UNDER DOMESTIC COMPETITIVE BIDDING. e-tender REFERENCE No. : e-tender available for bidding : at 0915 hrs.

Size: px
Start display at page:

Download "UNDER DOMESTIC COMPETITIVE BIDDING. e-tender REFERENCE No. : e-tender available for bidding : at 0915 hrs."

Transcription

1 TENDER (BID) DOCUMENT FOR CPL ON-OFF AND DCVG / CAT (WITH A FRAME) INTERFERENCE SURVEY AND REPAIR OF COATING DEFECTS ALONG 16 /14 /12 /10 /8 /6 /4 JAMNAGAR-LONI LPG MAIN & SPUR PIPELINE. UNDER DOMESTIC COMPETITIVE BIDDING BID DOCUMENT No. : GAIL/C&P/JP/12/FL-104/RC/ e-tender REFERENCE No. : e-tender available for bidding : at 0915 hrs. Pre Bid Meeting date & time : at 1500 hrs. Last date of submission of bids : at 1400 hrs. Techno-commercial opening of bids : at 1500 hrs. NON TRANSFERABLE TENDER DOCUMENT 1

2 IMPORTANT INSTRUCTIONS PLEASE NOTE THAT THIS "INVITATION FOR BIDS [IFB]" IS ON "ZERO-DEVIATION" BASIS. GAIL WILL ACCEPT BIDS BASED ON TERMS AND CONDITIONS OF THIS "INVITATION FOR BIDS [IFB]" & BID DOCUMENT" ONLY. DEVIATION TO TERMS AND CONDITIONS OF "INVITATION FOR BIDS [IFB]" & BID DOCUMENT" MAY LEAD TO REJECTION OF BID. "INCOMPLETE BIDS SHALL NOT BE CONSIDERED" PRIOR TO DETAILED EVALATION, PURSUANT TO "BID EVALUATION AND REJECTION CRITERIA", GAIL WILL DETERMINE THE SUBSTANTIAL RESPONSIVENESS OF EACH BID TO THE "RFQ & TENDER DOCUMENT". FOR THE PURPOSE OF THIS, A SUBSTANTIALLY RESPONSIVE BID IS ONE WHICH CONFORMS TO ALL THE TERMS AND CONDITIONS OF THE BIDDING DOCUMENTS WITHOUT 'DEVIATIONS' OR 'RESERVATIONS / EXCEPTIONS'. GAIL'S DETERMINATION OF A BID'S RESPONSIVENESS IS BASED ON THE CONTENT OF THE BID ITSELF, WITHOUT RECOURSE TO EXTRINSIC EVIDENCE. 'TECHNICAL' AND/OR 'COMMERCIAL' QUERY(S), IF REQUIRED, MAY BE RAISED ON THE BIDDER(S) THE DECISION FOR WHICH WILL BE SOLELY BASED ON CIRCUMSPECTION BY 'GAIL (INDIA) LIMITED'. HOWEVER, ISSUANCE OF REQUEST FOR SUCH 'CLARIFICATIONS' SHALL NOT BE RESORTED TO MORE THAN 'ONCE'. THE 'RESPONSE(S)' TO THE SAME SHALL BE IN WRITING, AND NO CHANGE IN THE 'PRICE(S)' OR 'SUBSTANCE' OF THE BIDS SHALL BE SOUGHT, OFFERED OR PERMITTED. THE SUBSTANCE OF THE BID INCLUDES BUT NOT LIMITED TO PRICES, COMPLETION, SCOPE OF WORK, TECHNICAL SPECIFICATIONS, SPECIAL CONDITIONS OF CONTRACT ETC. BIDDERS ARE REQUESTED TO NOT TO TAKE ANY 'DEVIATION/EXCEPTION' TO THE TERMS AND CONDITIONS LAID DOWN IN THIS "INVITATION FOR BIDS [IFB]" & BID DOCUMENT", AND SUBMIT ALL REQUISITE DOCUMENTS AS MENTIONED IN THIS "INVITATION FOR BIDS [IFB]" & BID DOCUMENT", FAILING WHICH YOUR OFFER WILL BE LIABLE FOR REJECTION. ==================== X ==================== 2

3 SECTION-I INVITATION FOR BID [IFB] 3

4 I N V I T A T I O N F O R B I D S ( I F B ) GAIL/C&P/JP/12/FL-104/RC/ Tuesday, 13 September 2012 M/S. SUBJECT: CPL ON-OFF AND DCVG / CAT (WITH A FRAME) INTERFERENCE SURVEY AND REPAIR OF COATING DEFECTS ALONG 16 /14 /12 /10 /8 /6 /4 JAMNAGAR-LONI LPG MAIN & SPUR PIPELINE. Tender no. :GAIL/C&P/JP/12/FL-104/RC/ e-tender REFERENCE No. : Dear Sir / Madam, GAIL (India) Limited here-in-after called OWNER/COMPANY/GAIL invites you to submit your e-bids UNDER TWO-BID SYSTEM for the subject work as detailed below in complete accordance with tender documents enclosed: NAME OF WORK : CPL ON-OFF AND DCVG / CAT (WITH A FRAME) INTERFERENCE SURVEY AND REPAIR OF COATING DEFECTS ALONG 16 /14 /12 /10 /8 /6 /4 JAMNAGAR-LONI LPG MAIN & SPUR PIPELINE. MODE OF TENDERING : DOMESTIC COMPETITIVE BIDDING E-Tendering (e-tendering- GAIL s Portal TENDER FEE : NIL EARNEST MONEY DEPOSIT (EMD): (Refundable) The whole job is divided in three parts i.e. Part-A comprising of sections from Jamnagar to IPS, Abu Road, Part-B comprising of sections from IPS, Abu Road to IPS, Mansarampura and Part-C comprising of sections from IPS, Mansarampura to Loni. Accordingly, the EMD shall be (depending upon the willingness of the bidder to bid for Part-A or Part-B or Part-C or any of the two Parts or all the three Parts): 89,000/- ( EIGHTY NINE THOUSAND ONLY) (in case bidder willing to quote for Part-A only) 75,000/- ( SEVENTY FIVE THOUSAND ONLY) (in case bidder willing to quote for Part-B only) 60,000/- ( SIXTY THOUSAND ONLY) (in case bidder willing to quote for Part-C only) Sum of the respective two amounts mentioned above against each Part (in case bidder willing to quote for any of the above two parts only) 2,24,000/- ( TWO LAC TWENTY FOUR THOUSAND ONLY) (in case bidder willing to quote for all the above mentioned three Parts) 4

5 BIDDING PERIOD : to (1400 HRS IST) Pre-Bid Conference Date and Time : 1500 Hrs. (IST) on Pre-Bid Conference Venue : GAIL (India) Ltd. GAIL BHAWAN, SECTOR-6 VIDHYADHAR NAGAR, JAIPUR (RAJ.), / Last Date and Time for Submission of Bid (Uploading) : Upto 1400 Hrs. (IST) on Date and Time for Opening of Techno-Commercial Bid : 1500 Hrs. (IST) on Tender must be submitted within above stipulated date and time through e- tendering mode only. Following points may please be noted carefully: 1.0 GAIL (India) Limited, invites you to submit your e-bid for the captioned work through our portal ( in complete accordance with this IFB. 2.0 GENERAL 2.1 Complete Bid Document can be viewed at our e-tender portal and interested bidders can submit their e-bid after getting registered and obtaining the user ID and corresponding password. No extension in the bid due date shall be considered on account of delay in submission of the e-bid. 2.2 Bids received by POST/FAX/Telegraphic/ even on or before the bid due date and time shall not be considered. 2.3 Bids security (EMD) as mentioned above in the form of Demand Draft / Banker s Cheque / Bank Guarantee / Letter of Credit etc. must reach us in original within 07 days of closing of the bids. Bidders must ensure that bid security having a validity of six months from the bid due date i.e. up to , must be in the format made available in the Bid Document. e-bids not followed by the original bid security / EMD in requisite form shall be summarily rejected if not received within 07 days of the closing of the bids i.e latest by GAIL will not be responsible for any cost incurred in preparation and submission of e- bid. 2.5 This invitation for bids (IFB) is an integral and inseparable part of the bid document available at the website. Bidder to note that the work cannot be sub-contracted. 2.6 GAIL reserves the right to allow price preference and / or purchase preference to domestic bidders / Central Public Sector Undertaking as admissible under the prevailing Government of India policy in this regard. 2.7 GAIL reserves the right to reject any or all the bids received at its discretion without assigning any reason whatsoever. 2.8 No extension in the bid due date shall be considered on account of delay in submission of the bid. Portal shall not allow the bidder to submit the bid after expiry of the due date and time. 5

6 CUT OUTS BID BOND LAST DATE OF RECEIPT TO THIS OFFICE : DO NOT OPEN THIS IS A PART OF BID (e-bid) Tender no. : GAIL/C&P/JP/12/FL-104/RC/ e-tender REFERENCE No. : BID DOCUMENT NO. GAIL/C&P/JP/12/FL-104/RC/ FOR CPL ON-OFF AND DCVG / CAT (WITH A FRAME) INTERFERENCE SURVEY AND REPAIR OF COATING DEFECTS ALONG 16 /14 /12 /10 /8 /6 /4 JAMNAGAR- LONI LPG MAIN & SPUR PIPELINE. DUE DATE & TIME : ; 1400 Hrs. (IST) TO : CHIEF MANAGER (CONTRACTS & PROCUREMENT) GAIL (INDIA) LIMITED, GAIL BHAWAN, SECTOR-6 VIDHYADHAR NAGAR, JAIPUR (RAJASTHAN)- INDIA {TO BE PASTED ON THE INNER ENVELOPE CONTAINING BID BOND (EMD)} POWER OF ATTORNEY Tender no. : GAIL/C&P/JP/12/FL-104/RC/ e-tender REFERENCE No. : BID DOCUMENT NO. GAIL/C&P/JP/12/FL-104/RC/ FOR CPL ON-OFF AND DCVG / CAT (WITH A FRAME) INTERFERENCE SURVEY AND REPAIR OF COATING DEFECTS ALONG 16 /14 /12 /10 /8 /6 /4 JAMNAGAR- LONI LPG MAIN & SPUR PIPELINE. DUE DATE & TIME : ; 1400 HRS. (IST) TO : CHIEF MANAGER (CONTRACTS & PROCUREMENT) GAIL (INDIA) LIMITED, GAIL BHAWAN, SECTOR-6 VIDHYADHAR NAGAR, JAIPUR (RAJASTHAN)- INDIA {TO BE PASTED ON THE INNER ENVELOPE CONTAINING POWER OF ATTORNEY (POA)} (INTEGRITY PACT IN ORIGINAL) Tender no. : GAIL/C&P/JP/12/FL-104/RC/ e-tender REFERENCE No. : BID DOCUMENT NO. GAIL/C&P/JP/12/FL-104/RC/ FOR CPL ON-OFF AND DCVG / CAT (WITH A FRAME) INTERFERENCE SURVEY AND REPAIR OF COATING DEFECTS ALONG 16 /14 /12 /10 /8 /6 /4 JAMNAGAR- LONI LPG MAIN & SPUR PIPELINE. DUE DATE & TIME : ; 1400 HRS. (IST) TO : CHIEF MANAGER (CONTRACTS & PROCUREMENT) GAIL (INDIA) LIMITED, GAIL BHAWAN, SECTOR-6 VIDHYADHAR NAGAR, JAIPUR (RAJASTHAN)- INDIA {TO BE PASTED ON THE INNER ENVELOPE CONTAINING INTEGRITY PACT IN ORIGINAL} 6

7 SUBMISSION OF EMD: Bidders are required to submit the EMD in original in the prescribed formats and in the manner prescribed in the tender at the time of bid submission in sealed envelope to the Tender issuing office. Earnest Money can be paid in Demand Drafts or Bank Guarantee or Banker s Cheque or Letter of Credit from any Indian scheduled bank or a branch of an International bank situated in India and registered with Reserve Bank of India as scheduled foreign bank. However, other than the Nationalized Indian Banks, the banks whose BGs are furnished, must be commercial banks having net worth in excess of Rs. 100 crores and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head. However, if the bidder is unable to submit EMD in original on the due date, he may upload a scanned copy of the EMD while submitting the bid electronically, provided the original EMD, copy of which has been uploaded, is received within 07 days from the date of unpriced bid opening i.e. by , failing which the bid will be rejected irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of EMD was earlier uploaded by the bidder. SUBMISSION OF BIDS: Bid must be submitted online thru' GAIL's "e-tendering" system at Bidder shall submit both "Un-Priced Bid" and "Price Bid" through GAIL's "e-tendering" portal only. Bids submitted in any other form, such as courier / post / in-person / fax / telegram / telex, shall not be accepted against this Tender. The "Un-Priced Bid" and "Price Bid" shall contain the documents in the manner specified below: PART-I: UN-PRICED/TECHNO-COMMERCIAL BID The "Un-Priced Bid" must be complete with the following: (A) Scanned copy of Bank Guarantee/ Demand Draft as a proof towards submission of EMD. (B) Organization details In case of a proprietorship firm, the name and address of proprietor, and certified copy of Certificate of registration of firm / Affidavit declaring that it is a proprietorship firm In case Bidder is a partnership firm, certified copy of the partnership deed. In case of company (whether private or public), certified copy of the Certificate of Incorporation together with certified Memorandum / articles of Association. (C) Forms and formats duly filled-up (D) Copies of all the relevant documents viz. Purchase / Work /Service order, execution/ completion certificate and all the documents as mentioned in the tender. (E) Check list of submission of bid as per tender. (F) In case bidder has submitted their bid after downloading the tender from website, then an undertaking by bidder on Non-judicial stamp paper stating that - The contents of the Tender Document have not been modified or altered by M/s.. (Name of the bidder with complete address). In case, it is found that the tender document has been modified / altered by the bidder, the bid submitted by the M/s (Name of the bidder) shall be liable for rejection. (G) Copy of Price Schedule /SOR (with price figures blanked) (H) Any other document stipulated in tender. 7

8 (I) (J) (K) Tender Documents should be 'digitally signed' through a valid "Class-3 Digital Certificate" to be obtained from certifying agencies as detailed in the Instruction for participation in e-tendering. Any other information/details required as per bidding document including addendum /corrigendum to this bidding document, if issued All the documents must be signed, stamped by the bidder, scanned and digitally signed before uploading on the portal. The bidders are required to submit the SCANNED copies of all certificates/documentary evidences towards the proof of meeting the Bidders Eligibility Criteria (BEC) as stated in the tender document. Non-submission of the copies of the requisite certificates/documents shall render the bid non-responsive and shall be liable for rejection. PART-II: PRICE BID [PRICE SCHEDULE]- SOR (available in the SEPARATE work sheet) It should contain only the Price Schedule complete with rates duly filled in and no terms and conditions should be entered in the "Price Bid". "Price Bid" containing any new / fresh condition [not mentioned in the "Un-Priced Bid"] shall be liable for rejection. GAIL (India) Limited assumes no responsibility for inability of a bidder to submit bids through GAIL's "e-tendering" system on account of delay in submission at bidder's end. Bidder shall ensure that they submit the bid well before the "Due Date & Time of Bid-Submission". GAIL shall not be responsible if bidder is not able to submit the bid on account of failure in network / internet connection at bidder's end. Bidder shall obtain a "Digital Certificate [Class-3]" on their own and GAIL (India) Limited will be not at all responsible for a bidder not having acquired the valid "Class-3 Digital Certificate". Bidder may refer to addendum to "Instructions to Bidders [ITB]" for getting a valid "Class-3 Digital Certificate". Any bidder who wishes to quote against this Tender may download the Tender Documents from GAIL's "e-tendering" system at and submit the bid, complete in all respect as per terms and conditions of the Tender, online at on or before the "Due Date & Time of Bid-Submission", alongwith an undertaking that the contents of the Tender Documents have not been altered or modified. Bids are to be submitted online in our e-tendering System ( Bidder shall submit the Prices (Schedule of rates) as well as the Un-Priced Documents through our e-tendering portal only. Bids submitted by courier/post/in person shall not be accepted in this tender. Bid submitted manually through post/courier/fax/ will not be acceptable. SUBMISSION OF SCANNED COPIES OF CERTIFICATES/ DOCUMENTARY PROOFS: Bidders are required to submit scanned copies of all certificates / documentary evidences towards proof of meeting the stated "BEC" alongwith the other requisite documents through GAIL's "e-tendering" system at Non- 8

9 submission of scanned copies of requisite certificates / documents shall render the bid non-responsive, and shall be liable for rejection. PRE-BID MEETING: Bidders, desirous of attending the Pre-Bid Meeting, must submit authorization letter at the time of Pre-Bid Meeting. NOTE: 1. Bidders are requested to fill all "Annexures" as enclosed in the Tender Documents. Bidders must digitally sign all the attachments of the Bidding Documents using a valid "Class-3 Digital Certificate". 2. Bidders are requested to go through the document named, "Addendum to ITB" (if any) which has been made available in the Tender. This document shall over-ride and supersede any of the clause(s) found contradictory / conflicting elsewhere in the Tender Documents. This document aims at providing guidelines / instructions to bidders for submitting their bids through GAIL's "e- Tendering" system at 3. Bidders may depute their authorized representative to attend the "Un-priced Bid Opening". Bidders selected for opening of their "Price Bid" shall be suitably informed about the date and time. 4. Any change in bid after the "Due Date & Time of Bid-Submission" of Tender is not allowed. 5. Bidders are advised, in their own interest, to ensure that their bids are submitted well before the "Due Date & Time of Bid-Submission" of the Tender as GAIL's "e- Tendering" system at will not allow submission of bids once the closing date and time of the Tender [i.e. Due Date & Time of Bid- Submission] is reached. 5. Bidders are required to submit their bids alongwith a covering letter under the firm's / company's letterhead specifying the name and designation of the authorized person signing the bid, complete postal address of firm / company, telephone no., fax no., ID, etc. 6. Bidders are requested to go through FAQ s which has been made available in our tender. This document shall over-ride & supersede any of the clause(s) found contradictory/conflicting elsewhere in the tender documents. This documents aims at providing guidelines / Instruction to bidders for submitting their bids through e- tendering System. THIS IS NOT AN ORDER - PLEASE NOTE Yours faithfully, For GAIL (India) Limited (RAMAN CHOWDHARY) Sr. Manager (Contracts & Procurement) Enclosed: One set of tender (Bid) document. 9

10 Complete bid document consists of following enclosures: Enclosures SECTION - I : INVITATION FOR BIDS (IFB), (07pages, page 3 to 9) SECTION - II : BID EVALUATION CRITERION (BEC), (03pages, page 12 to 14) SECTION - III : FREQUENTLY ASKED QUESTIONS (FAQ s), (05pages, page 15 to 19) SECTION - IV : INSTRUCTIONS TO BIDDERS (ITB) (24 pages, page 20 to 43) SECTION - V SECTION - VI : GENERAL CONDITIONS OF CONTRACTS (attached separately) (44 pages) : SCOPE OF WORK AND TECHNICAL SPECIFICATIONS (21 pages, Page 45 to 65) SECTION - VII : SPECIAL CONDITIONS OF CONTRACT (19 Pages, 66 to 84) SECTION - VIII : SCHEDULE OF RATES (attached separately) ( ) SECTION - IX : HEALTH, SAFETY & ENVIRONMENT (HSE) SPECIFICATIONS (06 pages, Page 86 to 91) SECTION - X : FORMS & FORMATS (36 pages, Page 92 to 127) Bids completed in all respects should be submitted on GAIL s e-tender portal on or before hrs of the scheduled date i.e Portal shall not allow the bidder to submit the bid after the due date and time for whatsoever the reason and GAIL shall not be responsible for any failure of system (internet) and bidders inability to submit the bid in time. GAIL reserves the right to accept or reject any or all tenders received at its absolute discretion without assigning any reason whatsoever. 10

11 TABLE OF CONTENTS SECTION-I : INVITATION FOR BIDS [IFB] SECTION-II : BID EVALUATION CRITERIA [BEC] SECTION-III : FREQUENTLY ASKED QUESTION (FAQ s) SECTION-IV : INSTRUCTIONS TO BIDDERS [ITB] SECTION-V : GENERAL CONDITIONS OF CONTRACT [GCC] SECTION-VI : SCOPE OF WORK & TECHNICAL SPECIFICATIONS [SOW] SECTION-VII : SPECIAL CONDITIONS OF CONTRACT [SCC]. SECTION-VIII : SCHEDULE OF RATES [SOR] SECTION-IX : HEALTH, SAFETY AND ENVIRONMENT [HSE] SPECIFICATIONS SECTION-X : FORMS AND FORMATS 11

12 . SECTION-II BID EVALUATION CRITERIA [BEC] 12

13 BID EVALUATION CRITERIA (BEC) A) TECHNICAL CRITERION 1) The bidder should have executed at least one such single work of similar nature i.e. Cathodic Protection Work (CPL on-off Survey and/or DCVG Survey and/or CAT Survey and/or Pearson Survey and/or Interference Survey and/or Supply, Installation and Commissioning of Temporary / Permanent Cathodic Protection System) of buried cross country pipeline of below mentioned single work order value in any one of the last seven preceding years (reckoning from the bid closing date) in any Government/Semi Government/reputed private organizations: Having single work order value not less than lacs. for Part-A, lacs. for Part-B and lacs. for Part-C. Having single work order value not less than lacs. for Part-A & Part-B, lacs. for Part-B & Part-C and lacs. for Part-C & Part-A. Having single work order value not less than lacs for all the three Parts (i.e. Part-a, Part-B and Part-C) of the whole pipeline. B) FINANCIAL CRITERION 1) Annual Turnover If bidder is a single entity, the Annual Turnover of the bidder should be minimum the amount mentioned below (depending upon the willingness of the bidder to participate in Part-A or Part-B or Part-C or any two Parts or all the three Parts) in any of the last three preceding financial years ending 31 st March 2012 (i.e , and ): Part-A (Jamnagar to IPS, Abu Road) lacs. Part-B (IPS, Abu Road to IPS, Mansarampura) lacs. Part-C (IPS, Mansarampura to Loni) lacs. For any of the above two Parts -Sum of the respective two For all the above three Parts lacs. amounts mentioned above against each Part Bids from consortium comprising Indian and / or foreign bidders are also acceptable provided either of the consortium partners meet the pre-qualification criteria as defined above i.e. the turn-over of each partner should be minimum 50% of the above mentioned amount in any of the last three preceding financial years ending 31st March 2012, however Leader of the JV/Consortium should have minimum criteria as applicable for bidder under single entity. 2) Net Worth Net worth of the bidder should be positive as per the last audited financial statement i.e 31 st March

14 3) Working Capital The Bidder should have minimum working capital 10% of the above mentioned values for Annual Turn Over required as per the last audited financial statement for the year ending 31 st March Note : If the bidder s working capital is inadequate, the bidder should supplement this with a letter from the bidder s bank, having net worth not less than INR 100 Crores, confirming the availability of line of credit to meet the shortfall in specified working capital requirement as given above. For BEC [Technical Sr.No.1)]: Documentary Proof i.e. copy of work order and Completion/ Performance/ Execution/client certificate indicating executed value, duly notarized or attested by Notary Public and Format D (i.e. Certificate from Statutory Auditor of F-17 i.e. Formats for authentication of documents, available in the Bid Document) towards meeting the experience Criteria must be submitted by the Bidder along with bid. For BEC [Financial Sr.No. 1 to 3] : Copies of audited balance sheet and statement of profit & loss account duly notarized by Notary Public Format E (i.e. Certificate from Statutory Auditor / Chartered Accountant of F-17 i.e. Formats for authentication of documents, available in the Bid Document) must be submitted by the bidder along with bid. If audited financial results of the immediate 3 preceding financial years are not available, the bidder has an option to submit the audited financial results of the 3 years immediately prior to the financial year EVALUATION METHODOLOGY: Bids shall be evaluated on the basis of LOWEST BID (OVER ALL L1) for each Part i.e. Part-A, Part-B and Part-C separately. The entire work shall be finalized on least cost to GAIL, if a bidder happens to be lowest in more than one part and has qualified only for one or more than one of the parts and not all parts, as the case may be. Once certain part (s) awarded to such LI bidder, the bidder ceases to be lowest bidder for the remaining part (s). The award of remaining part (s) on other bidders shall not be considered as award on L2, L3..bidder. 14

15 SECTION-III FREQUENTLY ASKED QUESTIONS (FAQ s) 15

16 GAIL (India) Ltd., has developed a secured and user friendly system which will enable Vendors/Bidders to Search, View, Download tenders directly from GAIL (India) Ltd. secured website and also enables them to participate and submit Online Bids/Offers in the E-Procurement site directly from the website in secured and transparent manner maintaining confidentiality and security throughout the tender evaluation process and award. Bidders are requested to read following conditions in conjunction with various conditions, wherever applicable appearing with this bid invitation for e-procurement. The conditions mentioned here in under shall supersede and shall prevail over the conditions enumerated elsewhere in the tender document. 1) HOW TO SUBMIT ON-LINE BIDS/OFFERS ELECTRONICALLY AGAINST E-PROCUREMENT TENDERS? Vendor/Bidder who wish to participate for E-tenders which are uploaded on GAIL (India) Ltd. Website should follow the following steps which shall permit them to Search, Display/View, Download and Submit their electronic Bids/Offers online in a secured manner ensuring confidentiality. Vendors/Bidders are advised to read the following instructions for participating in the electronic tenders directly through Internet: (i) (ii) (iii) (iv) No Late and delayed Bids/Offers after due date/time shall be permitted in E-procurement system. No bid can be submitted after the last date and time of submission has reached, however if bidder intends to change the bid already entered may change/revise the same on or before the last date and time of submission deadline.the system time (IST) that will be displayed on e- Procurement webpage shall be the standard time for submission of tender and no other time shall be taken into cognizance. Bidders are advised in their own interest to ensure that bids are uploaded in e-procurement system well before the closing date and time of bid. No bid can be submitted / modified after the dead line for submission of bids. No Manual Bids/Offers shall be permitted. The offers submitted through e-tendering system shall only be considered for evaluation. 2) HOW TO SEARCH, VIEW AND DOWNLOAD E-TENDER? Vendors/Bidders must go to e-tender website and logon using their user-id and password. In the case of vendors not possessing the User Id and Password, they can access through Guest Login as guest. This facilitates viewing of tenders in display mode in Collaboration folder (C Folder). If the vendor desires to download the NIT and attached e-tender at this stage, he may download the same for viewing free of cost. Note: All e-tender notices and tender documents are available only in soft copies such as Microsoft Word, Excel, PDF files. For downloading / viewing PDF files use Adobe 6 Software utility which can be installed free of cost from Vendors home page link by any vendor onto his own computer. 3) PARTICIPATION IN BID, REQUEST FOR USER ID and PASSWORD: To participate in Bid submission, it is Mandatory on the part of Vendor(s) to have User ID and Password. To obtain User ID and Password Vendor/Bidder must open site and perform the following steps: i) Click on button Request User ID (For new Bidders) 16

17 ii) iii) Fill the on line form and submit. Ensure that the address given in the form is valid and active. If you have already been provided with the Vendor Code of GAIL, please mention the 10 digit Vendor code in specified field, otherwise leave blank. Ensure that all the mandatory fields (identified with a star mark) are filled in application form for User ID creation. E-Procurement administrator would take possible care to allot a User id and Password within 4 working days. An (system generated) shall be sent to your Id (mentioned by you in the Registration form) giving details of your User- ID and password. On Receipt of User Id, Please reset the password immediately by logging to our E-tendering site. User Id and passwords are unique to each vendor and the vendor can use the same to view/download/participate in all e-tenders of GAIL. Note: Without login registration I.D vendor cannot participate in e-tender. There will be single login I.D permission for one single vendor. There can be more than one I.D for the same vendor at different location address. Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation (tender). Any vendor willing to participate in GAIL tenders can obtain User Id as described above. Each vendor will get one user id. Vendors are requested to designate one officer from their organization who will submit bids on line. Vendors are advised to apply for user ID at least 7 days prior to the last date of bid submission in their own interests. User ids shall be given within 4 days subject to condition that information furnished by the bidder is compete in all respect. GAIL shall not be responsible for any delays in allocation of user id/password and the ensuing consequences including but not limited to timely submission of bids. 4) WHAT IS A DIGITAL SIGNATURE? This is a unique digital code which can be transmitted electronically and primarily identifies a unique sender. The objective of digital signature is to guarantee that the individual sending the message is who he or she really claims to be just like the written signature. The Controller of Certifying Authorities of India (CCA) has authorized certain trusted Certifying Authorities (CA) who in turn allots on a regular basis Digital Certificates. Documents which are signed digitally are legally valid documents as per the Indian IT Act (2000). 5) WHY IS A DIGITAL SIGNATURE REQUIRED? In order to bid for GAIL e-tenders all the vendors are required to obtain a legally valid Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. 6) HOW TO OBTAIN DIGITAL CERTIFICATE FROM CERTIFYING AUTHORITY (CA)? Vendors/Bidders cannot submit online Bids/Offers under e-tenders without obtaining valid Digital Certificate from Certifying Agency (C.A). A hyperlink on Vendor/Bidder home page gives link to Controller of Certifying Agency s (C.C.A.) website from there the bidder can access web sites of various CA sites, using the links provided. One Digital Certificate is valid for specified period and can be used for signing any number of quotations against enquiries issued by GAIL during such validity period. Note: In terms of IT Act 2000, only a digitally signed document will be considered as valid signed document. The Digital Certificate is issued by C. A. in the name of a person authorized for filing Bids/Offers on behalf of his Company. The certificate is installed / stored in his computer or preferably received by him (his authorized person) in form as USB token. A Vendor/Bidder can submit their Bids/Offers On-line only after digitally signing the bid/documents with the above allotted Digital Signatures. 17

18 7) STEPS FOR OBTAINING DIGITAL CERTIFICATE: Digital Certificate can be obtained by the following steps: i) Visit the site of the licensed CA* using internet browser. ii) Apply for a class 3 Digital Certificate for the designated individual with the name of Organization. Ensure the Digital Certificate is legally valid in India. iii) For making payment and submission of documents required for issue of the Digital Certificate, follow the instructions on the CA's website. iv) Use the class 3 Digital Certificate thus obtained for online bidding on GAIL e-procurement site. *Links to some licensed CA's are provided below Note: The Digital signatures should be obtained directly from certifying authority (CA) mentioned above. Digital signature taken from Sub CA will not be acceptable in the e-tendering system. 8) PRE-BID CONFERENCE: Subsequent to opening of bids, GAIL may not seek clarifications. Therefore, clarifications, if any, are to be sought by the bidders during the pre-bid conference. During the pre-bid conference, GAIL may also arrange demonstration of the e-procurement portal to the interested vendors. 9) SUBMISSION OF DOCUMENTS: Bidders are required to upload all Tender forms and supporting documents which form part of the bid/tender in the e-procurement (C-Folders) site only. However, documents specified to be submitted physically viz: EMD etc. need to be submitted in a sealed envelope in accordance with the method described in RFQ. Bidder shall ensure that all the documents relevant to bid are uploaded in time and failure to upload the same before bid submission date is the sole responsibility of bidder. Under no circumstances, GAIL shall entertain any request for acceptance of bid documents in physical form, which were required to be uploaded in e-form. Note: 1) Bidder is required to save/store their bid documents for each item into their computers before submitting their bid into e-tender box. 2) Bidder is required to fill up the price/rate strictly in the Schedule of Rate (SOR) attached with the tender. Inadvertently, if a document is uploaded in Collaboration Folder (C Folder) by the bidders, such document can be deleted by the Bidder and in it s place a new/modified document can be uploaded. The new/modified document will be required to be signed digitally. Where two similar documents are existing in the folder, the latest version of the document shall only be taken into cognizance for evaluation and earlier versions shall be ignored. Bidders are requested to upload small sized documents preferably (upto 2 MB) at a time to facilitate easy uploading into e-procurement site. GAIL does not take any responsibility in case of failure of the bidder to upload the documents within specified time of tender submission. 10) PRICES, OTHER DOCUMENTS AND DIGITAL SIGNATURE: The Prices are to be submitted online strictly as per the Schedule of Rates (SOR). GAIL shall not be responsible for any failure on the part of the bidder to follow the instructions. 18

19 Un-priced techno-commercial bid document should be placed in the private area earmarked in the C-folder. Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed using digital signatures issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT Act If any modifications are required to be made to a document after attaching digital signatures, the digital signature shall again be attached to the modified documents before uploading the same. The Authenticity of above digital signatures shall be verified through authorized CA after bid opening and in case the digital signature is not authorized / valid, the bid will be rejected. Bidder shall be responsible for ensuring the validity of digital signatures and proper usage of the same by responsible persons who can bind the bidder. Scanned copy of Power of Attorney of the signatory issued by the bidding company should be submitted on line along with other documents as per tender conditions. 11) PRICES: The bidder needs to enter the prices on line strictly as per the SOR format provided in our E- Tender. No new conditions shall be added by the bidder. 12) SUBMISSION AND OPENING OF BIDS: The bid along with all the copies of documents should be submitted in e-form only through GAIL e- Procurement portal. 13) LAST DATE FOR SUBMISSION OF BIDS: System does not allow for submission of bids beyond the deadline for bid submission. However, if the bidder for some reason intends to change the bid already entered, he may change/revise the same on or before the last date and time of submission. The system time displayed on GAIL s e-procurement webpage shall be final and binding on the bidders for all purposes pertaining to various events of the subject tender and no other time shall be taken into cognizance. Bidders are advised in their own interest to ensure that bids are uploaded in e-procurement system well before the closing date and time of bid. Bidders must use any computer having Windows 2000 or Windows XP versions or higher of Window operating system and an internet Web Browser version Internet explorer V6.0 or higher recommended. 14) Proxy: If any bidder is unable to access GAIL s e-procurement site or Bid Documents, the bidder may please check whether they are using proxy to connect to internet or their PC is behind any firewall and may contact their system administrator to enable connectivity. Please note that Port 443 and Port 8443 should be enabled on proxy/firewall for HTTPS connectivity. Dial-up internet connectivity without Proxy settings is another option. READY RECKONER FOR VENDORS- UPDATED READY RECKONER IS AVAILABLE IN GAIL ETENDER PORTAL. 19

20 SECTION-IV INSTRUCTIONS TO BIDDERS [ITB] 20

21 B. GENERAL I N S T R U C T I O N S T O B I D D E R S 1.0 ONE BID PER BIDDER A firm shall submit only one bid in the same bidding process. A firm, if acting in the capacity of subcontractor in any bid, may participate in more than one bid, but only in that capacity. A bidder who submits or participate in more than one bid will cause all the proposals in which the bidder has participated to be disqualified. 2.0 COST OF BIDDING The bidder shall bear all costs associated with the preparation and submission of the e-bid, and GAIL will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 3.0 SITE VISIT 3.1 The bidder is advised to visit and examine the site and its surrounding and obtain for itself on its own responsibility all information that my be necessary for preparing the bids and entering into a contract for said Works. The costs of visiting the Site shall be at the bidder s own expense. 3.2 The bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the bidder, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury or loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection. 3.3 The bidder may conduct a Site visit any working day prior to submission of bid. B. BIDDING DOCUMENTS 4.0 CONTENT OF BIDDING DOCUMENTS 4.1 The bidding documents / tender documents are those stated below and should be read in conjunction with any addenda issued in accordance with ITB Clause 6.0. Section I Invitation for Bid (IFB) Section II Bid Evaluation Criterion (BEC) Section-III Frequently Asked Questions (FAQ s) Section-IV Instructions to Bidders (ITB) Section-V General Conditions of Contract (GCC) Section-VI Scope of Work & Technical Specifications (SOW) Section-VII Special Conditions of Contract (SCC) Section-VIII Schedule of Rates (SOR) Section-IX Health, Safety and Environment (HSE) Specifications Section-X Forms & Formats (F-1 to F-20) 4.2 The bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. The Invitation for Bids (IFB) together with all its attachments thereto, shall be considered to be read, understood and accepted by the bidders. Failure to furnish all information required in the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at bidder s risk and may result in the rejection of their bid. 5.0 CLARIFICATION OF BIDDING DOCUMENTS A prospective bidder requiring any clarification(s) of the Bidding Documents may notify GAIL in writing or by fax or at GAIL s mailing address indicated in the Invitation for Bids not later than 15 days prior to the deadline. GAIL may, if deem appropriate, respond in writing to the request for clarification. Written copies of 21

22 GAIL s response (including an explanation of the query but without identifying the source of the query) will be sent to all prospective bidders who have received by the Employer, fifteen days prior to the bid due date, the same is liable to be considered as no clarification /information required. 6.0 AMENDMENT OF BIDDING DOCUMENTS 6.1 At any time prior to the bid due date, GAIL may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents. 6.2 The amendment will be notified in writing or by fax or to all prospective bidders, at the address, fax numbers, id provided by the bidder, who have received the Bidding invitation and will be bidding on them. 6.3 In order to afford prospective bidders, reasonable time in which to take the amendment into account in preparing their bids, GAIL may, at its discretion, extend the bid due date. C. PREPARATION OF BIDS 7.0 LANGUAGE OF BID The bid prepared by the bidder and all correspondence /drawings and documents relating to the bid exchanged by bidder and GAIL shall be written in English language. Any printed literature furnished by the bidder may be written in another language so long as accompanied by an ENGLISH translation duly authenticated by the chamber of commerce of Bidders country, in this case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern. Metric measurement system shall be applied. 8.0 DOCUMENTS COMPRISING THE BID 8.1 The bid prepared by the bidder shall comprise the following components 8.2 Part -I : Techno-Commercial Un-priced Bid (Part-I) (to be furnished in original and one copy) and shall contain the following. i) Bidder' general details/information as per format F-1 ii) A Bid Form as per format F-2 iii) Copies of documents as required in F-3 i.e List of Enclosures iv) A Confirmation that prices in requisite formats, strictly complying with the requirement, with prices blanked out (similar to the Priced Bid) v) Copy of Bid security in accordance to IFB to be furnished either in the form of Cashier s/ Banker s Cheque/Bank Guarantee / Bank Draft in favour of GAIL (India) Limited payable at Jamnagar / Bank Guarantee as per Format F-7 / Letter of Credit as per format F-8. vi) Letter of authority in favour of any one or two of bidder s executive having authority to attend the un-priced and price bid opening on specified dates and venue as per format F-9 vii) Confirmation of no deviation as per Format F-10 viii) Certificate as per Format F-11 ix) Specific Experience, annual turnover and other details as called for in qualifying requirements. Copy of work order and completion certificates should be enclosed with the details provided in Format F-12. x) Current commitments strictly as per Form F-12 xi) Any other information /details required as per bid document. xii) Tender fees of requisite value along with under taking that content of the tender document have not been altered or modified, in case tender documents is down loaded from website. In case same is not submitted, bid shall be considered for further evaluation. xiii) Details of Agent /Consultant /Representative/ Associates in Format F-15 22

23 xiv) Format for confirmation to Terms and Conditions as per F-16 xv) Power of Attorney /Authorized letter from competent official in favour of person(s) signing the bid that such person(s) is/are authorized to sign the bid on behalf of the bidder and any consequence resulting due to such signing shall be binding on the bidder. Note : All documents required in the bid document along with the complete bid document (e-tender available on the portal) must be digitally signed authorized persons of the bidder. 8.3 Part-II: Price Bid SOR (available in the separate work sheet) shall contain original of Schedule of Rates duly filled in and digitally signed the protected sheet available at SOR on the portal. 8.4 Part -III : Bid Security, scanned copy of the same shall be uploaded on the e-tender portal at the place meant for it, however, the original must reach this office within 07 days of bid closing date (i.e. from the date of un priced bid opening) i.e. by , failing which the bid will be rejected irrespective of their status / ranking in the tender and notwithstanding the fact that a copy of EMD was earlier uploaded by the bidder. 9.0 BID PRICES 9.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole works as described in Bidding Document, based on the unit rates and prices submitted by the Bidder and accepted by the EMPLOYER. 9.2 Price must be filled in format for Schedule of Rates enclosed as part of Bidding Document only. If quoted in separate typed sheets and any variation in item description, unit or quantity is noticed; the bid is liable to be rejected. 9.3 Bidder shall quote for all the items of Schedule of Rates after careful analysis of cost involved for the performance of the completed item considering all parts of the Bidding Document. In case any activity though specifically not covered in description of item under Schedule of Rates but is required to complete the works as per Scope of Work, Specifications, Standards, General Conditions of Contract, Special Condition of Contract or any other part of Bidding Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity. Items against which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall deemed covered by the rates for other items and prices in the SOR. 9.4 Price quoted by the bidder, shall remain firm and fixed and valid until completion of the Contract and will not be subject to variation on any account. 9.5 The Bidder shall quote the prices both in figures as well as in words. There should not be any discrepancies between the price indicated in figures and price indicated in words. 9.6 Alternative bids shall not be considered. 9.7 Bidder s quoted prices shall be inclusive of all Taxes and duties (except service tax) in India as well as in country bidder s Country. While making payments the owner shall deduct the works contract tax and income tax at prevailing rates and shall provide a certificate in this regards SERVICE TAX Quoted prices should be inclusive of all taxes and duties except service tax which shall be borne by GAIL in case of foreign bidder. However, bidder shall have to mention the rate of Service Tax in the SOR. 23

24 For Domestic Bidder, the responsibility of payment of Service Tax shall be of the bidder and same shall be reimbursed by GAIL against submission of proof. However, bidder shall have to mention the rate of Service Tax in the SOR. For Foreign Bidder, in case, the bidder is having establishment in India, the responsibility of payment of Service tax shall be of the bidder and same shall be reimbursed by GAIL on production of proof. However, in case bidder is not having any establishment in India, the service tax shall be paid by GAIL. The bidder shall also furnish copy of Service Tax Registration Certificate alongwith the offer, wherever service tax is applicable. Alternatively, bidder shall furnish the same within 01 (one) month from the date of issue of Letter of Acceptance (LOA) or along with first invoice. In case Service Tax is applicable for the tendered work, contractor shall claim the Service Tax indicating rate of abatement / deduction allowed as per Service Tax Act in the first invoice itself. Contractor providing taxable service shall issue an invoice, a bill or as the case may be a challan which is signed, serially numbered and shall contain the following. (a) (b) (c) (d) (e) The name, address and registration no of such person / contractor. The name and address of the person / contractor receiving taxable service. Description, classification and value of taxable service provided Service Tax amount The invoice raised should bear proper Serial No. Payment to service provider for claiming service tax amount will be made provided about formalities are fulfilled. In case of statutory variation in Service Tax during the currency of the Contract, the contractor shall submit a copy of the Government Notification to evidence the rate as applicable on the date of submission of bid and on the date of revision. Claim for payment of Service Tax / Statutory variation in Service Tax, should be raised within 02 (two ) months from the date of issue of Government Notification for payment of differential Service Tax, otherwise claim in respect of above shall not be entertained for payment of arrears BID CURRENCIES 11.1 Indian Bidders may submit bid in any currency (including Indian Rupees) and receive payment in such currencies on par with foreign bidders Currency once quoted will not be allowed to be changed. EMPLOYER shall not be compensating for any exchange rate fluctuation Foreign Bidders may submit bid in the home currency of bidder s country or in US $ or EURO A bidder expecting to incur a portion of his expenditure in the performance of contract in more than one currency and wishing to be paid accordingly shall so indicate 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 BID VALIDITY 12.1 Bids shall be kept valid for 4 months from the final bid due date. A bid valid for a shorter period may be rejected by GAIL as non-responsive In exceptional circumstances, prior to expiry of the original bid validity period, the GAIL may request that the bidders extend the period of validity for a specified additional period. The request and the 24

25 responses thereto shall be made in writing or by fax / . A bidder may refuse the request without forfeiture of his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of its bid security for the period of the extensive and in accordance with Clause 16 in all respects BID SECURITY 13.1 Pursuant to Clause -13.3, the bidder shall furnish a part of his bid, bid security in the amount specified in the Invitation for Bids (IFB) The bid security is required to protect GAIL against the risk of bidder s conduct which would warrant the security s forfeiture, pursuant to Clause If The bid security in US $ for bidders quotation in foreign currency or in Indian Rupees for bidders quoting in Indian Rupees shall be in the form of a Bank Draft / Banker s Cheque / Bank Guarantee. GAIL shall not be liable to pay any bank charges, commission or interest on the amount of Bid Security. In case Bid Security is in the form of Bank Guarantee or irrevocable Letter of Credit, the same shall be from any Indian Schedule Bank or a branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign bank in case of Indian bidder and from any reputed International bank or Indian Schedule Bank in case of foreign bidder. However, in case of Bank Guarantee from banks other than the Nationalized Indian banks, the bank must be commercial bank having net worth in excess of Rs.100 Crores and a declaration to this effect should be made by such commercial bank either in the Bank Guarantee itself or separately on its letterhead. Bid Security shall be valid for 6 months beyond bid due date Any bid not secured in accordance with Clause and 13.3 may be rejected by GAIL as nonresponsive Unsuccessful bidder s bid security will be discharged/returned as promptly as possible, but not later than 30 days after the expiration of the period of bid validity prescribed by GAIL The successful bidder s bid security will be discharged upon the bidder s accepting the award & signing the Agreement, pursuant to Clause-33 to 36 and furnishing the Contract Performance Security pursuant to Clause The Bid security may be forfeited: (a) If a bidder withdraws his bid during the period of bid validity (b) In the case of a successful bidder, if the bidder fails: (i) to accept the Notification of Award/Fax of Intent (FOI) or (ii) to furnish Contract Performance Security in accordance with Clause -37. (iii) to accept arithmetical corrections 13.8 Bid security should be in favour of GAIL (India) Limited and addressed to GAIL. In case Bid Security is in the form of Bank Guarantee or Letter of Credit, the same must indicate the Bid document and the work for which the bidder is quoting. This is essential to have proper co-relation at a later date. The Bid Security shall be in the form provided at F-13 (Bank Guarantee) For Indian Bidders : Central Public Sector Undertaking an firms registered with NSIC under its single point registration scheme are exempted from furnishing bid security provided they are registered for the quoted items up to the monetary limit they intend to quote and subject to their enclosing with their bid a copy of the latest and current Registration Certificate IN CASE AFTER PRICE BID OPENING THE LOWEST EVALUATED BIDDER (L1) IS NOT AWARDED THE JOB FOR ANY MISTAKE COMMITTED BY HIM IN BIDDING OR 25

26 WITHDRAWL OF THE BID OR VARYING ANY TERM IN REGARD THEREOF LEADING TO RE-TENDERING, GAIL SHALL FORFEIT EARNEST MONEY PAID BY THE BIDDER AND SUCH BIDDERS SHALL BE DEBARRED FROM PARTICIPATION IN RE-TENDERING OF THE SAME JOB (S) / ITEM (S) PRE-BID MEETING Pre-Bid meeting shall be held at GAIL, as mentioned in Section-I of tender document FORMAT AND SIGNING OF BID 15.1 The e-bid shall be digitally signed by a person or persons duly authorized to sign on behalf of the bidder. All documents required in the bid document along with the complete bid document (e-tender available on the portal) must be digitally signed authorized persons of the bidder The bid shall contain no alterations, omissions or additions, unless such corrections are initialed by the person or persons signing the bid ZERO DEVIATION 16.1 Deviations to terms and conditions of tender document may lead to rejection of offer. Please note this tender is on zero deviation basis. GAIL will accept offers based on the terms and conditions of tender document only. Bidder may note GAIL will determine the substantial responsiveness of each bid to the bidding documents. For purpose of this, a substantially responsive bid is one which conforms to all terms and conditions of the bidding documents without deviations or reservations GAIL s determination of a bid s responsiveness is based on the content of the bid itself without recourse to extrinsic evidence A bid determined as substantially non-responsive will be rejected by GAIL and may not subsequently be made responsive by bidder by correction of the non-conformity through queries/clarifications or any other means. For seeking clarification, technical and commercial queries (TQ/CQ) may be issued once only to bidders whose bid are prima-facie responsive. Such clarification and the responsive shall be in writing and no change in the price or substance of bid shall be permitted. The substance of the bid includes but not limited to price, delivery/completion, scope, specification etc. thus the bidder is not permitted to submit new documents, new information, withdrawal of deviation etc. which modifies the original submission REJECTION CRITERIA DEVIATION TO THE FOLLOWING CLAUSES OF RFQ SHALL LEAD TO REJECTION OF BID. (i) Firm Price till the completion of the job. (ii) EMD / Bid Bond as mentioned in the tender document. (iii) Scope of Work as per tender document. (iv) Specification as per tender document. (v) Price Schedule as per SOR. (vi) Delivery / Completion Schedule as mentioned in the tender document. (vii) Period of validity of bid. (viii) Price reduction schedule as mentioned in the tender document. (ix) Performance Bank Guarantee /Security deposit as asked in the tender document. (x) Guarantee up to defect liability period. 26

27 (xi) (xii) (xiii) (xiv) (xv) Arbitration / Resolution of disputes as per tender. Force majure as per tender. Applicable laws Signing of Integrity Pact Any other condition specifically mentioned in the tender document elsewhere that noncompliance of the clause lead to rejection of bid. Bidder is requested to fill formats F-1 to F-20 (wherever) and submit along with offer. Further, it is once again reminded not to mention any condition in offer which is contradictory to terms and conditions of tender document EVALUATION METHODOLOGY Bids shall be evaluated on the basis of LOWEST BID (OVER ALL L1) for each Part i.e. Part-A, Part-B and Part-C separately. The entire work shall be finalized on least cost to GAIL, if a bidder happens to be lowest in more than one part and has qualified only for one or more than one of the parts and not all parts, as the case may be. Once certain part (s) awarded to such LI bidder, the bidder ceases to be lowest bidder for the remaining part (s). The award of remaining part (s) on other bidders shall not be considered as award on L2, L3..bidder. Some bidders who have acquired experience as a sub-contractors are also participating in GAIL's tenders. Experience acquired by such bidders as a subcontractor can also be considered for qualifying the experience criteria of BEC provided they submit the following documents in addition to the documents asked anywhere in the tender documents to meet the BEC (mentioned in Section II) of Bid document: a) Copy of work order along with SOR issued by main contractor, b) Copies of Completion Certificates from the end User/ Owner and also from the main contractor. The Completion Certificates shall have details like work order no./date, brief scope of work, ordered & executed value of the job, completion date etc E-PAYMENT GAIL (India) Limited has initiated payments to domestic suppliers and to facilitate the payments electronically, the bidder should have an account preferably with HDFC Bank or ICICI Bank or State Bank of India or any other bank having switched over to core banking or at least having RTGS facility so that the payment through e-banking be made to the bidder, in case work is awarded to him. Further, the bidder should give the details of his bank account in any one of the above banks to facilitate payment through e- banking in case of award of work on him. For foreign bidders payment shall be released through letter of credit. the banking charges shall have to be borne by the bidders AGENT/CONSULTANT/REPRESENTATIVE/RETAINER/ASSOCIATE 18.1 GAIL would prefer to deal directly with the manufactures/principals abroad but in case they decide to have their Agent/Consultant/Representative/Retainer/Associate in India any 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. 27

28 18.2 In the event bidder is having as 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 to GAIL. Such remuneration / commission will be paid by GIAL in nonconvertible Indian currency in India. Should it be established at any subsequent point of time that the above statement of the bidder is no correct or the any other amount of remuneration / commission either in India or abroad is being paid to any on e ( 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. The following particulars will also be furnished by the bidder : (i) The precise relationship between the foreign manufacture / principal and their Agent / Consultant / Representative / Retainer / Associate in India. (ii) (iii) 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. 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 rejected Overseas bidder should send their bids directly and bids send through Agent / Consultant / Representative / Retainer / Associate shall be rejected. Agent / Consultant / Representative / Retainer / Associate of the overseas manufactures / suppliers are, however, permitted to purchase biding documents and attend bid opening provided such as Agent / Consultant / Representative / Retainer / Associate has a power of attorney / lette of authority setting out very clearly his role, which will be limited to such areas of activity as purchase of bidding documents, attending of bid opening and claiming of payment for their services, provided further that such as power of attorney / letter of authority is submitted to GAIL in advanced for scrutiny and acceptance or otherwise The quoted IAC should be inclusive of Service Tax, if applicable. TDS, if any shall be deducted from the payment a certificate in this regard shall be provided. In case service tax is applicable, bidder shall mention their service tax registration no. on their Invoice towards IAC. D. SUBMISSION OF BIDS 19.0 UPLOADING OF BIDS ON E-TENDER PORTAL 19.1 e-bid shall be submitted in the e-tender portal of GAIL meant for submission of e-bids in the following manner in separate space meant for this: Part I Techno-commercial / un-priced Bid (C-folder) Part II Priced Bid (SOR) Part III Original Bid Security (EMD) 19.2 Part I-UNPRICED BID complete with all technical and commercial details other than price (with SOR blanked out) and along with copies all the documents as asked in the bid document and scanned copy of bid security to be hosted on c-folder (public folder) of the e-tender portal Part II-PRICED BID (SOR) shall contain original of Schedule of Rates duly filled in and digitally signed the protected sheet available at SOR on the portal. 28

29 19.4 Part III Bid Security, scanned copy of the same shall be uploaded on the e-tender portal at the place meant for it, however, the original must reach this office within 07 days of bid closing date (i.e. from the date of un priced bid opening) i.e. by , failing which the bid will be rejected irrespective of their status / ranking in the tender and notwithstanding the fact that a copy of EMD was earlier uploaded by the bidder After uploading the three parts of the e-bid, bidders must digitally sign the bids before submission. Bids digitally signed but not submitted properly shall not be reflected as submitted and therefore, shall not be considered and available for evaluation GAIL will assume no responsibility for the Bids not submitted properly / time lost in submission and failed attempt of the bidder (failure on part of the bidder) to submit the bid Each bidder shall submit only one bid. A bidder who submits more than one bid will be rejected DEADLINE FOR SUBMISSION OF BIDS 20.1 Bids must be submitted at the e-tender portal at the address specified in the Invitation for Bids (IFB) not later than the date and time stipulated in the IFB GAIL may, in exceptional circumstances and at its discretion, on giving reasonable notice by fax or any written communication to all prospective bidders who have been invited, extend the deadline for submission of bids, in which case all rights and obligations of GAIL and the bidders, previously subject to the original deadline will thereafter be subject to the deadline as extended LATE BIDS Though, the e-tender portal shall not allow any bidder to submit the e-bid after the due date and time, any request received by GAIL after the deadline for submission of bids prescribed on main body of IFB will be rejected and not entertained MODIFICATION AND WITHDRAWAL OF BIDS 22.1 The bidder may modify or withdraw his bid after the bid submission but before the due date for submission prior to the deadline for submission of bids A withdrawal notice may also be sent by telex or cable, but followed by a signed confirmation copy post marked not later than the deadline for submission of bids No bid shall be modified after the deadline for submission of bids No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the bidder s forfeiture of his bid security pursuant to Sub-Clause E. BID OPENING AND EVALUATION 23.0 BID OPENING 23.1 Un-priced Bid Opening GAIL will open bids, including withdrawals and modifications made pursuant to Clause 22, in the presence of bidders designated representatives who choose to attend, at date, time and location stipulated in the IFB. The bidders representatives, who are present shall sign a bid opening register (attendance sheet) evidencing their attendance. 29

30 23.2 Priced Bid Opening GAIL will open the price bids of those bidders who meet the qualification requirement and whose bids are determined to be technically and commercially responsive. Bidders selected for opening of their price bids shall be informed about the date of price bid opening. Bidders may depute their authorized representative to attend the opening. The bidders representatives, who are present shall sign a register (attendance sheet) evidencing their attendance The price bids of those bidders who were not found to be techno-commercially responsive shall be rejected without opening during opening of the price bids of techno-commercially responsive bidders PROCESS TO BE CONFIDENTIAL Information relation to the examination, clarification, evaluation, and comparison of bids, and recommendations for the award of a contract, shall not be disclosed to bidders or other persons officially concerned with such process. Any effort by a bidder to influence the employer s processing of bids or award decisions may result in the rejection of the bidder s bid CONTACTING THE EMPLOYER 25.1 From the time of bid opening to the time of Contract award, if any bidder wishes to contact the Employer on any matter related to the bid, it should do so in writing Any effort by the bidder to influence the employer in the Employer s bid evaluation, comparison, or Contract award decisions may result in the rejection of the bidder s bid EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 26.1 Prior to the detailed evaluation of bids, the Employer will determine whether each bid (a) meets the Bid Evaluation Criteria (BEC laid down in the tender document); (b) has been digitally signed in a proper way by the Proprietor in case of Proprietor Firm, by any of the Partner in case of Partnership Firm or by an individual having power of attorney; (c) is accompanied by the required securities (BID SECURITY / EMD); (d) is substantially responsive to the requirements of the bidding documents; and (e) provides any clarification and / or substantiation that the Employer may require to determine responsiveness pursuant to Sub-Clause A substantially responsive bid is one which conforms to all the terms, conditions and specifications of the bidding documents without material deviations or reservations. A material deviation or reservation is one (a) that affects in any substantial way the scope, or performance of the Works; (b) that limits in any substantial way inconsistent with the bidding documents, the Employer s rights or the bidder s obligations under the contract; or (c) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids If a bid is not substantially responsive, it will be rejected by the Employer and may not subsequently be made responsive by corrections or withdrawal of the nonconforming deviation or reservation CORRECTION OF ERRORS Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows: (a) where there is a discrepancy between the amounts in words and in figures, the amount in words will govern; and (b) where there is a discrepancy between the unit rate and the total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern. 30

31 28.0 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS 28.1 To facilitate evaluation and comparison, GAIL will convert all bid prices expressed in the amounts in various currencies in which bid price is payable, to Indian Rupees at the Bill Collection selling rates of Foreign Exchange as declared by State Bank of India a day prior to priced bid opening Evaluation and comparison of prices of previously determined substantially responsive bids shall take in account stipulation given in Article EVALUATION AND COMPARISON OF BIDS 29.1 The quoted prices of all the domestic bidders and foreign bidders (after converting their quoted prices in Indian Rupees as per Article no. 31) plus loading for extended stay compensation shall be compared to arrive at the lowest bid in totality 29.2 The offers will be evaluated on lowest offer (L1) basis and job shall be awarded to the lowest (techno commercially acceptable) bidder PREFERENCE FOR DOMESTIC BIDDERS Shall be allowed as per Government Guideline in Vogue PURCHASE PREFERENCE Purchase Preference to Central Government Public Sector Undertakings shall be allowed as per government guidelines in vogue COMPENSATION FOR EXTENDED STAY shall be applicable as per provisions of SCC. F. AWARD OF CONTRACT 33.0 AWARD Subject to Clause 29, GAIL will award the contract to the successful bidder whose bid has been determined to be substantially responsive, as the lowest and to be qualified to satisfactorily perform the contract EMPLOYER S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS GAIL reserves the right to accept or reject any bid, and to annual the bidding process and reject all bids, at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of ground for GAIL s NOTIFICATION OF AWARD 35.1 Prior to the expiration of period of bid validity GAIL will notify the successful bidder (s) in writing by fax, cable or telex to be confirmed in writing, that his bid has been accepted. The notification of award / Fax of Intent will constitute the formation of the Contract Completion Period shall be counted from the date of notification of award / Fax of Intent. The Notification of award will constitute the formation of Contract has been effected pursuant to signing of contract as per Clause 36.0 of ITB Upon the successful bidder s furnishing of contract performance security, pursuant to Clause 37.0 of ITB, GAIL will promptly notify each unsuccessful bidder and will discharge his bid security, pursuant to Clause 13.0 of ITB. 31

32 36.0 SIGNING OF AGREEMENT 36.1 GAIL will award the Contract to the successful bidder, who within 15 days of receipt of the same, shall sign and return the acceptance copy to GAIL The successful bidder shall be required to execute an agreement in the format given in tender on nonjudicial paper of appropriate value (cost of stamp paper shall be borne by contractor) within 15 days of the receipt by him of the Letter of Award. In the event of failure or the part of successful bidder to sign the agreement within above stipulated period. The bid security shall be forfeited and the acceptance of the tender shall be considered as cancelled CONTRACT CUM PERFORMANCE BANK GUARANTEE / SECURITY DEPOSIT 37.1 Within 15 days of the receipt of the notification of award / Fax of Intent from GAIL, the successful bidder shall furnish the contract performance security in accordance with Article 24 of General Conditions of The Contract in the form provided in the bidding documents. The Contract cum Performance Bank Guarantee / Security Deposit shall be in the form of either Banker s Cheque or Demand Draft or Bank Guarantee or Letter of Credit and shall be in the currency of the Contract The contract cum performance Bank Guarantee / Security Deposit shall be for an amount equal to 7.5% of the annualized value of the contract towards faithful performance of the contractual obligations and performance of equipment. This Bank Guarantee/DD/Letter of Credit shall be from any Indian scheduled Bank or a branch of an International bank situated in India and registered with Reserve bank of India as schedule foreign bank. However, in case of bank guarantees from banks other than the Nationalized bank, the bank must be a commercial bank having net worth in excess of Rs. 100 crores and a declaration to this effect should be made by such commercial bank either in the Bank Guarantee itself or separately on its letterhead. This bank guarantee shall be valid for a period as stated in Article-24 OF General Conditions of the Contract Failure of the successful bidder to comply with the requirements of this article shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security of the bid security, in which event GAIL may award the order to the next lowest evaluated bidder or call for new bids CORRUPT OR FRAUDULENT PRACTICES 38.1 GAIL requires that bidders/contractors observe the highest standard of ethics during the execution of contracts. In pursuance of this policy, the Employer. a) defines, for the purpose of this provision, the terms set forth below as follows. (i) corrupt practice means the offering, giving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and (ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Employer, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive level and to deprive the Employer of the benefits of free and open competition. b) will reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. (c ) will declare a firm ineligible and put on holiday, either indefinitely or a for a stated period of time if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a contract. 32

33 ANNEXURE I EXCEPTIONS AND DEVIATIONS Tender no. :GAIL/C&P/JP/12/FL-104/RC/ e-tender REFERENCE No. : SL. NO. REF OF BID DOCUMENT PAGE NO. CLAUSE NO. SUBJECT DEVIATIONS NOTE : Bidders are advised not to stipulate any deviation(s) / condition(s) and to confirm compliance to tender conditions in toto.however, in the event of bidder seeking any deviation(s), the same should be submitted separately for commercial & technical sections strictly as per the format given above, otherwise, the same shall not be considered and it will be presumed that the bidder has accepted all terms & conditions of the tender. SIGNATURE : NAME : BIDDER S NAME : COMPANY SEAL : 33

34 CHECK LIST FOR SUBMISSION OF BID ANNEXURE -II Bidder is requested to fill this check list and ensure that all detail / documents have been furnished as called for in the Bidding Document along with duly filled in, signed & stamped checklist with each copy of the Un-priced bid (Part-I). Please tick the box and ensure compliance : 1.0 EMD of requisite amount is submitted in the form of DD/BG from any scheduled bank as mentioned in IFB, in separate sealed envelop marked Earnest Money Deposit. Submitted in EMD Value : Rs. The form of DD/BG BG No. Dated Valid upto DD No. Dated Drawn on 1.0 Validity of Bank Guarantee towards Earnest Money Deposit enclosed with Techno-commercial Part of your offer (if submitted in the form of BG) is 6 (six) months from the due date of submission of bid i.e. up to Yes / No Valid up to 2.0 Validity of offer is up to four (04) months from the due date of submission of Techno-commercial part i.e. up to Yes / No Valid up to 3.0 Power of Attorney in favour of person who has digitally signed the offer (in stamp paper of appropriate value). Submitted/ not submitted 4.0 Partnership Deed in case of partnership firm and Articles of Association in case of limited company. Submitted/ not submitted 5.0 Exception and Deviation Statement in the proforma enclosed at Annexure I. Submitted/ not submitted 6.0 Copy of the P. F. Registration certificate issued by the P. F. Authorities (in case of domestic bidders). Submitted/ not submitted P. F. No: 34

35 7.0 Copy of the ESI Registration certificate issued by the ESIC (in case of domestic bidders). Submitted/ not submitted ESIC No: 8.0 Original bidding document (e-bid) along with blank (un-priced) copy of price bid (Schedule of Rates) and addendum, if any duly digitally signed. Submitted/ not submitted 9.0 All pages / documents are stamped and digitally signed by the authorized signatory of the bidder: Yes/No 10.0 Please confirm that all tools and tackles shall be provided by you for the job as per the requirement and you will deploy adequate resources for smooth and timely execution of the job. Yes/No 11.0 Integrity Pact duly stamped and signed attached. Yes/No SIGNATURE OF BIDDER NAME OF BIDDER COMPANY SEAL : : : 35

36 VITAL DETAILS (in case of domestic bidders) ANNEXURE-III Bidder to furnish details of Provident Fund (PF) & Employees State Insurance Corporation (ESIC) Registration : 1. PF REGISTRATION NO. : DISTRICT & STATE : 2. ESIC REGISTRATION NO. : DISTRICT & STATE : 3. SERVICE TAX REGISTRATION NO. : DISTRICT & STATE : 4. PAN CARD NO. : DISTRICT & STATE : We hereby confirm that the above PF account is under operation presently and shall be used for all PF & ESIC related activities for the labour engaged by us in the present work (if awarded to us). (SIGNATURE OF BIDDER) 36

37 ANNEXURE-IV Bidder is required to sign the Integrity Pact with GAIL as per format & terms and conditions enclosed with tender. In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection. I COMMITMENTS AND OBLIGATIONS OF THE COUNTERPARTY a) The Counterparty, directly or indirectly (through agent, consultant,advisior etc.), shall not pay any bribe / influence or give undue / unlawful benefit to anyone to gain undue advantage in dealing with GAIL. b) The Counterparty will not engage in collusion of any kind including price fixation etc. with other Counterparts. c) The counterparty will not pass GAIL s confidential information to any third party unless specifically authorized by GAIL in writing. d) The Counterparties shall promote and observe best ethical practices within their respective organizations. e) The counterparty shall inform the Independent External Monitor. i) If it received any demand, directly or indirectly for a bribe / favour or any illegal gratification / payment/ beneifit; ii) If it comes to know to any unethical or illegal payment / benefit; iii) If it makes any payment to any GAIL associate. II VIOLATIONS & CONSEQUENCES: a) If a Counterparty commits a violation of its Commitments and Obligations under the Integrity Pact Programme during bidding process, their entire Earnest Money Deposit / Bid Security, would be forfeited and in addition, they may be blacklisted from the GAIL business in future. b) In case of violation of the Integrity Pact by Counterparty after award of the Contract, GAIL shall be entitled to terminate the contract. GAIL would forfeit the security deposits, encash the bank guarantee(s) and other payments payable to Counterparty in such cases. c) Subject to satisfaction of the Independent External Monitor, GAIL may ban / blacklist / put on holiday and exclude the Counterparty from future dealings until GAIL is satisfied that the Counterparty shall not commit any such violation in future. d) In addition to above, GAIL reserves its right to initiate criminal proceedings against the violating Counterparty, if the allegations by Counterparty are found frivolous, untrue and misleading and may also impose exemplary cost for the same. e) The counterparty will be entitled to claim as determined by the Independent External Monitor, if the above(d) is found incorrect. Independent External Monitors The following three Independent External Monitors (IEM) have been appointed by GAIL, in terms of Integrity Pact (IP) which forms part of GAIL Tenders / Contracts. Dr. A.K. Kundra ( kundraak@gmail.com ) (Profile of Dr. A. K. Kundra Independent External Monitor) Shri S.C. Tripathi ( sctripathi@yahoo.com ) (Profile of Shri S C Tripathi Independent External Monitor) Shri V. K. Gupta ( vinod102000@yahoo.co.in ) (Profile of Shri V.K.Gupta Independent External Monitor) This panel is authorised to examine / consider all references made to it under this tender. The bidder(s), in case of any dispute(s) / complaint(s) pertaining to this tender may raise the issue either with the designated tender issuing officer in GAIL or directly with the IEMs on the panel c/o Chief Vigilance Officer, GAIL ( India) Limited, GAIL Bhawan, 16, BhikaijiCama Place, R.K. Puram, New Delhi

38 INTEGRITY PACT Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after referred to as Principal ). AND. (here-in-after referred to as The Bidder / Contractor ). (Principal and the Bidder / Contractor are here-in-after are referred to individually as Party or collectively as Parties ). PREAMBLE The Principal intends to award under laid down organizational procedures, contract/s for... The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder / s and Contractor / s. In order to achieve these goals, the Principal co-operates with the renowned International Non-Governmental Organization Transparency International (TI). Following TI s national and international experience, the Principal will appoint an Independent compliance with the principles mentioned above. Section 1 Commitments of the Principal 1. The Principal commits itself to take all measures necessary to prevent corruption and to observe the following Principles in this regard:- (i) (ii) (iii) No employee of the Principal, either in person or though family members, including relatives, will in connection with the tender for or the execution of a contract, demand or accept a promise for or accept for him / herself or for a third person, any material or immaterial benefit to which he / she is not legally entitled. The Principal shall, during the tender process treat all Bidders with equity. The Principal undertakes and ensures that before and during the tender process shall provide and share the same information to all Bidders and will not provide to any Bidder confidential / additional information through which one particular Bidder could take an advantage in relation to the tender process or the contract execution. The Principal will exclude from the process all known prejudiced persons. 2. If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions. Section 2 Commitments and Undertaking by the Bidder / Contractor 1. The Bidder / Contractor commits and undertakes to take all measures necessary to prevent malpractices & corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution: 38

39 (i) (ii) (iii) (iv) The Bidder / Contractor undertakes not to, directly or through any other person or firm offer, promise or give or influence to any employee of the Principal associated with the tender process or the execution of the contract or to any other person on their behalf any material or immaterial benefit to which he / she is not legally entitled in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract. The Bidder / Contractor undertakes not to enter into any undisclosed agreement or understanding, whether formal or informal with other Bidders. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other action to restrict competitiveness or to introduce cartelization in the bidding process. The Bidder / Contractor undertakes not to commit any offence under the relevant Anti-corruption Laws of India. Further, the Bidder / Contractor will not use improperly any information or document provided by the Principal as part of the business relationship regarding plans, technical proposals and business details, including information contained or transmitted electronically for the purposes of competition or personal gain and will not pass the information so acquired on to others. The Bidder / Contractor will, when presenting his bid undertakes to disclose any and all payments made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. 2. The Bidder/Contractor will not instigate and allure third persons/ parties to commit offences outlined above or be an accessory to such offences. Section 3 Disqualification from tender process and exclusion from the future contracts If the bidder, before the award of contract, has committed a transgression through a violation of any provisions of Section 2 or in any other form so as to put his reliability or credibility as Bidder into question, the Principal shall be entitled to disqualify, put on holiday or blacklist the Bidder including from the future tender process or to terminate the contract, if already signed on that ground. 1. If Bidder/ contractor has committed a transgression through a violation of any provisions of Section 2 so as to put his reliability or credibility into question, the Principal shall be entitled to exclude including blacklist and put on holiday the Bidder / Contractor from entering into any GAIL future contract tender processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the Principal taking into consideration the full facts and circumstances of each case particularly taking into account the number of transgressions, the position of the transgressors within the company hierarchy of the Bidder and the amount of the damage. The exclusion may be imposed for a minimum period of 6 months and maximum of three years. 2. A transgression is considered to have occurred if the Principal after due consideration of the available evidence, concludes that no reasonable doubt is possible. 39

40 3. The Bidder with its free consent and without any influence agrees and undertakes to respect and uphold the Principal s absolute rights to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice. 4. Subject to the full satisfaction of the Principal, the exclusion of the Bidder / Contractor could be revoked by Principal prematurely if the bidder/ contractor can prove that he has restored / recouped the damage caused by him and has installed a suitable corruption prevention system in his organization. Section 4 Forfeiture of EMD / Security Deposits 1. If the Principal has disqualified the Bidder from the tender process prior to the award in terms of Section 3, and during the execution of the contract, the Principal shall forfeit earnest money deposit/ bid security money, en-cash the bank guarantee including due payments in addition to blacklisting or putting on holiday the bidder and terminating the contract. 2. If the Principal has terminated the contract according to section 3, or if the Principal is entitled to terminate the contract according to section 3, the Principal shall be entitled to demand and recover from the contractor liquidated damages equivalent to Earnest Money Deposit / Security Deposit / Performance Bank Guarantee. 3. The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder / Contractor can prove and establish that the exclusion of the bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder / Contractor shall compensate the Principal only to the extent of the damage in the amount proved. Section 5 Previous transgression 1. The Bidder swears on oath that no previous transgression has occurred during the last three years with any other Company in any country conforming to the TI approach or including with any other Public Sector Enterprise / Undertaking in India that could justify his exclusion from the tender process. 2. If the Bidder makes incorrect statement on this subject,he shall be disqualified from the tender process or the contract, if already awarded, could be liable to be terminated on this ground. 40

41 Section 6 Equal treatment to all Bidders / Contractors / Subcontractors 1. The Bidder/ Contractor undertakes to demand from all its sub-contractors, if any, an undertaking and commitment in conformity with this integrity Pact, and to submit it to the Principal before signing of the contract. 2. The Principal will enter into agreements with similar conditions, as stipulated herein, with all Bidders, Contractors and Sub contractors. 3. The Principal shall disqualify from the tender process all Bidders who do not sign this Pact or violate any of its provisions. Section 7 Criminal charges against violating Bidders / Contractors / Subcontractors If the Principal obtains knowledge of conduct of a Bidder, Contractor or Sub contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the vigilance Office/ Department for initiating appropriate action for above. Section 8 Independent External Monitor / Monitors (Three in number depending on the size of the contract) (To be decided by the Chairperson of the Principal) 1. The Principal appoints competent and credible external independent monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. 2. The Monitor is not subject to any instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal. 3. The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the contractor. The contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Sub-contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder / Contractor / Sub-contractor with confidentiality. 4. The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual 41

42 relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings. 5. As soon as the Monitor notices, or believes to notice, a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action. The monitor can in this regard submit nonbinding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the bidder / contractor to present its case before making its recommendations to the Principal. 6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise, submit proposals for taking corrective measures. 7. Monitor shall be entitled to compensation by the Principal on the same terms & conditions as being extended to / provided to Outside Expert Committee Members of ONGC. 8. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-Corruption laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India. 9. The word Monitor would include both singular and plural. 10. Independent External Monitor shall be required to maintain confidentiality of the information acquired and gathered during their tenure / role as Independent Monitor. Any breach in this regard would be subject to the legal judicial system of India. 11. The Independent External Monitors shall be responsible to oversee the implementation of Integrity Pact Program to prevent corruption, bribes or any other unethical practices in the GAIL. However, Monitor(s) shall be personally and severally be liable for any action or suit brought by Bidder / Contractor / against the Monitor, in case the finding of Independent Monitor is / are found incorrect or biased or prejudiced. 42

43 12. Independent External Monitor(s) shall be required to furnish an Undertaking and shall disclose before taking any assignment that he / she has no interest in the matter or connected with the party (bidder / contractor ) in any manner. Section 9 Pact Duration The provisions of this Pact shall come into effect from the date of signing of this Pact by the both parties. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made / lodged by either party during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by the Chairperson of the Principal. Section 10 Miscellaneous provisions 1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. New Delhi. The Arbitration clause provided in main tender document / contract shall not be applicable for any issue / dispute arising under Integrity Pact. 2. Changes and supplements as well as termination notices, if any, need to be made in writing. Side agreements have not been made. 3. If the Contractor / Bidder is a partnership concern or a consortium, this agreement must be signed by all partners or consortium members. 4. In case any or several of the provisions of this agreement turn out to be void, the remainder of this pact shall remain valid. The parties to this pact however, shall strive to come to an agreement to their original intentions in such a case. (Name & Designation) For the Principal (Name & Designation) For the Bidder / Contractor Place.. Witness 1 :. Date.. Witness 2 :... 43

44 SECTION-V GENERAL CONDITIONS OF CONTRACT [GCC] (Attached separately) 44

45 SECTION-VI SCOPE OF WORK & TECHNICAL SPECIFICATIONS 45

46 1.0 INTRODUCTION: /14/12/10 INCH dia JLPL LPG main pipelines and 8/6/4 spur pipelines have been laid underground to supply LPG to various customers (OMC) such as IOCL, BPC and HPCL in the states of Gujarat and Rajasthan, Haryana, Delhi & UP through a network of approximately 1400 km of pipeline. 1.2 The 16/14/12/10 INCH dia JLPL LPG main pipelines and 8/6/4 spur pipelines have been provided with 3-layer poly-ethylene coating and impressed current cathodic protection (ICCP) system. These pipelines are connected in a common ICCP system from CP station. The impressed current is fed through the CPPSM (Cathodic Protection Voltage Control Modules) units, installed at SV/IPS cum CP stations at an interval of 7-35 Kms and through the TR (Transformer Rectifier) units at terminals/ip stations. The CPPSM units are powered by GRID POWER/TEG (Thermoelectric Generator) and TR units by grid power or some dedicated power source. The CPPSM/TR units are of Canara/ Raychem make (24V/48V, 15A/ 18.5A). 1.3 GAIL carries out the CPL on-off and DCVG survey as per the guidelines of OISD. Last such survey was carried out in the year 2007 for JLPL pipeline. As a routine survey, GAIL intent to do the CPL on-off survey for its 16/14/12/10 INCH dia JLPL LPG main pipelines and 8/6/4 spur pipelines (as per detail mentioned at clause no 2.0 of this section) of approximately 1318 Kms and subsequently the DCVG survey, repair of coating defects. GAIL also intent to do the interference survey along these pipelines, to know the presence of any type of interference which may be due to railway traction/ HT transmission lines/ foreign pipeline crossing/ more than one pipeline in common ROU/ any other utility either crossing or running parallel to the pipeline etc., the effective ness of existing CP system under any interference & remedial measures to mitigate all type of interference encountered along the pipeline. 2.0 PIPELINE DETAILS: Pipelines under scope of this tender are divided into 07 (seven) regions namely Jamnagar, Kandla, Samakhiali, Aburoad, Nasirabad, Mansarampura & Loni. 46

47 TABLE-01: DETAILS OF MAIN PIPELINE Sr. No. P/L Section Diameter Inch 47 Length Km Grade/Thk Operating Press Kg/cm2 01 EOL RIL DT API 5 LX / RIL DT Samakhiali API 5 LX / IOC Kandla- DT Kandla API 5 LX / Hook up point to GAIL s scraper area Hook up point to GAIL s scraper area API 5 L Gr. X / 6.4 mm API 5 L Gr. X / 6.4 mm DT Kandla Samakhiali API 5 LX / DT Kandla Samakhiali API 5 LX / Samakhiali Abu Road API 5 LX / Abu Road - IP2 mm API 5 LX / IP2 (Khinwada) (Khinwada) API 5 LX mm / Nasirabad API 5 LX / Mansarampura IP Loni API 5 LX / Total TABLE-02: DETAILS OF SPUR PIPELINE (Under Part-B) Sr. No P/L Section TOT- 1 To RT IOCL - Ajmer IPS Nasirabad To HPCL IPS Nasirabad To BPCL TOT 2 To RT Sanganer Diameter Inch Length Km Grade/Thk Operating Press Kg/cm2 8 N.B API 5 LX / 6.4 mm N.B. 1.0 API 5 LX / 6.4 mm N.B N.B Loni HPCL 8 N.B Loni BPCL 8 N.B. 2.5 API 5 LX / 6.4 mm API 5 LX / 6.4 mm API 5 LX / 6.4 mm API 5 LX / 6.4 mm Mansarampura-BPCL- RT 4 N.B API 5 LX mm SV 63 to RT, Gurgaon 6 N.B API 5 L X mm Total length 89.1 TOTAL Length: 1414 KMS 3.0 COATING: All the above pipelines have provided with 3-layer poly-ethylene coating. 4.0 CATHODIC PROTECTION SYSTEM: No of CP stations in JLPL as indicated below:

48 a) 18 Nos along 16 MAIN PIPE Lines b) 06 Nos along 14 MAIN PIPE Lines c) 13 Nos along 12 MAIN PIPE Lines d) 03 Nos along 10 MAIN PIPE Lines e) 02 Nos along 8 MAIN PIPE Lines f) 05 Nos along 8 SPUR PIPE Lines g) 02 Nos along 6 MAIN PIPE Lines h) 01 Nos along 4 SPUR PIPE Lines Manual Test Stations for current and potential measurement are installed at: a) Approx. 1.0 km interval in JLPL pipeline. b) All HT overhead power transmission lines of 66 KV and above. c) All railway crossings. d) All road crossings. e) All major river crossings. f) SV//IP//DT/Tap Off/Scrapper/Pumping Station g) Foreign pipeline crossings. - Zinc anodes have been provided for carrier pipes at cased crossing sections of pipeline. - At all above ground insulating joints, surge diverters (type-explosion proof spark gap) have been installed. - External corrosion sensing probes have been installed to monitor the external corrosion rate. - The grounding cells have been provided on the insulation joints with surge diverter. -Two type of anode ground bed configurations are in use: a) Horizontal anode ground bed. b) Deep well type. Titanium (MMO coated) anodes have been provided for both types of anode ground beds. 48

49 5.0 SCOPE OF WORK: 5.1 As a matter of routine, PSP-ON monitoring is being carried out quarterly and monitoring of T.R. unit & CPPSM are carried out weekly and monthly respectively. The scope of work under this contract is to conduct CPL On-Off survey, DCVG survey, Interference survey in 16/14/12/10 INCH dia JLPL LPG main pipelines and 8/6/4 spur pipelines. Subsequently repair of coating defect, recommendation for mitigation of any type of interference observed in above mentioned pipelines is also under the scope of this contract. The objectives of carrying out these surveys are to:- a) Identify the effectiveness of CP system over the entire length of pipeline. b) Identify the under and over protected zones. c) Identify the possibilities of coating disbondment. d) Identify the coating defects including location and sizing. e) Repair of all the coating defects. f) Identify any type of interference along the pipeline including location & remedial measures. g) Identify the any Anodic & Cathodic area h) Mapping of the terrain and other crossings along the survey route. Any current flow that makes the pipe to soil potential more positive with respect to its surrounding is liable to accelerate corrosion. Therefore the pipe to soil potential is used as the basis of assessment where in particular the positive changes in PSP should be looked along the pipeline. 5.2 The scope of work includes but not limited to the following:- a) Locating the pipeline by using a pipe locator. b) Carry out the CPL (ON-OFF) survey at every 01 meter interval along the pipeline by locating the pipeline as per the specified procedure and guidelines by 49

50 providing instrument / equipment, vehicles, manpower and all other resources required to complete the job in all respects. c) To ascertain exact location, size and magnitude of coating defect throughout the periphery of the pipeline by carrying out the DCVG survey at the probable defect locations identified by the CPL survey. CONTRACTOR has to quantify and categorize the coating defects in the terms of severity as Minor/Moderate/Severe and anodic / cathodic in accordance with NACE standard and criteria. d) To rectify all the defects ( Severe/ Moderate/ Minor) by excavating the pipeline (exposing the pipeline surface) as per requirement to repair the defects, removal of defective coatings, cleaning and repairing using coating materials, holiday checking, back filling and restoration and resolving the dispute with the farmers for any compensation. However GAIL will extend the help of the Revenue personnel to the CONTRACTOR in case of any dispute. e) The CONTRACTOR shall carry out CPL on-off survey, DCVG survey, 24 hrs data logging at suspected locations and utility crossings, detailed analysis of existing ICCP system, study of mitigation measures already taken and consultant s recommendations etc. to identifyi) Areas outside the polarized potential criteria. ii) Stray current pick up and discharge locations, iii) Any type of interference which may be due to railway traction/ HT transmission lines/ foreign pipeline crossing/ two or three GAIL s pipelines in common ROU/ any other utility either crossing or running parallel to the pipeline etc., iv) Effectiveness of existing ICCP system and v) To take mitigation measures for all type of interferences to bring the Pipe to Soil Potential in the range of polarized potential of (-) 0.85 Volts to (-) 1.2 Volts or close to it with respect to a standard Cu-CuSo4 reference cell. This potential may be either a direct measurement of the polarized potential, or a 50

51 current applied potential corrected for voltage (IR) drops other than those across the structure/electrolyte boundary. f) The probability of identification of defects will be 80%.In case of mismatch of the reported defects and dig/field verification found more than 20% for a particular pipeline segment the CONTRACTOR has to re-survey the entire segment without any extra cost to GAIL. g) The CONTRACTOR shall mention the Km-chainage, GPS coordinates and the distance of the defects from permanent bench marks for the identification of fault location and to relocate the same in future, if required. h) Preparation of the detailed reports of the entire survey work in tabulation form as well as in graphical form. The soft copy of the reports shall be GIS package / platform compatible. i) Summarizing and analysis of the total data along with recommendations for any adjustment, improvement, modification on the operative ICCP system and remedial measures to be taken for mitigation of encountered interference along pipeline etc. The reports shall be prepared region wise and also contain the coating repair report along with photographs of before and after rectification. j) Mapping of the terrain detail along the pipeline route including minor/major road crossings, minor/major nala crossings, Rly. Crossings, forest, land marks, HT crossings, residential area etc. 6.0 SURVEY PROCEDURE: The CONTRACTOR shall submit a detailed procedure to carry out the CPL on-off survey, DCVG survey & Interference survey along with formats to be used during the surveys, calibration certificates of the equipments to be used for approval prior to starting of work. The procedure qualification will be done at site before commencement of work. During procedure qualification, the CONTRACTOR shall do a sample survey in presence of Engineer in Charge and shall verify the results by excavating the coating defects and only after satisfactory report approved by the EIC, further survey will be allowed. While preparing the procedure the CONTRACTOR shall consider the following guidelines. 51

52 a) The survey work shall be started at least at two regions simultaneously without break till the completion of entire job (except the interval of 2 to 3 days from the completion of work in one region to starting of work in next region for demobilization / mobilization and discussion with EIC/SIC). The coating repair team should be deployed immediately after the completion of the survey of a region. However it shall be the CONTRACTOR s responsibility to complete the entire job within the scheduled completion time, for that region he may deploy more teams with adequate resources. b) The 10 & 8 DT-KANDLA TO SAMAKHIALI PIPELINE, are laid in common ROU. All the pipelines are protected through a common ICCP (Impressed Current Cathodic Protection) system and are bonded at SV/CP stations and test stations. c) Before commencing the CPL on-off survey on a pipeline, CONTRACTOR shall remove all the CP bonding provided at RR/CP stations and test stations along pipeline with other pipeline/s protected through common ICCP system. The CONTRACTOR shall also disconnect all the sacrificial anodes installed along the pipeline under survey if any. d) The CONTRACTOR shall make a necessary & adequate arrangement for the protection of pipeline/s other than pipeline under survey, which required disconnection (if necessary) from the common ICCP system during survey. The CONTRACTOR shall protect the pipeline/s by using sacrificial anodes or by installing current distribution box & cathode junction box or any other suitable scheme. The CONTRACTOR shall submit the above protection scheme in advance for the approval of EIC. e) After completion of survey CONTRACTOR shall restore the ICCP system as original. f) The CONTRACTOR has to remove the bonding between two insulating joints, with foreign pipelines and switch off the CPPSM / TR units of those CP stations which can influence the Pipeline section under survey. The CONTRACTOR shall put the 52

53 CPPSM / TR units in manual mode output control and record following details under existing system operating conditions. (i) DC output voltage (ii) Anode current (iii) Pipe to Soil Potential (PSP) (iv) Target Pipe to Soil Potential g) GAIL has already installed GPS based current interrupter at some of the location (30% of the total CPPSM/ TR unit). However the CONTRACTOR shall install GPS based current interrupter (where the GPS base current interrupter is not available or GAIL s existing current interrupter is not working) and synchronize the current interrupters (04 sec ON & 01 sec OFF) at all ICCP stations of pipeline section under survey. After completion of the survey the same shall be removed by the CONTRACTOR and restore the GAIL s original system. During the installation or during the survey if the GAIL s equipment got damaged due to CONTRACTOR mal-practice/ faulty equipment, the same shall be rectified/replaced by the CONTRACTOR without any cost implication to GAIL. h) Before commencing the survey, the exact route of pipeline shall be located with a pipe locator and marked out by the CONTRACTOR so that survey operator follows the route of the pipeline exactly over the pipeline. i) Measure pipe to soil potential (ON/OFF) and other details at start test point of Pipeline Section and record them in data logger. j) Carryout continuous potential measurements (ON/OFF) by logging (ON/OFF) potential measurement in data loggers at an interval of 01 meters by frog leap/long leap technique over the pre-determined route of pipeline. Also other readings such as foreign line PSP, casing to soil potential, AC voltage shall be recorded at respective locations. k) The survey at river crossings and water crossings shall be carried out with the help of a boat and silver / silver chloride half-cell. 53

54 l) Distance traversed and physical features such as Pipeline route markers, roads, rivers, nalla crossings, HT crossings etc shall be recorded to assist with locating specific areas after processing the data. m) Carryout survey of pipeline starting from one test station and closing at next test station as described above for one pipeline section of the respective region. n) The data collected during survey shall include but not limited to: - Time - Date - Data - Distance - Locations - ON Potentials - OFF (instantaneous) Potentials - Physical route features - C.P power supply parameters - GPS Coordinates of Pipeline Installations i.e. Test Stations, SV/ IP/Terminals/Pumping Stations. o) The data collected shall be transferred to a computer for producing data print outs and plots of the pipe to soil potential profiles immediately following completion of each day's survey. p) After analysis of the data, the probable defect locations shall be identified and the DCVG survey shall be carried out at these locations after consultation with the EIC or SIC for finding the exact size and location of the coating defects. q) The interference survey along pipelines shall be carried out to know the presence of any type of interference which may be due to railway traction/ HT transmission lines/ foreign pipeline crossing/ two or three GAIL s pipelines in common ROU/ any other utility either crossing or running parallel to the this pipeline etc., the effective ness of existing CP system under any interference & remedial measures to mitigate all type 54

55 of interference encountered along the pipeline as per SOR of the tender. Type of interference survey shall include the following but not limited (i) Interference survey at railway crossing or running parallel to GAIL Pipelines:- The scope includes 24 hours data logging of on/on-off PSP changes, changes in the line current / stray current magnitude using high speed high impedance data loggers at various locations(preferably simultaneously) under different conditions, analysis of dynamic stray current, data collection from railways, study the effectiveness of mitigation measures already taken if any and recommend mitigation measures /modification required at existing measures, at the railway crossings or running parallel to GAIL Pipeline. The party shall conduct detailed analytical study to recommend suitable mitigation measures to arrest the deleterious effect of stray current interference from railways, at the railway crossings or along the parallel pipelines route. (ii) Interference survey at foreign pipeline crossing or running parallel with GAIL Pipeline:- The scope includes 24 hours on/on-off PSP data logging using high speed high impedance data loggers at owners as well as foreign pipeline against various conditions, data collection from foreign pipeline operator, GPS interrupted ON-OFF PSP data collection at various locations of stray current pick up/discharge along the pipeline crossing/length and recommend mitigation measures at foreign pipeline crossing or running parallel to GAIL pipeline. (iii) Interference survey at HT crossing or running parallel to GAIL Pipeline: - The scope includes AC/DC Interference Survey, 24 hours data logging, collection of data from SEB, interference analysis and Mitigation at Overhead High Tension Electric line Crossing or running parallel to GAIL pipelines within a corridor of 500m on each side of pipeline including collection of field data of pipeline / electrical system and drawings. The AC corrosion current density on the pipeline should be measured using AC coupon and reference electrode. Coupon and reference cell shall be provided by the contractor for the purpose of AC corrosion measurement for this survey. 55

56 iv) Recommendation for mitigation of interference: - The CONTRACTOR shall submit the recommendations for mitigation measures of all type of interference encountered all along the pipeline with detailed study of - a) Existing ICCP system, b) Utility crossings, c) Parallel running and proximity of utilities like railways and HT lines to pipeline, d) Telluric effect, e) Mitigation measures already taken, f) Vander valde/accs or any reputed NACE CP expert recommendations, r) Results of all the above studies and surveys conducted under this contract are for bringing the PSP in the range of polarized potential of (-) 0.85 to (-) 1.2 or close to it without affecting the pipeline and coating integrity in line with NACE and international standards. s) The recommendations shall be given by any reputed CP expert/ specialist. The cost of hiring CP expert/specialist (traveling, lodging & boarding if required) shall be borne by the Contractor. Field visit of CP expert/ specialist is not envisaged. The number of consultation with the expert shall be at least two (02), one prior to start of Interference survey for finalizing the methodology of survey and second for evaluating the results of survey with draft of mitigation measures. t) The CONTRACTOR in his recommendations for mitigation measures shall submit the detailed drawing, specification, location for installation, quantity required etc. of the mitigation measures and equipments for all type of interference encountered along the pipelines. 7.0 SURVEY EQUIPMENT: The following equipment should be available with each survey team as a minimum requirement:- a) A computerized field data collector (preferably with the printer) with input impedance more than 10M Ohms and adequate level of AC rejection. (M.C.Miller / Cath-tech Hexcorder make only) b) One set of complete DCVG survey equipment. (Only DCVG/ Cath-tech Hexcorder/ Radio detection make only) 56

57 c) Cu/CuSO4 reference electrode sifted to poles (M.C.Miller /Equivalent make) d) Current interrupters (GPS based).accuracy should be compatible with instrumentation used for potential measurements.jr-1 & JR-2 (M.C.Miller/Kriston make). e) Insulated fine wire wound on reels.the resistance of the wire shall exert no significance effect on the pipe to soil potential readings. f) Distance measurer. g) High impedance voltmeter (FLUKE or Equivalent.) h) Pipe locator (Tinker & Razor / Radio detection make only) i) Computer hardware and software for processing and printing the data and profile plots. j) Silver / silver chloride reference electrode. (For river crossing only) k) Holiday detector Range 15 to 25 KV. l) Pipeline Thickness/Coating thickness measurement gauge Note: - All equipment should be calibrated, rugged, weatherproof suitable for the field conditions. 8.0 CRITERION AND INTERPRETATION: 8.1 The CP system installed is being operated to meet the following criterion: a) The ON pipe to soil potential measurements for steel structures in soil shall be between -0.95v to -1.5v with respect to copper /copper sulphate half cell. b) The pipe to soil potential measurements for steel structures in water shall be between -0.85v to -1.2v with respect to silver / silver chloride half cell. c) A minimum polarization shift of 100 mv will indicate adequate levels of cathodic protection to the pipeline. 57

58 d) A positive potential swing of mv and above will indicate the presence of interference. e) The instant OFF PSP measurements shall be between -0.85v to -1.2v with respect to copper /copper sulphate half cell. 8.2 A plot of pipeline is required which shall include the following data: - Time - Data - Distance - Locations - ON Potentials - OFF (instantaneous) Potentials - Physical route features - C.P power supply outputs - Lines representing the limits for protective potential criteria. 8.3 Any areas on the profile that fall outside the selected potential criteria are not being provided with adequate cathodic protection. Interpretation of the pipe to soil potentials shall highlight the following: - Location and size of Coating defects. - Under protected sections of pipe. (Below -0.85V OFF) - Over protected sections of pipeline. (Over -1.2V OFF) - Interference locations (As per finalized methodology) 9.0 ROUTINE CHECKS AND MEASUREMENTS: The CONTRACTOR has to carry out the following routine checks and measurements periodically as per the directions of EIC and its record shall be maintained. (i) Check and record accuracy of reference electrodes daily before start of work. (ii) Check and record output voltage and current of ICCP stations. (iii) Check synchronism of current interrupters as per the manufacturer s recommendation. (iv) Check and confirm potential at local point with reference to potentials of previous measurement points, recorded on field data logger daily before start of survey. 58

59 10.0 REPAIR OF DEFECTS After completion of the survey and analysis of the report the size and location of the defects are to be marked as SEVERE/ MODERATE/ MINOR (AS PER THE CRITERIA MENTIONED IN DCVG MAKE DCVG SURVEY EQUIPMENT MANUAL OR ANY OTHER MUTUALLY AGREED CRITERIA) for each region. All the defects to be verified with probability of detection 80% and rectify all the defects (Severe, Moderate & Minor) by excavating the pipeline (exposing the pipeline surface) as per requirement to repair the defects, removal of defective coatings, cleaning and repairing using coating materials (mentioned in SOR), holiday checking, back filling and restoration and resolving the dispute with the farmers for any compensation. The CONTRACTOR has to do the complete coating repair work and restoration mentioned above and the SOR should be inclusive of all. However GAIL will extend the help of the Revenue personnel to the CONTRACTOR in case of any dispute. For detail please refer clauses hereafter. In case of mismatch of the reported defects and dig verification found more than 20% for particular pipeline segment the CONTRACTOR has to re-survey the entire segment without any extra cost to GAIL. In case the same is still not satisfactory the complete contract can be terminated PROCEDURE FOR COATING REPAIR: The job is to be carried out as per the stage inspection format EXCAVATION & BACKFILLING: Without regard to soil conditions and/ or topography of the ground the trench shall be excavated and finished to the dimensions as directed by the Engineer-In-Charge for earth and rock with a view to expose the pipeline and to provide for sufficient working space for carrying out the work of manual removal of old coat and wrap and wrapping all-round the circumference of pipeline. The actual width and depth of the trench shall be excavated as per the directions of the Site-Engineer/ Engineer-In-Charge so as to enable the free movement while coating with a coating machine by coating gang and enable the gang to freely remove the old coat and wrap, to carry out cleaning, new priming and coating etc. Safety of working person as well as pipeline shall be taken into consideration. The figures indicated in the SOR are only indicative and may vary as per the site conditions. The pipeline excavated length shall be such as to carry out the intended length of coat with required side overlapping to be provided. 59

60 The CONTRACTOR is warned that while excavation job is carried out, the pipeline, which is carrying highly explosive LPG, should not be damaged and chiseling, hammering etc. shall not be allowed on the pipeline surface in any case. The CONTRACTOR shall be responsible for all necessary fire hazards precautions and for taking actions to prevent any damage whatsoever to the pipeline. The CONTRACTOR shall be responsible for taking all preventive measure keeping adequate number of fire extinguishers duly charged and in good working condition near the work site The CONTRACTOR shall provide suitable dewatering arrangement (dewatering pump and generator) in case of water logging in the excavated pit with no financial implication to GAIL The CONTRACTOR shall exercise care to see that the fresh soil recovered from trenching operation intended to be used for backfilling over the laid pipe in the trench is not mixed with loose debris or foreign matter. The excavated earth shall be deposited sufficiently away from the trench sides, in such a manner so as not to collapse on the trench sides and also not to obstruct other operations Maximum unsupported length of pipeline shall not exceed 10 Meter. If the same exceed 10 Meter, the CONTRACTOR has to provide support at every 6-8 Meter. with gunny bags, sand bags, wooden support etc In most of the Sectionalizing Valve stations (SV)/ Intermediate Pigging/Pumping (IP), PCC/ concreting has been done, in case of any coating defect in those areas the same has to excavated by dismantling the PCC/concreting WITNESSING BY EIC/SIC: The EIC/SIC of the respective region will witness the defects with respect to the reported one of that of survey and accordingly the report will be signed jointly by the CONTRACTOR and the EIC/SIC. The defected area of the coating to be photographed with proper numbering of the defects and the copy of the same should be a part of the final report COATING REPAIR USING COLD APPLIED TAPES: [A] SURFACE PREPARATION a) The old /damaged coating shall be totally removed carefully with scrappers. 60

61 b) After the coating is removed the pipe surface shall be prepared by wire brush/ /emery paper/scrappers etc. or a combination of all above with full removal of loose paint, coating, rust, oil, grease, dirt etc. to the satisfaction of EIC/SIC. [B] APPLICATION OF PRIMER a) Priming shall be carried within immediately after cleaning/ surface preparation of the pipeline. Before applying the primer, the pipe surface shall be cleaned with a clean cloth ensuring that the surface is free from dust particles. b) Stir the Primer in its original container and apply a uniform coat of primer to the cleaned surface of the pipeline (and where applicable to the adjacent mill coating) with a good quality paint brush. Consumption of the primer is approx. 0.2 Liters per SQM of surface c) Allow the primer to dry for 30 minutes. During drying time of the primer, enough precaution must be taken to ensure that no dust particles are falling on the fresh primed surface. d) Thumb-Test is to be done and if found ok. Wrapping may be started within 08 (eight) hours of application of primer. [C] WRAPPING a) Inner Wrap: Wrap Densolene tape AS39P with hand wrapping machine Densomat 1 under proper tension and without wrinkles spirally around the pipe into the sticky primer with grey side of the tape facing the steel surface and with a 50 % overlap. Remove interleaving during application. The wrapping shall start and finish to give 50mm overlap on to the adjoining factory applied coating. b) Outer wrap: Wrap the Densolene tape R20HT with the wrapping machine under proper tension and without wrinkles spirally around the pipe with butyl adhesive facing the inner wrap with a minimum of 50% overlap. Ensure that the outer wrap completely covers the inner wrap. 61

62 c) The cold applied tapes shall be kept in shade and the coated pipeline section shall also be protected from direct sunlight by using tarpolene / polythene sheet/ gunny bags filled with soil, if not backfilled immediately. [D] FOR TEES/ BENDS: a) Cut the inner wrap in 50mm width and apply in small pieces of length (as required) manually with 50% overlap and with good tension. b) Apply the outer wrap in similar manner and two cross strips of outer wrap on the final outer wrap as shown in the FIG attached. [E] FOR IMPULSE LINES FOR ACTUATOR a) Surface preparation is to be done as detailed above. b) Primer application to be done as detailed above. c) Wrapping to be done as detailed above manually only. d) Underground Valves to be painted with Coaltar epoxy (02 coats) Note: -The cold tape materials, primer for the application will be provided by GAIL as free issue materials, however consumable like brush for primer application, wire brush, roller, emery paper, scrappers, cloth for cleaning etc. are in the scope of CONTRACTOR COATING REPAIR USING PERP: [A] SURFACE PREPARATION: a) The loose /damaged coating shall be totally removed carefully with scrappers. b) After the coating is removed, clean the pipe surface and 50mm of adjacent mill coating using hand brush/emery paper/ scrappers. [B] PERP-PATCH APPLICATION: a) Measure the holiday and cut PERP patch from the PERP roll considering minimum 50 mm overlapping from all sides. b) Round off the edges of the PERP Patch. c) Pre-heat the entire repair area to approx Deg. C, 62

63 d) Apply the filler mastic to fill the holiday then heat the mastic and smooth it down with a paint scrapper. e) The adhesive side of PERP Patch shall be flame brushed until the adhesive becomes glossy. f) Apply the pre-cut PERP patch over the damaged area and heat until the adhesive melts roll out. g) Complete the installation by smoothing with gloved hand or roller to avoid air entrapments. h) Repeat the post heating and smoothing operation three times. i) Note: The mastic & perp materials will be provided by GAIL as free issue materials, however consumable like brush, wire brush, roller, emery paper, scrappers, cloth for cleaning etc. are in the scope of CONTRACTOR HOLIDAY TESTING Test the coated surface with a holiday detector at 20KV for any imperfections. The test probe of the holiday detector must touch the surface of the wrapping. The Holiday Detector machine will of contractor and testing has to done in the presence of GAIL personnel The repaired coating area to be photographed with proper numbering of the defects and the copy of the same should be a part of the final report SURVEY REPORTS: A) PREPRATION OF REPORTS:- Upon completion of the survey work for a particular region, the CONTRACTOR shall prepare survey reports as under, which shall include the following but not limited:- - Date - Data - Distance - Locations - ON Potentials - OFF (instantaneous) Potentials - Physical route features - C.P power supply parameters - Location and quantification of coating defects as per DCVG survey. - Locations of under protected pipeline sections. 63

64 - Locations of over protected pipeline sections. - Locations of any Interference along pipeline - Analysis and Proposed remedial measures - Terrain mapping -GPS Coordinates of Pipeline Installations i.e. Test Stations, SV/IP/Terminals/Compressor Stations - The dig verification report (Probability of detection) - Coating Repair report along with photograph (before and after repair) The final report shall include the following but not limited - Survey procedures - Region wise summary of work done that includes date of start & end, TR/CPPSM parameters, current density calculation, length of pipeline surveyed, number of defect found along with their size & location, number of defect repaired along with photos, length of pipeline under protected, length of pipeline over protected, - Locations of interference - Observations & recommendations. B) SUBMISSION OF REPORTS:- The CONTRACTOR shall submita) One (01) set of daily and weekly progress reports every week along with schedule for next week to respective region. b) Two (03) sets of CPL on-off survey, DCVG survey, Interference survey and repair of coating defects along with photograph (before and after repair) reports in a hard binding and two (03) sets in the form of CD, one at respective region and one at. Six (06) sets of final report of the complete work in a hard binding along with six (06) sets of soft copies in the form of CD to be submitted to Pipeline head quarter. The soft copies of final report shall be GIS package / platform compatible alongwith supply of the licensed copy of the operating S/W for multiuser application in the name of GAIL, if not supported with the WINDOWS operating system. 64

65 PIPELINE LAYOUT FOR JAMNAGAR-LONI PIPELINE 65

GAIL (India) Limited Jamnagar

GAIL (India) Limited Jamnagar TENDER DOCUMENT FOR ANNUAL RATE CONTRACT (ARC) FOR OPERATION AND MAINTENANCE OF RIL DT, JAMNAGAR & EOL DT, VADINAR, SV STATIONS AND PIPELINE UNDER GAIL, JAMNAGAR O&M BASE. 1 IMPORTANT INSTRUCTIONS PLEASE

More information

E-TENDER DOCUMENT E-TENDER NO. GAIL / NCR / C&P/ 2011/47 FOR

E-TENDER DOCUMENT E-TENDER NO. GAIL / NCR / C&P/ 2011/47 FOR NCR GAS-O&M BS&G BUILDING 16, Mahatma Gandhi MARG, I.P.Estate, Ring Road, New Delhi-110002 E-TENDER DOCUMENT E-TENDER NO. GAIL / NCR / C&P/ 2011/47 FOR Annual Rate Contract for Technical Maintenance services,

More information

INTERNATIONAL COMPETITIVE BIDDING [THROUGH E-TENDERING]

INTERNATIONAL COMPETITIVE BIDDING [THROUGH E-TENDERING] GAIL (India) Limited (A Navaratna Company) P.O. GAIL COMPLEX VIJAIPUR - 473 112 DISTT: GUNA (MP) - (INDIA) INTERNATIONAL COMPETITIVE BIDDING [THROUGH E-TENDERING] TENDER NO: GAIL/VH/11/I001/PIPELINE (E-TENDER

More information

GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd)

GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd) GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd) Tender for Appointment of Internal Auditor for GAIL GAS. Under Limited Domestic Bidding through E-Tendering E-Tender No: 6000000624 BIDDING

More information

a) Bidding Document No. : A096/T-205/10-11/RKS/19 (Corresponding e-tender no ) b) Bidding Document on : From to

a) Bidding Document No. : A096/T-205/10-11/RKS/19 (Corresponding e-tender no ) b) Bidding Document on : From to GAIL INDIA LTD.. INVITATION FOR BIDS (IFB) FOR CATHODIC PROTECTION SYSTEM WORKS FOR GAIL PETROCHEMICAL COMPLEX-II, PATA (U.P.) (BIDDING DOCUMENT NO. A096/T-205/10-11/RKS/19) (INTERNATIONAL COMPETITIVE

More information

GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd)

GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd) GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd) Engineering and Project Management Consultancy Services for CGD Project at Dewas, Kota, Sonipat & Meerut. Under Open Domestic Bidding through

More information

TENDER FOR VALUATION OF GAIL ASSETS TENDER NO: GAIL/ND/C&P/F&A/ /S-51/2013. (E-Tender No )

TENDER FOR VALUATION OF GAIL ASSETS TENDER NO: GAIL/ND/C&P/F&A/ /S-51/2013. (E-Tender No ) ग ल (इ डय ) ल मट ड GAIL (INDIA) LIMITED GAIL (India) Limited 16, BHIKAIJI CAMA PLACE, R K PURAM, NEW DELHI-110066 INDIA TENDER DOCUMENT FOR VALUATION OF GAIL ASSETS TENDER NO.: GAIL/ND/C&P/F&A/20045037/S-51/2013

More information

MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL)

MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL) MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL) CNG & CITY GAS DISTRIBUTION PROJECT FOR PUNE BID DOCUMENT FOR RATE CONTRACT FOR THE PERIOD OF 2 YEARS FOR HIRING OF SUPPORT SERVICES

More information

2.2 TIME SCHEDULE: 20 (Twenty) months from the date of issue of Fax of Acceptance. 3.0 SALIENT FEATURES OF BIDDING DOCUMENT

2.2 TIME SCHEDULE: 20 (Twenty) months from the date of issue of Fax of Acceptance. 3.0 SALIENT FEATURES OF BIDDING DOCUMENT GAIL INDIA LTD.. INVITATION FOR BIDS (IFB) FOR COOLING TOWER AND COOLING WATER TREATMENT PLANT FOR GAIL PETROCHEMICAL COMPLEX-II, PATA(U.P.) (BIDDING DOCUMENT NO. A096/T-157/10-11/RKS/15) (DOMESTIC COMPETITIVE

More information

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED:

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED: 1. Part-I, Commercial, 2. Part-I, Commercial, 3. Part-I, Commercial, 5 of 6.2 M The Effective Date of Contract shall be the date of issuance of LOI (Letter of Intent) by the Owner. 7 of 9.1.1 M Bids must

More information

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

Technical Enhancements and New Reports Development. For PM Module of SAP PM01 Technical Enhancements and New Reports Development For PM Module of SAP PM01 NOTICE OF INVITATIONS TO TENDERER (NIT) CONTENTS S.No. DESCRIPTION PAGE NO. NOTICE INVITING TENDER 1. Name of Work 3 2. Qualification

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

at 13:30 hrs

at 13:30 hrs HINDUSTAN AERONAUTICS LIMITED AEROSPACE DIVISION, BANGALORE COMPLEX PB No 7502, NEW THIPPASANDRA POST BANGALORE-560075 E-Mail : maint.aerospace@hal-india.com Web : www.hal-india.com Phone: 0091-080-22315550/551/556

More information

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR Transportation of free textbooks and exercise books from Balbharti godown to block level in Maharashtra

More information

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS PART II TECHNICAL SECTION CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS ( INTERNATIONALCOMPETITIVE BIDDING) FOR CENTRIFUGAL FEED PUMPS (77-G101 A/B) CHENNAI

More information

NOTICE INVITING e-tender (NIT)

NOTICE INVITING e-tender (NIT) NOTICE INVITING e-tender (NIT) 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites open tenders from eligible applicants, who fulfill qualification criteria as stipulated in

More information

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION MAHARASHTRA ELECTRICITY REGULATORY COMMISSION REQUEST FOR PROPOSAL E-TENDER FOR EMPANELMENT OF SUPPLIER - FOR SUPPLY OF STATIONERY ITEMS, PRINTING & BINDING WORKS IN MAAHRASHTRA ELECTRICITY REGULATORY

More information

MAHARASHTRA NATURAL GAS L TD (A joint venture of GAIL(India) Ltd & BPCL)

MAHARASHTRA NATURAL GAS L TD (A joint venture of GAIL(India) Ltd & BPCL) GAS L TD (A joint venture of GAIL(India) Ltd & BPCL) CNG & CITY GAS DISTRIBUTION PROJECT FOR PUNE BID DOCUMENT FOR Development & Implementation of Dynamic Web Application, Hosting & AMC for UNDER LIMITED

More information

Document Download Start Date & time (e-tender) Lac at Hrs

Document Download Start Date & time (e-tender) Lac at Hrs Tender Reference Broad Head of Material Estimated Value (in Rs.) P-55/2016-17/PC-III 11 KV HT AB Cable 3X120+1X125 sq. mm Document Download Start Date & time (e-tender) 51.04 Lac 23.03.2017 at 14.00 Hrs

More information

STANDARD BIDDING DOCUMENT (SBD)

STANDARD BIDDING DOCUMENT (SBD) STANDARD BIDDING DOCUMENT (SBD) DESIGN, SUPPLY & INSTALLATION OF PLANT & EQUIPMENT (TURNKEY BASIS) STEEL AUTHORITY OF INDIA LIMITED May 2009 Instructions to Bidders (ITB) Form of Contract Agreement with

More information

for SUPPLY OF HP TONER CARTRIDGE

for SUPPLY OF HP TONER CARTRIDGE SHORT TERM TENDER for SUPPLY OF HP TONER CARTRIDGE Tender no. SPIC/2015/29897/A Date: 24/09/2015 Society for Promotion of Information Technology in Chandigarh ( Under the aegis of Department of Information

More information

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

MANGALORE REFINERY AND PETROCHEMICALS LIMITED NOTICE INVITATION FOR BIDS (IFB) FOR CAPACITY PLATFORMER-2 / CCR-2 / PSA-2 / AT MANGALURU, KARNATAKA Tenders are invited by L&T-Chiyoda Limited, Vadodara (LTC), for and on behalf of M/s Mangalore Refinery

More information

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi -682302 Ref No. P&CS/J14/12055 dated 25.05.2012 TENDER NOTICE Sealed Tenders are invited in two part system (Part

More information

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work INDIAN OIL CORPORATION LIMITED (REFINERIES DIVISION HEAD QUARTERS) (New Delhi) (Regd. Office : G-9, Ali Yavar Jung Marg, Bandra (East) Mumbai-400051 (India) CIN - L23201MH1959GOI011388) NOTICE INVITING

More information

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015 NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders, in Two Bid System, from eligible

More information

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/RS/04/2017 Date: 17.07.2017 Sub: Invitation of sealed quotation for Supply, Installation, Testing & Commissioning

More information

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata 700 001. OIL INDIA LIMITED invites indigenous competitive bid through its e-procurement portal https://etender.srm.oilindia.in/irj/portal

More information

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE (Autonomous Institution of DSIR, Ministry of Science & Technology) 2 nd Floor, Core IV-B,

More information

TENDER DOCUMENT TENDER NO. GAIL/KCS/C&P/13/73/ /PIPELINE DT

TENDER DOCUMENT TENDER NO. GAIL/KCS/C&P/13/73/ /PIPELINE DT GAIL Complex, Sanwer Road, Nana Kheda UJJAIN - (M.P) 456010 TENDER DOCUMENT TENDER NO. GAIL/KCS/C&P/13/73/ 3300047370 /PIPELINE DT. 22.08.2012 NAME OF WORK:- IRC for Pipeline Maintenance under JIPPL BID

More information

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE Tel : 0832-2285381,2284678 & 679, Fax : 0832 2285649 STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE Tender Enquiry No. 3(2)/Ani.Sci./AICRP-ADMAS/2016-17-Stores Dated: 12.01.2017 (Last Date for Submission

More information

NIT for Tender No. GCO 8524 P19

NIT for Tender No. GCO 8524 P19 NIT for Tender No. GCO 8524 P19 Oil India Limited, a Government of India Enterprise intends to hiring of services for upkeepment of coating material store and handling of materials located at PS-4, SEKONI,

More information

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY ThyssenKrupp Industrial Solutions (India) INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY BS-IV PROJECT REQUEST FOR QUOTATION (RFQ) / NOTICE INVITING TENDER (NIT) FOR 50/5T DOUBLE GIRDER EOT CRANE WITH

More information

NIT FOR TENDER NO. CGI 0949 P19

NIT FOR TENDER NO. CGI 0949 P19 NIT FOR TENDER NO. CGI 0949 P19 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: ellora@oilindia.in E-Tender OIL INDIA

More information

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED NIT No.:- DMRC/GM(S&T)/NIT/2015-16/A-33, dated 04.01.2016 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open

More information

NOTICE INVITING TENDER (e-tender)

NOTICE INVITING TENDER (e-tender) NOTICE INVITING TENDER (e-tender) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders (Single Packet System) from eligible applicants, who fulfil qualification criteria

More information

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED 1.1.1 NIT No.: DMRC/GM(S&T)/NIT/2015-16/T-21, dated 18.12.2015 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open

More information

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. NIT for Tender No. GCO 8770 P19 Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. Tender No GCO 8770 P19 Service Description Services of maintaining OIL'S

More information

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016 त र सनब स क द ल ल 92 Gram: CENBOSEC, Delhi-92 Email:cbsedli@nda.vsnl.net.in Website: www.cbse.nic.in CENTRAL BOARD OF SECONDARY EDUCATION (An Autonomous Organization under the Union Ministry of Human Resource

More information

Ref. No. P&S/F.2/OR/198/ Date:

Ref. No. P&S/F.2/OR/198/ Date: Corporation Bank (A Premier Public Sector Bank) Printing & Stationery Division 8th Cross, Gandhi Nagar, Near Lady Hill Circle Mangaluru 575 003 (Karnataka) Phone: 0824-2453015/ 2454007; FAX: 0824-2456298

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) 1.1 GENERAL NOTICE INVITING TENDER (NIT) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders on Local Competitive Basis (LCB) from all countries and all areas, who fulfil

More information

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD. FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD. VISAKH REFINERY Tender no.: 17000124-HD-46009 IMPORTANT: Please note that this is an e-public

More information

CPP Portal Tender ID: 2017_DoPTG_246667_1

CPP Portal Tender ID: 2017_DoPTG_246667_1 F.No. D-141/PS/e-ten/06/DS/17-18 Minto Road, New Delhi Dated: 18/09/2017 E-Tender Notice CPP Portal Tender ID: 2017_DoPTG_246667_1 Sub: Invitation of e-tender Enquiry for Annual Rate Contract of Digital

More information

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B NOTICE INVITING TENDER No. NIT/02/2015-16/DMRC/CPM-2/PM2B 1.1 GENERAL 1.1.1 Name of Work : Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e -tenders from eligible applicants, who fulfill qualification

More information

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019 TENDER NOTIFICATION NO. SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 12 NOS. OF X-RAY BAGGAGE MACHINE WITH COMPREHENSIVE ANNUAL MAINTAINANCE CONTRAT (CAMC) OF 10 YEARS INCLUDING 2 YEARS OF DEFECT

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( ) Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy (2009-14) PREQUALIFICATION CUM TENDER NOTICE FOR CONSULTANT FOR AVAILING DUTY CREDIT SCRIP UNDER FOREIGN

More information

GAIL (India) Ltd. (A Govt. of India Undertaking)

GAIL (India) Ltd. (A Govt. of India Undertaking) GAIL (India) Ltd. (A Govt. of India Undertaking) R e q u e s t f o r Q u o t a t i o n REF : GAIL/PATA/C&P/PSER/20009742/SR (CHEM/HDPE) 11/12/2006 M/S. SUB: SERVICE CONTRACT FOR CHEMICAL & MATERIAL HANDLING

More information

CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01

CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01 CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01 ISO certification as per the requirements of the ISO 50001:2011 for 49 stations and 3 depot on Line 2, 5, 6 and 7 TENDER DOCUMENTS DELHI METRO RAIL CORPORATION

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park. NOTICE INVITING SINGLE TENDER (E-Tender) DELHI METRO RAIL CORPORATION LIMITED NIT No.:- NIT/51/GM(S&T)/2016, dated 29.09.2016 (from OEM authorized Vendors) 1.1.1 Name of Work: Delhi Metro Rail Corporation

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808613 FAX NO: (91-374) 2800533 Email: material@oilindia.in;erp_mm@oilindia.in TENDER NO.

More information

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/RS/07/2017 Date: 01.09.2017 Sub: Invitation of sealed quotation for Supply of Ultra Sonic Bird Repeller

More information

E-TENDER NO. CDI8683P16 OIL INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) P.O. DULIAJAN , ASSAM E-TENDER NOTICE

E-TENDER NO. CDI8683P16 OIL INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) P.O. DULIAJAN , ASSAM E-TENDER NOTICE OIL INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) P.O. DULIAJAN-786602, ASSAM E-TENDER NOTICE OIL INDIA LIMITED (OIL) invites Bids from experienced Service Providers through its E- procurement portal https://etender.srm.oilindia.in/irj/portal

More information

GAIL (INDIA) LIMITED

GAIL (INDIA) LIMITED GAIL (INDIA) LIMITED GAIL Complex, Vijaipur Distt. Guna, Madhya Pradesh- 473112 EXPRESS OF INTEREST FOR LEASING OF HOT TAPPING MACHINE AND THEIR ACCESSORIES ON LONG TERM BASIS EOI DOCUMENT NO : GAIL/VJPR/PL/EOI/2018-19/01

More information

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4 Special repair Works in Line-3 and Line-4 CONTRACT NO: CCW-231/2014 Special repair Works in Line-3 and Line-4 Notice Inviting Tender (NIT) Instructions to Tenderer (ITT) General Conditions of Contract

More information

BHARAT PETROLEUM CORPORATION LIMITED CHAIRMAN'S OFFICE, BHARAT BHAVAN, 4 & 6 CURRIMBHOY ROAD, BALLARD ESTATE, MUMBAI LIMITED TENDER

BHARAT PETROLEUM CORPORATION LIMITED CHAIRMAN'S OFFICE, BHARAT BHAVAN, 4 & 6 CURRIMBHOY ROAD, BALLARD ESTATE, MUMBAI LIMITED TENDER BHARAT PETROLEUM CORPORATION LIMITED CHAIRMAN'S OFFICE, BHARAT BHAVAN, 4 & 6 CURRIMBHOY ROAD, BALLARD ESTATE, MUMBAI-400001 LIMITED TENDER Hiring of digital media agency for digital marketing of Happy

More information

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX: 1 Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata 700 088 Phone: 033 2401 5602, FAX: 033 2401 4081 Notice Inviting Tender Tender no: WML / NIT / 12 / 2015 Dated:

More information

NIT for Tender No. CGI 9352P19

NIT for Tender No. CGI 9352P19 NIT for Tender No. CGI 9352P19 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: ellora@oilindia.in E-Tender OIL INDIA

More information

MULTI-YEAR MAINTENANCE PROGRAM (MMP) FOR GAS TURBINES AT BPCL-MUMBAI REFINERY, BPCL- KOCHI REFINERY AND NUMALIGARH REFINERY

MULTI-YEAR MAINTENANCE PROGRAM (MMP) FOR GAS TURBINES AT BPCL-MUMBAI REFINERY, BPCL- KOCHI REFINERY AND NUMALIGARH REFINERY BHARAT PETROLEUM CORPORATION LIMITED, CPO-REFINERIES MAHUL REFINERY, MAHUL, MUMBAI- 400 074. CRFQ NO. 1000248288 BHARAT PETROLEUM CORPORATION LTD (REFINERIES DIVISION) MUMBAI CENTRAL PROCUREMENT ORGANISATION-REFINERIES

More information

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise Name of Work: Tender Ref.No: NNTPP/ Civil/PTE/ T.No: 014/2017. Dt: 12.07.2017 एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

More information

INDIAN INSTITUTE OF SCIENCE BENGALURU

INDIAN INSTITUTE OF SCIENCE BENGALURU INDIAN INSTITUTE OF SCIENCE 30.09.2015 NOTICE INVITING TENDER The Registrar, Indian Institute of Science, Bengaluru invites sealed tenders in Two Bid System (Technical bid and Price bid) from reputed,

More information

E - Tender. For. Procurement of Microsoft/ Adobe Product License for Export-Import Bank of India. Tender Reference No: IT/EXIM/RFP/ /017

E - Tender. For. Procurement of Microsoft/ Adobe Product License for Export-Import Bank of India. Tender Reference No: IT/EXIM/RFP/ /017 E - Tender For Procurement of Microsoft/ Adobe Product License for Export-Import Bank of India Tender Reference No: IT/EXIM/RFP/2016-17/017 Ph: 022-22172410 E-Mail: dharmendra@eximbankindia.in Head Office:

More information

TENDER NO. SSG7289P16 DATE: INVITATION TO e-bid UNDER OPEN TWO BID SYSTEM

TENDER NO. SSG7289P16 DATE: INVITATION TO e-bid UNDER OPEN TWO BID SYSTEM P.O. Duliajan -786602 TELEPHONE NO. (91-374) 2800491 FAX NO: (91-374) 2800533 EMAIL: mmfs1@oilindia.in; erp_mm@oilindia.in TENDER NO. SSG7289P16 DATE: 25.05.2015 Dear Sirs, INVITATION TO e-bid UNDER OPEN

More information

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE FM/NEP/INT/16/17-18 HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE Date:31.01.18 Online E-tenders are invited in Two-Bid System for

More information

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS

More information

GAIL (India) Ltd. (A Govt. of India Undertaking)

GAIL (India) Ltd. (A Govt. of India Undertaking) GAIL (India) Ltd. (A Govt. of India Undertaking) L e t t e r I n v i t i n g T e n d e r Ref No.: GAIL/PATA/C&P/20010361/LK/06 Date: 06/12/2006 To, GAIL WEBSITE VENDOR INDIA Vendor Code : 101019938 SUBJECT:

More information

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : : 1.0 INTRODUCTION: BIDDING DOC. NO. B215-000-MN-81-41-CE-T-8003 (DOMESTIC COMPETITIVE BIDDING) E-Tendering 1.1 M/s Assam Bio Refinery Pvt. Ltd. (ABRPL) is a joint venture company of M/s Chempolis Oy of

More information

Oil India Limited (A Govt. of India Enterprise)

Oil India Limited (A Govt. of India Enterprise) Oil India Limited (A Govt. of India Enterprise) P.O. DULIAJAN, DIST. DIBRUGARH, ASSAM E-mail : matspofd@oilindia.in FAX : 0374 2800533 TEL : 0374 2800491 Tender No& Date : SDG 5404 P12 Dated 20.03.2012

More information

CRFQ No E - TENDER No. : 16507

CRFQ No E - TENDER No. : 16507 INSTRUCTIONS TO BIDDER 1. Competitive offers are invited in two-part bid- Bid Qualification Cum Techno Commercial Bid and Price Bid - from eligible bidders. We shall be glad to receive your lowest quotation

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida 201 309 QUOTATION FOR 2KVA UPS Ref: ICSI/PC-2017/RFQ-2706 Date: March 22, 2018 Sealed Quotations are invited for Supply of 2KVA UPS (Microtek/Luminous/APC/Emerson brand)

More information

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media Tender Document No.-DMRC/PB/41730026/DM Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media NOTICE INVITING TENDER 2.0 The two proposed Metro stations for inside

More information

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS TAMIL NADU POWER FINANCE and INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED.(PowerFin) SPECIFICATION No: PowerFin CRA/2012-13 TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT

More information

8. Reverse auction will be conducted on scheduled date & time.

8. Reverse auction will be conducted on scheduled date & time. Reverse Auction Terms & Conditions Annexure - I Page 1 of 2 Against this enquiry for the subject item/ system with detailed scope of supply as per enquiry specifications, BHEL may resort to REVERSE AUCTION

More information

(A statutory body of Govt of Kerala)

(A statutory body of Govt of Kerala) KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala) KINFRA HOUSE, TC 31/2312, Sasthamangalam, Thiruvananthapuram -695 010 Tel: 0471-2726585 Fax: 0471-2724773

More information

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company ) E-Procurement NOTICE INVITING TENDERS (e-nit) Sealed E-tenders from reputed and experienced firms are invited in two-bid system for Provision of Printing Facility Inside HSL. 1 Tender Number OS/998/Printing/147/2017

More information

LIMITED DOMESTIC COMPETITIVE BIDDING BID DOCUMENT FOR. Hiring of Pest, Rodent, Reptile Control Services for Pipeline Installations of DBPL

LIMITED DOMESTIC COMPETITIVE BIDDING BID DOCUMENT FOR. Hiring of Pest, Rodent, Reptile Control Services for Pipeline Installations of DBPL GAIL (India) Limited (A Government of India Undertaking) A Maharatna Company Corporate Miller, 2 nd Floor, 332/1, Thimmaiah Road, Vasanthnagar, Bangalore 560 052 BID DOCUMENT FOR Hiring of Pest, Rodent,

More information

MAHARASHTRA NATURAL GAS LTD, PUNE (JV of GAIL (India) Ltd & BPCL)

MAHARASHTRA NATURAL GAS LTD, PUNE (JV of GAIL (India) Ltd & BPCL) NATURAL GAS LTD, PUNE (JV of GAIL (India) Ltd & BPCL) BID DOCUMENT FOR Supply of Laptops, Supply & Installation of MS Office & Quick Heal Antivirus in Laptops / Desktops at various offices of MNGL, Pune

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida 201 309 QUOTATION FOR OPENSTAGE PHONE MODEL 40T AND 15T LAVA WITH CONNECTING CORD & WITHOUT LICENSE (HSN CODE 85177090) Ref: ICSI/PC-2017/RFQ-2708 Date: March 27, 2018

More information

MSEZL/TTP-Membrane Replacement/ INVITATION FOR PROPOSALS

MSEZL/TTP-Membrane Replacement/ INVITATION FOR PROPOSALS INVITATION FOR PROPOSALS a. Mangalore SEZ Limited (MSEZL) is jointly promoted by Oil & Natural Gas Corporation Ltd. (ONGC), Infrastructure Leasing & Financial Services Ltd., Karnataka Industrial Areas

More information

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY Tender Document For Engineering & Interior works including Modular office, civil and sanitary, plumbing work etc. for providing office accommodation at 2

More information

INSTRUCTIONS TO TENDERERS

INSTRUCTIONS TO TENDERERS 1 GENERAL INSTRUCTIONS INSTRUCTIONS TO TENDERERS 1.1. On behalf of the Delhi Metro Rail Corporation Ltd., New Delhi, India, Controller of Stores (hereinafter referred to as the Purchaser), invites electronic

More information

Tender Notice. For. Purchase of Laptops

Tender Notice. For. Purchase of Laptops Tender Notice For Purchase of Laptops TENDER NO. : IIM-R-828 DATE: 18/10/2012 NAME OF WORK : Purchase of Laptops Important Information : 1. Tender document downloading : From 18/10/2012 To 02/11/2012 2.

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

CONTRACT:CC-18 J TENDER DOCUMENTS

CONTRACT:CC-18 J TENDER DOCUMENTS CONTRACT:CC-18 J TENDER DOCUMENTS VOLUME 1 NOTICE INVITING TENDER M/s SS.SS. Constructions Pvt. Ltd., B-315 & 317, Ansal Chamber-I, 3,Bhikaji Cama Place, New Delhi-110066 1.1 GENERAL 1.1.1 Name of Work:

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808613 FAX NO: (91-374) 2800533 Email: material@oilindia.in;erp_mm@oilindia.in TENDER NO.

More information

NIT FOR TENDER NO. CGI 3644 P17

NIT FOR TENDER NO. CGI 3644 P17 NIT FOR TENDER NO. CGI 3644 P17 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: ellora@oilindia.in E-Tender OIL INDIA

More information

GAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA

GAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA BID DOCUMENT NO.: KGVPL/GAIL//2593 GAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA HOT TAPPING OF GAIL PIPELINE NETWORK FOR K CHERUVU GVK VEMAGIRI PIPELINE PROJECT LIMITED DOMESTIC

More information

Chennai Metro Rail Limited, Chennai ,India.

Chennai Metro Rail Limited, Chennai ,India. Chennai Metro Rail Limited, Chennai 600107,India. NIT No: CMRL/OPN/1/2018 CMRL invites online tenders through e-procurement portal from reputed suppliers under single bid system for the following work:-

More information

FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI

FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI 110003 TENDER NOTICE Dated 03 rd November, 2016 Title of the tender Procurement

More information

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan Bid Ref: JUBA/PP-SDOC/ITB-2010/057 (Re-Bid) 17th September 2010 Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

More information

NIT FOR TENDER NO. CGI 9507 P19

NIT FOR TENDER NO. CGI 9507 P19 NIT FOR TENDER NO. CGI 9507 P19 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: ellora@oilindia.in E-Tender OIL INDIA

More information

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X NTPC Tamilnadu Energy Company Limited BID DOCUMENT NO :NTECL/C&M/OT/CS-3685, Dt : 14.01.2019 Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X Sl.No. ITEM DESCRIPTION 1 SECTION

More information

12 NB Dabka - Dhuvaran CS Gas Pipeline

12 NB Dabka - Dhuvaran CS Gas Pipeline GAIL (India) Limited (A Govt. of India Undertaking) BARODA, INDIA 12 NB Dabka - Dhuvaran CS Gas Pipeline BID DOCUMENT FOR REHABILITATION OF 12 NB PIPELINE ACROSS MAHI RIVER UNDER DOMESTIC COMPETITIVE BIDDING

More information

(11:00 HRS / 14:00 HRS : Server Time)

(11:00 HRS / 14:00 HRS : Server Time) E-TENDER CDI7391P16 OIL INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) P.O. DULIAJAN-786602, ASSAM E-TENDER NOTICE OIL INDIA LIMITED (OIL) invites Bids from experienced Service Providers through its E- procurement

More information

UDAIPUR SMART CITY LIMITED. NIT No. 13 / Bidding Document

UDAIPUR SMART CITY LIMITED. NIT No. 13 / Bidding Document Bidding Document (USCL) UDAIPUR SMART CITY LIMITED NIT No. 13 /2016-17 Bidding Document Design, construction, supply, installation, testing and commissioning and operating for 15 years under Hybrid Annuity

More information

ADVANCED TECHNICAL TRAINING

ADVANCED TECHNICAL TRAINING ADVANCED TECHNICAL TRAINING CENTRE AN ISO 9001:2008 CERTIFIED INSTITUTE BARDANG, SINGTAM, EAST SIKKIM - 737134 Telephones: (03592) 233482/9002735427/9434035381 Email: attc.skmpoly@gmail.com COMPETITIVE

More information

TENDER NOTICE. TENDER SCHEDULE Sl. No. Description Details. Contact Details

TENDER NOTICE. TENDER SCHEDULE Sl. No. Description Details. Contact Details 5-June-2018 TENDER NOTICE TENDER SCHEDULE Sl. No. Description Details 1 Tender document date From: 5-June-2018 To 12-June-2018 2 Earnest Money Deposit (Online Transfer) Contact Details 1 For Tender related

More information

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/OPN/1/TEN-02/2017 Date: 22.06.2017 Sub: Invitation of sealed quotation for Procurement of Plastic Chairs.

More information

Construction & Maintenance

Construction & Maintenance Standard Bidding Document For Pradhan Mantri Gram Sadak Yojana (PMGSY) For Construction & Maintenance December, 2015 National Rural Roads Development Agency Ministry of Rural Development Government of

More information