12.07.2015 Views

invitation for bids - Gail

invitation for bids - Gail

invitation for bids - Gail

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

GAIL (India) LimitedGIDC INDUSTRIAL ESTATEVAGHODIA 391 760DISTT: BARODATENDER NO: GAIL/VAGH/C&P/M/W-2005056TENDER DOCUMENTFORINSULATION WORK INLPG / NTGG PLANTVAGHODIA


SECTION IINVITATIONFORBIDS2


id in the <strong>for</strong>mat made available in the Bid Document. Bid not accompanied with Bid Security &not in requisite <strong>for</strong>m shall be summarily rejected.2.4 GAIL will not be responsible <strong>for</strong> the cost incurred in preparation and delivery of <strong>bids</strong>.2.5 This Invitation <strong>for</strong> Bids (IFB) is an integral and inseparable part of the enclosed Bid Document.Bidders are advised to quote strictly as per the terms and conditions of the tender documentand not to stipulate any deviation/exception. Once quoted, the bidder shall not make anysubsequent price change whether resulting or arising out of any technical/commercialclarification sought regarding the bid. Such price changes shall render the offer liable <strong>for</strong>rejection. Bidder must note that the work cannot be sub-contracted under any circumstances.2.6 GAIL reserves the right to reject any or all the <strong>bids</strong> received at its discretion without assigningany reason whatsoever.2.7 Bidders Eligibility Criteria (BEC):(a)(b)The bidder must have an experience in Cold Insulation with minimum150 mm thickness of PUF cold Insulation on vessels in a hydrocarbon/petrochemical industry and should have completed one work in whichcold insulation should not be less than Rs. 3.94 lac (Rupees Three lacNinety Four Thousand ) in any one of the previous 5 years.Bidder must have permanent EPF account with RPFCBidder shall furnish all necessary documentary evidence duly attestedincluding completion certificate along with the bid , <strong>for</strong> the abovementioned (a) , and relevant documents in respect of (b ) criteria failingwhich the offer shall not be considered <strong>for</strong> further evaluation(c].Bidder must have an turnover of minimum Rs. 2.63 lac (Rupees Two lacSixty Three Thousand) in any of the 3 preceding audited financial years.Copy of the annual accounts duly audited to be submitted <strong>for</strong> the same.All above documents are required to be attestedPlease note that this is “ZERO DEVIATION TENDER”. GAIL will appreciate submission ofoffer based on the terms and conditions as per this document to avoid wastage of timeand money in seeking clarifications on technical/commercial aspects of the offer. Biddermay note that normally no technical and commercial clarification will be sought <strong>for</strong> afterthe receipt of <strong>bids</strong>.Yours faithfully,For & on behalf of,GAIL (India) Limited,( M. SATISH KUMAR )Sr. Manager (C&P)“THIS IS NOT AN ORDER”Ph: 02668-262691,262692,262693; Extn: 380/3814


SECTION IIINSTRUCTIONSTOBIDDERS5


A. General1. Scope of Bid2. Eligible Bidders3. One Bid per Bidder4. Cost of Bidding5. Site VisitTable of ContentsB. Bidding Documents6. Content of Bidding Documents7. Clarification of Bidding Documents8. Amendment of Bidding DocumentsC. Preparation of Bids9.. Language of Bid10. Documents Comprising the Bid11. Bid Prices12. Bid Currencies13. Bid Validity14. Bid Security15. Pre-Tendering/ Pre Bid Conference16. Format and Signing of Bid17. Zero Deviation18. E-Payment19. Agent/Con sultant/Representative/Retainer/AssociateD. Submission of Bids20. Sealing and Marking of Bids21. Deadline <strong>for</strong> Submission of Bids22. Late Bids23. Modification and Withdrawal of BidsE. Bid Opening and Evaluation24. Bid Opening25. Process to be Confidential26. Contacting the Employer27. Examination of <strong>bids</strong> and Determination of Responsiveness28. Correction of Errors29. Conversion to Single Currency <strong>for</strong> Comparison of Bids30.. Evaluation and Comparison of Bids31. Preference <strong>for</strong> Domestic bidders32. Purchase Preference33. Compensation <strong>for</strong> Extended StayF. Award of Contract34. Award35. Employer’s Right to Accept any Bid and to Reject any or all Bids36. Notification of Award37. Signing of Agreement38. Contract Per<strong>for</strong>mance Security39. Corrupt or Fraudulent Practices40. Rejection Criteria41. PAN no6


Instructions to BiddersSECTION-II1. Scope of BidA. GeneralThe Employer, as defined in the General Conditions of Contract, hereinafter “the Employer”,wishes to receive <strong>bids</strong> as described in the Tender Document. <strong>for</strong> “INSUALTION WORKS ATGAIL VAGHODIA”.1.1 Throughout these bidding documents, the terms “bid” and “tender” and their derivatives(“bidder/ tenderer”, “bid/tender”, “bidding/ tendering”, etc.) are synonymous, and day meanscalendar day. Singular also means plural.2. Eligible Bidders2.1 Bidders shall, as part of their bid, submit a authority letter from the owner authorizing thesignatory of the bid to bind the bidder.2.2 The bidder shall not be under a declaration of ineligibility by Employer <strong>for</strong> corrupt or fraudulentpractices as defined in ITB.2.3 The bidder is not put on holiday by GAIL or black listed by any Government Department /Public Sector.3. One Bid per Bidder3.1 A firm shall submit only one bid in the same bidding process, individually as a bidder. No firmcan be a subcontractor while submitting a bid individually in the same bidding process. A bidderwho submits or participates in more than one bid will cause all the proposals in which thebidder has participated to be disqualified.4. Cost of Bidding4.1 The bidder shall bear all costs associated with the preparation and submission of the bid, andGAIL will in no case, be responsible or liable <strong>for</strong> these costs, regardless of the conduct oroutcome of the bidding process.5. Site Visit5.1 The bidder is advised to visit and examine the Site of Works and its surroundings and obtain <strong>for</strong>itself on its own responsibility all in<strong>for</strong>mation that may be necessary <strong>for</strong> preparing the bid andentering into a contract <strong>for</strong> required job. The costs of visiting the Site shall be at the bidder’sown expense.B. Bidding Documents6. Contents of Bidding Document6.1 The Bidding Documents/Tender Documents are those stated below and should be read inconjunction with any addenda issued in accordance with ITB.Section I Invitation <strong>for</strong> Bids (IFB)Section II Instructions to Bidders (ITB)Section III Special Conditions of Contract (SCC)Section IV FORMATSSection V Bill of Quantities (BOQ) / Schedule of Rates (SOR)7


Section VIGeneral Conditions of Contract (GCC)6.2 The bidder is expected to examine all instructions, <strong>for</strong>ms, terms and conditions in the biddingdocuments. The Invitation <strong>for</strong> Bids (IFB) together with all its attachments thereto, shall beconsidered to be read, understood and accepted by the bidders. Failure to furnish all in<strong>for</strong>mationrequired by the bidding documents or submission of a bid not substantially responsive to thebidding documents in every respect will be at bidder’s risk and may result in the rejection of his bid.7. Clarification of Bidding Documents7.2 A prospective bidder requiring any clarification(s) of the Bidding Documents may notify GAIL inwriting or by fax or e-mail at GAIL’s mailing address indicated in the Invitation <strong>for</strong> Bids not later than03 days prior to the deadline. GAIL may, if deemed appropriate, respond in writing to the request<strong>for</strong> clarification. Written copies of GAIL’s response (including an explanation of the query butwithout identifying the source of the query) will be sent to all prospective bidders who have receivedthe bidding documents. Any Clarification or in<strong>for</strong>mation required by the bidder but same notreceived by the Employer, Three days prior to the bid due date, the same is liable to be consideredas no clarification/in<strong>for</strong>mation required.8. Amendment of Bidding Documents8.1 At any time prior to the bid due date, GAIL may, <strong>for</strong> any reason, whether at its own initiative or inresponse to a clarification requested by a prospective bidder, modify the bidding documents.8.2 The amendment will be notified in writing or by fax or e-mail to all prospective bidders, at theaddress, fax numbers, e-mail id provided by the bidder, who have received the Bidding Documentsand will be binding on them.8.3 In order to af<strong>for</strong>d prospective bidders, reasonable time in which to take the amendment intoaccount in preparing their <strong>bids</strong>, GAIL may, at its discretion, extend the bid due date.9. Language of Bid : English10. Documents Comprising the BidC. Preparation of Bids10.1 The bid prepared by the bidder shall comprise the following components:10.2 Envelope - I: Super scribing Techno-Commercial Un priced Bids (PART-I)Part-I: Techno-commercial /Un-priced Bid (to be furnished in original only) and shall contain thefollowing:(a) Covering Letter(b) Bidder’s general details/in<strong>for</strong>mation as per <strong>for</strong>mat F-1(c) Power of Attorney/Authority letter from competent official in favour of person(s) signing the bidthat such person (s) is/are authorized to sign the bid on behalf of the bidder and anyconsequence resulting due to such signing shall be binding on the bidder.(d) Specific experience, annual turnover, etc.(e) A Bid Form as per <strong>for</strong>mat F-2(f) Copies of documents as required in F-3(g) A confirmation that prices in requisite <strong>for</strong>mats, strictly complying with the requirement, withprices blanked out, are in envelope number II “Price Bid”.(h) Documents establishing the eligibility and con<strong>for</strong>mity to the Bid Documents of all Goods andservices, which the bidder proposes to supply under the award is to be submitted.8


(i) One copy of Bid security to be furnished either in the <strong>for</strong>m of Cashier’s / Banker’s cheque / BankDraft payable to GAIL (India) Ltd., at Vaghodia / Bank Guarantee as per <strong>for</strong>mat F-4.(j) Specific Experience, Annual Turnover and other details as per Format F-5(k) Confirmation of no deviation as per Format F-6(l) Certificate in Format F 7(m) Commercial Questionnaire / Agreed Terms & Conditions duly filled-in, as per <strong>for</strong>mat F-8(n) Latest valid Employees Provident Fund Registration Certificate under RPF(o) Bidder’s declaration that they are not under liquidation, court receivership or similarproceedings, as per <strong>for</strong>mat F-6-A(p) Any other in<strong>for</strong>mation/details required as per bid document(q) Offer/Application <strong>for</strong>mat – AnnexureNote: All pages of the bid to be signed and sealed by authorized person of the bidder.10.3 Envelope II: Super scribing “Price Bid - Not to Open with Techno-commercial Un-priced Bid”Part-II: Price Bid : shall contain original of Schedule of Rates duly filled-in, in separate sealedenvelopes, duly signed and stamped on each page super scribing on the sealed envelope“Price Bid – Do Not Open”. In case of any correction, the bidders shall put their full signatureand stamp.10.4 Envelope III: Super scribing “ Bid Security”- PART-IIIPart-III shall contain original Bid security in separate sealed envelope.11. Bid Prices11.1 Unless stated otherwise in the Bidding Documents, the Contract shall be awarded on the pricesquoted by the Bidder and accepted by the EMPLOYER.11.2 Prices must be filled in <strong>for</strong>mat <strong>for</strong> ‘Schedule of Rates’ enclosed as part of Bidding Document. Ifquoted in separate typed sheets and any variation in item description, unit or quantity isnoticed; the bid is liable to be rejected.11.3 Bidder shall quote <strong>for</strong> the items of Schedule of Rates after careful analysis of cost involved <strong>for</strong>the per<strong>for</strong>mance of the completed item considering all parts of the Bidding Document.11.4 All duties and taxes and other levies (if any) payable by the Contractor under the Contract, or<strong>for</strong> any other cause, shall be included in the rates and prices and the total bid price submittedby the bidder.11.5 Prices quoted by the bidder, shall remain firm and fixed and valid till the contract period andwill not be subject to variation on any account.11.6 The Bidder shall quote the prices both in figures as well as in words. There should not be anydiscrepancies between the price indicated in figures and the price indicated in words.11.7 Alternative <strong>bids</strong> shall not be considered.11.8 Discount, if any, must be included in ‘Schedule of Rates’ only. Conditional discount, if offered,shall not be considered <strong>for</strong> evaluation.12. Bid Currencies: The bid should be submitted in Indian Rupees only.13. Bid Validity13.1 Bids shall be kept valid <strong>for</strong> 4 months from the final bid due date. A bid valid <strong>for</strong> a shorter periodmay be rejected by GAIL as non-responsive.13.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Employermay request that the bidders extend the period of validity <strong>for</strong> a specified additional period. The9


equest and the responses thereto shall be made in writing or by fax / e-mail. A bidder mayrefuse the request without <strong>for</strong>feiture of his bid security. A bidder agreeing to the request will notbe required or permitted to modify his bid, but will be required to extend the validity of its <strong>bids</strong>ecurity <strong>for</strong> the period of the extension and in accordance with Clause 16 in all respects.14. Bid Security14.1 The bidder shall furnish, as part of his bid, bid security in the amount specified in the Invitation<strong>for</strong> Bids (IFB).14.2 The bid security is required to protect GAIL against the risk of bidder’s conduct, which wouldwarrant the security’s <strong>for</strong>feiture.14.3 GAIL shall not be liable to pay any bank charges, commission or interest on the amount of BidSecurity. In case Bid Security is in the <strong>for</strong>m of a Bank Guarantee, the same shall befrom any Indian scheduled bank or a branch of an International bank situated in India andregistered with Reserve bank of India as scheduled <strong>for</strong>eign bank in case of Indian bidder.However, in case of Bank Guarantee from banks other than the Nationalised Indian banks, thebank must be commercial bank having net worth in excess of Rs 100 crores and a declarationto this effect should be made by such commercial bank either in the Bank Guarantee itself orseparately on its letterhead. Bid Security shall be valid <strong>for</strong> 2 months beyond the validity of theBid.14.4 Any bid not secured in accordance with tender conditions may be rejected by GAIL as nonresponsive.14.5 Unsuccessful bidder’s bid security will be discharged/returned as promptly as possible, but notlater than 30 days after the expiration of the period of bid validity prescribed by GAIL, pursuantto ITB Clause-15.14.6 The successful bidder’s bid security will be discharged upon the bidder’s accepting the award &signing the Agreement and furnishing the Contract Per<strong>for</strong>mance Security.14.7 The bid security may be <strong>for</strong>feited:a) If a bidder withdraws his bid during the period of bid validityb) in the case of a successful bidder, if the bidder fails:i) to accept the Notification of Award / Fax of Intent (FOI) / Letter of Intent (LOI), orii) to furnish Contract Per<strong>for</strong>mance Security / Security Deposit in accordance with Clause-40iii) to accept arithmetical corrections14.8 Bid Security should be in favour of GAIL (India) Limited and addressed to GAIL. In case BidSecurity is in the <strong>for</strong>m of Bank Guarantee , the same must indicate the Bid Document and thework <strong>for</strong> which the bidder is quoting. This is essential to have proper co-relation at a later date.The Bid Security shall be in the <strong>for</strong>m provided at F-4 (Bank Guarantee) .15. Pre-Tendering/ Pre Bid Conference: NOT APPLICABLE15.1 The bidder(s) or his designated representative are invited to attend a pre-tendering conferencewhich will take place at GAIL (India) Limited, GIDC Industrial Estate , Vaghodia Dist Baroda.15.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter thatmay be raised at that stage.15.3 Text of the questions raised and the responses given, together with any responses preparedafter the meeting, will be transmitted without delay (without identifying the sources of thequestion) to all purchasers of the bidding documents. Any modification of the biddingdocuments listed in ITB that may become necessary as a result of the pre-tendering10


conference shall be made by the Employer exclusively through the issue of an Addendum andnot through the minutes of the pre-bid meeting.15.4 Non-attendance of the pre-tendering conference will not be a cause <strong>for</strong> disqualification of abidder.16. Format and Signing of Bid16.1 The original and all copies of the bid shall be typed or written in indelible ink (in the case ofcopies, photocopies are also acceptable) and shall be signed by a person or persons dulyauthorized to sign on behalf of the bidder. The name and position held by each person signing,must be typed or printed below the signature. All pages of the bid except <strong>for</strong> unamendedprinted literature where entries or amendments have been made shall be initialled by theperson or persons signing the bid.16.2 The bid shall contain no alterations, omissions, or additions, unless such corrections areinitialled by the person or persons signing the bid.17. Zero Deviation17.1 Bidders to note that this is a zero deviation tender. GAIL will appreciate submission of offerbased on the terms and conditions in the enclosed General Conditions of Contract (GCC),Instructions to Bidders (ITB), etc. to avoid wastage of time and money in seeking clarificationson technical/ commercial aspects of the offer. Bidder may note that no technical andcommercial clarifications will be sought <strong>for</strong> after the receipt of the <strong>bids</strong>. Bids with any deviationto the bid conditions shall be liable <strong>for</strong> rejection.18. E-Payment18.1 Payments to suppliers and contractors shall be done only electronically and to facilitate thepayments electronically, the bidder should have an account with HDFC Bank or ICICI Bank orState Bank of India so that the payment through e-banking be made to the bidder, in case workis awarded to him. Further, the bidder should give the details of his bank account in any one ofthe above banks to facilitate payment through e-banking in case of award of work on him.19.. Agent/ Consultant/ Representative/ Retainer/ Associate- NOT APPLICABLE20. Sealing and Marking of BidsD. Submission of Bids20.1 Bid shall be submitted in the following manner in separately sealed envelopes, duly superscribed as below:Part I - Techno-commercial/ Un-priced BidPart II - Priced BidPart III - Original Bid Security20.2 Part 'I' shall contain original of UN-PRICED BID complete with all technical and commercialdetails other than price (with prices blanked out and copy of bid security). All the un-priced <strong>bids</strong>shall be completely identical in all respects including enclosures and shall be enclosed inseparately sealed envelopes duly pasted with the corresponding cut-out slip enclosed. In theevent of any discrepancy between them, the original shall govern. The envelope shall alsoindicate the name of the bidder.20.3 Part 'II' PRICED BID shall be submitted in one original with duly filled-in Price schedule sealedin a separate envelope duly pasted with the corresponding cut-out slip enclosed.11


Part ‘III’ – BID SECURITY in original shall be submitted sealed in a separate envelope dulypasted with the corresponding cut-out slip enclosed. All the un-priced <strong>bids</strong> shall be completelyidentical in all respects. In the event of any discrepancy between them, the original shallgovern.20.4 The three envelopes containing PART 'I', PART ‘II’ and PART `III' should be enclosed in alarger envelope duly sealed and marked pasted with corresponding Tender no , Due Date etcand also bear the name and address of the Bidder.20.5 If the outer envelope is not sealed and superscribed wih the tender no , due date etc, GAIL willassume no responsibility <strong>for</strong> the Bid's misplacement or premature opening.20.6 Each bidder shall submit only one bid. A bidder who submits more than one bid will be rejected.21. Deadline <strong>for</strong> Submission of Bids21.1 Bids must be received by GAIL at the address specified in the Invitation <strong>for</strong> Bids (IFB) not laterthan the date and time stipulated in the IFB.21.2 GAIL may, in exceptional circumstances and at its discretion, on giving reasonable notice byfax or any written communication to all prospective bidders who have been issued the biddocuments, extend the deadline <strong>for</strong> submission of <strong>bids</strong>, in which case all rights and obligationsof GAIL and the bidders, previously subject to the original deadline will thereafter be subject tothe deadline as extended.22. Late Bids22.1.1 Any bid received by GAIL after the deadline <strong>for</strong> submission of <strong>bids</strong> prescribed on main body ofIFB will be rejected and returned unopened to the bidder after finalization of the tender.23. Modification and Withdrawal of Bids23.1 The bidder may modify or withdraw his bid after the bid submission but be<strong>for</strong>e the due date <strong>for</strong>submission, provided that written notice of the modification/withdrawal is received by GAIL priorto the deadline <strong>for</strong> submission of <strong>bids</strong>.23.2 The modification shall also be prepared, sealed, marked and despatched in accordance withthe provisions of Clause 20, with the outer and inner envelopes additionally marked“modification” or “withdrawal”, as appropriate. A withdrawal notice may also be sent by telex orcable, but followed by a signed confirmation copy post marked not later than the deadline <strong>for</strong>submission of <strong>bids</strong>.23.3 No bid shall be modified after the deadline <strong>for</strong> submission of <strong>bids</strong>.23.4 No bid shall be allowed to be withdrawn in the interval between the deadline <strong>for</strong> submission of<strong>bids</strong> 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 <strong>for</strong>feiture of his bid security.E. Bid Opening and Evaluation24. Bid Opening24.1 Un-priced Bid Opening:GAIL will open <strong>bids</strong>, including withdrawals and modifications made , in the presence of bidders’representatives who choose to attend on the date, time & location stipulated in the IFB. TheBidders’ representatives, who are present, shall sign a register evidencing their attendance.24.2 Priced Bid Opening:24.2.1 GAIL will open the price <strong>bids</strong> of those bidders who meet the qualification requirement andwhose <strong>bids</strong> are determined to be technically and commercially responsive. Bidders selected <strong>for</strong>12


opening of their Price Bids shall be in<strong>for</strong>med about the date of Price Bid opening. Bidders maydepute their authorized representative to attend the opening. The Bidders’ representatives, whoare present, shall sign a register evidencing their attendance.25. Process to be Confidential25.1 In<strong>for</strong>mation relating to the examination, clarification, evaluation, and comparison of <strong>bids</strong>, andrecommendations <strong>for</strong> the award of a contract, shall not be disclosed to bidders or any otherpersons officially concerned with such process. Any ef<strong>for</strong>t by a bidder to influence theEmployer’s processing of <strong>bids</strong> or award decisions may result in the rejection of the bidder’s bid.26. Contacting the Employer26.1 From the time of bid opening to the time of Contract award, if any bidder wishes to contact theEmployer on any matter related to the bid, it should do so in writing.26.2 Any ef<strong>for</strong>t by the bidder to influence the Employer in the Employer’s bid evaluation, bidcomparison, or Contract award decisions may result in the rejection of the bidder’s bid.27. Examination of <strong>bids</strong> and Determination of Responsiveness27.1 Prior to the detailed evaluation of <strong>bids</strong>, the Employer will determine whether each bid,(a) meets the BEC/ techno-commercial requirements of tender document;(b) has been properly signed;(c) is accompanied by the required securities;(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 determineresponsiveness pursuant to Sub-Clause 29.227.2 A substantially responsive bid is one which con<strong>for</strong>ms to all the terms, conditions andspecifications of the bidding documents without material deviations or reservations. A materialdeviation or reservation is one,(a) that affects in any substantial way the scope, quality, or per<strong>for</strong>mance of the Works;(b) that limits in any substantial way, inconsistent with the bidding documents, the Employer’srights or the bidder’s obligations under the contract; or(c) whose rectification would affect unfairly the competitive position of other bidders presentingsubstantially responsive <strong>bids</strong>.27.3 If a bid is not substantially responsive, it will be rejected by the Employer and may notsubsequently be made responsive by correction or withdrawal of the noncon<strong>for</strong>ming deviationor reservation.28. Correction of Errors28.1 Bids determined to be substantially responsive will be checked by the Employer <strong>for</strong> anyarithmetic 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 inwords will govern; and(b) where there is a discrepancy between the unit rate and the total resulting from multiplying theunit rate by the quantity, the unit rate as quoted will govern.28.2 The amount stated in the bid will be adjusted by the Employer in accordance with the aboveprocedure <strong>for</strong> the correction of errors and, with the concurrence of the bidder, shall be13


considered as binding upon the bidder. If the bidder does not accept the corrected amount ofbid, its bid will be rejected, and the bid security shall be <strong>for</strong>feited.29. Conversion to Single Currency <strong>for</strong> Comparison of Bids- NOT APPLICABLE30. Evaluation and Comparison of BidsA. For the purpose of Evaluation of <strong>bids</strong> and arriving at the L1 bidder the rates quoted by thebidders in the schedule of rates will be considered.B. Comparison of <strong>bids</strong> will be on the basis of overall lowest cost to GAIL <strong>for</strong> all the items clubbedtogether.C. The Service Tax shall be considered <strong>for</strong> evaluation purpose.DAward of Work will be <strong>for</strong> all the items in the SOR clubbed together and not on individual basis.31. Preference <strong>for</strong> Domestic Bidders- NOT APPLICABLE32. Purchase Preference: Not Applicable33. Compensation <strong>for</strong> Extended Stay: Not Applicable34. AwardF. Award of Contract34.1 GAIL will award the contract to the successful bidder whose bid has been determined to besubstantially responsive and has been determined as the lowest, is determined to be qualifiedto satisfactorily per<strong>for</strong>m the contract.35. Employer’s Right to Accept Any Bid and to Reject Any or All Bids35.1 GAIL reserves the right to accept or reject any bid, and to annul the bidding process and rejectall <strong>bids</strong>, at any time prior to award of contract, without thereby incurring any liability to theaffected bidder or bidders or any obligations to in<strong>for</strong>m the affected bidder or bidders of theground <strong>for</strong> GAIL’S ACTION.36. Notification of Award36.1 Prior to the expiration of period of bid validity GAIL will notify the successful bidder in writingby fax, cable or telex to be confirmed in writing, that his bid has been accepted. Thenotification of award / Fax of Intent will constitute the <strong>for</strong>mation of the Contract.36.2 Delivery shall be counted from the date of Notification of Award / Fax of Intent/ Letter of IntentThe notification of award will constitute the <strong>for</strong>mation of a Contract, until the Contract has beeneffected pursuant to signing of Contract.Upon the successful bidder’s furnishing of contract per<strong>for</strong>mance security, GAIL will promptlynotify each unsuccessful bidder and will discharge his bid security, pursuant to Clause 16 ofITB.37. Signing of Agreement14


37.1 GAIL will award the Contract to the successful bidder, who, within 15 days of receipt of thesame, shall sign and return the acceptance copy to GAIL.37.2 The successful bidder shall be required to execute an AGREEMENT in the pro<strong>for</strong>ma given inthis tender document on non-judicial paper of appropriate value (the cost of stamp paper shallbe borne by the Contractor), within 15 days of the receipt by him of the Notification ofAcceptance of Tender. In the event of failure on the part of the successful bidder to sign theAGREEMENT within the above stipulated period, the Bid Security shall be <strong>for</strong>feited and theacceptance of the tender shall be considered as cancelled.38. Contract Per<strong>for</strong>mance Security / Security Deposit38.1 Within 15 days of the receipt of the notification of award / Fax of Intent / Letter of Intent fromGAIL, the successful bidder shall furnish the contract per<strong>for</strong>mance security in accordance withclause no 24.0 of General Conditions of The Contract (GCC) in the <strong>for</strong>m provided in the biddingdocuments. The Contract Per<strong>for</strong>mance Security shall be in the <strong>for</strong>m of either Banker’s Chequeor Demand Draft or Bank Guarantee shall be in the currency of the Contract.38.2 The contract per<strong>for</strong>mance security shall be <strong>for</strong> an amount equal to 10% of the value of thecontract towards faithful per<strong>for</strong>mance of the contractual obligations and per<strong>for</strong>mance ofequipment. This Bank Guarantee/DD shall be from any Indian scheduled bank or a branch ofan International bank situated in India and registered with Reserve bank of India as scheduled<strong>for</strong>eign bank. However, in case of bank guarantees from banks other than the NationalizedIndian banks, the bank must be a commercial bank having net worth in excess of Rs 100crores and a declaration to this effect should be made by such commercial bank either in theBank Guarantee itself or separately on its letterhead.38.3 Failure of the successful bidder to comply with the requirements of this article shall constitutesufficient grounds <strong>for</strong> the annulment of the award and <strong>for</strong>feiture of the bid security, in whichevent GAIL may award the order to the next lowest evaluated bidder or call <strong>for</strong> new <strong>bids</strong>.39. Corrupt or Fraudulent Practices39.1 GAIL requires that bidders/contractors observe the highest standard of ethics during theexecution of contracts. In pursuance of this policy, the Employer:a) defines, <strong>for</strong> the purposes of this provision, the terms set <strong>for</strong>th below as follows:i) “corrupt practice” means the offering, giving or soliciting of anything of value to influence theaction of a public official in the procurement process or in contract execution; andii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurementprocess or the execution of a contract to the detriment of the Employer, and includescollusive practice among bidders (prior to or after bid submission) designed to establish bidprices at artificial non-competitive levels and to deprive the Employer of the benefits of freeand open competition;b) will reject a proposal <strong>for</strong> award if it determines that the bidder recommended <strong>for</strong> award hasengaged in corrupt or fraudulent practices in competing <strong>for</strong> the contract in question;c) will declare a firm ineligible and put on holiday, either indefinitely or a <strong>for</strong> a stated period of timeif it at any time determines that the firm has engaged in corrupt or fraudulent practices incompeting <strong>for</strong>, or in executing a contract.15


41. Rejection CriteriaBidder's Bid shall be considered non-responsive and rejected, if deviations are taken to theunder mentioned provisions of Bid Document by the Bidder:-i) Firm Priceii) EMD/Bid bondiii) Specificationsiv) Price Schedulev) Delivery / completion schedulevi) Contract Cum Per<strong>for</strong>mance Bank Guarantee/security deposit.vii) Period of validity of bid.viii) Force Majeure Clause.ix) Resolution of Dispute/Arbitration Clause.x) Price reduction schedule.xi) Guranteexii) Applicable laws.xiii) Any other such provisions if specifically stipulated elsewhere in the Bid Documents.xiv) Non Acceptance to payment term as per tender document.16


SECTION-IIISCOPE OF SERVICES &SPECIALCONDITIONSOFCONTRACT17


SECTION-IIISCOPE OF SERVICES &SPECIAL CONDITIONS OF CONTRACT1.0 LOCATION OF SITE :-The proposed work is to be executed at the at GAIL(India ) Ltd., GIDC,Industrial Estate, Waghodia which is situated at about 28 Kms. fromBaroda.1. Special conditions of contract shall be read in conjunction with theGeneral conditions of contract, specification of work, and any otherdocuments <strong>for</strong>ming part of this contract wherever the context sorequires.2. Notwithstanding the sub-divisions of the documents into theseseparate sections every part of each shall be deemed to besupplementary to and complimentary of every other part and shall beread with and into the contract so far as it may be practicable to doso.3. Where any portion of the special conditions of the contract isrepugnant to or at variance with any provisions of the generalconditions of the contract then unless a different intention appears,the provision of this special conditions of contract shall be deemed tooverride the provisions of the general conditions of the contract only tothe extent such repugnancies or variations in the special conditions ofthe contract as are not possible of being reconcile with the provision ofthe general conditions of the contract.4. The materials, design and workmanship shall satisfy the applicablestandards, specifications contained herein and codes referred to.Where the technical specifications stipulate requirements in additionto contained in the standard codes and specifications, those additionalrequirements shall also be satisfied.5. Wherever it is mentioned in the specifications that the contractorshall per<strong>for</strong>m certain work or provisions certain facilities, it isunderstood that the contractor shall do so at his own cost and thecontract price shall be deemed to have included cost of suchper<strong>for</strong>mance and provisions, so mentioned.6. (a) It is understood that the scope of work shall include, inter-alia,the carrying out of any and all works and providing any all facilities asrequired <strong>for</strong> completing the works as per the terms and conditions ofcontract document.6 (b) The contractor shall be responsible to complete the entire workin all respects and any of the work necessary to complete the jobthough specifically not covered in the scope of work above.18


2.0 SCOPE OF WORK:-The scope of work shall include the completion of hot and coldinsulation works comprising of, but not limited to the following:i).ii).Supply of all insulation materials and ancillary materials, includingnecessary drilling and fixing of bolts nuts washer’s etc. whereverrequired and specified. All insulation materials shall be new and haveapproved quality with specified density and proper batch testcertificates <strong>for</strong> both hot and cold insulation..Application of insulation with weather proofing on piping includingvalves flanges etc. as per specifications.iii). Providing, besides all materials and consumables, labour andsupervision required <strong>for</strong> carrying out the insulation work, all safetydevices, equipment’s, apparatus, instruments, tools tackles, steelscaffoldings <strong>for</strong> all heights, consumables etc. necessary and incidentalto per<strong>for</strong>m work in a workmanlike finish and efficient manner withinthe stipulated time period.iv). Proper storage and protection of insulation materials andconsumables brought to the site by the contractor at all stages ofwork.v).vi).vii).Any damages of pipe line/flooring etc due to spillage of bitumen/paintetc during the execution of the job it shall be rectify/clean to itsoriginal condition.Keeping the working area clean during the course of work and clearingthe work area after completion of the work.Any other work necessary <strong>for</strong> the completion of the job.viii). No materials shall be supplied by GAIL.ix)Application of anti corrosive paint with all material & labour.x) Supply of Hard PUF support in place of existing wooden support.xi)xii)xiii)Supply and fixing of pipe support of PUF (density 250 Kg/m 3 ) withmild steel clamp. Drawing of the clamp support will be as perannexure-I. During the removal of old pipe support from the pipe ifany damage of insulation near the support area it shall be repair freeof cost.Replacement of cladding includes the removal of old cladding andFixing of new cladding along with supply of material.Marking of Flow direction arrow/ Line Number/Name of equipment inall the finished surfaces shall be stenciled in black synthetic enamelpaint on each vessel, column, equipment and pipe lines in more than19


one location as directed by the EIC. Size of the letters painted shall beas below.Column, Vessel and other Equipment’s: - 150 mm (High)Piping: - 40 to 150 mm (High)ix].Supply and Fixing of the good quality seasoned, dry, with out crack,Teak wood block, nuts and bolts <strong>for</strong> ladder and pipe support,dimensions will be provided by the EIC at the time of execution of thejob.3.0 COMPLETION PERIOD:Work To Start Within 03 Days From The Date Of Intimation ByEngineer – In - Charge And Completed Within 10 Days.4.0 VALIDITY OF CONTRACT:The contract will remain valid <strong>for</strong> a period of 6 months from the dateof issue of work order/letter of intent.5.0 CERTIFICATION AND PAYMENT:-Full and Final payment will be made on completion of the job in allrespects and submission of bill within fifteen days, on the basis ofjoint assessment done by the contractor and Engineer-in-charge or hisrepresentative and duly certified by the Engineer-in-charge.The payment shall be released electronically and hence he can have the paymentstransferred directly to his account. The contractor/supplier shall open an account withICICI bank or HDFC Bank or State Bank of India which is having internet facility and inorder to receive electronic payment, he will intimate to the paying authority, the detailsof his bank accountPAN No proof is to be submitted <strong>for</strong> release of Payment.6.0 INCOME TAX:-Income tax shall be deducted as per prevailing rate from therunning/final bills.7.0 RESPONSIBILITY OF CONTRACTOR:-a) All expenses towards mobilization at site and demobilizationincluding bringing in equipment, work <strong>for</strong>ce, materials dismantlingthe equipment, clearing the site etc. shall be deemed to be included inthe prices quoted and no separate payment on account of suchexpenses shall be entertained.b) All entries and exists of materials and equipment should bedone with proper gate passes and records at security gate.c) It shall be entirely the contractor's responsibility to provide,operate and maintain all necessary equipment’s, scaffoldingsand safety gadgets, lifting tackles, tools and accessories to20


per<strong>for</strong>m the work in a workman like and efficient manner andcomplete all the jobs as per time schedule.8.0 TIME OF COMPLETION:-During plant shut down work shall be executed within 10 days duringshutdown of the plant. The work of all cold insulation jobs shall becompleted with in 05 days and hot insulation work shall be completedwith in 10 days of hydrocarbon free plant .For any delay in completionof the shut down jobs a penalty of Rs 5000/- per day shall be imposedon the contractor. The date of shutdown shall be intimated to thecontractor. The job shall be completed within 10 days from the date ofintimation failing to which LD shall be applicable as per the GCC.The contractor shall observe in addition to codes specified inrespective specifications, all national and local laws, ordinances, rulesand regulations and requirements pertaining to the work and shall beresponsible <strong>for</strong> extra cost arising <strong>for</strong>m violation of the same.9.0 ADDITIONAL/EXTRA WORK:-GAIL reserves the right to execute any additional/extra works eventhough such works are incidental to and necessary <strong>for</strong> completion ofthe work awarded to the contractor.10.0 MEASUREMENT OF THE WORK:-a) Payment will be made on the basis of the joint measurements, takenby contractor and certified by GAIL representative.b) Linear measurements shall be in Meters, corrected up to second placeof decimal.c) Measurements shall be taken over finished surfaces in all cases.d) Measurement of piping shall be taken/considered along curvilinearcenterlines of pipe insulated and through all fittings, which are,insulated but excluding valves, instruments and fittings which wheninsulated, measurements shall be considered as under:i) For all types of valves, including control valves on which removablebox has been provided measurement shall be made as per IS 14164:1994. This shall be including mating flanges on either side or properbody of valves/control valves.ii)iii)For all types of flange assembly, including orifice plates, measurementshall be made as per IS 14164: 1994.For bends, additional measurements equivalent to single the length ofcurvilinear centerlines of bends shall be added to the respective size ofpiping.21


iv)Reducers will be considered with larger diameter as per the IS14164:199411.0 TESTS AND INSPECTIONS:Contractor shall submit the test certificates with every batch ofinsulation materials supplied <strong>for</strong> insulation work in the plant .12.0 MATERIALS:-a) All materials shall be of high quality and good appearance.b) Insulation materials shall be of low chloride content, chemically inert,non sulphurous, rot proof, vermin proof, impervious to hot water andsteam, non injurious to health and non corrosive to steel andaluminum (even if soaked) in water at ambient temperature <strong>for</strong>extended periods.c) The use of insulation or finishing materials containing asbestos in any<strong>for</strong>m is not permitted.d) Insulation and jacketing materials backed with paper or otherflammable materials is not accepted.e) Non water absorbing insulation like polyisocynurate and cellular glassare recommended <strong>for</strong> services upto 125 0 C . Water absorbing insulantslike fibrous insulants and calcium silicate can be used <strong>for</strong> alltemperatures except <strong>for</strong> electrical pressed pipes. But <strong>for</strong> lowtemperatures (i.e. upto 125 0 C ) services suitable moisture barrier shallbe used.f) Rock and glass wool shall be a pre <strong>for</strong>med insulation and shall be oflong fibrade rock or glass materials processed from a molten state intofibrous <strong>for</strong>m bonded with a binder and suitable <strong>for</strong> the intendedoperational temperature range from ambient to 550 0 C. Slagwool is notacceptable.g) The density of finished insulation shall be within 140 Kg/m 3 to 150Kg/m 3 .g) Insulation material shall strictly confirm to: Metal mesh coveredbonded mineral fibre blanket and blanket type pipe insulation: IS:8183: Latest issue. Faced on one side with 20 mm-galvanized No.22SWG. Wire mesh, stitched through with 22 SWG galvanized lacingwire: Mattress <strong>for</strong> lined covers shall be faced on one side with 20mmgalvanized 22 SWG wiremesh stitched through with 22SWGgalvanized lacing wire.h) Insulation shall confirm to following requirement and shall be testedand test certificates on representative samples furnished to GAIL asper IS 8183: / IS: 9842 (latest issue).22


i) Weather Protection Jacket.Aluminum jacketing shall be used as weather protection overinsulation unless otherwise specified and shall be ASTM B209 alloy3003 H16 or IS 737 designation 31000 (Old NS3) condition H3 <strong>for</strong> flatsheets. Cladding shall be coated on the side in contact with theinsulation with a bitumen anti-corrosive paint.For all piping - 0.71mm (22 SWG) Flat.j) Ancillary Materials:For securing fibrous insulation on piping: Band 22 SWG thick x12mm (min) wide, Aluminum.On equipment: Band 22 SWG Thick x 20mm wide Aluminum.k) Rivets required <strong>for</strong> metal jacket securement shall be the expanding theAluminum "POP" blind eye type, 9.5 mm long x 5 mm diameter.l) Screws required <strong>for</strong> metal jacket securement shall be cadmium platedsteel self tapping type A no.8 dia x 12mm long to BS 4176 completewith neoprene washers under the head or GI screws if cadmiumplated screws are not available.m) To ensure perfect water proofing all the cladding joints shall bepacked with sealing materials which may either be in the <strong>for</strong>m of aelastomeric sealing compound or fibre based bituminous felt strips.13.0 APPLICATION:-a) Surfaces to be insulated and shall be thoroughly cleaned dried andmade free from loose scale, oil or grease. It shall be the contractor'sresponsibility to remove loosely adhering scale and dirt be<strong>for</strong>eapplying insulation.b) Corrosion Prevention: Carbon steel and low alloy piping andequipment with normal operating temperature of 125 0 C and belowshall be protected against corrosion by painting with a 20 microns(min) dry film thickness of heat resistant Aluminum paint suitable <strong>for</strong>the above temperature.c) Insulation shall be finished, bevelled and weather proofed at allterminal points where it is required to remove bolts etc. withoutdamage to the insulation.d) Double layer: Insulation shall be required when the insulationthickness is greater than 75mm. Insulation installed in two or more23


layers shall be staggered joint construction and each layer shall besecured in place and details of securement shall be the same <strong>for</strong> eachlayer.e) Wet or Damaged Insulation shall not be used under anycircumstances. Insulation materials are to be applied shall not be keptover bare ground to avoid water absorption. Installed materialsawaiting its protective cover shall be adequately protected fromdamage, rain and contamination and shall be covered with cladding ata minimum loss of time.f) Piping: Rock or glass wool shall be in pre<strong>for</strong>med pipe section in twohalves <strong>for</strong> sizes upto which manufactured and at least <strong>for</strong> all pipeswith outside diameter over insulation of 500 mm. In bigger sizes,multi segments are preferred if manufactured, otherwise, blankets areacceptable.g) Insulation Securement: Each layer of insulation shall be securedfirmly in place with at least three loops of binding wire/bend, one loopto be placed not more than 75mm from each end and at least one loopto be equally spaced between end loops, <strong>for</strong> each section. Binding wireshall be drawn about the insulation with end tightly twisted together,bend under and pressed into the surface of insulation. Bends or wiresin no case are spaced more than 200 mm apart.h) Expansion joints shall be provided at regular intervals as below:Temp øCSpacing (M)Upto 200Not required200 to 300 10300 to 350 8Expansion joints shall be <strong>for</strong>med by 25mm space between the pipeinsulation sections and space shall be filled by compressed mineralrock fibre.i) Elbow & Bends: For bends of pipe size 6" and below due to lack ofspace insulation shall be secured by spirally wound 16 SWGgalvanized steel wire <strong>for</strong> hard materials and 10 SWG galvanized steelwire <strong>for</strong> soft materials.j) Flanged Joints or Valves: These shall be insulated with prefabricatedremoval Aluminum covers, lined with pipe sections/lags/slabs.Insulated valves shall be completely covered, but the insulation shallbe cut and shaped around the valve stem and kept clear of thestuffing box gland.k) Head of Equipment: Pre<strong>for</strong>med blocks and slabs cut and shaped to fit.Alternatively blankets may be accepted.24


14.0 COLD INSULATION:-A) Insulation materials slabs and sections shall be stored on a flatsurface in horizontal position. All precautions shall be taken to ensurethat each day's work is vapour sealed and cladded during erection andbe<strong>for</strong>e being left over-night to prevent seepage of water into thematerials and getting trapped. The system shall be protected bytarpaulins, water shed and other protective means.B) All flanged joints shall be cold insulated with removable boxinsulation. Bonnet of valves above the packing gland does not requireinsulation.C) All materials used <strong>for</strong> insulation, fixing, sealing, and protection shallbe new and shall con<strong>for</strong>m to the specifications. All insulatingmaterials whether dry or wet shall be non-corrosive to the surfacesinsulated.D) Operating Temperature Range: Insulation Materials:- 195 0 C to + 80 0 C Polyurethane foam or PolystyreneE) Form of Insulation <strong>for</strong> Pipes upto 16" dia : Pre<strong>for</strong>med pipes sections.The material used shall not disintegrate, settle, and change its <strong>for</strong>m ofcomposition, in a detrimental way at the service conditions. Thematerial shall be chemically inert, moisture free rot and vermin proof.F) Polyurethane foam:a) The insulation material shall be rigid pre <strong>for</strong>med cellular Urethanefoam of self-extinguishing type in accordance with ASTM-C - 591,TYPE - II Grade - 2. The foam shall be <strong>for</strong>mulated in such a way thatit shall be of a self-extinguishing quality which under nocircumstances shall cause fire to spread.b) The density of finished foam shall be within 35.0 Kg/m 3 Kg/M3 to 40Kg/m 3 and shall be determined in accordance with ASTM C-302.c) Thermal conductivity: Thermal conductivity of the polyurethane foamslabs and sections shall not be exceed 0.019 K Cal/hr. M C (0.16BTU/ft2 hr F /inch.) at 10 C mean temperature after ageing.G) Pipe support Finished foam PUF density will be 250 Kg/m 3 and shallbe determined in accordance with ASTM C-302.H) ANCILLARY MATERIALS:a) Wire netting shall be galvanized 22 SWG x 20 MM to secure insulationblocks. Lacing and stitching wires shall be 22 SWG galvanized ironwireb) Bands: Shall be of Aluminum, of dimension 20 mm width x 22 SWG,unless specified otherwise.25


c) The adhesive to be use <strong>for</strong> bonding Polyurethane sections shall beFoster Fire Resistive Adhesive 81-33. In case of non availability ofFoster's adhesive, blown bitumen type 85/25 con<strong>for</strong>ming to IS: 702 shallbe used as an alternative.d) Polyurethane foam dust mixed with specified adhesive shall be packedtightly so as to fill all irregular voids and at contraction joints.e) The joint sealer to be used <strong>for</strong> sealing Polyurethane insulation jointsand at flashing of insulation shall be Foster foam Seal Sealer 30-45.f) The glass cloth to be used <strong>for</strong> vapour barrier rein<strong>for</strong>cement shall beopen weave 10 mesh Glass cloth having glass fibre thickness of 5 mils.g) Aluminum sheets <strong>for</strong> cladding of vapour barriers on the insulation.Applications Aluminum sheet guage.a) Pipes Vessels 22 SWGEquipment upto 500 mmNominal dia.b) For valves, flanges and 22 SWGOther areas where mechanicalDamage is likely to occurc) Pipes Vessels 20 SWGEquipment more than 500 mmNominal diah) Anti corrosive paints.Shop Primer: Red Oxide Zinc Chromate PrimerType:Single Pack, Air Drying.Composition: A water resisting Phenolic ResinMedium Pigmented with Zinc Chromate Redoxide.Application: By brush or spray.Drying Time. 4-6 hours.Practical covering 10-12 square meters per liter at a D.F.T. of 25microns.A primer coat of redoxide zinc chromate shall be applied on all carbonsteel and alloy steel piping and equipment be<strong>for</strong>e application of coldinsulation. Items made of stainless steel and other non ferrous alloysshall not be painted but shall be wrapped with 0.1 mm aluminum foilbe<strong>for</strong>e application of cold insulation.i) Application:26


a) The surfaces of piping and valves on which cold insulation is to beapplied, shall be free of dust, loose paint or any other <strong>for</strong>eign matter.The surface irregularities shall be filled up with the approve filler. Onecoat of anticorrosive primer shall be applied over the carbon/alloysteel surfaces to be insulated and allowed to dry be<strong>for</strong>e application ofinsulation.b) A 3 mm (wet) thick coating of vapour seal mastic shall be applied tothe surface of the insulation as soon as possible after erection, toreduce the time the insulation is exposed to the weather to aminimum. Whilst the coat is still wet, glass cloth shall be laid over thesurface and embedded in the mastic. Care shall be taken to ensurethat the glass cloth is laid smooth and free <strong>for</strong>m wrinkles, and that nopockets of air are trapped beneath the surface. At junctions in theglass cloth, the overlap shall not be less than 75mm. A second 3mmthick coat of mastic shall be applied after approximately twelve hours.When dry this coating shall be a minimum of 1.50 mm thick. Caremust be taken, however to ensure that the individual coats are notgreater than 3 mm (especially in corners) otherwise some cracking ofdried coat may result. The total dry film thickness of vapour seal shallnot be less than 2.5 mm with a tolerance of -0% to + 50%. The masticshall not be applied over wet insulation or until the adhesive is dry.During this drying time the insulation shall be protected from theweather by 'Alkathne' film, tarpaulin or similar materials.The vapour barrier shall be protected by cladding with aluminiumsheets. Aluminium cladding shall not be applied until the vapourbarrier has completely dried and its solvents have dissipated. Selftapping screws shall not be used to secure aluminum cladding as theymay puncture the vapour barrier.c) The insulation shall be applied to pipes in half round sections inreasonably handy sizes. Where insulation thickness required isgreater than 50 mm or that the metal temperature is below - 40 C,multilayer construction shall be followed with all the joints staggeredin successive layers.d) The inner layer of insulation shall be bonded to the piping withapplicable adhesive. Subsequent layer of insulation shall be bonded tothe preceding layers with the above adhesive. Joint sealer shall beapplied to the ends and edges of all sections <strong>for</strong> sealing alllongitudinal and circumferential joints. Adhesive shall be appliedevenly and half sections shall be closely butted to each other bothlongitudinally and circumferentially.e) All insulation layers except the final shall be secured in position bymetalic bends of an interval of 225 mm, while the final layer shall befirst secured with GI wire netting and then with metallic bands at aninterval of 225mm. Bands shall be staggered on successive layers.27


f) Insulation of piping shall be stopped short of flanges to allow <strong>for</strong>withdrawal of bolts. For fittings, the insulation shall be completed byapplying cut segments of the same insulation sections used <strong>for</strong> pipes.vii)All joints between adjacent aluminum sheets shall be staggered andgrooved with a minimum overlap of 25 mm, and suitably sealed withapproved sealer. Aluminum or GI bands/clips at an interval of 425mm shall be used to secure the Aluminum cladding in position.g) Removable covers shall be provided over all flanges and valves.Aluminum covers over the valves and flanges shall be fitted with quickrelease clips.h) The contractor shall provide the adequate protective appliances likehand gloves, masks, glasses etc. to the workmen carrying out theinsulation work, to protect them from inhaling and touchinginsulation dust and fibres.15.0 GUARANTEE:a]. The contractor shall submit along with the tender, authentic testcertificates confirming that the insulation materials offered con<strong>for</strong>m tothe requirements of this specifications and standards mentioned intender documents.b].c].d].The contractor shall guarantee the following.- The insulation and ancillary materials are new and unused andcon<strong>for</strong>m to the standards mentioned in this tender document.- The workmanship in execution of the insulation works shall be inaccordance with sound engineering practice.Maximum single layer insulation thickness - 50 mm. whereverThickness exceeds 50 mm two layers of insulation shall be used.Ancillary materials:No wire netting, lacing and binding wires are permitted <strong>for</strong> use.Instead following materials are to be used.a) Spacer block of size 100 mm x 100 mm shall be cut from pre<strong>for</strong>medcompatible PUF insulation slab of the same thickness and specified<strong>for</strong> cold insulation.b) Fastening system <strong>for</strong> cladding: Shall consist of self tapping stainlesssteel screws and aluminum blind hole rivets used <strong>for</strong> fasteninglongitudinal as well as circumferential joints.c) Adhesive: For fixing the PUF spacer block with the equipments shallbe Foster Adhesive 82-33 or equivalent.d) Anti-corrosive paints: Compatible polyurethane based primer paint.28


e) Metal Sealant: Any cladding joint shall be provided with metal sealantcon<strong>for</strong>ming to Benjamin Foster 95-44 or equivalent.f) PU based primer paint shall be applied in two layers 25 microns DFTeach on the cleaned surface of equipment. Be<strong>for</strong>e applications offoaming, the painted surface shall be totally dry.g) On horizontal equipment the spacing shall not be more than mm oncircumstances and not more than 750 mm axially.h) Cladding shall be fabricated and provided over the PU spacer blocksand aluminum strips using self tapping screws and Pop rivets with anover lap of not over 50 mm or one corrugation in both longitudinaland circumferential directions. SS hoop bands shall be providedaround the cladding.mm.i) All metal jacketing joints examined <strong>for</strong> gaps. In case of any defective orbulged insulation the affected portion shall be cut, cleaned andre<strong>for</strong>ming to acceptable standard shall be per<strong>for</strong>med.16.0 L.D. Clause shall be applicable as per GCC.17.0 SAFETY CODE:The Contractor shall at his own expense arrange <strong>for</strong> safety provisions as required by theOfficer-in-charge, in respect of all facilities in connection therewith. In case the Contractor failsto make arrangements and provide all facilities in connection therewith, the Officer-in-chargeshall be entitled to do so and recover the cost thereof from the running bills of the Contractor.18.0 SAFETY AND SECURITY:-The contractor shall comply with safety & security rules & regulations and other rules laid downby the GAIL, & GAIL safety/security regulations. It shall be the duty/responsibility of thecontractor to ensure the compliance of fire safety , security and regulations by his workers.Disagreement to these rules by the contractors’ personnel will lead to the termination of thecontractor at the risk and expense of the contractor in all respect.19.0. GENERAL CONDITION OF CONTRACT:-General Conditions of Contract as Section VI of this document is part of tender document..Contractors are advised to refer the same be<strong>for</strong>e quoting . It shall be deemed that the quoting,bidders have referred the above during tendering. Contractor shall have to abide by all labourlaws. The GCC shall <strong>for</strong>m part of the tender documents.20.0 SPECIAL CONDITIONS OF CONTRACT TO PREVAIL OVER GCC :-If there is any discrepancy between the GCC & SCC, the Special Conditions of Contract willprevail over GCC .21.0 COMPLIANCE OF LABOUR LAWS & OTHER STATUTORY PROVISIONS:-Contractor shall ensure due compliance of al applicable and governing Industrial and labourlaws, rules and regulations, bye-laws, both of Central and State Govt. and all other local29


authorities and shall keep the Owners harmless and indemnify in respect thereof as specified inGCC.A. The contractor shall have his own PF code No. with the RPFC as required under EPF Misc.Provisions Act, 1952.B. The Contractors shall periodically submit the proof of depositing PF contribution with RPFC.C. The contractor is responsible <strong>for</strong> obtaining the labour licence under the provision of theContract labour (R&A) Act, 1970 from the office of ALC (Central), Ministry of labour, Govt. ofIndia, Baroda.D. The contractor is liable to abide by all necessary licenses/permission from the concernedauthorities as provided under the various labour legislations.E. The contractor shall discharge obligations as provided under various statutory encashmentincluding the Employees Provident fund and miscellaneous provisions Act. 1952, ContractorLabour (R&A) Act, 1970, Minimum Wages Act, 1948, the Payment of Wages Act.1936, theWorkmen Compensation Act 1923 and other relevant Acts, Rules and Regulations en<strong>for</strong>cedfrom time to time.F. The contractor shall be solely responsible <strong>for</strong> the payment of wages and other dues to thepersonnel, if any, deployed by him latest by 7 th day of the subsequent month.G. The contractor shall be solely responsible and indemnify the GAIL against all charges, dues,claim etc. arising out of the disputes relating to the dues and employment of personnel, ifany, deployed by him.H. The contractor shall indemnify the GAIL against all losses or damages, if any, caused to it onaccount of acts of the personnel, if any, deployed by him.I. The contractor shall ensure regular and effective supervision and control of the personnel, ifany, deployed by him and give suitable direction <strong>for</strong> undertaking the contractual obligations.J. The contractor is required to maintain registers and records as required under different laws.K. The contractor will obtain a Workmen’s compensation insurance policy covering the risk ofaccident at the work place and injury sustains cut of in course of employment in respect ofhis workers deployed <strong>for</strong> this work as per Workmen’s compensation Act 1923 and rulesframes there under submit a copy thereof be<strong>for</strong>e commencement of work.L. The vendor shall take care of the health insurances of all their employees and workmendeputed <strong>for</strong> this work.M. The party will deploy adequate number of qualified & experiencedPersonnel to discharge the contractual obligations effectively.22.0 SITE SAFETY PROCEDURES:-These site safety procedures are the guidelines to Contractors/Sub Contractors and otherperson who are involved in the constructions/maintenance activities at GAIL, Vaghodia,regarding the safe working requirement to be observed when working at site.1. DUTIES AND Responsibilities: These site safety procedures will be followed withoutprejudice to any statutory requirement and guidelines that may be in <strong>for</strong>ce at any time andduring the period of construction/maintenance activities. All statutory regulations shall beobserved during the execution of work.2. SUPERVISION: Each job should be supervised by qualified and / or experienced a person whohas proper knowledge concerning the job and will be able to check unsafe acts of thepersonnel under his control and unsafe conditions at site.3. MOVEMENT OF THE CONTRACT WORKERS: General movement of the workers should berestricted to their work area only and they should not move, rest, and relax, in any other areaexcept their work place.4. WORK PERMIT: Any job inside the plant premises must be carried out under the work permit.Different types of work permits are Hot Work, Cold Work permit, vessel entry, excavation,vehicle entry, electrical lock out and work at height permit30


5. FIRE PREVENTION REGULATIONS: The fire and safety regulations should be strictlyobserved within the plant premises by all persons <strong>for</strong> prevention of fire/accident.6. PERSONNEL PROTECTIVE EQUIPMENT (PPEs): The contractors/sub-contractors shall:a) Provide all personnel with proper protective clothing and equipment as per jobrequirementb) The PPEs shall be checked by Fire & Safety Department of GAIL be<strong>for</strong>e use.7. ACCIDENT REPORTING: Contractors/sub-contractors should report all accidentwithout fail to F&S Department whether minor or major and Must fill up the accident reporting<strong>for</strong>mat "A" & “B” within 1/2 hour and 48 hours respectively of accident happening and send itscopy to F&S Department through Engineer in-charge. Must lodge FIR in case of fatal or seriousnature accident.8. HYGIENE: Skin contact or inhalation of harmful chemicals, hydrocarbons, dust, mists ofcorrosive sub stances are to be avoided.9. FIRST AID: Report to your Supervisor/ Control Room! F&S Department. If you are injured onthe job phone F&S Department - 444/442, Medical- 200, and Concerned Control Room.10. HOUSE KEEPING: A PLACE FOR EVERY THING AND EVERY THING IN ITS PLACE:Contractor / sub-contractor must ensure to keep their respective areas clean at all times andwell in order.11. RECOVERIES: GAIL shall provide the following on a chargeable and returnable basis at thefollowing rates:- (a) Safety Belt - Rs. 50 per day (b) Safety Helmets - Rs.20 per day (c) Sparkarrestor - Rs. 50 per day(d) Fire resistance blanket (Asbestos free) (6'x4') - Rs. 20 per dayIn case the contractor fails to return the safety equipment issued to him, he shall be charged atthe following rates ,which will be deducted from the contractor's bill: (a) Safety Belt - Rs. 1250per Safety Belt (b) Safety Helmets - Rs. 150 per Safety Helmet (c) Spark arrestor - Rs. 1000per Spark Arrestor (d) Fire resistance blanket (Asbestos free) (6'x4') - Actual cost + 10% extra12. Vendors may submit safety record of jobs executed in support of experience shown in <strong>bids</strong>.13. For further details please contact F&S dept. Vaghodia.31


SECTION - IVFORMSANDFORMATS32


F-1BIDDER’S GENERAL INFORMATIONTo,GAIL (India) Limited,VAGHODIASUB: INSULATION WORK IN LPG/NTGG PLANT AT GAIL VAGHODIA”.1-1 Bidder’s Name____________________________________________________1-2 Number of Years in Operation:_______________________________________1-3 Registered Address:_______________________________________________________________________________________________________________________________________________1-4 Operation Address( if different from above):_________________________________________________________________________________1-5 Telephone Number:___________________________________________________________(Country Code) (Area Code) (Telephone Number)1-6 Tele-fax Number: ___________________________________________________________(Country Code) (Area Code) (Telephone Number)1-7 E-MAIL Address: _______________________________________________________________1-8 ISO Certification, if any: {If yes, please furnish details}Place:Date:Signature of Authorised SignatoryName:Designation:Seal:33


F-2ToBID FORMSUB: INSULATION WORK IN LPG/NTGG PLANT AT GAIL VAGHODIA”.After examining/reviewing the Bidding Documents <strong>for</strong> “GAIL/VAGH/C&P/M/2005056INSULATION WORK IN LPG/NTGG PLANT AT GAIL VAGHODIA”.. includingtechnical specifications, General Terms & Conditions of Contract and Schedule of Rates etc.the receipt of which is hereby duly acknowledged, we, the undersigned, pleased to offer toexecute the whole of the Job of “GAIL/VAGH/C&P/M/2005056 FOR INSULATIONWORK IN LPG/NTGG PLANT AT GAIL VAGHODIA” . and in con<strong>for</strong>mity with, the saidBid Documents, including Addenda Nos. __________.We confirm that this bid is valid <strong>for</strong> a period of four (04) months from the date of opening of Techno-Commercial Bid, and it shall remain binding upon us and may be accepted by any time be<strong>for</strong>e theexpiration of that period.If our bid is accepted, we will provide the Security Deposit equal to 10% (ten per cent) or as mentionedin tender document of the Contract Value, <strong>for</strong> the due per<strong>for</strong>mance with in fifteen days of such award.Until a final Agreement is prepared and executed, the bid together with your written acceptance thereofin your notification of award shall constitute a binding Agreement between us.We understand that Bid Document is not exhaustive and any action and activity not mentioned in BidDocuments but may be inferred to be included to meet the intend of the Bid Documents shall bedeemed to be mentioned in Bid Documents unless otherwise specifically excluded and we confirm toper<strong>for</strong>m <strong>for</strong> fulfillment of Agreement and completeness of the Work in all respects within the time frameand agreed price.We understand that you are not bound to accept the lowest priced or any bid that you may receive.(Place:Date:Signature of Authorised SignatoryName:Designation:Seal:Duly authorized to sign bid <strong>for</strong> and on behalf of ___________________________________________(SIGNATURE OF WITNESS)WITNESS’ NAME:ADDRESS:DATE:PLACE:34


F-3LIST OF ENCLOSURESSubject: INSULATION WORK IN LPG/NTGG PLANT AT GAIL VAGHODIA”.Dear Sir (s),We are enclosing the following documents as part of the bid:1. Copy of PF Registration Certificate under RPFC, duly attested2. Copy of Bidding Documents along with addendum/corrigendum no., duly signed and sealed oneach page, in token of confirmation that Bid Documents are considered in full while preparingthe bid and in case of award, work will be executed in accordance with the provisions detailed inBid Documents.Place:Date:Signature of Authorised SignatoryName:Designation:Seal:35


F-4PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/BID SECURITY(To be stamped in accordance with the Stamp Act)Ref...............Bank Guarantee No…………To,GAIL (India) Limited,VAGHODIADate………………Dear Sir(s),In accordance with Letter Inviting Tender under your reference no……………….M/s…………………………………….having their registered/ head office at…………………………………………. (hereinafter called the tender) wish to participate in the said tender<strong>for</strong>…………………………………………………………As an irrevocable Bank Guarantee against Earnest Money Deposit <strong>for</strong> an amount of………………………is required to be submitted by thebidder as a condition precedent <strong>for</strong> participation in the said tender which amount is liable to be <strong>for</strong>feited on the happening of anycontingencies mentioned in the tender document.We, the……………………………..Bank at………………………having our Head Office………………………………………..(local address)guarantee and undertake to pay immediately on demand by GAIL (India) Limited. The amount……………without any reservation, protest,demur and recourse. Any such demand made by GAIL, shall be conclusive and binding on us irrespective of any dispute or differenceraised by the bidder.This guarantee shall be irrevocable and shall remain valid up to …………….(this date should be 120 days (one hundred & twenty days)after the date finally set out <strong>for</strong> closing of tender). If any further extension of this guarantee is required the same shall be extended to suchrequired period on receiving instructions from M/s……………………………………….on whose behalf this guarantee is issued.In witness whereof the Bank, through its authorized office, has set its hand and stamp on this………….day of…………..20………….at…………………………………..Witness(Signature)NameOfficial address(Signature)NameOfficial addressDesignation with Bank StampAttorney as per Power of Attorney no….dated…INSTRUCTIONS FOR FURNISHINGBID SECURITY/EARNEST MONEY DEPOSIT BY BANK GUARANTEE1. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per stamp duty applicable. The non-judicial stamppaper should be in the name of the issuing bank. In case of <strong>for</strong>eign bank, the said banks guarantee to be issued by itscorrespondent bank in India on requisite non-judicial stamp paper.2. The expiry date as mentioned in bid document should be arrived at by adding 30 days to the date of expiry of the bid validityunless otherwise specified in the Bid Documents.3. The bank guarantee by bidders will be given from bank as specified in ITB.4. A letter from the issuing bank of the requisite Bank Guarantee confirming that the said Bank Guarantee and all futurecommunication relating to the Bank Guarantee shall be <strong>for</strong>warded to the Employer at its address as mentioned at ITB.5. Bidders must indicate the full postal address of the bank along with the bank’s E-mail/Fax/Phone from where the earnest moneybond has been issued.6. If a bank guarantee is issued by a commercial bank, then a letter to Employer confirming its net worth is more than Rs.1,000,000,000/- (Rupees one hundred crore) or equivalent along with a documentary evidence.36


F-5ANNUAL TURNOVER(Each Bidder must fill in this <strong>for</strong>m)Annual Turnover data <strong>for</strong> the last 3 years:Year 1:Year Currency AmountYear 2:Year 3:1. The in<strong>for</strong>mation supplied should be the Annual Turnover of the bidder2. A brief note should be appended describing thereby details of turnover as per audited results.(SEAL AND SIGNATURE OF THE BIDDER)37


F-5ADETAILS OF SIMILAR WORK DONE DURING THE PAST THREE YEARSDescription ofthe WorkLocation ofthe WorkFull PostalAddress andphone nos. ofClient & Name ofOfficer-in-ChargeValue ofContractDate ofCommencement of WorkScheduledCompletionTime(Months)Date ofActualCompletionReasons<strong>for</strong> delayin projectcompletion, if anyNote:enclosed(1) Copies of Letter of Awards and Completion Certificates <strong>for</strong> the above works to be(2) The Work completed earlier than three years need not be indicated here(3) The list of work, not of similar nature need not be indicated here(4) Failing to comply a<strong>for</strong>ementioned instructions may lead to rejection of bid(SEAL AND SIGNATURE OF BIDDER)38


F-6‘NO DEVIATION’ CONFIRMATIONTo,GAIL( India) Limited,VAGHODIA.Subject: INSULATION WORK IN LPG/NTGG PLANT AT GAIL VAGHODIA”.Dear Sir,We understand that any deviation/exception in any <strong>for</strong>m may result in rejection of bid. We, there<strong>for</strong>e, certify that we have not takenany exceptions/deviations anywhere in the bid and we agree that if any deviation/exception is mentioned or noticed, our bidmay be rejected.Place:Date:Signature of Authorised SignatoryName:Designation:Seal:39


F-6ADECLARATIONTo,GAIL( India) Limited,VAGHODIA.Subject: INSULATION WORK IN LPG/NTGG PLANT AT GAIL VAGHODIA”.Dear Sir,We hereby confirm that we are not under any liquidation, any court receivership or similar proceedings or BANKRUPTCY andwe agree that if any noticed in future, our bid/contract may be rejected/terminated.Place:Date:Signature of Authorised SignatoryName:Designation:Seal:40


F-7CERTIFICATETo,GAIL (India) Limited,VAGHODIADear Sir,SUB: INSULATION WORK IN LPG/NTGG PLANT AT GAIL VAGHODIA”.the following certificate shall be automatically en<strong>for</strong>ceable:“We agree and acknowledge that the Employer is entering into the Agreement solely on its own behalf and not onbehalf of any other person or entity. In particular, it is expressly understood and agreed that the Government ofIndia is not a party to the Agreement and has no liabilities, obligations or rights there under. It is expresslyunderstood and agreed that the Employer is authorized to enter into Agreement, solely on its own behalf underthe applicable laws of India. We expressly agree, acknowledge and understand that the Employer is not an agent,representative or delegate of the Government of India. It is further understood and agreed that the Government ofIndia is not and shall not be liable <strong>for</strong> any acts, omissions, commissions, breaches or other wrongs arising out ofthe Agreement. Accordingly, we hereby expressly waive, release and <strong>for</strong>ego any and all actions or claims,including cross claims, VIP claims or counter claims against the Government of India arising out of the Agreementand covenants not to sue Government of India as to any manner, claim, cause of action or things whatsoeverarising of or under the Agreement.”Place:Date:Signature of Authorised SignatoryName:Designation:Seal:41


F-8COMMERCIAL QUESTIONNAIRESUB: INSULATION WORK IN LPG/NTGG PLANT AT GAIL VAGHODIA”.1 Confirm that all pages of the Bid have been numbered in sequential manner.2 Confirm that you have studied the complete Tender Document including Technicaland Commercial Part and your Bid is in accordance with the requirements of theTender Document.3 Confirm that the price part does not include any terms and conditions. In case anyterms and condition is mentioned in the prices part, the same shall be treated as nulland void, please confirm.4 Confirm your acceptance <strong>for</strong> ‘SCOPE OF SUPPLY’ mentioned in the TenderDocument. Please note that scope of supply mentioned in the Tender Document isnot limitative, except <strong>for</strong> the material specifically identified as that to be issued byOWNER, CONTRACTOR’s scope shall include supply of all materials required <strong>for</strong>completion of Work irrespective of whether such materials are mentioned in theTender Document or not.5 Confirm your acceptance <strong>for</strong> Time Schedule as mentioned in Tender Document.6 Confirm that your quoted prices include all types of taxes including service tax,duties, levies, Insurance, as per provisions of Tender Document.7 Confirm your acceptance to ‘General Conditions of Contract”’ of Tender Document intotality.8 Confirm that your Bid is substantially responsive to the requirements of the TenderDocument, and you have not stipulated any material deviation and submitted alldetails as specified in the Tender Document.9 Confirm that adequate numbers of Manpower etc. have been proposed which will besufficient to provide the service as per the time schedule mentioned in the TenderDocument.Confirm that all costs resulting from safe execution of work, such as safety induction,use of prospective clothing, safety precaution taken during monsoon, or any othersafety measures to be undertaken by the CONTRACTOR <strong>for</strong> execution of Work areincluded in the Lumpsum Price.11 Please confirm that all safety rules & regulations as mentioned in Tender Documentor notified at later date by OWNER during execution shall be adhered to byCONTRACTOR within Lump sum Price.12 Confirm that no rebate has been mentioned in SOR.Confirm that only original price part is submitted in Part-II of the bid.Place:Date:Signature of Authorised SignatoryName:Designation:Seal:42


F-9To:M/s. GAIL (India) Limited,PROFORMA OF BANK GUARANTEE FORCONTRACT PERFORMANCE BANK GUARANTEE/SECURITY DEPOSIT(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)Dear Sir (s),In consideration of the GAIL (India) Ltd., Vaghodia (here in after referred to as the OWNER which expression shall unless repugnant to the context ofmeaning that include its successors, administrators and assigns) having awarded toM/s..................................................................................................................having Principal Office at.............................(herein after referred to as the"CONTRACTOR" which expression shall unless repugnant to the context or meaning thereof include their respective successors, administrators, executorsand assigns) the WORK by issue Letter of Award No.............Dated............. and the same having been accepted by the CONTRACTOR resulting intoCONTRACTS <strong>for</strong> completion of work as per above referred Letter of Award having a total value of Rs...................(Rupees………………………………………………………………………….)<strong>for</strong> the complete supply of materials/equipments and the Contractor having agreed to provide a Contract Per<strong>for</strong>mance and warranty Guarantee <strong>for</strong> thefaithful per<strong>for</strong>mance of the a<strong>for</strong>ementioned contract and warranty to quality <strong>for</strong> 10% value of the order viz Rs ................ (Rupees ......................) to OWNER.We, (Bank) , (code_________) having its Head Office at ……………hereinafter referred to as the "Bank" which expression shall unless repugnant to thecontract or meaning thereof include its successors, administrators, executors and assigned do hereby guarantee and undertake to pay the OWNER, ondemand any and all moneys payable by the seller to the extent of 10% (ten percent) of the Contract Price as a<strong>for</strong>esaid at any time up to................. withoutany demur, reservation, context recourse or protest and/or without any reference to the CONTRACTOR. Any such demand made by OWNER on the Bankshall be conclusive and binding notwithstanding any difference between OWNER and Contractor or any dispute pending be<strong>for</strong>e any Court, Tribunals,Arbitrator or any other Authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of OWNER and furtheragrees that the guarantee herein contained shall continue to be en<strong>for</strong>ceable till the OWNER discharges this guarantee OWNER shall have the fullest libertywithout affecting in any way the liability of the BANK under this guarantee from time to time to extend the time <strong>for</strong> per<strong>for</strong>mance by Contractor or any one ormore CONTRACTS of all contracts enumerated above. OWNER shall have the fullest liberty, without affecting this guarantee, to postpone from time to timethe exercise of any power vested in them or of any right which they might have against Contractor and to exercise the same at any time in any manner, andeither to en<strong>for</strong>ce to <strong>for</strong>ebear to en<strong>for</strong>ce any covenants contained or impelled, in the a<strong>for</strong>ementioned Contracts between OWNER and Contractor or any othercourse of or remedy or security available to OWNER. The bank shall not be released of its obligations under these presents by any exercise by OWNER ofits liability with reference to the matters a<strong>for</strong>esaid or any of them or by reason or any other acts of omission or commission on the part of OWNER or anyother indulgence shown by OWNER or by any other matter or thing whatsoever which under law would, but <strong>for</strong> this provision, have the effect of relieving theBank.The BANK also agrees that OWNER at its option shall be entitled to en<strong>for</strong>ce this Guarantee against the Bank as a Principal Debtor, in the first instancewithout proceeding against Contractor and notwithstanding any security or other guarantee that OWNER may have in relation to the Contractor’s liabilities.Not withstanding anything contained herein above our liability under this Guarantee is restricted to Rs................................ (Rupees........................ AND itshall remain in <strong>for</strong>ce upto and including.................................... and shall be extended <strong>for</strong>m time to time <strong>for</strong> such period as may be desired by the Contractoron whose behalf this Guarantee has been given.Dated this…………date of……………Place:WITNESSINSTRUCTIONS FOR FURNISHINGCONTRACT PERFORMANCE BANK GUARANTEE/SECURITY DEPOSIT1. The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp paper as per stamp duty applicable. The non-judicial stamppaper should be in name of the issuing bank. In case of <strong>for</strong>eign bank, the said bank guarantee to be issued by its correspondent bank in Indiaon requisite non-judicial stamp paper and place of bid to be considered as Delhi.2. The Bank Guarantee by bidders will be given from bank as specified in the ‘General Terms & Conditions’.3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank Guarantee and all future communication relating to theBank Guarantee shall be <strong>for</strong>warded to EmployerIf a Bank Guarantee is issued by a commercial bank, then a letter to Owner and copy to Consultant confirming its net worth is more than Rs.1,000,000,000/- (Rupees one hundred crore) or its equivalent in <strong>for</strong>eign currency along with a documentary evidence.


F- 10OFFER / APPLICATION FORMATRef: GAIL/VAGH/C&P/M/W-2005056Date:To,GAIL (India) Limited,VaghodiaDear Sir,I/We offer to provide against your Tender No. GAIL/VAGH/C&P/M/2005056 <strong>for</strong> use by GAIL as perterms & conditions of the tender document:The acceptance of tender by GAIL shall constitute a binding contract between us and GAIL (India)Limited.The Bid Security/Earnest Money Deposit (EMD) amounting toRs._________________________________________(Rupees___________________________________________________only) in the <strong>for</strong>m of D.D.No._____________, Date.____________ drawn on SBI, GAIL Vaghodia/ Baroda or Bank GuaranteeNo. ___________________ dated ______________ in favor of GAIL (India) Limited, Vaghodia isenclosed.I/We have read and understood the terms and conditions of the Tender Document in totality be<strong>for</strong>esubmitting the offer. It is further understood that offer without Earnest Money in the required <strong>for</strong>m standsto be rejected summarily.Place:Date:Signature of Authorised SignatoryName:Designation:Seal:44


SECTION-VSCHEDULEOFRATES(SOR)45


SCHEDULE OF RATESSECTION - VSlnoDescription of work UOM Qty. Unit Rate(Rs)A. Cold Insulation Density 35 KG/CM 31. Thickness 75 mm M2 102. Thickness 100 mm M2 25.5803. Thickness 150 mm M2 174. Thickness 250 mm M2 505. Pipe Size 1 ½ “ Thickness 75 mm M 66. Pipe Size 2” Thickness 75 mm M 67. Pipe Size 3” Thickness 75 mm M 88. Pipe Size 4” Thickness 75 mm M 109. Pipe Size 4” Thickness 150 mm M 610. Pipe Size 1 ½” Thickness 125 mm M 2111. Pipe Size 10” Thickness 125 mm M 1512. Pipe Size 10” Thickness 150 mm M 9B. Hot Insulation Density 140 KG/CM31. Thickness 75 mm M2 112. Pipe Size 2” Thickness 75 mm M 53. Pipe Size 3” Thickness 50 mm M 204. Pipe Size 3” Thickness 150 mm M 85. Pipe Size 4” Thickness 100 mm M 216. Pipe Size 4” Thickness 150 mm M 127. Pipe Size 6” Thickness 100 mm M 108. Pipe Size 8” Thickness 75 mm M 49. Removal of Old Insulation M2 50010. Only Cladding of Insulation M2 20011. Replacement of wooden support Teak FT3 10WoodSERVICE TAXTOTALTotal Amount(Rs)(TOTAL IN WORDS RUPEES _________________________________________________________)Note:1. The Service Tax shall be reimbursed on actual basis as per service tax rules, on submission ofdocumentary proof.Place:Date:Signature of Authorised SignatoryName:Designation:Seal:46


SECTION-VIGENERAL CONDITIONSOFCONTRACT47

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!