Академический Документы
Профессиональный Документы
Культура Документы
Table of Contents
Document Number
A096-000-KA-MR5785-1233-RFQ
PRICE SCHEDULE
A096-S_C_C
A096-SIB
A096-000-KA-MR5785
A096-000-16-45-SI5785
A096-000-16-45TCL-5785
A096-000-16-45-DF5785
A096-000-16-45-CL5785
A096-000-16-45-SL5785
A096-000-16-45-SU5785
A096-000-16-45-SP5785
Piping Material
Specification - A1A
CLASS
A096-04-41-1421112-VRU
A096-142-04-DS1501
A096-000-16-45-DS5785
A096-000-16-45VDR-5785
A096-000-16-45-ER5785
A096-000-16-50-LL5785
A096-000-16-50-DS5785
A096-000-16-50-VR5785
6-51-0032
6-81-1032
6-81-2026
A096-000-16-51-SP011
A096-000-16-51-MD011
A096-000-00-CF-011
A096-000-16-51VDR-011
6-52-0026
6-78-0003
6-78-0001
A096-GCC_GOODS
A096-PMS_IMP
A096-PMS_IND
Rev.
Document Title
Page
Number
3
ENQUIRY DOCUMENT
A
3
6
A
103
105
DEVIATION FORMAT
106
108
Check list for Scope of Supply- Compressor Rotary Lobe Type (Air
Service) Package (Electric Motor driven), Item No. 142-KA-01
List of Mandatory Spare Parts- Compressor Rotary Screw
(Process Service) Package (Electric Motor driven).
Site & Utility Data- Compressor Rotary Lobe Type Package
(Electric Motor driven).
Job Specification for Compressor Rotary Lobe Type Package
(Electric Motor driven)
Piping Material Specification - A1A CLASS
133
134
136
147
CHECKLIST
151
M.V. MOTOR
152
154
4
2
2
0
157
171
177
182
MISCELLANEOUS
194
0
0
COMPLIANCE STATEMENT
VENDOR DATA REQUIREMENTS
195
198
3
0
0
0
0
0
202
210
222
231
256
267
A
A
A
Page 1 of 286
11
19
33
91
112
114
119
127
143
Table of Contents
Document Number
A096VEND_PER_EVA
Rev.
0
Page 2 of 286
Document Title
VENDOR PERFORMANCE EVALUATION
Page
Number
274
NOT REQUIRED
PRE-BID MEETING:
BID SECURITY: Not Applicable
BIDDING DOCUMENT FEE: Not Applicable
UNPRICED BID OPENING: PUBLIC OPENING AT 1500 hrs. (IST) on 08.11.2013. at Engineers India Ltd.,1, Bhikaiji Cama Place, RK
Puram, New Delhi- 110066
PRICED BID OPENING : PUBLIC OPENING : DATE, TIME AND VENUE SHALL BE INTIMATED LATER
Gentlemen,
1.
Bids in hard copy are requested on behalf of our client M/s. GAIL (India) Limited, for the captioned item in total compliance to
technical specifications, scope and terms & conditions of enquiry documents/attachments. Your offer must be complete in all
respect and must contain confirmation/compliance to all points of enclosed commercial Agreed Terms & Conditions without
any deviations i.e. ZERO DEVIATION OFFER, failing which your offer will be liable for rejection. Please note that issuance of
technical and commercial queries is not envisaged and your offer may be evaluated based on input given therein. Hence prebid clarifications, if required may be sought from us immediately on receipt of this RFQ.
2.
Bidder can download the RFQ Documents from EILs website http://engineersindia.com . However, bidders have to submit
their bids only in hard copy as specified hereunder.
Bids should be submitted separately in three parts, in sealed envelopes pasted with corresponding cut-out slips enclosed.
Part-I: 05 (Five) Sets (1 Original + 4 Copies) of UNPRICED BID; complete with technical & commercial details including unpriced
copy of price schedule (i.e. identical to Part-II with prices blanked out and replaced by Quoted or Not Quoted). Each of these
five unpriced bids shall be completely identical in all respect. All Unpriced copies should be submitted in a sealed envelope and
pasted with the corresponding cut-out slip.
Part II: 02 (Two) Sets (1 Original + 1 Copy) of PRICED BID, containing price schedule only. All priced copies should be submitted
in a sealed envelope and pasted with corresponding cut-out slip.
Part III: Bidder is required to submit Power of Attorney. Original Power of Attorney should be submitted in a sealed envelope
and pasted with corresponding cut-out slip,
The three envelopes containing Part I ,II & III of bids respectively should be enclosed in a common large envelope duly sealed
and pasted with the corresponding CUT-OUT slip.
Also bidder shall ensure that the envelopes used are strong enough to withstand the weight and enroute handling by Postal
Departments, Courier Service etc.
In view of submission mode in Hard copies, all comments/instructions regarding submission of Bids through E-tendering
mentioned in the commercial documents are NOT APPLICABLE for this RFQ.
The word e-bids wherever appearing in the commercial document stands replaced with the words Bids in hard copy
3.
Bids complete in all respects should reach our office (Engineers India Limited, EI Bhawan, New Delhi as per the address
mentioned on cut-out slip) , on or before the BID-DUE DATE & TIME. Bids sent through Fax/E-mail will not be accepted.
Page 3 of 286
4.
Bids should be submitted in accordance with Clause 10 of the ITB except that integrity pact is not required to be submitted in
case of order value less than Rs.1 crore.
5.
6.
The bidders are required to confirm whether the enterprise is a Micro/ Small/ Medium enterprises along with documents from
the appropriate authority. Accordingly bidder to furnish the confirmation as per attachment enclosed along with RFQ
documents from appropriate authority.
7.
8.
The payment for Supervision of Erection, Testing & Commissioning to Indian bidders shall be made in accordance with S.
No. 1.1.4 as per Annexure-I to Special Conditions of Contract (SCC).
Foreign bidders: The payment to Indian bidders shall be made in accordance with S.No. 1.2.1.2 a) of Annexure-I to
Special Conditions of Contract (SCC).
The payment for Supervision of Erection, Testing & Commissioning to Foreign bidders shall be made in accordance with S.
No. 1.2.4 as per Annexure-I to Special Conditions of Contract (SCC).
9.
THE OFFER SHOULD BE VALID FOR Three (3) MONTHS FROM FINAL BID DUE DATE.
However, Public Sector Undertakings / Enterprises are exempted from this requirement. If the bidder is not
meeting the above criteria their bid shall not be evaluated further.
Bidders are therefore requested to furnish the Audited Financial Statement for the immediate preceding year
including Profit & Loss Account.
18. No claim Certificate is Annexed as Annexure I(c) to this RFQ document. Seller is required to furnish the same
along with the final invoice/bill. Payment against final bill shall be released only after sellers furnishing this
certificate duly filled in signed and stamped.
19.
Owner shall follow the Public procurement Policy on Procurement of goods and services from Micro
and Small Enterprises (MSEs) order 2012 as per attached Annexure-I(D) to this RFQ document.
Accordingly, the quantities against the items may be split, as applicable, to enable the splitting of item
Page 4 of 286
in terms of 20% and 80% between the MSEs and non-MSEs respectively. In that case, the quoted prices
against various items shall remain valid in case of splitting of quantities of the items as above.
This shall be in addition to the methodology for evaluation and award, stipulated elsewhere in the
document.
*Please specify RFQ No. SM/A096-000-KA-MR-5785/1233 in all correspondence
THIS IS NOT AN ORDER
Very truly yours,
For & on behalf of Client
(SUNITA MITRA)
AGM (C & P)
Engineers India Limited
Enclosures:
I - COMMERCIAL SECTION (SOFT COPY)
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
REQUEST FOR QUOTATION (RFQ) along with Acknowledgement letter, Proforma of Letter of Authority
for attending Pre-bid Meeting/Bid Opening, Format for No claim certificate / PROVISIONS FOR MICRO
AND SMALL ENTERPRISES UNDER (PPP), 2012/Cut-out slip
Addendum to ITB for etendering
Ready Reckoner for Bidders
Instructions to Bidders (ITB), Forms & Formats
Integrity Pact (to be submitted by bidder along with offer duly filled, signed and stamped)
Special Conditions of Contract & Annexure
General Conditions of Contract (Goods)
Packing, Marking, Shipping & Documentation & Special Packaging Requirements
Vendor performance evaluation criteria.
Price Schedule Formats
Page 5 of 286
ANNEXURE-I(A)
(Proforma of Letter of Authority for attending Pre-Bid Meet/Bid Opening)
LETTER OF AUTHORITY
PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING PRE-BID MEETING /UNPRICED/PRICED BIDS AND
SUBSEQUENT NEGOTIATIONS/CONFERENCES
No.
Date:
RFQ No. :
Item
SM/A096-000-KA-MR-5785/1233
We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.
Yours faithfully,
Signature
Name & Designation
For and on behalf of
NOTES:
A. 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.
B. Not more than two persons are permitted to attend techno commercial un-priced and price bid
opening.
C. Bidders authorized executive is required to carry a copy of this authority letter while attending the unpriced bid opening and price bid opening and submit the same to GAIL/EIL
Page 6 of 286
ANNEXURE-I(B)
NO CLAIM CERTIFICATE
We, ____________________, a company incorporated under the laws of ______________, having its
registered office at _____________________ and carrying on business under the name and style M/s
____________________ were awarded the contract / Purchase Order by GAIL (India) Ltd. In reference
to Tender No. /PO No. _________________________ dated __________.
After completion of the above said Work under the contract/PO, we have scrutinized all our claims,
contentions, disputes, issues with the project officials and we hereby confirm that after adjusting all
payments received by us against our RA. Bills, our balance entitlement under the contract/order is to a
sum of (Currency _________).____________________ as per our Final Bill __________dated
_________________ towards full and final settlement of all our claims, dues, issues and contentions
from GAIL (India) Ltd.
We confirm and declare that with the receipt of aforesaid monies, all our claims dues, disputes,
differences between M/s ______________________ and GAIL (india) Ltd. Under and with reference to
above said contract stands fully and finally settled.
We further confirm absolve GAIL (India) Ltd. from all liabilities present or future arising directly or
indirectly out of the contract.
We further confirm that the present settlement has been arrived at after mutual negotiations and is
freely and fairly entered into between the parties. There is no economic duress or any other
compulsion on us in entering into this settlement.
Signature with Seal of contractor/seller
Dated:
Page 7 of 286
ANNEXURE-I(C)
PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER (PPP), 2012
i)
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 MSEs in case of non-availability of MSEs owned by SC/ST
entrepreneurs.
ii)
The quoted prices against various items shall remain valid in case of splitting of quantities of the items as
above.
iii)
In case bidder is a micro or Small Enterprise under the Micro, Small and Medium Enterprises
Development Act, 2006, the bidder shall submit the following:
a)
Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries
Centers or Khadi and Village Industries 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.
c)
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 bidders company/ firm) where audited accounts are not mandatory as per law.
iv)
If the bidder does not provide the above confirmation or appropriate document or any evidence at the
time of bid submission, then it will be presumed that they do not qualify for any preference admissible in
the Public Procurement Policy (PPP), 2012.
v)
Being NSIC registrant, bidder shall not be exempted from submission of Contract Performance Bank
Guarantee (CPBG), as per Govt. guidelines published through Public Procurement Policy (PPP), 2012. Any
other provisions / exemptions available based on bidder being NSIC registrant indicated elsewhere in the
RFQ documents, shall stands replaced / modified to the extent of above provisions.
Page 8 of 286
UNPRICED OFFER
Client
Project
RFQ No.
: SM/A096-000-KA-MR-5785/1233
Item
From :
To :
SUNITA MITRA AGM (C&P)
Engineers India Limited,
EI Annexe, 2nd Floor,
Project
RFQ No.
: SM/A096-000-KA-MR-5785/1233
Item
From :
To :
SUNITA MITRA AGM (C&P)
Engineers India Limited,
EI Annexe, 2nd Floor,
Page 9 of 286
POWER OF ATTORNEY
Client
Project
RFQ No.
: SM/A096-000-KA-MR-5785/1233
Item
Project
RFQ No.
: SM/A096-000-KA-MR-5785/1233
Item
Page 10 of 286
Sr. No.
Tag No.
Item Description
Qty
01.00
01.01 142-KA-01
02.00
02.01
03
01 NOS.
01LOT
PRICE INCLUDED IN S NO. 1 ABOVE
04
FORMAT - A
NOTES:
1.
2.
3.
4.
5.
6.
The complete bid is without alterations, interlineations or erasures, except as may be necessary to correct errors made by the bidder. In which case such
corrections are rewritten and initiated by the person or persons signing the bid.
Quoted prices are strictly in accordance with the terms and conditions as specified in Bidding Document. Bidder shall indicate Cenvatable + Ed. Cess,
Cenvatable Sevice Tax, UPVAT payable in the state of Uttar Pradesh and Central Sales Tax in Annexure I to Agreed Terms & Conditions.
Quoted prices for Supply are inclusive of commissioning spares, & Special Tools and tackles as required as per Material Requisition.
The quoted prices are inclusive for all documentation, inspection and testing requirements, as specified in the Material Requisition.
Prices are quoted strictly as per the Price Schedule Format made available herein without altering any of the contents of the Price Schedule Format.
Firm values for built- in CIF imported components and raw materials, if any, are indicated against each quoted item. Details of built- in CIF component have
been furnished as per Annexure III to Agreed Terms & Conditions (for Indian bidders).
Signature of Vendor
Page 11 of 286
Evaluation shall be done item-wise basis considering Price of blower, Price of Corresponding Mandatory Spares and 10 man days for
supervision for each blower, in-line with bidding document.
Road Freight quoted in this Price Schedule Format A shall govern.
Spare Parts for 2 years normal operation shall not be considered for comparison of prices.
Bidder shall indicate Q (for quoted) / NQ (for Not Quoted) and NA (for Not applicable) against respective item in all un-priced copies of the Price
Schedule.
Signature of Vendor
Page 12 of 286
Sr. No.
Tag No.
Item Description
Qty
01.00
01.01 142-KA-01
02.00
02.01
03
01 NOS.
01LOT
04
FORMAT-B
NOTES:
1.
2.
3.
4.
The complete bid is without alterations, interlineations or erasures, except as may be necessary to correct errors made by the bidder. In which case such
corrections are rewritten and initiated by the person or persons signing the bid.
Quoted prices for Supply are inclusive of commissioning spares, & Special Tools and tackles as applicable as per Material Requisition.
The quoted prices are inclusive for all documentation, inspection and testing requirements, as specified in the Material Requisition.
Prices are quoted strictly as per the Price Schedule Format made available herein without altering any of the contents of the Price Schedule Format.
Signature of Vendor
Page 13 of 286
Spare Parts for 2 years normal operation shall not be considered for comparison of prices.
Bidder shall indicate Q (for quoted) / NQ (for Not Quoted) and NA (for Not applicable) against respective item in all un-priced copies of the Price
Schedule.
In case a Foreign bidder sources supplies from India, the details of such supplies shall be furnished in their bid along with details of Indian Company(s)
from where the same has been sourced. The prices for the same shall be quoted under Price Schedule Format-A, along with Agreed Terms & Conditions
for India Bidders (which shall be applicable for Indian sourced components), in addition to prices quoted under Format-B. In such a case Format-A shall be
marked with heading Additional supplies / Services. The same shall be considered as part of their equipment price as per Terms & Conditions specified
in the Instructions to Bidders.
Signature of Vendor
Page 14 of 286
Bidder shall quote only one per-diem rate applicable for days as specified in the bidding document,
irrespective of deployment of supervisors of different discipline.
1) b.
In case bidder intends to deploy both Indian (Resident) and Foreign (Expatriate) supervisors, the bidder
shall quote separate per-diem rate, one each for Indian (Resident) supervisor and Foreign (Expatriate)
supervisor. Also, the bidder shall specify the no. of man days required per package/train, separately for
Indian (Resident) & Foreign supervisors.
1) c.
Supervision charges for total man days as specified in bidding document will be taken for evaluation.
However, the same shall be payable extra at actuals based on no. of consumed man days duly certified
by site-in-charge.
1) d.
Per-diem rate for Indian (Resident) Supervisor shall be quoted in Indian Rupees or in US$ / Euro and for
Foreign Supervisor it shall be quoted in Home Currency/US$/EURO, subject to maximum of two
currencies in pursuant to clause no. 12 of ITB.
1) e.
Bidder shall quote per diem charges which shall include lodging, boarding, medical, all insurances
including Bidders personnel and third party insurance, income/corporate tax (as may be applicable) and
all other incidental charges but excluding service tax and to and fro Air/Rail fare. The Service Tax shall be
borne by owner and Local Travel shall be provided by owner.
2) a.
For Foreign (Expatriate)Supervisors : To & fro air fare by economy class through most economical
route preferably by Air India and by AC 2 Tier by Train/ by Air (Economy Class) within India upto GAIL
site, will be reimbursed at actuals.
2) b.
For Indian (Resident) Supervisors: To and fro Train fare by AC 2 tier/ by Air (Economy Class) for travel
to GAIL Site will be reimbursed at actuals.
3)
Per diem charges shall be payable from the day bidders person reaches site upto the day he leaves the
site. No payment will be made for travel days/period.
4)
Bidder will be responsible for all liabilities towards corporate tax, personal income tax etc. (except Service
Tax for their personnel deputed for the supervision job). Tax(s) as per Government policy, shall be
deducted at source by Purchaser while making payments against each invoice.
5)
Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays as
applicable to Purchasers site personnel shall apply.
6)
Vendors supervisory personnel shall observe/abide by site working conditions prevailing at the existing
site, safety codes, Indian laws and local laws.
7)
A notice period of 15 days will be given for mobilization of supervisory personnel for supervision of
erection, testing & commissioning.
8)
(i) Service rendered on Holiday shall be payable at the quoted per diem rate.
(ii) Overtime Charges shall be payable on pro-rata basis.
9)
Per-diem rate/rates quoted by the bidder shall be valid for the period of ONE YEAR after the DATE OF
ACTUAL DELIVERY.
10)
Per Diem rates for Supervision shall be filled in Annexure-I to Format-C attached herewith:
Signature of Vendor
Page 15 of 286
1.0
Description
2.0
3.0
4.0
Unit
For Indian
(Resident)
Supervisor
Nos.
Unit
For Foreign
(Expatriate)
Supervisor
Nos.
Currency
Currency
________
________
Nos.
Nos.
__________%
____________%
Note:
1. In case a bidder quotes more than one rate of supervision charges for discipline wise for Foreign & Indian
supervisors, the maximum rate quoted shall be considered for evaluation for the days specified in the
bidding document. However, payments shall be made based on actual man days consumed for respective
discipline for Indian & Foreign supervisors.
2. For Foreign bidders only
Bidder to clarify whether the bidder have establishment in India or not: ______
In case a foreign bidder has a establishment in India, bidder to furnish the rate of applicable
service tax.
Non Cenvatable Service tax, if any, are included in quoted prices.
Any errors of interpretation of applicability of taxes / duties by the Bidder shall be to Bidders
account.
In case a foreign bidder with no establishment in India, the service tax, as applicable, at the time
of evaluation, shall be added for price evaluation.
Signature of Vendor
Page 16 of 286
S.No
Description
Quantity
(No.)
Unit Price on
FOT dispatch
point basis
(__________)
-----------%
NOTES:
i.
Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT
dispatch point basis as per this format only. Supplier shall quote freight charges upto Project
site. The prices for these spares shall be valid for 2 months over and above validity of the offer.
ii.
The price for spares for 2 year normal operation shall not be considered for evaluation and owner
reserves the right to select and order these spares.
Signature of Vendor
Page 17 of 286
S.No
Description
Quantity
(No.)
Unit Price on
FOB port of
exit basis
(__________)
-----------%
NOTES:
i.
Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT
dispatch point basis as per this format only. Supplier shall quote freight charges upto Project
site. The prices for these spares shall be valid for 2 months over and above validity of the offer.
ii.
The price for spares for 2 year normal operation shall not be considered for evaluation and owner
reserves the right to select and order these spares.
Signature of Vendor
Page 18 of 286
Page 1 of 14
1.
DEFINITIONS
1.1.
In addition to meaning ascribed to certain capitalized terms in GCC - GOODS and GCC WORKS,
following initial capitalized terms shall have the meaning as ascribed to such term hereunder. In case
any term defined hereunder is also defined in GCC - GOODS and / or GCC WORKS, the
meaning ascribed to such term hereunder shall prevail:
1.1.1.
Definitions
Bidding / RFQ Documents shall mean documents issued to the bidder for submission of their bid.
Effective Date shall mean the date on which Contractor / Suppliers obligations will commence and
that will be date of Fax of Acceptance (FOA).
Warehouse / Dump yard / Dump site shall mean a place hired/owned by Owner for the purpose of
storing the material at Project site.
1.2.
Interpretations
1.2.1.
Where any portion of the GCC Goods and / or GCC WORKS is repugnant to or at variance with
any provisions of the SCC then, unless a different intention appears, the provisions of the SCC shall be
deemed to govern the provisions of the GCC Goods and / or GCC WORKS. SCC provisions
shall prevail to the extent of such repugnancy, or variations exist.
1.2.2.
In Contract Documents unless otherwise stated specifically, the singular shall include the plural and
vice versa wherever the context so requires.
1.2.3.
Notwithstanding the sub-division of the Contract Documents into separate sections and volumes every
part of each shall be deemed to be supplementary to and complementary of every other part and shall
be read with and into the Agreement so far as it may be practicable to do so.
1.2.4.
All headings, subtitles and marginal notes to the clauses of the GCC - Goods, GCC Works, SCC or
to the Specifications or to any other part of Bidding Document are solely for the purpose of giving a
concise indication and not a summary of the contents thereof, and they shall never be deemed to be
part thereof or be used in the interpretation or construction thereof.
1.2.5.
The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the
meaning as assigned to fully capitalized term or initial capitalised term.
1.2.6.
Except the obligation of payment to Seller, Consultant may discharge all other Purchasers obligations.
In Bidding Documents at all such places where obligations are confined to Purchaser alone such
provision to read as Purchaser/Consultants obligation to the extent the context so means/ requires.
2.
SELLERS SCOPE
(GCC Goods/Works)
2.1.
2.1.1.
Sellers scope shall include (a) manufacturing of items / goods / equipments as per Material
Requisition, technical specifications; (b) preparation of Quality Assurance / Quality control programme;
(c) obtaining Consultants approval; (d) arranging Inspection and Testing certification; (e) Inspection by
Purchasers/Consultant/Agency Designated by Purchaser and obtaining Inspection Release Note; (f)
obtaining dispatch clearance; (g) Packing; and (h) Loading on truck/trailer for Indian Bidder / loading on
ship at FOB Port of exit including stowing as applicable for foreign Bidder.
2.2.
Transportation of material upto Project site for Indian bidders and shipment of material upto port of
entry in India for Foreign bidders.
2.3.
Site work as per requirements specified in the Bidding document, wherever applicable. Terms &
Conditions for Site Work shall be as per General Conditions of Contract (Works).
2.4.
Site supervision for Erection & Commissioning as per requirements specified in the Bidding document,
wherever applicable.
2.5.
Training of owners / consultants person(s) at vendors works / project site, wherever applicable, as per
guidelines given in the material requisition. The prices for Training shall be included in the quoted
prices until and unless specifically asked for extra prices in price schedule formats.
Page 2 of 14
2.6.
Any other specific requirement / activity though specifically not covered but is required as per scope of
work, scope of supply, specifications, standards, drawings, GCC, SCC or any other part of Bidding
Document.
3.
3.1.
The Seller, wherever applicable shall after proper painting, pack and crate all goods for sea/air/road/rail
transportation in a manner suitable to tropical humid climatic region in accordance with the
internationally accepted practices and in such a manner so as to protect it from damage and
deterioration, in transit by sea or air or road or rail and during storage at the storehouse. The Seller
shall be held responsible for all damages due to improper packing. The Seller shall ensure sizing or
packing of all oversized consignments in such a way that availability of carrier and/or road/rail route is
properly taken into consideration.
3.2.
Seller shall comply with the Packing, Marking and Shipping Instructions and Special Packaging
Requirement as per Attachment II of this Bidding Document.
4.
4.1.
4.2
Delivery period as detailed in Clause 4.1 of SCC, shall be the essence of Agreement and no
variation shall be permitted.
4.3
Failing to meet delivery schedule will be subject to Price Reduction and/or other remedies available
to the Purchaser in Bidding Documents.
4.3
5.
DESPATCH INSTRUCTIONS
5.1.
Seller shall obtain dispatch clearance from the Purchaser/ Consultant prior to each dispatch.
5.2.
Copy of Inspection Release Certificate, Dispatch Clearance and Statement showing the name of the
vessel/transporter, description and weight of material and shipping marks etc. to be submitted along
with the documents.
6.
INDEPENDENT SELLER
6.1.
It is expressly understood and agreed that Seller is an independent party and that neither the Seller/ its
personnel are servants, agents or employees of Purchaser/ Consultant nor the Seller has any kind of
interest in other sellers.
7.
LIEN
7.1.
Seller shall ensure that the Scope of Supply supplied under the Agreement shall be free from any
claims of title/liens from any third party. In the event of such claims by any party, Seller shall at his own
cost defend, indemnify and hold harmless Purchaser or its authorised representative from such
disputes of title/liens, costs, consequences etc.
8.
8.1.
In case, the statutory variation entitles the Employer to recover the amount (irrespective of Contractual
Delivery) such amount will be recovered from any bill of the Contractor / Supplier, immediately on
enforcement of such variation, under intimation to the Contractor / Supplier.
9.
REJECTION
9.1.
Any materials/goods covered under scope of supply, which during the process of inspection by
appointed third party, at any stage of manufacture/fabrication and subsequent stages, prior to dispatch
is found not conforming to the requirements/specifications of the Purchase Requisition/Order, shall be
liable for immediate rejection.
9.2.
Supplier shall be responsible and liable for immediate replacement of such material with acceptable
material at no extra cost or impact on the delivery schedule to employer.
Page 3 of 14
10.
LIMITATION OF LIABILITY
10.1.
Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier under the
Contract or otherwise shall be limited to 100% of contract value. However, neither party shall be liable
to the other party for any indirect and consequential damages, loss of profits or loss of production.
11.
INSURANCE
AS PER GCC (GOODS/WORKS), AS APPLICABLE
12.
GOVERNING LAW
12.1.
Laws of India will govern the Agreement and Delhi courts will have exclusive jurisdiction on all matters
related to Agreement.
13.
13.1.
Without prejudice to EMPLOYERs right and remedies under Agreement, if SUPPLIER fails to
commence delivery as per agreed schedule and/or in reasonable opinion of the EMPLOYER,
CONTRACTOR / SUPPLIER is not in a position to makeup the delay to meet the intended purpose,
the EMPLOYER may terminate the AGREEMENT in full or part at SUPPLIERs default and may get
supplies from other sources at SUPPLIERs risk and cost.
14.
GUARANTEE
AS PER GCC (GOODS/WORKS), AS APPLICABLE
15.
15.1
16.
16.1.
17.
REPEAT ORDER
As per Clause 40.1 of GCC (Goods).
18.
ORIGIN OF GOODS
(In partial modification to GCC)
Page 4 of 14
18.1
A certificate issued by relevant Chamber of Commerce to this effect shall form part of shipping
documents.
19.
FALL CLAUSE
Fall Clause under Clause 38 of GAILs GCC Goods stand deleted.
20.
20.1.
The Bidder shall prepare a detailed quality assurance plan for the execution of Contract for various
facilities, which will be mutually discussed and agreed to.
20.2.
The Bidder shall establish document and maintain an effective quality assurance system outlined in
recognized codes.
20.3.
The Purchaser/Consultant, while agreeing to a quality assurance plan shall mark the stages where
they would like to witness the tests; review any or all stages of work at shop/site as deemed necessary
for quality assurance.
21.
PERFORMANCE EVALUATION
21.1.
The performance of Contractor / Supplier to whom the award is placed shall be evaluated right from
submission of bid till the final completion. Vendor Performance Evaluation Procedure as enclosed with
RFQ.
22.
23.
24.
DISPUTE RESOLUTION
24.1
Article no. 107 of GCC (Works) and Article no. 30 of GCC (Goods) stands modified to the following
extent:
24.1.1
GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with supplementary to
Part III of the Indian Arbitration and Conciliation Act 1996 for speedier, cost effective and
amicable settlement of disputes through conciliation. A copy of the said rules made available on
GAILs web site www.gailonline.com for reference. Unless otherwise specified, the matters where
Page 5 of 14
decision of the Engineer-in-Charge is deemed to be final and binding as provided in the Agreement
and the issues/disputes which cannot be mutually resolved within a reasonable time, all disputes
shall be settled in accordance with the Conciliation Rules 2010.
24.1.2
24.1.3
In case of any dispute(s)/difference(s)/issue(s), a Party shall notify the other Party(ies) in writing
about such a dispute(s)/difference(s)/issue(s) between/amongst the Parties and that such a Party
wishes to refer the dispute(s)/difference(s)/issue(s) to Conciliation. Such invitation for Conciliation
shall contain sufficient information as to the dispute(s)/difference(s)/issue(s) to enable the other
Party(ies) to be fully informed as to the nature of the dispute(s)/difference(s)/issue(s), the amount of
monetary claim, if any, and apparent cause(s) of action.
24.1.4
Conciliation proceedings commence when the other Party(ies) accept(s) the invitation of conciliate
and confirmed in writing. If the other Party (ies) reject(s) the invitation, there will be no conciliation
proceedings.
24.1.5
If the Party initiating conciliation does not receive a reply within thirty days from the date on which
he/she sends the invitation, or within such other period of time as specified in the invitation, he/she
may elect to treat this as a rejection of the invitation to conciliate. If he/she so elects, he/she shall
inform the other Party(ies) accordingly.
24.1.6
Where invitation for Conciliation has been furnished, the Parties shall attempt to settle such
dispute(s) amicably under Part-III of the Indian Arbitration and Conciliation Act, 1996 and GAIL
(India) Limited Conciliation Rules 2010. It would be only after exhausting the option of Conciliation
as an Alternate Dispute Resolution Mechanism that the Parties hereto shall go for Arbitration. For
the purpose of this clause, the option of `Conciliation shall be deemed to have been exhausted,
even in case of rejection of `Conciliation by any of the Parties.
24.1.7
The cost of Conciliation proceedings including but not limited to fees for Conciliator(s), Airfare,
Local Transport, Accommodation, cost towards conference facility etc. shall be borne by the Parties
equally.
24.1.8
The Parties shall freeze claim(s) of interest, if any, and shall not claim the same during the
pendency of Conciliation proceedings. The Settlement Agreement, as and when reached/agreed
upon, shall be signed between the Parties and Conciliation proceedings shall stand terminated on
the date of the Settlement Agreement.
24.2
24.2.1
In the event of any dispute or difference relating to the interpretation and application of the
provisions of the contracts, such dispute or difference shall be referred by either party for Arbitration
to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to
the Government of India in-charge of the Department of Public Enterprises. The Arbitration and
Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the
Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved
by such award may make a further reference for setting aside or revision of the award to the Law
Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such
reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional
Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties finally
and conclusively. The Parties to the dispute will share equally the cost of arbitration as intimated by
the Arbitrator.
Page 6 of 14
ANNEXURE-I TO SCC
PAYMENT TERMS
The following shall be read in conjunction with Article 21 of GCC (Goods)
1.1
1.1.1
INDIAN SUPPLIERS
SUPPLY PORTION (OTHER THAN PACKAGE MRs)
1.1.1.1 Where the MR is only for supply of materials (without any site work) and there is no
Vendor Data Requirement (VDR) specified in the MR:
95% with taxes and duties will be paid progressively against submission of
dispatch documents to GAIL.
5% on receipt of material at site.
1.1.1.2
a)
Where the MR is for supply of materials (without any site work) and calls for
Vendor Data Requirement Other than Pumps, Compressors, Heat
Exchangers, Columns & Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
90% (95% in cases where drawing approval is not required) with taxes and duties
will be paid progressively against submission of dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition and
receipt of material at site.
b)
Where the MR is for supply of materials (without any site work) and calls for
Vendor Data Requirement For Pumps, Compressors, Heat Exchangers,
Columns &
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
10% against placement of sub orders for major raw materials against submission
of equivalent BG.
15% against receipt and identification of major raw materials/ components by EIL
nominated inspectors at Suppliers works against submission of equivalent BG.
65% with taxes and duties will be paid progressively against submission of
dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition and
receipt of material at site.
Major Raw Material for payment against placement of sub orders (if not specified in MR):
Major Raw Material for payment against receipt & identification of raw materials (if not
specified in MR):
Page 7 of 14
1.1.1.3
a)
Where the MR is for supply of materials (with site work) and calls for Vendor
Data Requirement - Other than Pumps, Compressors, Heat Exchangers,
Columns &
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
80% pro-rata (85% in cases where drawing approval is not required) with taxes
and duties will be paid progressively against submission of dispatch documents to
GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on successful completion of Site Work and handing over of
goods/equipment to Purchaser.
b)
Where the MR is for supply of materials (with site work) and calls for Vendor
Data Requirement - For Pumps, Compressors, Heat Exchangers, Columns
&
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
10% against placement of sub orders for major raw materials (Plates and
Forgings/ Plates, Forgings and Tubes/ Castings and Drivers) against submission of
equivalent BG.
15% against receipt and identification of specified major raw materials/
components by EIL nominated inspectors at Suppliers works against submission
of equivalent BG.
55% with taxes and duties will be paid progressively against submission of
dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on successful completion of site work and handing over of goods/equipment
to Purchaser
Major Raw Material for payment against placement of sub orders (if not specified in MR):
Major Raw Material for payment against receipt & identification of raw materials (if not
specified in MR):
1.1.2
Pumps/Compressors :
Castings / Forgings
Page 8 of 14
1.1.2.1
Where the MR is for Packages (without site work) and calls for Vendor Data
Requirement:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
10% against placement of sub orders for major raw materials, as specified in Special
Instructions To Bidders (S.I.B), against submission of equivalent BG.
80% pro-rata (85% in cases where drawing approval is not required) with taxes and
duties will be paid progressively against submission of dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition and
receipt of material at site.
1.1.2.2 Where the MR is for Packages (with site work) and calls for Vendor Data requirement:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
10% against placement of sub orders for major raw materials, as specified in Special
Instructions To Bidders (S.I.B), against submission of equivalent BG.
70% pro-rata (75% in cases where drawing approval is not required) with taxes and
duties will be paid progressively against submission of dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on successful completion of site work and handing over of goods/equipment
to Purchaser.
1.1.3
1.1.4
1.1.5
1.1.6
1.1.7
TRANSPORTATION CHARGES
Transportation charges will be paid progressively within 30 days after receipt and
acceptance of material at Project Site.
Entry Tax/Octroi (if applicable), will be reimbursed at actual basis against submission of
documentary evidence.
TRAINING
100 % on successful completion of Training as per Purchase Requisition.
1.2
FOREIGN SUPPLIERS
Page 9 of 14
1.2.1
1.2.1.1 Where the MR is only for supply of materials (without any site work) and there is no
Vendor Data Requirement (VDR) specified in the MR:
100% including ocean freight (in case of CFR contract) will be paid progressively
through irrevocable LC against submission of shipping documents.
1.2.1.2 a)
Where the MR is for supply of materials (without any site work) and calls for
Vendor Data Requirement Other than Pumps, Compressors, Heat
Exchangers, Columns & Vessels:
5% against approval of Drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
90% (95% in cases where drawing approval is not required) including ocean
freight (in case of CFR contract) will be paid progressively through irrevocable LC
against submission of shipping documents.
Balance 5% against submission of required technical documentation as per
Purchase Order (PO) / Purchase Requisition (PR), through wire transfer.
b)
Where the MR is for supply of materials (without any site work) and calls for
Vendor Data Requirement For Pumps, Compressors, Heat Exchangers,
Columns &
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
10% against placement of sub orders for major raw materials against submission
of equivalent BG through Wire Transfer.
15% against receipt and identification of major raw materials/ components at
Suppliers works against equivalent BG through Wire Transfer.
65% of invoice value including ocean freight (in case of CFR contract) will be paid
progressively through irrevocable LC against submission of shipping documents.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition, through
Wire Transfer.
Major Raw Material for payment against placement of sub orders (if not specified in MR):
Major Raw Material for payment against receipt & identification of raw materials (if not
specified in MR):
Page 10 of 14
1.2.1.3
a)
Where the MR is for supply of materials (with site work) and calls for Vendor
Data Requirement - Other than Pumps, Compressors, Heat Exchangers,
Columns &
Vessels:
5% against approval of Drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
80% (85% in cases where drawing approval is not required) including ocean
freight (in case of CFR contract) will be paid progressively through irrevocable LC
against submission of shipping documents.
5% against submission of required technical documentation as per Purchase
Order (PO) / Purchase Requisition (PR), through wire transfer.
Balance 10% on successful completion of site work and handing over of
goods/equipment to Purchaser, through wire transfer.
b)
Where the MR is for supply of materials (with site work) and calls for Vendor
Data Requirement - For Pumps, Compressors, Heat Exchangers, Columns
&
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
10% against placement of sub orders for major raw materials against submission
of equivalent BG through Wire Transfer.
15% against receipt and identification of major raw materials/ components at
Suppliers works against equivalent BG through Wire Transfer.
55% including ocean freight (in case of CFR contract) will be paid progressively
through irrevocable LC against submission of shipping documents.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition, through
wire transfer.
10% on successful completion of site work and handing over of goods/equipment
to Purchaser, through wire transfer.
Major Raw Material for payment against placement of sub orders (if not specified in MR):
Major Raw Material for payment against receipt & identification of raw materials (if not
specified in MR):
Page 11 of 14
1.2.2
1.2.2.1 Where the MR is for Packages (without site work) and calls for Vendor Data
Requirement:
5% against approval of Drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
10% against placement of sub orders for major raw materials as specified in
Special Instructions To Bidders (S.I.B), against submission of equivalent BG
through Wire Transfer.
80% (85% in cases where drawing approval is not required) including ocean
freight (in case of CFR contract) will be paid progressively through irrevocable LC
against submission of shipping documents.
5% against receipt of Final/As Built Drawings/Document/Data/Manual in
requisite number of Copies/Sets/CDs as per VDR specified in Purchase Requisiton,
through Wire Transfer.
1.2.2.2 Where the MR is for Packages (with site work) and calls for Vendor Data requirement:
5% against approval of Drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
10% against placement of sub orders for major raw materials as specified in
Special Instructions To Bidders (S.I.B), against submission of equivalent BG
through Wire Transfer.
70% (75% in cases where drawing approval is not required) including ocean
freight (in case of CFR contract) will be paid progressively through irrevocable LC
against submission of shipping documents.
5% against receipt of Final/As Built Drawings/Document/Data/Manual in
requisite number of Copies/Sets/CDs as per VDR specified in Purchase Requisiton,
through Wire Transfer.
10% on successful completion of Site Work and handing over of
goods/equipment to Purchaser, through wire transfer.
1.2.3
1.2.4
1.2.5
TRAINING
100% through Wire Transfer on successful completion of Training as per Purchase
Requisition (PR).
Page 12 of 14
NOTES
i.
ii.
iii.
a)
b)
c)
d)
e)
f)
iv.
a)
b)
c)
d)
e)
f)
g)
h)
v.
viii.
Page 13 of 14
1.3
1.4
ix.
L/C opening charges payable to the L/C opening bank shall be borne by the
Purchaser. In case the Seller requires a confirmed L/C, the confirmation charges
shall be borne by the Seller. Any other charges not specified herein shall be on
Sellers account
x.
xi.
All payments (other than through L/C) shall be released within 30 days of receipt
of invoice and all requisite documents, complete in all respects.
xii.
xiii.
Within 45 days after award of order, the Bidder shall furnish a detailed Billing
schedule separately under different heads for Owners approval and the Bidder
shall raise his invoices accordingly. Such billing schedule shall also be
accompanied by their shipment/dispatch schedule.
xiv.
xv.
All progressive advances to foreign as well as Indian supplier (except the advance
against drawing approval) shall be against equivalent bank guarantees which shall
be valid up to contractual delivery date plus three months.
xvi.
Other than the payment terms given above, no other advance payments shall be
payable.
xvii.
a)
Payment of Indian supplies / services shall be released directly to Indian subsupplier / sub-contractor against invoices duly certified by the Foreign supplier.
b)
DEDUCTION AT SOURCE
i.
Purchaser will release the payment to the Seller after effecting deductions as per
applicable law in force.
ii.
Purchaser will release payments to the Contractor / Supplier after offsetting all
dues to the Purchaser payable by the Contractor / Supplier under the Contract.
PAYING AUTHORITY
i. Invoices shall be raised on
GAIL (India) Ltd, HOD (F&A)
GAIL Petrochemical complex-II project, Pata, Distt Auraiya (UP)
ii. Copy to GM (PC), GAIL (I) Ltd, New Delhi
iii. Payments shall be released from site office
Page 14 of 14
Page 1 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 33 of 286
INDEX
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
SCOPE OF BID
ELIGIBLE BIDDERS
ONE BID PER BIDDER
COST OF BID DOCUMENT
SITE VISIT
CONTENT OF BID DOCUMENT
CLARIFICATION ON BID DOCUMENTS
AMENDMENT OF BID DOCUMENTS
LANGUAGE OF BID
DOCUMENTS COMPRISING THE BID
BID PRICES
BID CURRENCY
PERIOD OF VALIDITY OF BIDS
BID SECURITY
PRE-BID MEETING
FORMAT AND SIGNING OF BID
ZERO DEVIATION
E-PAYMENTS
AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
SEALING AND MARKING OF BIDS
DEADLINE FOR SUBMISSION OF BID
LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
MODIFICATION AND WITHDRAWAL OF BIDS
BID OPENING
PROCESS TO BE CONFIDENTIAL
CONTACTING THE EMPLOYER/CONSULTANT
EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
PRICE BID OPENING
ARITHMETIC CORRECTIONS
CONVERSION TO SINGLE CURRENCY
EVALUATION AND COMPARISON OF BIDS
OTHER CRITICAL POINTS FOR EVALUATION OF OFFER
DEEMED EXPORT BENEFIT
AWARD OF WORK
QUANTITY VARIATION
EMPLOYER/CONSULTANTS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
NOTIFICATION OF AWARD
PERFORMANCE GUARANTEE
REPEAT ORDER
CORRUPT AND FRAUDULENT PRACTICES
WAIVER OR TRANSFER OF THE AGREEMENT
ORDER OF PRECEDENCE
REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS
REQUIREMENT OF PAN FOR FOREIGN SUPPLIERS
Page 2 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 34 of 286
SCOPE OF BID:
1.1.
1.2.
SCOPE OF BID: The scope of work shall be as defined in the bidding document.
1.3.
The successful bidder will be expected to complete the Scope of Bid within the period stated in special
conditions of contract.
1.4.
Throughout this bidding documents, the term bid and tender and their derivatives (bidder/tenderer,
Bid/tendered/tender, bidding/tendering, etc.) are synonymous, and day means calendar day.
Singular also means plural.
2.
ELIGIBLE BIDDERS:
Documents Establishing Bidders Qualification.
2.1
2.1.1
Bidder shall, as part of their bid, submit a written power of attorney authorizing the signatory of the bid
to commit the bidder.
2.1.2
Pursuant to qualification criteria specified in RFQ document (If applicable) the bidder shall furnish all
necessary supporting documentary evidence to establish the bidder(s) claim of meeting qualification
criteria.
2.1.3
The bidder shall furnish, as part of his bid, documents establishing the bidders eligibility to bid and his
qualifications to perform the contract if his bid is accepted.
2.1.4
The documentary evidence of the bidders qualifications to perform the contract if his bid is accepted,
shall establish to the OWNERS/CONSULTANTS satisfaction that, the bidder has the financial,
technical and production capacity necessary to perform the contract.
2.2
The invitation of bid is open only to the bidder to whom this enquiry is issued.
2.3
that has provided consulting services related to the work to the EMPLOYER during the
preparatory stages of the works or of the project of which the works form a part, or
that has been hired by the Employer as engineer/consultant for the contract.
2.4
The bidder shall not be under a declaration of ineligibility by EMPLOYER for corrupt or fraudulent
practices as defined in ITB clause no. 40.
2.4.1
The bidder is not put on Holiday / Blacklisted by GAIL or Project management consultant (PMC) of
GAIL or Black listed by any government department / Public sector on due date of submission of bid. If
the documents were issued inadvertently / downloaded from website, offers issued by such bidders
shall not be considered for opening / evaluation / award.
2.5
A job executed by a bidder for its own plant/projects cant be considered as experience for the purpose
of meeting requirement of BEC of the tender. However, jobs executed for Subsidiary/Fellow
subsidiary/Holding company will be considered as experience for the purpose of meeting BEC subject
to submission of tax paid invoice(s) duly certified by Statutory Auditor of the bidder towards payments of
statutory tax in support of the job executed for Subsidiary / Fellow subsidiary / Holding company. Such
bidders to submit these documents in addition to the documents specified in the bidding documents to
meet BEC.
3.
3.1.
A Bidder shall submit only one bid. A Bidder who submits or participates in more than one bid will cause
all the proposals in which the bidder has participated to be disqualified.
3.2.
Alternative priced bids are not acceptable. A bidder who submits alternative bids will cause all bids
alternative bids to be disqualified.
Page 3 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 35 of 286
4.
COST OF BIDDING
4.1.
The bidder shall bear all costs associated with the preparation and submission of the bid, and
EMPLOYER (GAIL)/ CONSULTANT (EIL), will in no case be responsible or liable for this cost,
regardless of the conduct or outcome of the bidding process.
5.
SITE VISIT
5.1.
The bidder is advised to visit and examine the site or / locations of warehouse and its surroundings and
obtain for itself, at its own responsibility, all the information that may be necessary for preparing the bid
and entering into the Contract. The cost of visiting the site shall be at the bidders own expense.
5.2.
The bidder or any of its personnel or agents will be granted permission by the Employer to enter upon
its premises and land for the purpose of such visits, but only upon the express condition that the bidder,
its personnel, and agents will indemnify the Employer and its personnel and agents from and against all
liabilities in respect thereof, and will be responsible for death or personal injury, loss of or damage to
property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.
BIDDING DOCUMENT
6.
6.1.
The Bidding Documents hosted on GAIL and EIL Websites are as stated below and should be read in
conjunction with any addenda issued/hosted in accordance with clause 8 of ITB:
Volume I of II :Commercial
Volume II of II
6.2.
The bidder is expected to examine RFQ documents, e-bidding guidelines on GAIL website, all
instructions, form/formats, terms, specifications and drawings etc., enclosed in the Bidding Documents.
The RFQ together with all its attachment thereto, shall be considered to be read, understood and
accepted by the bidder. Failure to furnish all information required by the Bidding Document or
submission of a bid not substantially responsive to the Bidding Document in every respect will be at
bidders risk and may result in the rejection of the Bid.
7.
7.1.
A prospective bidder requiring any information or clarification of the Bidding Document, may notify the
Employer/Consultant in writing by e-mail/fax/post at Consultants mailing address indicated in the
Bidding Document (Engineers India Ltd., Engineers India Bhawan, 1 Bhikaiji Cama Place, New Delhi
110066, India. Fax No. 0091 11 26167664 / 26191714). All question/ queries should be referred to
Consultant at least 04 (four) days before scheduled date of pre-bid meeting.
8.
8.1.
At any time prior to the deadline for submission of bids, the Employer/Consultant may, for any reason,
whether on its own requirement or in response to a clarification requested by prospective bidders,
modify the Bidding Documents by issuing addenda.
8.2.
Any addendum thus issued shall be part of the Bidding Document. The addendum will be hosted on the
GAIL
websites
http://www.gailtenders.in,
https://etender.gail.co.in
and
EIL
website
http://www.engineersindia.com and Govts website https://tenders.gov.in. All the prospective bidders
who have attended the pre-bid meeting or who have raised the queries against the bidding document
shall be informed by e-mail/Fax about the addendum for their reference. Bidders have to take into
consideration all the addendum(s) / corrigendum (s) / clarifications issued/ web hosted, before
submitting the bid.
8.3.
The Employer/Consultant may, at its discretion, extend the date of submission of Bids in order to allow
the bidders a reasonable time to furnish their most competitive bid taking into account the amendments
issued.
PREPARATION OF BID
9.
LANGUAGE OF BID
9.1.
The Bid prepared by the bidder, all correspondence/drawings and documents relating to the bid
exchanged by the bidder with the Employer/Consultant shall be in English Language alone provided
that any printed literature furnished by the bidder may be written in another language so long as
accompanied by an English translation, in which case, for the purpose of interpretation of the bid, the
English translation shall govern.
Page 4 of 58
9.2.
In the event of submission of any document/ certificate by the Bidder in a language other than English,
the English translation of the same duly authenticated by Chamber of Commerce of Bidders country
shall be submitted by the Bidder.
10.
10.1.
10.2.
10.2.1 Part I: Techno-commercial/Un-priced Bid shall contain the following documents digitally signed by the
authorised person, which shall be uploaded in the Technical and Commercial folders separately, as
applicable.
a.
Covering letter.
10.3.
b.
c.
d.
Letter of authority in original physical form in favour of any one of bidders executive having
authority to attend the un-priced and price bid opening on specified dates and venue as per
format F-3.
e.
f.
g.
Agreed Terms & Conditions (For Indian/Foreign Bidder as applicable) with its Annexure duly filled
in (Format F-6).
h.
Declaration for Enterprises Information with respect to the Micro, Small and Medium Enterprises
Development Act, 2006 - Format F-7.
i.
j.
Proforma for details of Indian Agents as per Format F-9 if Agent/Consultant/Retainer/ Associate
is involved.
k.
l.
Power of Attorney / Authorization in original physical form in favour of person (s) signing the bid
that such person (s) is/are authorised to sign the bid on behalf of the bidder and any
consequence resulting due to such signing shall be binding on the bidder.
m.
Price Schedule with prices blanked out mentioning Quoted / Not Quoted against each item
along with other details like rate of taxes and duties etc. considered.
n.
10.3.1. Part II : Price Bid (to be uploaded in separate web folder Notes & Attachments)
10.3.1.1.
Part II shall contain Schedule of Prices duly filled in, e-signed on each page.
10.4.
10.5.
BID PRICES
11.1.
The bidder shall e-quote Bid Prices in the appropriate format of Price Schedule enclosed as part of
Bidding Document.
11.2.
Price quoted by the bidder, shall remain firm, fixed, and shall remain valid until completion of the
contract performance and will not be subject to any variation, except statutory variation pursuant to
relevant provisions in clause 11.6.9 & 11.6.10 of ITB. Any new taxes & duties, if imposed by Govt. of
India after the last date of bid submission but before the contractual delivery date, shall be reimbursed
Page 5 of 58
to the contractor on submission of documentary evidence for proof of payment to Govt. authorities and
after ascertaining its applicability with respect to the contract.
11.3.
The bidder shall e-quote the price for any item after careful analysis of cost involved considering all
parts of the Bidding Document. In case, any activity though specifically not covered but is required as
per scope of work, scope of supply, specifications, standards, drawings, GCC, SCC or any other part of
Bidding Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity.
11.4.
The Employer is entitled to Project rate of Customs Duty for imports made for the PROJECT. The
present rates of Customs duty for Imports are basic duty (Project rate) @ 5% + CVD @ 12% + ED.
Cess @ 3% + 4% SAD, as applicable.
The bidder while quoting the price may consider the project rate of custom duty. However, in case
bidder is allowed, vide any other notification, a lower rate of custom duty than project rate of customs
duty for import of raw materials and components required to manufacture the finished goods required
as per MR, in such case bidder may consider the same and quote accordingly. Bidder shall ascertain
the applicable rate of customs duty and shall be solely responsible towards applicability and
correctness of such rates. The evaluation and ordering shall be carried out based on the rates of
customs duty considered by the bidder. However, in case of wrong classification, no variation including
statutory variation of Customs Duty will be payable extra. The bidder(s) must indicate quantity, CIF
value & rate of custom duty considered in the Price Schedule. If bidder has considered Customs Duty
for import contents other than the Project Rate of Customs Duty in their offer, then statutory variation on
the Customs Duty shall be payable extra on the Project Rate of Customs Duty or the rate of Customs
Duty considered by the bidder, whichever is lower.
The Employers responsibility is only limited to furnishing of the necessary Project Authority Certificate
to the bidder to enable him to obtain Essentiality Certificate from bidders Administrative Ministry for
availing the Project rate of Customs Duty.
11.5
11.6
a) The Employer will issue C Form for Concessional rate of CST in case of direct supply orders by
GAIL/EIL.The Employer will not issue any Form for concessional rate of UPVAT.
b)
Bidders are required to provide CENVATABLE / VATABLE invoices with respect to Excise Duty,
UPVAT and Service Tax to be raised as per the details provided in detailed Order/ Letter of
Acceptance.
c)
In case of a foreign bidder sources supplies from India, bidder to note that the C Form shall not
be issued to sub-supplier.
d)
GAIL shall provide the road permit for entry of goods in Uttar Pradesh.
11.6.1 Unit and total price on FOT Despatch Point basis including all Inspection Testing, packing and
forwarding charges but excluding applicable Taxes, Duties & Cess on finished goods.
11.6.2 Separate and clear break-up of charges for inland transportation excluding Octroi/Entry Tax (if
applicable). Transit Insurance for inland transportation is to be arranged by Owner. Octroi and Entry
Tax, if applicable, shall be reimbursed at actuals by GAIL on submission of documentary evidence.
11.6.2.1
Bidders to note that the materials, if ordered, are required to be dispatched on door delivery
basis through a reliable bank approved Road Transport Company unless the transport
company is named by the Owner.
11.6.2.2
Owner reserves the right to place the order on FOT site basis or FOT dispatch point
basis in case bidding document specifies the delivery on FOT site basis. For this
purpose the FOT dispatch point delivery shall be 2 weeks lesser than the specified FOT
site delivery in the bidding document.
11.6.3 Unit and total price for site work, if applicable. Such price to include all costs as well as duties and taxes
paid or payable including VAT on Works Contract but excluding Cenvatable Service Tax. Terms &
Conditions for Site Work shall be as per General Conditions of Contract (GCC - Works).
Page 6 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 38 of 286
11.6.4
Per diem rate for Supervision during Erection, Testing and commissioning, if applicable. The prices
to be furnished in Price Schedule Format as per Terms & Conditions specified in the format in addition
to requirements of MR.
11.6.5 Training of owners / consultants person(s) at vendors works / project site, wherever applicable, as per
guidelines given in the material requisition. The prices for Training shall be included in the quoted prices
until and unless specifically asked for extra prices in price schedule formats.
11.6.6 AMC / PWMC, wherever required as per MR, shall be quoted separately in Price Schedule Formats inline with Terms & Conditions specified in the Bidding Document.
11.6.7
Details of Taxes, duties and Cess, applicable extra on the finished goods.
11.6.8 Details (Material, Quantity, rate etc.) of CIF value of built in import content incorporated or to be
incorporated in the goods. The details to be furnished in separate Annexure attached with Agreed
Terms & Conditions.
11.6.9 The statutory variations on Customs duty (rate) considered on above CIF value of built in import
content, within contractual delivery period shall be to Employers account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidders account. In case of wrong classification, no variation including
statutory variation of Customs Duty will be payable extra. Any decrease in the rate of Customs duty
shall be passed on to the Employer.
11.6.10 The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form & VAT
without concessional form, which will be payable on the finished goods and Cenvatable Service Tax, as
applicable, within the contractual delivery period shall be to Employers account against submission of
the documentary evidence. Any increase in the rate of these taxes and duties beyond the contractual
completion period shall be to bidders account. However, any decrease in the rate of taxes & duties
shall be passed on to the Employer.
11.7
11.7.1 Foreign bidder shall submit their unit and Total prices on FOB International Port of Shipment inclusive
of Third Party Inspection, Testing. Sea freight (including stowage charges, if applicable) for converting
their FOB prices to CFR Mumbai Port / JNPT as detailed out in the Price Schedule inclusive of Indian
Agents Commission (if Applicable)
11.7.2 Employer reserves the right to place the order on FOB or CFR price basis. In case of award, initially the
Fax of Acceptance (FOA) shall be placed on FOB basis and GAIL reserves the right to convert the
same to CFR basis within 4 (Four) Months from the date of Fax of Acceptance (FOA) or 04 weeks prior
to Delivery period whichever is earlier, based on ocean freight charges quoted by Seller subject to
following:
11.7.2.1
Seller shall submit the following details of cargo within 15 days from FOA. In case requisite
documents/ information is not received within above stipulated duration, then decision
regarding CFR Conversion of this purchase order shall be taken within 45 days from the date of
receipt of all requisite data.
(i) Shipments Schedule (Shipment date, Port of Shipment etc. for all the shipments).
(ii) Performa Invoices for all the equipments.
(iii) Dimension details of packages (dividing the same to shipment lots).
(iv) Detailed technical write-up along with Catalogue.
11.7.2.2
In case actual cargo dispatched, exceeds the cargo details furnished, the extra freight incurred
by Owner will be to Sellers account.
11.7.2.3
In case material is shipped in FCL (Full Container Load), seller shall arrange through their
freight forwarder/streamer agents to extend 15 days detention free time at destination port i.e.
Mumbai
11.7.3 Prices quoted shall be inclusive of all applicable taxes and duties, packing & forwarding, stowing, if
applicable, etc. applicable upto FOB International Sea Port of shipment including transit insurance
upto FOB port of shipment. Marine Insurance shall be arranged by the Owner.
Page 7 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 39 of 286
11.7.4 Unit and total price for site work, if applicable. Such price to include all costs as well as duties and taxes
paid or payable including VAT on Works Contract but excluding Cenvatable Service Tax. Terms &
Conditions for Site Work shall be as per General Conditions of Contract (GCC - Works).
11.7.4.1
11.7.5
Bidder shall quote the prices in price schedule format for the following additional activities, if
asked for:
a)
Bidder shall arrange customs and port clearance and transportation of custom cleared goods
from Indian port of entry in India (Mumbai / Nhava Sheva sea port) upto Project site. In order to
import the materials on Project rate of customs duty, the materials shall be consigned in the
name of GAIL only.
b)
Bidder shall furnish Indemnity Bond for the CIF value of customs cleared goods to Owner
before undertaking above activities as per format given in the Proposal forms and shall be valid
upto receipt and acceptance of complete equipments at Site. Any delay in submitting Indemnity
bond and thus resulting in any cost/charges to Owner including demurrage / wharfage shall be
to Bidders account only. The safe custody of material while undertaking customs clearance,
transportation etc. shall be Bidder's responsibility. Bidder shall indemnify Owner against any
losses of or damage to, misuses or misappropriation whatsoever of Owners material while in
their possession. Bidder shall take adequate precautions for safe custody of Owners material.
c)
The prices shall not include Indian import duties on the goods offered from outside India. Import
duties (Customs Duty, CVD, Education Cess and SAD) on such goods shall be paid directly by
the Owner to the Indian Customs Authorities. However, the responsibility of collecting the
Cheque / DD etc. from the owner and paying to the Indian Customs Authorities shall lie with the
supplier. Bidder is advised to give sufficient notice period to owner required for preparation of
the Cheque / DD etc. Any implication on account of the delay in payment of the import duties to
the concerned Authorities shall be in account of the supplier.
Per diem rate for Supervision during Erection, Testing and commissioning, if applicable. The prices to
be furnished in Price Schedule Format as per Terms & Conditions specified in the format in addition to
requirements of MR.
11.7.6 Training of owners / consultants person(s) at vendors works / project site, wherever applicable, as per
guidelines given in the material requisition. The prices for Training shall be included in the quoted prices
until and unless specifically asked for extra prices in price schedule formats.
11.7.7 AMC / PWMC, wherever required as per MR, shall be quoted separately in Price Schedule Formats inline with Terms & Conditions specified in the Bidding Document.
12.
BID CURRENCY:
12.1
Indian bidders may submit bid in Indian Rupees or in US $ / Euro and receive payment in such
currency.
12.2
Foreign bidders may submit bid in the home currency of bidders country or INR / US$ / EURO.
12.3
A bidder expecting to incur a portion of his expenditure in the performance of Contract in more than one
currency (limited to maximum two currencies) (without prejudice to the provisions of Clause 12.2) and
wishing to be paid accordingly shall indicate the same in the bid. In such a case, the bid shall be
expressed in different currencies with the respective amounts in each currency together making up the
total price.
12.4
12.5
Indian bidders shall quote CIF content in the same currency as bid currency.
13.
13.1
The bid shall remain valid for acceptance for the period as specified in the RFQ. A bid valid for a shorter
period shall be rejected being non-responsive.
13.2
In exceptional circumstances, prior to expiry of the original bid validity period, the Employer/ Consultant
may request that the bidder extend the period of validity for a specified additional period. The requests
and the responses thereto shall be made in writing (by e-mail/fax/post). A bidder may refuse the
request and their bid shall not be considered further for Bid evaluation after expiry of their bid validity. A
bidder agreeing to the request will not be required or permitted to modify his bid.
Page 8 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 40 of 286
14.
15.
PRE-BID MEETING
15.1
The bidder (s) or his designated representative, who have downloaded the Bidding Document and have
confirmed their intention to bid are invited to attend a pre-bid meeting, if required, as per RFQ.
15.2
The purpose of meeting will be to clarify issues and to answer queries on any matter that may be raised
at that stage.
15.3
Session will also be arranged for bidders to demonstrate the e-Tendering system to facilitate bidders to
submit the Bid Online.
15.4
The bidder is requested, as far as possible, to submit any queries by courier or by fax to reach
Employer/Consultants office not later than 4 days before the meeting. It may not be practicable at the
meeting to answer queries received late, but queries and responses/clarifications will be transmitted in
accordance with the following sub-clause.
15.5
The text of the queries raised and the responses given, together with any responses prepared after the
meeting will be transmitted without delay (without identifying the sources of the questions) to all the
prospective bidders who have attended the pre-bid meeting or who have raised the queries against the
bidding document. Any modifications of the bidding documents listed in clause 6.1 of ITB that may
become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively
through the issue of an addendum pursuant to 8 of ITB and not through the minutes of the pre-bid
meeting.
15.6
Non- attendance of the pre-bid meeting will not be a cause for disqualification of the bidder.
16.
16.1
The bidder shall submit e-bid as per RFQ on GAILs e-tender website: (https://etender.gail.co.in) as
per guidelines given therein.
16.2
The e-bid shall be signed by the person or persons duly authorised to sign on behalf of the bidder. The
name and position held by each person signing must be stated below the signature. All pages of the bid
except any catalogues / literatures shall be signed and sealed by the person or persons signing the bid.
16.3
The bid shall contain no alterations, omissions or additions, unless such corrections are initialled by the
person or persons signing the bid.
17.
ZERO DEVIATION:
17.1
Bidder to note that this is a ZERO Deviation Bidding Document. Employer/Consultant will appreciate
submission of offer based on the terms and conditions in the enclosed RFQ, GCC, SCC, ITB, Scope of
Work, and Technical Specification etc. to avoid wastage of time and money in seeking clarifications on
technical/ commercial aspect of the offer. Bidders may note that no technical and commercial
clarifications may be sought for, after the receipt of the bid.
17.2
Notwithstanding to the above, bids with the following deviation(s) to the bid conditions shall be liable for
rejection without any post bid reference to the bidder:
E-PAYMENTS
18.1
GAIL (India) Limited has initiated payments to suppliers and Contractors electronically and to facilitate
the payments electronically, In case contractors and vendors do not have their account in one of the
designated banks (HDFC Bank or ICICI Bank or State Bank of India), payments to such contractors and
vendors can be made through NEFT / RTGS / Bankers Cheque or Demand Draft. The bidder should
give their account number and other details in any one of the above banks to facilitate payment through
E-banking.
19.
AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
19.1
GAIL would prefer to deal directly with the manufacturers/ principals abroad without involving any Indian
Agent. But in case they decide to have their Agent/Consultant/ Representative/Retainer/Associate in
India and pay commission for their services against a particular tender it should be bare minimum and
the principal would have to certify that such a commission is commensurate with the services rendered
to them by such an Agent/ Consultant/ Representative/ Retainer/ Associate in India. The principal will
also have to broadly list out services to be rendered by the Agent/Consultant/ Representative/ Retainer/
Associate in India.
19.2
In the event bidder is having Agent/ Consultant/ Representative/ Retainer/ Associate/ servicing facilities
in India (who is not an employee of the bidder) the bidder should indicate in their offer the name of such
an Agent/ Consultant/ Representative /Retainer /Associate, they have for services in India. The bidder
must also indicate clearly the commission payable to the Agent/Consultant/ Representative/
Retainer/Associate in rupees in terms of Agreement (enclosing copy of the same). The bidder, in his bid
will indicate the nature and extent of service to be provided by such an Agent/Consultant/
Representative/ Retainer/Associate on behalf of the bidder and also remuneration therefore provided in
the price, as a separate item, quoted by the bidder to GAIL. Such remuneration/commission will be paid
by GAIL in non-convertible Indian currency in India. Should it be established at any subsequent point of
time that the above statement of the bidder is not correct or that any other amount of
remuneration/commission either in India or abroad is being paid to any one (who is not an employee of
the bidder), the bidder would be liable to be debarred from participating in the future tenders of GAIL.
Failure to give such information will lead to rejection of the offer.
19.3
(a)
Name, address and precise relationship between the foreign manufacturer/principal and their
Agent/Consultant/ Representative/Retainer/Associate in India.
The mutual interest which the manufacturer/principal and the Agent/ Consultant/ Representative/
Retainer/Associate in India have in the business of each other.
(b)
(c)
(d)
(e)
(f)
Any payment which the Agent/ Consultant/ Representative/ Retainer/ Associate receives in India or
abroad from the manufacturer/principal whether as a commission for the contract or as a general fee.
Bidders quoted price shall be treated as inclusive of such concession/fee.
Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/ Associate in India.
Permanent income tax account number of foreign supplier.
All services to be rendered by the Agent/ Consultant/ Representative / Retainer/Associate.
Note: Tenders which do not comply with the above stipulations are liable to be ignored.
19.4
Overseas bidder should send e-bids directly. E-Bids sent through Agent / Consultant /Representative /
Retainer / Associate will not be recognized. Agent / Consultant/ Representative/Retainer/Associate of
the overseas manufacturers/suppliers are, however, permitted to download biding documents and
attend bid opening provided such as Agent/ Consultant/ Representative/Retainer/Associate has a
power of attorney/letter of authority setting out very clearly his role, which will be limited to such areas
of activity as downloading of Bidding Documents, attending of bid opening and claiming of payment for
their services, provided further that such a power of attorney/letter of authority is submitted to GAIL in
advanced for scrutiny and acceptance or otherwise.
Page 10 of 58
SUBMISSION OF BIDS
20.
20.1
E-Bid shall be submitted in the following manner on line in e-tender site of GAIL as follows:
20.2.1 Power of Attorney/Authority letter & Integrity Pact (which have already been uploaded on web) are also
required to be submitted in Original in physical form.
20.2.2 Other documents, if specified in bidding document, shall also to be submitted along with original
Integrity pact and Power of attorney.
20.2.3 The documents required in hard copy shall be submitted within bid due date and time subject to
maximum 07 days of the final bid due date. The documents shall be sent to the person as per RFQ
covering letter.
20.3
Each envelope shall indicate name and address of the bidder to enable the bid to be returned
unopened, if required.
20.4
If the envelope is not sealed and marked as above, the Employer will assume no responsibility for the
misplacement or premature opening of the envelope.
21.
21.1
The Bid containing Part-I to IV must be submitted online at GAIL e-tender website
(http://etender.gail.co.in) within due date and time for bid submission as specified in the RFQ
documents. The Employer/Consultant may, in exceptional circumstances and at its discretion, on giving
reasonable notice by e-mail/fax or any written communication to all the prospective bidders who have
attended the pre-bid meeting or who have raised the queries against the bidding document, extend the
deadline for the submission of bids in which case all rights and obligations of the Employer/Consultant
and bidders, previously subject to the original deadline will thereafter be subject to deadline as
extended.
22.
22.1
E-system of GAIL shall close immediately after the deadline for submission of bid prescribed by the
Consultant pursuant to clause 21 of ITB.
22.2
All tenders received after the notified time and date of closing of tenders will be treated as late tenders.
22.3
Unsolicited alterations or modifications of tenders received after the notified time and date of closing of
the tenders shall not be entertained.
22.4
Late tenders shall not be considered. Such late tenders shall be returned to the bidder within 30 days in
"unopened condition". The bid bond of such bidders shall be returned along with the unopened bid. In
case of e-tendering where bid bond is received but bid is not submitted by the bidder, such bid bond
shall be returned immediately.
22.5
Unsolicited bids or bids being submitted to addresses other than the one specifically stipulated in the
tender documents will not be considered for evaluation if not received to the specified destination within
stipulated date and time.
23.
23.1
The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the final
due date of submission as per provision of e-tendering system of GAIL.
23.2
Page 11 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 43 of 286
23.3
No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and
the expiration of the period of bid validity specified by the bidder on the bid form. Withdrawal of a bid
during this interval may result in appropriate Penal action by GAIL / EIL.
BID OPENING
24.1
24.2
The Employer/Consultant will open, in the presence of bidders designated representatives, the unpriced part at date and time as stipulated in RFQ. The bidders representatives who are present shall
sign bid-opening statement evidencing their attendance.
24.3
Bidders names, the presence (or absence), and any other such details as the consultant may consider
appropriate will be announced by the Consultant.
25.
PROCESS TO BE CONFIDENTIAL
25.1
Information relating to the examination, clarifications, evaluation and comparison of bids, and
recommendations for the award of a Contract, shall not be disclosed to bidders or any other person
officially concerned with such process. Any effort by a bidder to influence the Employer/Consultant in
any manner in respect of bid evaluation or award will result in the rejection of that bid.
26.
26.1
From the time of the bid opening to the time of the Contract award, if any bidder wishes to contact the
Employer for any matter relating to the bid it should do so in writing.
26.2
Any effort by a bidder to influence the Employer/Consultant in any manner in respect of bid evaluation
or award will result in the rejection of that bid.
27.
27.1
27.2
The Employer/Consultant will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required securities have been furnished, whether the
documents have been properly signed, and whether the bids are generally in order.
27.3
Prior to the detailed evaluation, the Employer/Consultant will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the Bidding Documents. For the purposes
of this determination, a responsive bid is one that conforms to all the terms, conditions and
specifications of the Bidding Documents without deviations, objections, conditionality or reservations.
27.4
No deviation, whatsoever, is permitted in the Bidding Documents and the price bids of those bidders,
whose technical and commercial bids contain any exception to the conditions and stipulations of the
Bidding Documents, shall not be opened.
27.5
27.6
The Employer/Consultant will carry out a detailed evaluation of the bids previously determined to be
responsive in order to determine whether the technical aspects are in accordance with the requirements
set forth in the Bidding Documents. In order to reach such a determination, the Employer/Consultant
will examine and compare the technical aspects of the bids on the basis of the information supplied by
the bidders, taking into account the following factors:
(a)
Overall completeness and compliance with the Technical Specifications; quality, function and
operation of any process control concept included in the bid. The bid that does not meet
minimum acceptable standard of completeness/ specifications defined in the Bidding
Document, consistency and detail will be rejected as non-responsive.
(b)
Any other relevant factor, if any that the Employer/Consultant deems necessary or prudent to
be taken into consideration.
Page 12 of 58
27.7
Requisite forms contains all necessary information including those required for meeting qualifying
criteria, if any, stipulated in RFQ document.
27.8
In case any bidder has not quoted for any item in their offer, the quoted price for the purpose of
evaluation shall be considered as the maximum rate quoted by the other bidder for such items, subject
to the estimated price of such unquoted items being not more than 10% of the bidders quoted price. If
after evaluation, such bidder is found to be the lowest evaluated bidder, the rates for the missing item(s)
shall be deemed to be included in quoted bid price.
27.8.1 If the estimated price impact of un-quoted items of bidder is more than 10% of bidders quoted price the
above provision shall not be applicable and such bid shall be rejected.
27.9
If any bidder offers suo-moto discount after opening of un-priced bids but before opening of price bids,
such reduction / discounts shall not be considered for evaluation. However, if the bidder happens to be
the lowest evaluated bidder without considering such discount then the benefit of discount will be
availed at the time of award of work.
27.10
28.
28.1
The Employer/Consultant shall inform the time, date and venue for price bid opening to all such bidders
who qualify pursuant to techno-commercial bid evaluation. Bidders may be required to attend price bid
opening at a short notice of 18 hours.
28.2
The Employer/Consultant will open price bids of all bidders notified to attend price bid opening in
presence of authorised bidders representatives present at the time of priced bid opening. The bidders
representatives who are present shall sign bid-opening statement evidencing their attendance.
28.3
The bidders name, prices, and such other details as the Employer/Consultant, at its discretion, may
consider appropriate will be announced and recorded at the time of bid opening.
29.
ARITHMETIC CORRECTIONS
29.1
29.2
Where there is a discrepancy between the amount in figures and in words, the amount in words will
govern; and
29.3
Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the
unit rate by the quantity, the unit rate as quoted shall prevail and the total price shall be corrected.
29.4
If the bidder does not accept the correction of errors, its bid will be rejected.
30.
30.1
To facilitate evaluation and comparison, the Employer/Consultant will convert all bid prices expressed in
the amounts in various currencies, in which the bid price is payable, to single currency, i.e., Indian
Rupees, at the Bills selling exchange rate published by the State Bank of India on one day prior to the
price bid opening date.
31.
31.1
The OWNER/CONSULTANT will evaluate and compare the bids previously determined to be
substantially responsive, pursuant to Clause-27 of ITB.
31.2
Comparison of Bid:
The lowest evaluated bid shall be considered for award of order on item-wise or Group wise basis, as
specified elsewhere in the RFQ document. The item-wise/ Group wise evaluated prices shall be
calculated as under:
Page 13 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 45 of 286
FOT despatch point price quoted by the bidder including packing and forwarding.
All inspection and Testing charges, if quoted extra.
Cost of Mandatory spares and / or Special Tools & Tackles, Commissioning spares, etc. if required
as per bidding document.
Non-Cenvatable Excise duty including Cess, if any, on the finished goods.
CST / UPVAT, as applicable.
Road Freight charges including Non Cenvatable Service Tax and Cess thereon.
Supervision charges, if required as per bidding document and estimated man days for supervision
are defined in the bidding document.
Technical loading, if any, as defined in the Bidding document.
AMC and / or Training, if required as per bidding document.
iv.
v.
vi.
vii.
viii.
ix.
iv.
Foreign Bids: The evaluated price of Foreign bids shall be on CIF basis and includes the
following:
CFR Price as per 31.2.1 (B), S no. (i) to (iv).
Marine Insurance @ 1% of FOB price.
Landing Charges including Port handling and Customs Clearance charges, @ 1% of CIF
Value.
As on the Bid due date, Prevailing Project rate / Merit rate (whichever is lower) of Customs
duty (CD + CVD + Ed. Cess + SAD) on (CIF Value + Landing charges)
Price of additional services / Loading shall be added as per S no. (v), (vi) & (vii) of 31.2.1 (B).
Indian Bids: Bids shall be evaluated on the basis of landed cost at Site including site work.
The evaluated price shall include the following:
a) Total price as per Clause no. 31.2.1 (A), S no. (i) to (ix), as applicable.
b) Site work charges including Taxes, Duties & Cess, applicable on site work, excluding
Cenvatable service tax.
Page 14 of 58
ii.
Foreign Bids: Bids shall be evaluated on the basis of landed cost at Site including site work.
The evaluated price shall include the following:
a) Total price as per Clause no. 31.2.1 (C) (ii), S no. (a) to (e), as applicable.
b) Any other services like landing charges & port handling, customs clearance and, inland
transportation from Indian port of entry to project site, as quoted in price schedule format.
c) Site work charges including Taxes, Duties & Cess, applicable on site work, excluding
Cenvatable service tax.
32.1
The unit prices quoted in the price bid is to be considered for evaluation and no cognizance will be
given to the supplementary/supporting document attached to the price bid, break-up of prices, etc.
33.
33.1
Deemed export benefits are not applicable and Indian Bidder should furnish prices without considering
these benefits.
AWARD OF CONTRACT
34.
AWARD OF WORK.
34.1
The employer/ Consultant will award the contract to the successful bidder (s) whose bid has been
determined to be substantially responsive, meets the technical & financial criteria and have been
determined as a lowest bid and is determined to be qualified to satisfactorily perform the contract.
34.2
In case of MRs containing supply as well as site work, a single order, covering the supplies as well site
work, shall be placed. Split ordering shall not be permitted.
35.
QUANTITY VARIATION:
35.1
The Employer/Consultant reserve the right to delete the requirement of any one or more items of MR
without assigning any reason.
Page 15 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 47 of 286
36.
36.1
The Employer/Consultant reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of the contract without thereby incurring any
liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the
ground for Employer/Consultants action.
37.
NOTIFICATION OF AWARD
37.1
Prior to the expiration of period of bid validity GAIL will notify the successful bidder in writing by fax/email to be confirmed in writing, that his bid has been accepted. The notification of award / Fax of
Acceptance will constitute the formation of the Contract.
37.2
The Delivery / Completion period shall commence from the date of notification of award / Fax of
Acceptance (FOA).
37.3
Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain
price, delivery and other salient terms of your bid and bidding document.
Bidder will be required to confirm receipt of the same by returning copy of the FOA duly signed and
stamped by the bidder as a token of acknowledgement to GAILs and EIL. On receipt FOA
acknowledgement without any deviation/condition, detail Purchase Order/ Contract will be issued in
quadruplicate. Three copies of the same without any conditions/ deviations will be returned duly signed
and stamped by the bidder as a token of acknowledgement to GAIL and EIL.
38.
PERFORMANCE GUARANTEE
38.1
Pursuant to clause no. 12 of GCC-Goods & 24 of GCC - Works, bidder will provide Performance
Guarantee of appropriate value (total price of contract including supplies and site work, wherever
applicable) (for orders above 2.0Lakh) within 15 days of receipt of FOA from the Employer. The
Performance Guarantee shall be in form of either irrevocable letter of credit, Demand Draft or Bankers
Cheque or irrevocable Bank Guarantee (as per Format attached) and shall be in the currency of
Contract.
38.2
SSI units registered with the NSIC, under its Single Point Registration Scheme shall be exempted from
submission of Security Deposit / Contract Performance Guarantee to the Monetary Limit for which the
unit is registered.
38.3
Failure of the successful bidder to comply with the requirement of this clause shall constitute a breach
of contract, cause for annulment of the award and any such remedy the Employer may take under the
Contract pursuant to Clause 28.1.3 of GCC-Goods.
39.
39.1
The Employer requires that Bidders/Contractors observe the highest standard of ethics during the
execution of Contract. In pursuance of this policy, the Employer defines, for the purposes of this
provision, the terms set forth below as follows:
i)
Corrupt Practice means the offering, giving, receiving, or soliciting of anything of value to influence the
action of public official in contract execution; and
ii)
39.2
The Employer will reject a proposal for award if it determines that the bidder recommended for award
has engaged corrupt or fraudulent practices in competing for the Contract in question.
39.3
The Employer will declare a firm ineligible for a period pursuant to Clause No. 28.1.3 of GCC-Goods.
39.4
The bidder(s) are required to execute the Integrity Pact attached in the Bidding Document as
Attachment-II. In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.
40.
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 Agreement without the prior written permission of
the Employer.
Page 16 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 48 of 286
41.
ORDER OF PRECEDENCE
41.1
The Articles contained in this Section shall supplement to the Special Conditions of Contract and
General Conditions of Contracts. Where any portion of Special Conditions of Contracts and General
Conditions of Contract is repugnant or at variance with any provisions of Instructions to Bidders.
Instructions to Bidders shall be deemed to over-ride the provision(s) of Special Conditions of Contract
and General Conditions of Contract only to the extent that such repugnancies of variations in
Instructions to Bidders are not possible of being reconciled with the provisions of Special Conditions of
Contract and General Conditions of Contract.
42.
42.1
All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence of
following norms:
a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is
being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India on
contract or employment basis at a senior level, skilled position such as technical expert, senior
executive or in managerial position etc.
b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is
not considered.
c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical
jobs.
42.2
Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/ High
Commission in their country in case Foreign nationals are required to be deputed to India during
execution of the Contract.
43.
43.1
In case of site work and/or services rendered in India by a Foreign Supplier, it is mandatory to furnish
Permanent Account Number (PAN), as per the Indian Income Tax requirements, failing which Foreign
Supplier shall be responsible for any additional tax deduction at source as per the provisions of the
Indian Income Tax Act/Rules. The PAN shall be furnished before release of any payment or within one
month of issue of purchase order, whichever is earlier.
Page 17 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 49 of 286
Page 18 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 50 of 286
To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
1-1
Bidder Name:
________________________________________
1-2
1-3
________________________________________
City________________ District _________
State _______________ PIN/ZIP__________
1-4
Operation Address
if different from above:
________________________________________
________________________________________
City________________ District _________
State _______________ PIN/ZIP__________
1-5
Telephone Number:
_______________________________________
(Country Code)
(Area Code)
(Telephone Number)
1-6
E-mail address:
________________________________________
1-7
Website:
________________________________________
1-8
Fax Number:
________________________________________
(Country Code)
1-9
(Area Code)
(Telephone Number)
__________________________________
__________________________________
_____________________________________
_____________________________________
Page 19 of 58
_____________________________________
1-15 Branch :
_____________________________________
_____________________________________
_____________________________________
_____________________________________
_____________________________________
_____________________________________
_____________________________________
_____________________________________
_____________________________________
_____________________________________
_______________________
Monetary limit:
_______________________
Page 20 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 52 of 286
Form F-2
BID FORM
To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
After examining/reviewing the Bidding Documents for complete scope as per MR, including technical
specifications, drawings, General and Special Conditions of Contract and Price schedule etc. the
receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to e-bid to execute
the whole of the Job for the item in conformity with, the said Bidding Documents, including
addendums/corrigendum/amendment to the bidding document, if any.
We confirm that this bid is valid for a period as per RFQ from the date of opening of TechnoCommercial Bid, and it shall remain binding upon us and may be accepted by any time before the
expiration of that period.
If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent) of the
Contract Price, for the due performance with in fifteen days of such award.
Until a final Contract is prepared and executed, the bid together with your written acceptance thereof
in your notification of award shall constitute a binding Contract between us.
We understand that Bidding Document is not exhaustive and any action and activity not mentioned in
Bidding Documents but may be inferred to be included to meet the intend of the Bidding Documents
shall be deemed to be mentioned in Bidding Documents unless otherwise specifically excluded and
we confirm to perform for 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.
(SIGNATURE OF WITNESS)
WITNESS NAME:
ADDRESS:
Page 21 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 53 of 286
Form F-3
LETTER OF AUTHORITY
PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT
NEGOTIATIONS/CONFERENCES
No.
Date:
Page 22 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 54 of 286
Form F-4
NO DEVIATION CONFIRMATION
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
We understand that any deviation/exception in any form may result in rejection of bid. We, therefore,
certify that we have not taken any exceptions/deviations anywhere in the bid and we agree that if any
deviation/exception is mentioned or noticed, our bid may be rejected.
Page 23 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 55 of 286
Form F-5
DECLARATION
We confirm that we are not under any liquidation, court receivership or similar proceedings.
We also confirm that we have not been put on Holiday / Black listed by GAIL or Project management
consultant (PMC) of GAIL or Black listed by any Government department / Public sector on due date
of submission of bid.
We also confirm that the content of the Bidding Document including Corrigendum/Addendum (if any)
have not been altered or modified.
We further confirm that in case we are the successful bidder, we shall supply spares directly and shall
not pass on the responsibility to Dealers / Distributors / Stockists or Indian Associates for the present
Page 24 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 56 of 286
FORMAT F-6
Page 25 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 57 of 286
______________________________________________________________
2.
DULY SIGNED & STAMPED COPIES OF THIS QUESTIONNAIRE, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE
ENCLOSED.
3.
4.
5.
SL.
NO.
1.
1.1
1.2
a)
VENDORS CONFIRMATION
DESCRIPTION
Quoted prices are on FOT despatch point basis
inclusive of Packing & Forwarding.
Specify Despatch Point
Confirmed
Indicated (Refer Annexure-1)
b)
Confirmed
c)
d)
Confirmed
Page 26 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 58 of 286
SL.
NO.
1.3
VENDORS CONFIRMATION
DESCRIPTION
2.
a)
b)
c)
d)
2.1
2.2
a)
b)
2.3
3.
a)
Confirmed
NIL
Confirmed
b)
Present rate *
Indicated (Refer ANNEXURE I)
* In case of CST, C form shall be provided.
However, in case of UPVAT, no concessional form
will be issued.
c)
d)
Page 27 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 59 of 286
SL.
NO.
4.
5.
a)
VENDORS CONFIRMATION
DESCRIPTION
b)
6.
Site Work:
If Material Requisition/ enquiry documents call for Site
Work, please confirm the following:
a)
Confirmed
b)
Confirmed
c)
Confirmed
d)
e)
7.
Entry Tax:
Octroi / Entry tax, if applicable, shall be reimbursed at
actuals against satisfactory documentary evidence.
Confirm compliance.
8.
prices
are
exclusive
of
Page 28 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 60 of 286
Confirmed
Confirmed
Indicated (Refer ANNEXURE I)
Confirmed
Confirmed
SL.
NO.
VENDORS CONFIRMATION
DESCRIPTION
However, in case of delay on account of supplier, any
new or additional taxes and duties imposed after
contractual delivery shall be to suppliers account.
Confirm compliance.
Any errors of interpretation of applicability of
taxes/duties by bidders shall be to bidders account.
9.
a)
Spares Parts:
Confirm item wise unit price (FOT Despatch Point) of
following spare parts as required in Material
Requisition (MR) have been included in the quoted
prices and itemised list has been furnished.
Confirmed
Confirmed
Confirmed
b)
10.
Confirmed
11.
12.
a)
b)
13.
a)
b)
14.
Page 29 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 61 of 286
Confirmed
(if required as per MR)
Confirmed
Confirmed
Confirmed
Noted
&
Confirmed
Confirmed
SL.
NO.
15.
a)
b)
c)
16.
17.
a)
b)
VENDORS CONFIRMATION
DESCRIPTION
Part Order:
Confirmed acceptance to Part Order.
The quantity against a particular item shall not be
split.
Any charges quoted extra as lump-sum shall be
applicable prorata on value basis in the event of part
order.
Repeat Order:
Confirm acceptance of repeat order within 6 (six)
months as per GCC (Goods) and RFQ.
Performance Bank Guarantee:
Submission of Performance Bank Guarantee for 10%
of total order value as asked in General Conditions of
Contract (Goods) and Instructions to Bidders (ITB) for
full guarantee period plus 90 (ninety) days.
i) The Performance Bank Guarantee shall be strictly
as per enclosed proforma and shall be from any
Indian Scheduled Bank or branch of an
International Bank situated in India and registered
with Reserve Bank of India as scheduled foreign
Bank.
ii) However, if Performance Bank Guarantee are
furnished other than the Nationalised Indian Bank,
the banks where BGs are furnished, must be
Commercial Bank having net worth in excess of
Rs. 100 crores and any declaration to this effect
will be furnished by such Commercial Bank either
in the bank guarantee itself or separately on a
letter head.
18.
a)
Firmness of prices:
Confirm quoted prices shall remain firm and fixed till
complete execution of order. Price Variation shall not
be considered on any account.
19.
a)
b)
Confirmed
Noted
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Included
Confirmed
Confirmed
SL.
NO.
c)
20.
a)
b)
c)
VENDORS CONFIRMATION
DESCRIPTION
Approved
Confirmed
Confirmed
Furnished
Refer Annexure-III
d)
Furnished
Refer Annexure-III
e)
Refer Annexure-III
f)
Confirmed
g)
h)
Confirmed
i)
Confirmed
j)
Page 31 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 63 of 286
Noted
Confirmed
SL.
NO.
k)
l)
m)
21.
a)
b)
22.
a)
b)
c)
VENDORS CONFIRMATION
DESCRIPTION
Any increase in price due to increase in the rate of
Customs Duty, due to any reasons, whatsoever,
beyond the contractual delivery period, shall be to
vendor's account. However, any decrease in custom
duty rate at the time of actual clearance of imported
materials shall be passed on to Owner.
The CIF Value(s) indicated by the vendor shall be
deemed to be the maximum value(s) for the purpose
of payment of variation in custom duty and/or other
statutory variations, if any, thereon.
Confirmed
Confirmed
Confirmed
Confirmed
ZERO DEVIATION:
Confirm your offer is in total compliance with Bidding
Document
containing
technical
specifications
including General / Technical notes and scope of work
including documentation as per Material Requisition
(MR) and subsequent Technical amendment and
Technical corrigendum, if any, without any deviation.
Confirmed
Confirmed
Confirmed
i)
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Page 32 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 64 of 286
Confirmed
SL.
NO.
23.
24.
25.
VENDORS CONFIRMATION
DESCRIPTION
Furnish Balance Sheet/ Annual Reports & Turnover
figures of last three years along with your unpriced
offer:
TURNOVER
Last Year
2 years before
3 years before
Whether any of the Directors of Vendor is a relative of
any Director of Owner/EIL or the vendor is a firm in
which any Director of Owner/EIL or his relative is a
Partner or the vendor is a private company in which
any director of Owner/EIL is a member or Director.
Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies or
PSUs. If you have been banned, then this fact must
be clearly stated. This does not necessarily be cause
for disqualification. However if this declaration is not
furnished the bid shall be rejected as non-responsive.
26.
26.1
UNPRICED OFFER
Deviation sheet, if any.
26.2
a.
b.
PRICED OFFER
Price Schedule.
Statement that all specification and terms & conditions
are as per un-priced copy of offer.
Any claim arising out of order shall be sent to Owner
in writing with a copy to EIL within 3 months from the
date of last despatch. In case the claim is received
after 3 months, the same shall not be entertained by
Consultant/ Owner.
27.
28.
29.
Attached
Refer Annexure-1
Confirmed No relation
No Deviation
VENDORS NAME :
SIGNATURE & SEAL:
Page 33 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 65 of 286
Not Banned
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
ANNEXURE-I
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
AGREED TERMS & CONDITIONS
(FOR INDIAN BIDDERS)
Vendor Name : M/s__________________________________________________________
RFQ No. : ________________________________________________________________________
Vendors Offer Ref. No. _____________________________________________________________
The Salient features of the offers are as below:
Sr.
No.
1.
ATC
Clause
Sr. No.
1.1
1.2 a)
1.2 c)
4
5
6
2 a)
2 b)
2 c)
7
8
9
3 a)
3 b)
3 b)
10
6 e)
11
23
12
--
Vendors
Confirmation
Description
% EXTRA
% EXTRA
% EXTRA
% EXTRA
% EXTRA
% EXTRA
% EXTRA
ANNEXURE-II
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
Real Time Gross Settlement (RTGS)/National Electronic funds transfer (NEFT) Mandate Form
(To be issued on vendors letter head)
1. Vendor/customer Name :
2. Vendor/customer Code
3. Vendor/customer address:
4. Vendor/customer e-mail id
5. Particulars of bank account
a. Name of Bank
b. Name of branch
c. Branch code:
d. Address:
e. Telephone number
f.
g. Account Number
h. RTGS IFSC code of the bank branch
i.
j.
I/we hereby authorize GAIL(India) Limited to release any amount due to me/us in the bank
account as mentioned above. I/We hereby declare that the particulars given above are correct
and complete. If the transaction is delayed or lost because of incomplete or incorrect
information, we would not hold the GAIL(India) Limited responsible.
-----------------------(Signature of vendor/customer)
BANK CERTIFICATE
We certify that ------------------------------has an Account no.---------------------------- with us and we confirm that
the details given above are correct as per our records.
Bank stamp
Date
Page 35 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 67 of 286
ANNEXURE III
DETAILS OF CIF VALUE
Offer Ref No:____________________
RFQ No: _______________________
Item : ________________________
DETAILS OF BUILT-IN CIF VALUE OF IMPORT CONTENT
WITH ITEMWISE DETAILS & RATES OF CUSTOMS DUTY CONSIDERED
DESCRIPTION
MR
ITEM
NO.
S.
No.
DETAILS OF BUILT-IN
IMPORTED RAW
MATERIALS AND
COMPONENTS
QTY.
(No.)
CUSTOMS
TARIFF NO.
i)
ii)
---
i)
ii)
---
--
Rs.
(Bidder to indicate CIF value & details item wise wherever applicable).
____________________
(NAME OF BIDDER)
____________________
(SIGNATURE OF BIDDER)
Page 36 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 68 of 286
BASIC
CUSTOMS
DUTY (%)
CVD+
ED. CESS
(%)
ADDITION
AL CVD
(%)
TOTAL
DUTY
(%)
______________________________________________________________
2.
DULY SIGNED & STAMPED COPIES OF THIS QUESTIONNAIRE, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR,
SHALL BE ENCLOSED.
3.
4.
1.
SL.
NO.
1.
DESCRIPTION
a) Confirm that the offer contains firm unit and total prices
separately on F.O.B. International Port of Exit basis
(including stowage charges).
b) Indicate international Seaport of Exit.
2.
VENDORS
CONFIRMATION
DETAILS
Confirmed
WITH
Indicated
Refer Annexure-1
Confirmed
Page 37 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 69 of 286
Confirmed
SL.
NO.
3.
DESCRIPTION
Transit Insurance:
Prices quoted must exclude transit insurance charges from
FOB International Port of Exit as the same shall be arranged
by the Purchaser. However, all transit insurance charges for
inland transit upto FOB International Port of Exit must be
included by you in your prices.
VENDORS
CONFIRMATION
DETAILS
WITH
Confirmed
4.
a)
Confirmed
b)
Confirmed
5.
a)
VALIDITY:
Confirm that the offer as per RFQ.
b)
c)
GAIL reserves the right to convert the FOB order to CFR basis within
4 (Four) Months from the date of Fax of Acceptance (FOA) / 04
weeks prior to Delivery period whichever is earlier, based on ocean
freight charges quoted by Seller subject to following:
Confirmed
Confirmed
Confirmed
Seller shall submit the following details of cargo within 15 days from
FOA. In case requisite documents/ information is not received within
above stipulated duration, then decision regarding CFR Conversion
of this purchase order shall be taken within 45 days from the date of
receipt of all requisite data.
(i)
(ii)
(iii)
(iv)
6.
7.
a)
Inspection Charges:
Third Party Inspection agency for Foreign bidders shall be BV/
DNV/TUV/ CEIL / LRS / SGS / GLI / Moody / Bax Council /
Bharat Quality Engineers. Confirm that you have included third
party inspection charges in your quoted prices (including
inspectors fee) for IBR & non IBR items. No extra charges
shall be payable by purchaser for the same.
b)
Refer Annexure-1
Confirmed
Confirmed
8.
Page 38 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 70 of 286
Refer Annexure-1
SL.
NO.
9.
10.
(a)
DESCRIPTION
Currency of Quote:
Furnish the currency of quote. Change in currency once
quoted will not be allowed.
Spares Parts:
Confirm item wise unit price (FOB) of following spare parts as
required in Material Requisition (MR) have been quoted
indicating itemised quantity.
VENDORS
CONFIRMATION
DETAILS
WITH
Refer Annexure-1
Confirmed
11.
Confirmed
12.
13.
Refer Annexure-II
(b)
14.
a)
i)
b)
Confirmed
Confirmed
Confirmed
Page 39 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 71 of 286
SL.
NO.
15.
16.
17.
18.
19.
20.
DESCRIPTION
Firmness of prices:
Confirm quoted prices shall remain firm and fixed till complete
execution of order. Price Variation shall not be considered on
any account.
Part Order:
a) Confirm acceptance to part order.
VENDORS
CONFIRMATION
DETAILS
Firm & Fixed
Confirmed
Confirmed
Repeat Order:
Confirm acceptance of repeat order within 6 (six) months as
per GCC (Goods) and RFQ.
Confirmed
WITH
Noted
Confirmed
Confirmed
Confirmed
Confirmed
21.
Confirmed
22.
Page 40 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 72 of 286
Not Applicable
Refer Annexure-1
VENDORS
CONFIRMATION
DETAILS
SL.
NO.
DESCRIPTION
23.
a)
ZERO DEVIATION:
Confirm your offer is in total compliance with Bidding
Document containing technical specifications including
General / Technical notes and scope of work including
documentation is as per Material Requisition (MR) and
subsequent Technical amendment and Technical corrigendum,
if any, without any deviation.
b)
c)
24.
25.
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
(if
Confirmed
Confirmed
Confirmed
Confirmed
Not Applicable
b) Indicate the name of the Indian Agent, with his full address
and percentage of commission included in your offer.
Not Applicable
Not Applicable
Page 41 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 73 of 286
WITH
SL.
NO.
DESCRIPTION
26.
27.
27.1
UNPRICED OFFER
Deviation sheet, if any.
VENDORS
CONFIRMATION
DETAILS
Not Banned
No Deviation
27.2
a.
PRICED OFFER
Price Schedule.
b.
Confirmed
28.
Confirmed
29.
Confirmed
Attached
Refer Annexure-1
30.
Confirmed
31.
Confirmed
VENDORS NAME :
SIGNATURE & SEAL:
Page 42 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 74 of 286
WITH
ANNEXURE-1
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
AGREED TERMS & CONDITIONS
(FOR FOREIGN BIDDERS)
ATC
Clause
Sr. No.
1 b)
2.
1c)
Vendors Confirmation
Description
3.
4.
Country of Origin
5.
6.
22
7.
29
% EXTRA
Last Year :
2 Years before
3 Years before
ANNEXURE-II
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
AGREED TERMS & CONDITIONS
(FOR FOREIGN BIDDERS)
Note: Evaluation and ordering of Bid is item wise as per Price Schedule. Please furnish
following details for each item of Material Requisition
MR Item no.: _____
Srl No.
Description
Details to be furnished by
Bidder
1.0
1.1
2.0
2.1
3.0
3.1
Quantity (Numbers of
container) of each item
4.0
5.0
equipments
per
Page 44 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 76 of 286
ANNEXURE-III
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY
FOREIGN BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as
per Material Requisition. Such sub-supplies / services shall be subject to following
Commercial Terms & Conditions:
1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding
charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on
Indian sub-suppliers. Purchaser shall not issue C form for Concessional rate of Central
sales tax or concessional form for UPVAT.
1.3 Separate and clear break-up of charges for inland transportation excluding Octroi / Entry
Tax. Octroi and Entry Tax, if applicable, shall be reimbursed at actuals by GAIL on
submission of documentary evidence.
1.4 Materials if ordered against this Bidding Document are required to be dispatched on door
delivery basis through a reliable bank approved Road Transport Company unless the
transport company is named by the Owner.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the Purchaser.
2.
CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in any currency out of currency of
bidders country / INR / USD / EURO.
3.
AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on
Foreign supplier and Indian sub-supplier / sub-contractor is not acceptable. Single
Purchase order shall be issued on the Foreign principal clearly indicating the subsuppliers / sub-contractors name, material and corresponding price in corresponding
currency.
4.
DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery
period for Foreign bidder as per Terms of Bidding document.
5.
6. PAYMENT TERMS:
6.1 Indian sub-supplies:
95% through E-Payment with taxes and duties will be paid against receipt of Indian
sourced goods/material at project site.
Page 45 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 77 of 286
6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment
out of payment against shipping documents through L/c shall be released after receipt of
Indian supplies at site as well as delivery of main equipments by Foreign principal as per
Terms of bidding document through wire transfer.
.
6.3 The payments shall be made after Adjustment of Price Reduction Schedule.
7.
Page 46 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 78 of 286
FORM-F7
Investment in equipment
Does not exceed INR 10 Lac
More than INR 10 Lac but does not exceed INR
2 Crores
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)
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 havefiled 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 Bidding 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.
Page 48 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 80 of 286
Form F-8
CERTIFICATE OF NON-INVOLVEMENT OF AGENT
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
This is to certify that we have not engaged involve any Agent /Consultant/Retainer/Associate
who is not an employee of _____________________ (name of your company) for payment of
any remuneration thereof in India or abroad. Therefore, no Agents / Representatives /
consultants commission is payable in India or abroad against this Contract.
Notes:
1. This certificate should be issued in the Letter Head of the Bidder.
2. This certificate is to be issued only if there is no Agent /Consultant/Retainer/Associate is
involved.
Page 49 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 81 of 286
Form F-9
PROFORMA FOR DETAILS OF INDIAN AGENT
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
Following are the details of Indian agent/ consultant/representative
S. No.
Description
Bidders response
1.
2.
3.
4.
5.
6.
7.
8.
Page 50 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 82 of 286
Form F-10
PROFORMA OF BANK GUARANTEE FOR ADVANCE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)
Ref................
Bank Guarantee No.--------Date...............
M/s. GAIL (India) Limited,
16, Bhikaiji Cama Place ,
New Delhi- 110066
India
In consideration of the GAIL (India) Limited, hereinafter called the "Owner" which expression
shall unless repugnant to the context or meaning thereof include its successors, executors,
administrators and assignees, having awarded to M/s....................................................... having
its
registered
office
at
...............................
hereinafter
referred
as
the
'CONTRACTOR/SUPPLIER', which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators, executors and assignees, a contract/purchase
order hereinafter referred to as the 'Contract/purchase order' for related
works.............. referred to as the 'WORK' on terms and
conditions
set
out,
inter-alia
in
the
Owner's
Contract/purchase
order
No......................................dated................. valued at................................................
(in words & figures) and as the Owner having agreed to make an advance payment for the
performance of the above contract/purchase order to the CONTRACTOR/SUPPLIER amounting
to.............................(in words & figures) as an advance against Bank
Guarantee to be furnished by the CONTRACTOR/SUPPLIER.
We........................................... hereinafter referred to as the BANK which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors
and assignees having our office at..................................................... do hereby undertake to give
the irrevocable and unconditional guarantee and do hereby undertake to pay the OWNER on first
demand without any demur, reservation, contest, recourse, protest and without reference to the
CONTRACTOR/SUPPLIER any and all monies payable by the CONTRACTOR/SUPPLIER by
reason of any breach by the said CONTRACTOR/SUPPLIER of any of the terms and conditions
of the said Contract/purchase order to the extent of...................... till the said advance is adjusted
as aforesaid at any time upto........................... We agree that the guarantee herein contained
shall continue to be enforceable till the sum due to the Owner on account of the said advance is
adjusted/recovered in full as aforesaid or till the Owner discharges this guarantee.
The OWNER shall have the fullest liberty without affecting in any way the liability of the BANK
under this guarantee, from time to time to vary the advance or to extend the time for performance
of the works by the CONTRACTOR/SUPPLIER. The BANK shall not be released from its liability
under these presents by any exercise of the Owner of the liberty with reference to the matter
aforesaid.
The Owner shall have the fullest liberty, without reference to CONTRACTOR/SUPPLIER and
without affecting this guarantee to postpone for any time or from time to time the exercise of any
powers vested in them or of any right which they might have against the
CONTRACTOR/SUPPLIER, and to exercise the same at any time in any manner, and either to
enforce or to forebear to enforce any power, covenants contained or implied in the Contract
between the OWNER and the CONTRACTOR/SUPPLIER or any other course or remedy or
security available to the OWNER and the BANK shall not be released of its obligations under
these presents by any exercise by the OWNER of its liberty with reference to matters aforesaid
Page 51 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 83 of 286
or other acts of omission or commission on the part of the OWNER or any other law would, but
for this provision, have the effect of releasing the BANK.
The right of the OWNER to recover the outstanding sum of advance upto Rs..................
from the BANK in the manner aforesaid will not be affected or suspended by reason of the fact
that any dispute or disputes has or have been raised by the CONTRACTOR/SUPPLIER and/or
that any dispute or disputes is or are pending before any officer, tribunal or court and any
demand made by OWNER on the BANK shall be conclusive and binding.
The BANK further undertakes not to revoke this guarantee during its currency without previous
consent of the OWNER and further agrees that the guarantee contained shall continue to be
enforceable till the OWNER discharges this guarantee.
The BANK also agrees that the OWNER shall at its option be entitled to enforce this guarantee
against the BANK as a principal debtor, in the first instance, notwithstanding any other security or
guarantee that OWNER may have in relation to the CONTRACTOR/SUPPLIER's liabilities
towards the said advance.
The Bank Guarantee's payment of an amount is payable on demand and in any case within 24
hours of the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to
release payment on demand, a penal interest of 24% per annum shall become payable
immediately and any dispute arising out of or in relation to the said Bank Guarantee's shall be
subject to the jurisdiction of Delhi Courts.
Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
CONTRACTOR/SUPPLIER up to a total amount of (amount of guarantees in words and figures)
and we undertake to pay you, upon your first written demand declaring the
CONTRACTOR/SUPPLIER to be in default under the contract and without caveat or argument,
any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to
prove or show grounds or reasons for your demand or the sum specified therein.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to
_________ and it will remain in force upto and including _____________ and shall be extended
from time to time for such periods as may be advised by M/s on whose
behalf this guarantee has been given.
We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do so under the Power of Attorney/ resolution
of the Board of Directors dated........................ accorded to him by the BANK.
Dated.................this.............day of...............20 ...............
Signed by
(Person duly authorised by Bank)
Place:
WITNESS :
1...................................... (Signature)
...................................... (Printed Name)
2...................................... (Designation)
......................................
(Common Seal)
Page 52 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 84 of 286
The Bank Guarantee by bidder(s) will be given on non-judicial stamp paper as per
stamp duty applicable. The non-judicial stamp paper should be in name of the issuing
bank. In case of foreign bank, the said bank guarantee to be issued by its
correspondent bank in India on requisite non-judicial stamp paper and place of bid to
be considered as Delhi.
2.
The bank guarantee by bidders will be given from bank as specified in ITB.
3.
A letter from the issuing bank of the requisite Bank Guarantee confirming that said
bank guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Employer
4.
If a bank guarantee is issued by a commercial bank, then a letter to Owner and copy to
Consultant confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one
hundred Crores). or its equivalent in foreign currency along with a documentary
evidence.
Page 53 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 85 of 286
Form F-11
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE
GUARANTEE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)
TO:
M/S. GAIL (India) LTD.
16, Bhikaiji Cama Place,
NEW DELHI-110066
Dear Sirs,
M/s __________________________________________________________________ have been
awarded the work of ___________________________________________________________
for GAIL ( INDIA) LTD. , 16, Bhikaiji Cama Place, R.K. Puram, NEW DELHI.
The Contracts conditions provide that the CONTRACTOR shall pay a sum of _____________ ( as full
Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract
Performance Guarantee includes guarantee executed by Nationalised Bank, undertaking full
responsibility to indemnify GAIL (INDIA) LTD., in case of default.
The said_______________________________________________ has approached us and at their
request
and
in
consideration
of
the
premises
we
having
our
office
at
______________________________ have agreed to give such guarantee as hereinafter mentioned.
1.
We ___________________________________________________________________ hereby
undertake
and
agree
with
you
that
if
default
shall
be
made
by
M/s__________________________________ in performing any of the terms and conditions of
the tender or in payment of any money payable to GAIL ( INDIA) LTD., we shall on demand pay
without any recourse to the contractor to you in such manner as you may direct the said amount
of _____________________________ only or such portion thereof not exceeding the said sum
as you may from time to time require.
2.
You will have the full liberty without reference to us and without affecting this guarantee,
postpone for any time or from time to time the exercise of any of the powers and rights conferred
on you under the contract with the said _____________________________________ and to
enforce or to forbear from endorsing any powers or rights or by reason of time being given to the
said __________________________ which under law relating to the sureties would but for
provision have the effect of releasing us.
Page 54 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 86 of 286
3.
4.
The guarantee herein contained shall not be determined or affected by the liquidation or winding
up dissolution or changes of constitution or insolvency of the said but shall in all respects and for
all purposes be binding and operative until payment of all money due to you in respect of such
liabilities is paid.
5.
This guarantee shall be irrevocable and shall remain valid upto______________, If any further
extension of this guarantee is required, the same shall be extended to such required period on
receiving instruction from M/s.___________________________________________________
on whose behalf this guarantee is issued.
6.
The Bank Guarantees payment of an amount is payable on demand and in any case within
48 hours of the presentation of the letter of invocation of Bank Guarantee. Should the banker
fail to release payment on demand, a penal interest of 18% per annum shall become payable
immediately and any dispute arsing out of or in relation to the said Bank Guarantee shall be
subject to the jurisdiction of Delhi Courts.
7.
We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney dated
___________ granted to him by the Bank.
Yours faithfully,
___________________________Bank
By its Constituted Attorney
Page 55 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 87 of 286
2.
The bank guarantee by bidders will be given from bank as specified in ITB.
3.
A letter from the issuing bank of the requisite Bank Guarantee confirming that said
bank guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Employer
4.
If a bank guarantee is issued by a commercial bank, then a letter to Owner and copy to
Consultant confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one
hundred Crores). or its equivalent in foreign currency along with a documentary
evidence.
Page 56 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 88 of 286
paper
of the
by its
bid to
F-12
PERFORMA OF INDEMNITY BOND FOR SUPPLY OF MATERIALS BY GAIL
(To be executed on non-judicial stamp paper of appropriate value)
WHEREAS GAIL (INDIA) LTD (hereinafter referred to as GAIL) which expression
shall unless repugnant to the context includes their legal representatives, successors
and assigns having their registered office at Bhikaiji Cama Place, R. K. Puram, New
Delhi has entered into an Contract with _______________________________
(hereinafter referred to as the CONTRACTOR which expression shall unless
repugnant to the context include their legal representatives, successors and assigns)
for ____________________on the terms and conditions as set out, inter-alia, in the
Contract No................. Dated............. and various documents forming part thereof
hereinafter collectively referred to as the "CONTRACT" which expression shall include
all amendments, modifications and/or variations thereto.
AND WHEREAS
i)
ii)
iii)
The undersigned has full power to execute this Indemnity Bond on behalf of the
CONTRACTOR under the Power of Attorney dated______.
Page 58 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 90 of 286
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
II
MR CATEGORY:
DOCUMENT NUMBER
( Always quote the Document Number given below as reference )
A096
000
KA
MR
5785
14/10/2013
JOB NO.
UNIT/
AREA
MAIN
COST
CENTRE
DOC.
CODE
SR. NO.
REV.
DATE
16
DIVN.
45
DEPT.
ORIGINATOR
NOTES :
1
This page is a record of all the Revisions of this Requisition.
2
The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3
Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.
REV.
DATE
BY
14/10/2013
CHK.
APPD.
DETAILS
ME
NK
DB
ISSUED FOR BIDS
This is a system generated approved document and does not require signature.
Client:
1 of 3
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
SR. NO.
TAG NO/
ITEM CODE/ [ ID. NO. ]
01.00
01.01
02.00
03.00
04.00
142-KA-01
04.01
05.00
{04}142-KA-01
QUANTITY
06.00
07.00
08.00
08.01
09.00
DESCRIPTION
{08}142-KA-01
Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.
Client:
REQUISITION NO.
REV.
A096-000-KA-MR-5785
Sheet
2 of 3
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
LIST OF ATTACHMENTS
SL.
No.
1
DOCUMENT TITLE
DOCUMENT NO.
List of Attachments
REV.
DATE
A
REVISION
REV.
REV.
DATE
REV.
DATE
DATE
A096-000-16-45-LA5785
10/10/2013
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.
GENERAL NOTES:
(1) Supply of all commissioning spares as required for the Blower ackage shall be in
vendor scope of supply. Vendor to furnish a consolidated list of all such
commissioning spares along with offer. In case, any additional commissioning spares
is required over & above the quoted commissioning spares during commissioning of the
subject blower package, then the same shall have to be supplied/replaced by vendor
without any cost & time implication to the purchaser.
(2) Vendor shall furnish a list of special tools & tackels included in scope for the
subject blower packages along with the offer (Refer Cl 13.4 of Job specification
(A096000-PA-SP-5785)
.
(3) Cost for Supervision of Erection and Commissioning for 10 man days per blower
package (i.e. Total 10 Mandays) shall be added to the total cost of the blower
packages. Bidder may decide the days between Indian/Foreign supervisors and also
discipline wise but total of 10 man days per pump package (i.e. Total 10 Mandays) and
indicate the price of supervisor to be used for commercial loading up to a total of
10 man days for evaluation purpose. However, the actual payment for supervision of
erection and commissioning shall be based on actual mandays consumed at site for
carrying out these activities.
Client:
REQUISITION NO.
REV.
A096-000-KA-MR-5785
Sheet
3 of 3
S.No.
Equipment Number
Email:
Fax:
Form
Scheduled
Category
Electronic
Review (R) / date of 1st
Records (I) Submission (E)/ Print (P)
Phone:
Contact Person:
City:
Address:
Contact Person(EIL):
PO No.:
Date of PO:
Date of LOI:
PR No.:
Vendor Name:
Remarks
Status
Date
Page 94 of 286
DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 1 of 8
PROJECT
GAIL PETROCHEMICAL
PRADESH
UNIT
OFFSITES
CLIENT
GAIL, PATA
CONSULTANT
JOB NO.
A096
COMPLEX-II,
PATA,
UTTAR
DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 2 of 8
Sno.
DOCUMENTS TITLE
DOCUMENT NO.
REV
DATE
REVISION
REV
REV
DATE
DATE
1.0
GENERAL
Special instructions to bidder
1.1.2
Deviation Format
A
10.10.13
A096-000-16-45-DF-5785
A
1.1.3
A096-000-16-45-TCL-5785
1.1.4
A096-000-16-45-CL-5785
1.1.5
1.2
1.2.1
1.2.2
1.2.3
1.3
1.3.1
A096-000-16-45-SI-5785
10.10.13
A096-000-16-45-SL-5785
A
10.10.13
A096-000-16-45-SU-5785
A
10.10.13
A
A096-000-16-45-SP-5785
10.10.13
1.4
1.4.1
1.5
1.5.1
1.3.2
1.3.3
A096-000-16-45-ER-5785
A
---
DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 3 of 8
SECTION-B: ELECTRICAL
PROJECT
GAIL PETROCHEMICAL
PRADESH
UNIT
OFFSITES
CLIENT
GAIL, PATA
CONSULTANT
JOB NO.
A096
COMPLEX-II,
PATA,
UTTAR
DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 4 of 8
Sno.
DOCUMENTS TITLE
REVISION
REV
REV
DATE
DATE
SECTION-B: ELECTRICAL
2.0
2.1
DOCUMENT NO.
REV
DATE
JOB SPECIFICATIONS
Refer Electrical Section
DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 5 of 8
SECTION-C:INSTRUMENTATION
PROJECT
GAIL PETROCHEMICAL
PRADESH
UNIT
OFFSITES
CLIENT
GAIL, PATA
CONSULTANT
JOB NO.
A096
COMPLEX-II,
PATA,
UTTAR
DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 6 of 8
Sno.
DOCUMENTS TITLE
DOCUMENT NO.
REV
DATE
REVISION
REV
REV
DATE
DATE
SECTION C: INSTRUMENTATION
3.0
3.1
GENERAL
3.1.1
DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 7 of 8
PROJECT
UNIT
OFFSITES
CLIENT
GAIL, PATA
CONSULTANT
JOB NO.
A096
DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 8 of 8
Sno.
DOCUMENTS TITLE
6.0
DOCUMENT NO.
REV
DATE
REVISION
REV
REV
DATE
DATE
6.1
6.1.1
6-78-0001
6.1.2
6-78-0003
0
04.06.09
0
04.06.09
DOCUMENT No.
A096-000-16-45-SI-5785
Rev. A
Special Instruction
to Bidders
Page 1 of 2
SPECIAL INSTRUCTION
TO
BIDDERS
PROJECT
GAIL PETROCHEMICAL
PRADESH
UNIT
CLIENT
A096
COMPLEX-II,
PATA,
UTTAR
10.10.13
ME
NK
NK
Rev.
No.
Date
Purpose
Prepared by
Reviewed by
Approved by
Special Instruction
to Bidders
DOCUMENT No.
A096-000-16-45-SI-5785
Rev. A
Page 2 of 2
1.0
Scope
This document is intended to outline the procedures envisaged for execution of this enquiry
including pre-bid and in-bid requirements.
2.0
Special Requirements
2.1
Pre-Bid stage:
i) The bidders shall be invited for an extensive pre-bid meeting after floating of enquiry.
This pre-bid meeting shall include discussion/ finalization of following:
- Bidders Deviations to data sheet/ specifications/ codes & standards.
- Bidders clarification/ recommendation/ exceptions (if any) w.r.t. scope of supply.
- Control philosophy.
- Utility requirements.
- Equipment layout/ detailed GA.
ii) Bidder shall submit their deviations/ exceptions/ clarifications at one place. Bidder to
note that only equipment specific or technically infeasible deviations shall only be
discussed during PRE- BID meeting provided a suitable justification for the same is
furnished. Purchasers decision on such deviations shall be treated as FINAL.
Deviations, which can be complied either with extra cost and or with time implications,
shall not be permitted.
iii) Based on the clarifications with regard to scope of supply, control philosophy and other
details as specified in 2.1(i) above during pre-bid meeting, necessary addendum/
amendment to the enquiry document (if required) shall be issued prior to submission of
the bids.
iv) The pre-bid meeting is must for all the bidders, however in case any of the bidder is not
attending the PRE- BID meeting, it shall be understood that the bidder does not have
any comments/ deviations to RFQ requirements. In case any deviations/ clarifications
are furnished by such bidder in his Bid, the complete bid is likely to be rejected.
2.2
In-Bid requirement:
Vendor shall necessarily furnish the following along with the bid without which the offer shall
be considered incomplete is likely to be rejected:
(i) Duly filled and signed/ stamped Technical Compliance statement (Doc.# A096-000-1645-TC-5785).
(ii) Completely filled-in EIL datasheet of Vacuum Pump (Doc.# A096-000-16-45-DS-0001).
(iii) Experience Record Formats (duly filled-in) for Blower package. It shall be noted that the
equipments shall meet the respective equipment qualification criteria as specified in
their respective EIL specification/job specification.
(iv) All Checklists (Including Check list scope of supply, Mandatory spares list etc.), duly
filled-in, with regard to scope of supply finalised in pre-bid meeting.
(v) Layout Drawings finalised during Pre-Bid Meeting.
(vi) Utilities Requirement finalised during Pre-Bid Meeting.
(vii) Clarifications/ deviations finalised during Pre-Bid Meeting. No new technical deviations
other than what has been discussed and agreed upon in pre-bid stage shall be
considered or taken cognizance of.
Bidders to note that ZERO DEVIATION BIDS are envisaged against this inquiry. No technical
deviation in the bid and post bid shall be entertained. It is in the bidders interest to ensure that all
technical deviations are sorted out in the pre-bid meeting stage only.
I, ON BEHALF OF M/s
----------------------------------------QUOTED BY M/s
FOR GAIL,
No.
--------------------------------------------------
IS
IN
TOTAL
DOCUMENT No.
LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS
A096-000-16-45-DF-5785
Page 1 of 2
DEVIATIONS
TO
TECHNICAL SPECIFICATIONS
PROJECT
UNIT
GAIL PETROCHEMICAL
PRADESH
OFFSITES
CLIENT
CONSULTANT
JOB NO.
A096
RFQ NO.
COMPLEX-II,
PATA,
UTTAR
NOTES:
1.
Vendor shall note that only those deviations to specified standards & codes (if any), shall be permitted which are technically infeasible to be met, provided
suitable justification for the same is furnished. Deviations, which can be complied with extra cost and or time implication, shall not be permitted.
2.
Any deviations/deletions/corrections made elsewhere in the body of the vendors proposal will not be taken cognisance of and all such deviations shall be
deemed to have been withdrawn by the vendor.
DOCUMENT No.
LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS
A096-000-16-45-DF-5785
Page 2 of 2
Clause
No.
Deviation
Technical Justification
Remarks
DOCUMENT No.
A096-000-16-45-SS-5785
Rev.A
Page 1 of 4
PROJECT
UNIT
CLIENT
M/s. GAIL
CONSULTANT
JOB NO.
A096
09.10.13
ME
NK
NK
Rev.
No
Date
Purpose
Prepared
by
Checked
by
Approved
by
DOCUMENT No.
A096-000-16-45-SS-5785
Rev.A
Page 2 of 4
Vendor shall furnish all equipment, drivers, auxiliary systems, instruments and controls
and safety devices as per the enquiry document. Anything required over and above that is
specified, for safe and satisfactory operation of the blower package shall be included by the
vendor in his scope and mentioned in additional sheets attached to this list in the vendors
proposal.
Vendor to write YES/NO against each item. Vendor is required to include complete scope,
as such 'NO' is not warranted. However, in case for any of the items if vendor's reply is
'NO', vendor should give reasons for the same.
Vendor is requested to fill checklist in this manner only and not to furnish his scope of
supply separately.
Vendor's scope of supply shall include but not be limited to the following for each blower
package:
S. No. Description
Blower (Refer equipment data sheets, P&IDs and specs.
for full details)
1.1 Rotary type blower with electric motor, couplings, seal &
seal system (as applicable), lube oil system (as applicable)
and other auxiliaries duly mounted on common skid.
Blower with electric motor driver
Seals & seal system (as required) with all
associated instruments
Lube oil system (as required)
All couplings and non- sparking guards
Common skid for Blower, driver, lube oil system,
seal system, Local gauge board & other auxiliaries
and fittings as required.
Inlet and Discharge silencer
Prefabricated interconnecting piping
Suction Expansion joints with flanged connection
Discharge Expansion joints (flexible connector) with
flanged connection
Aftercooler at Discharge duly mounted on baseplate
with cooling water piping and gas piping.
Pressure safety valve @ Discharge
One TSV and one Temperature gauge(gauge
board) at cooling water outlet of aftercooler
One sight flow indicator at cooling water outlet line.
2 Electrical Equipment
Specified by
Purchaser
(Yes/No)
Included by
Vendor
(Yes/No)
Remarks
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
(Refer equipment data sheets and Electrical specs. for full details)
2.1
3.
Yes
(Refer equipment data sheets and Instrument specs. for full details)
3.2
Yes
S. No. Description
4.
4.1
4.2
4.3
4.4
5.0
5.1
5.2
5.2
5.4
6.
DOCUMENT No.
A096-000-16-45-SS-5785
Rev.A
Page 3 of 4
Specified by
Purchaser
(Yes/No)
Included by
Vendor
(Yes/No)
Remarks
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
4 hr test
6.1
7.0
7.1
8.0
8.1
8.2
8.4
8.5
8.6
Yes
Yes
Per diem
rates
(Note- 4)
Yes
Refer clause
7.1 of job
specification
Yes
Yes
Yes
Yes
Mfr.Std.
Note:
1) Please note that first fill of consumables/ lubricants shall be in Vendors scope if these are
special and imported type. However, the details/ specifications with regard to consumables/
lubricants shall be recommended by the Bidder during detail engineering.
DOCUMENT No.
A096-000-16-45-SS-5785
Rev.A
Page 4 of 4
2) Bidders are required to submit a list of commissioning spares (As specified /recommended
by them) along with the offer, which shall be supplied along with the blower package. Any
spares consumed over and above the spares supplied along with the blower package, shall
be furnished by the blower vendors at the time of commissioning without any time/cost
implication to the purchaser. Any un-used spare(s) shall be retained at purchaser's end
without any cost implication.
3) Bidders are required to submit a list of special tools and tackles (as recommended by them)
along with the offer which shall be supplied along with the blower package. If no special
tools/tackles are required for normal operation and maintenance of blower package, the
same shall be categorically indicated in the bid.
4) The vendor shall provide his services for supervision during erection and commissioning of
the Blower package. Electrical & Instrumentation sub-vendors engineers shall also be
present along with vendor's erection and commissioning engineers, as required. The
supervisory cost of 10 mandays for each blower package shall be considered for purpose
of commercial comparison (which the vendor may decide between days for Indian/Foreign
supervisors and also discipline wise but total of 10 mandays). The vendor shall indicate the
cost of providing the above services on per diem basis. Per diem rates, as quoted by the
vendor, shall be the basis of payment, on actual mandays consumption at site.
DOCUMENT No.
A096-000-16-45-SL-5785 Rev. A
Page 1 of 2
PROJECT
CLIENT
M/s. GAIL
UNIT
EIL JOB NO
A096
A
Rev.
No
10.10.13
Date
Page
112 of 286
Format No. EIL
1641-1924
Rev. 1
ISSUED WITH MR
ME
NK
Purpose
Prepared
by
DOCUMENT No.
A096-000-16-45-SL-5785 Rev. A
Page 2 of 2
Part Description
A MECHANICAL
1. Set of Dynamically Balanced Rotor
One set
B Electrical
As per electrical specification
C Instrumentation
As per Instrumentation Specification
Notes:
1.
The word `Set' means the quantity required for full replacement of that part in one machine.
2.
The Bidder shall quote for all the mandatory spares as defined above & as applicable to the proposed
design of the equipment. In case, any spare which is listed above but not applicable due to specific
construction/design of the equipment, the same shall be highlighted as `Not Applicable' against that
spare supported with proper technical explanation.
3.
Spare parts shall be identical in all respects to the parts fitted on the main equipment, including
dimensions, material of construction & heat treatment.
4.
The cost of these mandatory spares shall be added to the `Total Cost' for commercial evaluation of
the offer.
5.
The offers, not including the quotation for mandatory spare parts in the commercial section & the
un-priced quotation for mandatory spare parts in the technical section shall be considered as
incomplete offers and shall be liable for prima-facia rejection. The Bidder is advised to furnish the
above checklist, duly completed & consolidated, along with the techno-commercial offer (i.e. both
un-priced & priced copies)
Page
113 of 286
Format No. EIL
1641-1924
Rev. 1
Total
Price
SPECIFICATION No.
A096-000-16-45-SU-5785
Rev-A
Page 1 of 5
PROJECT
UNIT
CLIENT
A096
10.10.13
Issued with MR
ME
NK
Rev.
No
Date
Purpose
Prepared by
Checked &
Approved by
SPECIFICATION No.
A096-000-16-45-SU-5785
Rev-A
Page 2 of 5
1.
:
:
:
:
:
:
:
:
:
Pata
Uttar Pradesh
Dibiyapur (100 Km from Kanpur)
Phaphund (100 Km from Kanpur)
Mumbai/ Kandla
NH-2
Lucknow/ Kanpur
Lower Ganga Canal
Mid June to mid September
Sl#
Minimum
Normal /
Average
Maximum /
Design
139.5
-
tmin= 1.7
tnor = amb.
tmax= 47.8
20%@ tmin
@ tnor
90%@ tmax= 35 0C
Ambient temperature, C
Relative humidity, %
Rainfall
data:
Wind
data
(b)Prevailing
direction.
Earthquake Design Criteria
256.3 mm
761.9 mm
25.2 50.4 Kmph
wind
42
29
1.7
sign air temperature for4air Design air temperature for air cooled exchangers where followed by water
0
cooling, C
42
46
86% @ 46 C
SPECIFICATION No.
A096-000-16-45-SU-5785
Rev-A
Page 3 of 5
2. UTILITY SPECIFICATIONS
Utility conditions at Vendor Battery Limit [All B/L pressures are as measured at grade]
Utility pressure and temperature levels as indicated in the below table, are at Pump Vendor Battery
Limit of the Process Unit.
Sl
Parameter
Minimum
1
Pressure, kg/cm2g
Temperature, oC
2
Pressure, kg/cm2g
Temperature, oC
3
Pressure, kg/cm2g
Temperature, oC
4
Pressure, kg/cm2g
Temperature, oC
5
Pressure, kg/cm2g
Temperature, oC
6
Supply Pressure, Kg/cm2g
Return Pressure, Kg/cm2g
Supply Temperature, 0C
Return Temperature, 0C
7
Pressure, kg/cm2g
o
Temperature, C
Normal
Maximum
AMB.
Mech Design
116 / FV
513
46 / FV
390
21 / FV
290
6.5 / FV
220
13
100
9
9
65
65
10.0
65
4.5
5.0
7.5
AMB.
65
4.0
6.5
10.5
AMB.
50
65
DEMINERALISED WATER
8
Pressure, kg/cm2g
o
Temperature, C
4.0
PLANT AIR
9
Pressure, kg/cm2g
o
Temperature, C
10
Pressure, kg/cm2g
3.5
6.0
10.5
Temperature, oC
AMB.
50
65
Pressure, kg/cm2g
3.5
6.0
6.5
10.5
Temperature, oC
AMB.
50
65
NITROGEN
11
12
Pressure, kg/cm2g
127
HOLD
Temperature, oC
40
HOLD
13
Pressure, kg/cm2g
o
Temperature, C
14
22
114
150
14
Pressure, kg/cm2g
Temperature, oC
15
Pressure, kg/cm2g
Temperature, oC
SPECIFICATION No.
A096-000-16-45-SU-5785
Rev-A
Page 4 of 5
Plant Air
Instrument Air
Water-free
(-)40 C
Nil
Nil
Parameter
4. Flare System
4.1 Maximum flare backpressure shall be considered for sizing of pressure relief devices
#
Flare system
Superimposed
backpressure,
kg/cm2g
Built-up
backpressure at unit
battery limits,
kg/cm2g
Built-up
backpressure at PSV
outlet,
kg/cm2g
LP Hydrocarbon flare
0.1
1.5
1.7
HP Hydrocarbon flare
0.1
4.5
5.0
5.2 Overpressure (as percentage of set pressure) for sizing of relief valves shall be considered
as below:
#
Contingency
High Pressure
>70kg/cm2g
5%
5%
Fire Case
21%
As per designer
25% / 10%
As per designer
Operational failure
10%
As per designer
PSV
1
S
SS
TI
LO
CW RETURN
CW SUPPLY
SPECIFICATION No.
A096-000-16-45-SU-5785
Rev-A
Page 5 of 5
7.0
WATER QUALITY
Sr. Parameter
Unit
1.
2.
3.
4.
5.
5.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
6.5-7.0
Mg/l
Nil
Mg/l
0.1
Mho/cm <0.2
Mg/l
Mg/l
Mg/l
Nil
Mg/l
<=0.2
Mg/l
Mg/l
Mg/l
Mg/l
Mg/l
Mg/l
Mg/l
<0.005
Mg/l
-Mg/l
-
PH
Turbidity (NTU) (5 min. settled)
Total dissolved solids
Conductivity @ 250 C
MO. Alkalinity
Ca hardness as CaCO3
Total hardness as CaCO3
Total reactive Silica as SiO2
Chlorides as Cl
Free residual chlorine
Sulphates as SO4
Organophosphates as PO4
HEDP(Organophosphate)
Inorganophosphates as PO4
Total Iron as Fe
Zinc as Zn
Polymeric Dispersant
DM water BFW
6.5-7.0
Nil
0.1
<0.2
Nil
<=0.2
<0.005
-
Recirculating
cooling water
7.0-8.0
20-30
1400-1500
120-130
230-250
425-450
65-80
450-479
0.3-0.6
925-975
5
3-5
8-10
1-2
5-10
SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 1 of 8
JOB SPECIFICATION
FOR
ROTARY BLOWER (LOBE TYPE)
(ELECTRIC MOTOR DRIVEN)
PROJECT
UNIT
CLIENT
M/s. GAIL
CONSULTANT
JOB NO.
A096
A
Rev.
No
07.10.13
Date
ME
NK
DB
Purpose
Prepared
by
Checked
by
Approved
by
SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 2 of 8
1.0
GENERAL
1.1
Scope
1.1.1
1.2.1
The design, construction, manufacture, supply & testing and other general
requirements of the blower package shall be strictly in accordance with the data
sheets, this job specification, Drawings, standard specifications etc. as listed under
List of Attachments as well as other referenced codes, standards and
recommended practices.
1.3
Precedence
1.3.1
In case of any conflict between this Job Specification and other enquiry documents,
the following preferential order shall govern:
a.
b.
c.
d.
e.
f.
However, Vendor shall inform EIL for any discrepancy for resolution before
proceeding. EIL decision in this regard shall be final and binding.
1.4
Vendor shall make all possible efforts to comply strictly with the requirements.
Deviations, if any, required by vendor shall be separately consolidated under List of
Deviations with specific references to Document no., Page no., Clause no./Para no.,
Line no. etc. of the applicable document to which deviation applies, along with
adequate reasons for each deviation. Further, vendor shall furnish a statement, that
except for the deviations furnished by him, his offer is in total conformity with all the
data sheets and document Listed under List of Attachments and the referenced
codes, standards and recommended practices. No deviation shall be considered
after award of order. Any comment, deletion, correction on the body of the data
sheets/specifications will not be taken cognisance of and all such deviations shall be
deemed to have been withdrawn.
1.5
Compliance with this specification shall not relieve the vendor of the responsibility of
furnishing equipment and auxiliaries of proper design, materials and workmanship to
meet specified operating conditions.
SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 3 of 8
SAFETY
2.1
2.2
All Electrical Devices shall meet the requirement for the specified area classification
in which they are installed.
2.3
Thermal relief valves shall be provided for components that may be blocked in by
isolation valves (including any cooling water return circuit piping of a cooler or a
jacket)
4.1
4.1.1
The Equipment Qualification Criteria (EQC) specified vide cl. # 4.1.2 to 4.1.5 of this
specification shall be applied for acceptance of the offered blower model.
4.1.2
The vendor shall be an established manufacturer of Rotary lobe type (roots) blower
having adequate design, engineering, manufacturing and testing facilities for the
same.
4.1.3
The blower model offered shall be from the existing blower model series and shall be
from the regular manufacturing range of the vendor. The offered blower model shall
meet the minimum service & manufacturers experience requirements specified in
Clause 4.1.4 below.
4.1.4
Blower shall be identical in frame designation and Type (straight lobe roots type)
and similar in terms of Frame number, Frame rating, Rotational speed, Inlet and
discharge pressure, Inlet temperature, Actual Inlet flow, Mechanical Design, Type of
Rotor, Materials as compared to at least ONE (1) unit designed, engineered,
manufactured, tested and supplied from the proposed manufacturing plant and the
reference unit shall have completed ONE (1) year of satisfactory operation at site, as
on the bid due date.
4.2
SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 4 of 8
5.1
Electric motor driven blower package with all components and auxiliary equipments
as detailed in the checklist scope of supply Doc. # A096-000-16-45-SS-5785 (as a
minimum but not limited to) and other requirements specified in MR, are included in
vendors scope.
5.2
All civil works, compressor house building including all the operating platforms
(except operating plateform within vendors skid(s)) etc. are excluded from the
bidders scope of supply/work.
5.3
The Blower manufacturer of the Proposed Blower model shall be the Single Point
responsibility vendor (SPRV).Single point responsibility vendors scope of supply is
described in data sheets, specifications, Process P&IDs and Checklist -Scope of
Supply forming part of the inquiry document. However, it shall be the responsibility
of the SPRV to furnish a safe operating unit. For this purpose, in case SPRV
envisages additional equipment / instruments / control and safety devices, the same
shall be offered by the SPRV and included in his scope of supply. Such additional
items shall be separately listed with reasons for their inclusion.
DESIGN CRITERIA
6.1
General
The Blower shall be selected so as to fully meet the requirements specified in data
sheets and specifications as well as referred codes and standards forming part of the
inquiry document.
6.1.1
6.1.2
The Blower driver & all auxiliaries shall be supplied duly mounted on a common
base-plate. Unitization of Blower package along with driver and associated job
auxiliaries shall be done in manufacturer's shop.
6.1.3
Maximum allowable working pressure & temperature of the equipment shall not be
less than the design pressure & temperature specified in the data sheet.
6.1.4
6.1.5
The discharge temperature of the blower at the package battery limit has to be
limited to 40 Deg. C due to downstream design constraint. Vendor to include
inter/after coolers (if required to meet the above constraint) in their scope along with
all interconnected piping and instrumentation for water and Gas. The cooling water
supply and return shall be provided at the skid edge (i.e. package battery limit) as
single point connection. Vendor to select suitable low pressure drop type cooler.
Coolers shall be designed as per TEMA-C code. The cooling water side fouling factor
shall be considered as 0.0004 hr m2 C/Kcal.
6.1.6
Vendor shall consider all losses in suction and discharge side from battery limit to
respective flanges.
SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 5 of 8
6.1.7
The rated BKW at the above condition shall be guaranteed with zero positive
tolerance including all transmission losses.
6.1.8
The blower unit shall be direct driven. V- Belt drives are also acceptable.
6.1.9
V-belts used for equipment located in hazardous area i.e. Div. I or Div.II (NEC) area
(Zone 1 or Zone 2 (IEC) area) shall be static non-conducting type and shall be
certified suitable for the area classification.
6.1.10 Driver rating shall be at least 110% of Blower rated BKW (including all losses) or
105% BKW (including all losses) at coincident PSV & minimum inlet pressure
whichever is higher.
6.1.11 The set pressure of relief valve at blower discharge shall be equal to, 110% of rated
differential pressure across blower plus maximum suction pressure, or downstream
design pressure, whichever is lower.
6.1.12 Jacket cooling (if required) shall be water cooled.
6.1.13 The balancing of rotating element shall be carried out alongwith the coupling half.
Balancing shall be as per grade 2.5 of ISO-1940.
6.1.14 Blowers shall be suitable for outdoor installation and shall be installed on ground floor
(i.e. on finished floor level). No equipment shelter is envisaged. The blower, drive
motor and all the associated auxiliaries shall be mounted on a common base plate.
6.1.15 All rotating equipment base plates shall have jacking provision for levelling and
screws for alignment. Only Stainless Steel shims shall be used for equipment
alignment
6.2
Couplings
Couplings shall be of metallic, non-lubricated, flexible element type (i.e. either
diaphragm or discs) with spacer, for all equipment. The coupling shall be selected for
a minimum service factor of 1.5. Removable coupling guard shall be provided which
shall be fabricated from non-sparking material, and shall be open at the bottom to
permit manual shaft rotation. The guard shall be sufficiently rigid to withstand
deflections as a result of bodily contact of nominally 100 kgs.
6.3
Casing Drains
All casing drains of the blower skid shall be manifolded by the vendor and terminated
at the skid edge with isolation valve. Drains shall be connected by the vendor to
purchaser's nearest OWS point(s).
6.4
SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 6 of 8
6.5
6.6
Piping
All piping, fittings, valves etc. specified in vendor's scope of supply shall conform to
the technical requirements specified in the relevant codes and standards. However
all interfaces shall conform to purchaser's requirements specified in the P&ID's and
respective Piping Material Specification (PMS).
6.7
6.8
i)
Utility Piping:
All interconnecting distribution piping to various consumption points within Vendors
Battery Limit, tubing, cabling, and supports including isolation valves at the tie-up
points of vendors battery limit shall be engineered, designed and supplied by the
vendor. All Piping shall be supplied prefabricated.
ii)
Vendor shall terminate all the drains at the grade level with isolation valves for further
connection to purchaser CBD/ OWS system. Also vendor shall terminate all the
Blower-casing drains manifolded to single connection at the grade level for further
connection to purchaser CBD/ OWS system.
7.1
7.1.1
SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 7 of 8
resistant materials. All enclosures shall be free of any depression or crevices where
water or dust might collect.
7.1.2
The enclosure shall be fitted with two (one working and one standby) explosion proof
electric motor driven fans, designed to prevent build up of a hazardous atmosphere
inside the enclosure with only one ventilation fan operating. Fans shall be sized for
125% of design flow required.
7.1.3
Any instrument & electrical items which are located inside the enclosure shall be
suitable for applicable area classification as indicated in the enclosed document.
7.1.4
7.1.5
Lighting system, wiring within enclosure from unit to junction box (Except motor
cabling and cabling for heater) shall be provided by vendor.
7.1.6
Enclosure shall be fitted with proper door arrangement for easy maintenance.
Electrical
All electrical system for the package shall be as per the electrical specification and
data sheets as per list of attachments forming part of the inquiry document and the
codes and standards referred therein.
10
10.1
10.2
SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 8 of 8
11
12
13
13.1
13.2
Commissioning Spares
Vendor shall include in his proposal sufficient spares required for commissioning of
package as per his experience/recommendation & furnish a list for the same
(including rotating equipment, packaged equipment, static equipment, piping,
instrumentation and electrical, etc).
If however, any additional spare is consumed over and above the quoted
commissioning spares, during commissioning, the same shall be provided free of
cost, by the VENDOR. Any leftover spares after commissioning shall be handed over
to the owner.
13.3
13.4
14
PIPING MATERIAL
SPECIFICATION
Client
Page 32 of 288
GAIL LTD.
16/43
Dept./Sect. :
Project :
PETROCHEM COMPLEX
Location :
PATA UP
Pipe Class :
PIPE CLASS
:
RATING
:
BASE MATERIAL
:
CORROSION ALLOWANCE
SPECIAL REQUIREMENT :
A1A
Sheet 1
of
A1A
150
CARBON STEEL
1.5
MM
-29
38
93
149
204
260
316
343
371
PRESS
20.03
20.03
18.28
16.17
14.06
11.95
9.84
8.78
7.73
SERVICE
NON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & HYDROCARBONS; LUBE OIL BEFORE
FILTER; AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR(BEYOND A3A), PLANT AIR, NITROGEN,
CARBONDIOXIDE; WATER - BEYOND A3A AND A10A; IN OFFSITES ONLY BEYOND A10A;
NOTES
1
5
7
FOR PERMANENT 'T' TYPE BW STRAINERS,REFER EIL'STD 7-44-0303 & 7-44-0304; AND FOR TEMPORARY
STRAINERS,REFER EIL'STD 7-44-0300; FOR SPACER AND BLIND REFER EIL'STD 7-44-0162.
FOR RESTRICTION ON USE OF BALL,PLUG & BUTTERFLY VALVES,REFER GENERAL NOTES.
36
THIS IS A PRESSURE BALANCED PLUG VALVES WHICH SHALL BE USED ONLY IF SPECIFIED IN P&ID.
92
GATE VALVES OF SIZE 26" AND ABOVE SHALL BE IN ACCORDANCE WITH B-16.34/ BS-1414 AND FLANGE ENDS
SHALL BE IN ACCORDANCE WITH ASME B16.47 SERIES B.
SPECIAL NOTES
ITEM
SIZE
DESCRIPTION
A.CODE
ALL
SW COUPLING
BUTTWELDED
TEMP.CONN
1.5"
PRESS.CONN
0.75"
MAINTAINENCE
JOINTS
PIPE JOINTS
DRAINS
VENTS
Package
: IPMCS
Report No.
: 50
A1A
Copyright EIL- All rights reserved
PIPING MATERIAL
SPECIFICATION
GAIL LTD.
PETROCHEM COMPLEX
Location :
PATA UP
T
T P
T P P
T P P P
T
P
P
P
P
T
P
P
P
P
P
T
P
P
P
P
P
P
T
P
P
P
P
P
P
P
T
T R
T R R
T R R R
T
R
R
R
R
T
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
T
R
R
R
R
R
R
T
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
Sheet 2
A1A
T
R
R
R
R
R
R
R
R
T
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
T
R
R
R
R
R
R
R
R
R
R
T
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
T
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
72.
70.
68.
66.
64.
62.
60.
58.
56.
54.
52.
50.
48.
46.
44.
42.
40.
38.
36.
34.
32.
30.
28.
26.
24.
22.
20.
18.
16.
14.
12.
10.
8.0
6.0
5.0
4.0
3.5
3.0
2.5
2.0
1.5
1.25
1.0
0.75
0.5
of
48.000
46.000
44.000
42.000
40.000
38.000
36.000
34.000
32.000
30.000
H H H H H H H H H H H H H
H H H H H H H H H H H H H
H H H H H H H H H H H H H
28.000
H H H H H H H H
H H H H H H H H
H H H H H H H H
26.000
H
H
H
24.000
H
H
H
22.000
T H
T H
T H
20.000
R R R R R R R R R R R R R
H H H H H H H H H H H H H
18.000
P P P P P P P P
H H H H H H H H
16.000
P
H
14.000
P
H
12.000
T
T T
6.000
R R R R R R R R R R R R R
5.000
P P P P P P P P
4.000
3.500
3.000
R R R R R R R R R R R R R
2.500
P P P P P P P P
2.000
1.500
1.250
1.000
.750
.500
Pipe Class :
Project :
72.
70.
68.
66.
64.
62.
60.
58.
56.
54.
52.
50.
48.
46.
44.
42.
40.
38.
36.
34.
32.
30.
28.
26.
24.
22.
20.
18.
16.
14.
12.
10.
8.0
6.0
5.0
4.0
3.5
3.0
2.5
2.0
1.5
1.25
T
1.0
T T
0.75
0.5 T T T
16/43
Dept./Sect. :
10.000
8.000
Client
Page 33 of 288
SADDLE FUSED JT
TEES
H. COUPLING
WELDOLETS
PIPE TO PIPE
INSTRUMENT TEE
REINFORCED
Refer Notes
SOCKOLETS
SWEEPOLET
Package
: IPMCS
Report No.
: 50
THREADOLET
A1A
Copyright EIL- All rights reserved
PIPING MATERIAL
SPECIFICATION
Client
Page 34 of 288
GAIL LTD.
16/43
Dept./Sect. :
Project :
PETROCHEM COMPLEX
Location :
PATA UP
Pipe Class :
A1A
Sheet 3
of
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Input
Id.
Item
Type
Lower Upper
Size
Size
(Inch)
(Inch)
Sch/
Thk
Description
Commodity
Code
Note
No
Pipe Group
PIP
PIPE
0.50
0.75
S160
B-36.10
PE, SEAMLESS
PI21977Z0
PIP
PIPE
1.00
1.50
XS
B-36.10
PE, SEAMLESS
PI21977Z0
PIP
PIPE
2.00
2.00
XS
B-36.10
BE, SEAMLESS
PI21917Z0
PIP
PIPE
3.00
14.00
STD
B-36.10
BE, SEAMLESS
PI21917Z0
PIP
PIPE
16.00
36.00
STD
B-36.10
ASTM A 672
GR.B60 CL.12
BE, E.FS.W
PI2A813Z0
PIP
PIPE
40.00
48.00
XS
B-36.10
ASTM A 672
GR.B60 CL.12
BE, E.FS.W
PI2A813Z0
NIP
NIPPLE
0.50
0.75
B-36.10
PBE, SEAMLESS
PN21967Z0
NIP
NIPPLE
1.00
1.50
B-36.10
PBE, SEAMLESS
PN21967Z0
Flange Group
FLG
FLNG.WN
0.50
24.00
B-16.5
ASTM A 105
150, RF/125AARH
FWC0127Z0
FLG
FLNG.WN
26.00
48.00
B-16.47-B
ASTM A 105
150, RF/125AARH
FWB0127Z0
FLB
FLNG.BLIND
0.50
24.00
B-16.5
ASTM A 105
150, RF/125AARH
FBC0127Z0
FLB
FLNG.BLIND
26.00
48.00
B-16.47-B
ASTM A 105
150, RF/125AARH
FBB0127Z0
FEF
FLNG.FIG.8
0.50
8.00
ASMEB16.48
ASTM A 105
150, FF/125AARH
FGK0121Z0
FEF
SPCR&BLND
10.00
24.00
ASMEB16.48
ASTM A 105
150, FF/125AARH
FCK0121Z0
FEF
SPCR&BLND
26.00
48.00
EIL'STD
150, FF/125AARH
FCE6321Z0
Fitting Group
ELB90
ELBOW.90
0.50
0.75
B-16.11
ASTM A 105
SW, 6000
WA602D3Z0
ELB90
ELBOW.90
1.00
1.50
B-16.11
ASTM A 105
SW, 3000
WA602D2Z0
ELB90
ELBOW.90
2.00
14.00
B-16.9
ASTM A 234
GR.WPB
BW, 1.5D
WAG684Z10
ELB90
ELBOW.90
16.00
48.00
B-16.9
ASTM A 234
GR.WPB-W
BW, 1.5D
WAG754Z10
ELB45
ELBOW.45
0.50
0.75
B-16.11
ASTM A 105
SW, 6000
WB602D3Z0
ELB45
ELBOW.45
1.00
1.50
B-16.11
ASTM A 105
SW, 3000
WB602D2Z0
ELB45
ELBOW.45
2.00
14.00
B-16.9
ASTM A 234
GR.WPB
BW, 1.5D
WBG684Z10
Package
: IPMCS
Report No.
: 50
A1A
Copyright EIL- All rights reserved
PIPING MATERIAL
SPECIFICATION
Client
GAIL LTD.
Page 35 of 288
16/43
Dept./Sect. :
Project :
PETROCHEM COMPLEX
Location :
PATA UP
Pipe Class :
A1A
Sheet 4
of
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Input
Id.
Item
Type
Lower Upper
Size
Size
(Inch)
(Inch)
Sch/
Thk
Description
Commodity
Code
B-16.9
ASTM A 234
GR.WPB-W
BW, 1.5D
WBG754Z10
Note
No
Fitting Group
ELB45
ELBOW.45
16.00
48.00
TEQ
T.EQUAL
0.50
0.75
B-16.11
ASTM A 105
SW, 6000
WE602D3Z0
TEQ
T.EQUAL
1.00
1.50
B-16.11
ASTM A 105
SW, 3000
WE602D2Z0
TEQ
T.EQUAL
2.00
14.00
B-16.9
ASTM A 234
GR.WPB
BW
WEG684ZZ0
TEQ
T.EQUAL
16.00
48.00
B-16.9
ASTM A 234
GR.WPB-W
BW
WEG754ZZ0
TRED
T.RED
0.50
0.75
B-16.11
ASTM A 105
SW, 6000
WR602D3Z0
TRED
T.RED
1.00
1.50
B-16.11
ASTM A 105
SW, 3000
WR602D2Z0
TRED
T.RED
2.00
14.00
M, M
B-16.9
ASTM A 234
GR.WPB
BW
WRG684ZZ0
TRED
T.RED
16.00
48.00
M, M
B-16.9
ASTM A 234
GR.WPB-W
BW
WRG754ZZ0
REDC
REDUC.CONC
2.00
14.00
M, M
B-16.9
ASTM A 234
GR.WPB
BW
WUG684ZZ0
REDC
REDUC.CONC
16.00
48.00
M, M
B-16.9
ASTM A 234
GR.WPB-W
BW
WUG754ZZ0
REDE
REDUC.ECC
2.00
14.00
M, M
B-16.9
ASTM A 234
GR.WPB
BW
WVG684ZZ0
REDE
REDUC.ECC
16.00
48.00
M, M
B-16.9
ASTM A 234
GR.WPB-W
BW
WVG754ZZ0
SWGC
SWAGE.CONC
0.50
3.00
M, M
BS-3799
ASTM A 105
PBE
WNH026ZZ0
SWGE
SWAGE.ECC
0.50
3.00
M, M
BS-3799
ASTM A 105
PBE
WPH026ZZ0
CAP
CAP
2.00
48.00
B-16.9
ASTM A 234
GR.WPB
BW
WFG684ZZ0
CPLF
CPLNG.FULL
0.50
0.75
B-16.11
ASTM A 105
SW, 6000
WJ602D3Z0
CPLF
CPLNG.FULL
1.00
1.50
B-16.11
ASTM A 105
SW, 3000
WJ602D2Z0
CPLH
CPLNG.HALF
0.50
0.75
B-16.11
ASTM A 105
SW, 6000
WK602D3Z0
CPLH
CPLNG.HALF
1.00
1.50
B-16.11
ASTM A 105
SW, 3000
WK602D2Z0
CPLL
CPLNG.LH
0.50
0.75
B-16.11
ASTM A 105
SW, 6000
WL602D3Z0
CPLL
CPLNG.LH
1.00
1.50
B-16.11
ASTM A 105
SW, 3000
WL602D2Z0
CPLR
CPLNG.RED
0.50
0.75
B-16.11
ASTM A 105
SW, 6000
WM602D3Z0
Package
: IPMCS
Report No.
: 50
A1A
Copyright EIL- All rights reserved
PIPING MATERIAL
SPECIFICATION
Client
Page 36 of 288
GAIL LTD.
16/43
Dept./Sect. :
Project :
PETROCHEM COMPLEX
Location :
PATA UP
Pipe Class :
A1A
Sheet 5
of
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Input
Id.
Item
Type
Lower Upper
Size
Size
Sch/
Thk
Description
Commodity
Code
SW, 3000
WM602D2Z0
(Inch)
(Inch)
1.00
1.50
B-16.11
Note
No
Fitting Group
CPLR
CPLNG.RED
ASTM A 105
Valves Group
SW, 800, 3000, B-16.11, 51001ZZZ0
SHT NO.- 51001
GAV
VLV.GATE
0.25
1.50
GAV
VLV.GATE
2.00
42.00
GLV
VLV.GLOBE
0.25
1.50
BS EN ISO
15761
BODY-ASTM A
105,TRIMSTELLITED,STEM13%CR STEEL
GLV
VLV.GLOBE
2.00
16.00
BS-1873
CHV
VLV.CHECK
0.25
1.50
BS EN ISO
15761
BODY-ASTM A
105,TRIMSTELLITED
CHV
VLV.CHECK
2.00
24.00
BS 1868
53301ZZZ0
BLV
VLV.BALL
0.50
16.00
BS EN ISO
17292
54301ZZZ0
PLV
VLV.PLUG
0.50
24.00
BS-5353
55301ZZZ0
PLV/1
VLV.PLUG
0.50
36.00
BS-5353
55315ZZZ0
BFV
VLV.BTRFLY
3.00
24.00
BS EN 593
56301ZZZ0
BFV
VLV.BTRFLY
26.00
48.00
BS EN 593
56315ZZZ0
0.50
48.00
B-18.2
BOLT:A193 GR.B7,
NUT:A194 GR.2H
BS40404Z0
0.50
24.00
B-16.20ANSI B16.5
SP.WND
SS316+GRAFIL
51301ZZZ0
92
52301ZZZ0
36
Bolt Group
BOS
BOLT.STUD
Gasket Group
GAS
GASKET
Package
: IPMCS
Report No.
: 50
SPIRAL, 150
GK65072Z0
A1A
Copyright EIL- All rights reserved
PIPING MATERIAL
SPECIFICATION
Client
Page 37 of 288
GAIL LTD.
16/43
Dept./Sect. :
Project :
PETROCHEM COMPLEX
Location :
PATA UP
Pipe Class :
A1A
Sheet 6
of
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Input
Id.
Item
Type
Lower Upper
Size
Size
Sch/
Thk
Description
Commodity
Code
SPIRAL, 150
GK56272Z0
(Inch)
(Inch)
26.00
48.00
B-16.20ANSI
B16.47B
SP.WND
SS316+GRAFIL+ I
RING
Note
No
Gasket Group
GAS
GASKET
Trap/Strainer Group
TRP
TRAP.STEAM
0.50
1.50
MNF'STD
TR3065530
TSR
STRNR.TEMP
1.50
24.00
EIL'STD
B:A516GR.70;INT:S CONETYPE,
S304
150,FF/125AARH
ST16831Z0
PSR
STRNR.PERM
0.50
1.50
MNF'STD
B:A105;INT:SS304
SP303D510
PSR
STRNR.PERM
2.00
14.00
EIL'STD
B:A234GR.WPB;IN
T:SS304
BW, T-TYPE
SP13344Z0
PSR
STRNR.PERM
16.00
24.00
EIL'STD
B:A234GR.WPBW;I
NT:SS304
BW, T-TYPE
SP13644Z0
Package
: IPMCS
Report No.
: 50
A1A
Copyright EIL- All rights reserved
Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 1 of 7
ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
Project:
Owner:
Purchaser:
Item No.:
No. reqd.:
Applicable to:
GENERAL
Job A096
No.:
Site: Pata, Uttar Pradesh
Unit: VRU
Servi Vent Blower
ce: Working:
Drive
r:
Purchase
Unit No.:
142
Proposal
: Scope, Option & Information specified by Purchaser. :Information required from and options left to vendor. Vendor to cross () the selected option.
Manufacturer:
Place of Mfrg.:
Drive Arrangement: Direct Coupled
Driver(& Gear if reqd.) supplied & mounted by:
Duty:
Continuous
Model:
V - Belt Driven
Intermittent
Other:
Compressor Vendor
Standby
Others
OPERATING CONDITIONS
(all data on per unit basis)
Normal
Design
@ RV Set
pressure
Air/Nitrogen
Air/Nitrogen
Air/Nitrogen
300
300
300
Atm. ~ 0.05
20~55
-200 mm WC
55
-200 mm WC
55
0.9 ~ 1.2
28~29
1.4
1.0
1.2
29
1.4
1.0
1.2
29
1.4
1.0
22
23 Pressure (kg/cmG)
24 Temperature ( C)
25 Relative Humidity (%)
26 Density Kg/m3
27 Molecular Weight (M)
28 Cp / Cv (K1) or (KAvg.)
29 Compressibility (Z1) or (ZAvg.)
30 Inlet Volume,(m3/hr) (Wet / Dry)
31 Discharge conditions:@ Package Battery Limit
32 Pressure (kg/cmG)
0.2 ~ 0.3
0.3
(*)
(*)-RV Set
pressure, vendor
33 Temperature ( C) @ Blower discharge flange
to indicate
40
40
40
34 Temperature ( C) @ Aftercooler O/L
35 Cp / Cv (K1) or (KAvg.)
36 Compressibility (Z1) or (ZAvg.)
37 Performance:
38 BKW Required (All losses Incl)
39 Speed (Rpm)
40 Pressure Ratio (R)
41 Volumetric Efficiency (%)
42 Silencer P (kg/cm)
43 Certified Point
Yes
44 Performance Curve Number
45 Process Control:
46 Bypass From
Discharge To Suction (by purchaser)
47 Bypass:
Manual
Auto (Controlled through PIC from DCS)
48 Speed Variation From
% To
%.
49 Other:
50 Signal
Source:
51 Type
Electronic
Pneumatic
Other:
52 Range: for Pneumatic Control rpm @ kg/cmg & rpm @ kg/cmg.
53 Other:
54 Remarks:
55 1a. Please refer Process datasheet and P&ID attached with this MR. The blower shall meet the specification and requirements
56 specified therein.
57 1b. The blower shall be lobe type rotary blower.
58 1c. The suction and discharge pressures are indicated at package battery limit. All losses occurring in suction and discharge
59 silencers/ bellows and after-cooler are considered by vendor for calculation. Vendor shall establish & performance guarantee the
60 blower based on the suction and discharge pressures as indicated at package battery limits.
61 1d. The discharge temperature of the blower has to be limited below 400 C at the package battery limit for all the cases. Vendor to
62 include low pressure drop after cooler in their scope along with all required piping and instrumentation.
Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 2 of 7
ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
Gas Analysis
Mol %
Constituent
MW
Air
28.9666
Oxygen
32.000
Nitrogen
28.02
Water Vapour 18.016
CO
28.010
CO2
44.010
H2S
34.076
Hydrogen
2.016
Methane
16.042
Ethylene
28.052
Ethane
30.068
Propylene
42.078
Propane
44.094
i-butane
58.120
n-butane
58.120
72.1466
i-pentane
6
n-pentane
72.146
Remarks
C
Balance
79~100
Hexane Plus
Total
Mol. Wt.
100
28~29
Location:
Indoor
Heated
Under Roof
Outdoor
Unheated
Partial Sides
Grade
Mezzanine
Elevation (m):
Barometer (kg/cmA):
Relative Humidity:
Noise Specifications:
Applicable to Machine:
See Specification:
Applicable to Neighbourhood:
See Specification:
Acoustic Housing Yes(If Reqd) No
88
dBA @
Sound Level:
Applicable Specifications:
m.
107
108
109 Remarks:
110
111
112
113
114
115
116
117
118
119
120
121
122
ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009
Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 3 of 7
123
CONSTRUCTION FEATURES
124 Speeds:
Shaft:
125 Max. Continuous: RPM
Trip:
RPM
Material:
126 Max. Tip Speeds:
m/s @ Max. Operating Speed Dia @ Rotors (mm): Dia @ Coupling (mm):
127 Min. Allowable Speed:
rpm Shaft End:
Tapered Cylinderical
128 Lateral Critical Speeds:
Max. Yield Strength (Kg/cm):
129 First Critical
rpm Shaft Hardness (BNH) (Rc):
130 Damped
Undamped
Shaft Sleeves:
131 Mode Shape
At Shaft Seals:
Material:
132 Lateral Critical Speed - Basis:
133 Damped Unbalance Response Analysis
Timing Gears:
134 Shop Test
Pitch Line Dia. (mm):
Type:
135 Other Type Analysis:
(Specify) Material:
136 Pocket Passing Frequency:
137 Torsional Critical Speeds:
Shaft Seals:
138 First Critical
rpm Shaft Seal for conveying chamber side:
139 Second Critical
rpm Type:
140 Vibration:
141 Allowable Level ( m):
Test Shaft seal for drive shaft side:
142 (Peak To Peak) ( m):
Site Type:
143 Rotation Viewed From Compr. Driven End: CW CCW
144 Casing:
145 Model:
146 Casing Split:
Bearing housing construction:
147 Material:
Type (Separate/Integral):
Split:
148
Material:
149 Thickness (mm):
Corrosion Allowance (mm):
Radial bearings: (Identify highest loaded bearing)
Material:
150 Max. Working Pressure (Kg/cmG):
Type:
Span (mm):
Dia
Gear (mm): Dia
@ Coupling
(mm):
151 Max. Design Pressure (Kg/cmG):
Area@(mm):
Loading
(N/mm):Act.
Allow.
Shaft End:
Tappered Cylindrical
152 Relief Valve Setting (Kg/cmG):
No. Pads Rotor on or Between Pads.
Shaft Sleeves
153 Margin for Accumulation (Kg/cmG):
Pad
AtMaterial:
Shaft Seals Material:
154 Test Pressure (Kg/cmG): Helium:
Hydro:
Type
Babbit:
Thickness (mm):
LABYRINTHS:
155 Max. Allowable Temp.( C):
Type:
Material:
Min. Operating Temp ( C):
Shaft
Seals:
156
Temp.
Sensors
Type:
157 Cooling Jacket:
Yes (if required as per job spec.)
No
TC
RTD Type
BULL GEAR:
158 Radiograph Quality: Yes
No
No. per bearing:
Min AGMA Serv. Factor: 1.4 Actual S.F:
159 Rotors:
Gear Rim Matl.: Hardness:
160 Diameter (mm):
bearing:
(Identify highest
Thrust
Gear Face
Width:
Gear loaded
Centre bearing)
Matl.:
161 No. Lobes:
Male:
Female:
(Twin lobe /Triple lobe) Location:
Type:
Mechanical Efficiency:
AGMA Quality: 12
162 Type:
Mfr.:
Area(mm): Pitch LIne Velocity:
Temp.
Sensors
Inlet
169 Max. Deflection (mm):
TCFilter RTD Type
OTHER CONNECTIONS:
170 Internally Cooled Uncooled
No.
per bearing: Active: Inactive:
ServiceNo.SizeType
171
Lube oil: Inlet Oil Cooler
172 Remarks:
173
174 3a. PSV set pressure shall be Max. Suction pressure + 1.1 X max. diff. Pressure.
175
176 3b. Downstream Design pressure is 3.5 Kg/cm2g at 950C. Casing MAWP shall be more than 3.5 Kg/cm2 g @ 95 0C.
177
178
179
180
181
182
m/s
ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009
183
184 Connections:
185 Casing:
186
- Inlet
Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 4 of 7
ANSI Rating
Facing
150#
Couplings:
Position In accordance with: API 671
Yes No
Other: (Specify) (Flexible metallic with spacer with min
S.F.1.5)
Driver - Compr. Gear or Driver - Gear compr.
Or
Make
Model
Lubrication
Mount Coupling Halves
Moment Spacer Reqd.
kg-m Limited End Float Reqd.
Idling Adaptor Reqd.
Coupling Rating(kW/100 rpm)
Keyed(1) or (2) or Hydr. Fit.
Moment Belt Drive Arrangement (Not Applicable)
kg-m Motor pulley:
dia(mm):
material:
Compressor pulley: dia(mm):
material:
Belts:
Type:
No.:
Baseplate & Soleplates:
187 - Discharge
150#
188 Silencer:
189 - Inlet
190 - Discharge
191 Allowable Piping Forces and Moments: (Mfr Std.)
192
Inlet
Discharge
193
Force Moment Force Moment
Foce
194
Kg
kg-m
kg
kg-m
kg
195 Axial
196 Vertical
197 Horiz. 90
198
Force Moment Force Moment
Force
199
Kg
kg-m
kg
kg-m
kg
200 Axial
201 Vertical
202 Horiz. 90
203 Other Connections:
Sole plates for:
Compressor
Gear Driver
204 Service:
No.
Size
Type
Baseplate:
205 Lube Oil Inlet
Under compr. only
Other:
206 Lube Oil Outlet
Decked with non-skid deck plate
Open
Construction
207 Seal Oil Inlet
Drip Rim
With Open Drain Subplate
208 Seal Oil Outlet
Horizontal adjusting screws for equipment
209 Casing Drains
Suitable for Column Support
210 Vents
Suitable for Perimeter Support
211 Cooling Water
Epoxy Grout / Epoxy Primer
212 Pressure Instr.
Lube Oil System [Refer job spec.] (manufacturers std.)
213 Temperature Instr.
Type:
Splash Feed from self
contained
214 Purge For:
Forced sumps
feed
Grease
215 Bearing Housing
API 614 force feed Lube Oil System Manufr's Standard
Standard
Standard Type:
216 Between Brgs & Seal
Oil Cooler:
217 Between Seal & Gas
Oil Filter:
Micron Rating
218 Oil Mist connection
Heater Steam Electric: kW
219
Main Oil Pump Driven by:
220
Shaft
Motor
St Turbine
221
Standby Oil Pump Driven by:
222
Shaft
Motor
St Turbine
223
UTILITIES
224 Utility Conditions:
Total Utility Consumption:
225 Steam:
Drivers
Heating
Cooling Water (m3/hr):
226 Inlet:
Min.
Kg/cmG
C.
Kg/cmG
C. Steam Normal (Kg/hr):
227
Nor.
Kg/cmG
C.
Kg/cmG
C. Steam Maximum (Kg/hr):
3
228
Max.
Kg/cmG
C.
Kg/cmG
C. Instrument Air (Nm /hr):
229 Exhaust: Min.
Kg/cmG
C.
Kg/cmG
C. kW (Driver) (KW):
230
Nor.
Kg/cmG
C.
Kg/cmG
C. kW (Auxiliaries) (KW):
231
Max.
Kg/cmG
C.
Kg/cmG
C. Heaters (KW):
232 Electricity:
Purge Gas (Nm3/hr):
233 Voltage:
Miscellaneous:
234 Hertz
235 Phase
236 Cooling Water:
237 Temp. Inlet:
C. Max. Return:
238 Press. Norm.:
Kg/cmG. Design:
239 Min. Return:
Kg/cmG. Max. Allow. P:
240 Water Source:
241 Instrument Air:
242 Max. Press.:
Kg/cmG. Min. Press.:
243 SHOP INSPECTION & TESTS:
Format No. 1645-DS-371 Rev. 1
Page 139 of 286
C.
Kg/cmG.
Kg/cm.
Kg/cmG.
Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 5 of 7
ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009
244
245 Shop Inspection
246 Hydrostatic
247 Helium Leak
248 Mechanical Run main Rotor
249 Mechanical Run Spare Rotor
250 Casing Leak Test
251 Performance Test (Air)
252 Complete Unit Test
253 Pressure Compr. to full Optg. Pr.
254 Disasmbl.-reasmbl. compr. After test
255 Check Bearings & Seals after test
Reqd.
Witn.
:
:
:
:
:
:
:
:
:
:
:
:
h
260 Residual Unbalance Check
Complete Unit
261
Control Panel
262
Off skid Intercooler
263
Off skid Aftercooler
Recommended crane hook height
264
Maintenance space req. for compressor
265
Maintenance space req. for cooler tubes
266
267
CONTROLS & INSTRUMENTATION
268 Hazardous Electrical Area Classification
NEC:
Class
Div.
Group
ISO:
Zone
Gas Group
269
270 Electric Supply:
271 Lamps
:
V;
AC/DC;
;
Hz.
272 Alaram Circuit
:
V;
AC/DC;
;
Hz.
273 Trip Circuit
:
V;
AC/DC;
;
Hz.
274 Control Circuit
:
V;
AC/DC;
;
Hz.
275 Solenoid Valves
:
V;
AC/DC;
;
Hz.
276 Notes
277 1. Pre-Alarms to preceed Trips.
278 2. Instruments to be connected to junction boxes on skid and consoles .
279 3. All Tubings, pipings, wiring between instruments and junction boxes, local gauge boards and local panels
280 to be supplied by vendor.
281 4. Instruments, safety and control devices specified herein are minimum required by customer. In case, in the opinion of vendor,
282 vendor, additional devices are required, vendor shall specifically state so and include the same in his scope of supply.
283 5. Vendor shall also refer to P&ID's enclosed and any additional instruments required as per P&ID's shall be included
284 by vendor in his scope of supply.
285 6. All switching devices (hardware/software) for prealarms ,trips ,trip alarm ,and interlocking shall be in the vendor's scope.
286 Legend:
LM: Local Mounted:
By Vendor
Others
287 Local Mounted :
By Vendor
Others
288 LGB: Local Gage Board:
By Vendor
Others
289 LCP: Local Control Panel:
By Vendor
Others
290 LCS: Local Control Station:
By Vendor
Others
291 PLC: Programmable Logic Control:
By Vendor
Others
292 DCS: Distributed Control System:
By Vendor
Others
293
294
Nomenclature
Loose
295
Supply
296 AC Power On/Off Switch With Indication Lamp
297 Control Power On/Off Switch With Indication Lamp
298 Start/Stop Push Button Main Motor With Indication
299 Emergency Stop Push Button
300 Lamp Test Push Button
301 Alarm/Trip Acknowledge /Reset Push Botton
302 Ammeter for main & Auxiliary motor above 5.5 Kw (Refer Elect Specs)
303
304 NOTE: Vendor to provide Contact/Signal for Execution in DCS.
CONTROLS AND INSTRUMENTATION
305
Format No. 1645-DS-371 Rev. 1
Page 140 of 286
Local
Mtd.
Location
LCS LGB
Mtd. Mtd.
Yes
LCP
Mtd.
UCP
Yes
Yes
Yes
Yes
DCS
kg
kg
kg
kg
kg
kg
kg
kg
kg
kg
kg
kg
kg
kg
Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 6 of 7
Legend: V: By Vendor;
P: Purchaser
Signal to
PLC/DCS/MP
High High - LP
Signal to LC/DCS/
MP
High - UCP
High - LP
V
V
V
Low - UCP
Low - LP
V
V
V
Indicator UCP
Indicator -LP
COOLING SYSTEM
- Temp gauge CW outlet temp.
-Sight Flow CW return each Cooler & Header
-Local mount TSV on each isolatable circuit
Gauge- LGB
Gauge- L M
DESCIPTION
REQUIRED
307
308
309
310
311
312
313
314
315
316
317
318
319
320
321
322
323
324
325
326
327
328
329
330
331
332
333
334
335
336
337
338
339
340
341
342
343
344
345
346
347
348
349
350
Signal to DCS/MP
Indication
306
Low Low - LP
ROTARY COMPRESSOR
LOBE TYPE
Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 7 of 7
ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009
351
352
353
354
355
356
357
358
359
360
361
362
363
364
365
366
367
368
369
370
371
372
373
374
375
376
377
378
379
380
381
382
383
384
385
386
387
388
389
390
391
392
393
394
395
396
397
398
399
400
401
402
403
404
405
406
407
408
409
ACCESSORIES
Inlet System
Air Intake System (for Air Compressor):
Intake air filter: Type:
Dry Other:
Bird screen: Yes No Insect screen: YES NO
Weather hood: YES NO
First stage of filtration:
Inertial
Vane Not Applicable
Second Stage of filtration:
Panel
Bag Cartridge
Filter Media:
Non Woven Felt Paper Other
Method Of Cleaning Filter element:
Self Cleaning Pulse Jet
Washable Elements
Location of filters outside, min. meters above the ground level/compressor mounting level
Suction Silencer Prefabricated Air Inlet Piping
Compressor Suction Block Valve
With Limit Switch
Process Gas Suction Silencer (with SS internals)
Process Gas Inlet Strainer / Filter
Cone Type
Built-in Suction Silencer
Suction Knock-out Drum with condensate removal facilities
Prefab. Inlet process Piping in spool pieces between Suction strainer and Compressor Inlet Flange
Supporting arrangement / pads with bolted connection silencer & inlet piping on a common baseplate
Ladder(s) & Platform(s) for filter maintenance
Expansion Joints
Discharge Piping/Coolers:
Prefabricated Piping in spool pieces from Compressor Discharge flange to compressor Battery limit
Discharge Silencer
Expansion Joints
Discharge Knock-out Drum with condensate removal facilities
Type:
Aftercooler
Shell & Tube Type
Air Cooled
TEMA-C
Drain / Condensate Separator
Integral with gas cooler
Discharge Silencer
Compressor Discharge Non-Return Valve
Compressor Discharge PSV
kg/cm2 A (Set pressure = Max. Suction pressure + 1.1 X max. differential pressure)
Blow-off Piping (for air compressors):
Pre-fabricated Blow-off Piping in CS construction alongwith necessary valves, fittings, instrumentation, controls & supports terminated
at
location
safe
Blow-off
silencer in CS construction with SS internals
Instrumentation & Controls:
Local instrumentation
Local gauge board
Local control panel
Unit control panel
Protection Devices for
Annunciators
equipment
Wiring upto terminal boxes within unit
Capacity Control System
Interlocking System
Miscellaneous:
Cold
Noise
Manual
Remarks:
10/10/13
Date
Format No. 1645-DS-371 Rev. 1
Page 142 of 286
A
Rev
ME
Job Engineer
NK
Rev. & Approved By
Document No.
A096-000-16-45-VDR-5785
Rev. A
Page 1 of 4
14-OCT-2013
ME
NK
NK
Rev.
No.
Date
Purpose
Prepared by
Checked by
Approved by
Document No.
A096-000-16-45-VDR-5785
Rev. A
Page 2 of 4
ROTARY COMPRESSOR
S.
N
O.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
POST ORDER
DESCRIPTION
WITH
BID
FOR
REVIEW
FOR
RECORD
WITH
DATA
BOOK
(FINAL)
REMARKS
IF APPLICABLE
IF APPLICABLE
S.
N
O.
Document No.
A096-000-16-45-VDR-5785
Rev. A
Page 3 of 4
POST ORDER
DESCRIPTION
WITH
BID
FOR
REVIEW
FOR
RECORD
WITH
DATA
BOOK
(FINAL)
REMARKS
IF APPLICABLE
S.
N
O.
Document No.
A096-000-16-45-VDR-5785
Rev. A
Page 4 of 4
POST ORDER
DESCRIPTION
WITH
BID
FOR
REVIEW
FOR
RECORD
WITH
DATA
BOOK
(FINAL)
REMARKS
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
11. Also refer other department's VDR :12. Electrical
13. Instrumentation
Document No.
A096-000-16-45-ER-5785
Rev.A
Page 1 of 4
ITEM NUMBER.
VENDOR
INSTRUCTIONS TO BIDDERS :
1.
This proforma duly filled in shall be submitted for each item separately, alongwith the bid.
2.
Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model.The equipment manufacturer
shall also ensure that each & every information asked for is furnished and the same is correct and complete in all respects. Incorrect
information furnished in this proforma shall render the bid liable for rejection.
3.
While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.
4.
For the referred installations, the equipment manufacturer shall indicate the name of the person (alongwith his address, telephone no., fax
no./email-id etc.) who may be contacted by the Purchaser / his representative, if felt necessary.
5.
The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.
6.
The equipment manufacturer shall clarify the meaning of each letter / digit used in the model designation below:
Document No.
A096-000-16-45-ER-5785
Rev.A
Page 2 of 4
SL.
NO.
PARAMETER
1.
2.
INFORMATION ON
PROPOSED MODEL
3.
Ref.-2
Ref.-3
4.
5.
6.
GENERAL
----
1.2 Make
1.3 Model Number
1.4 Number of units supplied
1.5 Type of Drive Arrangement
(Direct Driven / through Gear Box)
1.6 Shop where pump is designed, manufactured, packaged,
tested & supplied with address
2
OPERATING CONDITIONS
REMARKS
7.
Document No.
A096-000-16-45-ER-5785
Rev.A
Page 3 of 4
SL.
NO.
PARAMETER
1.
2.
INFORMATION ON
PROPOSED MODEL
3.
Ref.-2
Ref.-3
4.
5.
6.
2.14
3
CONSTRUCTION
MATERIAL OF CONSTRUCTION
4.1 Casing
4.2 Rotors
4.3 Shaft
4.4 Timing Gears
5
REMARKS
7.
Document No.
A096-000-16-45-ER-5785
Rev.A
Page 4 of 4
SL.
NO.
PARAMETER
1.
2.
INFORMATION ON
PROPOSED MODEL
3.
Ref.-2
Ref.-3
4.
5.
6.
Telephone No.
Fax No.
email-id
REMARKS
7.
Checklist Electrical
DOCUMENT No.
A096-00-16-50-LL-5785
A
Rev.
Page 1 of 1
S.No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
A
Rev. No
BIDDERS
CONFIRMATION/ANSWERS
10.10.2013
Issued with MR
SS
Shirali
SA
Date
Purpose
Prepared
by
Checked
by
Approved
by
Datasheet No.
A096-000-16-50-DS-5785
Rev : A
Page 1 of 2
DATA SHEET
MEDIUM VOLTAGE SQUIRREL CAGE
INDUCTION MOTOR
PURCHASER's DATA
A. Site conditions
1 Ambient temperature,
minimum:
maximum:
design:
1.7 C
47.8 C
40 C
2 Relative humidity:
B. Technical particulars
1 Motor tag no.:
20-90
As per MR
3 Atmospheric condition:
4 Altitude:
5 Location:
142-KAM-01
415 V 10%
415 VThree
6%
Three
50 Hz
3%
50 Hz
3%
50 kA
D.O.L.
50 kA
Delta
D.O.L.
3
Star
Later 3 mm
5 Frequency:
6
7
8
9
10
11
12
13
14
15
Fault level:
Method of starting:
Winding connection:
No.of terminals:
Cable size:
Cable type:
Temperature rise:
Cooling:
Insulation class:
1
2
3
4
5
6
7
8
Zone 2
Zone 1
IIA/IIB
IIA/IIB
Type of explosion protection:
Ex(de)
(without pre startEx(n)
ventilation)
Type of ingress protection:
IP 55
Color shade:
632 as per ISIP5 23
Thermisters:
IS 5
Required 632 as perNot
required
RTD:
Not required
Required
BTD:
Required
Not required
RTD/BTD monitoring device:
Required
Not required
25 Applicable specification:
26
9 Torque required,
kW
kW
RPM
10 GD2 of eqpt.,
starting:
maximum:
including flywheel:
excluding flywheel:
mkg
mkg
kgm2
kgm2
kg
kg
11 Thrust,
up:
down:
12 Starting condition:
Rating:
Manufacturer:
No. of poles:
Frame designation:
Full load speed:
6
7
8
9
10
11
12
13
Mounting:
Full load torque (FLT):
Starting torque:
Break down or pull out torque:
Full load current (FLC):
Starting current at 100% voltage:
Rotation viewed from coupling end:
75% voltage:
Starting time at,
100% voltage:
14 Locked rotor withstand time (cold/hot) at,
75% voltage:
100% voltage:
15 Heating/Cooling Time Const. (min.)
16 Time (Te) for Increased Safety motors
kW
RPM
mkg
% of FLT
%
A
% of FLC
sec.
sec.
sec.
sec.
min
sec.
kgm2
kg
no.
no.
no.
V
at 100% Voltage
%
%
RPM
Not required
Required
1. Recommended quantity and unit price of maintenance spares for two years operation shall be furnished for each rating and type of motor
2. Starting time calculations shall be based on operating conditions specified on Material Requisition eg. open valve ccondition/
closed valve condition, at no load/full load, as applicable.
3. Cable glands to be supplied with motors shall meet all requirements as per IS/IEC-60079.
A
Rev. No.
10.10.2013
Date
Issued with MR
Purpose
SS
Prepared by
Shirali
Checked by
SA
Approved by
DATA SHEET
MEDIUM VOLTAGE SQUIRREL CAGE
INDUCTION MOTOR
Datasheet No.
A096-000-16-50-DS-5785
Rev : A
Page 2 of 2
S.No
1
Equipments
Motors (Induction) MV
(Zone-2 Type Ex 'de')
of 286
Make
Bharat Bijlee Limited, Crompton Greaves Ltd., Kirloskar Electric Co.
Ltd., Marathon Electric Motor Ltd., Laxmi Hydraulics Pvt. Ltd.
Document No.
A096-000-16-50-VDR-5785
Rev. A
Page 1 of 3
10-OCT-2013
ISSUED WITH MR
SS
SHI
SA
Rev.
No.
Date
Purpose
Prepared by
Checked by
Approved by
Document No.
A096-000-16-50-VDR-5785
Rev. A
Page 2 of 3
MV MOTOR
POST ORDER
S.
N
O.
DESCRIPTION
1.
2.
3.
4.
5.
6.
7.
8.
9.
WITH
BID
FOR
REVIEW
FOR
RECORD
WITH
DATA
BOOK
(FINAL)
REMARKS
Notes :
Format No. EIL-1642-1924 Rev.1
Document No.
A096-000-16-50-VDR-5785
Rev. A
Page 3 of 3
latfRzre?
&Reg
sil,,ecrxe
e1,1
awn-.
ENGINEERS
FOR
INDIA LIMITED
IA Govt of India Undertaking)
6-81-1032 Rev. 2
Page 1 of 6
it414Tur a -crttffur
INSPECTION AND TEST PLAN
FOR
MEDIUM VOLTAGE MOTORS
n2
AKC
15.07.11
GS
24.12.07
SA
CRM
MVKK
VC
30.04.02
RG
AKC
AKB
GRR
Rev.
No.
Date
Purpose
Prepared
by
Checked
by
Standards Committee
Convenor
Standards
Bureau Chairman
DM
Approved by
ENGINEERS
INDIA LIMITED
0 el
0&11 faigteg
t NITA eivav, OLT:Walt
6-81-1032 Rev. 2
Page 2 of 6
Abbreviations:
Alloy Steel
British Approval Service for Electrical Equipment in Flammable
Atmospheres
Bureau of Indian Standards
Chief Controller of Explosives
Certification Engineers International Limited
Central Institute of Mining & Fuel Research
Carbon Equivalent
Dry Film Thickness
Destructive Testing
Dye Penetrate Testing
Electronics Regional Test Laboratory
Fluid Control Research Institute
Factory Mutual
Flame Proof
Hydrogen Induced Cracking
Inspection and Test Plan
Ingress Protection
Inspection Certification
Inter Granular Corrosion
International Electro technical Commission
Japanese Electro technical Committee
Liquid Penetrate Testing
AS
BASEEFA
BIS
CCE or CCOE
CEIL
CIMFR
CE
DFT
DT
DPT
ERTL
FCRI
FM
FLP
HIC
ITP
IP
IC
IGC
IEC
JEC
LPT
MPT/MT
MRT
MTC
MOC
NPSH
NDT
NEMA
PO
PESO
PQR
PR
PMI
PVC
QC
RT
TC
TPI or TPIA
UT
UL
VDR
WPS
WPQ
XLPE
Members:
Mr. SS Lotay
Mr. S.C. Gupta
Format No. 8-00-0001-F7 Rev. 0
Page 172 of 286
Mr. RK Singh
Mr. Rajeev Kumar
k5-1 Reitzi
$1g-ar tif5ieg
oteav, OtIJO2R1,
E
NGINEERS
INDIA
LIMITED
(A Govt of India Undeftalong)
6-81-1032 Rev. 2
Page 3 of 6
1.0 SCOPE:
This Inspection and Test Plan covers the minimum testing & inspection requirements of three phase medium voltage squirrel cage induction motors.
2.0 REFERENCE DOCUMENTS:
PO/PR & Standards referred there in /Job specifications / Approved documents.
3.0 INSPECTION AND TEST REQUIREMENTS:
SL
NO.
STAGE/ ACTIVITY
1.0
Procedures
2.0
Material Inspection
2.1
Raw Material:
Body(casting or
fabrication),
Rotor shaft, Core
laminations, Copper,
Insulation material,
Bearings, Terminals, cable
boxes, Cable glands, etc.
CHARACTERISTICS
SCOPE OF INSPECTION
SUB
SUPPLIER
EIL/TPIA
SUPPLIER
QUANTUM
OF CHECK
RECORD
--
--
--
--
--
100%
Material Test
Certificates /
Test records
H/R
R
(For major
items only)
1r,
5.fg eji
laReg
(Atria rireixt
73510415.1
ENGINEERS
INDIA LIMITED
IA Govl of India Undertaking)
SL
NO.
STAGE/ ACTIVITY
3.0
Inprocess Inspection
3.1
4.0
4.1
Motor Assembly
6-81-1032 Rev. 2
Page 4 of 6
SCOPE OF INSPECTION
SUB
SUPPLIER EIL/TPIA
SUPPLIER
CHARACTERISTICS
QUANTUM
OF CHECK
RECORD
100%
Test Records
100%
Inspection test
records
See Note
5&6
Final Inspection
t_Siliae_ltsiENGINEERS
og e..11ia teg
g
1.1128 eleane, CAJPtFA1
SL
NO.
INDIA LIMITED
IA Goof of Intla UnaerfaIng)
STAGE/ ACTIVITY
4.2
5.0
Painting
5.1
6.0
Documentation and IC
CHARACTERISTICS
Insulation resistance Before & after High
Voltage test
High Voltage
Vibration
Full load test and measurement of Voltage,
Current, Power, Slip, Power factor, Bearing
Noise.
Efficiency and Pf at 100%, 75% and 50% load
Temp Rise test
Momentary overload test
Vibration
Noise Level
Over speed
Measurement of Starting Torque, Starting
Current, Full Load Torque*
Pre treatment, primer and final paint,
shade, thickness
6-81-1032 Rev. 2
Page 5 of 6
SCOPE OF INSPECTION
SUB
EIL/TPIA
SUPPLIER
SUPPLIER
QUANTUM
OF CHECK
RECORD
One sample
from each
type/rating
Inspection test
records
See Note
5&6
100%
Test records
--
Supplier's Test
Records /
Certificates
from statutory
bodies /
Inspection
Certificate (IC)
ogejliaaeg
MIETI FEA/R7CAJWITAI
ENGINEERS
INDIA LIMITED
IA Govt of India Undertakingj
Legends: H- Hold (Do not proceed without approval), Random -10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may proceed
after scheduled date).
NOTES (As applicable):
Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
Motors up to 55 KW would be accepted based on Manufacturer's test certificates. Higher rating will have witness by EIL/TPIA appointed by OEM Supplier.
Motors ordered with integration test requirement as per PR shall be witnessed by EIL/TPIA (appointed by OEM supplier) for integration test (irrespective of rating)
at motor manufacturer's works.
(A Govt CI
22.03.12
MJ
GS
AC
DM
02.01.08
SA
CRM
MVKK
VC
09.12.02
RG
AKC
AKB
GRR
Purpose
Prepared
by
Checked
by
Standards Committee
Convenor
Standards Bureau
Chairman
Rev.
No.
Date
Approved by
Copyright EIL All rights reserved
Abbreviations
AS
BASEEFA
Alloy Steel
British Approval Service for Electrical Equipment in Flammable
Atmospheres
Bureau of Indian Standards
Chief Controller of Explosives
Certification Engineers International Limited
Central Institute of Mining & Fuel Research
Carbon Equivalent
Dry Film Thickness
Destructive Testing
Dye Penetrate Testing
Electronics Regional Test Laboratory
Fluid Control Research Institute
Factory Mutual
Flame Proof
Highway Addressable Remote Transducer
High Voltage
Inspection and Test Plan
Ingress Protection
Inspection Certification
Insulation Resistance
International Electro technical Commission
Japanese Electro technical Committee
Liquid Penetrate Testing
BIS
CCE or CCOE
CELL
CIMFR
CE
DFT
DT
DP or DPT
ERTL
FCRI
FM
FLP
HART
HV
ITP
IP
IC
IR
IEC
JEC
LPT
laitRaeTa ENGINEERS
MRT
MPT/MT
MTC
MOC
NPSH
NDT
NEMA
PO
PESO
PQR
PR
PMI
PTB
QC
RT
SS
TC
TPI or TPIA
UT
UL
VDR
WPS
WPQ
XLPE
6-81-2026 Rev. 2
Page 2 of 5
Mr. RK Singh
Mr. Rajeev Kumar
laZlegai ENGINEERS
51g-e lafflege INDIA LIMITED
Govt of Indus Undatakng)
6-81-2026 Rev. 2
Page 3 of 5
1.0 SCOPE
This Inspection and Test Plan covers the minimum inspection and testing requirements for Pressure Relief Valves.
2.0 REFERENCE DOCUMENTS
PO/PR / Standards referred there in /Job specifications / Approved documents.
3.0 INSPECTION AND TEST REQUIREMENTS
SL
NO.
STAGE/ ACTIVITY
1.0
Procedures
2.0
Material Inspection
2.1
3.0
In process Inspection
3.1
Machining of components
and their Assembly.
4.0
4.1
CHARACTERISTICS
QUANTUM OF
CHECK
--
--
SCOPE OF INSPECTION
RECORD
SUB
SUPPLIER
SUPPLIER
EIL/TPIA
--
--
--
100%
Material Test
Certificates / Test
Lab Certificates
H/R
100%
Supplier's Test
Records
100%
Supplier's Test
Records and
Inspection
Witness Record
..
Visual, Dimensions.
Final Inspection
Final Inspection
Visual check
Dimensional check
Check calibration status of all testing
equipment
Hydrostatic Test
H/W
sigf tataite
eimie =MOW
SL
NO.
STAGE/ ACTIVITY
4.2
Radiography
4.3
Submission of certificates /
Documents
5.0
Painting
5.1
6.0
6.1
Painting
IWO:Rift ENGINEERS
rr
INDIA LIMITED
CHARACTERISTICS
Cold Bench Set Pressure
Seat Leakage Test
Valve Lift test
Blow Down / Reclosing pressure test
Helium Leak test (if specified)
Dye Penetration test of welds
Radiography/NDT of valve castings (if
specified).
Capacity Test as per ASME
QUANTUM
CHECK OF
100%
6-81-2026 Rev. 2
Page 4 of 5
SCOPE OF INSPECTION
RECORD
SUB
SUPPLIER
Radiograph
Reports /
SUPPLIER
EIL/TPIA
Prototype for
each model /
Manufacturer's
TC
Type Test
Certificates
100%
Packing list /
Supplier's
Records
100%
Supplier's Test
Records /
Inspection
Certificate
Documentation and IC
Documentation and IC
tWali
Pletinag nIn11
(A
Gent of Me limletlefongf
6-81-2026 Rev. 2
Page 5 of 5
Legends: H- Hold (Do not proceed without approval), Random 10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may
proceed after scheduled date).
NOTES:
I. Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
Supplier's in house procedures may be accepted in case TPUEIL is satisfied with adequacy of procedures to comply with Purchase Order/Specifications requirements.
In case of non availability of suitable procedures, fresh procedures may be qualified under TPUEIL witness..
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 1 of 8
20.09.13
Issued with MR
PK
AS
RKG
Rev.
No
Date
Purpose
Prepared by
Checked by
Approved by
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 2 of 8
CONTENTS
1.0
SCOPE
2.0
JOB SPECIFICATION
3.0
LIST OF ATTACHMENTS
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 3 of 8
1.0 SCOPE
S. No.
1.1
1.2
1.2.1
DESCRIPTION
Scope of Design & Engineering
Design, engineering, procurement, testing &
commissioning assistance of field instruments for
Blower-Electric Motor driven.
Scope of procurement/ supply
All the instruments as depicted in the P&IDs
(attached elsewhere in the MR) or required for the
operation of the blower like pressure relief valves,
vacuum relief valves, pressure and temperature
gauges etc.
Bidder
Purchaser
Yes
Yes
(Note-1)
Note-1: In case it is found that the make and model number of the
Instruments supplied by Bidder is not meeting the MR specifications, the
same shall be rectified by Bidder providing the correct make and model
without any delivery and price implication to Purchaser.
1.2.2
1.2.3
1.2.4
1.2.5
1.2.5.1
1.2.5.2
1.2.5.3
1.2.5.4
1.2.6
1.2.6.1
1.2.6.2
DCS / PLC
Supply of junction boxes in field for
interconnection between bidder supplied
instruments and control room. (if applicable)
All skid mounted instrument/junction boxes
supplied by bidder shall be duly installed and
completely pre-wired.
(Flying leads for any instrument is not acceptable)
Cables (if applicable)
Special cables between speed probes and its
transmitters
Cables between RTDs and temperature
transmitters
Cables between bidder supplied
instruments/transmitters and bidder supplied
junction boxes mounted in field.
Multi pair cables for interconnecting bidder
supplied Junction Boxes in field to Purchasers
DCS/PLC System.
Installation & Erection materials
Complete installation material including cables
and accessories, junction boxes, cable glands
with PVC hood(for multi pair and single pair
cables), instrument supports and mounting
accessories, cable trays, canopies for instruments
and junction boxes, etc as required
Any other installation material required for
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 4 of 8
S. No.
1.2.7
1.2.8
1.2.9
1.2.10
1.2.11
2.0
2.1
3.0
3.1
3.2
3.3
3.4
4.0
DESCRIPTION
installation and commissioning of various
instruments and systems supplied by Bidder.
Commissioning spares
Mandatory Spares
Any additional instruments required as per
Bidders recommendation for safe operation of
blower.
Any special tools or tackles required for
instrumentation supplied by Bidder.
Drawings and documents as listed in Vendor Data
Requirement
Factory testing & calibration
Carrying out/ witnessing shop testing and
calibration of all instruments as per approved
Inspection Test Plan.
Installation, field calibration/ testing and
commissioning
Installation of all skid mounted instruments,
junction boxes and accessories on blower.
Laying & termination of all cables up to bidder
supplied skid mounted junction boxes
Laying & termination of all cables from
instruments to bidder supplied Junction Boxes
within skid.
Installation of bidder supplied instruments and
Junction boxes outside skid
Coordination
Coordination with:
Purchaser,
DCS/PLC vendor,
Purchasers instrumentation erection
contractor for loop checking
Bidder shall be fully responsible for package along
with all associated instruments.
Bidder
Purchaser
Yes
No
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
GENERAL
Location of field equipments/
instruments
Area classification
Hazardous area
As per Electrical area classification.
(All instruments supplied shall be suitable
for mounting in Zone-1 with Gas grouping
IIA/IIB/IIC and temperature classification
Copyrights EIL All rights reserved
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 5 of 8
1.3
1.4
1.5
1.6
2.0
2.1
2.2
2.3
2.4
2.5
2.6
2.7
T3)
Type of instrumentation
Electronic
Type of Instruments
Smart type with HART
Logic representation
ISA
Type of hazardous area protection
Instruments
Intrinsically safe in general
Order of priority in case of
In the event of any conflict between this
any conflict between MR
specification, data sheets, standard
documents
specifications, related standards, codes
etc: the following order of priority shall
govern:
a) Statutory Regulations
b) Licensor Technical Specifications
c) Job Specifications
d) Codes & Standards
However, Bidder shall inform EIL/ owner
for any discrepancy for resolution before
proceeding.
TYPE & LOCATION OF CONTROLS & INSTRUMENTS (if applicable)
Type of control system (For
DCS located in control room (Purchasers
monitoring and control)
scope)
Type of control system (For
PLC located in control room (Purchasers
Interlock & shutdown)
scope)
Blower speed control via
NA
VFD signal from DCS
Start/ Stop, Auto/ Manual,
Shall be directly wired to MCC.
Local/ Remote commands
for all electrical drives from
local control stations in field
Status signals of drives from Shall be wired to marshalling cabinet in
MCC
control room.
Ingress protection for
Weatherproof to IP65 as a minimum.
instruments and enclosures
IP65 for transmitters and junction boxes.
in field
Hazardous area protection
Intrinsically safe in general. Junction
for instruments (Note-1)
boxes for flameproof instruments shall be
flameproof and flameproof cable glands
shall be used. Increased safety/ non
incendive concept for instruments
including junction boxes & cable glands is
not acceptable. Terminal boxes for
intrinsically safe instruments shall be
weatherproof and weatherproof cable
glands shall be used.
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 6 of 8
Temperature detectors-RTD
3.0
3.1
3.2
4.0
4.1
4.2
4.3
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 7 of 8
4.4
4.5
5.0
5.1
6.0
6.1
JUNCTION BOXES
Separate Junction boxes for
different type of signals
Transmitters
Type of Transmitters
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 8 of 8
6.2
a)
760 mm WC and
above
Direct
Diaphragm
seal
500 mm WC and
above
Diaphragm
seal
Differential
Pressure
(kg/cm)
Transmitter(kg/c
m)
20
20
45
52
45
70
45
160
52
160
160
210
210
210
Range of Transmitter
7.0
Pressure
Relief Valves
Hysteresis.
e)
Unless specified otherwise, the over-range/static pressure protection of the transmitter
shall be as follows;
However if the Over range/ static pressure value specified above is less than the maximum/
design pressure of service conditions, offered instrument shall be suitable for the maximum/
design pressure.
Page 189 of 286
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 9 of 8
7.1
7.2
7.3
7.4
The Standard Specifications for Pressure Relieve Valve (6-520026) as attached with this MR must also be followed by the
bidder. However, it shall be obligatory on the bidder's part to bring
to the notice of the purchaser all such conflicts, wherein the
purchaser's decision shall be final.
7.5
7.6
7.7
Bidder shall carry out sizing of pressure relief valves and submit
the same for purchasers review. After receiving purchasers
acceptance only, bidder shall proceed of manufacturing.
7.8
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 10 of 8
8.0
Temperature Transmitters
a)
b)
Required for all temperature elements. Field yoke mounted, but not head mounted.
Temperature transmitters shall have a built-in line arising function to produce an
output linear to temperature range.
c)
Temperature transmitters shall have accuracy as given below:
i.
Temp. Transmitter accuracy (with cold junction compensation with thermocouple
element)
(i)
(ii)
(iii)
ii.
(i)
(ii)
(iii)
8.1
Thermocouple/RTD
8.2
Type
8.3
Grounded/ungrounded
Grounded type
8.4
Element
8.5
RTD(wherever applicable)
8.6
9.0
Pressure gauges
a)
Pressure gauge dial shall be white, non-rusting plastic with black figures. The dial face
shall be marked with pressure element material. Pointers shall have micrometer
adjustment.
b)
Pressure gauges shall be weatherproof with dial size of 150 mm and shall have
features like screwed bezels, externally adjustable zero, over range protection (at least
130% of max. operating pressure) and blowout discs. Shatter proof glass Pressure gauge
sensing element shall be of SS 316 and movement of SS 304, as a minimum. Pressure
gauges shall have SS casing.
c)
Pressure gauges shall have an accuracy of 1% of URV as a minimum.
d)
The pressure element shall be Bandon, diaphragm or bellows depending upon process
condition.
Template No. 5-0000-0001-T2 Rev. 1
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 11 of 8
e)
Over range protector and pulsation dampener, whenever used, shall be of SS 304, as
a minimum. Pulsation dampner shall be used for all pulsating services. It shall be floating
pin type, externally mounted and externally adjustable.
f)
Pressure gauges with range as 0-100 kg/Cm2g shall have safety type solid front case.
g)
Pressure gauge shall have 1/2" NPT (M) bottom connection except for diaphragm seal
where 1.5 flanged connection shall be used in general.
h)
Cases shall normally be minimum SS-304 and weatherproof to IP-65 as per IEC60529/IS-2147. Blowout discs shall be provided.
i)
Ranges shall be so specified that the gauge normally operates in the middle third of
the scale and shall conform to IS-3624 standard dials, wherever possible.
j)
Where vibrations and pressure fluctuations are expected, glycerin filled type shall be
used. In case of vibrating service like pump outlets, flexible armored hoses shall be used
in place of impulse piping and gauges shall be mounted separate stanchion.
k)
Syphon shall be provided for steam service.
10.0
10.1
MISCELLANEOUS
Proven track record
10.2
Vendor list
11.0
11.1
11.2
SPARES
Mandatory Spares
Commissioning spares
Document No.
A096-000-16-51-SP-11
Rev. 0
Page 12 of 8
3.0
11.3
12.0
12.1
LIST OF ATTACHMENTS
S. No.
Description
Document No.
1
2
4
A096-000-16-51-VD-11
A096-000-16-51-TQ-11
Annexure I
5
6
No. of
sheets
4
3
1
6-52-0026
6-81-2026
A096-000-16-51-SP-11
Annexure-I
Page 1 of 1
1.
2.
3.
INDIA
INDIA
INDIA
INDIA
INDIA
JAPAN
GERMANY
INDIA
JAPAN
UK
INDIA
U.S.A.
USA, CANADA/UK
U.S.A.
U.K.
INDIA
FRANCE
INDIA
FIELD INSTRUMENTS
ABB LTD.
ABB AUTOMATION PRODUCTS GMBH
EMERSON PROCES MGMTG ASIA PACIFIC PTE LTD
EMERSON PROCESS MANAGEMENT INDIA PVT LTD
FUJI ELECTRIC INSTRUMENTS CO.LTD
HONYWELL AUTOMATIN INDIA ITD
YOKOGAWA ELECTRIC CORPORATION
YOKOGAWA INDIA LIMITED
HONEYWELL INC.
INDIA
GERMANY
INDIA/SINGAPORE
INDIA
INDIA
INDIA
INDIA
INDIA
TECHNICAL COMPLIANCE
(INSTRUMENTATION) FOR
VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II
Document No.
A096-000-16-51-TQ-11
Page 1 of 3
TECHNICAL COMPLIANCE
DISCIPLINE
INSTRUMENTATION
DOCUMENT NO.
A096-000-16-51-TQ-11
PROJECT
PACKAGE
OWNER
GAIL
A096
BIDDER
NOTES:
1.
The bidder shall indicate the reply in the space provided in the Technical Questionnaire. In
case space provided is not adequate, the reply may be furnished separately under suitably
numbered annexure/ attachments duly referred against the comment/ query.
2.
Bidders Signature
and stamp
TECHNICAL COMPLIANCE
(INSTRUMENTATION) FOR
ID FAN-ELECTRIC MOTOR DRIVEN
GAIL PETROCHEMICAL COMPLEX-II
Document No.
A096-110-16-51-TQ-03
Page 2 of 3
INSTRUMENTATION
Sr.
No.
BIDDERS CONFIRMATION/
ANSWER
COMPLIANCE STATEMENT/QUERY
Please note that it is mandatory to furnish replies to
the technical queries listed below, without which your
offer will be considered incomplete.
1.
2.
3.
4.
TECHNICAL COMPLIANCE
(INSTRUMENTATION) FOR
ID FAN-ELECTRIC MOTOR DRIVEN
GAIL PETROCHEMICAL COMPLEX-II
Document No.
A096-110-16-51-TQ-03
Page 3 of 3
I, ON BEHALF OF M/s
-------------------------------------QUOTED BY M/s
FOR GAIL,
/TENDER/PACKAGE
No.
A096-000-KF-MR-5785
IS
IN
TOTAL
Document No.
A096-000-16-51-VD-11
Page 1 of 4
20.09.13
Issued with MR
PK
AS
Rev.
No
Date
Purpose
Prepared
by
Checked
by
Template
No. 198
5-00-0001-T2
Rev. 1
Page
of 286
RKG
Approved
By
Document No.
A096-000-16-51-VD-11
Page 2 of 4
1.0
GENERAL
1.1
1.2
Bidder shall furnish documentation in number of sets and CDs as specified elsewhere in MR.
1.3
Bidder shall furnish the soft copies of the all the engineering drawings/documents in their
scope including sub packages in the formats which shall be given during detail engineering.
The specifications of all field instruments like transmitters, orifices, control valves,
Temperature elements etc. in MS Access/Excel and all drawings in ACAD.
1.4
1.5
Bidder shall note that the documents listed below are the minimum requirements and any
additional document required as per bidders experience should also be furnished. Bidder is
required to furnish a revised drawing/ document schedule incorporating additional drawings
as required for purchasers review after award of contract.
1.6
All revisions of drawings/ documents shall have revisions clearly marked/ clouded. Further
Bidder shall submit a Revision Summary sheet listing the sheets where revision/ changes are
made, type of changes/ revision (e.g. Model number changed, Body material changed,
Size changed, Measuring Range changed, Type of enclosure protection changed, Type
of ingress protection changed, Type of signal changed, etc.), and reason for changes. In
case bidder makes some changes in the drawing/ document on his own (i.e. not as per
Purchasers comment), bidder must state those in revision summary sheet with
reasons while submitting the revised drawing/ document.
1.7
Bidder shall clearly indicate the sequence of submission of all the drawings/ documents after
award of contract. This sequence shall be adhered to during entire execution period. Bidder
shall also ensure that drawing/ documents, which are based on other drawings/ documents,
are submitted only after the basis document has been reviewed/ approved in minimum Code
2. Submissions not following this sequence will be treated as redundant and may not be
reviewed / approved by owner.
1.8
It is mandatory for the bidder to furnish AS BUILT revision of all drawings/ documents listed
below. Bidder shall prepare & submit the as built drawings / documents after commissioning.
All the drawings/ documents listed shall be converted into As Built after commissioning of
Project. As Built shall include documents generated by bidder & documents generated/
submitted by various Sub-vendors. For intermediate documents e.g. I/O list etc., which is
provided as an input for DCS engineering, As Built is not required to be prepared.
2.0
Template
No. 199
5-00-0001-T2
Rev. 1
Page
of 286
Document No.
A096-000-16-51-VD-11
Page 3 of 4
3.0
Sr.
No.
Description
Review
Records
Remarks
Note-7
Note-3
3. Sub-vendor list
4. Cable schedule
7. Bill of material
Template
No. 200
5-00-0001-T2
Rev. 1
Page
of 286
Document No.
A096-000-16-51-VD-11
Page 4 of 4
NOTES:
1. Bidder shall furnish instrument data sheets (as per ISA format) for each tag incorporating
necessary sizing, range selection, material selection, make and model nos. Bidder can use
in-house data sheet formats, provided those contain all information as per ISA formats, as a
minimum. These data sheets shall be reviewed / retained for records by Purchaser after
placement of order. Proper selection of instruments, materials etc. shall be bidder's
responsibility. Any necessary change required later for meeting the specification shall be
done by the bidder without any price or delivery implications. While filling the instruments
data sheets, the following shall be taken care:
i) All the relevant data shall be filled in. If any point is not applicable then N/A shall
be indicated.
ii) Make and model number of the offered instruments shall be indicated with model
decoding details for offered instrument, without model no, data sheet shall not be
reviewed.
iii) Vendors seal with signature shall be provided and bidder shall ensure the
correctness of the process data.
iv) Instruments tag numbers /data sheet numbers shall be indicated.
2.
3.
4.
5.
All post-order instrument documents/ drawings shall be submitted after issue of P&IDs.
The submission of document / drawing is sequenced in such a way that submitted
document/ drawing is neither dependant nor changed due to drawing / document yet to
be submitted. Document/ drawing submission schedule shall be made accordingly.
Review and Records as marked has to be strictly followed.
The drawings/ documents requirement as identified by licensor shall also be supplied
even if the same drawings/ documents are not covered in the above table.
Documents shall be submitted within three weeks of placement of LOI/FOI.
Template
No. 201
5-00-0001-T2
Rev. 1
Page
of 286
Title
1.
2.
3
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
Definitions
Seller to inform
Application
Country of origin
Scope of Contract
Standards
Instructions, direction & correspondence
Contract Obligations
Modification in Contract
Use of Contract Documents & Information
Patent Rights, Liability & Compliance of Regulations
Performance Guarantee
Inspection, Testing & Expediting
Time Schedule & Progress Reporting
Delivery & Documents
Transit Risk Insurance
Transportation
Incidental Services
Spare Parts, Maintenance Tools, Lubricants
Guarantee
Terms of Payment
Prices
Subletting & assignment
Time as Essence of Contract
Delays in the Sellers Performance
Price Reduction Schedule for Delayed delivery
Rejections, Removal of rejected equipment
replacement
Termination of Contract
Force Majeure
Resolution of disputes/arbitration
Governing Language
Notices
Taxes & Duties
Books & Records
Permits & Certificates
General
Import Licence
Fall clause
Publicity & Advertising
Repeat Order
Limitation of Liability
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40
41
&
1.
Definitions
Rev.0: May04
Page 232 of 286
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10
1.11
1.13
1.14
Rev.0: May04
Page 233 of 286
1.15
1.16
1.17
1.18
1.19
1.20
1.21
1.22
1.23
2.
Seller To Inform
2.1
3.
Application
3.1
4.
Country of Origin
4.1
5.
Scope of Contract
5.1
5.2
Rev.0: May04
Page 234 of 286
Rev.0: May04
Page 235 of 286
5.3
5.4
5.5
5.6
5.7
5.8
5.9
5.10
6.
Standards
6.1
7.
Instructions,
Direction &
Correspondence
7.1
8.
Contract Obligations
8.1
8.2
9.
Modification In Contract
9.1
9.2
Rev.0: May04
Page 236 of 286
11.
Use of Contract
Documents &
Information
Patent Rights,
Liability &
Compliance of
Regulations
10.1
10.1
11.1
11.2
11.3
11.4
12.
Performance
Guarantee
Rev.0: May04
Page 237 of 286
12.1
12.2
13.
Inspection,
Testing & Expediting
Rev.0: May04
Page 238 of 286
12.3
12.4
13.1
13.2
13.3
13.4
13.5
Rev.0: May04
Page 239 of 286
13.6
13.7
13.8
13.9
13.10
13.11
13.12
13.13
13.14
13.15
Rev.0: May04
Page 240 of 286
14.1
14.1.1
14.1.2
14.1.3
14.1.4
14.2
14.2.1
14.2.2
14.2.3
14.3.1
14.3.2
15.
Delivery &
Documents
Rev.0: May04
Page 241 of 286
14.4
15.1
15.2
b)
c)
15.3
15.4
10
CONSULTANT.
16.
Transit Risk
Insurance
15.5
15.6
15.7
15.8
16.1
16.2
Foreign Bidders
17.
Transportation
Rev.0: May04
Page 242 of 286
17.1
17.2
11
Incidental
Services
18.1
and/or
19.
Spare Parts,
Maintenance Tools,
Lubricants
18.2
18.3
18.4
19.1
Rev.0: May04
Page 243 of 286
Seller shall supply item wise list with value of each item
of spare parts and maintenance tools requirements,
12
19.4
19.5
19.6
19.7
19.8
Lubricants
Guarantee
20.1
Rev.0: May04
Page 244 of 286
13
Rev.0: May04
Page 245 of 286
14
Terms of Payment
21.1
21.2
21.3
21.5
Rev.0: May04
Page 246 of 286
i)
ii)
iii)
iv)
15
vi)
vii)
Prices
22.1
23.
Subletting &
Assignment
23.1
24.
Time As
Essence of
Contract
24.1
25.
Delays In
The Sellers
Performance
25.1
Rev.0: May04
Page 247 of 286
i)
ii)
16
26.
Price Reduction
Schedule For
Delayed Delivery
25.1
Any unexcusable delay by the SELLER or his subcontractor shall render the SELLER liable, without
prejudice to any other terms of the Contract, to any or
all of the following sanctions: forfeiture of Contract
performance guarantee, imposition of price reduction
for delay in delivery and termination of the contract for
default.
26.1
27.
Rejections, Removal of
Rejected Equipment &
Replacement
Rev.0: May04
Page 248 of 286
26.2
26.3
27.1
17
28.
Termination of Contract
27.2
27.3
27.4
EQUIPMENT
rejected
by
the
PURCHASER/
CONSULTANT shall be removed by the Seller at his
cost within 14 days of notice after repaying the amounts
received against the SUPPLY. The PURCHASER shall
in no way be responsible for any deterioration or
damage to the EQUIPMENT under any circumstances
whatsoever.
27.5
28.1
B)
C)
Rev.0: May04
Page 249 of 286
18
29.
Force Majeure
29.1
a)
b)
War/hostilities
Riot or Civil commotion
Earthquake, flood, tempest, lightening or other
natural physical disaster.
Restrictions imposed by the Government or other
Statutory bodies which prevents or delays the
execution of the Contract by the SELLER.
The
SELLER
shall
advise
PURCHASER/
CONSULTANT by a registered letter duly certified by
the local Chamber of Commerce or statutory authorities,
the beginning and end of the above causes of delay
Rev.0: May04
Page 250 of 286
19
Resolution of
Disputes/
Arbitration
30.1
30.2
30.3
Legal Construction
The Contract shall be, in all respects be construed and
operated as an Indian Contract and in accordance with
Indian Laws as in force for the time being and is subject
to and referred to the Court of Law situated within Union
Territory of New Delhi.
30.4
Arbitration
All disputes, controversies, or claims between the
parties (except in matters where the decision of the
Engineer-in-Charge is deemed to be final and binding)
which cannot be mutually resolved within a reasonable
time shall be referred to Arbitration by a sole arbitrator.
The PURCHASER (GAIL (India) Limited) shall suggest
a panel
of three independent and distinguished
persons to the Seller to select any one among them to
act as the sole Arbitrator.
Rev.0: May04
Page 251 of 286
20
Governing Language
31.1
32.
Notices
32.1
32.2
Rev.0: May04
Page 252 of 286
21
33.
33.1
33.2
33.3
33.4
34.
34.1
35.
Permits &
Certificates
35.1
36.
General
36.1
36.2
Rev.0: May04
Page 253 of 286
22
36.3
36.4
36.4
Cut-off Dates
No claims or correspondence on this Contract shall be
entertained by the PURCHASER/Consultant after 90
days after expiry of the performance guarantee (from
the date of final extension, if any).
36.6
Paragraph heading
The paragraph heading in these conditions shall not
affect the construction thereof.
37.
Import License
37.1
38.
Fall Clause
38.1
38.2
Rev.0: May04
Page 254 of 286
23
correspondingly reduced.
The above stipulation will, however, not apply to:
a)
b)
c)
38.3
39.
Publicity &
Advertising
39.1
40.
Repeat Order
40.1
41.
Limitation of
Liability
41.1
Rev.0: May04
Page 255 of 286
24
PROCEDUNS
FORSVALUATIONSF FFRTCIRY{Aff{F
QT
vENpoasJcQNrRAqrCIsF
/ f sFrsiJrr4Nt-s
1 . 0 GENERAL
A s y s t e m f o r e v a l u a t i o n o f v e n d o r s / c o n t r d c t o r sa n t l t h r , : i rp c i - f o r r r i i t r r i .i (: -:
a k e y p r o c e s s a n c i i m p o r t a n t l o s L l p p o r f a r . i e f f c c l i v e p u r c h ; 1 s i f t ! l&
c o n t r a c t i n qf u n c t i o n O t a n o r l l a n i z a t i o n .
P e l r f o r r n a n c oe f a l l p a r L i c i p i : t i r i g
V e n r i o r s /C c n f r a c l " o r s /C o r i s u l f a r r L rsl i : { r f i
to ber closely monitored to <.:nsuret
tirnely ri:r:eipt of sr.l;rg:liesfrcrn ;t
Vendor, completion of ar't assignment by a Consullani or corrlpirle
e x e c u t i o n o f o r d e r b y a c o n t r a c t c r w i t h i n s c h e d L r l e dc o m p l e t i { l n p e r i c d .
I-or timely executiorr of projects ancl meetiirg tlre oper;;iion 8a
r n a i n t e n a n c er e t l u i r e r n e l not f o p e r a t i n g ; : l a n t s , i t i s n c c c s E ; r r rt1o n r i : n i i o r
t h e e x e c u t i o n o f ' o r d e r o r c o n t r a c t s r i g h t f r o n r l h e a , " v a r - rs. l a g c t o
c o m p l e t i o n s t a g e a n d t a k e c o r r e c t i v en r e a s u r e si n t i n : e .
2 . 0 O B J E C T I V E"
T h e o b j e c t i v e o f E v a l u a t i o n .o f P e r f ' o r r n a n c ea i n i s t c r e c o g n i z c , a r i r i
develop reliable Vendors/Contraclors/Consultanls so tlrat tirey
c o n s i s t e n t l ym e e t o r e x c e e d e x p e c t a t i o n sa n d ' r ' e qu i r e t l e n t s .
T h e p u r p : o s eo f t h i s p r o c e c l u r ci s t o p r i t i n p l a c e a s y s t c r r ) t o r n o n i t i : i p e r f o r n t a n c e o f V e n d o r s / C o n t r a c t o r s l C o n s u l t a n tass s o c i a t . e cwl i i h G A i L
i n P r o j e c t s a n d i n O & F 1s o a s t o e n s u r e t i m e l y c o i n p l e t i c n o f v a r i o u s
p r o j e c t s , t i n r e l y r e c e i p L o f s L r p p l i e si n c l u d i n g c o n r p l e t i o r ro f l n ; o r x s &
s e r v i c e s f o r o p e r a t i o n a n d r n a i n t c n a n r : eo f o p c r a t i n g ; ; l a n t s a r r d r ; r - r a l i t y
slandards in all respects.
3 . 0 METHODALCIGY:
(i)
(ii)
M e a s u r e m e n to f p e r f o r m a n c q
Based on the paramelers rje:finerJin Data Sireir:t,Pcrfornlanr-etcf
c o n c e r n e c lV e n d o r , C o n t r a c l o r o r C o n s u l t a n i .l . r r o u l db e c r r n i p u i c r l
a r r c ig r a d e d a c c o t ' c j t n q l yT.h e m e a s u r e r n e r r to f t l r e p e r f o r r n a n c ea f
t h e P a r t y w o t t l d b e i t s a b i l i t y t o a c h i e v e t h e n r i n i t r L : i r rs c l r i n g c i '
6 0 0 l op o i n t s i n t h e g i v e n p a r a m e t e r s i n d i v i d r " i a l i ya n d c c l l e c t i v e i y .
Any Party failing to sccurt: iess than thc rninirrir-rl Sct,,i-{:
iri any of
t h e p a r a n t e t e r ss h a l l n o t b e c o n s i d e r e dl o r e m a i r i i n b u s i n e s s , r i : : i r
.'
GAIL.
qf M-e"a,!ure_p;
(iii) IniLiotio-n
D ep en c l i n gu p o n t h e G r a c l l r r go f P e r f o r r n a r . ) c c ,o r r ec l i v e r n c a s u r c : ;
r,vould be initiated by taking up the nratter with concerried
Vendor,/Contractclr,/Consultant.
Response
af
Vertdorl
Contrac.tor/Consultant wr:ulcl bc r:nsirjerer.l bcfrlrc rltzr..rdirtri
f u r t h e r c o u r s eo f a c l . i o n "
(iv)
I m p l e m e n t a t i o n o f C r : r r e c t i v eM e a s u r e s :
Based on the response of Vendor/Contractor/Consitltant,
c o n c e r n e d E n g i n e e r - I n - C h a r g e f o r t h e P r o j e c L sa n c i l o r O j C i n
c a s e o f O & M w o u l d r e c o m m e n d f i : r c o n t i n u a t i o no r c l r s c o n t i n u a t i n n
o f s u c h p a r t y l r o m t h e b u s i n e s so f G A I L ^ T ' h e s er e c o m m e n d a t i o n s
w o u l d b e s u b m i t t e d t o t h e C o m p e t e n t A u t h o r i t y w h o w o u l c l p ; t s sa
r e a s o n e do r d e r f o r p u t t i n g t h c p a r t y o n H o l i d a y / b l a c k l i s t i n g " .
(v)
4.4
O r d e r s / c o n t r a c t sp l a c e d o n p r o p i t i a t o r y l 0 F M b a s i s f o r O i l F l ' r i i l b r :
evaluated and, if required, corrective action will be taken for
i r n p r o v em e n t i n f u t u r c .
EXCLUSIONs:
l-he following would be excluded from the scclpe of evaluaticn of
perforrnance of Ve n d o rslCo ntra ctr:rslCo nsult;:nts.
(i)
O . c l e r s / L - o n t r a c tbse l o r , vt h e v a k t e r : f R s . 1 l _ a k h .
(ii)
(ii')
H o w e v e r , c o n c c r n c d E n g i n e c r - I r i i h a r g e l / O l C sl v i l l c o n t i n u n t o m o n r t o r
s u c h c a s e s s o a s t o m i n i i ' i r i z et h e i m p a c t o n P i - o j e c t s l O & l 4p ; l a n l sd u c l ' c
n o n p er f ' o r ' m a n c e
o f V e n d o r s / C o n l r a c l o r s l C o n s L r l l a n ti sn a l i s u c h c a s es .
Page2 of 13
5 . 0 PRp--C.ESS qF
fVALUATION
OF "
VENDSR$IEO NTRACTO R5 I CON SU I=TANIS
3.1
psnronM&Frc"fi
oF
F O RP R O ] E C T S
(i)
E v a l u a t i o n r : f p e r f o r r n a n c co f V i ; n r i o i - s yC o n l r a c i o r s , /C c n s r i l t a n r s
in case of pROIfiCTS shitil be rjr:nc imrnerji;tr,:i'; r,rrif
ft
c o m r n i s s i o n l n go f a n y P r o j e c t .
(ii)
On
commissioning of
any
Project, LIC
(lnglineer-in
C h a r g e J / P r o j e c tI n - c h a r g e s h a l l p r e p a r e a P e r f q r r n ; i r r r _ R
e .rtinql
Data Sheet (Forrnat at Aririexurel-1)fcr all Orr.1r,:rs
i,rrirlCc;ntrai:i:,
e x c l i r c i i n gcia s e s u n d e r p a r a 4 . 0
(iii)
D e p e r r d i n gu p o n t l r e P e r f o r m a r r c et i . a t l n g ,f o l l o w i n g a c t i o r i n e e c it *
b e i n jt ia ted b y Fn g i n r:cr- i n - r:ha rg c/ Proj ilr.t-I n - r:h a rg,,::
Pclrfr:rrnance
R a ti n g
VERYGOOD
S e e k e x p l a r i a t i o nf o r P o o r
e rforrnanc:c
S e e k e > g l a n a t i o nf o r F a i r p e r f o i l ' n q { r c e
L e t t r r t o l h e c o n c er n c d f o r i n r p r o v i r ; 9 3
p e r l ' o r r n a n c ei n f u t u r e .
N o f u d h er
(iv)
R e p l y f r o m c o n c e r n e d V e n d o r / C c n t r a c t o r , / C c n s u l l a n ts h a l l b r :
e x a m i n e d . I n c a s e o f s a t i s f a c t o r yr e p l y , P e r f o r m a n c e l { a t i n g c i a t a
Sheel tri bel ck:seti rriith a lcttclr to tlie."r:orrcelrneci
for ii.ripraving
p e r f o r m a n c ei n f u t u r e .
(v)
W h e n n o r e p l y i s r e c e i v e do r r e a s o n s i n d i c a t e da r e u n s a t i s f a c t u r y ,
the followingactionsneed to be taken:
(A)
,w-irerc
P_s
{-qr-r.Da
{K_crclins .i:. I'P"
QQBll;
(i)
\ Je n d o r /
Recomnrend
such
d e f a ul t i r r g
C o n t r a c t o r / C o n s u l t a n tf o r p u t t i r r g o n H O L I D A Y f o r ; r
periodof l yc-:ar'.
(ii)
W h e n h i s p e r f o r n l a n c eh a s a f f e c i e d o v e r a l l c o m p l e l i o l ' r
s c h e d u l e c i f t h e p r c j e c t , r e c o n " : n r e n ds u c h d e f a u l t i n g
puttlng or)
Vcndor/ Crntractor/Consullant for
liollDt.Y :'cr;r pcricd ri ?l:: yca15,
P a g e3 o f l 3
(B)
(vi)
(vii)
On receipt of r-onsoliclaler.irc-corrrrrrcrid;.ttians
rtf i::rrqint:r,:r,
1.nCharge of a Projecl, the Froject Manager will crirrslilr_:t<,:.1
C o m m i t t e e o f H e a d o f P r o j e c t s ,C & P a n d F i n a n i : et o e x a n r j n e t h e
r e c o n r i n e n d a t i o | t sf o r w a r d e d b y t h e E n g i n e e r , i n c h a r g e .
( v i i i ) I n c a s e c o m m i t l e e r e c o n ' ) m e n d sp r . r i . t i n a
g p a r t y o n h o l i c l a yo r f c r
b l a c k l i s t i n g ,t h e P r o j e c t M a n a g e r w i i l p u t u p t i r e r ec c n r r l e n r J art o n
o f c o m m i t t e e t o t h e c o n c e r n e d D i r e c t o r t h r c u g i r C o r p c i r a i eC . & i )
Deptt. along with a draft show caus notjr:e providing a firrsii
-[he
opportunity to defencl his caEc-.
draft sfiol,vcaus<:rroiicr:
s h o u l c lb e v e t t e c i b y l - e g a lD e p t t .
(ix)
(x)
O n r e c e i p t o f r e p l y i n r e s p o n s et o s l i o w c a u s e n o t i c e , C o r p o r a l s
C & P D e p t t . l v i l l f o r w a r d l h e s a m e t o P r o j e c t l " l a n a g e r w * h oa f t e r
t a k i n g l e g a l o p i n i o n w i l l p r e p a r e a p r o p o s a l f o r k e t e t p i n tgh c p a r t y
o n l l o l i d a y , / f o r b l a c k l i s t i n ga n d f o r w a r c l t h e s a m e t r : C o r p o r a L c
C & P D e p t t . f o r o b t a i n i n gt h e a p p r o v a l o 1 'l h e c o n c c r n e d D i r c c l o r .
(xi)
A f t e r o b t a i n i n g a p p r o v a l f r o r n t h e c o n c e r n e c JD i r e c t o r , C o r p o r e t e
C & P D e p t t . w i l l i s s u e a l e t t c r t o t h e ; : a r t y r : r : r i v c y i n gt h c d c c : i : i i o r r
l r b l a c k l i s t i r r Ign e
o f p u l t i n g h i m o n h o l i d a yf o r t h e s p c c i f i cp e r i o c o
paruy.
Page4 of 13
t'
5 . 2 F O R C O N S U L T A N C]YO B 5
M o n i t o r i n g a n d E v a l u a t i o no f c o n s u l t a n c yj o b s w i l l b e r : a r r i e : rrJ. l i r ti n t i r e :
s a m e w a y a s d e s c r i b e di n p a r a 5 . 1 f ( ) r p r o j e c t s e x r . c p t t n e f u n c t i o r i sc f
P r o j e c i M a n a c j e rw l l l b e p e r f o r m e d b y c o n c e r n e d r r r - c h a r g e s o f r r s e i
D e p t t s . s u c h a s P r o j e c t D e v e l o p m e r r t ,B u s i n e s sD e v e l o p m * r i L ,[ a p , i l , ] . ,
F i n . r n c eH
, S E e t c . I h e p r o v i s i o no f p a r a 5 . 1 ( x r i i ) w r i r n o l l : e a i : r i i r : " : b r r .
f c i r c o n s u l t a n c yj o b s "
E v a l u a t i r : r io f p e r f o r r n a n c er : f V i t n r J r : r s C
l i r n t r a c k r r - s /C o n : ; r ; l i ; i r r : : s
i n c a s c o f O p er a t i o r : a n d M a i n t e : n a { r cs{ h
: a l i L r r :r J o r i c i n r r : r c i J i a i l l , , ,
a f t e r e x e c u t i o no f o r d e r / c o n l r a c l .
(ii)
A f t e r e x e c u t i o n o f o r d e r a p e r f r : r n r a n c eR a t i n g D a i a s i r ee t { ' i a r r n a r .
a t A n n e x u r e - ? - )s h a l i b c p r e p i l r e l rfi o i - a l l o r r j u r s i ; y 3 r t e rc & l a r i r i
for ali Contracts/services by respccrivc Fngincer--lri-fh;irgc
e x c l u d i n gc a s e su n d e r p a r a 4 . 0
(ii')
D e p e n d i n g u p o n P e r f o r m a n c eR a r i i r g ,f c l l o w i n g ;a c i ; o i - rn i : e c i t o b c
i n i t i ; r L e rbJy S i t e C & p :
S l .N t :
Performance
Ratins
Action
POOR
FAIR
GOOD
VERY GOOD
S e e k e x p l a r r ; t i o nf ' o rp
Derformance
S e r : ke x p l a n a f i o nf o r r
Derformancc
Letterto the concernerJ
improvingperfornrance
futu re.
No further action
(iv)
(v)
W h e n n o r e p l y i s r e c e i v e do T r e a s o n sj n c J i c a t c caJr e u n s a l i s f , a c t c r v ,
t h e f o l i o w i n ga c t i o n s n e e d t o b e t a k e n :
(A)
wherePtl-fBrnatce
ratlnsis llP-oaR"
{ 1 1
P.ccoinrnerrci
sLrch
defauir!ng
Veniorl
Contractor/Consu
ltani for p u t t i n g o n H 0 l , l i l A Y f c l - a
periodof 1.ycar.
Page5 of 13
(ii)
(fi)
W h e n l r i s p e r f o r m a n c e h a s s e r i o i - r s l ya f f e c t . e d 1 . h e
opt:ratir:n & rlaintertanr:c of plant, rer:ori.rrlerlrJsr-tr.;fl
t l e f a u l t i n g V e n d o r / C o n l r a c t o r / C o n s r , r l t a nf i' o r p r , i i . t i n , . 1
o n H 0 L I D A Yf o r a p e r i o d a f ? i 3 y * a 1 5 .
$l-hereP-e-rf-prm.an-E.e.latins
i$ ::fAlJ-{1.
R e c o n r n r e n df o r i s s u a n c e o f l v a r n i n g | r r s u c h d e i a r - r i l i n g
Vendors,/Contractors/Ccnsultanls tc
irrprcve
ihcir
performance.
(vi)
I r r c s p e c t i v e o. :f P e , ' r f o r m a n crea t i n g , w h c r e V c n c l o r / C o i l t r a c , t r : r l
su brnit
forged
d cci-ri'ne il ts
:;ucfi
V e n d o r / C o n t r a c t o r / C o n s u l t a i i ts h o u l d b e r e c c m m e r r d e r j f a r
BLACKLISI'iNG.
Consultant
(vii)
A q u a r t e r l y m e e t i n g o f l - J O D( C & P ) , i { O U { f & A ) a i r c i i t O L ) c f
r e s p e c t i v ed e p a r t m e n t s s h a l l b e h e l d a t S i t e l c r e r r i e ' l ; r n d
examine
putting
all
cases
requirinq
the
v e n d c r s / c o n t r a c t o r s / c o n sl u
t an t s o n h o l i d a y r o r l i n aI d e c i s i cn .
(vi l i )
O n r e c e i p t o f ' r e c o m m e n c l a t i o rar f c o m m i t i c c f o r p L i t t i r - l a
i , rp r r l y
on Holiday or for blacklistinq, OIC will put up lhe
recommendation of Comniittee to tlie concerned Dirertor
through Corporate C&P Deptt. along wilh a draft.sfrow cause
notice providing;l final opportunityto party lo rlefcnd iris c.ase.
T h e s h o w c a u s en o t i c e w i l l b e l c g a l l yv e l | e d .
(ix)
A f t e r o b t a i n i n g a p p r o v c r l f r o m t l r c c o n c ei ' n ed D i i e c t r - r r ,
C o r p o r a t e C & P d e p a r t m e n t r r y i l i s s r . r e' i l r e ls h o w r : a i r s cr r o l i r . t :l o
t h e c o n c e r n e dp a r l y .
(x)
O n r e c e i p to f r e p l y i n r c s p o t t s et o s l t o ' r c a u s e n o t i c c ,f c r p r L r a l c
C & P D e p t t . w i l l f o r u v a r dt h e s a m e t o O i C w h o a f t e r f a i < r n gl e g a i
opinion will prepare a;:ro;:rosi:lfor kecping thg parly oit
l " l o l i d a y / f o rb l a c k l i s t i n ga n d f o r w a r c lt h c s a n r c t o C r : r p o r a t eC & P
D e p t t . f o r o b t a i n i n gt l r e a p p r o r r a lo f t l r e c . J i r a uI ir ; : Ci r i ; r : . t o r .
(xi)
t*i,l
A l i s t o f a l l p a r t i e s p u t c n h o l i d ; . t yr : r h i a c k i i E t r , r tl it i l i b r :
c o m r n u n i i . a t e dt o a i i L o r r L e r i l c da n d w i l l a l s o b t : r r i a i n t , r i r l r , :a' Jl
GAIL Inlranel.
Page6 of 13
(xili)
6.0
6.l"
A f t e r e x p i r y o f H o i i d a y p e r i o d , t h e v e n c l c r s / c c n t r a c t o r r / c c n s u i t a ; r l'!r n r i r o
have becn put on Holiday cjuc to dr.:layin r:r:rnJ:leliclri
schi':rjriir:lrlli i.:r,:
autornatir:ally restoreci to partic;ig:atein i:usinE::;swilh GAii..^ i'-lor,vctvr:r,
p a r t i e s w h o h a v e b e e n p u t o n l l o l i c l a yd u e t o q u a l i t y p r c b l e n r su ; t l l b c
r e s l o r e d o n l y a f t e r a r e v i r v b y t h e c o m m i t t e e r a . r i r i r :hi ia d r : a r i i e r
r e c o n r m e n d e dt h e p a r t y t o b e p u t o n H o l i d a y .
6 . 2 . T h e p e r i o r l o f H t t l i d a yw i l l b e i . f r r : r to
r n e l y c a r t e t h r t : e y i t i ' : r ' sc i r , ) i l c l ( l l i ) t
u p o n t h e s e r i o u s n e s so f f a i l u r e . l t c a n b c t h r e e y e a ; - si n c x l , r e r n cc i ; s ' : s
a n d m a y b e o n e y e a r o r l n ' o y e a r s d e p e n d i n qu p o n t h e : r a t u r e o f f a i l , . t r " e
in nerfornrance.
I'age7 of 13
JT
Pnr:jcr:t/Work Csnter
'Orde
r/Contract No. & Date
(ii)
(,ii)
B r i e f c l e s c r i p t i 0 n0 f I t e m s
Works/Assignrfinnt
(iv)
O r d e r / C o n t r a c tv a l u e ( R s . )
(v)
Name of Vendor/Contractor/
C on su l t an t
(vi)
C o n t r a c t e dd e i i v e r y /
C o m p l e t i o nS c h e d u l e
( v i i ) Actual delivery/
C o m p l e t i o nd a l e
Performance
Paranreter
N l a x i m u mM a r k s
tr'larksAilocated
(*)
Delivery/Complcti<ln Quality
Reiiabilily I Total
Performance
Perforrrance Perlorrlanr:c I
40
40
7f)
I fin
R e m a r k s( i f a n y )
P E R | " O R M A N CREA TI N G ( x 1 , )
Note:
( * ) A l l o c a l i o no f m a r k s w o u l d b e a s p e r e n c l o s e r i n s l r i - r c t i o n s
( * t ' ) P e r f o r m a n c er a t i n q s h a l l b e c l a s s i f i e da s u r r d e r :
st.
No.
l
fJrnrro
(Marks
6 0 & belor,ar
o I -,/:
76-90
A
q
M o r et h a n 9 0
Rat i ng
POOR
FAIR
GOOD
yFRY
GOOD
S i g n a t u r eo f
a u t h o r i z e dS i g n a t c l r y
N a m e:
Designation:
Page8 of 13
,
lnstructions fof al!ocFtionof*marks
Marksare lo be allocatedas under:
1.1
DELMRY/COIvIPLETIONpERFCIRfqANC
FM a r k s
4S
pelay irryVeei($
DeliveuPgriod/
$giopletion Sch"edule
a ) U pt o 3 m o n t h s
BeforeCDD
Dclayup to 4 wl:eks
"
"
"
I weeks
"1
0 r,.;eeks
12 weeks
i l
l(r \,VCKS
t"2
4fi
ri
lil
).1
^j-tl
m o r el h a n 1 6 w e e k s
b) Abovc 3 rnonths
l4artq{
B e f o r eC D D
D el a y u p t o 4 y r e e k s
.,
B rveeks
" "10we
eks
"
16 weeks
" 20 weeks
"
24 weeks
more than 24 lveeks
rr
4CI
,\:
"ii)
:-i
::o
i,{
l0
t.l
Q{JALITY PERFOF{,MAr{CE
4S Marks
l o r N o r l n a l C a s e s : N o D e f c t s / / N oD e v i a t l o r r / N c f n r i u i c
1.o be
A F ^ - 5 F l
prurdLd
h a - i -
ud)r5
allocated
{ ^ . -
tut
4() rnerks
on
1C rnai'ks
- - - ^ ^ r - l . l ^
dLLCp,..il]rc
0 nrarl.ls
5 nrarks
i(l'.25llark:
systelrn.
i i i N u m b e or f
deviations
1. No deviaiiori
2 . N o . o f d e v i a t i c n s * <2
3 . N r : ^o f r J e v i a l i o n s> 2 -
Pagc9 of l3
5 rnarks
2 rnarks
fi rni:rks
)
RELIAfiILITY pSRfORMAt{Cf
1.3
l\.
(i)
FoR wORKs/
Z# F4arks
COHTRACTS
Submission of
ci-der ficceptaitce, 4 rr:*rk:;
agreement, PBG, Drarlings aird other
d0cLr
rr'rents
lvitfiin tirn<l
(ii)
Mobilization af resourcs a s
C o n t r a cat n d i n t i m e
i,)r 4 m.:ikc
of Check-list
{iii) l...ic1r.rid;rtlon
1rr:inis
4 J)ar?.s
tll iJ :-l.i5
or
R e l i a b i l i toyf E s t i m a t e s / D e s i q n / Dnr a
gwr
jobs
etc. in caseof Consultancy
{v)
f i m e l y s u b m i s s i o no f e s t i m a t e sa n c l 4 n r a r k s
other docurnenLs
for Exlra, liubstltLrted
& AHRitenrs
ts.
FORSUPPLIES
(i)
S l t b m i s s i o r io l o r c l e r a c c e p t a n c e , P B G , 5 n r a i - k s
D r a u r i n g sa n d o t h e r d o c u l r r e n t s w i t h i n
tirne.
(ii)
(iii)
(iv)
S u b r n i s s i o nr : f i l l l r c l r l u i r e d c l o c u r n i : r r t s 5 r n ; l i k : ;
i i r c l u d i n gT e s t C e r t i f i c a t e s a l t h e t i m e
of suppiy
P a g e1 0o f l 3
.rl
@e-aqeE
qFRTOSMANCE
R,qrrr{CpArA gH.rg-r{r-Q-Kq&ry}
(i)
l-ocatioir
(ii)
(iii)
B r i e f d e s c r i p t i o r ro f I t e n r s
\l/orks/Assign nrent
(iv)
O r c l c r / C c n t r a c tv a l u e r( R s .)
(v)
N a n r eo f V e n d o r / C a n t r a c t o /
C on s ul t an t
(vi)
C o n t r a c t e dd e l i v e r y l
C o m p l e t i o nS c h e d u l e
Performance
Delivery
ReliabilityI 1o
Quality
Param*ter Ferfornranci: Perfi:rrlanr:e r c i ' t 0 r i n a f t ( . ( t II
Maximum
40
?,()
10
Marks
Marks
A l l o c a t e (d*
,;l
-t
R e m a r k s( i f a n y )
PIRFORMANCF
RAl'rNG('*)
N o t e : ( x ) A l l c c a l i o n o f n r a r k st o b e a s p e r e n c l n s e r li i r s l r u c l i o n s
( ' F ' r )P e r f o r n r a n c er a t i r r gs l r a l l b e c l a s s i f i e da s u n d er :
5 t . R a n q e( P l a r k s )
No.
i
2
3
A
6 0 & bellow
6r-75
76-94
M o r et h a n 9 0
Ratln0
POOR
FAlR
GOO{)
VERY
GOOD
5 i g ; n a t u r eo i
a u t h o r i z e dS i crl r a i o r y:
Name:
D es i g n a t i o n :
P a g el l o f 1 3
..i
:
In_stlustions for a!tocatipn-*of ryrarks iFo!- 0&F,l !
M a r k s a r e l c b e a l l o c a t e da s u n d er :
1.1
SFLMRY/COI.NPLHTIOFJpfiRFORMAf{tflS 4SMarks
Detivery-Feriod/
p.nlpletion Sqhedule
a) LJpto 3 montlrs
Befcre CDI)
Dciay up to 4 lvccks
"
I wc.eks
''
1 0 w t ; ek s
"
1 2w e e k s
"
1 6w e e k : ;
nrorethan 1fi weeks
b) Abr:ver3 rnonths
L.2
Defay in-lUeetqs
Bcfore CDI)
D e l a yu p t o 4 w e e k s
" B r,^tr:eks
" 10
lreeks
" 16
wecks
" 20
vreeks
"
24weeks'
n r o r et h a n 2 4 w e e k s
QUALITY PERTORMAFICE
ForNor;nalCascs:No t.)efucf.s/No
l.)cviai.ion./No
fuii,rrr: :
i
Reiection/ Defects
4t)
'li
_:il
..1
r
1l{}
i :
tJ
4i)
t,,
a*,
l i
lll
il
4o Marks
40 tnai-l<:
.1[,rni;rri<s
ii Whenqualily
F a i l L r r eo f s e v e i e n a t l l r e
- I ' i q d e r a l en a l a t e
f ; : i l u r ee r r d a n g e r
system integration
l o w s e ' J e r en a t r t r e
and safely of tfre
system.
l l .n a r k :
l; rtriirks
l . C - . l f ir r ; r r k
i i i N u m b e ro f
-rleviations
5 nrark:;
2 rnarks
0 rlar'l<s
1. No deviaticn
2^ No. of dc:viatiorrS
: ; 2.
3 . N o . o f d e v i a { . i o n>s 2
P a g el 2 o f 1 3
Wal}:S
1.3
RELIASILITY FFRFOR.MANCE
A,
2G Marks
(i)
Subrnission cf
order acccf)tancc, 4 rlarks;
agreemcnt, PBG, Drawingsand othcr
d o c u m e n l sw i t h i n t i m e
{ii)
Mobilizatiorr of rcsourcLls
C o r t t . r a cat n d i r r t i m e
ir5;
i)frf
4 l l i c ; ; {! -
( i i i ) L i q u i d a t i oonf C h e c k - l i spto i n t s
4 marks
(iv) Compliarrce
til statr-ltoryand HS & t
rcquirements
or
4 fnaikI
R e l i a b i l i t yo f H s t i m a t e s l D e s i g n l D r a rrrrvgi
e t c . i n c a s c t l f C o n s u l t a n c yj o i : s
(v)
B.
(i)
S u b r l i s s i o n o f o r c j e r -a c c c ; : t a r i c c :P
, BG, 5 rtrarks
D r a w i n g s a n d o t h e r c l o c u n r e n l sr v i l h i n
time.
(i i )
A t t e n d i n g c o m p l a i n l s a n d r e c l u r l s t si ' c r
after Salcs servlce/ warranty rcpairs
and /ar query/advice (up t<: tire
e v a l u a t i o np e r i o d ) .
nt a iKS
S u b r r i i s s i o no f a l l r e q u i r e c l d o c u r n e n i . s 5 m a r k s
i n c l u d i n gT e s l C e r t i f i c a t e s a t t l ' ] c t i m e
of supply
P a g e1 3o f 1 3