suspend immediately the services and

  • 7/30/2019 Tender 136

    33/119

    3.11.2 Upon notice of suspension, Consultant shall suspend immediately the services andreduce expenditure to a minimum to be agreed upon by both the parties.

    3.11.3 Upon suspension of the performance of services, Consultant shall be entitled toreimbursement of the costs which shall have been actually incurred prior to the date ofsuch suspension. However, the total reimbursement shall be restricted to contract

    price.

    3.11.4 By fifteen days prior notice, GAIL may request Consultant to resume the performanceof the services, without any additional cost to GAIL.

    3.11.5 In case of suspension of work by consultant on GAILs request for more than 10 days,demobilization and remobilization charges will be paid to consultant as per Schedule ofRates.

    3.11.6 If the suspension of the duties and services exceeds six months, either party shall be

    entitled to terminate contract according to Article 3.16 hereunder.

    ARTICLE 3.12: PRICE REDUCTION SCHEDULE (PRS)

    3.12.1 In case Consultant fails to complete the services within stipulated period then unlesssuch failure is due to force majeure as defined in Article 3.19 hereinafter or due toGAILs default, there will be a reduction in contract price @ 1/2% for each week ofdelay or part thereof subject to maximum of 5 % of contract price.

    3.12.2 GAIL may without prejudice to any methods of recovery, deduct the amount of such

    PRS from any money due or which may at any time become due to Consultant fromits obligations and liabilities under the contract or by recovery against thePerformance Bank Guarantee. Both Consultant and GAIL agree that the abovepercentage of price reduction are genuine pre-estimates of the loss/damage whichGAIL would have suffered on account of delay/ breach on the part of Consultant andthe said amount will be payable on demand without there being any proof of theactual loss/or damage caused by such breach/delay. A decision of GAIL in the matterof applicability of price reduction shall be final and binding.

    ARTICLE 3.13: ASSIGNMENT

    3.13.1 Consultant shall not have the right to assign or transfer the benefit and obligations of thecontract or any part thereof to the third party without the prior express approval inwriting of GAIL which it shall do at its discretion. However, in event of that alllegal/contractual obligations shall be binding on Consultant only.

    ARTICLE 3.14: INDUSTRIAL AND INTELLECTUAL PROPERTY

    3.14.1 In order to perform the services, Consultant must obtain at its sole account, thenecessary assignments, permits and authorizations from the titleholder of the

    corresponding patents, models, trademarks, names or other protected rights and shallkeep GAIL harmless and indemnify GAIL from and against claims, proceedings,damages, costs and expenses (including but not limited to legal costs) for and/or onaccount of infringements of said patents, models, trademarks names or other protectedrights.

    3 14 2 All documents report information data etc collected and prepared by Consultant in

  • 7/30/2019 Tender 136

    34/119

    ARTICLE 3.15: LIABILITIES

    3.15.1 Without prejudice to any express provision in the contract, Consultant shall be solelyresponsible for any delay, lack of performance, breach of agreement and/or any defaultunder this contract.

    3.15.2 Consultant shall remain liable for any damages due to its gross negligence within thenext 12 months after the issuance of the provisional acceptance certificate of thecontract.

    3.15.3 The amount of liability will be limited to 10% of the contract value.

    ARTICLE 3.16: TERMINATION OF CONTRACT

    3.16.1 Termination for Default

    GAIL reserves its right to terminate / short close the contract, without prejudice to anyother remedy for breach of CONTRACT, by giving one month notice if Consultant failsto perform any obligation(s) under the CONTRACT and if Consultant, does not cure hisfailure within a period of 30 days (or such longer period as GAIL may authorise inwriting) after receipt of the default notice from GAIL.

    3.16.2 Termination for Insolvency

    GAIL may at any time terminate the CONTRACT by giving written notice without

    compensation to Consultant, if Consultant becomes bankrupt or otherwise insolvent,provided that such termination will not prejudice or affect any right of action or remedywhich has accrued or will accrue thereafter to GAIL.

    3.16.3 Termination for convenience

    GAIL may by written notice sent to consultant, terminate the contract, in whole or part,at any time for its convenience. However, the payment shall be released to the extentto which performance of work executed as determined by GAIL till the date upon whichsuch termination becomes effective.

    ARTICLE 3.17: MODIFICATION

    Any modification of or addition to the contract shall not be binding unless made in writing andagreed by both the parties.

    ARTICLE 3.18: CONTRACT/AGREEMENT

    The notification of award along with agreement on non judicial stamp paper of appropriatevalue of as per proforma within 10 days from the date of receipt of LOI, the cost of stamp

    paper is to be borne by Consultant, and its enclosures shall constitute the contract between theparties and supersedes all other prior agreements, arrangements and communications,whether oral or written, between the parties relating to the subject matter hereof.

    ARTICLE 3.19: FORCE MAJEURE

    Shall mean and be limited to the following:

    seven (7) days of the occurrence and cessation of such Force Majeure Conditions. In the

  • 7/30/2019 Tender 136

    35/119

    ( ) y jevent of delay lasting over one month, if arising out of causes of Force Majeure, GAIL reservesthe right to cancel the Contract and the provisions governing termination stated under Article3.16 shall apply.

    For delays arising out of Force Majeure, Consultant shall not claim extension in completion

    date for a period exceeding the period of delay attributable to the causes of Force Majeure andneither GAIL nor Consultant shall be liable to pay extra costs provided it is mutually establishedthat Force Majeure Conditions did actually exist.

    Consultant shall categorically specify the extent of Force Majeure Conditions prevalent in theirworks at the time of submitting their bid and whether the same have been taken intoconsideration or not in their quotations. In the event of any force majeure cause, Consultant orthe GAIL shall not be liable for delays in performing their obligations under this order and thecompletion dates will be extended to Consultant without being subject to price reduction fordelayed completion, as stated elsewhere.

    ARTICLE 3.20: RECTIFICATION PERIOD

    All services shall be rendered strictly in accordance with the terms and conditions stated in theContract.

    No deviation from such conditions shall be made without GAILS agreement in writing whichmust be obtained before any work against the order is commenced. All services rendered byConsultant pursuant to the Contract (irrespective of whether engineering, design data or otherinformation has been furnished, reviewed or approved by GAIL) are guaranteed to be of the

    best quality of their respective kinds.

    Consultant shall rectify at his own cost any mistake in assumption of any data in the study oruse of wrong data or faulty study observed within twelve months of the acceptance of his reportand will submit the rectified report incorporating the changes wherever applicable within 30days of observance of mistake.

    ARTICLE 3.21: SUB CONTRACT

    Any sub contract to be made by the CONSULTANT relating to the services shall be made only

    to such extent and with such duly qualified specialists and entities as shall be approved inwriting in advance by GAIL. Upon the request of GAIL, the consultant shall submit for GAILsprior approval, the terms of reference or any amendment thereof for such sub contractorsSERVICES. Notwithstanding such approval, the consultant shall remain fully responsible forthe performance of services under the CONTRACT.

    ARTICLE 3.22: NOTICES

    3.22.1 Any notice given by one party to the other pursuant to the CONTRACT shall besent in writing or by telegram or fax, telex/cable confirmed in writing.

    3.22.2 A notice shall be effective when delivered or on the notices effective date, whichever islater.

    ARTICLE 3.23: ACQUISITION OF DATA

    If required CONSULTANT shall be responsible for carrying out any surveys and acquisition of

  • 7/30/2019 Tender 136

    36/119

    BID DOCUMENT NO.:

  • 7/30/2019 Tender 136

    37/119

    F-1BIDDERS GENERAL INFORMATION

    ToGAIL (India) Limited

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

    Bidder Name: ________________________________________

    1-1 Number of Years in Operation: ________________________________________

    1-2 Address of Registered Office: ________________________________________City________________ District _________

    State _______________ PIN/ZIP__________

    1-3 Operation Addressif different from above: _______________________________________

    _______________________________________

    City________________ District _________

    State _______________ PIN/ZIP__________

    1-4 Telephone Number: _______________________________________

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

    1-5 E-mail address: ________________________________________

    1-6 Website: ________________________________________

    1-7 Fax Number: ________________________________________

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

    1-8 ISO Certification, if any {If yes, please furnish details}

    1-9 Bid Currency __________________________________

    1-10 Bankers Name : _____________________________________

    1-11 Branch : _____________________________________

    1-12 Branch Code : _____________________________________

    1-13 Bank account number : _____________________________________

  • 7/30/2019 Tender 136

    38/119

    BID DOCUMENT NO.:

    F-2BID FORM

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

    Dear Sir,

    After examining/reviewing the Bidding Documents for Project Management Consultancy servicesfor .. including technical specifications, drawings,General and Special Conditions of Contract and schedule of rates, etc. the receipt of which ishereby duly acknowledged, we, the undersigned, are pleased to offer to execute the whole of theJob for all specified items as per Schedule of Rates in conformity with, the said Bid Documents,including Addenda Nos. ____________.

    We undertake, if our bid is accepted, to complete entire work as specified in the Bid Documentwithin the completion schedule specified therein. We confirm that this bid is valid for a period offour (4) months from the date of opening of Techno-Commercial Bid, and it shall remain bindingupon us and may be accepted by any time before the expiration of that period.

    If our bid is accepted, we will provide the performance guarantee equal to 5% (Five per cent) ofthe Contract Price, for the due performance with in f ifteen days of such award.

    Until a final Contract is prepared and executed, the bid together with your written acceptancethereof in your notification of award shall constitute a binding Contract between us.

    We understand that Bid Document is not exhaustive and any action and activity not mentioned inBid Documents but may be inferred to be included to meet the intend of the Bid Documents shallbe deemed to be mentioned in Bid Documents unless otherwise specifically excluded and weconfirm to perform for fulfilment of Agreement and completeness of the Work in all respects withinthe time frame and agreed price.

    We understand that you are not bound to accept the lowest priced or any bid that you mayreceive.

    Dated this Day of 200_

    Signature of authorized signatoryName: -------------------------------

    Date:Designation:

    Place:

    Seal:...

    BID DOCUMENT NO.:

  • 7/30/2019 Tender 136

    39/119

    F-3LIST OF ENCLOSURES

    GAIL (India) LimitedGAIL Bhavan,

    16, Bhikaiji Cama Place,R.K. Puram, New Delhi -110066India

    Dear Sir,

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

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

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

    3B.

    3. Organisation chart of the bidder and the structure assigned for execution of the work underthis bid with details of Bidders infrastructure in India as well as internationally and localsupport offices.

    4. Methodology of execution of work

    5. Copy of Bidding Documents along with addendum/corrigendum no. .. duly signed and sealedon each page, in token of confirmation that Bid Documents are considered in full whilepreparing the bid and in case of award, work will be executed in accordance with the

    provisions detailed in Bid Documents.6. Bidder declaration that they are not under any liquidation, court receivership or similar

    proceedings.

    7. Disclaimer : Format F-11 duly filled in.

    8. Attachment III : Agreed Terms & Conditions duly filled in.

    (SEAL AND SIGNATURE OF BIDDER)

    BID DOCUMENT NO.:

  • 7/30/2019 Tender 136

    40/119

    F-3A

    Annual Turnover

    Each Bidder must fill in this form

    Annual Turnover data for the last 3 years:

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

    Year 1: 2004-05

    Year 2: 2005-06

    Year 3: 2006-07

    1. The information supplied should be the Annual Turnover of the bidder2. A brief note should be appended describing thereby details of turnover as per audited

    results.

    SEAL AND SIGNATURE OF THE BIDDER

    (*) To be filled by Owner during evaluation

    BID DOCUMENT NO.:

  • 7/30/2019 Tender 136

    41/119

    F-3B

    FINANCIAL SITUATION

    Bidder must fill this form

    FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR 2006-2007

    Description Year

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

    1. Current assets

    2. Current Liabilities

    3. Working Capital (Current Assets-Current

    liabilities)

    4. Net Worth

    Owners funds (Paid up share capital and

    Free Reserves & Surplus) (NW)

    5. Profits before taxes (PBT)

    6. Return on Equity (PBT/NW) x 100

    1. Attached are copies of the audited balance sheets, including all related notes and income

    statement for the last Audited Financial year, as indicated above, complying with the

    following conditions.

    All such documents reflect the financial situation of the bidder

    Historic financial statements must be audited by a certified accountant.

    Historic financial statements must be complete, including all notes to the financial

    statements.

    Historic financial statements must correspond to accounting periods already completed

    and audited (no statement for partial periods shall be requested or accepted)

    BID DOCUMENT NO.:

  • 7/30/2019 Tender 136

    42/119

    F-4LETTER OF AUTHORITY

    PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENTNEGOTIATIONS/CONFERENCES

    No. Date:

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

    India

    Dear Sir,

    We _____________________________________ hereby authorize following representative(s) toattend Pre Bid Meeting / un-priced bid opening / Price bid opening and for any othercorrespondence and communication against above Bidding Document:

    1) Name & Designation _______________________ Signature _________________

    2) Name & Designation _______________________ Signature _________________

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

    Yours faithfully,

    Signature

    Name & Designation

    For and on behalf of

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

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

    BID DOCUMENT NO.:

  • 7/30/2019 Tender 136

    43/119

    F-5NO DEVIATION CONFIRMATION

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

    Dear Sir,

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

    (SEAL AND SIGNATURE OF BIDDER)

    BID DOCUMENT NO.:

  • 7/30/2019 Tender 136

    44/119

    F-6CERTIFICATE

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

    Dear Sir,

    If we become a successful bidder and pursuant to the provisions of the Bidding Documentsaward is given to us for the following certificate shall be automatically enforceable:

    We agree and acknowledge that the Employer is entering into the Agreement solely on its ownbehalf and not on behalf of any other person or entity. In particular, it is expressly understood

    and agreed that the Government of India is not a party to the Agreement and has no liabilities,

    obligations or rights there under. It is expressly understood and agreed that the Employer is

    authorised to enter into Agreement, solely on its own behalf under the applicable laws of India.

    We expressly agree, acknowledge and understand that the Employer is not an agent,

    representative or delegate of the Government of India. It is further understood and agreed that

    the Government of India is not and shall not be liable for any acts, omissions, commissions,

    breaches or other wrongs arising out of the Agreement. Accordingly, we hereby expressly waive,

    release and forego any and all actions or claims, including cross claims, VIP claims or counter

    claims against the Government of India arising out of the Agreement and covenants not to sue to

    Government of India as to any manner, claim, cause of action or things whatsoever arising of or

    under the Agreement.

    Seal and Signature of Bidder

  • 7/30/2019 Tender 136

    45/119

    Bid Document No. 8000000405 Page 45 of 116

    BID DOCUMENT NO.:

    F-7DETAILS OF SIMILAR WORK DONE AS PER BID EVALUATION CRITERIA / SCOPE OF WORK

    Sr.

    No.

    Description ofthe work

    Locationof thework

    Full Postal Addressand phone nos. ofClient & Name ofOfficer-in-Charge

    Value ofContract

    Date ofCommence-ment of Work

    ScheduledCompletion

    Time(Months)

    Date ofActual

    Completion

    Reasons fordelay inproject

    completion, ifany

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

    The Work completed earlier than the period indicated in Bid Evaluation Criteria / Scope of Work 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 ofbid.

    SEAL AND SIGNATURE OF BIDDER

  • 7/30/2019 Tender 136

    46/119

    Bid Document No. 8000000405 Page 46 of 116

    BID DOCUMENT NO.:F-8

    PRESENT COMMITMENTS OF THE BIDDERSr.No.

    Full Postal Address andphone nos. of Client &

    Name of Officer-in-Charge

    Description ofthe Work

    Date ofCommencement

    of Work

    ScheduledComp. Period

    TotalContractual

    Value

    %Age Comp.as on Date

    Expected Dateof Completion

    Remarks

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

    SEAL AND SIGNATURE OF BIDDER

    Bid document no.F-9

    PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE

  • 7/30/2019 Tender 136

    47/119

    PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEEPERFORMANCE SECURITY

    (CONTRACT PERFORMANCE BANK GUARANTEE)- UNCONDITIONAL

    (TO


Recommended