Ref: KLPL/HQ/C&M/Procurement of Compressors/01/2018 Date:

Similar documents
Tamil Nadu Energy Development Agency

ABOVEGROUND GI INSTALLATIONS INCLUDING LAST MILE CONNECTIVITY AT CONSUMER END FOR CGD AT NORTH GOA

OIL INDIA LIMITED (A Government of India Enterprise) 4, India Exchange Place, 4 th floor, Kolkata , West Bengal (India)

TELECOMMUNICATIONS CONSULTANTS INDIA LTD KUWAIT

BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD INSTRUCTIONS TO BIDDER (ITB)

Rabindranath Tagore Centre Indian Council for Cultural Relations 9A, Ho Chi Minh Sarani, Kolkata T: / 0314

GST related Corrigendum to GCC Rev 06

OFFICE OF THE CHIEF GENERAL MANAGER D I P K A A R E A P.O. Dipka, Distt. Korba (CG)

Vendor Name: M/s RFQ No. : Vendor s Offer Ref No. : Tel. No. Fax No. Contact Person:

Annexure - C to TENDER STANDARD COMMERCIAL TERMS & CONDITIONS [FORMAT TO BE FILLED-UP BY THE SUPPLIER]

Corrigendum 2 to bid document no. REPL/CUGL/OLC/001/18

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

BHARAT PETROLEUM CORPORATION LIMITED CENTRAL PROCUREMENT ORGANISATION (R) MUMBAI REFINERY, MAHUL, MUMBAI ADDENDUM NO. 1

NIT FOR GTG & HRSG PROJECT NFL, NANGAL SCHEDULE OF PRICES

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below:

REQUEST FOR QUOTATION

Section VIII. Special Conditions of Contract

interruption from one source to another source and viceversa;

INVITATION FOR QUOTATION. TEQIP-III/2017/uiet/Shopping/39

BNPM Requirement. Universal Input Process Indicator. Microprocessor / Microcontroller based. Universal Inputs (4-20mA DC current, mv,

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

The scope of third party inspection shall be as under:

TRIPURA NATURAL GAS COMPANY LIMITED (A Joint Venture of GAIL (India) Ltd., Govt. of Tripura & Govt. of Assam)

TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

र य गक स थ न प द र क र ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal Tender Document

Washed & Dried Silica Sand

!" # $%&&!"# '++("%) " " $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # !" 0 ' 3 " / 5 * ( 9 " ' %""!00%%35:

CORRIGENDUM ADDENDUM No.03 Dated To Tender No. SDG6101P18/09

TERMS AND CONDITIONS OF SALE ACN: ABN:

Qty (Nos.) Total Oil to be filtered (Ltrs.) Description

RFP : Pre-bid reply

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

(BIDDING DOCUMENT NO HD-10129) (EIL REFERENCE No. S.M/A LZ-MR-4050/1024)

INVITATION FOR QUOTATION. TEQIP-II/2013/WB2G02/Shopping/80

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

HINDUSTAN SHIPYARD LTD.

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

BIDDER S GENERAL INFORMATION. 1-1 Bidder Name: 1-2 Number of Years in Operation: 1-3 Address of Registered Office: City District.

Indian Highway Management Company Limited (IHMCL) Invites sealed quotations for Supply of IT Equipment for Toll Plazas on National Highways

LIMITED TENDER. No. PUR/HMB/17/968442/IS Dated:

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

Tender Document June Supply of Bunk Beds in Boys Hostel Walchand College of Engineering Sangli

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan, Pin Dist-Dibrugarh, Assam CORRIGENDUM

TECHNICAL OFFER (ENVELOPE I)

TENDER NOTICE FOR OPERATION AND MAINTENANCE OF 11KV SUBSTATION AND ELECTRICAL EQUIPMENTS UNDER LOCAL HEAD OFFICE, THIRUVANANTHAPURAM

Ref No: NITP/Proc/16-17/13 Date:

A. Scope of work: Supply of Push button, pilot light, selector switch etc., as per the list of requirements.

LIMITED TENDER. No. PUR/HMB/15/968373/IS Dated: ENQUIRY SCHEDULE

NOTICE INVITING QUOTATIONS. File No. NITT/F.NO.005/CAP.EXP.35/ /PHY Date: 08/01/2019

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan , Assam, India Website:

Request for Quotation

United Nations Development Programme

TENDER NO : CTR/LDH/1810/Mach/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

BHARAT HEAVY ELECTRICALS LIMTIED 15TH FLOOR CENTRE - I, W.T.C. CUFFE PARADE, MUMBAI

INSTRUCTIONS TO BIDDER (ITB)

INSTRUCTIONS TO BIDDERS

LIMITED TENDER ENQUIRY

RESPONSES TO BIDDERS COMMENTS. Q) Will LNG Cargo which original source of CBM is acceptable?

SPEED POST. Enquiry: 3(2205)2018-PB/T-46 Dated: 23/07/2018 Due Date: by PM Date of opening: by 03.

A. Scope of work: Supply of Coal Tar Sheet (Underground pipe wrapping sheet) as per the specifications provided at page no. 7 & 8. Qty: 100 Sq. Mtr.

A. Scope of work: Supply of SMF Battery and vent plugs as per the list of requirements.

No. /AIIMS/Pat/Admn/WPS 2/2014/53 Date: - 22/05/2014

NO. 3983/ Punbus/ Purchase/(87) PA-3 Date: 03/10/2016

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE

Invitation of Tenders and Instructions to Bidders (Must Read Carefully)

NATIONAL INSTITUTE OF TECHNOLOGY ROURKELA , ODISHA. Limited Tender Enquiry

INST/12(90)/ INST 01st September 2014 NOTICE INVITING QUOTATION

INVITATION FOR QUOTATION

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

SECTION E SCHEDULE OF QUANTITIES AND RATES

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण

RAJYA SABHA SECRETARIAT RAJYA SABHA TELEVISION 3 rd FLOOR, TALKATORA STADIUM ANNEXE BUILDING NEW DELHI RSTV/Admn./84/ December, 2017

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

A. Scope of work: Supply of CPVC pipe, valve, rod & adhesive solution as per the list of requirements.

Procurement of Licences of Business Objects BI Platform

REQUEST FOR PROPOSAL

VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM. No: GR-II/R-179/18-19 Date: Tender due:

VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM

POSTED UNDER POSTAL CERTIFICATE BUREAU OF INDIAN STANDARDS BIS BANGALORE LABORATORY Peenya Industrial Area 1 st Stage, Tumkur Road Bangalore

INSTRUCTIONS TO BIDDERS

INVITATION FOR QUOTATION. TEQIP-II/2015/GJ1G02/Shopping/M-CE-05

INVITATION FOR QUOTATION. TEQIP-III/2018/mnitj/Shopping/5

TENDER NOTICE. Manager (Materials.) Mob:

Tender Documents For MEGNETIC CLUTCH HOIST FOR CELL HOUSE CRANE

TRIPURA NATURAL GAS COMPANY LIMITED

PRE-BID QUERIES AND REPLIES

Pakistan International Airlines Procurement Logistics Department Commercial Purchases Section Tel:

1. Risk of regularizing illegal connections

ADVANCED TECHNICAL TRAINING

CORRIGENDUM. Tender. For. Self-Inflating Bag. NIT Issue Date : September 09, 2013.

2 CONTRACT 3 SPECIFIC ITEMS INCLUDED AND EXCLUDED FROM QUOTE. Balclutha. Cromwell

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

INDIAN ASSOCITION FOR THE CULTIVATION OF SCIENCE 2A & 2B, RAJA S.C.MULLICK ROAD JADAVPUR, KOLKATA

REPLY TO BIDDER'S PRE-BID QUERIES APPOINTMENT OF THIRD PARTY INSPECTION AGENCY FOR QUALITY SURVEILLANCE OF MDPE/GI & STEEL PIPELINE NETWORK

ASSAM POWER GENERATION CORPORATION LIMITED

INSTRUCTIONS TO BIDDERS

NIT No.: ECE-INS Date: October 11, 2018 NOTICE INVITING TENDER

Transcription:

Ref: KLPL/HQ/C&M/Procurement of Compressors/01/2018 Date: 1.08.2018 To, PROSPECTIVE BIDDERS Sub: Clarifications to Pre-Bid Queries Ref: Tender No. KLPL/HQ/C&M/Procurement of Compressors/01/2018 for "Procure ment of BOG Compressor Dear Sir(s), Please find enclosed herewith "Clarifications to Pre-Bid Queries (Dated 11.07.2018)" w.r.t. above-referred Tender. This "Clarifications to Pre-Bid Queries (Dated 11.07.2018)" shall form an integral part of abovereferred Tender, which shall be duly signed and submitted by the bidders along with their bids/offers. It shall be deemed that the bidders have submitted their bids/ offers in consideration of this "Clarifications to Pre-Bid Queries (Dated 11.07.2018)". All other terms and conditions of above-referred Tender shall remain unchanged. Encl: Clarifications to Pre-Bid Queries (Dated 11.07.2018) Thanking you, Yours truly, For & on behalf of Konkan LNG Pvt Ltd. [Rajeev Mehrotra] DGM (C&P) Ph: +91-0120-4148923 Cell: 9810834615 E-mail: mehrotra@gail.co.in

CLARIFICATIONS TO PRE-BID QUERIES Dated: 1.08.2018 Tender No. : KLPL/HQ/C&M/Procurement of Compressors/01/2018 Subject : Procurement of permanent BOG Reciprocating Compressor SL. 1 Scope of 2 Scope of 3 Scope of 4 Scope of 5 Scope of 6 Scope of SEC. NO Page No. Clause No. Subject 142/158 2.2 Compressor system is to be hooked up with all the inlet process and utility streams and outlet discharge piping as shown in the P&ID. 144/158 4.2 The suppliers scope of encompasses design / selection, & transportation to site including supervision for installation, pre-commissioning and commissioning activities. KLPL will be responsible for the hook up installation work? Package installation to be on KLPL s duty, bidder just provide technical support, is that right? 145/158 4.6.1- i) compressors Shall we provide the compressor driver motor of Ex d type suitable for Hazardous area Zone2, Gas Group IIA/IIB, Temperature C1.T3 Refer corrigendum 146/158 4.6.1- j) compressors Please provide process datasheet It is provided at page 156-158 in tender document. 147/158 4.7-c) PIPING Please provide the P&ID & datasheet P&ID for compressor package to be developed by vendor. 148/158 4.8-d) ELECTRICAL Is the 500 meter linear distance between It is real cable length. compressor skid and substation or the real cable length 7 Are there any Brand requirement & vendor list Yes Yes Vendor can get prior approval from KLPL by submitting supporting documents.

8 Section- III 85/158 3.0 Definition: 9 Section- III 87/158 6) Certification and verification 10 Section- III 147/158 ANNEXURE- A 11 Section- III 148/158 4.8 ELECTRICAL 12 Section- III 148/158 Supply of electrical equipment & facilities 13 Section- III 149/158 4.9 INSTRUMEN TATION: (xiv) Target Purchase Preference is the LC in percentage as mentioned below: 22 % (Twenty Percent) c) Statutory Auditor's Certificate: The Undertaking submitted by the bidder shall be supported by a certificate (as per Form-3) from Statutory Auditor engaged by the bidder certifying that the bidder meets the mandatory local content requirements of the project. Please confirm if target Purchase Preference in the LC is 20% or 22 % Statutory Auditor s certificate on % of LC in part cannot be provided at the bidding stage. Request you to accept undertaking by bidder without certificate from Statutory Auditor. However Statutory auditor s certificate for LC shall be submitted during stage. 1.10 Guaranteed capacity (kw) Requirement not clear. Please confirm if compressor bkw or IKW is to be guaranteed? f) AREA CLASSIFICATION AND EQUIPMENT REQUIREMENTS Detailed area classification drawing is i) Area Classification for Booster prepared based on site conditions. As our BOG Booster Compressor shall be scope of is restricted to of done as per IS 5572 and compressor package, we request you to Temperature Class-T3. However include detailed area classification drawing in detailed area classification the scope of others. drawing shall be prepared by the supplier. Supply of new Booster BOG compressor motors and motors for all auxiliaries for the compressors at existing LNG Regas facilities. Supply of Local control stations having start/stop push buttons, L/R selector switch, ammeter for motors rated above 5.5KW for each motor including of all accessories and material, as required. c) Bidder to provide pressure safety valve on the knock out drum of 1st stage suction only. Kindly confirm if motor starters (for main motor and auxiliary motors) shall be in Client scope. Please note that PSV locations shall be decided DDE. Kindly confirm. 22% (Twenty Two Percent) Tender terms prevail. Compressor input KW is to be guaranteed. Refer Technical Corrigendum. Only motor starters (for main motors) shall be in Client scope. Agreed.

14 Section- III 150/158 4.10 PRE- COMMISSIO NING AND COMMISSIO NING SUPERVISIO N 15 Section- III 150/158 4.10 PRE- COMMISSIO NING AND COMMISSIO NING SUPERVISION 16 Section- III 150/158 4.10 PRE- COMMISSIONI NG AND COMMISSIONI NG SUPERVISION 17 Section- V Scope of 154/158 APPENDIX- II TERMS OF PAYMENT Pressure safety valve for each stage discharge shall be provided on discharge line piping. a) Supplier shall be responsible for supervising precommissioning & commissioning of the compressor system, including of materials & equipment along with necessary piping and instrumentation connections for monitoring flow rate, pressure, temperature etc. temporary venting along with necessary piping, valves and instrumentation as well as consumables. c) Supplier shall perform leak detection and hydro testing of piping, considering all the requirements of ASME B31.3. For the purpose of acceptance of the offered compressor during performance test run, As per ISO 13631 standards, the machines are to be designed with 3% tolerance of the rated capacity and 3% tolerance on power. (iv) 5% [SOR item 1,2,3 & 4] after successful installation and commissioning. We request to include main motor current measurement in Client s scope. Please note that piping of the package shall be hydro tested at our works. However hydro testing of piping shall not be performed at site. Leak detection of piping shall be done by soap water test. Request you to accept. Please confirm the applicable tolerance on rated capacity and power. Kindly note that as E&C activity is not in our control, we request to release final 5% payment with the payment. Agreed Refer Technical Corrigendum. Refer Technical Corrigendum. (i) 10% of [SOR A item 1,2,3] after receipt of drawings against submission of equivalent amount of Bank Guarantee (ii) 85%, of [SOR A item 1,2,3] after receipt and acceptance of the material

18 Section- V Scope of 150/158 4.10.g Required Capacity 1) Please note that the capacity shall be measured at the suction of the compressor package, for establishing compressor performance. 2) We understand that required capacity of each compressor is 6000 kg/hr. 19 Section-V 143/158 4.3 Scope of 1) We understand that the material of construction for pressure vessels, coolers, piping etc. shall be carbon steel. 2) Kindly confirm whether corrosion allowance 3mm is required to be considered for design of pressure vessels. 3) We understand that ASME U stamp is not required for vessels, coolers etc. 20 Section- V 143/158 4.3 Scope of 1) We understand that no surface area (over capacity factor) is to be considered for the design of Air cooled heat exchanger. 2) Design & material for air cooler shall be offered as per OEM / cooler manufacturer standard. 21 Section- V 144/158 4 Scope of 1) We understand that OEM / vendor standard design in carbon steel construction (Mesh Pad or vane pack type) KOD is acceptable considered 2) Scope of shall be include suction, inter-stage and after cooler KOD. at site. (iii) 95% of SOR B item will be released as when consumed. (iv) 5% after successful installation and commissioning of both SOR A& B 1) Tender condition 4.10 (g) Prevails 2) Correct 1)Agreed 2) Agreed 3) Refer technical corrigendum 1)Agreed 2) Agreed 1) Mesh Pad type KOD in carbon steel construction is acceptable. 2) Agreed. However, there shall be filters (1 working + 1 stand by) designed for less than 5 PPM of oil carry over after After cooler KOD. 22 Section- V 144/158 4 Scope of We understand that recycle control valve Recycle control valve along with

shall be loose supplied by bidder.piping (from discharge KOD to suction KOD) shall be by client or site contractor. 23 Section- V 142/158 2.2 Scope of We understand that operating parameters specified are at the battery limit of the compressor package (suction / discharge KOD). Necessary pressure drop shall be considered. 24 Section- V 146/158 4.6.2 Motor 1) We understand that Ex'n' type motor are acceptable for main & auxiliary. 2) Type of cooling shall be as per manufacturer's standard. 3) We understand that of MCC / Motor starter is by others. 4) We understand that the Electrical Power cabling for HV and MV motors etc. upto terminal box is by others. 25 Section-III 147/158 4.7 Piping 1) We understand that piping from compressor skid to air cooler is by client. 2) We understand that KOD's are to be installed on the compressor skid. 3) Please provide project P&ID, PFD & site layout drawings. 4) We understand that piping between Lube oil console and compressor skid is by client. 5) We understand that any Package Isolation Valves (automatic or manual) are being provided by client or others since it is not specified in MR. In case same is required from bidder, please clarify whether same to be automatic or manual & same shall be loose supplied. piping from discharge KOD to Suction KOD mounted on skid or piping in commercial lengths and loose fittings also accepted. Yes 1)Refer Technical corrigendum. 2)Yes. 3) No. Only HT motor Starter VCB 6.6KV is in KLPL s scope. All other are in bidder s scope. 4) No. Only cable termination at HT panel 6.6KV VCB side at electrical substation is in KLPL scope. All cable are in bidder s scope. 1. Commercial pipe length & fittings accepted. 2.Agreed. 3. To be provided by Supplier during detailed Engineering. 4. Commercial pipe length & fittings accepted. 5. Not required

26 Section-III 149/158 4.9 Instrumentation 1) We understand 1# PLC system (located in safe area) and 1# LCP for each compressor package to be supplied. 2) Simplex type of PLC as per OEM recommendation shall be provided. 3) We understand that OEM recommended instrumentation with necessary alarm and trip logics is acceptable. No 2 out of 3 logic or SIL level are considered. Please confirm. 4) We understand cabling from the compressor skid to the PLC panel (in safe area) is by client and within compressor skid upto JB is by bidder. Please confirm. 5) LCP shall be as per manufacturer's recommendation. 27 Section-III 156/158 Data Sheet Compressor datasheet BIDDER will consider suction KOD for each compressor package. No additional KOD or buffer volume vessel is considered. BIDDER recommend client to carry pulsation / transient analysis of complete recip. & centrifugal compressor train. Please confirm. Client to provide distance between centrifugal & proposed recip. BOG compressor. Overall site layout & PFD is also required for our prior review. 28 Section-III 31/158 16.1 Bid Security Bidder is a renowned supplier providing reciprocating gas compressors for oil & gas industry and approved by GAIL, EIL etc. Hence we request you to please waive this requirement. Necessary financial capability documents will be provided as per of financial BQC. 29 Section-IV 7/24 13 Inspection Please add at the end the following: In case the inspection notice has been provided and the BUYER or 3rd party inspection agency fails to witness the inspection, then Supplier shall carry out the 1) 1 # PLC & 1 LCP combined to be installed on each compressor skid. 2) Duplex Type of PLC With Power system & CPU redundancy to be considered 3)Acceptable 4) Required cabling of 375 meter for signal flow from compressor skid to DCS is in bidder scope, Third party communication with this PLC shall be on MODBUS protocol which is in bidders scope 5) As clarified in point 1. Acceptable. Tender terms prevail, as the same falls in the rejection criteria specified in the Tender. Inspection is by 3 rd party appointed by bidder. QIP to be approved by client. Supplier IRN not acceptable.

30 Section-IV GCC 31 Section-IV GCC 32 Section-IV GCC 33 Section-IV GCC inspection and issue the IRN to the BUYER for further clearance of shipment. 13/24 20.1 Guarantee In the 4th para: Please replace; "for a period of no less than twelve (12) months from the date of replacement/repair." WITH "for a period of no less than twenty-four (24) months from the date of replacement/repair on a one time basis." 16/24 24 Time as essence of Contract Please add at the end of the clause: "with PRS as the sole and exclusive remedy of the BUYER / OWNER uptill the lapse of the PRS period." 18/24 28 Termination of Contract As the equipment being procured are customised and engineered to the project specifications, please add at the end of the clause the following language which is to ensure that the vendor is not economically deprived. " The BUYER / OWNER shall provide the Seller with a written notice informing the material nature of default and provide a reasonable remedy period after mutual agreement with the Seller to ensure that the project does not suffer. In case the Seller refuses to support or repeatedly fails to meet the agreed solution, then the BUYER shall exercise the right to terminate the contract." 24/24 41 Limitation of Liability Please add the words "Howsoever arising" in the below paragraphs. "Notwithstanding anything contrary contained herein, the aggregate total liability of Seller under the Agreement or otherwise shall be limited to 100% of Agreement/Order price, howsoever arising. However, neither party shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of production, howsoever Tender terms prevail, as the same falls in the rejection criteria specified in the Tender. Tender terms prevail. Tender Terms prevail. Tender Terms prevail.

arising." 34 Section-III 72/158 cl.26 Bid due date We request KLPL to extend last date for bid submission by one month from receipt of all pre-bid queries response from KLPL. 35 Section-III Annexure IV 36 Scope of Supply 37 Scope of Supply 38 Section- V Scope of 71/158 cl. 15 Bid validity BDS 9 months is too long period for bid validity. We request to make it 3 months & same is mentioned in F-10A 153/158 Appendix I Time Schedule This being custom built & engineered rotating equipment, we request delivery time to be 11months, Ex-works. 154/158 Appendix II Payment Terms BIDDER propose following payment terms to support the project and same was accepted by GAIL in previous PO to DR (ref. no. GAIL/NOIDA/C&P/14106/8894); - 15% of order value after receipt of drawings (as defined as P&ID, GA, ITP) against submission of equivalent amount of Bank Guarantee. - 15%, of order upon order of major items (compressor frame, cylinder, main motor) against submission of equivalent amount of Bank Guarantee. - 10%, of order upon receipt of major items (compressor frame, cylinder, main motor) at DR facility against submission of equivalent amount of Bank Guarantee. -55% of order value upon shipment. - 5% of order value after successful installation and commissioning or 6 months from despatch whichever is earlier. 143/158 Clause 2.3 (g) 39 Section III 144/158 Clause 3.0 (d) First fill of all consumables Two number of compressor units are required to meet discharge capacity Please note that the fill of all applicable consumables shall not be in BIDDER S scope. Same shall be done by KLPL/Others. BIDDER request customer to clarify the required number of compressor units since as per clause 3.0 (d), two compressors are required. However, in compressor process datasheets, no. of compressor packages Refer to Addendum-I Refer to Corrigendum-II Refer to Corrigendum-II (i)10% of [SOR A item 1,2,3] after receipt of drawings against submission of equivalent amount of Bank Guarantee (ii)85%, of [SOR A item 1,2,3] after receipt and acceptance of the material at site. (iii)95% of SOR B item will be released as when consumed. (iv)5% after successful installation and commissioning of both SOR A& B Tender conditions prevail. No. of packages required is 1 for regular use. However Two number of compressor units of 6000 T/hr are required to meet discharge capacity.

required is 1. 40 Section III 144/158 Clause 3.0 (h) sufficient margin & provisions Purchaser shall clearly inform which capacity control provisions required for the compressor package. Whether suction valve unloaders / fixed volume clearance pockets / variable volume clearance pockets / speed variation is required. 41 Section III 144/158 Clause 4.3 skid mounted package Please note that compressor package shall be foundation mounted since the compressor can not be installed on skid due to weight and size of compressor and motor unit. 42 Section- V 146 /158 Cl 4.6.1 Air Coolers BIDDER requests you to consider water coolers as per TEMA C. 43 Section III 144/158 Clause 4.6.1 (m) Noise Level BIDDER confirms to provide Noise level of 88 dba under free field condition when measured at 1 m distance 44 Section III 144/158 Clause 4.6.2 Main motor enclosure Please clarify the enclosure required for main motor is Exd (Flameproof) or Exp (Purged). In the clause Ex p is mentioned where as in clause no 4.6.1 (i) Flameproof motor is mentioned. 45 Section- V Scope of Supply 157/158 General Discharge Temperature BIDDER understands that each stage discharge temperature up to 150 Deg C is acceptable to KLPL. BIDDER recommends same. 46 Section I 4/158 Clause 2.0 E Supply of motor driven BOG Booster compressors will be Nine (09) months and time of completion shall be reckoned from the date of issue of Fax/Letter of intent Please note that The delivery period of BOG compressor package of 9 months is not possible since this is custom engineered reciprocating compressor package for BOG application. BIDDER can confirm the best possible delivery period of 13-14 months from date of issue of purchase order. 47 Section-III 27/158 12.2.3 Concessional rate of Custom Duty KLPL to confirm at this stage if any concession/relaxation on custom duty is applicable for imported components/parts. 48 Section III 28/158 Clause 13 Taxes & Duties (GST) GST shall be paid extra at actuals as applicable at the time of dispatch. The same shall be applicable even after CDD. As per manufacturer standard are acceptable. Tender conditions prevail. Tender conditions prevail. Accepted. Refer technical corrigendum. Accepted. please refer Corrigendum-II At present,no Concession/relaxation is known. GST payable extra at actuals within CDD, subject to cl.13 of ITB pg 28/158.

49 Section III 42/158 Clause 37.1.1 Details of Goods / Cargo within 15 days 50 Section III 43/158 Clause 38.1 Contract Performance Security / Security Deposit 51 Section III 47/158 Clause 44 & 45 Arbitration Details of Goods / Cargo within 15 days shall be submitted 1 month before shipment of material from our works Contract Performance Security shall be submitted within 2 months of the date of PO. The arbitration shall be as latest Indian arbitration Act under which 3 arbitrators will be appointed, one arbitrator by vendor, one arbitrator by GAIL and one arbitrator by both together. 52 Section III 49/158 Clause 47 REPEAT ORDER Repeat Order (If Any) shall be placed within 3 Months. 53 Section III 154/158 APPENDIX-II Payment Terms Request to revise payment terms considering custom build compressor Payment terms shall be as mentioned below: -10% Advance against PO along with advance bank guarantee of equivalent amount valid till delivery date. - 10% Advance against approval of GA drawing on CODE 2 and along with bank guarantee of equivalent amount valid till delivery date. -10% against placement of PO of motors, pulsation vessels and Air coolers -70% payment along with 100% taxes and duties against despatch documents through banks and performance bank guarantee of 10% of PO value valid till warranty period. All payments shall be made within 10 days of submission of invoices. 54 Section III 143/158 Clause 2.3 (a) Bidder has to the compressor package within 9 (Nine) months from the award Please note that this is engineered compressor package. Hence, Delivery of compressor package within 9 months is not possible. However, BIDDER shall provide best minimum possible delivery period. Please also note that the complete documentation shall be provided as per please refer Corrigendum-II Tender Conditions prevail, as this falls under rejection criteria ( refer cl. 19.2 of ITB, Section- III to Tender) Tender Conditions prevail, as this falls under rejection criteria ( refer cl. 19.2 of ITB, Section- III to Tender) please refer Corrigendum-II (i)10% of [SOR A item 1,2,3] after receipt of drawings against submission of equivalent amount of Bank Guarantee (ii)85%, of [SOR A item 1,2,3] after receipt and acceptance of the material at site. (iii)95% of SOR B item will be released as when consumed. (iv)5% after successful installation and commissioning of both SOR A& B please refer Corrigendum-II

55 Section IV 4 /24 Clause No. 5.4 56 Section IV 5/24 Clause No. 9.1 57 Section IV 13 /24 Clause No. 20.1 58 Section IV 19 /24 Clause No. 28.3 bidder s standards within 2 months after dispatch of material. Documents 2 Sets of hard copy of documents and 1 Soft Copy shall be submitted as part of final documentation. Modification in Contract In the event of changes in scope of work/, the contract shall be modified accordingly for price and delivery implication as per notice given by bidder. Further, the project execution shall be put on HOLD till the modified contract is provided to bidder. Guarantee Warranty of the compressor package shall be limited to 12 months from the date of commissioning or 18 months from the date of dispatch whichever is earlier. There is no extended warranty period for repaired or replaced parts. Termination for Convenience If the purchase order/ contract is terminated for reasons not attributable to bidder, then cancellation charges shall be paid to bidder as per cancellation schedule attached with the offer. please refer Corrigendum-II Tender terms prevail Tender Conditions prevail, as this falls under rejection criteria (refer cl. 19.2 of ITB, Section-III to Tender) Tender terms prevail